Professional Documents
Culture Documents
08
Sd/-
(Shravan Hardikar)
CEO & Director,
Pimpri Chinchwad Smart City Limited (PCSCL)
Pimpri Chinchwad Smart City Limited
Request for Proposal (RFP) for Selection of System Integrator for supply, installation, testing,
commissioning and O&M for ICT led Smart City Solutions
TENDER No. 08
Pimpri Chinchwad Smart City Limited (PCSCL) intends to Select System Integrator for supply, installation,
testing, commissioning and O&M for ICT led PCSCL Smart City Solutions. The System Integrator shall be
selected on the basis of Least Cost Based Selection methodology after declared technically qualified.
Interested Bidders may download the RFP document from the website of http://mahatenders.gov.in &
pm
onwards.
Proposal Document
No Name of Work EMD (Rs.)
Fee (Rs.)
Selection of System Integrator for supply,
1 installation, testing, commissioning and O&M 50,000 /- 4,50,00,000/-
for ICT led Smart City Solutions
Rights to reject any or all tenders without assigning any reasons thereof are reserved by CEO, PCSCL
and whose decision will be final and legally binding on all the bidders.
Sd/-
CEO, PCSCL
and
PCSCL/03/236/2018 Municipal Commissioner, PCMC
Date: 05/11/2018
Advertisement No.363
Request for Proposal (RFP)
for
i. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited (PCSCL).
ii. The information contained in this Request for Proposal document (“RFP”) or subsequently
provided to Bidders, whether verbally or in documentary or any other form by or on behalf of
the PCSCL (the Purchaser) or any of its employees or advisors, is provided to Bidders, on the
terms and conditions set out in this RFP.
iii. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in the formulation of their Proposals in
pursuant to this RFP. This RFP includes statements, which reflect various assumptions and
assessments arrived at, by the Purchaser, in relation to the project. Such assumptions,
assessments and statements do not purport to contain all the information that each Bidder may
require. This RFP may not be appropriate for all persons, and it is not possible for the
Purchaser, its employees or advisers to consider the objectives, technical expertise and
particular needs of each party, who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not be complete, accurate, adequate
or correct. Each Bidder should, therefore, conduct his own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this RFP and obtain independent
advice from appropriate sources.
iv. Information provided in this RFP to the Bidders is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. The Purchaser accepts no responsibility for the accuracy or otherwise for any interpretation
or opinion on the law expressed herein. The Purchaser, its employees and advisers make no
representation or warrants and shall have no liability to any person including any Bidder under
any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or
otherwise for any loss, damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this RFP or otherwise, including the accuracy,
adequacy, correctness, 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.
v. The Purchaser also accepts no liability of any nature, whether resulting from negligence or
otherwise, however caused, arising from reliance of any Bidder upon the statements contained
in this RFP.
vi. The Purchaser may, in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in this
RFP. The issue of this RFP does not imply that the Purchaser is bound to select a Bidder or to
appoint the Selected Bidder, as the case may be, for this project and the Purchaser reserves
the right to reject all or any of the proposals, without assigning any reason whatsoever.
vii. PCSCL or its authorized officers / representatives / advisors reserve the right, without prior
notice, to change the procedure for the selection of the Successful Bidder or terminate
discussions and the delivery of information at any time before the signing of any agreement for
the Project, without assigning reasons thereof.
viii. The RFP Document does not address concerns relating to diverse investment objectives,
financial situation and particular needs of each party. The RFP Document is not intended to
provide the basis for any investment decision and each Bidder must make its / their own
independent assessment in respect of various aspects of the techno-economic feasibilities of
the Project. No person has been authorized by PCSCL to give any information or to make any
representation not contained in the RFP Document.
ix. The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its Proposal including but not limited to preparation and expenses associated with any
demonstrations or presentations which may be required by the Purchaser or any other costs
incurred in connection with or relating to its Proposal. All such costs and expenses shall remain
with the Bidder and the Purchaser 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 Proposal, regardless of the conduct or outcome of the selection process.
Table of Contents
Invitation to Proposal.............................................................................................................. 6
1. Introduction .................................................................................................................. 12
5.1 RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) .................................... 55
5.2 NOTIFICATION OF AWARD ...................................................................................................................... 55
5.3 NEGOTIATIONS WITH THE SUCCESSFUL BIDDER ...................................................................................... 56
5.4 CONTRACT FINALIZATION AND AWARD.................................................................................................. 56
5.5 PERFORMANCE BANK GUARANTEE (PBG).............................................................................................. 56
5.6 WARRANTY & MAINTENANCE ................................................................................................................ 57
5.7 SIGNING OF CONTRACT ........................................................................................................................... 57
5.8 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP ......................................................... 58
5.9 REJECTION CRITERIA .............................................................................................................................. 58
5.9.1 General Rejection Criteria ........................................................................................................... 58
5.9.2 Commercial Rejection Criteria ..................................................................................................... 59
6 Annexure 1 – Format for Pre-Bid Queries .................................................................... 60
13 Annexure 8 - Format for Power of Attorney for Lead bidder of Consortium ................. 108
i. PCSCL hereby invites Proposals from reputed, competent and professional Information
Technology (IT) companies, who meet the minimum eligibility criteria as specified in this bidding
document for the “Selection of System Integrator for Supply, Installation, Testing,
Commissioning and O&M for ICT led PCSCL Smart City Solutions” as detailed in the RFP
document.
ii. The complete bidding document shall be published on the e-Procurement Portal
https://mahatenders.gov.in for the purpose of downloading. The downloaded bidding document
shall be considered valid for participation in the electronic bidding process (e-Tendering)
subject to the submission of required tender/ bidding document fee online.
iii. Bidder is advised to study this RFP document carefully before submitting their proposals in
response to the RFP Notice. Submission of a proposal in response to this notice shall be
deemed to have been done after careful study and examination of this document with full
understanding of its terms, conditions and implications.
Important Dates:
Sr.
Activity Deadline
No.
4. Last date for submission of Bids 12th December, 2018 by 15:00 hrs
Terms Meaning
AAA Authentication, Authorization and Accounting
AE Alarm and Events
AMI Advanced Metering Infrastructure
AMR Automated Meter Reading
ANPR Automatic Number Plate Recognition
API Application Programming Interface
ATCC Automated Traffic Counting and Classification
ATCS Adaptive Traffic Control System
AVLS Automatics Vehicle Locating System
BMS Building Management System
BOD Biochemical Oxygen Demand
BOM Bill of Material
BOQ Bill of Quantities
CAPEX Capital Expenditure
CAT Category
CCC Control Command Centre
CCTV Closed Circuit Television Camera
CLOS Clear Line of Sight
CMDB Configuration Management Database
CoAP Constrained Application Protocol
COC City Operations Centre
COD Chemical Oxygen Demand
COP Common Operating Picture
CPE Customer Premise Equipment
CPU Central Processing Unit
CVC Central Vigilance Commission
DBA Database Administrator
DC Data Centre
DCU Data Concentrating Unit
DMA District Metering Zone
DNP Distributed Network Protocol
DNS Domain Name System
DO Dissolved Oxygen
EAL Evaluation Assurance Level
ECS Equivalent Car Space
EMD Earnest Money Deposit
EMS Enterprise Management System
ERP Enterprise Resource Management
ESR Elevated Storage Reservoir
FAT Factory Acceptance Test
FRS Facial Recognition System
FY Financial Year
GIS Geographical Information System
GoI Government of India
Terms Meaning
GoM Government of Maharashtra
GPRS General Packet Radio Service
GPS Global Positioning System
GSM Global System for Mobile Communication
GSR Grounded Storage Reservoir
GST Goods and Services Tax
GUI Graphical User Interface
HDA Historical Data Access
HF High Frequency
HHU Hand Held Unit
HMI Human Machine Interface
HR Human Resources
HTTP Hyper Text Transfer Protocol
HVAC Heating, Ventilation, and Air Conditioning
IaaS Infrastructure as a Service
ICS Interoperable Communication Switch
ICT Information and Communication Technology
IDS Intrusion Detection System
IEG Intelligent Edge Gateway
IoT Internet of Things
IP Internet Protocol
IPS Intrusion Prevention System
IR Infrared
ISE Ion Selective Electrodes
ISM Industrial, Scientific and Medical
ISO International Organization for Standardization
ITIL Information Technology Infrastructure Library
IVRS Interactive Voice Response System
JSON JavaScript Object Notation
KeDB Known Error Database
KPI Key Performance Indicator
LAN Local Area Network
LED Light Emitting Diode
LIU Light Interface Units
LLP Limited Liability Partnership
LOA Letter of Acceptance
LOI Letter of Intent
LPWAN Low Power Wide Area Network
LTE Long Term Evolution
MDAS Meter Data Acquisition System
MDMS Meter Data Management System
MID Measurement Instrument Directive
MLD Million Litres Per Day
MoHUA Ministry of Housing and Urban Affairs
MPCB Maharashtra Pollution Control Board
Terms Meaning
MQTT Message Queuing Telemetry Transport
MS Mild Steel
MSV Mobile Surveillance Vehicle
MTBF Mean Time Between Failure
MTTR Mean Team to Repair
NFPA National Fire Protection Association
NMS Network Management System
NOC Network Operations Centre
O&M Operations and Maintenance
OBD Out Bound Data
OEM Original Equipment Manufacturer
OFC Optical Fibre Cable
OPC OLE for Process Control
OPC DA OPC Data Access
OPEX Operational Expenditure
OS Operating System
OSS Operations Support System
OWASP Open Web Application Security Project
PA Public Address
PaaS Platform as a Service
PAH Polycyclic Aromatic Hydrocarbon
PAN Permanent Account Number
PBG Performance Bank Guarantee
PBX Private Branch Exchange
PCI- DSS Payment Card Industry Data Security Standard
PCMC Pimpri Chinchwad Municipal Corporation
PCSCL Pimpri Chinchwad Smart City Limited
PDU Power Distribution Unit
PLC Programmable Logic Controller
PMP Project Management Professional
PO Purchase Order
POC Proof of Concept
PoP Point of Presence
PSD Performance Security Deposit
PSU Public Sector Undertaking
PTZ Pan tilt zoom
QR Quick Response
RCA Root Cause Analysis
REST Representational State Transfer
RF Radio Frequency
RFC Request for Change
RFID Radio Frequency Identification
RFP Request for Proposal
RLVD Red Light Violation Detection
RTU Remote Terminal Unit
Terms Meaning
SBR Sequential Batch Reactor
SCADA Supervisory Control and Data Acquisition
SI System Integrator
SITC Supply, Installation, Testing and Commissioning
SLA Service Level Agreement
SMS Short Message Service
SNMP Simple Network Management Protocol
SOAP Simple Object Access Protocol
SOP Standard Operating Procedure
SRS System Requirement Specifications
STP Sewerage Treatment Plant
SWNM Smart Water Network Management
SWM Solid Waste Management
T1 Technical Envelope
TAN Total Ammonia Nitrogen
TCB Total Cost of Bid
TCC Traffic Control Centre
TCV Total Contract Value
TOGAF The Open Group Architecture Framework
TSP Telecom Service Provider
TSS Total Suspended Solids
TVDS Traffic Violation Detection System
UAT User Acceptance Test
UHF Ultra-High Frequency
ULB Urban Local Bodies
UPS Uninterruptible Power Supply
USB Universal Serial Bus
UV Ultra Violet
VAT Value Added Tax
VEE Validating, Editing and Estimating
VHF Very High Frequency
VLAN Virtual LAN
VMD Variable Message Display
VMS Video Management System
WAN Wide Area Network
Wi-Fi Wireless Fidelity
WNMS Water Network Management System
WO Work Order
WTP Water Treatment Plant
XML Extensible Mark-up Language
1. Introduction
Pimpri Chinchwad is a twin city to Pune located south-east of Mumbai, and is the fifth most populated
city of Maharashtra. The population of Pimpri-Chinchwad as per 2001 Census was 10.23 lakhs and
has reached 17.29 lakhs in the year 2011. Currently, the population of Pimpri Chinchwad stands at
approximately 22 lakhs as of 2018.
Pimpri Chinchwad has a thriving industrial belt, primarily consisting of engineering and automobile
industries with over 6,000 industrial units in the large, medium and small sectors dotting its
landscape. Pimpri-Chinchwad is one of the best developed industrial belt of Maharashtra
accommodating many reputed industrial houses and business conglomerates of the country.
Present day Pimpri Chinchwad is thriving suburbs of Pune situated along the NH-4 (Pune -Mumbai
Highway) and the areas are being developed due to emergence of Hinjewadi IT Park and the NH-4
Bypass. Nodes like Dapodi, Kasarwadi, Pimpri, Chinchwad, Pradhikaran and Nigdi, which
developed along NH-4 have a distinctly industrial feel due to the presence of large industrial
campuses and MIDC areas whereas areas like Wakad, Pimple Saudagar, Pimple Nilakh and Sangvi
developed later and are predominantly residential suburbs catering to the workforce at Hinjewadi IT
Park.
The Pimpri Chinchwad city is managed and governed by the Pimpri Chinchwad Municipal
Corporation (PCMC), established in the year 1982. The Maharashtra Municipal Corporations Act,
bestows the responsibility of providing basic infrastructure and services viz. water supply, drainage,
sewerage, roads and services such as conservancy, firefighting, street lighting, education and
primary health upon PCSCL.
Ministry of Housing and Urban Affairs (MoHUA), Government of India (GoI) has embarked on the
Smart Cities Mission programme that aims at bringing about urban transformation for cities. The
objective is to drive economic growth and improve the quality of life for the citizens by enabling local
development and harnessing technology as a means to create smart outcomes.
Pimpri Chinchwad City has been shortlisted under Ministry of Housing and Urban Affairs (MoHUA),
Government of India, Smart City Mission programme, as part of Round 3 selection, wherein Pimpri
Chinchwad Municipal Corporation (PCMC), as part of its Pan-City Proposal, has identified various
ICT led Smart City Initiatives like City Network, Smart Water, Smart Sewerage, Smart Traffic, Smart
Parking, Smart Environment, CCTV Surveillance to name a few, details are captured in the below
figure.
PCMC has formulated a city level SPV i.e. Pimpri Chinchwad Smart City Limited (PCSCL),
registered under the Companies Act 2013, which shall be receiving the funds from the Central
Government, State Government and ULB for execution of all the identified Smart City Initiatives.
The Pimpri Chinchwad Smart City Project draws heavily upon digital network, Smart Sensors,
advanced Analytics and IT solutions, which enable city dwellers an innovative and electronically
connected ecosystem with much improved service efficiency. Of equal importance is the
provisioning of real-time data management, alerts, forecasting and information processing for the
city administration and allowing city planners to develop more meaningful programmes.
PCSCL, as part of this RFP, intends to implement below mentioned solutions with the following key
objectives:
City Network (Active): The network backbone shall provide a converged network, bringing
together different city management vertical solutions on a common network infrastructure for
Pimpri-Chinchwad. The converged network shall facilitate information exchange between
resources and applications across different domains. It will be an end-to-end open platform
enabling services across the city.
City Surveillance: A city-wide surveillance system to ensure public safety, prevent crimes and
maintain law & order
Smart Water: To generate water bills by integrating smart meter data acquired from Smart
Water Meters with existing Water Billing Application
Smart Sewerage: An integrated sewer supply system and lifecycle management of Sewage
Network from COC to monitor the quality of treatment
Smart Traffic: To establish Intelligent Traffic Management System to bring out more efficiency
and better day to day traffic management
Social Media Analytics: To build a platform and dashboard to gather and analyse various
multi-structured data generated by the citizens via multiple platforms
Smart City Mobile App and Web Portal: To create a real time user friendly single window
service delivery system in the city
Smart Environment: To install sensors at field locations and deployment of Central
Environment System at the City Operation Centre
Smart Parking: To provide a seamless, efficient, citizen-friendly, cost and time effective
parking operation for the City
IT enabled Solid Waste Management System: To provide tracking of SWM fleet, weigh
bridge automation, staff attendance management, dashboard monitoring and user
communication with much improved & efficient management of Solid Waste Operations in the
city.
Setting of City Operation Centre, Command Control Centre, Server Room, Network
Operation Centre and Traffic Control Centre: Monitoring, controlling and operating all the
above-specified Smart City Components through the establishment of respective Operation
centres.
The network backbone is expected to provide a converged network, bringing together different city
management vertical solutions on a common network infrastructure for Pimpri-Chinchwad. The
converged network shall facilitate information exchange between resources and applications across
different domains. It will be an end-to-end open platform enabling services across the city.
An overarching OFC-based network is being planned as part of Pimpri-Chinchwad Smart City initiative,
which forms the backbone for all the envisaged applications. The network architecture being proposed,
will comply with the best practices and industry standards to ensure high availability, scalability,
manageability and security for the information, services and solutions being managed on the network.
The designed network shall provide uninterrupted services across the Pimpri-Chinchwad City
connecting seamlessly with various stakeholders. With the capability to handle high bandwidth
applications with low latency, the network forms the pivot for ICT based Smart City interventions in
Pimpri Chinchwad city.
The city network backbone based last mile connectivity has been provisioned at each of the city network
PoP along with the last mile connectivity at each of the IoT device/sensor level.
Protecting citizens and ensuring public safety is one of the topmost priority of any Government.
Governments and law enforcement agencies require advanced security solutions to effectively fight
threats from activities of terrorism, organized crime, vandalism, burglary, random acts of violence, and
all other forms of crime. Video surveillance is a fitting solution to commence the journey of government
and law enforcement agencies in implementing advanced security for public safety.
The proposed CCTV Surveillance System is designed to accumulate intelligence through data
collection via extensive CCTV installations, smart traffic sensors and crime prediction software to enable
intelligence policing. This set-up can aid in significantly improving the type and volume of information
that is relied upon by law enforcement authority when dealing with crimes.
The system shall have the ability to monitor, detect and record any criminal activity including theft, traffic
violations, vandalism to name a few.
1.2.3. Smart Water
The proposed Smart Water Network Management (SWNM) system shall involve supply, installation,
testing and commissioning of Smart Water AMI System. It shall provide integration of smart meter data
acquired from Smart Water Meters with existing Water Billing Application to generate Water Bills.
SWNM shall also involve supply, installation, testing and commissioning of SCADA Application for
monitoring and controlling the water distribution system along with integration of existing SCADA at
other locations.
The SWNM shall also involve Supply, Installation, Testing and Commissioning of Online Water Quality
Monitoring Stations and provide interface to citizens through web and mobile platforms for water quality
data in the city.
It shall ensure preventive maintenance of all the pumps at pumping stations based on real-time energy
audit of electrical measurements and other pump’s efficiency related parameters.
The proposed vision of the project is to implement holistic and integrated sewer supply system for Pimpri
Chinchwad under the smart city program. It includes lifecycle management of Sewage Network from
COC, monitoring the quality of treatment and processing at inlet and discharge, increasing operational
efficiency of the Sewage Network with a centralized control monitoring system, energy audit and
preventive maintenance of pumps, automation of chlorine and polyelectrolyte dosing systems & safety
and security of assets and infrastructure.
PCSCL in collaboration with Pune Police intends to adopt Smart ICT led interventions in the area of
Traffic Management to bring more efficiency and better management of day-to-day traffic scenario at
Pimpri Chinchwad area.
The Intelligent Traffic Management System shall enable Traffic Law Enforcement through the smart
ICT led interventions like Automatic Number Plate Recognition System and Red Light Violation
Detection, wrong way & wrong parking detection, speed detection, zebra crossing/stop line violation
etc.
The system shall improve & regulate traffic signals allowing real time traffic density to be monitored by
adopting Adaptive Traffic Control Systems at the selected traffic junctions. It shall also help the city
authorities understand the traffic patterns prevailing across the city; plan and manage events in Pimpri-
Chinchwad city based on historical and real-time data by incorporating data analytics. It shall also
enable stakeholders and citizens to be abreast with all latest traffic updates in real-time at regular and
critical travel advisories.
The Social Media Analytics platform shall gather and analyse various multi-structured data generated
by the citizens via multiple platforms. It shall cater to various needs of PCSCL like, need of an effective
citizen engagement dashboard through online mediums such as social media channels, need to
analyse citizens’ view for better decision and administrative support, citizens’ reaction on
implementation of various schemes etc. It shall also help to get proactive alerts on security / crisis /
sensitive activities for better safety & administration. These platforms are very effective for faster and
easier communication with the citizens.
The proposed Smart City Mobile App and Web Portal shall create a real time user friendly single window
service delivery system in the city comprising of various governance, informative, navigational &
transactional services. The Smart City App shall be based on the Mobile Service Delivery Platform,
which shall host various existing and forthcoming services on the city pertaining to domains like Waste,
Mobility, Utilities, Emergency, Environment, Traffic etc. The Web Portal shall be a synchronized platform
that shall offer similar features as the Smart City Mobile Application, acting as “One Stop Solution”
offering various services. They shall also offer community discussion platform for city dwellers to interact
with the city administration and shall present the real time status, alerts, intimations etc. on various
useful city services/parameters with respect to aforesaid domains.
The proposed Smart Environment system shall involve installation of Smart Environment sensors for
Air Quality, Weather, Lights & Noise level monitoring at field locations and deployment of Central
Environment System at the City Operation Centre of PCSCL. The real time environment and city health
status, alerts, notifications shall be communicated to the citizens via Digital Display Unit and Smart City
Mobile App. It shall also enable decision makers to analyse the current scenario, perform cross-domain
impact assessment, prediction/trend analysis etc. to further streamline the corrective measures.
The proposed Smart Parking System shall provide a seamless, efficient, citizen-friendly, cost and time
effective parking operation for Pimpri Chinchwad City and implement a holistic and integrated Smart
Parking System, which shall result in creating better parking experience for the citizens. The system
further focuses on making use of parking more efficiently by reducing illegal parking, revenue leakages,
manpower cost etc. The system shall reduce traffic congestion and greenhouse gases caused during
searching for parking space, increase revenue collection through managed parking, provide real time
tracking of available parking space on mobile and VMD, payment collection reconciliation and trend
analysis, which shall facilitate better urban planning.
The proposed Solid Waste Management System shall provide transparency, efficiency and
accountability in the entire supply chain w.r.t the collection, segregation, transportation, dumping and
processing of the city waste. The perceived advantages of IT enabled Solid Waste Management shall
be managing routes and vehicles dynamically/fixed through an automated system, real time
management of missed garbage collection points, efficient monitoring and management of waste
collection bins, reducing the human intervention in monitoring process, keeping history of vehicle routes,
attended sites and other details, integrating the dumping ground and transfer station facilities with the
centralized locations, Reporting of vehicles, garbage collected and other SWM details to higher
authorities from any location at any time, monitor and track the activities of field staff force on daily
basis, monitoring segregation of waste and levy spot fines, real time information sharing with citizen
regarding waste pick up status and an interface for grievance management.
1.2.11. Operation Centres
With a view of enabling respective stakeholders to operate all the above-specified Smart City
Components, following Operations Centres have been proposed:
The City Operation Centre shall facilitate with a viewing and controlling mechanism for selected field
locations in a fully automated environment for optimized monitoring, regulation and enforcement of
services. The City Operation Centre shall be accessible by the operators and concerned authorized
entities with necessary authentication credentials. The City Operation Centre shall be used and manned
by the PCSCL/PCMC officers to keep surveillance on civil issues.
Command Control Centre shall be the central location operations centre to monitor all the camera feeds
being received. It shall serve as the response mechanism centre for all the events triggered from various
applications/IoT devices over the GIS map, which can provide the location co-ordinates for facilitating
response mechanism as per user defined SOP for events. The centre can also facilitate integration of
existing disparate systems like Dial 100 and other Data base applications as and when available. The
entire process can be monitored using an Integrated Command Control Centre (ICCC) Platform, which
can integrate with all the different sensors/devices. Command Control Centre can also facilitate the
Server room, which stores the hardware required to record and trigger events using Video Management
Software, Video Analytics, Automatic Number Plate Recognition System, Red Light Violation Detection
System, Face Recognition System and storage of the video feed data.
It is proposed that a Network Operations Centre (hereinafter referred to as “NOC”) shall be established
for monitoring the network infrastructure laid as part of City Network Backbone across all locations. The
NOC shall analyse network problems, perform troubleshooting, communicate with various PCSCL/
PCMC officials or technicians and track problems through resolution. The key objective of the NOC is
to ensure the health and availability of components. When necessary, NOC shall escalate problems to
the appropriate stakeholders. The SI shall develop service catalogue for NOC and get a sign off on the
same from purchaser / authorized entity.
The intent of this RFP is to invite bids from the Bidders for SITC and O&M for establishing ICT Led
Systems for the Smart City Project.
Sl # Item Description
Currency in which the Bidders may quote the price and shall
11. Currency
receive payment is INR only.
2.1 General
PCSCL has adopted a two-step process (referred to as the "Bidding Process") for selecting Bidders for
the award of the Project through the e-tendering system. The Bidding Process shall comprise of two
steps, the first relating to qualification of the Bidder and the second relating to the Commercial Proposal
of the Bidder. As part of the Bidding Process, the Bidders are being called upon to submit their Bids
through the e-Procurement Portal (https://mahatenders.gov.in) in accordance with the terms specified
in the Bidding Documents. Registered bidders should submit their offer through e-Procurement Portal
only. The official shall guide the interested Bidder to document the authorization process & to obtain
the Registration Key.
Notes of e-Tendering:
a. All eligible interested Bidders, who want to participate in e-tendering process should get
enrolled on e-Procurement portal (https://mahatenders.gov.in)
b. Bidder shall contact, for details or any difficulties in submission of online tenders, if any, the
CEO, PCSCL
c. It is compulsory for all participants to submit all documents online.
d. It is compulsory to submit cost of Tender Form Fee and Earnest Money Deposit only in the
prescribed form/mode of payment. Detailed terms and conditions are displayed on the portal
(https://mahatenders.gov.in)
e. Right to reject any or all online bids of work without assigning any reasons thereof are reserved
with the CEO, PCSCL.
f. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this RFP may
wish to consult their own legal advisers in relation to this RFP.
g. All information supplied by Bidders may be treated as contractually binding on the Bidders, on
successful award of the assignment by the Purchaser on the basis of this RFP.
h. 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 the Purchaser. Any notification of preferred
Bidder status by the Purchaser shall not give rise to any enforceable rights by the Bidder. The
Purchaser may cancel this public tendering at any time prior to a formal written contract being
executed by or on behalf of the Purchaser.
i. This RFP supersedes and replaces any previous public documentation & communications, and
Bidders should place no reliance on such communications.
Bids may be submitted by a Sole Bidder or by a lead bidder in case of a consortium as per the eligibility
norms set forth in this RFP document.
a. 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.
b. Failure to comply with the requirements of this paragraph may render the bid non-compliant
and the Bid may be rejected. Bidders must:
i. Include all documentation in the bid, specified in this RFP
ii. Follow the format of this RFP while developing the bid and respond to each element in
the order, as set out in this RFP
iii. Comply with all requirements as set out within this RFP
No official of a procuring entity or a bidder shall act in contravention of the codes, which includes:
a. Prohibition of:
i. Making offer, solicitation or acceptance of bribe, reward or gift or any material benefit,
either directly or indirectly, in exchange for an unfair advantage in the Tendering process
or to otherwise influence the Tendering process.
ii. Any omission, or misrepresentation that may mislead or attempt to mislead so that financial
or other benefit may be obtained or an obligation avoided.
iii. Any collusion, bid rigging or anticompetitive behaviour that may impair the transparency,
fairness and the progress of the Tendering process.
iv. Improper use of information provided by the procuring entity to the bidder with an intent to
gain unfair advantage in the Tendering process or for personal gain.
v. Any financial or business transactions between the bidder and any official of the procuring
entity related to tender or execution process of contract;
vi. Which can affect the decision of the procuring entity directly or indirectly.
vii. Any coercion or any threat to impair or harm, directly or indirectly, any party or its property
to influence the Tendering process.
viii. Obstruction of any investigation or auditing of the Tendering process.
ix. Making false declaration or providing false information for participation in a tender process
or to secure a contract;
b. Disclosure of conflict of interest.
c. Disclosure by the bidder of any previous transgressions made in respect of the
i. Provisions of sub-clause (a) with any entity in any country during the last three years
ii. Or of being debarred by any other procuring entity.
In case of any reported violations, the procuring entity, after giving a reasonable opportunity of being
heard, comes to the conclusion that a bidder or prospective bidder, as the case may be, has
contravened the code of integrity, may take appropriate measures.
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 for Submission of Pre-
Bid Queries, set forth the particulars thereof and submit to Purchaser in writing so that the doubts may
be removed or clarifications are provided.
2.6 Pre-bid meeting & Clarification
a) Prices quoted must be firm and final and shall remain constant throughout the period of
the contract and shall not be subject to any upward modifications, on any account
whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only.
b) The Commercial Bid should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes, duties, fees, levies, works contract
tax and other charges as may be applicable in relation to the activities proposed to be
carried out.
c) The taxes quoted in the offer should be as per the prevailing tax rates.
d) A proposal submitted with an adjustable price quotation or conditional proposal shall be
treated as non-responsive and the bid may be rejected.
a) The Bidders shall indicate the unit rates and total Bid Prices of the equipment/ services, it
proposes to provide under the Contract. Prices should be shown separately for each item
as required in the RFP.
b) Bidder should provide all prices as per the prescribed Commercial Bid format provided in
the e-Procurement Portal.
c) The Bidders shall prepare the bid based on details provided in the tender documents. It
must be clearly understood that the Scope of Work is intended to give the Bidders an idea
about the order and magnitude of the work and is not in any way exhaustive and
guaranteed by PCSCL. The Bidders shall carry out all the tasks in accordance with the
requirement of the tender documents and it shall be the responsibility of the Bidders to
fully meet all the requirements of the tender documents.
d) If at any stage, during the contract, if Purchaser identifies that the approach/ project plan/
schedule/ work conducted does not meet the functional requirements, conceptual design,
performance requirements/ SLA, and other requirements of Tender, the Bidders shall
revise the required work plan/ approach/quality of work as required. No additional cost
shall be reimbursed for the bidder for the same.
e) The price would be inclusive of all taxes, duties, charges and levies payable under
respective statutes.
a) PCSCL may terminate the RFP process at any time and without assigning any reason.
PCSCL makes no commitments, express or implied, that this process shall result in a
business transaction with anyone.
b) This RFP does not constitute an offer by PCSCL. The bidder's participation in this process
may result in PCSCL selecting the bidders to engage towards execution of the contract.
a) The Bidders shall download the tender document from the e-Procurement Portal as
mentioned in the Proposal Datasheet above. The downloading of the tender documents
shall be carried out strictly as provided on the web site.
b) Tender Fee of requisite amount, as per Datasheet, shall be paid online through e-
Procurement Portal.
c) Without the payment of tender fee, the bids shall be considered as incomplete and non-
responsive and shall not be considered.
d) The RFP document fee is non-refundable and not exempted.
e) Proposals received without tender fee receipt shall be rejected.
3.3 Earnest Money Deposit (EMD)
a) EMD, which is required to protect the PCSCL against the risk of Bidders conduct,
which would warrant the EMD forfeiture, of requisite amount as per Factsheet/Datasheet,
shall be paid as per below:
INR 4,40,00,000 (INR Four Crores Forty Lacs only) through e Procurement
portal or by Bank Guarantee (as per format attached in Annexure 9 ) and
INR 10,00,000 (INR Ten Lacs only) through e-Procurement portal
b) No exemption for submitting the EMD shall be given to any agency. EMD in any other form
shall not be entertained.
c) The EMD of all unsuccessful bidders would be refunded by PCSCL after submission of
Performance Bank Guarantee by the successful bidder.
d) The EMD of the successful bidder would be returned upon submission of Performance
Bank Guarantee, by the successful bidder. The EMD amount is interest free and shall be
refundable without any accrued interest on it.
e) Proposals not accompanies with the EMD or containing EMD with infirmity (ies) (relating
to the amount or validity period etc.), mentioned above, shall be summarily rejected.
f) The EMD may be forfeited:
If a bidder withdraws its bid during the period of bid validity.
A successful Bidder fails to sign the subsequent contract in accordance with this
RFP
The Bidder being found to have indulged in any suppression of facts, furnishing of
fraudulent statement, misconduct, or other dishonest or other ethically improper
activity, in relation to this RFP
A Proposal contains deviations (except when provided in conformity with the RFP)
conditional offers and partial offers.
g) The validity of the Bank Guarantee shall be for a period of 180 days from the date of its
issuance.
Bidders shall submit their responses as per the procedure specified in the e-Procurement Portal
https://mahatenders.gov.in being used for this purpose. Generally, the items to be uploaded on the
portal would include all the related documents mentioned in this Model RFP, such as:
Tender Fee
EMD (Original BG document shall be submitted to PCSCL office within 24 hrs of submission
of the proposal)
Pre-Qualification Proposal
Technical Proposal
Financial proposal
However, each of the above documents must be uploaded in the format specified for this purpose and
as per the specified folder structure in the e-Procurement Portal.
The bidder must ensure that the bid is digitally signed by the Authorized Signatory of the bidding firm
and has been duly submitted (freeze) within the submission timelines. The PCSCL shall in no case be
responsible if the bid is not submitted online within the specified timelines.
All the pages of the Proposal document must be sequentially numbered and must contain the list of
contents with page numbers. Any deficiency in the documentation may result in the rejection of the
Bidder’s Proposal.
The Bidder shall be responsible for all costs incurred in connection with participation in the RFP process,
including, but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings/discussions/presentations, preparation of proposal, in providing any additional
information required by Purchaser to facilitate the evaluation process, and in negotiating a definitive
contract or all such activities related to the bid process.
Purchaser shall in no event be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
3.6 Language
The proposal should be filled by the bidders in English language only. If any supporting documents
submitted are in any language other than English, translation of the same in English language is to be
duly attested by the bidders. For purposes of interpretation of the documents, the English translation
shall govern.
3.7 Discount
The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with
the quoted prices. Discount of any type, indicated separately, shall not be taken into account for
evaluation purpose. However, in the event of such an offer, without considering discount, is found to be
the lowest, PCSCL shall avail such discount at the time of Award of Contract. For future purposes, unit
prices of all individual components shall be discounted accordingly (by the overall discount % in case
overall discount % is given or by the individual component discount % in case item wise discount given)
to arrive at component-wise unit prices.
If a Bidder, sole, lead or consortium member, submits or participates in more than one Proposal and /
or presents more than one Solution, such Bidders shall be disqualified.
The Proposal should be accompanied by a Power-of-Attorney in the name of the signatory of the
Proposal.
a) The "Bidders" as used in the tender documents shall mean the one who has signed the Tender
Forms. The Bidders may be either the Principal Officer or his duly Authorized Representative,
in either cases, he/she shall submit a power of attorney. All certificates and documents
(including any clarifications sought and any subsequent correspondences) received hereby,
shall be furnished and signed by the representative or the principal.
b) The authorization shall be indicated by written power-of-attorney accompanying the bid.
c) Any change in the Principal Officer shall be intimated to PCSCL in advance
a) At any time prior to the deadline for submission of proposals, PCSCL, for any reason, may
modify the RFP by amendment notified by uploading it on the e-Procurement Portal and such
amendment shall be binding on them. PCSCL, at its discretion may extend the deadline for the
submission of proposals.
b) PCSCL reserves the right to change the scope before opening of Technical bids. In this case,
PCSCL shall release a corrigendum/clarification and ask the bidders to resubmit their Technical
bids.
a) It shall be incumbent upon each Bidder to fully acquaint himself with the local conditions and
other relevant factors, which would have any effect on the performance of the contract and / or
the cost.
b) The Bidders are expected to obtain for himself on his own responsibility all information that may
be necessary for preparing the bid and entering into contract. Obtaining such information shall
be at Bidders own cost.
c) Failure to obtain the information necessary for preparing the bid and/or failure to perform
activities that may be necessary for the providing services before entering into contract shall in
no way relieve the successful Bidders from performing any work in accordance with the Tender
documents.
d) It shall be imperative for each Bidder to fully inform themselves of all legal conditions and
factors, which may have any effect on the execution of the contract as described in the bidding
documents. PCSCL shall not entertain any request for clarification from the Bidders regarding
such conditions.
e) It is the responsibility of the Bidders that such factors have properly been investigated and
considered while submitting the bid proposals and that no claim whatsoever including those for
financial adjustment to the contract awarded under the bidding documents shall be entertained
by PCSCL and that neither any change in the time schedule of the contract nor any financial
adjustments arising thereof shall be permitted by the PCSCL on account of failure of the Bidders
to appraise themselves of local laws and site conditions.
Proposals, in its complete form in all respects as specified in the RFP, must be submitted online before
last date and time of submission, to PCSCL at the portal specified in Proposal Factsheet/Datasheet.
a) Bids submitted after the due date shall not be accepted by the e-Procurement Portal
(https://mahatenders.gov.in), and hence shall automatically be rejected. The Purchaser shall
not be responsible for any delay in the online submission of the proposal.
b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence shall be entertained on this matter.
c) The Purchaser shall not be responsible for any postal delay or non-receipt/ non-delivery of the
documents. No further correspondence on the subject shall be entertained.
d) PCSCL reserves the right to modify and amend any of the above-stipulated condition/criterion
depending upon project priorities vis-à-vis urgent commitments.
3.15 Deviations
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 7.8. The bids
with deviation(s) are liable for rejection.
Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing
which the offer shall be liable to be rejected.
The Bidders shall designate the official mailing/e-mail address, place and fax number to which all
correspondence shall be sent by the PCSCL.
a) No Bidders shall contact the PCSCL on any matter relating to its bid, from the time of the bid
opening to the time the Contract is awarded.
b) Any effort by a Bidders to influence the PCSCL’s bid evaluation, bid comparison or contract
award decisions shall result in the rejection of the Bidders bid.
a) The Bidder may visit and examine any of the offices and other locations of PCSCL/PCMC at a
time to be agreed with PCSCL, and obtain all information on the existing processes and
functioning of the project that may be necessary for preparing the Bid document. The Bidder
may carry out this site visit as per the date and time specified in Bid schedule. The visit may
not be used to raise questions or seek clarification on the RFP. The cost of such visits to the
site (s) shall be at the Bidder's own expense.
b) The PCSCL shall arrange for the Bidder and any of its personnel or agents to gain access to
the relevant site or sites, provided that the Bidder gives the PCSCL adequate notice of a
proposed visit of at least seven (7) working days. Alternatively, the PCSCL may organize a site
visit or visits concurrently with the pre-bid meeting, as specified in the RFP. Failure of a Bidder
to make a site visit shall not be a cause for its disqualification.
c) No site visits shall be arranged or scheduled after the deadline for the submission of the Bids
and prior to the Award of Contract.
a) The bidder shall prepare the bid based on details provided in the RFP documents. It must be
clearly understood that the quantities, specifications and diagrams that are included in the RFP
document are intended to give the bidder an idea about the scope and magnitude of the work
and are not in any way exhaustive and guaranteed by PCSCL.
b) The bidder is expected to ensure that the solution proposed by him meets the functional
requirements, conceptual design, performance requirements and other RFP requirements.
Performing of any activity required to design an optimal solution shall be at bidder’s own cost.
c) The bidder shall carry out the sizing of the solution based on internal assessment and analysis,
which may include the use of modelling techniques wherever necessary.
d) The bidder must propose a solution best suited to meet the requirements of the PCSCL. If,
during the sizing of the solution, any upward revisions of the specifications and/or quantity as
given in this RFP document, is required to be made to meet the conceptual design and/or
requirements of RFP, all such changes shall be included in the technical proposal and their
commercial impact, thereof, included in the commercial bid.
e) If, during the sizing of the solution, any additional product that is not listed in the RFP document
is required to be included to meet the conceptual design, performance requirements and other
requirements of RFP, all such product(s) should be included by the bidder in the technical
proposal and their commercial impact, thereof, included in the commercial bid.
f) PCSCL shall, in no case be responsible or liable for any costs associated with the design/sizing
of the proposed solution, regardless of the conduct or outcome of the Tendering process.
g) If at any stage during the currency of the contract, the solution proposed does not meet the
functional requirements, conceptual design, performance requirements/SLA, and other
requirements of the RFP, the bidder shall revise the required specifications and/or quantities
as proposed by the bidder in his bid in order to meet the said objectives/targets. All such
provisions shall be made by the bidder within the lump sum contract price, at no extra cost to
PCSCL and without any impact to PCSCL whatsoever.
h) It is mandatory to provide the break-up of all components in the format specified in the RFP. In
no circumstances shall the commercial bid be allowed to be changed / modified.
i) It is mandatory to provide break-up of all taxes, duties and levies wherever applicable and/or
payable. The bid amount shall be inclusive of packing, forwarding, transportation, insurance,
delivery charges and any other charges as applicable. Any other charges as applicable shall
be borne by the Bidder.
a. 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.
b. 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.
c. All the OEMs should have authorized presence in India either directly or through channel
partner(s) as on the date of release of RFP.
d. All the proposed active components / devices and smart solutions, pertaining to Networking,
Server Room / DC, Surveillance & Traffic, should not be manufactured in China and should not
be manufactured / assembled using Chinese spare parts at any other country
e. The OEM for all active components should give a declaration that products or technology
quoted are neither end-of-sale nor end-of-life as on the date of installation and commissioning
and are not end-of-support till the successful completion of O&M period of the project.
f. The proposed OEM for all active equipment should provide MAC ids of the quoted products;
the MAC address of the proposed equipment must be registered in the name of the OEM only.
g. The proposed OEM for Connectivity Bandwidth must possess necessary Telecom licensing
required for providing leased network infrastructure or leased circuits as per TRAI/DOT
regulations. The Bandwidth OEM must possess necessary ISP & NLD licenses (valid at the
time of bidding) required for providing leased network infrastructure.
h. The Cloud Service Provider OEM must be as per Government of Maharashtra empanelled CSP
as per GR No. मातसं - 060/3/2017/1 dated 16th May 2018 and GR No. मातसं - 060/3/2017/2
dated 19th May 2018) by MeiTY (Ministry of Electronics and Information Technology) for Public
Cloud, Virtual Private Cloud and Community Government Cloud as on date of bid submission..
i. The bidder’s proposed OEM should not have been blacklisted by any State / Central
Government Department or Central /State PSUs as on bid submission date.
j. Each of the proposed OEMs should either have existing capability and infrastructure to provide
24x7x365 technical support in India, or should provide an undertaking that they would establish
the requisite infrastructure and capability to provide 24x7x365 technical support, on emerging
a winner in this bidding process.
k. All proposed equipment/items should be necessarily quoted with back-to-back OEM warranty.
Adequate supporting documents pertaining to the above points, along with a summary compliance
table, should be submitted in the technical proposal by the Bidder.
a. Bidder should do Online Enrolment in the e-Procurement Portal. The Digital Signature
enrolment has to be done with the e-token, after logging into the portal. The e-token may be
obtained from one of the authorized Certifying Authorities.
b. After downloading / getting the tender schedules, the Bidder should go through them carefully
and then submit the documents as per the tender document; otherwise, the bid shall be
rejected.
c. The BOQ template must not be modified / replaced by the bidder and the same should be
uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender.
Bidders are allowed to enter the Bidder Name and Values only.
d. The PCSCL shall not be held responsible for any sort of delay or the difficulties faced during
the submission of bids online by the bidders due to local issues.
e. The bidder must submit the bid documents in online mode only, through the e-Procurement
Portal.
f. After the bid submission, the bid summary has to be printed and kept as an acknowledgement
as a token of the submission of the bid. The bid summary shall act as a proof of bid submission
for a tender floated and shall also act as an entry point to participate in the bid opening event.
g. The time that is displayed from the server clock at the top of the tender Portal, shall be valid for
all actions of requesting bid submission, bid opening etc., in the e-Procurement Portal. The
Time followed in this portal is as per Indian Standard Time (IST). The bidders should adhere to
this time during bid submission.
h. As per disclaimer of the portal, it is recommended that the EMD transfer is done at least 1-3
days prior to the last date of submission to have hassle-free operations.
Bidder is required to prepare a Technical Proposal as detailed out in Annexure 3 - Format for submission
of Technical Bid. The bidder should upload all the associated documents in Online Technical Envelope
(T1) in PDF format, if required can be zipped as well and then uploaded. These documents need to be
digitally signed by using a digital signature and uploaded during Online Bid Preparation stage. The
bidder should submit all the supporting documents as mentioned in Annexure 3 - Format for submission
of Technical Bid of this RFP.
All commercial offers must be prepared online (An online BoQ format shall be provided for this purpose
during Online Bid Preparation stage). No bidder should quote his commercial offer anywhere directly or
indirectly in Technical Envelope, failing which the Commercial Envelope shall not be opened and his
tender shall stand rejected.
a. The bids that are submitted online successfully shall be opened online as per date and time
given in Proposal Datasheet, through e-Tendering procedure.
b. Bids shall be opened either in the presence of bidders or their duly authorized
representatives. The bidder representatives who are present shall sign a register
evidencing their attendance. Two representatives per bidder shall be permitted to be
present at the time of opening the tender.
c. The Bid submitted without Tender fee and EMD, shall be summarily rejected. Only those
Bids whose Tender fee and EMD is received shall be eligible for opening.
d. Total transparency shall be observed and ensured while opening the Proposals/Bids
e. PCSCL reserves the rights at all times to postpone or cancel a scheduled Bid opening
f. Bid opening shall be conducted in two stages:
i. In the first stage, Pre-qualification Proposals would be opened. The EMD of the
Bidders shall be opened on the same day and time, on which the Pre-qualification
Proposal is opened, and bids not accompanied with the requisite EMD or whose
EMD is not in order shall be rejected. Technical Proposals of Bidders who pass the
Pre-qualification criteria shall be opened.
ii. In the second stage, Commercial Proposal of those Bidders who qualify as per the
Technical qualification criterion would be opened in the presence of Bidders’
representatives who choose to attend the Bid opening sessions on the specified
date, time and address.
g. The Bidders’ representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of Bid opening being declared a holiday for
PCSCL, the bids shall be opened at the same time and location on the next working day.
In addition to that, if there representative of the Bidder remains absent, PCSCL shall
continue process and open the bids of the all Bidders.
h. During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine
whether they are complete, whether required EMD has been furnished, whether the
Documents have been properly signed, and whether the bids are generally in order. Bids
not conforming to such preliminary requirements shall be prima facie rejected. PCSCL has
the right to reject the bid after due diligence is done.
a. Technical Envelope of the tenderer shall be opened online through e-Tendering procedure
to verify its contents as per requirements.
b. If the various documents contained in this envelope do not meet the requirements, a note
shall be recorded accordingly by the tender opening authority and the said tenderer’s
Commercial Envelope shall not be considered for further action but the same shall be
recorded.
c. Decision of the tender opening authority shall be final in this regard.
d. The commercial bids shall not be opened till the completion of evaluation of technical bids.
The commercial Bids of only technically qualified Bidders as mentioned above shall be
opened.
e. Documents submitted by the bidder shall be closely scrutinized and the bidder shall provide
all the original documents whenever requested.
a. This envelope shall be opened online as per the date and time given in detailed tender
schedule (if possible), through e-Tendering procedure only.
Note: During Online Bid Submission, bidder is allowed to submit/upload additional relevant
document apart from the above mentioned documents as part of its bid.
3.30 Sub-Contracting
The bidder shall not be allowed to sub-contract / outsource work, except for the following:
a. Civil & electrical work, site preparation, cabling and fixtures work, and other non IT related
activities during implementation
b. Facility Management Staff at COC/CCC/Helpdesk
However, even if the work is sub-contracted / outsourced, the sole responsibility of the work shall lie
with the lead bidder. The lead bidder shall be held responsible for any delay/error/noncompliance 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 Purchaser, if asked.
a. PCSCL shall constitute a Tender Evaluation Committee to evaluate the responses of the
bidders
b. The Tender Evaluation Committee constituted by the PCSCL shall evaluate the responses
to the RFP and all supporting documents / documentary evidence. Inability to submit
requisite supporting documents / documentary evidence, may lead to rejection. The
Bidders' technical solution shall be evaluated as per the requirements and evaluation
criteria as spelt out in the RFP document. The Bidders are required to submit all required
documentation in support of the evaluation criteria specified (e.g. detailed Project citations
and completion certificates, client contact information for verification, profiles of Project
resources and all others) as required for technical evaluation.
c. The Committee may seek inputs from their professional and technical experts in the
evaluation process.
d. PCSCL reserves the right to do a reference check of the past experience stated by the
Bidder. Any feedback received during the reference check shall be taken into account
during the Technical evaluation process
e. The decision of the Tender Evaluation Committee in the evaluation of responses to the
RFP shall be final. No correspondence shall be entertained outside the process of
negotiation/ discussion with the Committee.
f. The Tender Evaluation Committee may ask for meetings with the Bidders to seek
clarifications on their proposals.
g. The Tender Evaluation Committee reserves the right to reject any or all proposals on the
basis of any deviations without assigning any reason thereof.
h. Each of the responses shall be evaluated as per the criterions and requirements specified
in the RFP.
i. Proposal Presentations: The Tender Evaluation Committee shall invite each pre-qualified
Bidder to make a presentation to PCSCL at a date, time and venue decided by PCSCL.
The purpose of such presentations would be to allow the Bidders to present their proposed
solutions to the Committee and orchestrate the key points in their Proposals.
j. The Bidder should cover scope of work, complexity of implementation, end to end
integration methodology, Demonstration, Survey Method and critical success factor as
specified in the evaluation section
a. The Bids shall be opened by Purchaser in presence of those Bidders or their representatives
who may be present at the time of opening.
b. The representatives of the bidders should be 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.
c. The bid shall be opened in the following manner :
Set 1:
RFP Document Fee & EMD
Pre-Qualification bid
Technical bid
Set 2:
Commercial bid
d. The venue, date and time for opening the Pre-qualification & Technical bid are mentioned in
the Datasheet.
e. The Technical Bids of only those bidders shall be evaluated who clear the Pre-qualification
stage.
f. The Commercial Bids of only those bidders shall be opened whose score equal to or more than
qualifying marks in the Technical Bid.
g. The date and time for opening of Commercial bid would be communicated to the qualified
bidders.
4.3 Preliminary Examination of Bids
a. Initial Proposal scrutiny shall be held to confirm that Proposals do not suffer from the infirmities
detailed below. Proposals shall be treated as non-responsive, if a Proposal is found to have
been:
i. Submitted in manner not conforming with the manner specified in the RFP document
ii. Submitted without appropriate EMD as prescribed herein
iii. Received without the appropriate or power of attorney
iv. Containing subjective/incomplete information
v. Submitted without the documents requested in the checklist
vi. Non-compliant with any of the clauses stipulated in the RFP
vii. Having lesser than the prescribed validity period
During the bid evaluation, PCSCL may at its discretion, ask the bidder for a clarification 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. PCSCL is entitled to ask for clarifications as many times
as possible from the bidders to the satisfaction of the Tender Evaluation committee.
Purchaser 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 shall 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
conformations 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.
a. Purchaser shall validate the Set 1 “RFP Document fee & Earnest Money Deposit (EMD)”.
b. If the contents of Set 1 are as per requirements, Purchaser shall open the “Pre-Qualification
Bid”. In case, the Bidder does not meet any one of the conditions, the bidder shall be
disqualified.
c. Bidders would be informed of their qualification / disqualification based on the Pre-
Qualification criteria and subsequently, the EMD amount shall be returned to the respective
disqualified Bidders after the submission of Performance Bank Guarantee by the successful
Bidder.
a. Set 1 “Technical bid” shall be evaluated only for the bidders who get qualified in Pre-
Qualification.
b. Purchaser shall 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 Purchaser’s discretion.
c. The bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements and technical evaluation framework specified in the RFP
d. Bidders shall be required to make the detailed presentation, as part of the Technical
Evaluation Framework specified in the RFP.
e. Each Technical Bid shall be assigned a technical score as per the Technical Evaluation
Framework. Only the bidders who get an Overall Technical score of 80% or more and
requisite sectional cut-off in each section of the Technical Evaluation Framework as given in
Section 4.7 shall qualify for commercial evaluation stage. Failing to secure minimum marks
shall lead to technical rejection of the Bid.
a. All the technically qualified bidders shall be notified to participate in Commercial Bid opening
process.
b. 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
Purchaser’s discretion.
c. Commercial Bids that are not as per the format provided in Annexure 4 shall be liable for
rejection.
d. As part of commercial bid submission process, on e-Procurement Portal, bidder shall quote
Price in the “Unit Base Price (Rate)” column as per details below:
In case of Unit of Measurement for a line item as ‘Lump Sum’, Bidder shall quote the
Total Price in the “Unit Base Price (Rate)” column to meet the RFP requirement in
totality
In case of Unit of Measurement for a line item such as ‘Nos.’, ‘Set’, ‘Lot’ etc., bidder
shall quote the Unit Price in the “Unit Base Price (Rate)” column.
e. For the purpose of computation of the Financial Bid Value of the respective submitted bid,
purchaser shall consider Unit / Lump sum Price (Inclusive of all Taxes, levies, duties etc.),
for the respective line item quoted by the bidder on e-Procurement Portal and shall consider
either of the below quantities for that line item, whichever is higher:
Quantities proposed by the bidder as part of its Proposed Unpriced Bill of Material in the
technical bid
Quantities as prescribed by the purchaser as part of RFP Volume II, Annexure 1 –
Indicative Bill of Material
f. Basis on the above computed bid value, the bidder that has quoted the Lowest Cost Bid (Total
Price) shall be awarded the contract. For the purpose of arriving at L1, prices inclusive of all
applicable taxes, duties and levies etc. shall be considered.
g. The payment to the successful bidder shall be made on the basis of actual consumption.
h. Any reference of payment to the SI on actual basis, anywhere in the RFP, only means that,
for any reason(s) if the purchaser at any stage decides to enhance or truncate the scope of
work, leading to increase or decrease in the number of hardware components/devices than
the one prescribed in the RFP or in the response of the bidder, the payment for the same shall
be made for such additional or lower number on the basis of the respective line item’s unit
cost prescribed by the bidder, as part of their financial bid.
Documents to be
Sr. No. Criteria Details
Submitted
The Sole bidder or each of the members of Certificate of
the consortium, in case of consortium, Incorporation /
should be an entity registered in India under Partnership deed
1. Legal Entity
the Companies Act 1956 / 2013 or LLP
registered under LLP Act 2008 or GST Registration
subsequent amendments thereto. Certificate
4. City Network
One project related to setting up of Wide
Area Network (Electronic components) of at
least 30 network aggregation nodes (Router
/ L3 switch)
OR
Two projects related to setting up of Wide
Area Network (Electronic components) each
having at least 20 network aggregation
nodes (Router / L3 switch)
7. ICCC Platform
Implementation of ICCC Platform, with at
least 3 city services / use cases for
centralised monitoring control and
operations.
Note: For the large ongoing projects, client certificate shall clearly state the quantum of work completed,
as per the requisite eligibility criteria, and in absence of such client certificates, self-certificate certified
by the entity’s Company Secretary needs to be submitted.
4.7 Technical Evaluation Framework
The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as per the
evaluation criteria in the following table:
Minimum
Section # Evaluation Criteria Total Marks
Qualifying Marks
A. Project Experience 30 22.5
Technical Presentation covering:
B. Approach & Methodology 10 7.5
Proposed Solution
C. Resource Profile 10 7.5
Note: Purchaser (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.
4.7.1 Technical Bid Criteria & Evaluation
Max.
Sr. Supporting Documents
Criteria Category Evaluation criterion details Marks
No. required
Allotted
A. Project Experience (Max. 30 marks)
1. Work Order and / or Signed Contract
2. Client Completion Certificate
OR
Satisfactory Work in Progress Certificate
(certifying that the supply, installation, testing
The Sole Bidder or any member of the consortium, in case of & commissioning is completed and O&M
consortium, should have successfully completed project in services are being provided for at least three
India/Global, with minimum value of INR 200 crore in last five months), from the Client; the certificate
years, related to Supply, Installation, Commissioning and should have been issued by the client not
System Integration Integration of ICT Infrastructure and Systems along with earlier than 45 days from the date of bid
A1 providing O&M services, as on bid submission date. 5 marks
Capabilities submission date.
Marks shall be allotted as given below:
More than 2 projects – 5 marks Note: In absence of satisfactory Work in
Two projects - 4 marks Progress certificate from the client, the bidder
One project – 3.5 marks can submit, at the time of bid submission,
Self-Certificate with required details (Certified
by the entity’s Company Secretary) and shall
also be submitting the satisfactory Work in
Progress certificate from the client, during the
Technical Presentation; else the bid shall be
rejected.
The Sole Bidder or any member of the consortium, in case of
1.Work Order and / or Signed Contract
consortium, should have relevant experience in India/Global
related to Supply, Installation, Testing and Commissioning of ICT 2.Client Completion Certificate
Infrastructure and Systems in last five years, as on bid OR
Smart Solution submission date, in the below mentioned “Specific Business 25
A2 Satisfactory Work in Progress Certificate,
Implementation Area”’. marks
from the Client; the certificate should have
Note: Bidder to quote project credentials in at least 5 of the
been issued by the client not earlier than 45
below mentioned specific business areas.
days from the date of bid submission date.
Specific Business Area:
1. City-wide Surveillance
Max.
Sr. Supporting Documents
Criteria Category Evaluation criterion details Marks
No. required
Allotted
Note: In absence of satisfactory Work in
City-wide Surveillance Project with at least 500 IP based Progress certificate from the client, the bidder
camera along with Video Analytics system (at least 2 use can submit, at the time of bid submission,
cases of this RFP) Self-Certificate with required details (Certified
More than 3 projects - 5 marks by the entity’s Company Secretary) and shall
More than 1 project – Up to 3 projects - 3 marks also be submitting the satisfactory Work in
One project – 2 marks Progress certificate from the client during the
Technical Presentation; else the bid shall be
OR rejected.
City-wide Surveillance Project with at least 350 IP based
camera along with Video Analytics system (at least 2 use
cases of this RFP)
More than 4 projects - 5 marks
More than 2 projects – Up to 4 projects - 3 marks
Two projects – 2 marks
OR
OR
OR
OR
Setting up of Wide Area Network along with Network
Operation Centre having at least 20 network aggregation
nodes (Router / L3 switch)
More than 4 projects - 5 marks
More than 2 projects – Up to 4 projects - 3 marks
Two projects – 2 marks
7. Data Centre
OR
OR
Note: For the large ongoing projects, client certificate shall clearly state the quantum of work completed, as per the requisite eligibility criteria, and in absence
of such client certificates, self-certificate certified by the entity’s Company Secretary needs to be submitted
4.7.2 Key Resources
SI shall provide adequate number of personnel, each responsible for a specific role during the project
implementation and O&M phase, SI shall provide clear definition of the roles 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 Manpower for the Project. Any changes in Manpower
deployment shall have to be approved by the purchaser.
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.
All the below proposed positions except Master Trainer shall be Onsite during the project
implementation phase. The SI shall be mandatorily required to deploy the resources as per the
submitted profile or better.
Sr.
Position Minimum qualifications
No.
a. Regular (non-distance learning degree) MBA / MCA/M. Tech & B.
Tech/B.E. from a reputed institute
b. At least 15 years of overall experience combined in Technology
1. Project Director Transformation, Enterprise Architecture, and Network Designing etc.
c. Should have more than 10 years of experience of handling such
large scale projects
d. Should preferably have PMP or Prince 2 certification (currently valid)
a. Regular (non-distance learning degree) MBA/MCA/M. Tech & B.
Tech/B.E. from a reputed institute
b. At least 12 years of overall experience combined in Networking,
2. Project Manager Solution Designing and Project Implementation
c. Should have more than 7 years of experience of handling large
scale projects as a project manager
d. Should preferably have PMP or Prince 2 certification (currently valid)
a. MCA/M. Tech/B. Tech/B.E. from a reputed institute
b. At least 12 years of overall experience
c. Should have experience of more than 10 years as Solution Architect
3. Solution Architect in large projects of similar nature
d. Should have experience of Solution Designing for Smart Cities /
Command Control Centre Systems
e. Preference shall be given to the experts with relevant certifications
a. M. Tech/B. Tech/B.E. from a reputed institute
b. Should have at least 12 years of overall experience
c. Should have at least 7 years of experience in designing &
4. Network Architect implementing network solutions
d. Should have experience of designing & implementing the network
for at least 2 similar projects.
e. Preference shall be given to the experts with relevant certifications
a. M. Tech/B. Tech/B.E. from a reputed institute
b. Should have at least 8 years overall experience
5. CCTV Expert
c. Should have experience in designing & implementing CCTV
solutions for at least 2 projects of similar size.
a. MCA/M.Tech/B.Tech/B.E from a reputed institute
b. Should have more than 12 years of overall experience and more
6. IoT Expert than 5 years of IoT Technology experience
c. Should have experience of implementation of IoT Platform or
Command Control Centre Systems
Sr.
Position Minimum qualifications
No.
a. B.E in Electronics from a reputed Institute
SCADA Expert
7. d. Should have at least 8 years of overall experience and minimum 5
years of experience in SCADA/Data Acquisition/RTU/PLC
a. B.Tech / M.Tech/MBA/MCA from reputed institute
8. QA Manager b. Should have a minimum of 8 years of experience and at least 3
years of Quality Assurance experience
a. B.Tech / M.Tech/MBA/MCA with from reputed institute
9. Master Trainer b. Should have a minimum of 5 years of experience in conducting
trainings for similar applications & solutions
SI shall provide Manpower plan for Implementation Phase as per format provided in Section 8.8 of this
RFP document.
Apart from the above-mentioned resources, the Bidder shall also propose adequate manpower to be
deployed during the Operation & Maintenance phase for managing the defined Service Level
Agreement and end-to-end operations of all the proposed systems at purchaser’s location as per the
format 8.8.1. SI should deploy, onsite, one Project Manager along with at least one resource for
each of the respective solution for managing day-to-day operations of the systems at
PCSCL/PCMC, apart from the below mentioned resources:
Helpdesk operators (No. 07): Graduate with minimum 2 years of relevant experience
Social Media Analytics Tool Experts (No. 01): B.Tech with minimum 3 years of relevant
experience
CCC operators (No. 05): Graduate with minimum 3 years of video surveillance / CCC
experience
NOC (24*7 - min. 2 resources with at least 1 resource at night shift) operators & facility
management staff to be deployed by the SI as per the requirement
Citizen Engagement Cell Operators (as per RFP requirement)
5 Award of Contract
5.1 Right to Accept Any Proposal and To Reject Any or All Proposal(s)
The Purchaser reserves the right to accept or reject any proposal, and to annul the tendering process /
Public tendering process and reject all proposals at any time prior to award of contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for Purchaser action.
a. Prior to the expiration of the validity period, PCSCL shall notify the successful bidders in
writing or by fax or email, that its proposal has been accepted. In case the tendering process
/ public tendering process has not been completed within the stipulated period, PCSCL may
like to request the bidders to extend the validity period of the bid.
b. The decision to extend the validity period of a Bidder’s Proposal shall be the Bidder’s sole
prerogative.
5.3 Negotiations with the successful bidder
If required, negotiations shall be held at the date, time and address intimated to the qualified and
selected bidder. Representatives conducting negotiations on behalf of the bidder must have written
authority to negotiate and conclude a Contract.
a. The Purchaser shall reserve the right to negotiate with the Bidder(s) whose Proposal has
been ranked Least Cost Bid post Technical and Commercial Evaluation , as per the
guidance provided by Central Vigilance Commission (CVC).
b. On this basis the draft contract agreement would be finalized for award & signing.
c. The selected Bidder(s) should convey acceptance of the award of contract by returning duly
signed and stamped duplicate copy of the award letter within 7 days of receipt of the
communication.
d. Upon notification of award to the successful Bidder, PCSCL shall promptly notify each
unsuccessful Bidder.
Within fifteen (15) working days from the date of issuance of LOI, the successful Bidder shall at his own
expense submit unconditional and irrevocable Performance Bank Guarantee (PBG) to the Purchaser.
The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank in the format prescribed
in Annexure 5 (a), payable on demand, for the due performance and fulfilment of the contract by the
bidder.
This Performance Bank Guarantee shall be for an amount equivalent to 5% of total contract value. PBG
shall be invoked by Purchaser, in the event the Bidder:
a. fails to meet the overall penalty condition as mentioned in RFP Volume II 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 Purchaser,
c. misrepresents facts/information submitted to Purchaser
The performance bank guarantee shall be valid until satisfactory completion of Project. The
performance bank guarantee may be discharged/returned by Purchaser 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), Purchaser shall
have the right to invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of
Purchaser under the contract in the matter, the proceeds of the PBG shall be payable to Purchaser as
compensation for any loss resulting from the bidder’s failure to perform/comply its obligations under the
contract.
Purchaser shall notify the bidder in writing of the exercise of its right to receive such compensation
within 40 days, indicating the contractual obligation(s) for which the bidder is in default. Purchaser shall
also be entitled to make recoveries from the bidder’s bills, performance bank guarantee, or from any
other amount due to him, an equivalent value of any payment made to him due to inadvertence, error,
collusion, misconstruction or misstatement.
In case the project is delayed beyond the project schedule as mentioned in RFP Vol II, the performance
bank guarantee shall be accordingly extended by the Bidder until 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 Project Coordinator, Contract Completion Certificate shall be issued and the PBG would be
returned to the Bidder.
Bidder shall also provide complete maintenance support for all the proposed integrated solution as
outlined in this RFP for a period of 5 years from the date of go-live i.e. “Go-Live” + 5 years. “Go-live” is
the date on which the proposed solution is operational as per the requirements provided in this RFP
and all the acceptance tests are successfully concluded to the satisfaction of Purchaser.
Warranty would be for 5 years and should start from the Go live date for all the solutions. During the
warranty period of 5 years, the bidder shall warrant that the goods supplied under the contract are new,
unused, 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.
Purchaser or designated representatives of the bidder shall promptly notify successful bidder in writing
of any claims arising under this warranty. Upon receipt of such notice, the bidder shall, within the
warranty period and with all reasonable speed, repair or replace the defective systems, without costs
to Purchaser and within time specified and acceptable to Purchaser.
If the successful bidder, having been notified, fails to remedy the defect(s) within the period specified in
the contract, Purchaser 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 Purchaser
may have against the bidder under the contract.
During the comprehensive warranty 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 Purchaser.
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 period.
After the notification of award, Purchaser shall issue Work Order (WO) / Letter of Intent (LOI).
Accordingly, a contract shall be signed between successful bidder and Purchaser or the agency
designated by Purchaser. As an acceptance of the WO/LOI, the Bidder shall sign and return a duplicate
copy of the Work Order to Purchaser or the agency designated by Purchaser. The bidder shall return
the duplicate copy along with a Performance Bank Guarantee within 15 working days from the date of
issuance of WO/LOI.
On receipt of the Performance Bank Guarantee, Purchaser or the agency designated by Purchaser
shall enter into a contract with the successful bidder. The Master Service Agreement is provided in RFP
Volume III.
5.8 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 Purchaser may award the contract to
the next best value bidder or call for new bids.
In such a case, Purchaser shall invoke the PBG and/or forfeit the EMD.
Besides other conditions and terms highlighted in the RFP document, bids may be rejected under
following circumstances:
Bidder shall submit all pre-bid queries as excel sheet in the following format.
Name of
Designation Email-ID(s) Mobile No. Tel. Nos. & Fax Nos.
Person
2.
3.
4.
5.
7 Annexure 2 – Formats for Submission of the Pre-Qualification Bid
4. Company Profile
6. Declaration of Non-Blacklisting
7. No Deviation Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)
Date: dd / mm / yyyy
To,
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018
Subject: Request for Proposal for Selection of System Integrator for Supply, Installation,
Testing, Commissioning and O&M for ICT led PCSCL Smart City Solutions Ref: RFP No. <<…..>>
dated << …..>>
Dear Sir,
With reference to your “Selection of System Integrator for Supply, Installation, Testing,
Commissioning and O&M for ICT led PCSCL Smart City Solutions”, we hereby submit our
Prequalification bid, Technical Bid and Commercial Bid for the same.
a. We hereby acknowledge and unconditionally accept that the Purchaser can at its absolute
discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in
the RFP and related documents, in short listing of Agency for providing services.
b. We have submitted EMD of INR______and Tender fee of INR _____ through_____
c. We hereby declare that all information and details furnished by us in the Bid are true and correct,
and all documents accompanying such application are true copies of their respective originals.
d. We agree to abide by our offer for a period of 180 days from the date of opening of pre-qualification
bid prescribed by Purchaser and that we shall remain bound by a communication of acceptance
within that time.
e. We have carefully read and understood the terms and conditions of the RFP and the conditions of
the contract applicable to the RFP. We do hereby undertake to provision as per these terms and
conditions.
f. In the event of acceptance of our bid, we do hereby undertake:
i. To supply the products and commence services as stipulated in the RFP document
ii. To undertake the project services for entire contract period from the date of signing of the
contract as mentioned in the RFP document.
iii. We affirm that the prices quoted are inclusive of design, development, delivery, installation,
commissioning, training, providing facility management and handholding support, and
inclusive of all out of pocket expenses, taxes, levies discounts etc.
g. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.
h. We understand that the Purchaser may cancel the bidding process at any time and that
Purchaser is not bound to accept any bid that it may receive without incurring any liability towards
the bidder.
i. We fully understand and agree to comply that on verification, if any information as provided by us
in our bid found to be misleading or misrepresented or suppression of facts, we are liable to be
dismissed from the selection process or termination of the contract during the project, if selected
to do so, along with blacklisting / debarment at PCSCL and PCMC office and purchaser may also
send such recommendations to Government of Maharashtra
Thanking you,
Yours sincerely,
Printed Name
Designation
Seal
Date:
Place:
Business Address:
7.3 Company profile
(To be provided on the Company letterhead by the Sole bidder or each member of consortium, in
case of consortium)
Sr.
Particulars Description or Details
No.
1. Name of Bidder
6. GST number
7. PAN details
Date of Start
Date of Completion
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
7.6 Declaration of Non-Blacklisting
(To be provided on the Company letterhead by the Sole bidder or each member of consortium, in
case of consortium)
Place:
Date:
To,
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018
Subject: Self Declaration of not been blacklisted in response to the Request for Proposal for
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for
ICT led PCSCL Smart City Solutions Ref: RFP No. <<…..>> dated << …..>>
Dear Sir,
We confirm that our company or firm, ____________, is currently not blacklisted in any manner
whatsoever by any of the State or UT and or Central Government in India on any ground including but
not limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice.
Printed Name
Designation
Seal
Date:
Place:
Business Address:
7.7 Self-certificate for Project execution experience
(To be provided on the Company letterhead by the Sole bidder or each member of consortium, in
case of consortium)
This is to certify that < Name of the Bidding entity > has been awarded with < Name of the Project > as
detailed under:
Date of Start
Date of Completion
(Authorised Signatory)
Signature:
Name:
Designation:
Bidding entity’s name
Address:
Seal:
Date:
7.8 No Deviation Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)
To, Date:
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018
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.
Signature:
Name:
Designation:
Address:
Seal:
Date:
8 Annexure 3 – Formats for Submission of the Technical Bid
7. Proposed Manpower
8. Anti-Collusion Certificate
9. Non-Disclosure Agreement
Date: dd/mm/yyyy
To,
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018
Subject: Request for Proposal for Selection of System Integrator for Supply, Installation,
Testing, Commissioning and O&M for ICT led PCSCL Smart City Solutions Ref: RFP No. <<…..>>
dated << …..>>
Dear Sir,
I, having read and examined in detail all the bidding documents in respect of “Request for Proposal
for Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for
ICT led PCSCL Smart City Solutions” do hereby propose to provide our services as specified in the
bid submitted by us.
It is hereby confirmed that I am 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.
I declare that all the services shall be performed strictly in accordance with the RFP documents.
I 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 PCSCL 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.
I hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
bank guarantee, in the form as prescribed in the RFP.
I 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.
I 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 Purchaser.
Thanking you,
Yours sincerely,
(Signature of the Lead Bidder)
Printed Name
Designation
Seal
Date:
Place:
Business Address:
8.3 Credential Summary
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)
Date of Start
Date of Completion
N.B- 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.
8.5 Total Responsibility Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of consortium)
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.
(Authorised Signatory)
Signature:
Name:
Designation:
Address:
Seal:
Date:
8.6 Overview 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.
Sr.
Item
No.
Understanding of requirement and Implementation approach
1. Understanding of requirements
Work Plan & its adequacy
Robustness and quality
End-to-end integrated solution proposed
Hardware deployment and integration approach encompassing all solutions
Timelines and modalities for implementation in a time bound manner
2.
Project implementation approach or strategy and operations and maintenance plan
including comprehensiveness of fall-back strategy and planning during rollout
Strategy for SLA, System Security and DR
Any other area relevant to the scope of work and other requirements of the project
Assessment of Manpower deployment, Training and Handholding plan
Deployment strategy of Manpower
3. Contingency management
Mobilization of existing resources and additional resources as required
Training and handholding strategy
Server Room - Server Sizing Calculations
Junction Box Space Calculations
Network PoP wise Junction Box Space sizing: UPS Sizing, battery sizing, power
calculations, rack space calculations etc.
4. Example:
o Core Layer -
o Aggregation Layer -
o Access Layer Type 1 –
o Access Layer Type 2 –
8.7 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.
Activity-wise Timelines
Sr.
Item of Activity Month wise Program
No.
1 2 3 4 5 …
Project Plan
1 Activity 1
1.1 Sub-Activity 1
1.2 Sub-Activity 2
2
2.1
2.2
3
3.1
4
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.
8.8 Manpower Plan
Manpower distribution
Onsite/Offsite
Onsite/Offsite
Onsite/Offsite
Onsite/Offsite
Onsite/Offsite
Onsite/Offsite
Onsite/Offsite
Onsite/Offsite
Total
II. After Go-Live (Operation & Maintenance)
Manpower distribution
Sr.
Manpower Years Total
No.
Year 1 Year 2 Year 3 Year 4 Year 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
Total
8.8.1 Details of Resources proposed
(To be provided on the Company letterhead by the Sole bidder or the Lead Bidder, in case of
consortium)
Basic
Certifications Compliance
Name of Qualification Total
Sr. Proposed Highest (ex. PMI or ITIL to RFP
the (E.g. B.Sc. or Experience
No. Role degree or TOGAF or Requirements
Resource B.E. or MCA or (in years)
CCNP etc.) (Yes / No)
Diploma)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
8.9 Compliance to Requirement (Technical / Functional Specifications)
(To be provided by the respective OEMs on its letterhead and should be signed by OEM and bidder’s
authorized signatory)
The bidder should provide compliance to the requirement specifications (both technical and functional)
as specified in Volume II of this RFP. The same should be reproduced here, and compliance against
each requirement line item should be marked.
8.10 Proposed Unpriced Bill of Material
The Bidder should provide the proposed unpriced Bill of Material (BoM) here; Bidder should refer to
scope of work of the project and the Indicative BoM provided in the RFP Volume II, and accordingly
shall produce its Bill of Material in order to fulfil the RFP and project requirements in totality. The bidder
may add any additional line item (with adequate details) in the proposed BoM table below (towards the
end of the table), that is envisaged by the bidder to fulfil the RFP requirements in totality. The Bidder
may provide a lump sum price for additional item(s) that may be required, as part of its financial bid.
Also, bidder to produce the details of make/brand and model against each line item, wherever
applicable; the bid shall be considered non-responsive in the absence of such details.
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 at the discretion of the purchaser.
Kindly note that the estimated quantity provided in the RFP is indicative only and the payment shall be
done on actual usage basis.
Additi
Indic Fully
Sr. Ma Mo onal
No.
Item Name Unit ative
ke del
Compl
Qty. Inform
ied
ation
City Surveillance: Field Infrastructure
Fixed Box Camera along with associated accessories
1. Nos.
& systems including all cables/wires
Fixed Box Camera for FRS along with associated
2. Nos.
accessories & systems including all cables/wires
Dome Camera along with associated accessories &
3. Nos.
systems including all cables/wires
PTZ Camera along with associated accessories &
4. Nos.
systems including all cables/wires
External IR illuminator (for Fixed Box Camera) along
5. with associated accessories & systems including all Nos.
cables/wires
Local Viewing Centre Infra at Traffic Police Stations -
LED Screen (55”), desktop with UPS along with Nos. (No.
6.
associated accessories & systems including all of Sites)
cables/wires
Nos. (No.
7. Site Preparation
of Sites)
City Surveillance: Mobile Surveillance Vehicle
Mobile Surveillance Vehicle along with all
1. Nos.
components, associated accessories & systems
City Surveillance: System Software
AI-based Video Analytics system for Surveillance Nos. (No.
1. Use cases (Perpetual License) (as per functional of Use
requirement VCA-FR-18 and VCA-FR-19) cases)
AI-based Video Analytics system for Traffic Use Nos. (No.
2.
cases (Perpetual License) (as per functional of Use
requirement VCA-FR-20) cases)
Nos. (No.
3. AI-based Automatic Number Plate Recognition
of Use
(ANPR) system (Perpetual License)
cases)
Additi
Indic Fully
Sr. Ma Mo onal
No.
Item Name Unit ative
ke del
Compl
Qty. Inform
ied
ation
Nos. (No.
4. AI-based Red Light Violation Detection (RLVD)
of Use
system (Perpetual License)
cases)
Nos. (No.
5.
Video Management System (Perpetual License) of
Cameras)
Local viewing centre IT Systems License (VMS Nos. (No.
6.
Perpetual License) of Sites)
Command Control Centre (CCC) - Infra & Systems
Workstations with 3 monitors (including UPS,
1. Set
computer chair, table etc.)
Joystick for PTZ Camera along with Keyboard, Job
2. Set
dial etc.
CCC Video wall (70" Cubes) with necessary cables & Nos. (No.
3.
accessories of Cubes)
CCC Video wall Controller and Management
4. Lot
Software (Perpetual License)
5. Multifunction Device (Printer, Scanner, Fax, Copy) Nos.
6. IP Phones (Soft Phones) Nos.
7. Headset Nos.
8. Fire Alarm & Retardant System Set
Biometric access control system with facial
9. Set
recognition
10. Dome cameras Nos.
11. Rodent Repellent system Set
(To be provided by the respective OEMs on its letterhead and should be signed by OEM and bidder’s
authorized signatory)
To, Date:
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune,
Maharashtra - 411018
Dear Sir,
We_________ (Name of the OEM) who are established and reputable manufacturers of _______ (List
of Quoted Goods, as mentioned below) having factories or product development centres at the locations
__________ or as per list attached, do hereby authorize ____________ (Name and address of the
Bidder) to bid, negotiate and conclude the contract with you against RFP No. __________dated
________for the above goods manufactured or developed by us.
1.
2.
3.
.
.
We hereby extend, our warranty for the hardware goods supplied by the bidder and or maintenance or
support services for software products against this invitation for bid by _______________________
(Name of the Bidder) as per requirements of this RFP.
Thanking you,
Yours faithfully,
(Signature)
Authorised Signatory
Name:
Designation:
Place:
Date:
8.12 Anti-Collusion Certificate
(To be provided on the Company letterhead by the Sole bidder or the Lead member, in case of
consortium)
Anti-Collusion Certificate
We hereby certify and confirm that in the preparation and submission of our Bid for Request for
Proposal for Supply, Installation, Testing, Commissioning and O&M for ICT led PCSCL Smart City
Solutions dated [Date] (RFP) against the RFP issued by Purchaser, 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 shall offer any
illegal gratification in cash or kind to any person or organization in connection with the instant bid.
Printed Name
Designation
Seal
Date:
Place:
Business Address:
and,
WHEREAS, the Bidder is aware and confirms that the Purchaser’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 Purchaser in the RFP documents during the
bidding process and thereafter, or otherwise (confidential information for short) is privileged and strictly
confidential and or or proprietary to the Purchaser,
1. The confidential information to be disclosed by the Purchaser 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 Purchaser.
Confidential Information disclosed shall be marked as "Confidential" or if incapable of marking,
communicated as "confidential" in writing at the time of disclosure. Confidential Information shall
exclude information developed independent of the Confidential Information. Further, notice in case
of compelled disclosure shall be made only if permitted by law.
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 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 Purchaser 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 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 Purchaser 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 Purchaser or may require the Bidder’s personnel to have access to
software, hardware, computer networks, databases, documents and storage media of the
Purchaser while on or off premises of the Purchaser. It is understood that it would be impractical
for the Purchaser 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.
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 shall 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.
5. The Bidder shall establish and maintain appropriate security measures to provide for the safe
custody of the Confidential Information and to prevent unauthorised access to it.
6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its
currency, at the request of the Purchaser, the Bidder shall promptly deliver to the Purchaser 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.
7. Confidential Information shall at all times remain the sole and exclusive property of the Purchaser.
Upon completion of the Tendering process and or or termination of the contract or at any time during
its currency, at the request of the Purchaser, the Bidder shall promptly deliver to the Purchaser 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 Purchaser.
Without prejudice to the above the Bidder shall promptly certify to the Purchaser, due and complete
destruction and return. Nothing contained herein shall in any manner impair rights of the Purchaser
in respect of the Confidential Information.
8. 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 Purchaser
to enable the Purchaser 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 Purchaser. 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.
(BIDDER)
To,
{Procuring entity},
In response to the RFP Ref. No. _____________________________ dated ___________ for {Project
Title}, as an Authorized Signatory of ____________________________________, I/ We hereby
declare that presently our Company/ firm _________________, at the time of bidding:
a) possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Purchaser;
b) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices
either indefinitely or for a particular period of time by any State/ Central government/ PSU/
UT.
c) does not have any debarment by any other procuring entity
d) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered
by a court or a judicial officer, not have its business activities suspended and is not the subject
of legal proceedings for any of the foregoing reasons;
e) does not have, and our directors and officers not have been convicted of any criminal offence
related to their professional conduct or the making of false statements or misrepresentations
as to their qualifications to enter into a procurement contract within a period of three years
preceding the commencement of the procurement process, or not have been otherwise
disqualified pursuant to debarment proceedings;
f) shall comply with the code of integrity and all the prevalent regulations and norms of the
competent authority in order to execute the defined scope of work during the contract period.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken
as per the provisions of the applicable Act and Rules thereto prescribed by GoM, my/ our bid, to the
extent accepted, may be cancelled.
Thanking you,
To,
The CEO,
Pimpri Chinchwad Smart City Limited (PCSCL),
PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018
Sir,
We, <OEM Name> having our registered office at <OEM address>, hereinafter referred to as OEM are
an established manufacturer of the following items, as mentioned below, quoted by <Bidder Name>
having their registered office at <Bidder address>, hereinafter referred to as Bidder.
List of Items:
We confirm that we have understood the delivery & installation time lines defined in the tender. We
confirm that we have worked out all necessary logistics and pricing agreement with <SI name>, and
there won’t be any delay in delivery, installation and support due to any delay from our side. Our full
support as per pre-purchased support contract is extended in all respects for supply and maintenance
of our products. We also ensure to provide the required spares and service support as pre-purchased
for the supplied equipment for entire contract period. In case of any difficulties in logging complaint at
bidder end, user shall have option to log complaint at our call support centre.
Note: Point (f) is valid for proposed Networking, Server Room / DC, Surveillance & Traffic active
components/devices and smart solutions.
Yours sincerely,
Authorized Signature [In full and initials]: _________________
Name and Title of Signatory: ___________________
Name of Firm: ________________
Address: _______________________
Location: _____________________________________ Date: _________________
9 Annexure 4 – Format for Submission of Commercial Bid
(To be provided as per e-Tendering system)
10 Annexure 5 – Performance Bank Guarantee
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<Email id>
Whereas, <<name of the supplier and address>> (hereinafter called “the System Integrator”) has
undertaken, in pursuance of contract no. <Insert Contract No.> dated <Date> to provide Implementation
services for <<name of the assignment>> to PCSCL (hereinafter called “the Purchaser”)
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 Rs.<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 Rs. <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
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.
I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees <Insert Value in
Words> only).
Date _________________
[On Non-judicial stamp paper of INR 500 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 _______ ______ (hereinafter referred as "____”) and having
office at [Address], as Party of the Third Part.
WHEREAS Pimpri Chinchwad Smart City Limited (PCSCL), PURCHASER, has issued a Request
for Proposal for Selection of System Integrator for Supply, Installation, Testing,
Commissioning and O&M for ICT led PCSCL Smart City Solutions dated [Date] (RFP) from the
interested Bidders:
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.
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 “Request for Proposal for Selection of
System Integrator for Supply, Installation, Testing, Commissioning and O&M for
ICT led PCSCL Smart City Solutions dated [Date] (RFP)” as a Consortium.
b. Sign Contract in case of award.
c. Provide and perform the supplies and services which would be ordered by the
Purchaser 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 Purchaser for
“ICT led PCSCL Smart City Solutions” dated [Date] (RFP)” for and related execution works to be
performed pursuant to the Contract and shall not extend to any other activities.
iii. The Lead bidder shall be severally responsible and bound towards the Purchaser for the
performance of the works in totality and 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:
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 Purchaser.
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 Purchaser 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: ________________________________________________
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 Maharashtra
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. _____ ____
12 Annexure 7 - 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 authorise 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.
___________
(Signature and Name in block letters of all the remaining partners of the firm Signatory for the Company)
Witness 1: Witness 2:
Notes:
[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.
We, M/s._________ and 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.
____________
Witness 1 Witness 2
Notes:
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
14 Annexure 9 – Bank Guarantee for Earnest Money Deposit
To,
<Name>
<Designation>
<Address>
Whereas <<Name of the Bidder>> (hereinafter called 'the System Integrator') has submitted the Bid for
Submission of RFP <<RFP Number>> dated <<Date>> for <<Name of the assignment>> (hereinafter
called "the Bid") to <<Purchaser>>.
Know all Men by these presents that we <<… >> having our office at <<Address>> (hereinafter called
"the Bank") are bound unto the << Purchaser >> (hereinafter called "the Purchaser") in the sum of INR
2, 15, 00,000 (Rupees Two Crores Fifteen lakhs only) for which payment well and truly to be made to
the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with
the Common Seal of the said Bank this <<Date>>.
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.
I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees
<<Amount in words>> only)
i. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited (PCSCL).
ii. The information contained in this Request for Proposal document (“RFP”) or subsequently provided to
Bidders, whether verbally or in documentary or any other form by or on behalf of the PCSCL (the
Purchaser) or any of its employees or advisors, is provided to Bidders, on the terms and conditions set
out in this RFP.
iii. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the prospective
Bidders or any other person. The purpose of this RFP is to provide interested parties with information
that may be useful to them in the formulation of their Proposals in pursuant to this RFP. This RFP
includes statements, which reflect various assumptions and assessments arrived at by the Purchaser,
in relation to the project. Such assumptions, assessments and statements do not purport to contain all
the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is
not possible for the Purchaser, its employees or advisers to consider the objectives, technical expertise
and particular needs of each party, who reads or uses this RFP. The assumptions, assessments,
statements and information contained in this RFP, may not be complete, accurate, adequate or correct.
Each Bidder should, therefore, conduct his own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and
information contained in this RFP and obtain independent advice from appropriate sources.
iv. Information provided in this RFP to the Bidders is on a wide range of matters, some of which depends
upon interpretation of law. The information given is not an exhaustive account of statutory requirements
and should not be regarded as a complete or authoritative statement of law. The Purchaser accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.
The Purchaser, its employees and advisers make no representation or warrants and shall have no
liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles
of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, 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.
v. The Purchaser also accepts no liability of any nature, whether resulting from negligence or otherwise,
however caused, arising from reliance of any bidder upon the statements contained in this RFP.
vi. The Purchaser may, in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP. The issue of
this RFP does not imply that the Purchaser is bound to select a Bidder or to appoint the Selected Bidder,
as the case may be, for this project and the Purchaser reserves the right to reject all or any of the
proposals, without assigning any reason whatsoever.
vii. PCSCL or its authorized officers / representatives / advisors reserve the right, without prior notice, to
change the procedure for the selection of the Successful Bidder or terminate discussions and the
delivery of information at any time before the signing of any agreement for the Project, without assigning
reasons thereof.
viii. The RFP Document does not address concerns relating to diverse investment objectives, financial
situation and particular needs of each party. The RFP Document is not intended to provide the basis for
any investment decision and each Bidder must make its / their own independent assessment in respect
of various aspects of the techno-economic feasibilities of the Project. No person has been authorized
by PCSCL to give any information or to make any representation not contained in the RFP Document.
ix. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Proposal including but not limited to preparation and expenses associated with any demonstrations or
presentations which may be required by the Purchaser or any other costs incurred in connection with or
relating to its Proposal. All such costs and expenses shall remain with the Bidder and the Purchaser
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 Proposal, regardless of the conduct or
outcome of the selection process.
Table of Content
DISCLAIMER ................................................................................................................................................................... 2
1. INTRODUCTION ................................................................................................................................................... 12
7.3.1. Traffic Violation and Detection System (TVDS) – RLVD/ANPR ................................................................. 225
7.3.2. Adaptive Traffic Control System (ATCS) ................................................................................................... 230
7.3.3. PA Systems (PA) ....................................................................................................................................... 232
7.3.4. Automatic Number Plate Recognition (ANPR) Camera ........................................................................... 234
7.3.5. Context / Evidence Camera (RLVD Camera) ............................................................................................ 235
7.3.6. ATCS Controller Technical Requirement .................................................................................................. 236
7.3.7. ATCS Detector Function requirement....................................................................................................... 237
7.4 SMART WATER MANAGEMENT ..................................................................................................................... 237
7.8 SMART CITY MOBILE APPLICATION AND WEB PORTAL .................................................................................. 311
8. ANNEXURES....................................................................................................................................................... 372
8.2. ANNEXURE 2: INDICATIVE LIST OF LOCATIONS FOR SMART INTERVENTIONS ...................................................... 382
8.2.2. LIST OF PROPOSED TRAFFIC SIGNALS WITH ATCC, ATCS, ANPR, RLVD AND PA SYSTEM (TENTATIVE) ............... 395
8.2.8. SMART WATER MANAGEMENT: DETAILS OF WATER PUMPS (INDICATIVE) ...................................................... 403
8.2.9. LOCATION DETAILS OF CITY FIBER NETWORK BACKBONE (INDICATIVE) ........................................................... 404
8.3. ANNEXURE 3: COC INTEGRATION REQUIREMENTS AND SAMPLE USE CASES (INDICATIVE) ................................. 421
Information and Communication Technology (ICT) has changed the evolution of cities; the notion of “growing”
cities is being replaced with the idea of making a city “Smart”. ICT has forced the think tank and compelling
planners of the cities to not only consider the physical planning of a city but to also consider ICT enablement to
make the economy, environment, mobility and governance more efficient and effective.
To build on these advances, innovative governments continue to seek new ways of maximizing business value;
purchasers are keen to take up initiatives in transforming Pimpri Chinchwad into a Smart City by embedding
Smart devices, sensors, and actuators within physical space and infrastructure of the city. This offers real-time
data management, alerts, and information processing for the city administration and thus allows city planners to
develop other innovative ecosystems in line with its people through technology.
To enable these services, city needs to lay its own underground network consisting of optical fiber cables, ducts
and other passive components,
The city administration is implementing other ICT-led Smart City initiatives through its city level SPV i.e. Pimpri
Chinchwad Smart City Limited (PCSCL). A centralised Operation Centre is planned for integrated systems
monitoring and control, fact based decision support system, real time analysis and prediction, consolidated city
health dashboard view for city planners, which shall largely help city in taking quick corrective actions and plan
more meaningful programmes.
Under Ministry of Urban and Housing Affairs (MoUHA), Government of India (GoI) Smart Cities Programme,
Pimpri-Chinchwad Smart City Limited (the “Authority”), a Special Purpose Vehicle (SPV) for Pimpri-Chinchwad
Smart City Project has been established as a
company under the Indian Companies Act, 2013.
The Authority would receive funding from
Government of India (GoI) and Government of
Maharashtra (GoM) for the development of smart
city in Pimpri-Chinchwad. The Authority is a
government-owned company with equal
shareholding from Pimpri-Chinchwad Municipal
Corporation and the state government.
With the objective to usher Technology-led
transformation through creation of State-owned
robust, reliable and sustainable ICT
infrastructure, it would help in transforming Pimpri
Chinchwad into a Smart sustainable City.
Map of Pimpri Chinchwad
PCSCL has identified below mentioned ICT led
Smart City Initiatives:
• City Network Backbone (Optical Fibre Cabling)
• Citizen Access Wi-Fi
• City Kiosk
• City Surveillance along with Video Analytics
• Smart Water Management
• Smart Sewerage Management
• Intelligent Traffic Management including
o Adaptive Traffic Management System
o Automatic Number Plate Recognition System
o Red Light Violation Detection System
o e-Challan
o Variable Message Sign Boards
o Public Address System
• GIS enablement of Smart City assets
• Smart Poles
• Smart Parking
• Smart Light
• Smart Environment
• Social Media Analytics
• ICT enabled Solid Waste Management System
• Smart City Mobile App and Web Portal
• Command & Control Centre and City Operation Centre
The Pimpri Chinchwad city is located at the coordinates 18°37’07.04”N 73°48’13.43”E and is in Pune District of
Maharashtra. It is at 530 meters (1740 ft.) above mean sea level and is situated about 20 km to the east of
Sahyadri ranges that run North to South in the Lonavala – Khandala section between Harishchandra Range and
Mahadeo range. The total area covered by PCMC is 181 sq. km approximately; the rock structure underneath
is igneous (basalt) type and the soil is Red Soil.
PCMC is divided into 8 Zones, which are further divided into 32 Wards as mentioned below; the geographical
scope of the implementation of this RFP shall be limited to PCMC jurisdiction and nearby localities/area (which
are under Pimpri Chinchwad Police jurisdiction).
Pimpri Chinchwad Smart City Limited intends to appoint System Integrator for Design, Develop, Supply,
Installation, Testing, Commissioning and to provide Operation & Maintenance Services, for a period of 5 years
from the date of solution Go Live, for the below mentioned components:
1. Component 1: City Network Backbone; Active Components
2. Component 2: City Surveillance (IT Infrastructure & Systems)
3. Component 3: Smart Traffic (IT Infrastructure & Systems)
4. Component 4: Smart Water (IT Infrastructure & Systems)
5. Component 5: Smart Sewerage (IT Infrastructure & Systems)
6. Component 6: Smart Parking (IT Infrastructure & Systems)
7. Component 7: Smart Environment (IT Infrastructure & Systems)
8. Component 8: Smart City Mobile App and Web Portal (IT Infrastructure & Systems)
9. Component 9: Social Media Analytics (IT Infrastructure & Systems)
10. Component 10: ICT enabled Solid Waste Management System (SWM)
11. Component 11: City Operation Centre along with (Server Room, Network Operation Centre, Viewing
Centre, and Helpdesk (IT Infrastructure & Systems)
12. Component 12: Command Control Centre along with Viewing Centre and Traffic Control Room (IT
Infrastructure & Systems)
13. Component 13: Internet Bandwidth for City WiFi, Smart Kiosks and other smart city systems
Considering critical network design parameters, such as secure, reliable, scalable, manageable, interoperable,
capable and resilient, PCSCL has already floated the separate RFP for the appointment of Implementing Agency
for the creation of a secured optical fiber network backbone across the Pimpri Chinchwad city, passive
infrastructure only.
The envisaged network backbone is expected to provide a converged network, bringing together different city
management vertical solutions on a common network infrastructure for Pimpri-Chinchwad. The converged
network shall facilitate information exchange between resources and applications across different domains. It
will be an end-to-end open platform enabling services across the city.
An overarching OFC-based network is being planned as part of Pimpri-Chinchwad Smart City initiative, which
forms the backbone for all the envisaged applications. The network architecture being proposed, will comply
with the best practices and industry standards to ensure high availability, scalability, manageability and security
for the information, services and solutions being managed on the network.
The designed network shall provide uninterrupted services across the Pimpri-Chinchwad City connecting
seamlessly with various stakeholders. With the capability to handle high bandwidth applications with low latency,
the network forms the pivot for ICT based Smart City interventions in Pimpri Chinchwad city.
The various locations to be connected via fiber network are, but not limited to, PCMC Zone offices, PCMC Head
Office, City Operation Centre (COC), Control & Command Centre (CCC), PCMC Ward offices, government
hospitals and other city administrations’ important buildings, field locations, traffic junctions, STP, WTP etc.,
which have IoT / Smart City devices. Optical Fiber shall be laid primarily along the road network comprising main
city roads and street roads.
PCSCL’s appointed Implementing agency, shall be responsible for laying of city network backbone passive
infrastructure (3 ducts with 98/48 core fiber), including the last mile, while the System Integrator, to be appointed
as part of this RFP, shall be responsible for Procurement, Supply, Installation, Testing and Commissioning of
City Network Active Equipment, IT Infrastructure & Systems (field as well as datacentre), along with 5 years of
Operations & Maintenance Support, from the date of Go Live.
Indicative Network Architecture: 1 G/10 G
PCSCL has envisaged a Ring Topology based 3 tier architecture to ensure redundancy at each node (Point of
Presence (PoP) level as mentioned below:
Network Architecture
The envisaged layers of the City Network Backbone are:
a. Core Layer (98 core fiber): The Core layer forms the backbone; comprising of network Point of
Presence (PoP) at all the PCMC Zone Offices, City Operation Centre, Command Control Centre
and PCMC Head Office. This layer shall enable all systems planned to be hosted at City Operations
Centre & Command Control Centre to be accessed over the backbone. Core layer shall form the
point of aggregation for all the traffic coming from the respective Aggregation Layer and beyond.
b. Aggregation Layer (98 core fiber): The aggregation layer is envisaged to have network PoPs at
PCMC Ward Offices/PCMC Institutions. The traffic coming from respective service/field locations
shall get aggregated at the Aggregation Layer PoP. The aggregation layer shall further connect to
the Core layer for forwarding the traffic to the Core layer. All the Aggregation layer PoPs in the
respective zone shall form individual rings to establish redundancy. There can be multiple rings
within the respective zone; e.g. if there are 10 wards in a given zone, then two rings comprising of
5 wards each can be created. These two rings shall ultimately connect to the respective zone (PoP).
c. Services / Access Layer (48 core fiber): The Service/ Access layer shall be formed at various
locations within the wards of PCMC. The service layer shall enable the smart city solutions such as
City Surveillance, City WiFi, City Kiosk, Smart parking, etc. to connect to the network backbone.
The aggregation switch of the respective smart city solution shall connect on the Service / Access
layer devices to connect to the network backbone.
Various locations for deployment of above layers are:
Sr.No. Item Deployment location
PCMC Zone Offices (8)
Core Layer (approx. 10 PCMC Head Office
1
PoPs) City Operation Centre
Command Control Centre
Aggregation Layer PCMC Ward Offices, Hospitals, Schools, other government owned
2
(approx. 30 PoPs) building
The services layer is considered to be the edge locations/area where
the smart city solutions shall be deployed like, to name a few:
City WiFi
City Surveillance
City Kiosk
Service/Access Layer
4 Smart Parking
(approx. 885 PoPs)
Smart Environment
Smart Traffic
Smart Water
Smart Sewerage
Smart SWM
Layers distribution over City Network Backbone
SI shall conduct site survey pertaining to all the city network PoP sites and also coordinate
with the purchaser’s appointed implementing agency (from RFP2), who shall be responsible
for laying of city network backbone (passives), for identification of appropriate location for
installation of Junction Box which shall house network active components like switches and
UPS, batteries, power meter etc. as per the site requirement. This is supposed to be done in
consultation with officials assigned by the purchaser or its authorized entity. PCSCL has
identified 925 city network PoPs, indicative, as mentioned below:
o Core Layer (approx. 10 PoPs)
o Aggregation Layer (approx. 30 PoPs)
o Service/Access Layer (approx. 885 PoPs)
However, SI shall take into account all the locations pertaining to all the identified ICT led
Smart City initiatives as part of this RFP apart from City WiFi (270 locations) City Kiosk (50
locations) and VMD (60 locations); the details of the same are provided in Annexure 2.
The SI 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
Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D
design) and highlight issues/challenges & support required
SI shall obtain the purchaser’s sign off on the submitted Site Survey Report
2.1.2.2. Design, Supply and Install all the IT Infrastructure and Systems
SI shall be responsible for provisioning end to end IT Infrastructure & System Applications
both at the field level, PoP’s, as well as at the centralised location, Server Room, as per
Indicative Bill of Material at Annexure 1, but not limited to, including installation
materials/accessories/consumables/libraries/ assemblies etc. necessary for the installation
of the IT Infra.
SI shall be responsible for coordinating with purchaser’s appointed agency (who shall be
responsible for supply & erection of poles, laying of passive city network (fiber), installation
of IT & non IT Infra for City WiFi, City Kiosk and VMD) and accordingly shall provision for the
Junction Box along with all the electronics (switches, UPS, power batteries, electrical meter
etc.) at various locations in order to facilitate connections (electrical & network) with field
devices like camera, Kiosk, VMD, IoT devices/sensors etc.
SI shall be responsible for doing the city perspective branding of the junction box; of good
quality with more than 10 years of life. The design/logo/colours shall be finalised in
consultation with the purchaser; however, SI shall propose sample designs to purchaser for
shortlisting.
SI shall be responsible for taking electric connections, along with sub meter, on the name of
the purchaser at each of the city network PoP’s, field locations and at Aggregation layer (if
required) to provision appropriate power to all the equipment and sensors during the contract
period. PCSCL shall assist SI in taking the connections, however; SI shall be provisioning
the electrical connections and making the payment for all the electric consumptions during
the contract period, including PCSCL’s City WiFi, City Kiosk, VMD solutions as well. SI shall
bill the electrical charges, as per actuals on quarterly basis, to the purchaser for the
reimbursement.
SI shall be responsible for coordinating with purchaser’s appointed agency for successful
termination of the fiber cable at each of SI’s junction box, city network PoPs, along with
housing of passive equipment’s like LIU, patch cord etc. to be provided by the purchaser’s
appointed agency.
SI shall also provide the CAT 6 cable/ or equivalent for the respective IoT device/sensor to
the purchaser’s appointed agency for extending the last mile connectivity from Junction box
to the poles for successful installation & commissioning of the IoT device/sensors.
SI shall assess the power requirement, UPS & batteries, to be housed inside the junction
box basis no. of solutions/devices to be hosted at various locations. Accordingly, SI shall
size the UPS and batteries requirement. Purchaser intends to cover not only the
aforementioned solution components/IoT devices but SI shall also be responsible to power
City WiFi, City Kiosk and VMD devices from the same junction box only. Thus, SI is required
to provision the appropriate sizing of UPS and batteries. The list of locations for City WiFi,
City Kiosk and VMD is attached in the annexure.
SI shall be responsible for executing requisite site preparation work including electrical, civil,
administrative etc. at Server Room, Core Layer and Aggregation Layer PoPs in order to
ensure that the site is ready and secure for hosting infrastructure.
SI shall be responsible for performing the reinstatement and restoration of the sites back to
the previous/normal conditions as per the prevalent norms and to the satisfaction of the
PCSCL / concerned entity, wherever applicable.
SI shall also provide comprehensive onsite OEM warranty for all the supplied
products/services at all the designated project locations for the entire project period.
SI shall be responsible to coordinate with purchaser’s appointed agency to ensure that the city
network backbone based last mile connectivity has been provisioned at each of the city network
PoP along with the last mile connectivity at each of the IoT device/sensor level.
SI shall be responsible for end to end integration of all the proposed IT systems and
Infrastructure, field as well as centralised, at the server room; which also includes integration
with server room systems like EMS, AAA, NMS, ICCC platform to name a few. As part of this
phase, SI shall undertake below mentioned activities:
Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats
Obtaining sign-off on testing approach and plan from the designated authority
Performing Hardware and Software Testing: Conducting testing of various components/
modules of the software
Rectifying the hardware and software issues/ bugs reported during the testing up to the
satisfaction of PCSCL or nominated agency
Obtaining installation completion and commissioning certificate (Sign-Off) for all project
locations duly verified by the respective nodal officer of the purchaser
Obtaining all the statutory and regulatory approvals, if required, for the project
implementation
After the successful commissioning of the project, the system would be declared as Go-Live and
enter into O&M phase and the SI shall also be issued a Go-Live certificate by the purchaser.
2.2.1. Overview
Protecting citizens and ensuring public safety is one of the topmost priority of any Government. Governments
and law enforcement agencies require advanced security solutions to effectively fight threats from activities of
terrorism, organized crime, vandalism, burglary, random acts of violence, and all other forms of crime. Video
surveillance is a solution to commence the journey of government and law enforcement agencies in
implementing advanced security for public safety.
Pimpri Chinchwad Smart City project has identified CCTV based City Surveillance as one of the core component.
The envisaged CCTV surveillance system is expected to monitor various locations from crime management,
traffic management, crowd management aspects through strategically placed cameras all across the city.
Video data from cameras deployed at critical areas shall be stored, monitored and analysed at Command
Control Centre (CCC) and at City Operation Centre (COC) on case-to-case basis. CCC shall be under the
jurisdiction of Police for crime enforcement and COC shall be under the jurisdiction of PCSCL for civil
administration.
Pimpri Chinchwad Municipal Corporation and Pune Police has already implemented the CCTV surveillance
projects, individually, covering multiple locations at Pune and Pimpri Chinchwad as mentioned below, primarily
covering Traffic Signals, Crowded Places, Chowks, religious places to name a few, the feeds to which are being
respectively getting stored and monitored at PCMC and Pune Police Command Control Centre. Pune Police
surveillance project has also implemented systems like Video Management System, Video Analytics and
Automatic Number Plate Recognition System etc. It supports local viewing at each of the Police stations, while
PCMC’s surveillance project only offers viewing and central storage.
2.2.2. Objectives
City Surveillance solution aims to empower law enforcement agencies, along with PCMC/PCSCL, in gathering
city data for traffic management, crowd management, prevention of crime, protection of citizens, investigation
of crime and so on. Mentioned below are the key objective, which the project stakeholders aspires to achieve:
Detect offender/s and instil confidence and sense of security among the people
Reduce vandalism and efficiently protect citizens and property
Optimize resource allocation for patrols, emergency response and other duties
Enforce traffic regulations and automate penalization of traffic offences
Improve situational awareness and centralized monitoring & management
Video Wall
Client Station
Video Management System & Storage
The flexible modular architecture of the MSV unit enables progressive system growth with connectivity to
Command Control Centre. The MSV shall supports feature for real-time data link communication, transmitting
video and receiving data simultaneously. The MSV shall be a fully customizable vehicle unit with rapid
deployment capability within the city environment and other rugged terrain in all weather conditions. The entire
solution has to be made ruggedized to handle vibration and shocks during transportation. The fully mobile van
can easily be deployed at any location for surveillance with having a mechanism to upload the recorded video
feeds to the main system at Server Room / CCC, once the MSV is in the City Network Backbone zone. The
registration of all the required MSVs are supposed to be done under the name of PCSCL / Pune Police.
Description:
The Mobile Surveillance Vehicle shall be built on a vehicle with 4270 mm wheel base chassis (10 meters length)
or equivalent having seating arrangement for 2-operator console for CCTV & communication operators and a 3-
seater sofa. MSV shall have a 32’’ displays for the communication and CCTV operators and shall be mounted
in manner that it looks like a video wall. For the additional personal’s a 55” Display would be installed opposite
to their seating location. On request, two operators can share their video feed from their display to the main 55”
display individually. Additional charging points shall be provided near sofa and operator console.
The MSV fixtures holding electronic equipment (racks and consoles) shall be mounted on shock isolators to
ensure that vibrations arising out of the MSV movement shall not affect the equipment. The roof-top of the MSV
shall host a Wireless Antenna and a PTZ camera with pneumatic mast having an extended height of 6 meters
above the base of the vehicle and would be fully retracted enabling the user with the vital look up and see view.
Other Systems Integration with MSV:
Following are the envisaged system to be integrated with MSV solution:
Police Radio Integration with ICS (Integrated Communication System): VHF/UHF base
Radios, to be provided by the Police department, shall be integrated with the proposed ICS system.
Integration of radios & GSM phone shall be done with the ICS system along with GPS tracking
functionality shall be provided.
Control room VMS integration: VMS (Video Management System) client software compatible
with the VMS shall be installed at the MSV Control Room. This should enable the MSV Operator
to remotely log into the VMS Server at MSV control room and access the video feeds from any
camera accessible to the MSV Control Room.
Deployable Camera: As a part of mobile platform, a rapid surveillance shall be offered. This system
shall enable the end-user to setup a temporary video surveillance infrastructure at a site within 2-3
hours. This system shall find its use during VIP Security, Monitoring of public events like sports,
religious congregations, political rallies, entertainment shows, etc.
The cameras shall be powered by Li-Polymer battery packs that provide at least 6 hours of power to the
individual camera unit. 10% of the spare battery packs shall be provided for extended surveillance duration. The
cameras shall be designed for outdoor use and shall come with IP66 enclosures along with IR Illuminators for
surveillance in no/low-light conditions.
Each of the portable camera shall be connected with a wireless Customer Premise Equipment (CPE) device
and antenna. Camera and Wireless CPE device shall be mounted in the field using the Mounting accessories
provided along with the Camera. The antennas shall be Omni-directional and shall transmit the video feed from
the Cameras to the Mobile Surveillance Vehicle (MSV) stationed at a distance. The wireless feed shall have a
range of 1 km in Clear Line of Sight (CLOS) scenarios. The unlicensed wireless frequency band of 5.4 to 5.8
GHz shall be used for the video transmission. All the cameras and relevant devices shall be provided with military
or equivalent standard to handle vibration & shock of MSV.
Wireless Base station is to be setup on the MSV for receiving these video feeds. A mast mountable high gain
Wireless Antenna along with the Access Point is to be provided. Each of the antenna has 90 degree coverage,
hence 4 qtys are to be provided for having a full 360 degree directional coverage. These antennae shall be
mounted on a telescopic 4-6m mast, which shall be deployed from the MSV for farther CLOS coverage.
A PC based Network Video Recorder (NVR) shall be provided for 24x7 video feed storage from 8 Cameras for
a duration of 7 days; 4 TB of storage. These cameras, when not deployed in field, need to be properly stored so
that they are not damaged, while the vehicle is on-move. At the same time, there shall be a provision to charge
the battery of these cameras conveniently. For this purpose, a specially designed military grade rugged storage-
cum-docking stations for the cameras is required which shall have an internal circuitry, which can be powered
by connecting the power to the external plug point available on the boxes. This removes the need to get the
cameras out of boxes for charging.
6) Command Control Centre (CCC)
Command Control Centre shall be the centralized location working in the fully automated environment for
optimized video feeds monitoring, control and management of surveillance systems along with regulation and
enforcement of rules & regulations.
Further details on the CCC setup is provided in the subsequent sections of the RFP.
7) Local Viewing Centre at each of the Traffic Police Station & DCP Office
Each Police Station and DCP office shall be empowered with right set of equipment to have location specific
monitoring. Thus, it is planned to converge all the camera feeds at Traffic Police Station & DCP Office for local
level viewing covering all the locations coming under the respective Police Station / DCP office jurisdiction.
The SI shall be responsible for Procurement, Supply, Installation, Testing and Commissioning of City
Surveillance IT Infrastructure & Systems (field as well as datacentre) along with 5 years of Operations &
Maintenance Support, from the date of Go Live.
The SI shall undertake site survey of all the existing and proposed CCTV surveillance locations to
ascertain number of CCTV cameras and required accessories, camera positioning (viewing angle,
height, direction etc.) to ensure intended coverage.
SI shall also closely coordinate with the PCSCL’s appointed agency (from RFP2), who shall be
responsible for supply & erection of pole along with cantilevers for the installation of CCTV cameras
and provisioning of city network (fiber), and shall jointly decide the location of poles, along with
cantilevers, in consultation with officials assigned by the PCSCL or its authorized entity. PCSCL
and Police has identified new locations all across the Pimpri Chinchwad city and nearby areas
proposed to be covered under City surveillance solution; the details of the same are provided in
Annexure 2.
Post the detailed site survey, the SI shall prepare and submit site survey report (map view/3D
design), location wise and highlight issues/challenges & support required.
Simultaneously, SI shall also obtain the PCSCL’s sign off on the submitted Site Survey Report.
2.2.4.2. Design, Develop, Supply and Installation of all the IT and non-IT Infrastructure
and System Applications
SI shall be responsible for provisioning of end-to-end IT and non-IT Infrastructure & System
Applications both at the field level, identified locations, as well as at the centralised location, Server
Room, as per Indicative Bill of Material at Annexure 1, but not limited to, including installation
materials/accessories/consumables/libraries/assemblies etc. necessary for the installation of the IT
Infrastructure.
SI shall be responsible for coordinating with PCSCL’s appointed agency, who shall be responsible
for supply & erection of pole along with cantilevers for the installation of CCTV cameras and
provisioning of city network (fiber), and shall share its requirement in totality like poles locations,
cantilever position, CAT6 termination etc., and execute requisite site work including electrical, civil,
administrative etc. in order to ensure that the site is ready. Installation of requisite edge processing
infrastructure shall be the sole responsibility of the SI.
SI shall be responsible for performing the reinstatement and restoration of the sites back to the
previous/normal conditions as per the prevalent norms and to the satisfaction of the PCSCL /
concerned entity, wherever applicable.
SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at
all the designated project locations for the entire project period.
SI shall be required to consider MSV operational cost like generator fuel, vehicle maintenance etc.
for the entire contract period in its financial bid.
SI shall be responsible to coordinate with PCSCL’s appointed agency to ensure that the city
network backbone based last mile connectivity has been provisioned at each of the surveillance
related field infrastructure like camera, edge processing infra etc. along with the accessories.
2.2.4.4. Integration, Testing, Commissioning and System Go Live:
SI shall be responsible for the end-to-end integration of all the proposed IT systems and
Infrastructure, field as well as centralised, at the Server Room; which also includes integration with
EMS, AAA, NMS, ICCC platform to name a few.
Along with respective solution component systems interface, i.e. Smart Parking, City Surveillance,
Smart Traffic, Smart Water etc., the SI shall also provision for a single interface, via ICCC platform,
for the user to operate, on and among, all the proposed ICT led Smart City Initiatives. City
Surveillance solution component shall only be qualified to term as Go Live once the ICCC platform
is seamlessly integrated and commissioned with all the other proposed solution components.
SI shall also be responsible to study and devise appropriate architecture in order to have seamless
integration of the existing CCTV cameras and systems at proposed Command Control Centre and
City Operation Center. Seamless integration of the existing system with the proposed City
Surveillance solution shall be the responsibility of the SI.
2.3.1. Overview
Pimpri-Chinchwad houses a good mix of industrial and residential space, which results in the city facing traffic
situations specifically during peak hours of the day. The city has a total number of 122 traffic junctions, of which
majority of them are 4 arms.
PCSCL in collaboration with Pimpri Chinchwad Police intends to adopt Smart ICT led interventions in the area
of Traffic Management to bring more efficiency and better management of day-to-day traffic scenario at Pimpri-
Chinchwad. Also, enforcement of Traffic Rules has been the prime focus area for both PCSCL and Pimpri
Chinchwad Police behind taking this IT enablement of Traffic Management in the city.
2.3.2. Objectives
The proposed ICT led interventions for Traffic Management has mentioned objectives:
Strict Enforcement of Traffic Laws
Integrated and Synchronized Traffic Lights for efficient Traffic condition in city
Availability of traffic data to further analyse and optimize the traffic flow
Real Time Incident Message and Advisory Messages to citizen
Improved Traffic Regulation & coordinated emergency vehicle / VIP movements; Green Corridor
System
2.3.3. Smart Traffic Solution Building Blocks
Traffic Violation Detection system (TVDS) primarily constitutes of Red Light Violation Detection System (RLVD)
and Automatic Number Plate Recognition (ANPR) Systems, which shall have capability to capture the number
plate of the vehicles that have crossed the stop line, at the junction, while the traffic light is red. System shall be
able to automatically detect red light through evidence camera units, RLVD camera unit along with sensor, and
captures vehicle number through ANPR camera. Further, the ANPR system processes the captured image and
convert into an alphanumeric text/number, which shall be taken into eChallan system for the issuance of the
challan.
There are several other traffic related violations like zebra crossing, wrong direction, wrong parking etc. which
shall be executed through the feeds to the general surveillance camera as part of Video Analytics system.
ATCS shall offer traffic signal optimizing functionalities, use data from vehicle detectors & sensors deployed at
each of the traffic junctions and optimize traffic signal settings resulting in much improved vehicle delays and
stops. The system interconnects & coordinates with all the traffic junctions signal controller, thus, enabling
holistic traffic regulation and monitoring from the central location.
The primary objective of the system is to monitor and control traffic signals, including signaled pedestrian
crossings, using a traffic responsive strategy based on real time traffic flows, in terms of classified volume counts
as well as the travel time data estimated using dedicated detectors/ ANPR and Bus GPS data to calculate the
optimal cycle time, effective green time ratios, change intervals and offsets for all traffic signal controllers
connected to it.
Further, ATCS system shall also have the capability to provision GREEN CORRIDOR system for the seamless
movement of traffic, EMERGENCY VEHICLE PRIORITY for emergency vehicles like fire, medical, police to
name a few and BUS PRIORITY AND COMPENSATION for BRT buses in the city. The ATCS shall have the
capability to operate under fixed time plan as per the conventional methodology and it shall be able to operate
the junctions from control room in manual mode eliminating the need to go to the junction for traffic police.
In addition, a module of the smart city mobile application that shall be provided for emergency vehicles shall be
used to provide EMERGENCY VEHICLE PRIORITY.
2.3.3.3. Traffic related Video Analytics / Automatic Traffic Counter and Classifier (ATCC)
The Video Analytics system shall help in continuous monitoring of the traffic conditions in the city, traffic volume
trends & patterns, and further helps the city administrators in extensive planning and engineering exercise.
Following are some of the key data envisaged to be collected by the system:
Vehicle Counting & classification –
o Counts the vehicle passing the intersection along with type of vehicle, two wheeler/four wheeler
o Provide periodic digest report on counts of vehicles by class/category (cars, trucks, motorcycles
etc.), direction and time.
Speeding Detection –
o Detect speed of the vehicle
o Generate alarm when the threshold speed is crossed or vehicle is standing idle for a considerable
amount of time.
o Provision to manually set the environment like configuring special slow speed zones, near schools
or beside shopping malls and hospitals.
o Collect information on the average speed of vehicles passing through the road way.
Congestion Detection –
o Detect areas which are congested along with an analysis of the timing of these events, i.e., by the
time of day and the day of the week.
o Send alerts to notify of potential accidents, track traffic congestion over time, and more.
o Generate Heat Maps to provide an overview of traffic information and trends at an intersection,
exportable as high quality images, for perfectly understanding overall traffic flow.
2.3.3.4. e-Challan System
The e-Challan system provides a simple digital process for sending challans to violators; Traffic and Parking
violations shall be processed in the field with handheld machines, while details of the traffic violations detected
by using RLVD & ANPR systems shall be interfaced with the e-Challan system for sending the challan to the
offenders. The e-Challan system also provides citizens with an interface to check for pending tickets/challans
and history while the payments, against the challan, can also be made online.
It is proposed to use the existing Police eChallan system; SI shall be required to integrate the existing eChallan
system with the proposed Smart Traffic Solution.
The PA system shall allow remote management of traffic and helps operators to communicate with the city
dwellers on real time basis while sitting at the Traffic Control Centre; PA system shall also facilitate
announcement of pre feed voice messages and shall have adequate amplifier and speaker system.
Traffic Control Centre (TCC) & Command Control Centre (CCC) shall be the centralized location working in the
fully automated environment for optimized video feeds monitoring, control and management of Traffic systems
along with regulation and enforcement of rules & regulations. Further details on the TCC & CCC setup is
provided in the subsequent sections of the RFP.
The System Integrator shall be responsible for Procurement, Supply, Installation, Testing and Commissioning
of Smart Traffic Solution IT & non IT Infrastructure & Systems (field as well as datacentre) along with 5 years of
Operations & Maintenance Support, from the date of Go Live.
The SI shall undertake site survey of all the proposed Smart Traffic locations to ascertain number
of traffic sensors, detectors & controllers, RLVD & ANPR cameras and required accessories,
camera positioning (viewing angle, height, direction etc.) to ensure intended coverage.
SI shall also closely coordinate with the purchaser’s appointed agency, who shall be responsible
for supply & erection of pole infrastructure along with cantilevers for the installation of traffic
sensors, cameras and provisioning of city network (fiber), and shall jointly decide the location of
pole infrastructure, along with cantilevers, in consultation with officials assigned by the purchaser
or its authorized entity.
PCSCL and Police has identified 122 locations all across the Pimpri Chinchwad city and nearby
areas proposed to be covered under Smart Traffic solution; the details of the same are provided in
Annexure 2.
Post the detailed site survey, the SI shall prepare and submit site survey report (map view/3D
design), location wise and highlight issues/challenges & support required.
Simultaneously, SI shall also obtain the purchaser’s sign off on the submitted Site Survey Report.
2.3.4.2. Design, Develop, Supply and Installation of all the IT and non-IT Infrastructure
and System Applications
SI shall be responsible for provisioning of end-to-end IT Infrastructure & System Applications both
at the field level, identified Traffic Junctions, as well as at the centralised locations, Traffic Control
Centre, as per Indicative Bill of Material at Annexure 1, but not limited to, including
materials/accessories/consumables/libraries/ assemblies etc. necessary for the installation of the
IT Infra.
SI shall be responsible for coordinating with purchaser’s appointed agency, who shall be
responsible for supply & erection of pole infrastructure along with cantilevers for the installation of
traffic sensors, CCTV cameras and provisioning of city network (fiber), and shall share its
requirement in totality like poles locations, cantilever position, cat 6 termination etc. and execute
requisite site work including electrical, civil, administrative etc. in order to ensure that the site is
ready. Installation of requisite edge processing infrastructure shall be the whole sole responsibility
of the SI.
SI shall be responsible for performing the reinstatement and restoration of the sites back to the
previous/normal conditions as per the prevalent norms and to the satisfaction of the PCSCL /
concerned entity, wherever applicable.
SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at
all the designated project locations for the entire project period.
Note: SI shall be required to undertake Proof of Concept (PoC) for the proposed Adaptive Traffic Control System
(ATCS) at atleast 15 traffic junctions, to be decided in mutual consent with the purchaser & SI. Post PoC,
purchaser shall evaluate the performance and efficiency of the proposed system on the basis of key parameters.
Once the system’s performance is upto the acceptable norms of the purchaser, SI shall be required to install,
implement and commission the proposed ATCS solution at all other locations, as per RFP.
SI shall be bearing all the cost pertaining to conduction of Proof of Concept for ATCS solution; purchaser shall
facilitate adequate support in shortlisting of locations and providing space for installation of IT & non IT
Infrastructure. In case of non-acceptance of proposed ATCS solution by the purchaser; SI can seek approval
from the purchaser for changing the proposed ATCS solution/system and retaking of PoC at no extra cost.
However, change of ATCS solution/system shall conform, in totality, to the RFP requirements & specifications
and shall be as per the accepted financial bid.
SI is free to either make use of other solution IT Infra, such as ANPR, RLVD etc. and exising PCMC traffic infra
to achieve desired ATCS solution requirements or may shall proposed new IT infra required for ATCS solution
(cost for the same to be considered as part of ATCS Detectors, sensors & controllers line item cost).
SI shall also be responsible for Opeations and maintenance of all the existing traffic infra.
The SI shall be responsible to coordinate with purchaser’s appointed agency to ensure that the city network
backbone based last mile connectivity has been provisioned at each of the field infrastructure like traffic sensor,
camera, edge processor along with the accessories.
SI shall be responsible for the end-to-end integration of all the proposed IT systems and Infrastructure, field as
well as centralised, at the Server Room; which also includes integration with EMS, AAA, NMS, ICCC platform
to name a few.
Along with respective solution component systems interface, i.e. Smart Parking, City Surveillance, Smart Traffic,
Smart Water etc., the SI shall also provision for a single interface, via ICCC platform, for the user to operate, on
and among, all the proposed ICT led Smart City Initiatives. Smart Traffic solution component shall only be
qualified to term as Go Live once the ICCC platform is seamlessly integrated and commissioned with all the
other proposed solution components.
As part of phase, SI shall undertake below mentioned activities:
Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats
Obtaining sign-off on testing approach and plan from the designated authority
Performing Hardware and Software Testing: Conducting testing of various components/ modules
of the software
Rectifying the hardware and software issues/ bugs reported during the testing up to the satisfaction
of PCSCL or nominated agency
Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations
duly verified by the respective nodal officer of the purchaser
Obtaining all the statutory and regulatory approvals, if required, for the project implementation
After the successful commissioning of the project, the system would be declared as Go-Live and
enter into O&M phase and the SI shall also be issued a Go-Live certificate by the purchaser
2.4.1. Overview
PCMC is responsible for managing the water supply in the Pimpri Chinchwad city; the main source of water
supply is the Pawana dam, which is 35 kilometres west from the city and is connected to Ravet Pumping Station
by open channel. There is a pickup weir (Ravet Punavale) on downstream side of the dam. Water is pumped
from the pickup weir at Ravet Punavale dam and conveyed to water treatment plants by three mild steel (MS)
pipe pumping mains (1053 mm for 228 MLD, 1165 mm for 100 MLD and 1400 mm 100 MLD). There are currently
4 Water Treatment Plants (WTP) and each of them has a capacity of 428 MLD with 20% overload.
PCSCL intends to enable the PCMC Water Management System with smart ICT led interventions to improve
water distribution, reduce losses and to gain better control and management on water supply chain in the city.
Existing systems at PCSCL:
SCADA (Supervisory Control and Data Acquisition) has already been installed at Ravet PS; Sector-
23, Nigadi WTP; and Elevated Storage Reservoir (ESR)
Billing system manages the billing cycle and generates the water consumption bills
GIS engine is available for updating the GIS Map with latest coordinates
2.4.2. Objectives
Through the IT enablement of Water Management System, PCMC & PCSCL aspires to achieve the below
objectives:
Integration with the existing SCADA system, being installed at Water Treatment Plants, Storage
Reservoirs, Pump and Sump Stations and Water distribution pipeline, with City Operations Centre
Consumer Water Metering for real time meter data collection and analysis
Online Water Quality Monitoring for District Metered Area zones
Real-time energy audit and preventive maintenance for pumps installed at Water Pumping Stations
Mentioned below are the key solution components of Smart Water Management System:
Advanced metering infrastructure shall cover the installation of new water meters or the replacement of existing
residential meters/ commercial bulk water meters; which shall record the bi-directional water flow and transmit
it to the COC Meter Data Management System (MDMS).
By implementing the Smart Water Metering, PCSCL shall improve the water meter reading collection efficiency
along with the bill generation and collection cycle to provide better real time insight into water consumption
patterns in the city. The real time data shall also facilitate in diagnosis of faults in the water distribution system.
The supplied Meters shall be with electrostatic epoxy painted for potable water and cold water up to 50 degree
centigrade. These flow water meters shall be multi-jet, inferential type, dry dial, MID approved Mechanical /
Ultrasonic type water Flow Meters along with Class 'B' conforming to IS-779: 1994 with up to date amendments
or ISO 4064-1:2005 (or Latest) |OIML R 49-1:2013 standard with ISI/EEC/OIML certification mark on each meter
and shall be with IP-68 protection.
The Meter shall have inbuilt RF modules which shall use a Long Range Low Power Wide Area Network (LPWAN)
in 865 MHz to 867 MHz ISM band to communicate with the Gateway device. The Gateway device shall
communicate with centralized MDMS system using TCP/IP network over any open standard protocol. The meter
data shall be collected through fixed AMI system and walk by / drive by units & shall be transmitted to the
strategically located central operation centre using any open standard IoT protocols.
The water meter data shall be integrated with the existing PCSCL billing system using seamless web services
integration from the MDMS system. The Meter Data Management System shall be have the Meter data
Acquisition System (MDAS) to acquire & store the data remotely using wireless gateways / DCU (Data
Concentrating Unit) or Mobile Drive By/Handheld units over cellular or fibre optic network. The Water Meter Data
Management System shall do the data mapping along with data validation, estimation and editing (VEE) using
its VEE engine for the measured flow w.r.t the consumer ID, location details and shall be integrated with existing
Billing Application to generate bills for the water consumption. There shall be the provision to export data to the
existing Billing Database via database level integration. The MDMS system shall also be integrated with external
applications of PCMC, such as Asset management, GIS and ERP systems.
The following tables explains the water meter connection details for smart water metering using AMI.
Pipe Connection Size (in mm) Quantity of Water Meters (in Nos.)
15 2000
19 1165
25 5034
40 617
50 337
75 56
100 47
150 12
Total 9268
Table 5: Total quantity of Water Metering
The water AMI system shall have the facility to record the abnormalities like application of very high
consumptions, water leakages etc. along with necessary alarms in HHU and in MDMS system. The battery life
of AMR water meter shall not be less than 7 (seven) years from successful installation of said AMR water meter
along with its AMR system, the battery life shall be calculated by considering the monthly remote reading. During
remote reading the battery life of AMR water meter shall be displayed / indicated on HHU. The detailed functional
requirement of MDMS system shall be complied as per the details specified in Annexure 3.
Indicative Solution Architecture:
Centralized Meter data acquisition system with integrated AMR
On-line Quality Analysers shall acquire the quality parameters (residual chlorine, and Turbidity) in each DMA
zones for monitoring the drinking water quality delivered to citizens of PCMC. These analysers shall be installed
at approximately 150 DMA zones, 2 No’s of OWQMS sensors in each DMA zones, to measure the Chlorine
residual and turbidity parameters of supplied drinking water.
The above mentioned quality parameters shall be acquired using Quality Analysers which shall be integrated
further with RTU / IEG to transmit the data over city network or wireless (GPRS/GSM etc.) network up to a
central location for storage and access. OWQMS Application system receives information, processes, analyses
it, and shall have capability to raise any possible alert to the consumers via Smart City Mobile Application. The
quality parameters shall be regularly reviewed to support the system operations and help to detect the water
quality anomalies. Data analysis methods may vary in complexity, ranging from simple set point alerts to
sophisticated computer algorithms. When a water quality anomaly is detected, an alert can be generated to
notify utility staff as well.
Water Network Management System shall help to improve system design and operation of the water utility shall
be utilized to improve Hydraulic performance, Water quality, Safety of operation. It will help to reduce Water
supply costs, Leak risks, Non-revenue water, Costumer complaints, and capital investment.
It shall offer an off-line platform as well as a real-time platform that can be modified and customized to each
group of users in a water utility. The water network management system shall provide a better overview and
improved operation by running the water network modeling tool in real-time mode. By using live SCADA data
the model shall be transformed from a planning tool to a decision-making tool, integrated in your day-to-day
operations – with instant and clearly identified benefits and economic advantages.
The SCADA data shall be automatically loaded into the model, after having been pre-processed and validated
to avoid flawed data or replacing faulty instrumentation with emulated values. The real-time system shall be
provided in a graphical user interface that is easy to operate by the operator, but that can also be configured in
the same tool to run more complex scenarios requested by the engineer and planner. The real-time system shall
be able to combine historic view, real-time views and predictions in the same user interface – easily accessible.
The water network management system shall be fully integrated with SCADA and shall be prepared to send an
alarm to SCADA if error conditions in the network are predicted. The management system shall be visualized in
a control room atmosphere with focus on simplicity and easy access to information – enabling everyone to obtain
qualified information about the network – now and in the future. In the main view, it shall be possible to scroll in
and out – visualizing what is relevant for the specific water utility; i.e. that GIS data suddenly materializes.
It shall be possible to generate VIEWS for each of the zones that the water utility wishes to focus on. It shall be
possible to pre-configure the themes the user wishes to see, whether it is related to Pressure, Flow, Velocity,
Age, Chlorine concentration, Leakage as in Minimum Night Flow (MNF), Pipeline Leak Likelihood, Criticality &
Replacement prioritization, Other simulated parameters. The water network management system shall provide
user configurable dashboard functionality for each user to present their preferred data or execute your pre-
configured actions. Hence users can at a glance thy can verify if their network is working properly (such as
looking at Key Performance Indicators - KPIs), or they can get direct access to the features and functions that
they use on a regular basis.
Water network management system can assist utilities to perform leakage management at DMA level and inside
DMA, where leakages will make up the highest proportion of the total flow. User may do a preliminary
identification of DMA with potentially high leakage levels by checking the NLM values from the fully configurable
dashboard. User may further check the NLM trend for over a week and view the Net Flow into the zone for the
same period.
Energy Audit shall be the periodic examination of an energy system to make sure that energy is being used
efficiently. It shall be a systematic study or survey to identify how energy is being used in a plant by various
equipment and to identify energy savings opportunities.
Pumping process being the core activity of entire Water Management System, hence it is envisaged to conduct
audit for the pumping process as well. Pumping is the process of addition of kinetic and potential energy to a
liquid for the purpose of moving it from one point to another. This energy will cause the liquid to do works such
as flow through a pipe or rise to a higher level. 3-Ph 4 wire energy KWh meters shall be used to capture the
pump’s real-time energy measurements like voltages, amperes, frequency, load, power factors etc. of the
pumps. These data shall be transmitted to the operation centre using an Intelligent Edge Gateway (IEG) device
using wired and wireless communication infrastructure. The energy meters shall be communicating with
operation centre MDAS (Meter Data Acquisition System) using any open standard protocols (e.g., Modbus,
DNP3 etc.) which further helps to analyse the pump’s efficiency on real-time basis.
Pump Performance Monitoring and Preventive Maintenance
Pumps efficiency monitoring like monitoring of suction and discharge pressure of the pumps, pump’s vibration,
water flow and bearing temperature shall improve the running efficiency of pumps at water pumping stations at
WPS, ESR and at Ravet- Pumping stations. Ideally, five parameters shall be monitored to understand how a
pump is performing namely suction pressure, discharge pressure, flow, pump speed and power. The suction
and discharge pressure are measured by either pressure transducers that can transmit real‐time data for
monitoring purposes. An accurate power measurement, in combination with suction and discharge pressure
readings, can be a powerful tool in assessing pump performance.
Pump performance monitoring
Vibration monitoring
Bearing temperature
Suction Pressure
Discharge Pressure
Pump’s Flow measurement
Above mentioned parameters shall be measured with the help of transmitters. The communication gateway
such as IEG (Intelligent Edge Gateways) shall be used to integrate the transmitter interfaces using 4-20 mA
signal and shall be transmitted further to centralized application system at COC (City Operation Centre) using
OPC DA/ Modbus / DNP3 / IoT protocols over a wired or wireless network, for further analysis. The centralized
application shall help to analyse the parameters and shall indicate the preventive measures to be taken for these
pumps. These parameters shall be the important indicators collectively; and they shall provide a complete picture
as to the actual condition of the pump.
2.4.3.5. Centralized SCADA System (at COC, Both for Water and Sewerage Management
System):
The centralized SCADA system shall help PCMC/ PCSCL to present the information pertaining to its Water &
Sewerage Operations with help of SCADA HMI and alerts/events related to level of service breaches (like
outages, pressure and water quality issues), thematic maps related to current and future operating conditions
of the network, operational scenarios, possibility to notify alarms to water network managers and field
technicians in operations.
The centralized SCADA systems proposed in this RFP shall be required to integrate with the existing local
SCADA systems at various locations of water distribution network using OPC DA, AE, HDA / OPC UA interfaces
etc. The central SCADA system shall be monitoring the process and quality parameters with real-time alerts and
events along with the analysis to do the performance optimization of the network.
SCADA/IoT/ICCC Software/Hardware/Network components shall be installed at client locations (Nigdi WTP,
Water Pumping Stations & DMA Zones) for monitoring and controlling of Water Distribution System and
Sewerage Distribution System along with the integration of existing SCADA (at WPS, Nigdi WTP, ESRs/GSR’s,
Water Distribution Network, Local SCADA at STPs).
The broad scope of work of the bidder during the contract period shall be to Design, Develop, Supply, Install,
Integrate, Test and Commission all the IT enabled Smart Water Distribution System components along with
providing Operation and Maintenance services, for a period of five years from the date of Go Live.
SI shall undertake detailed Site Survey of all the locations pertaining to PCSCL Water Distribution System like
Water Treatment Plants (WTP), Water Pumping Stations (WPS), Elevated Storage Reservoir (ESR), Ground
Storage Reservoir (GSR) to assess the site requirements for making it ready for the installation & commissioning
of required IT and non-IT Infrastructure pertaining to Smart Water Management System; simultaneously SI shall
map all these locations on the GIS map.
Post the detailed site survey, the SI shall prepare and submit site survey report (map view/3D design), location
wise and highlight issues/challenges & support required. Simultaneously, SI shall also obtain the purchaser’s
sign off on the submitted Site Survey Report.
2.4.4.2. Design, Develop, Supply and Install all the IT and non-IT Infrastructure and
System Applications
SI shall be responsible for provisioning end to end IT & non-IT Infrastructure & System Applications both at the
field level (ESR, GSR, Plant etc.), as well as at the centralised locations (City Operation Centre), as per Indicative
Bill of Material (BoM) at Annexure 1, but not limited to, including materials/accessories/consumables/assemblies
etc. necessary for the installation of the IT and non-IT Infra.
SI shall be responsible for executing requisite site preparation work including electrical, civil, administrative etc.
in order to ensure that the site is ready and secure for hosting solution and infrastructure.
SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at all the
designated project locations for the entire project period. The scope of the System Integrator with respect to
each component of the Smart Water Management System is outlined below:
2.4.4.2.1. Smart Water Meter with MDMS Systems at City Operation Centre:
SI shall Supply, Install, Test and Commission the Smart Water Meter (Connection diameter from 15mm to
150mm) along with its metering infrastructure for the PCSCL’s water supply and distribution network. SI shall
supply smart Mechanical (Multi-jet) and Ultrasonic type water flow meters along with the gateways / Data
Concentrator unit (DCU) / Mobile Hand held unit (HHU) or Drive-By Units as per detailed specification specified
in the RFP.
SI shall be responsible for the data integration between the water flow meters and Meter Data Management
System (MDMS) at CoC. The data shall be further integrated to the existing Billing System.
2.4.4.2.2. Supply of SCADA System with HMI and integrate with existing SCADA
system
SI shall Supply, Install, Test, Commission the SCADA Software with its required components at COC for
monitoring of Water distribution system. SI shall be responsible for the integration of existing SCADA (at WPS,
Nigdi WTP, ESRs/GSR’s locations of Water Distribution Network) using OPC DA / AE, OPC UA interfaces with
overall goal of mapping complete Water Distribution Network, integrating distributed SCADA systems and
performing real-time alert monitoring and analysis for performance optimization of the network.
SI shall be responsible for the Data Integration from the existing local SCADA system at WTP and other location
such as Wonderware / Archestra / Intouch SCADA platform.
SI shall be responsible for the data integration between the below mentioned software applications and SCADA
system using standard interfaces as described in the detailed functional / technical requirement specifications.
a. Meter data acquisition and management system
b. Online-water quality monitoring Application System
c. EMS application for energy audits and preventive maintenance of water pumps
d. Specific citizen centric data like water quality to be available on City Mobile App
SI shall Supply, Install, Test and Commission the required hardware, software and do the networking in between
different DMA Zones and COC to measure the water quality parameters such as turbidity and residual chlorine
to perform online water quality monitoring which shall be further available through web and mobile interface to
citizens and officials.
SI shall be responsible for interfacing with 3rd party application system through web services and mobile APIs
platforms for Water Quality data in the city. SI shall Supply, Installation, Testing and Commissioning of Online
Water Quality Management software at PCSCL.
SI shall Supply, Install, Test and Commission the required hardware, software for the on-line Water Network
Monitoring and Management System. SI shall be responsible for the required data integration from existing Local
SCADA system at WTP with the proposed centralized SCADA system at City Operation Center (COC).
The WNMS application shall provide a better overview and improved operation by running the water network
modeling tool in real-time mode. The SCADA data shall be automatically loaded into the model, after having
been preprocessed and validated to avoid flawed data or replacing faulty instrumentation with emulated values.
The real-time system shall be provided in a graphical user interface that is easy to operate by the operator, but
that can also be configured in the same tool to run more complex scenarios requested by the engineer and
planner. The real-time system shall be able to combine historic view, real-time views and predictions in the same
user interface – easily accessible. SI shall be responsible model the application and which shall be fully
integrated with SCADA and shall be prepared to send an alarm to SCADA if error conditions in the network are
predicted. The model shall be fed with live information from the SCADA system as well as forecast information
about weather conditions. This will enable the model to predict future consumption even during periods of quickly
changing or extreme weather conditions. Different variables, such as supply pressure, age of the water, amount
of chemicals in the water or flow shall be displayed. Effects of interventions, such as opening or closing of valves
shall be easily simulated, to reveal any disturbances in consumer supply.
SI shall be using live SCADA data the model which shall be transformed from a planning tool to a decision-
making tool, integrated in your day-to-day operations – with instant and clearly identified benefits and economic
advantages. SI shall be responsible to generate VIEWS for each of the zones that the water utility wishes to
focus on and shall be able to pre-configure the themes the user wishes to see, whether it is related to Pressure,
Flow, Velocity, Age, Chlorine concentration, Leakage as in Minimum Night Flow (MNF), Pipeline Leak
Likelihood, Criticality & Replacement prioritization, Other simulated parameters. SI shall be responsible for the
Dashboard which shall shall provide user configurable dashboard functionality for each user to present their
preferred data or execute your pre-configured actions. Hence users can at a glance thy can verify if their network
is working properly (such as looking at Key Performance Indicators - KPIs), or they can get direct access to the
features and functions that they use on a regular basis.
2.4.4.2.5. EMS for real-time energy audits and preventive maintenance of Pumps
SI shall Supply, Installation, Testing Commissioning of hardware and software at WPS and COC to measure
the water pumps flow, discharge and suction pressure (based on site survey), vibration, temperature (Pump’s
Bearing temperature) using transmitters and shall measure the electrical parameters using Energy Meters for
the Pumps at WPS to perform energy audit and preventive maintenance of Pumps installed at various locations
of water distribution network.
SI shall provide the transmitters for measuring the temperature, flow, vibration and pressure along with the Data
Acquisition System to send the measured parameters up to operation centre SCADA system using any open
IoT protocols (MQTT, CoAP protocols etc.) / any open standard SCADA communication protocols over wired or
wireless communication interface. Field level RTU or end devices shall be integrated with local SCADA system
for monitoring purpose. SI shall be supplying of RTU / Multi channel transmitter for the Data acquisition system
from sensors and energy meters which shall be integrated with city operation centre (CoC) using wired and
wireless technologies (3G/4G/LTE).
System Integrator shall be responsible for the data availability and integration with the existing local SCADA
system using any open standard secured interface. The local SCADA system shall be integrated with City
operation centre SCADA system over OPC DA / UA interfaces.
Data availability and Integration with existing SCADA shall be done using OPC DA interface or any open
standard secured interface.
The System Integrator shall provide the communication network and bear the cost of network subscription
charges, during the contract period, between COC and other site locations to establish the communication
between field equipment and central applications. The SI shall also establish a secured VPN connectivity with
encrypted TCP/IP links between COC and end field End devices such as DCU / IEGs / Gateways etc. at various
locations of the water distribution network. All client and server software required for this secure infrastructure
shall be in scope of the bidder.
During the implementation phase of the project, wherever, PCSCL City Network, fibre optic network, is available
at the site locations, SI shall establish the communication using the available network and meet the SLA
requirements between the local SCADA systems /field end devices up to the City Operation Centre applications.
Once the City Network shall be made available at various field locations pertaining to the Water Management
System, SI shall be responsible for the making the suitable provisions for connecting field devices & systems to
the PCSCL’s City Network backbone
Indicative Solution Architecture:
2.5.1. Overview
Pimpri Chinchwad intends to implement the Smart Sewerage Management System covering the entire sewer
infrastructure of PCMC i.e. Pumping Stations (SPS), Sewage Pipelines and Sewer Treatment Plants (STP). The
PCMC’s Sewerage Network is spread across 8 zones of PCMC with following key establishments:
Total No. of STP – 13
Total No. of SPS – 33
Length of sewerage network pipes: 1286 Km.
Average age of sewerage network pipes: 20 Yrs.
Total area covered by sewerage network: 148.03 sq. km (approx. 85% of city)
Sewerage capacity of STP: 333 MLD
2.5.2. Objectives
Vision of the project is to implement holistic and integrated sewer distribution system in the city using ICT led
interventions to promote centralized Smart Sewerage Management System. Mentioned below are the key
objectives of the proposed system:
Lifecycle Management of Sewerage Management System from centralised location
Monitoring the Quality of effluent treated and processing at the inlet and discharge of each STP
Increasing operational efficiency of the Sewerage Distribution Network with a centralized control
monitoring system
Energy Audit and Preventive maintenance of Pumps, Motors in STP and SPS
Automation of Chlorine and Polyelectrolyte dosing systems
Safety and Security of Assets and Infrastructure
Intelligent and centralised operations of the Sewerage Distribution System
To upgrade and integrate the distributed SCADA infrastructure with the proposed system
Mentioned below are the key components of the Smart Sewerage Distribution System:
In Sewerage Treatment Plants (STP), flow shall be measured on an instantaneous or a continuous basis. A
typical continuous system consists of a primary flow device, a flow sensor, transmitter, flow recorder, and
totalizer. Please refer to below mentioned table for the details on Inlet & Outlet pipe diameters.
Sr. Raising main Pipe line Outlet Pipe Diameter
STP Details MOC MOC
No Diameter (Ø) (Ø)
1 10 MLD STP Sangvi 450 mm DI 600 mm MS
2 20 MLD STP Dapodi 600 mm DI 800 mm RCC
3 20 MLD STP Ravet 600 mm MS 1000 mm MS
4 21 MLD STP Charoli 600 mm DI 800 mm RCC
5 30 MLD STP Chinchwad SBR 600 mm DI 1200 mm RCC
6 30 MLD STP Akurdi 600 mm DI 1000 mm RCC
7 40 MLD STP Kasarwadi-I 900 mm DI 800 mm RCC
8 40 MLD STP Kasarwadi-II 900 mm DI 1000 mm RCC
9 40 MLD STP Kasarwadi-III 900 mm MS 850 mm RCC
10 16 MLD STP Chikhali - I 450 mm MS 600 mm RCC
11 16 MLD STP Chikhali - II 450 / 600 MS 600 mm RCC
30 MLD STP Chinchwad ASP
12 600 mm MS 800 mm RCC
Bhatnagar
13 20 MLD STP Pimple Nilakh 500 mm DI / MS 800 mm RCC
STP inlet and outlet pipe dimensions and type for flow meter installation
2.5.3.2. On-line Quality Analysers at Sewage Treatment Plant’s (STP) Inlet and Outlet
To preserve the water quality it is important to monitor the water basis on various quality parameter; below table
mentions the various parameters, at Inlet & Outlet at STP, required to be captured via various
instruments/devices:
Treated Waste Probe
Sr. No. Parameter Unit Inlet Outlet
Water Limits Range
1 Oil & Grease mg/l <5 No Yes 0 to 500
BOD (3 days 27
2 mg/l <10 Yes Yes
Degree C) 0.01 – 20
3 COD mg/l < 50 Yes Yes 0 – 2000
4 TSS mg/l < 10 Yes Yes 0 – 20
5 NH4-N mg/l <5 No Yes 0.05 - 20.0
6 pH - 6.5 to 9 No Yes 4 – 12
7 Conductivity mS/cm < 2.5 No Yes 0 – 500
8 DO mg/l >2 Yes Yes 0 – 50
9 Chlorine mg/l 0.5 to 2.0 No Yes 0 – 10
10 Flow Meter Cubic Meters/Hr - Yes Yes 0 -2000
Quality Parameters to be measured and monitored at Inlet and Outlet of STP
Spectrometer Analyser probe shall be a multi-parameter probe with adjustable open path length ideal for
wastewater quality analysis. It shall measure the following parameters:
Biochemical Oxygen Demand (BOD),
Chemical Oxygen demand (COD),
Dissolved Oxygen (DO)
Total Suspended Solids (TSS)
Temperature
This multi-parameter probe shall be a long term stable and maintenance free analyser, which shall be pre-
calibrated with easy mounting without clogging option.
Ammonia Nitrogen Probe (NH4-N):
NH4-N is the dissociated form of ammonia (which is a cation = NH4+ -N). Total ammonia nitrogen (TAN) is the
sum of these two molecules in water. To detect the ammonium content in the wastewater, there shall be a probe
to be used to monitor the NH4-N. Measuring principle shall be ISE (Ion selective electrodes) – without potassium
compensation. It shall be a long term stable, factory pre-calibrated with automatic cleaning in compressed air.
The probe shall have automatic temperature compensation and pH compensation, which is ideally suitable for
waste water.
Oil and Grease Analyser:
The analysis of oil and grease in wastewater outlet channel after processing the Sewage water to meet the limits
set by MPCB. The probe to be used for measuring the oil and grease content, shall be a UV-Probe with
measuring principle as UV fluorescence with measuring range related to PAH calibration standards. A UV
fluorescence high range sensor shall be installed to measure the oil contamination. The probe housing material
shall be made up of stainless steel, titanium. Mounting type shall be with chain for submersible and in-line for
in-pipe mounting hardware. This probe shall be sending the 4-20mA signal that shall be processed by a
controller, which shall be supplied along with the probe.
Waste Water Quality Analyser (Micro Station):
It shall be a modular micro station, which shall have the combination of various quality scan probes. It is the
instrument designed for on-line monitoring of water quality parameters in wastewater.
The major prerequisites of efficient online analysers using UV Visible Absorption spectrophotometry are as
following:
It shall be capable of operating unattended over prolonged period of time
Should produce analytically valid results with precision and repeatability
The instrument/analyser should be robust and rugged, for optimal operation under extreme
environmental conditions, while maintaining its calibrated status
The analyser should have inbuilt features for automatic water matrix change adaption
The instrument / analyser should have on-board library of calibration spectras for different
industrial matrices with provision of accumulating further calibration matrices
Should have data validation facility with features to transmit raw and validated data to central
server
Should have Remote system access from central server provisioning log file access
Should have provision for Multi-server data transmission from each station without
intermediate PC or plant server
Should have provision to send system alarm to central server in case any changes made in
configuration or calibration
Should have provision to record all operation information in log file
2.5.3.3. For each parameter, there should be provision for independent analysis,
validation, calibration & data transmission.
Must have provision of a system memory (non-volatile) to record data for at-least one year
of continuous operation
Should have provision of Plant level data viewing and retrieval with selection of Ethernet,
wireless, Modbus & USB
The correlation/interpretation factor for estimating COD and BOD using UV-Visible
Absorption Technique shall be regularly authenticated/ validated and details provided
Record of calibration and validation should be available on real time basis on central server
from each location / parameter
Record of online diagnostic features including sensor status should be available in database
for user friendly maintenance
Expandable program to calculate parameter load daily, weekly or monthly basis for future
evaluation with flow rate signal input
Must have low operation and maintenance requirements with low chemical consumption and
recurring cost of consumables and spares
This spectrophotometer shall record light attenuation in the wavelength region between 200 and 750 nm. The
measurement shall be performed in-situ, without sampling or sample pre-treatment, thus preventing errors due
to sampling, sample transport and storage etc. The measurement cycle shall take between 20 and 60 seconds,
making possible a high measuring frequency and detection of rapid changes.
The fully modular micro station shall combine scanning instruments into a compact and versatile system. It shall
present the complete solution, as the user only has to connect water supply and discharge (“plug & measure”)
in order to receive online water quality parameters. The micro station shall be designed and supplied for On-line
monitoring of water quality parameters in wastewater. The required components of scan probes and controller
shall be factory assembled with all required flow cells, mounting fittings and pipes on a compact panel.
Chlorine dosing system shall be an automated system used to ensure effective dosing of chlorine. This chlorine
dosing system shall be with easy installation and requirement of less space for accommodation. Chlorine dosing
system doses chlorine into water to make it safer for humans to consume the water. It shall be equipped with
the sensor, which automatically measures the residual chlorine.
A chlorine fed system shall be furnished as a complete package assembly for installation in the plant room.
Assembly shall include base plate, electronic positive displacement type chemical feed pump, fiberglass solution
tank, suction and discharge tubing and fittings. Each chlorine solution dosing pump shall perform to achieve a
level of residual chlorine of not more than 1 mg/l in the treated effluent. Solution feed pump shall have a
maximum capacity of 1 l/hr chemical pump will operate on 50 Hz supply. Fiberglass solution tank shall be of no
less than 200 litre capacity and include suction line fitted with strainer. Control shall be by means of compound
loop (i.e. flow proportional and residual chlorine measurements. The feed pump shall be of variable speed
positive displacement, solenoid-raven diaphragm metering type. It comprises of the following components. This
system shall also have the capability to integrate the parameters with PLC/RTU system for transmitting the data
to City Operation Centre. Following are the key components of the dosing unit:
Polyelectrolyte dosing system helps to control the suspended solids at Sewage Treatment Plant. The system
shall have electromagnetic flow meter and speed controller with following features:
All the dosing tanks shall be provided with level switches for low-level trip, i.e. pump safety. The pumps shall be
provided with common external pressure relief valves. The chemical preparation shall be manual, i.e. addition
of chemicals shall be done manually. The required amount of chemicals shall be added to achieve required
concentration. The concentration shall be prepared with 4 Kg of Polyelectrolyte powder with 3000 litres of waste
water. The duty cycle shall be controlled by ultrasonic continues level measuring sensor, installed in the dosing
chamber, that start the refilling process automatically, opening the solenoid valve and adjusting the dosing pump
speed to get always the selected concentration even with water flow variations. The systems shall be provided
each with two tanks and two pumps and it shall have the capability to integrate the parameters with PLC/RTU
system for transmitting to City Operation Centre for centralized monitoring.
The Chlorine gas leak detector shall be used for the leakage detection at all the chlorine dosing units of STP.
The gas leak detector shall consist of detector assembly along with controlling unit. The detector assembly shall
comprise two nos. platinum electrodes wrapped with a porous wick. As the chlorine gas be present in the
surrounding air, an electrochemical reaction by depolarization shall take place on the electrode, henceforth the
electric current generated shall be proportional to the gas concentration in the air. An increase in the chlorine
gas concentration shall be indicated in the electronic control box, which shall be equipped with an indicator of
range of 0 to 5 ppm Cl2.
The desired alarm level shall be set. When the gas concentration in the air exceeds the pre-set value, the
leakage detector shall release the visual and audible alarm and shall operate an alarm relay. This alarm relay
shall provide a voltage free single pole double throw contact to actuate a safety device such as solenoid valve
in the gas line or a neutralization system. There shall also be an alarm flash light indication in the system due to
the below mentioned reason:
Electrolyte Reservoir empty
Detector cell dry
Cable interruption between cell and control box
There shall be an internal circuit in the control box to provide continuous 4-20 mA output signal corresponding
to a gas concentration of 0 to 5 ppm Cl2. The alerts from the chlorine gas detection system shall be integrated
with City Operation Centre via SCADA network.
2.5.3.6. Energy Metering at STP and SPS for the Pumps and Motors
3 Phase 4 wire energy meters shall be supplied and installed at STP and SPS to monitor the pump’s health and
status conditions. The meter shall measure 3 phase voltage, current, active power, reactive power, apparent
power, frequency, power factor, energy and Kwh etc. Energy Metering shall be done for the pumps (on or above
20 HP pumps) to monitor its health status and do the energy audit.
These meters shall have RS 485 port for remote data communication using wired or wireless gateway to
communicate to the City Operations Centre using any open standard protocol to integrate the data with the
control centre SCADA system.
Energy metering shall be done on all pumps at the SPS and data transmitted via SCADA network via the COC
SCADA system to the Energy management System (EMS) at COC. The data shall be monitored and analysed
w.r.t. the threshold values of various electrical parameters and pump’s running conditions and preventive
maintenance plan shall be planned accordingly.
The analytics done using the electrical parameters shall include inefficient cycling between pumps on site
leading to more wearing of particular pump. Analysis shall also be done for the following critical events:
Increase in Current Usage of pumps
Poor Power factor of pumps
Voltage Fluctuation
Frequency Fluctuation
Pump Trip Events
Electricity Failure Events
Emergency Backup Failure
Increase in total active, reactive and apparent energy consumption
The SCADA at COC shall be utilized to monitor the sewerage water network of the Pimpri Chinchwad city
including various plant processes of STPs. All process data from 13 nos. of STP and 33 nos. of SPS shall be
integrated with city operation centre SCADA system using wired or wireless communication infrastructure. The
data shall be made available to the SCADA system using field gateways installed at various locations and OPC
DA/UA client access. All the parameters related to EMS and quality analysis systems shall also be integrated in
the system.
Following list describes the location details of Sewage network from where the data shall be integrated with the
city operation centre SCADA system.
Data Integration from the existing local SCADA system at SPSs/STP. This data is currently
aggregated at Chinchwad Phase-II STP using Wonderware / Archestra / Intouch SCADA platform
Data Integration from local SCADA system to control and monitor CTech-SBR STPs currently using
Rockwell Automation Factory Talk/ Rslinx SCADA software
SCADA Data integration from Intelligent Edge Gateways (IEG’s)/RTU’s installed at STP/SPS and
other locations using redundant 3G/4G network for Online Water Quality Monitoring Systems , Flow
Measurement and Pump efficiency/energy audit systems
Data integration from various manhole wireless level sensors using Low Power Wide Area
Communication over GPRS network
o Data integration from Chlorine Dosing and Leakage Detection systems at all 13nos. STP
via SCADA network
Data integration from Polyelectrolyte system at all STP (13 nos. ) via SCADA network
Any other systems that are sending digital data as suggested by PCSCL during course of the
project period
Manhole level detection systems shall be used at various locations of the main trunk channel of the water
sewage network, which shall help to avoid spills, high level conditions with early notifications. The device shall
operate with a battery inbuilt along with connecting antenna and float terminations for fast and easy installation.
The level detection system shall be a rugged, robust device with waterproof enclosures. It shall be installed with
maintenance for convenient and easy removal.
The level detection system shall use reliable wireless communications like 3G/4G/LTE with GPRS/wireless
technologies to transmit the data up to city operation centre SCADA system using any Modbus or open standard
protocol. The system shall be a low power device increasing the life of battery and capable of routine daily
transmission for minimum 5 years. The battery shall be easily replaceable. The device shall include all
communication, data storage, alarm call-outs, reports etc.
The level detection software system at COC shall also include an analytics module to draw insight from manhole
level sensor data that shall help PCSCL to dispatch maintenance teams to site for repair work in a proactive
manner.
2.5.3.10. Water Sewage network modelling and management (WNMM)
Water network modelling and analysis shall be a software application platform which shall be used to provide
easy environment to analyse, design and operate the sewer system using built-in hydraulic and hydrology tools.
SI shall be supplying the application software at City Operation Centre and implement the same with help of a
domain consultant who shall be helping the utility and together can model the distribution network with help of
a single shared data source. Following are the functionalities, which shall be implemented by the system
integrator.
Network Model Building
Waste water and storm water loading allocation and estimation
Model Management
Advanced Analysis
The application shall provide synchronized database connection, geospatial links and advanced model building
modules. The software shall be provided with load builder module to allocate sewer loads based on GIS based
sources. It shall allow user to input and save the unlimited flow patterns. End-user shall configure, evaluate,
visualize, and compare various scenarios. The analyser shall be able to model the effect that low impact using
advanced analysis. SI shall refer the detailed functionalities described in the functional/technical requirement
specification as per the RFP.
The broad scope of work of the bidder during the contract period shall be to Design, Develop, Supply, Install,
Integrate, Test and Commission the IT enabled Smart Water Sewerage Distribution Network System along with
providing Operation and Maintenance services, for a period of five years from the date of Go Live.
SI shall undertake detailed Site Survey of all the locations pertaining to PCSCL Sewerage Distribution
Management System like Sewage Treatment Plants (STP), Sewage Pumping Stations (SPS) to assess the site
requirements for making it ready for the installation & commissioning of required IT and non-IT Infrastructure
pertaining to Smart Sewerage Management System; simultaneously SI shall map all these locations on the GIS
map.
Post the detailed site survey, the SI shall prepare and submit site survey report (map view/3D design), location
wise and highlight issues/challenges & support required. Simultaneously, SI shall also obtain the purchaser’s
sign off on the submitted Site Survey Report.
The System Integrator shall provide the communication network and bear the cost of network subscription
charges, during the contract period, between COC and other site locations to establish the communication
between field equipment and central applications. The SI shall also establish a secured VPN connectivity with
encrypted TCP/IP links between COC and end field End devices such as IEGs / Gateways etc. at various
locations of the sewerage distribution network. All client and server software required for this secure
infrastructure shall be in scope of the bidder.
During the implementation phase of the project, wherever, PCSCL City Network, fibre optic network, is available
at the site locations, SI shall establish the communication using the available network and meet the SLA
requirements between the local SCADA systems /field end devices up to the City Operation Centre applications.
Once the City Network shall be made available at various field locations pertaining to the Sewerage
Management System, SI shall be responsible for the making the suitable provisions for connecting field devices
& systems to the PCSCL’s City Network backbone.
2.5.4.3. Design, Develop, Supply and Install all the IT and non-IT Infrastructure and
System Applications
SI shall be responsible for provisioning end to end IT & non-IT Infrastructure & System Applications both at the
field level (STP, SPS etc.), as well as at the centralised locations, City Operation Centre, as per Indicative Bill
of Material (BOM) in Annexure 1 but not limited to, including installation materials/ accessories/ consumables/
assemblies etc. necessary for the installation of the IT and non-IT Infra.
SI shall be responsible for executing requisite site preparation work including electrical, civil, administrative etc.
in order to ensure that the site is ready and secure for hosting solution.
SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at all the
designated project locations for the entire project period. The scope of the System Integrator with respect to
each component of the System Implementation is outlined below:
2.5.4.3.1. Field level instrumentation & Data Acquisition for integrating with City
Operation Centre SCADA system
SI shall Supply, Install, test, and commission the IEG/RTU with integrated 3G/4G communication
capabilities with Cable and Other Accessories (As per Requirement)
Install and integrate the pre-calibrated plant level Sensors/Transmitter/ Energy Meters data with
field level RTU system using Modbus/4-20mA Analog signals/0-10V DC output signal/any open
standard protocol communication
SI shall be responsible for the timely calibration of the field instruments such as quality sensors,
Flow meters, Energy Meters etc. in a pre-defined scheduled manner after installation and
commissioning and during AMC period
SI shall be responsible for the integration between local SCADA system and City Operation Centre
SCADA system using OPC DA/OPC UA interfaces
Respective Loop testing and any control loop operation testing shall be done at field/plant level if
necessary
SI shall make the necessary features available such as scalability for any kind of future
augmentation or upgradations facilities in the supplied SCADA system
Local SCADA data integration at STP/SPS with City Operation Centre SCADA system using OPC
DA/UA interface shall be done by the System Integrator
2.5.4.3.2. Flow Measurement and Monitoring at COC for the inlet and outlet flow at STP
SI shall supply and install flow meters along with all accessories such as Electromagnetic /
Ultrasonic type flow transmitters as per the site feasibility. Using a hydraulic structure such as a
weir or flume in open channel type flow measurements at STP’s outlet, the total Outlet flow of
treated wastewater shall be measured
Electromagnetic Flow transmitters shall be installed with accessories at the inlet and outlet pipe of
STP and the measurements shall be integrated to the remote terminal units (RTU) using 4 to 20
mA signal input or equivalent
Data communication shall be with any open IoT protocols (such as MQTT / CoAP protocols) /
Modbus RTU / OPC DA / DNP 3 etc. between the end gateways (Intelligent edge gateway) to the
local and centralized SCADA system over wired or wireless communication. SI shall have the
responsibility for the integration of the measured flow parameters with COC SCADA system
Locally existing SCADA system shall be integrated with the COC SCADA system over OPC DA /
OPC UA interfaces using wired or wireless communication infrastructure
Accessories: All necessary mounting hardware like clamping fixtures, mechanism to remove the
sensors on line, interconnecting screened cables between Transducer & Transmitter, Cable Glands
etc. shall be supplied.
2.5.4.3.3. Waste water quality measurement at the inlet and outlet of STP
SI shall Supply, Installation, Test and Commission the various sewerage quality analysers (IT Infra & Systems)
to measure the parameters such as BOD, COD, TSS, DO, NH4-N, Residual Chlorine, pH, conductivity,
temperature etc. using Micro stations with probe analysers.
SI shall be responsible for the data integration between the quality analyser’s and control centre SCADA system
using RTU over OPC DA / DNP 3 / Modbus communication protocols which shall further be integrated with
OWQMS application system using OPC UA interface.
Data communication shall be using any open IoT protocols (such as MQTT / CoAP protocols etc.) / Modbus
RTU / OPC DA / DNP 3 etc. between the end gateway devices (Intelligent edge gateway) to the local and
centralized SCADA system over wired or wireless communication medium. Local SCADA software systems
shall be integrated with the COC SCADA system over OPC DA / OPC UA interfaces using wired or wireless
communication infrastructure that meets SLA requirements.
2.5.4.3.4. Automatic Chlorine Dosing and Polyelectrolyte Dosing system for STP
SI shall Supply, Install, Test and Commission the waste water Chlorine Dosage system and Polyelectrolyte
dosing system at STPs. SI shall be responsible for the data integration from the Dosing system up to the control
centre SCADA system using RTU over open SCADA/IoT protocols for monitoring purpose.
SI shall Supply, Install, Test and Commission the Chlorine leakage detection system at all the STP location
which includes sensor, controlling unit etc. to detect the Chlorine gas leakages at STPs. SI shall be responsible
for the data integration from the Chlorine Leak Detection unit to the control centre SCADA system for monitoring
and alert purposes.
SI shall have the responsibility for the data transmission up to CoC SCADA system over any open standard
SCADA communication interface such as OPC DA / UA interfaces for monitoring the flow at inlet and outlet of
each STP.
Data communication shall be using any open IoT protocols (such as MQTT / CoAP protocols) / Modbus RTU /
OPC DA / DNP 3 etc. between the end gateway devices (Intelligent edge gateway) to the local and centralized
SCADA system over wired or wireless communication medium. However, local SCADA system shall be
integrated with the COC SCADA system over OPC DA / OPC UA interfaces using wired or wireless
communication infrastructure.
2.5.4.3.6. Wireless Manhole Level Detection System along with Software at COC for
Analysis
SI shall Supply, Install, Test and Commission 50 wireless Manhole Level sensors using 3G/4G/LTE with
GPRS/wireless technologies at STP’s main trunk lines. The device shall operate with a battery inbuilt along with
connecting antenna and float terminations for fast and easy installation.
SI shall have the responsibility for the data transmission to COC SCADA system over any open standard SCADA
communication interface such as OPC DA / UA interfaces for monitoring the flow at inlet and outlet of each STP.
The data communication shall be done using any open IoT protocols (such as MQTT / CoAP protocols) / Modbus
RTU / OPC DA / DNP 3 etc. between the end gateway devices (Intelligent edge gateway) to the local and
centralized SCADA system over wired or wireless communication medium. However, local SCADA system
software shall be integrated with the COC SCADA system over OPC DA / OPC UA interfaces using wired or
wireless communication infrastructure.
N.B. - Manholes with Fiber Covers at main trunk line shall be considered for the installation of wireless level
sensors. PCSCL shall confirm the location details after replacing the concrete/metal covers with fiber cover for
the installation of wireless level sensors.
2.5.4.3.7. Plant level SCADA Integration with the SCADA systems at CoC
SI shall have the responsibility for integrating various process data from all STP and SPS with Control centre
SCADA system using wired or wireless communication infrastructure.
The data shall be made available to the SCADA system using field gateways installed at various locations and
OPC DA/UA client access. All the parameters related to EMS and quality analysis systems shall also be
integrated in the system.
Following list describes the location details of Sewage network from where the data shall be integrated with the
city operation centre SCADA system.
Data Integration from the existing local SCADA system at SPSs/STP. This data is currently
aggregated at Chinchwad Phase-II STP using Wonderware / Archestra / Intouch SCADA platform
Data Integration from local SCADA system to control and monitor CTech-SBR STPs currently using
Rockwell Automation Factory Talk/ Rslinx SCADA software
SCADA Data integration from Intelligent Edge Gateways (IEG’s)/RTU’s installed at STP/SPS and
other locations using redundant Low Power Wide Area Communication over GPRS network
(3G/LTE) for Online Water Quality Monitoring Systems, Flow Measurement and Pump
efficiency/energy audit systems
Data integration from various Manhole wireless Level sensors using Low Power Wide Area
Communication network
Data integration from Chlorine Dosing and Leakage Detection systems at all 13nos. STP via
SCADA network
Data integration from Polyelectrolyte system at all 13 nos. STP via SCADA network
Any other systems that are sending digital data as suggested by PCSCL during course of the
project period
2.5.4.3.8. EMS for real-time energy audits and preventive maintenance of Pumps
SI shall Supply, Install, Test and Commission the 3-Ph, 4 wire energy KWH meters for the Sewage water pumps
with Data acquisition system. Energy meter shall be capable of reading and transmitting real-time and on
demand readings of electrical parameters (Active Power, Reactive Power, line voltages, line currents, power
factors, total energy consumptions etc.) based on the pre-set polling time intervals.
The SI shall supply RTUs and IEGs for the data acquisition from sensors and energy meters which shall be
integrated further with city operation centre (COC) SCADA system and other applications using wired (Fiber
Optic) and wireless (3G/4G/LTE) communication interfaces. SI shall be implement the Energy Audit application
system at COC to do the performance analysis of each pumps at SPS/STP and further to plan the preventive
maintenance of pumps.
SI shall have the responsibility for the data transmission to COC SCADA system over any open standard SCADA
communication interface such as OPC DA / UA interfaces for monitoring the flow at inlet and outlet of each STP.
The data communication shall happen using any open IoT protocols (such as MQTT / CoAP protocols etc.) /
Modbus RTU / OPC DA / DNP 3 etc. between the end gateway devices (Intelligent edge gateway) to the local
and centralized SCADA system over wired or wireless communication medium. However local SCADA system
shall be integrated with the COC SCADA system over OPC DA / OPC UA interfaces using wired or wireless
communication infrastructure.
SI shall Supply, Install, Test and Commission the Sewerage network distribution modelling and management
application software at COC which shall exchange the data with GIS system and any other application system
for the purpose of Sewage network modelling, analysis and Network simulation with following capabilities. The
detailed functionalities have been described in the annexure section.
Following are the functionalities, which shall be implemented by the SI:
Water Sewage network modelling, simulation and management
Visualization Tool for monitoring and analysis
Network Model Building
Waste water and storm water loading allocation and estimation
Model Management
Advanced Analysis
SI shall Supply, Install, Test and Commission Local HMI Desktop PC with 19” Monitor and a 65” LED Display
with customized HMI facility for viewing the critical parameters at the STP.
2.6.1. Overview
Residents of Pimpri Chinchwad are facing trouble in finding parking space and frequently find themselves
without change. Apart from unavailability of parking data, real time as well as part records, other challenges
encountered by current conventional parking system are high parking search time, traffic congestion on road,
poor usage of parking space, poor occupancy in parking lot, less revenue / collection, inefficient parking
operations etc.
Currently, PCMC has authorized parking at BRTS bus stops only and is in the process of formulation of city wide
parking policy. Further, PCMC & PCSCL intends to build & convert few major parking spaces, both off-street
and on-street, into Smart Parking enabled with various ICT led smart sensors/devices.
The locations which are intended to be converted to Smart Parking are not yet identified, however, PCSCL
conceptualizes Smart Parking solution basis on two types of parking locations i.e. On-street parking and Off-
street parking; the same are planned to come up in the near future. Thus, implementation of Smart Parking
solution largely depends on formulation of PCMC Parking Policy and identification & setting up of parking space.
2.6.2. Objectives
The project aims to implement holistic and integrated Smart Parking system for Pimpri Chinchwad city with the
following objectives:
Following are the key building blocks of the proposed Smart Parking solution:
Parking Sensor shall primarily be used to detect the occupancy of the parking bay and shall
communicate back the parking occupancy status to the local processing system/controller. As part
of the proposed solution it is envisaged to deploy camera based sensors or better technology for
on-street parking and surface mount sensors for off-street parking slots. However, SI can propose
any other suitable sensor technology in order to deliver the intended results
LED Display Units for communicating the occupancy status and other relevant information at the
parking entry/exit gates. 4 line displays shall be used at entry & exit of the parking space and 2 line
displays shall be used at indoor site of off-street parking.
Parking Aisle Light indicators shall be installed for all indoor parking lots for motorist to see the
available and occupied spaces from the parking lane easily
Entry/exit boom barrier for regulating the incoming and outgoing vehicle movement; the boom
barrier shall be regulated via local processing unit and ticket dispenser column
Ticket Dispenser Column shall have capability to read/scan the mobile based QR code and
generate QR code based paper parking slips
Wireless Controller for collecting data from all the field level sensors and transmit it to the central
server/ local processing unit
Wireless Handheld Devices to dispense parking slips and collection of payments
ANPR Camera for capturing vehicle registration number at the entry / exit point of the parking
location
Local Processing System: Parking location processing system shall be used for managing the field
parking operations and communicate with the centralised Parking Management System and field
level sensors like parking sensors (Wirelessly in case of off street parking), LED display unit, ticket
dispenser column etc.
Centralised Parking Management System for managing end-to-end parking operations in the city.
The system shall have capability to analyse the generated data for analytics purposes; study of
different trends based on specific time, specific area, vehicle, usage and parking demand etc. for
the purpose of better management of parking
Smart City Mobile Application shall allow the users to access real time status of parking slots, by
proximity or location, and shall allow the users to book the parking slots in advance. The mobile
app shall support online payment via mobile wallets, net banking etc. and shall generate QR code
based e ticket. The same needs to be scan by the user at the entry point of the parking locations;
mobile application shall also support Parking Guidance System.
At on street parking, camera
1 based sensor detects
Surface Mounted Sensor detects whether parking space is 6
whether parking space is vacant or vacant or occupied and
occupied and transit the data to transit the data to central Primary Solution: The car owner shows the mobile
central server server Car Owner search for the QR code at the automatic parking system installed
3 parking space through the at gate and gets the ticket for parking
mobile application and book
the slot based on the parking
availability in the nearest
location
The System Integrator shall be responsible for Design, Development, Procurement, Supply, Installation, Testing
and Commissioning of Smart Parking Infrastructure & Systems (field as well as datacentre) along with 5 years
of Operations & Maintenance Support, from the date of Go Live.
Purchaser shall provide the parking site, with civil infrastructure, to the SI for installation of IT & non IT equipment;
civil work pertaining to construction of parking bays shall not be the part of SI’s scope of work but SI shall be
responsible for performing all other electrical, civil and electronics work at each of the parking site in order
commission the solution.
SI shall undertake site survey of all the Smart Parking locations to ascertain infrastructure (IT &
non IT) requirements, network requirement, operational & administrative challenges etc. This shall
be done in consultation with officials assigned by PCSCL or its authorized entity. PCSCL intends
to implement the Smart Parking solution at 10 locations i.e. 5 offstreet & 5 onstreet (which is subject
to change as per the site feasibility & availability), each having approximately 100 equivalent car
space (ECS)
Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D design)
and highlight key issues/challenges and support required
SI shall obtain the purchaser’s sign off on the submitted Site Survey Report
SI shall be responsible for provisioning of end-to-end IT and non-IT Infrastructure & System
Applications both at the field level, identified locations, as well as at the centralised location, Server
Room, as per Indicative Bill of Material at Annexure 1, but not limited to, including installation
materials/accessories/consumables/libraries/assemblies etc. necessary for the installation of the IT
Infrastructure
SI shall be responsible for executing requisite site preparation work including electrical, civil,
administrative etc., wherever required, in order to ensure that the site is ready and secure for
hosting solution
SI shall be responsible for performing the reinstatement and restoration of the sites back to the
previous/normal conditions as per the prevalent norms and to the satisfaction of the PCSCL /
concerned entity, wherever applicable
SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at
all the designated project locations for the entire project period
SI shall be responsible to coordinate with purchaser’s appointed agency to ensure that the city network
backbone based last mile connectivity has been provisioned at each of the Smart Parking location like camera,
edge processing infra etc. along with the accessories.
SI shall be responsible for the end-to-end integration of all the proposed IT systems and Infrastructure, field as
well as centralised, at the Server Room; which also includes integration with EMS, AAA, NMS, ICCC platform
to name a few.
Along with respective solution component systems interface, i.e. Smart Parking, City Surveillance, Smart Traffic,
Smart Water etc., the SI shall also provision for a single interface, via ICCC platform, for the user to operate, on
and among, all the proposed ICT led Smart City Initiatives. Smart Parking solution component shall only be
qualified to term as Go Live once the ICCC platform is seamlessly integrated and commissioned with all the
other proposed solution components.
The SI shall be responsible for undertaking the below mentioned activities:
Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats
Obtaining sign-off on testing approach and plan from the designated authority
Performing Hardware and Software Testing: Conducting testing of various components/ modules
of the software
Rectifying the hardware and software issues/ bugs reported during the testing up to the satisfaction
of PCSCL or nominated agency
Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations
duly verified by the respective nodal officer of the purchaser
Obtaining all the statutory and regulatory approvals, if required, for the project implementation
After the successful commissioning of the project, the system would be declared as Go-Live and
enter into O&M phase and the SI shall also be issued a Go-Live certificate by the purchaser
After the successful commissioning of the project, the system would be declared as Go-Live and
enter into O&M phase and the SI would also be issued a Go-Live certificate by the purchaser
2.7.1. Overview
Environmental pollution, particularly of the air, is nowadays a major problem that unknowingly affects lives in the
cities. As clear focus of building Pimpri Chinchwad as one of the finest example of Smart city, PCSCL believes
it is important to keep a close watch on the city’s prevalent environment conditions, on day to day basis, so that
appropriate corrective action, if need be, can take care off. More, importantly, assessment of environmental
conditions and impact made on environment by other development in the city shall be of great help for urban
administrator for keeping a balance in the city. At last a Smart City should always focus on communicating the
city information to its lifeline i.e. citizens; getting to know the details on various environment parameters, a person
lives in, would be a unique and smart experience in itself.
Currently, Under the SAFAR project, two air quality monitoring stations and five weather monitoring stations
have been installed at strategically selected locations in Pimpri Chinchwad, which continuously monitor air
quality monitoring parameters along with weather parameters including temperature, humidity, wind speed, wind
direction, rainfall, solar radiation etc. There are two LED displays in Pimpri Chinchwad, one each at Chafekar
Chowk & Pimpri Chowk to display the weather data.
Following are the key building blocks of the proposed Smart Environment solution:
The environment monitoring sensors shall be the core of the solutions and shall sense and record various
environmental related parameters as mentioned below, Air Quality, Weather, Lights & Noise, planned to be
deployed at 35 locations across the city:
NO2
SO2
CO
O3
CO2
PM 2.5
PM 10
Noise Pollution
The Centralised Environment Management System shall be deployed at the Server Room, and shall manage
the data generated from various field sensors. The system shall have the capability to analyse the data and
present with trend analysis. The system shall also facilitate real time communication of the environment data
through Variable Message Signboards and via mobile application.
Further environmental sensors recorded data shall be used by Smart City Mobile application to enable user for
alarm management and notification of environmental details on real time basis.
The System Integrator shall be responsible for Procurement, Supply, Installation, Testing and Commissioning
of Smart Environment IT Infrastructure & Systems (field as well as datacentre) along with 5 years of Operations
& Maintenance Support, from the date of Go Live.
SI shall undertake site survey of all the Environment Sensor locations to ascertain infrastructure (IT
& non IT) requirements, network requirement, operational & administrative challenges etc. This
shall be done in consultation with officials assigned by PCSCL or its authorized entity. PCSCL
intends to install the environment sensor at 35 locations
SI shall also closely coordinate with the purchaser’s appointed agency (from RFP2), who shall be
responsible for supply & erection of pole for the installation of environment sensor and provisioning
of city network (fiber), and shall jointly decide the location of poles in consultation with officials
assigned by the purchaser or its authorized entity
Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D design)
and highlight key issues/challenges and support required.
SI shall obtain the purchaser’s sign off on the submitted Site Survey Report.
SI shall be responsible for provisioning of end-to-end IT and non-IT Infrastructure & System
Applications both at the field level, identified locations, as well as at the centralised location, Server
Room, as per Indicative Bill of Material at Annexure 1, but not limited to, including installation
materials/accessories/consumables/libraries/assemblies etc. necessary for the installation of the IT
Infrastructure
SI shall be responsible for executing requisite site preparation work including electrical, civil,
administrative etc., wherever required, in order to ensure that the site is ready and secure for
hosting solution
SI shall be responsible for performing the reinstatement and restoration of the sites back to the
previous/normal conditions as per the prevalent norms and to the satisfaction of the PCSCL /
concerned entity, wherever applicable
SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at
all the designated project locations for the entire project period
SI shall be responsible to coordinate with purchaser’s appointed agency to ensure that the city network
backbone based last mile connectivity has been provisioned at each of the environment sensor location.
SI shall be responsible for the end-to-end integration of all the proposed IT systems and Infrastructure, field as
well as centralised, at the Server Room; which also includes integration with EMS, AAA, NMS, ICCC platform
to name a few.
Along with respective solution component systems interface, i.e. Smart Environment, City Surveillance, Smart
Traffic, Smart Water etc., the SI shall also provision for a single interface, via ICCC platform, for the user to
operate, on and among, all the proposed ICT led Smart City Initiatives. Smart Parking solution component shall
only be qualified to term as Go Live once the ICCC platform is seamlessly integrated and commissioned with all
the other proposed solution components.
The SI shall be responsible for undertaking the below mentioned activities:
Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats
Obtaining sign-off on testing approach and plan from the designated authority
Performing Hardware and Software Testing: Conducting testing of various components/ modules
of the software
Rectifying the hardware and software issues/ bugs reported during the testing up to the satisfaction
of PCSCL or nominated agency
Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations
duly verified by the respective nodal officer of the purchaser
Obtaining all the statutory and regulatory approvals, if required, for the project implementation
After the successful commissioning of the project, the system would be declared as Go-Live and
enter into O&M phase and the SI shall also be issued a Go-Live certificate by the purchaser
After the successful commissioning of the project, the system would be declared as Go-Live and
enter into O&M phase and the SI would also be issued a Go-Live certificate by the purchaser
2.8. Component 8: Smart City Mobile Application and Web Portal
2.8.1. Overview
Governments have increasingly leveraged information technology to transform relationships with internal and
external stakeholders. Through the use of technology, governments have improved the delivery of services to
constituents and increased the efficiency of their own work processes. These improvements have led to greater
citizen satisfaction, increased government transparency & efficiency and significant reductions in operating
costs.
To build on these advances, an innovative government continues to seek new ways of maximizing business
value. Pimpri Chinchwad Smart City Limited (PCSCL) and Pimpri Chinchwad Municipal Corporation (PCMC) are
keen to take up an initiative for transforming Pimpri Chinchwad into a Smart City and intends to develop a Smart
City App and a synchronized Web Portal to be enabled to run on a range of devices and address the requirements
of diverse use cases, including external-facing and internal-facing scenarios.
The Smart City Mobile App will be based on the Mobile Service Delivery Platform which shall host various
existing and forthcoming services of PCMC / PCSCL. The Web Portal shall act as a unified platform integrating
domain specific solutions apart from other services provided by PCMC/ PCSCL. The Smart City App and the
Web Portal intend to be the front face for all the city services, provide easy access to city data, offers easy
manageability and standardization of service delivery.
The proposed Smart City app and Web Portal shall provide multi-lingual support covering official Indian
languages along with voice enabled interaction and effective engagement with the citizens by communicating
real time information and alerts on various city health parameters like environmental conditions, traffic status,
parking booking, Wi-Fi connectivity etc. The app and the portal shall also facilitate navigational services,
community discussion platform for city dwellers, grievance management to name a few towards building more
approachable governance and management of city’s services/applications portfolio from one central control
point. The platforms shall have chatbot features as well to provide proactive assistance to the citizens.
The primary objective of Smart City Mobile app and Web Portal is to establish a “One Stop Solution” based
mechanism for the city dwellers to address their end to end requirements while interfacing with multiple other
applications/systems at the back end.
Benefits to PCMC/PCSCL:
Through integration of domain specific APIs like Smart Environment, Smart Sewerage, Solid Waste
Management etc., and PCMC administration shall be able to monitor and take desired actions to
improve multiple parameters like City health, Swachh Bharat Abhiyan etc.
Benefits to Citizen:
Direct Communication Tool
One point city information for locals as well as visitors
Users will have a personalised profile page
Selection of news and notification from various available categories
Stay connected with PCMC/ PCSCL informally
Separate Module for Merchants
Grievance Redressal
Know how about city happenings & various events
Important city information can be obtained in one go: Hospitals, Helpline Numbers, Universities,
PCMC holidays & PCMC official’s email & contact details
Smart City Mobile Application and Web Portal Service Portfolio (Indicative):
Grievance
Service Redressal Nearby
Survey /
Directory Location /
Poll
services
PCMC Smart City
SARATHI
Traffic
Information
Online
Payment Weather Social
Information News /
PCMC Citizen Events
Platform
PCMC Staff
Emergency
Services Calendar /
Planner
Municipal / Internal
Travel Directory Events /
Government
Information Announcement
Services
2.8.3. Smart City Mobile App and Web Portal Solution Building Blocks
2.8.3.1. Smart City Mobile App Platform and Web Portal Platform
The Application and platform shall serve as One Point Contact for citizens for accessing various city
services on mobile devices, connecting together on one platform, sharing information seamlessly.
They shall support integration and mobile enablement of existing PCMC services as well as on boarding
new city applications and services.
They shall facilitate PCSCL / PCMC in reaching out to citizens for communications like Events &
Promotions, Notifications, News and Alerts etc. via push notifications.
The App and Portal shall have open standards based architecture that allows various
departments/agencies to quickly integrate and make available their services through standard API in
SOAP/REST or equivalent and open data formats such as JSON/XML or equivalent.
They shall be capable to maintain/remember citizen personal details, preferences and data required to
access department services without the user having to re-enter these every time. Data shall be stored
securely and the user consent must be taken for any citizen data storage.
It shall offer a set of predefined and common functionalities for mobile applications such as APIs for
user management, files, custom objects, email, photos, social integrations, analytics, push notifications,
geo-location, enterprise integration etc.
The platforms shall have reduced server-side coding so that the focus can be more on front-end
development and faster roll-outs.
They shall have the ability to integrate with legacy databases.
They shall be Open standards based platforms.
They shall have security and privacy of data of the integrated applications/databases that would be
mobilized on the platforms as well as on the front-end.
They shall have the ability to plug-in with 3rd party applications, software, tools.
Ownership of the data is with PCMC / PCSCL only. SI shall not share the data with anyone else without
a written consent from PCMC / PCSCL.
2.8.3.2. Mobile Application and Portal authentication
The app and portal shall have multifactor authentication based on the requirement of the service as per
their risk sensitivity, which includes username/password, OTP, finger print scanner and facial
recognition etc.
There shall be enablement for scenarios i.e. mobile app/handset should not be locked to a single mobile
number
The whole module for such authentication shall be modelled as a separate pluggable application, which
if needed, can be used to provide for federated authentication needs of other applications
Smart City Mobile App platform will have to integrate with TSPs for various channels (SMS, IVRS etc.).
Smart City Mobile App platform should have necessary modules for handling IVR calls and OBD (Out
Bound Data calls)
Manage application, data and server security of PCSCL Smart City App and Portal as per ISO 27001
standards. The solution should be free from the vulnerabilities defined in Open Web Application Security
Project (OWASP) top 10 vulnerabilities and other known vulnerabilities
Payment module shall be integrated with payment gateways of PCMC, and shall be PCI-DSS (Payment
Card Industry Data Security Standard) complaint
To enable payment mechanisms for services requiring payments, using mobile phone will be an integral
part of the solution. The proposed Web Portal shall too have the provision to make online payments.
The payment modules of the solutions need to support various payment instruments allowed by RBI.
The modules need to be intelligent enough to route the authorization request to the appropriate payment
processing unit. Provision should be made for charging convenience fees (which can be made available
whenever required), over and above other charges such as Service Fees, Taxes etc.
Smart City Mobile App and the Portal shall be multi-lingual, which should support Marathi, Hindi and
English
The platforms’ architecture shall be scalable to support potentially all citizens accessing different types
of services. The design shall be such that the effort for setting up a new service should be minimal for
integrating departments so that once service API integration is done; it should be possible to provide
services through configuration and minimum development
PCSCL shall have the option to Brand their own services by selecting a template for the Municipal
specific services page. It should be possible for citizens to have a customized view of specific services
at the first level. Other services should be automatically available on the second level as optional
Smart City Mobile App shall have a section where the citizen can update their preferences in terms of
personal details, frequently accessed services and short cuts, language etc., which shall then be
available for all services so that data entry can be minimized. Additionally, the Web Portal shall have a
personalized citizen page where they shall be able to see their personal details including bills, payment
status etc.
Smart City Mobile App and Web Portal platforms shall provide Municipal departments a separate login
with access to their own services with reports and dashboards.
The platforms shall have the provision of Search option for the citizens to discover relevant services.
2.8.3.7. Aggregation
Integration and aggregation of innovative 3rd party citizen centric services provided by private
companies and merchants that are relevant for citizens shall be possible. The 3rd party services will be
identified and evaluated by PCSCL and shall be integrated by the SI after consultation with PCSCL.
These services will need to provide APIs and service flow as per the guidelines to be published so that
these can be integrated into the mobile app and the portal based on the technical feasibility
The SI shall also be required to develop mobile app based user interface for each of the domain specific
solution/system like Smart Environment, Smart Traffic, Smart Parking to name a few that shall be
integrated to the Smart City Mobile App through the respective solution APIs.
Smart City Mobile App/platform along with Portal shall be required to be deployed on Public Cloud from
the GoM empanelled Cloud Service Provider. The bidder shall be required to furnish the details of the
cloud Infra sizing, as part of its technical bid, in line with the various pack/modules of the aforementioned
GR.The purchaser, during the contract period if needed, may ask the SI to migrate the Mobile
Application along with the portal on PCMC/PCSCL Server Room during the contract period, thus, SI is
required to furnish the Mobile App & Portal migration strategy as part of its technical bid.
Smart City Mobile App shall be made available on Google Playstore and Apple App store.
The broad scope of work of the bidder during the contract period shall be Requirement Analysis, Design,
Develop, Supply, Install, Test and Commission the Smart City Mobile App and Web Portal along with providing
Operation and Maintenance services, for a period of five years from the date of Go Live.
Requirement Analysis: SI shall undertake detailed requirement analysis pertaining to the multiple
services being planned to be part of Smart City App & the Web Portal and their respective GUI.
Preparation of Functional Requirement Specifications & System Requirement Specifications: SI
shall prepare and submit FRS and SRS to the purchaser
Design, Development, Deployment, Integration, Testing, Commissioning and Go Live: SI shall be
responsible for the commissioning of the Smart City Mobile App and Web Portal, which include
design, development and integration with various other applications and systems as per the
requirement.
For seamless operations and maintenance of the entire solution, SI shall provide following teams
dedicated at the project site, for the entire contract period:
Project Management Cell - To manage the entire Smart City Mobile App Project (including overlooking the
transactions and assisting in merchant/vendor payments) during the entire contract period. SI shall
propose the number of resources.
Content Management team - To gather information from all relevant personnel in all Departments of
PCMC. They shall also build the campaigns and distribute them and be in-charge of internal
documentation. They shall also be responsible to Create and approve, upload the content on the platform.
SI shall propose the number of resources.
Registration Cell - To drive smooth citizen registration process, marketing strategy & assistance in
execution of the same. The KPI for the registration Cell shall be 50,000 registrations/app downloads in first
12 months after the app goes live. SI shall propose the number of resources.
Benefit Cell - In charge of identifying, contacting & registering of merchants for citizen benefits / discounts
and loyalty club. KPI for the benefit manager will be registering min 150 merchants in first 12 months after
the App goes live. SI shall propose the number of resources.
Analytics Cell - To perform ongoing analysis of the database, provide insights and offer campaigns. They
shall manage reports, do analysis and strategize to improve engagement with all stakeholders with the
Mobile App ecosystem. SI shall propose the number of resources.
Helpdesk - In charge of support of both citizens and internal employees in regards to the system, as per
requirement to address citizen and partner queries over phone and email. SI shall propose the number of
resources.
Application Developer – To develop functionalities and features of the Application for mobile and Portal
customization and maintenance for 5 years. SI shall propose the number of resources.
2.9.1. Overview
Social Media Analytics is the practice of gathering data from social media websites and analysing that data using
social media analytics tools to make business decisions. PCSCL & PCMC intends to use Social Media Analytics
as a marketing tool to understand & engage with its citizens via popular social networking sites such as
Facebook, LinkedIn, Twitter, Instagram and other platforms.
In today’s era of digitization, social media is the buzzword and ‘Go To’ platform to interact and know the city
residents and monitor what they are saying about their experiences. Smart City thrives towards the inclusiveness
i.e. each stakeholder of the city should have a say in city planning & development. In absence of a platform to
record opinions from the citizens, key stakeholder, PCSCL envisioned Smart City risks missing citizens’
grievances, negative mentions and complaints to name a few which would cause an inevitable brand damage.
In view of this, PCSCL intends to not only engage with various social media platforms/sites to maximize brand
coverage, but also wanted to monitor and analyse the effectiveness of placing itself on social media.
2.9.2. Objective
Need of an effective citizen engagement through online mediums such as social media channels.
Social Media Platforms shall bridge the gap between PCSCL and the citizens of the city allowing
PCSCL to reach out to an audience of millions on a common platform at one go. It shall enable
transparency across citizens’ feedbacks and grievances on services provided by PCSCL.
Need to analyse citizen’s view for better decision and administrative support.
The information gathered through the social media platforms shall help PCSCL understand citizens’
issues and improve their services/ products accordingly. It shall also allow PCSCL in creating new
marketing campaigns on various services.
Need to monitor citizen’s reaction on implementation of schemes.
Citizens shall be able to extensively use various social media platforms to provide their feedbacks
on all the services provided by PCSCL like healthcare, education, transportation, infrastructure etc.
Huge volumes of feedback shall be captured consistently and accurately to monitor citizens’
experiences and their reviews on them.
To get proactive alerts on security / crisis / sensitive activities for better security & administration.
Social Media shall be used as one of the best platforms to reach out to masses at one go in case of
alerts, crisis, security issues, calamities etc. to make the citizens aware of the situation. These
platforms are very effective for faster and easier communication.
2.9.3. Benefits
Services - PCSCL shall be able to use the analysed data to make predictions and automatically
integrate information from “the pipe,” (the continuous stream of publicly available social media data)
directly into business processes. This data shall provide teams with valuable information on future
directions in which to take their services. They shall be better able to predict customer behaviour and
improve customer satisfaction.
Information and Public Relations Department - Social media analytics shall help Information and
Public Relations Department of PCMC for Public Relations issues/crisis management. It shall allow
the team to determine who the main influencers are within specific networks and these can be
targeted with specific offers. This shall provide a simple way to advertise to a potentially huge
audience.
Website Optimisation - Social media features are valuable to have on the PCMC websites
(https://www.pcmcindia.gov.in) and (http://www.smartcitypimprichinchwad.in). For example, having
"like" buttons on individual articles or pages shall provide a simple way to assess which content is
popular, and by using analytics, the marketing team shall be able to see which content is being
shared and on which social networks. This shall help PCSCL optimize the effectiveness of their
websites by providing the information required to confidently remove content that is not viewed or
shared and create more of the type of content that is proving to be popular.
In addition to information on individuals, data shall be aggregated to provide detailed information on factors such
as the number of visitors to the site, the number of hits each page receives, where visits were abandoned, and
the numbers of visitors entering the site by each route. Using this information, the Public Relations team shall
assess whether visits are regularly being abandoned at the same point, which may signify a problem with the
website such as poor content, difficulty in navigating past that point, or a broken link.
The proposed solution shall be capable of analysing content in English, Hindi and Marathi across multiple social
media platforms. Analysis of various attributes such as semantic analysis, web analytics, textual analysis,
contextual analysis, sentiment analysis, predictive analysis, Tag cloud, correlational analysis, etc. for structured,
semi-structured and unstructured data sets shall be done.
The reviews provided by the citizens on various services by PCSCL shall enable in effective citizen engagement
through the online channels, and help analyse citizens’ views for better decision and administrative support.
PCSCL with the help of Information and Public Relations Department of PCMC shall be able to determine, who
the main influencers are within specific networks and improve their services accordingly.
Logical Solution Overview
The broad scope of work of the SI during the contract period shall be to Design, Develop, Supply, Install, Test
and Commission Social Media Analytics Solution along with providing Operation and Maintenance services, for
a period of five years from the date of Go Live.
2.9.5.1. Design, Develop, Supply, Install and Integrate all the IT Infrastructure and System
Applications
The SI shall undertake detailed system study of citizen engagement platforms pertaining to Pimpri
Chinchwad city like (but not limited to) :
o PCMC Websites- (https://www.pcmcindia.gov.in) and
(http://www.smartcitypimprichinchwad.in)
o Citizen Mobile Application Module: SARATHI and m-PCMC
o Other platforms like emails, blogs, forums, news feeds, portals, websites, social media
platforms, SMS, phone calls etc.
The SI shall be responsible to design, supply, integrate, install, configure, test and commission IT-
enabled Social Media Analytics Solution at PCSCL, which will include the following, but not limited
to, libraries, assemblies, packages etc. necessary for the application.
Procurement of application/ tool licenses shall be based on workloads and should be scaled
accordingly.
Role-based Access control for applications and user groups shall be enabled
SI shall coordinate with Information and Public Relations Department of PCMC to monitor social
network traffic, who in turn shall be able to develop strategies to promote PCSCL’s services and
assess the effectiveness of marketing campaigns
2.9.5.2. Integration, Testing, Commissioning and System Go Live:
PCSCL is responsible for collection, segregation, transportation, dumping and processing of the city waste from
door to door. PCSCL has currently deployed fleet of more than 600 vehicles for collection of door to door waste
(primary collection), collection of waste from community collection points (secondary collection) and then
transferring the whole lot to the waste processing plant for further treatment. Also, PCSCL has deployed approx.
2800 field staff which are responsible for street sweeping and collection of street waste and dumping to the
nearest bins/collection points.
In each ward, several routes are defined for door to door waste collection
A solid waste collection vehicle (vehicle available at PCSCL i.e. ‘TATA ACE’) traverses through the
route and collects garbage
Collected waste is then transferred by these TATA ACE to the transfer stations (which are intermediate
dumping areas)
In order to cater to the needs of 8 zones and 32 wards of PCMC there are around 28 permanent &
temporary transfer stations. From these transfer stations garbage is transferred to Nehru Nagar Transfer
Station in secondary vehicles (usually compactors)
Field supervisor (also called ‘ Mukadam’) supervises the daily work
Bigger trucks take garbage from Nehru Nagar Transfer station to Moshi Depot for processing and
disposing the garbage at landfill site post weight recording
Currently, managing the people responsible for the solid waste collection activity and proper utilization of
assets/resources assigned to them has become a complex job for PCSCL. The main problems of the existing
solid waste collection process are:
PCSCL intends to introduce various proven technology in the domain of Solid Waste Management System to
bring transparency, efficiency and accountability in the entire supply chain. The perceived advantages of IT
enabled Solid Waste Management are:
PCSCL is currently implementing the Vehicle Tracking and Management System (VTM) for 375 nos. of Vehicles
using GPS based Vehicle tracking unit (VTU) to track the vehicle movements with their geofenced area. The
vehicle tracking and management system, currently is a clould based application system with yearly subscription
charges.
PCSCL now intends to have end to end ICT enabled SWM on-premise solution, however, the existing Vehicle
Traking Unit (GPS devices) shall be utilized and shall be integrated with the supplied ICT enabled SW suite.
The broad scope of work of the bidder during the contract period would be to Design, Develop, Supply, Install,
Test and Commission IT enabled Solid Waste Management System along with providing Operation and
Maintenance services, for a period of five years from the date of Go-Live, which shall include following activities,
but not limited to:
The SI shall undertake detailed Site Survey of all the existing & proposed new locations pertaining to PCSCL
Solid Waste Management like Transfer Station, Processing Plant, primary collections & secondary collection
points, field staff work locations etc. and map all the actual locations (latitude / longitude) on the GIS map.
Purchaser shall give the route details of its primary and secondary bin collection vehicle (GPS enabled) and the
same needs to be mapped onto the GIS map for vehicle tracking. Simultaneously, bidder has to assess the site
requirements and proposed bill of quantity, location wise, for making it ready for the installation & commissioning
of IT and non IT Infrastructure.
2.10.2.2. Design, Develop, Supply and Install all the IT and non-IT Infrastructure
and System Applications
The SI shall be responsible to provision end to end IT and non IT Infrastructure required for commissioning of
IT enabled Solid Waste Management System at PCSCL which will include the following, but not limited to:
Supply, installation, testing and commissioning of all the required field equipment, IT & non IT, as per Indicative
Bill of Material at Annexure, but not limited to, (including site preparation, installation materials/ accessories/
consumables/ libraries/ assemblies etc. necessary for the installation of the IT & non IT Infrastructure)
Provide comprehensive onsite OEM warranty for all the supplied products/services at all the designated project
locations for the entire project period.
• The SI shall be responsible to provision requisite connectivity at all the field locations / infrastructure,
wherever required, via wired (fibre/ Ethernet) or wireless (3G/ 4G/ LTE) medium, based on the site
survey and site feasibility.
• PCMC shall provide the connectivity at all the PCMC Zone offices (client viewing centre) for monitoring
and viewing the SWM operations
• SI, at its own cost, shall be responsible for provisioning electrical connections along with sub meters at
each of the site location, wherever applicable, with adequate capacity required to power various IT
devices/systems; the same is required to be considered as part of SI’s commercial bid. Cost of electricity
charges shall be paid to the SI on actuals, quarterly basis, on production of original bills duly approved
by the concerned nodal officer.
• SI shall design, develop, supply and install below mentioned IT enabled Solid Waste Management
systems/modules:
o SWM Suite: SWM Web Portal Dashboard, Weigh Bridge Management Module, Vehicle Tracking
Module, Data Analytics Module
o Weigh Bridge Automation Desktop Client Module
o Citizen Mobile Application Module
o Field Operations Mobile Application Module
o Workforce Activity Tracking & Attendance Management - Server Software Module
o Workforce Activity Tracking & Attendance Management - Mobile Application Module
• SI shall provision end to end IT enabled Solid Waste Management centralised IT Infrastructure and
System applications as on-premise Solution Model.
The SI shall be responsible to provision necessary VPN infrastructure (e.g., Virtual private gateway,
NAT, VPN Software etc.) on VPC side for such connectivity as necessary.
The following client locations shall connect with the SWM application suite and have the capability to
monitor and control the SWM operations in the city
o Pimpri Chinchwad Smart City Limited Office – 1 No
o Pimpri Chinchwad Municipal Corporation Head Office – 1 No
o Pimpri Chinchwad Municipal Corporation Zonal Offices- 8 Nos
All web portal applications, push notifications and API’s for mobile clients shall be over Secure HTTP
(HTTPS), Secure Web Socket (WSS) or similar secure protocols with TLS 1.2 security standard
compliance to access the web interface, real time data monitoring and control of the SWM operations
in the city. For this purpose secure client PKI X.509 certificates shall be installed on servers and all
desktop machines from where the command centre applications are accessed.
Complete certificate lifecycle management including revocation, re-issuing certificates, issuance of API
keys shall be managed centrally from a centralized Identity and Access Management (IAM) Server.
Role Based Access control for applications and user groups shall be enabled by IAM server. Secure
access control policies shall be defined in the IAM server.
All Field devices and mobile applications shall connect with authentication mechanism to join network
and exchange data.
The field devices shall use open IoT communication protocols like MQTT, CoAP etc. with open data
models like XML or JSON for communication.
The vendor shall provide REST API and Push Messaging for real-time data and alerts for integration
with City Operations Centre (COC) software.
The SI shall also integrate proposed SWM Mobile Applications with planned PCSCL’s Smart City Mobile
App for creating a unified experience.
PCSCL is currently using 375 nos. of GPS based Vehicle tracking unit (VTU) to track the vehicle movements
with their geofencing area; SI shall be responsible to integrate the same with its propsed ICT enabled SWM
suite to deliver the intended functionalities
• Integration, testing and commissioning of the IT infrastructure and systems and allied equipment,
software, updates, patches etc.
• Installation, integration, testing and commissioning of PCs and allied equipment, software, updates,
patches etc. at all the project locations
• Installation, integration and commissioning of the network connectivity at the project locations including
active and passive components
• Integration with the PCSCL’s City Operation Centre Smart City ICCC Platform and Data Analytics
engine, whenever made available during the contract period.
• Designing the Testing strategy, Test Cases, etc.
• Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats
• Obtaining sign-off on testing approach and plan from the designated authority
• Performing Hardware and Software Testing: Conducting testing of various components/ modules of the
software
• Rectifying the Hardware and Software issues/ bugs reported during the testing up to the satisfaction of
PCSCL
• Obtain Third Party Audit Certification, Security Audit / Safe to Host Certification, at its own cost, before
installation to ensure that the installed application is free from Vulnerability / bugs / defects and attacks
etc.
• Obtaining installation completion and commissioning certificate (Sign-Off) across all project locations
from duly designated nodal officer of PCSCL
• Obtaining all the statutory and regulatory approvals, if required, for the project implementation
• After the successful commissioning of the project, the system would be declared as Go-Live and enter
into O&M phase and the SI would also be issued a commissioning certificate by PCSCL
2.11. Component 11: City Operation Centre (COC) & Command Control Centre (CCC)
2.11.1. Overview
In order to facilitate project stakeholders; PCSCL, PCMC and Police, with a viewing and controlling mechanism
for the field devices/sensors with a fully automated environment for optimized monitoring, regulation and
enforcement of services, it is envisaged to setup Command Control Centre and City Operation Centre. The COC
shall be under the jurisdiction of PCSCL/PCMC for managing civil administration.
Mentioned below are the key sub components of each of the City Operation Centre:
o City Operation Centre (approx. 3000 sq. ft.):
o Viewing Room (approx. 1500 sq. ft.) equipped with Video Wall and sufficient space for the operators
to operate & manage all the ICT led Smart City solutions.
o Server Room with UPS & Battery room (approx. 750 sq. ft.): which shall host all the proposed ICT
led Smart City Solution centralised Infrastructure and Systems
o Network Operation Centre & Helpdesk (approx. 400 sq. ft.)
o Conference/Discussion Room (approx. 250 sq. ft.)
o Supervisor cabins (2) (approx. 100 sq. ft.)
CCC and COC shall be connected with each other via city network backbone as part of the proposed Core Ring.
Purchaser shall provide the basic civil infrastructure for COC. However, SI shall be responsible for all the civil
(interior), electrical, IT & non IT works along with supply & installation of necessary furniture and IT & non IT
infrastructure in order to commission both the centres.
City Network shall be the backbone of PCSCL / PCMC envisaged Smart City project over which all the data
pertaining to all the ICT led Smart City Initiatives shall reside, thus, it is of utmost importance to have constant
monitoring and control of the city network backbone. With this very objective, it is proposed to establish a
Network Operations Centre (hereinafter referred to as “NOC”) for monitoring the City Network Backbone
infrastructure. NOC shall analyse network problems, perform troubleshooting, communicate with various
PCSCL/PCMC officials / technicians and track problems through resolution. The key objective of the NOC is to
ensure the health and availability of components. When necessary, NOC shall escalate problems to the
appropriate stakeholders. The SI shall develop service catalogue for NOC and get a sign off on the same from
purchaser / authorized entity.
The Services Catalogue for the NOC has to be prepared by the SI and get a sign off from Purchaser. Indicative
list of services that have to be provided through the NOC are mentioned below.
1. Enterprise Management System
a. In addition to hardware and software requirements as prescribed in this RFP, SI is required to also
design size, supply, implement and maintain an Enterprise Management System (EMS). The EMS
shall be able to support the proposed hardware and software components deployed over the tenure
of the Contract. The EMS shall be capable of providing early warning signals to the Helpdesk
Agents on the performance issues, and future infrastructure capacity augmentation. The EMS shall
also support single pane / dashboard with visibility across multiple areas of applications for
monitoring.
b. SI is required to design, supply, install, customize, test, implement, rollout and maintain the EMS
application and hardware as per the requirements of this RFP.
c. SI is expected to provide EMS encompassing but not limited to the following functions:
Configuration Management
Fault Management
Incident, Problem and Change Management
Asset Management
Remote Control
SLA Management & Monitoring
Performance Management
Monitoring Backup and Management
Event Management
Server, Storage and other Infrastructure Management
Monitor network components of the LAN & WAN
Network Link Monitoring
Other modules as required by SI to meet the requirements of the RFP
ii. Reporting
a. The proposed system shall provide sufficient reports pertaining to asset and change management,
alarms and availability of critical network resources as well as network response times for critical
links.
b. The proposed system shall able to perform real-time or scheduled capture of device configurations.
It shall also provide features to capture, view & upload network device configuration.
c. The proposed system shall able to store historical device configurations captured in the database
and thereby enable comparison of current device configuration against a previously captured
configuration as well as compare the current configuration against any user-defined standard
baseline configuration policy.
d. The proposed system shall be able to monitor compliance & enforce change control policies within
the diverse infrastructure by providing data & tools to run compliance reports, track & remediate
violations, and view history of changes.
e. The proposed tool shall display configuration changes differences in GUI within central Console.
Also this shall be able to identify which user has made changes or modifications to device
configurations using the Interface.
iv. Reporting
a) The reports supported shall include one that monitors service availability (including Mean Time to
Repair (MTTR), Mean Time between Failure (MTBF), and Maximum Outage Time thresholds) and
the other that monitors service transaction response time.
b) The system shall provide a historical reporting facility that shall allow for the generation of on-
demand and scheduled reports of Service related metrics with capabilities for customization of the
report presentation.
c) The system shall provide for defining service policies like Service Condition High\Low Sensitivity,
Port Status High\Low Sensitivity shall be provided out of the box.
d) The system shall display option on Services, Customer, SLA’s, SLA templates. The customer
definition option shall allow associating a service or an SLA with a customer.
ii. Reporting
a) The Network Performance Management console shall provide a consistent report generation
interface from a single central console.
b) This central console shall also provide all required network performance reports (including latency,
threshold violations, packet errors, availability, bandwidth utilization etc.) for the network
infrastructure. The proposed system shall identify over-and under-utilized links and assist in
maximizing the utilization of current resources
c) The proposed system shall enable complete customization flexibility of performance reports for
network devices and monitored servers.
d) The proposed system shall provide an integrated performance view for all the managed systems
and networks along with the various threshold violations alarms in them.
e) The proposed system shall provide the following reports as part of the base performance monitoring
product out-of-the-box to help network operators quickly identify device problems quickly. The
following charts like mentioned below shall be available for routers: Backplane Utilization, Buffer
Create Failures, Buffer Hits, Buffer Misses, Buffer Utilization, Bus Drops, CPU Utilization, Fan
Status, Free Memory, Memory Utilization, Packets by Protocol, and Packets out.
f) The proposed system shall be able to auto-calculate resource utilization baselines for the entire
managed systems and networks and allow user to set corresponding upper and lower threshold
limits.
iii. Application Performance Monitoring, Management and Reporting
i. Monitoring and Management
a. The proposed solution shall proactively monitor all user transactions for any web-application
hosted; detect failed transactions; gather evidence necessary for triage and diagnosis of problems
that affect user experiences and prevent completion of critical business processes
b. The proposed solution shall determine if the cause of performance issues is inside the application,
in connected back-end systems or at the network layer.
c. The proposed solution shall correlate performance data from HTTP Servers (external requests)
with internal application performance data
d. The proposed solution shall see response times based on different call parameters. For example
the proposed solution shall be able to provide CPU utilization metrics
e. The proposed Solution shall be able to correlate Application changes (code and configuration files)
with change in Application performance.
f. The proposed solution shall allow data to be seen only by those with a need to know and limit
access by user roles
g. The proposed solution shall measure the end users' experiences based on transactions
h. The proposed solution shall give visibility into user experience without the need to install agents on
user desktops.
i. The solution shall be deployable as an appliance-based/software based system acting as a passive
listener on the network thus inducing zero overhead on the network and application layer.
j. The proposed solution shall be able to provide the ability to detect and alert which exact end users
experience HTTP error codes such as 404 errors or errors coming from the web application.
iv. Reporting
a. The proposed system shall be able to detect user impacting defects and anomalies and report
them in real-time for Slow Response Time, Fast Response time, Low Throughput, Partial
Response, Missing component within transaction
b. The proposed system shall be able to instantly identify whether performance problems like slow
response times are within or outside the server room without having to rely on network monitoring
tools.
c. The proposed system shall be able to provide trend analysis reports and compare the user
experience over time by identifying transactions whose performance or count has deteriorated over
time.
ii. Reporting
a. The proposed system shall provide Performance Management and Reporting — Provides real-
time and historical performance of physical and virtual environments enabling customers gain
valuable insights of a given virtual container of the relative performance of a given Virtual Machine
compared to other Virtual Machines, and of the relative performance of groups of Virtual Machines.
b. Role based Access — Enables role-based management by defining access privileges according to
the role of the user.
c. The proposed Virtual Performance Management system shall integrate latest virtualization
technologies
2.11.1.2. Helpdesk
Helpdesk is a setup to provide operational support for all the locations, through a suitable IT system & Infra, to
ensure that all the solutions are functioning as intended and that all problems associated with operation are
resolved satisfactorily during the contract period. The SI shall provide a web enabled helpdesk management
system with SMS and email based alert system for the Helpdesk Call management and SLA reporting. SI shall
be required to setup a centralized helpdesk at COC for managing all the citizen centric queries and proposed
ICT led Smart City Initiatives including City Network, City WiFi, City Kiosk and VMD solutions.
SI shall provision for the infrastructure necessary for managing the Help Desk including rent charges for Toll-
free telephone line(s) at the Help Desk location. SI shall provide multiple channels to log a complaint such as
web interface, mobile app, mobile/landline network, helpdesk tool, eMail, direct walk-in etc. Outage of any
component shall be calculated as a time between logging the call and closing the call.
A helpdesk is envisaged to be provided for the resolution of technical queries by internal users. Typical helpdesk
activities (indicative) shall include, but not limited to:
1. Deployment of sufficient manpower to attend the helpdesk requests for extending technical support
on hardware, network, application etc. to users
2. Deployment of web-based tool for the helpdesk
3. Provide Help Desk facility for agreed SLAs for reporting technical incidents / issues / problems with
the system.
4. Implement a call logging system in line with the severity levels as per the SLAs. The Help desk
shall log user calls related to system and assign an incident/ call ID number. Severity shall be
assigned to each call as per the SLAs.
5. Track each incident / call to resolution.
6. Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix agreed upon
with purchaser/authorized entity
7. Analyse the incident / call statistics and provide monthly reports including but not limited to:
Type of incidents / calls logged
Incidents / calls resolved
Incidents / calls open
8. Helpdesk Solution shall further have the capability to upload frequently asked questions and
solutions.
Helpdesk becomes the central collection point for service staff contact and control of the problem, change, and
service management processes. This includes both incident management and service request management.
This shall be the first level of support (L1).
It is also expected that a second level of centralized support (L2) shall also be maintained at the same location
from where the various zones/wards and field locations can be serviced in case of problem escalation. If a
problem is not resolved by telephone/help desk tool and the User declares the problem to be of an emergency
nature, SI shall dispatch a Field Service Staff member who shall provide On-site Support Service according to
service levels given.
The Helpdesk shall act as a single point of contact for all users whether for service requests, incidents or
problems. It shall encompass Helpdesk, Asset Management and Vendor Management. In addition, it shall offer
a focused approach for delivering integrated Service Management and provide an interface for other functions
in IT Services Continuity Management like Maintenance Contracts, Software Licenses etc.
SI shall implement effective Helpdesk Management procedures to leverage the knowledge gained in providing
faster and better solutions, create knowledge bases and prevent recurrence of problems.
i. Helpdesk Operators
The SI is required to provide Operators at Helpdesk for operating and managing the Helpdesk as specified in
this RFP. The Operators shall perform various activities including:
Understanding the query/issue in the reported request. Query could be related to the
following:
o hardware including issues related to desktop/laptop, printer/multi-function device, local
server, routers/switches
o application including login and password issues, accessing a particular module,
navigation assistance, report generation assistance
o network including internet/intranet and end-user device connectivity
Providing information / clarification on the spot in case of an informational query or providing
necessary troubleshooting assistance in case of a logged issue
In case of technical issues for which a resolution is not possible instantly, the operator shall
submit the request into the system for escalation and further action by the SI’s team
Process all service requests, dispatch them to field personnel who shall perform the follow
up
ii. Field Support Staff
The SI is required to deploy enough Field Support Staff for undertaking all activities on field to complete a call
logged by a User and take corrective actions in the field on priority.
Network Operations Centre & Helpdesk Requirement:
The detailed specification for NOC & Helpdesk is listed below:
a. Total area approx. 400 sq. ft. with provision of 9 seats, 7 seats for Helpdesk operators and 2 seats
for NOC operators.
b. All the necessary system software and infrastructure such as workstation with UPS, furniture
(comfortable and ergonomically designed table and chair along with 1 set of trolley type storage
space), fixtures, IP phones with head set, power supply and other services for facilitating smooth
operations of NOC and Helpdesk.
c. Shift Timings:
Type of Helpdesk
Category Shift Type of Field Support
Support
However, if the SI believes that in order to meet the SLAs, additional capacity is required, the same may be
provided by the SI. It is also to be noted any supervisors required for the Helpdesk Operators shall be over and
above the minimum operators mentioned above.
Server room at COC with approximate size of 750 sq. ft. area shall be the state-of-the-art facility at City Operation
Centre that shall host all the centralised IT Infra & Systems pertaining to all the ICT led Smart City Initiatives,
the details are provided as part of the Indicative Bill of Material at Annexure 1, along with IT Infrastructure &
Systems for City WiFi, City Kiosk and VMD solutions.
Disaster Recovery site is planned to be hosted on cloud as a service model.
The proposed Server Room shall comply with below mentioned requirements:
The proposed Server Room solution must adhere to all regulatory and security standards for
hosting government services as directed in the guidelines by Government (GOI) and Government
of Maharashtra
Server Room shall be dynamically scalable to deploy virtual servers, push configuration and
monitoring policies with no impact on existing data, applications and storage
Server Room shall have dynamic load balancing capability
Server Room shall meet uptime institute Tier III standards
Server Room shall adhere to latest industry standards for security like ISO 27001, EAL (Evaluation
assurance level)
Server Room shall not have any single point of failure
Server Room should have built-in redundancy mechanisms for high availability
PCSCL & Police shall have secured and seamless access to its data, applications, services and
storage
There should be adequate backup mechanism (Power, Bandwidth, Application, and Data) at Server
Room
Server Room shall have air conditioned space including HVAC, cabinets and racks, mechanical
systems, electrical systems and raw power
Minimum three levels of access control security are required to enter in to the server room. Server
room access control should be based on dual authentication
Mentioned below are the key sections of the Server room envisaged currently:
Server Infrastructure Zone
This zone shall host servers, server racks, storage racks and networking components like routers,
switches long with all the cablings and accessories. All the Server Room LAN connections shall
be provided through switches placed in this area. The approximate size of the Server
Infrastructure zone shall be approx. 600 sq. ft. and shall be under CCTV surveillance along
biometric access based physical access.
UPS and Battery Room
This zone shall house all the Un-Interrupted Power Supply units, Main Power Distribution Units
(PDUs) to feed the components such as PAC, UPS, lighting, fixtures etc. This shall also house all
the batteries accompanying the UPS components. As these generate good amount of radiation,
it is advised to house these components in a room separate from server infrastructure zone.
Services from Server Room
Hardware and Network Provisioning
a. Appropriate provisioning of IT & non-IT infrastructure like servers, storage, network devices
(like routers / switches etc.), security equipment including firewalls, etc. with the required
components /modules/cables along with all the IT & non IT accessories.
b. Warranty for all the IT hardware assets procured to comply with the requirements
c. Provision the network bandwidth requirements across all locations considering the
application performance, replication, and data transfer requirement of the RFP.
IP address schema
a. Designing suitable IP Schema for the entire Wide Area Network including server room and
interfaces to external systems/network
b. Efficient traffic routing irrespective of link medium
c. Maintenance of the IP Schema with required modifications from time to time during the
project period
City Operation Centre viewing room shall offer an automated environment for the operators for optimized
monitoring, control and regulation of various domain specific services. It is envisaged to have a 1500 sq. ft. area,
COC viewing centre, with the provision of Video Wall and sitting space for 10 operators along with requisite IT
& non IT Infrastructure (workstations, furniture, IP phones etc.). Apart from specific ICT solution led centralised
monitoring and control system; ICCC platform shall be forms the core platform, a single interface for managing
all the ICT let Smart City solutions operations and management, which would enable the operators to define
various SoP based workflow on event to event basis. SI shall be responsible for formulating various SoPs for
various events/alarms in the system for PCMC/PCSCL along with providing handholding support.
Integrated Command Control Centre (ICCC) Platform
With the increasing urbanization, the operational issues are increasing which in turn affect the quality of services
offered to the citizens. Various government agencies provide multiple services to the citizens. These agencies
function in silos and provide a wealth of information, which can be utilized for efficient services across the city
in making decisions anticipating the problems and by ensuring cross-agency responsive actions to the issues
with faster turnaround time.
Integrated Command Control Centre (ICCC) Platform involves leveraging on the information provided by various
departments and providing a comprehensive response mechanism for the day-to-day challenges across the
city. IOP shall be a fully integrated portal-based solution that provides seamless incident – response
management, collaboration and geo-spatial display.
ICCC platform shall provide real-time communication, collaboration and constructive decision making amongst
different agencies by envisaging potential threats, challenges and facilitating effective response mechanisms.
Thus, the ICCC Platform provides a Common Operating Picture (COP) of various events in real-time on
a unified platform with the means to make better decisions, anticipate problems to resolve them proactively, and
coordinate resources to operate effectively.
ICCC platform solution should be capable of seamless integration to various government and emergency
services such as law enforcement, disaster and emergency services, utility services etc., the proposed solution
should support recording of external mobile video feeds, data communication, telephony etc., it should support
scenario reconstruction and analytics capabilities with event timelines. The solution should support event logs
including operator’s onscreen activities, voice & video events etc, for further analysis, training and similar
activities.
Built in analytical tools provide real-time analysis of individual events, and a measure of the incidents for each
of the silos integrated on the platform. These help the decision makers with the in-situ challenges and facilitate
immediate responsive actions to mitigate / control multiple complex challenges.
Under the PCSCL Smart City Initiative, SI is required to interface the proposed ICCC system with the following
systems, but not limited to, in order to provision seamless information flow, communication & response
mechanism, dash boarding & reporting and analytics:
1. PCMC eGovernance suite
2. PCMC Saarthi Mobile App
3. City Network
4. City Kiosk
5. City WiFi
6. City Surveillance
7. Smart Traffic
8. Smart Water
9. Smart
10. Smart Parking
11. Smart Environment
12. Smart Light
13. IT enabled Solid Waste Management System
14. City Mobile App
15. Social Media Analytics platform
16. City Emergency Services like Fire, Medical, Disaster management etc. to facilitate emergency
services based on event based SOPs
However, the platform shall support adding more layers of solutions seamlessly with minimal effort which
purchaser intends to develop in time to come.
On the ICCC platform, the SI shall formulate Standard Operating Procedures (SOPs), step-by-step instructions
based on the purchasers policies and tools to resolve the situation and presents the relevant situation
information in a quick and easily digestible format for an operator to verify the situation. The system shall provide
reporting & audit trail functionalities to track all the information and monitor operator interactions with the system
and to impart necessary training to the users.
The proposed Universal ICCC Platform should be a Single Pane of Glass Portal, which provides a unique
single interface to manage and connect heterogeneous sets of IoT devices like Cameras, GPS, Voice devices,
Storage, Sensors, meters etc. and operate vertical applications on machine-to-machine (M2M) devices.
Provides one place to visualize key Smart Cities data, eGovernance applicaiton and operate the
city Traffic, Energy or Water consumption, Security, Public Services, WiFi etc.
Real-Time Dash boarding and Reporting to manage workflows by integrating information from
different agencies and systems to facilitate responsive decision making in City
Cross domain collaboration tool, View & Control, to support instant communication between various
user groups and authorities
Event & Alert Management (Fault Tolerance, Threat Level Indication, Alarm Detail View, Actions)
Correlation & Automation workflows
Geospatial Display
Municipal Zone Management
Video Interface
User & Access Management
Powered by an innovative & responsive WEB UI foundation accessible from desktops and mobile
devices.
Note: It is proposed have the access of the ICCC platform at City Opertion Centre along with a customized view
at PCMC Head Office and Police Commissioner & DCP Office as well on LED screen. SImultanesouly, ICCC
platform shall also be made accessible on the mobile / tablet devices as per assign privileges.
o GIS based data representation of property tax collection status, grievance applications filed, other
eGovernance related dashboards and reporting
o In an ICCC based lighting system, the lighting failures are automatically reported by the system. Lights
can automatically dim depending on the time of the day and according to the automatic human presence
detection.
o Using ICCC, the parking spaces of a city can be equipped with sensors to sense if they are already
occupied. All the parking lots of the city can be further connected with a city navigation system, which
can help the drivers find the nearest parking location resulting in saved fuel, time, road utilization hours
and CO2 emission.
o The garbage containers can transmit this data to the central city waste management system, which can
automatically guide the waste collection trucks to the nearest garbage container, which is full.
o ICCC can help in smart traffic management by installing traffic sensors, which can detect real time traffic
volume, road occupancy and average travel speed of vehicles by road or lane. It can also classify the
vehicles by sizes and speed categories. Intelligent signages can change their display text to
appropriately show the right direction to reach a specific location on the basis of real time traffic situation
e.g. congestion/accident etc.
o Sensors can be placed around the city to continuously monitor critical environmental parameters like
electromagnetic field, noise, temperature/humidity, CO2/toxic gases, and combustion gases to detect
fire and so on. Analysis of this data can give insights on critical environmental conditions at various
places in the city along with their trends.
Detailed indicative ICCC use cases with COC integration requirements can be found in Annexure 3 of this
document.
Key Functionalities
• Operational Excellence
o Reduce cost by consolidation of all City Operation Centre & Command Control Centre functions
across silos, networks, and infrastructures
o Implement proactive management, with lightweight integrations, filtering and rule based
codeless logics to reduce the number of reactive maintenance, touch points and follow-up
investigations
o Increase Automation (processes and tools), allow process efficiencies (resulting in labor
optimization) and reduce time and errors to solve problems (resulting in number of dispatches
optimization)
• Proven Scalability
o Should have provision to connect with N no. of IoT devices, being envisaged or to be deployed
in the future.
• Out-of-the-box Functionality
o Support of multi-domain & technologies off-the-shelf (Value Packs) for unlimited number of
elements, with a single module capable of managing many instances of Network Management
Systems or Element Management Systems
• Open Tools
o Opened Tools allowing customers or a third party integrators to tune the system
In order to facilitate project stakeholders; PCSCL, PCMC and Police, with a viewing and controlling mechanism
for the field devices/sensors with a fully automated environment for optimized monitoring, regulation and
enforcement of services, it is envisaged to setup Command Control Centre and City Operation Centre.
The CCC shall be under the jurisdiction of Police and shall be primarily used for law enforcement in the city
while COC shall be under the jurisdiction of PCSCL/PCMC for managing civil administration.
Command Control Centre (approx. 4000 sq. ft.):
o Surveillance and Traffic Viewing Room (approx. 2500 sq. ft.) which shall be equipped with Video
Wall and sufficient space for the operators to operate and manage safety, security and law
enforcement in the city.
o Traffic Wireless Wing (approx. 800 sq. ft.): dedicated room for wireless wing of the traffic police
to manage its operations.
o Conference/Discussion Room (approx. 300 sq. ft.)
o Supervisor cabins (4) (approx. 100 sq. ft.)
CCC and COC shall be connected with each other via city network backbone as part of the proposed Core Ring.
Purchaser shall provide the basic civil infrastructure for CCC. However, SI shall be responsible for all the civil
(interior), electrical, IT & non IT works along with supply & installation of necessary furniture and IT & non IT
infrastructure in order to commission the centre.
Mentioned below are the key sub components of each of the operation centre:
Command Control Centre shall be the State-of-the art centre for optimized monitoring, control, regulation and
enforcement of rules & regulations in the city in a fully automated environment.
The envisaged CCC, of 4000 sq. ft. area, shall have following key functions:
Viewing Centre for Surveillance & Traffic – CCTV surveillance monitoring and Traffic rules
violation detection & prevention; shall handle feeds from the various cameras & traffic sensors and
display them on the Video Wall with necessary interface for integration with other applications like
eChallan, Dial 100, emergency response etc. as required by the Police. The viewing room shall
have capacity of 16 operators with workstations each to monitor, control and respond to various
system generated alerts, Video Analytics based, apart from regular surveillance. Operators shall be
enabled with single interface to operate on multiple systems via ICCC platform and shall be able to
define various SoP based workflow on event to event basis. SI shall assist Police in formulation of
SoP based events in the system along with providing handholding support.
Wireless Control Centre – end to end operations & management of wireless wing of the police; SI
has to provision for the physical space along with the infrastructure like furniture, air conditioner,
electrical wiring etc. Police shall provide IT infrastructure at its own.
The following diagram presents an indicative Command & Control Centre layout:
SI shall be required to provision Internet Bandwidth backhaul at the Server Room, COC, specific for City WiFi
and Smart Kiosk solution apart from providing internet connectivity to other smart elements. SI shall be required
to coordinate with purchaser’s appointed agency, one who is responsible for the implementation of City Wi-Fi &
Smart Kiosk solution, in order to provision requisite internet connectivity at each of the Hotspot, Access Point
and user device level.
SI shall be required to provision two internet leased line at Server Room (COC) of 10 Gb each, from two different
operators; the internet bandwidth service provider shall possess necessary ISP & NLD licenses.
As per TRAI guidelines, purchaser, SI and Internet Bandwidth service provider shall enter into a Tripartite
Agreement; however, SI shall be required to consider the requisite internet bandwidth cost as part of its
commercial bid.
PCSCL intends to host Database & Application Data (non-video data) on the cloud as DR Site pertaining to
aforementioned solutions, thus, SI shall be required to engage with a Cloud Service Provider (CSP) to provide
Managed Cloud services to PCSCL for a contract period. The intent is to create a Real-Time copy of Storage
data on the Cloud to prevent loss of Database & Application Data in the event of loss of Primary Site Storage.
SI shall be responsible to design and provision Storage-to-Storage synchronous replication between Server
Room at COC and DR Site on Cloud (MahaIT empanelled CSP as per GR No. मातसं - 060/3/2017/1 dated 16th
May 2018 and GR No. मातसं - 060/3/2017/2 dated 19th May 2018) from day 1 of system commissioning.
For enabling the replication, SI needs to propose and provision appropriate storage, minimum 300 TB, in RAID
6 using 1.2 TB or higher 10K RPM SAS drives for Application Data; all offered drives should be FIPS encrypted
HDDs only. SI is required to furnish the detailed cloud infra sizing, as part of its technical proposal, in line with
the various packages/modules given in the GoM GR No. मातसं - 060/3/2017/1 dated 16th May 2018 and GR
No. मातसं - 060/3/2017/2 dated 19th May 2018.
Also, SI shall be responsible for provisioning Point to Point internet connectivity, between Server Room at COC
and DR site, of minimum 50 Mbps or better for the contract duration. During the implementation phase, SI shall
be responsible for the development of detailed operating manuals, for the proposed replication solution, from
system administrator’s perspective.
SI shall be required to provide GIS base map of Pimpri Chinchwad city which shall be used for appropriate geo
referencing & geo tagging of all the Smart City assets like Access Points, CCTV Cameras, IoT devices/sensors,
Police stations, Kiosks, solution locations, traffic signals, STP, WTP to name a few.
GIS map shall be comprehensive and detailed up to roads, houses and building level and shall provide complete
details of the city in various digital vector layers; allows zoom in/out, searching and information retrieving.
GIS Map shall include the following data with attributes but not limited to:
i. Road Network.
o City Arterial Roads.
o Streets
o BRTS lanes
ii. Administrative boundaries
o District and Sub District Boundary.
o Town Boundaries.
iii. Building footprints and names
iv. Points of Interest data to include:
o Health services (Hospitals, Blood Banks, and Diagnostics centre, Ambulance Services,
Other Medical Services, etc.)
o Community services (fire stations, police stations, banks, ATMs, post offices, educational
facilities, govt. buildings etc.)
o Business Centres (Shopping Malls, markets, commercial complexes etc.)
o Residential areas (Apartments, Housing Societies etc.)
o Transportation (bus stops/terminus, parking areas, petrol bunks, metro stations, seaports,
airports etc.)
o Recreation facilities (Restaurants, theatres, auditoriums etc.)
o Other utilities such as travel and tourism facilities, religious places, burial grounds, solid
waste locations etc.
o Local landmarks with locally called names
v. Land-Cover
o Green Areas
o Open Areas
o Water bodies
o Army Areas
o Industrial Area
vi. Address layers (Pin code, Locality, Sub-locality)
SI shall be responsible for geo referencing of all the assets pertaining to the aforementioned solutions on the
GIS maps and shall also assist the PCSCL appointed agency in populating the geo coordinates pertaining to
City Network, City WiFi, Smart Kiosk, Poles and VMD locations on the GIS map.
SI shall install the GIS base maps at the Server Room at City Operation Centre and shall be responsible for
managing the map data during the contract period along with interfacing the GIS map with ICCC platform and
PCMC’s existing GIS engine and other relevant systems, solution specific, for supporting GIS based Decision
Support mechanism.
SI shall also to provide yearly GIS map updates during the Contract period for 1:10000 scale or better.
The System Integrator shall be responsible for Procurement, Supply, Installation, Testing and Commissioning
of City Operation Centre & Command Control Centre, IT & non IT Infrastructure and Systems, along with 5 years
of Operations & Maintenance Support, from the date of Go Live.
SI shall undertake detailed site survey of the identified locations for setting up of COC and CCC in
order to ascertain civil, electrical, IT and non IT infrastructure work; SI shall be responsible for
obtaining the administrative sign off, if required.
Post detailed site survey, the SI shall prepare and submit CCC and COC layout (3D
designs/autocad) and highlight key issues/challenges and support required.
SI shall obtain the PCSCL’s sign off on the submitted designs before initiating the site preparation
work
SI shall be responsible for preparation of the sites, COC and CCC, at the PCSCL’s appointed
locations which shall include the following except civil work of construction of the building:
In order to establish CCC and COC, at the PCSCL’s provided site with basic civil infrastructure, SI
shall be responsible for undertaking end to end activities as mentioned below, but not limited to:
Cutting and chipping of existing floors
Trench works
Masonry works
Hardware and metals
Glazing
Paint work
False flooring
False ceiling
Storage
Portioning
Doors and locks
Painting
Fire proofing all surfaces
Cement concrete works
Insulation
o All material to be used shall be of fine quality, ISI marked unless otherwise specified
2.11.2.3.1. False Ceiling
The SI shall install the top false ceiling with 1’ 6” of space from the actual room ceiling. This false ceiling shall
house A/C ducts (if required) and cables of electrical lighting, firefighting and CCTV. Appropriate pest control
measures shall be taken to keep pests at bay.
The SI shall be responsible for raised flooring, wherever required, and provide for suitable pedestal and under
structure designed to withstand various static and rolling loads. The entire raised floor shall have laminated floor
covering and beadings on all sides of the panel.
The SI shall be responsible for proper and uninterrupted working at CCC and COC and shall ensure this by
having the power supply at CCC and COC with redundancy at three levels, SI shall be responsible for
provisioning of HT Transformer, sub meters, electrical cabling etc. in order to take the HT feeder line connection
at CCC and COC:
One incoming HT feeder supply
Diesel Generator backup on failure of main HT feeders
UPS system with battery bank for critical loads
Connection between UPS system and the network switch racks shall be redundant. No single
point of failure shall exist in the power connectivity between network racks and UPS system
Appropriate air conditioning system shall be exclusively installed to maintain the required
temperature especially at the Server Room. The A/C shall be capable of providing sensible
cooling capacities at ambient temperature and humidity with adequate airflow. The task of the
SI shall include (but not limited to):
Connecting the indoor unit with the mains electrical point
Connecting indoor and outdoor units mechanically (with 18G hard gauge copper piping)
Connecting indoor and outdoor unit electrically
The air conditioner shall be linked to secondary power supply as well to prevent them from
shutting down in case of power outage
o UPS system shall provide a redundant power supply to the following needs:
Servers and important network and storage equipment
Access control, Fire Detection & suppression system and surveillance system
o The system shall be automatic with power supply from the mains and automatic switchover to DG
set as secondary source for the server room
o The diesel generator set shall be provisioned as per minimum specifications of the DG set; provided
in this RFP. The SI shall be responsible for regular operations and maintenance of the DG set. The
SI shall be responsible for, but not limited to, during the contract period:
Fuel
Preventive maintenance
Corrective maintenance
AMC, if any
Replacement of any parts etc.
2.11.2.3.7. Electrical work
o The facility shall be equipped with adequate and advanced Fire Detection and Suppression system.
The system shall raise an alarm in the event of smoke detection. The system shall have proper
signage, response indicators and hooters in case of an emergency. The system shall be based as
per NFPA standards.
o The facility is to be equipped with gas based fire suppression system appropriately sized for CCC
and COC and their sub systems
The entry of rodents and other unwanted pests shall be controlled using non-chemical, non-toxic devices.
Ultrasonic pest repellents shall be provided in the false flooring and ceiling to repel the pests without killing them.
However, the SI shall conduct periodic pest control using chemical spray once in a quarter as a contingency
measure to effectively fight pests.
The Biometric/Access card based Access Control System shall be deployed with the objective of allowing entry
and exit to and from the premises to authorized personnel only with appropriate door locks and controller
assemble connected with BMS system. The system deployed shall be based on proximity as well as biometric
technology for critical areas and proximity technology for non-critical areas.
The SI shall provide CCTV system within the CoC, Server room, CCC, non-critical areas like locations for DG
sets, entry exit of COC & CCC, Entry and Exit of building premises need to be under constant video surveillance.
Monitoring cameras shall be installed strategically to cover all the critical areas of all the respective locations.
The Water Leak Detection System shall be installed to detect any seepage of water into the critical area and
alert the security control room for such leakage. It shall consist of water leak detection cable and alarm module.
The cable shall be installed in the ceiling and floor areas around the periphery.
o The Building Management System (BMS) shall be implemented for effective management,
monitoring and integration of various components like Access Control System, fire detection system
etc.
o The BMS shall perform the following general functions including but not limited to:
Building Management and control
Data collection and archival
Alarm event and management
Trending
Reports and MIS generation
Maintenance and complaint management
o The scope shall include designing, supplying and installation of Building Management System.
o The Control desk, CCC & COC must be 100% modular and ergonomically designed with 25mm
thick MDF tabletop with high-pressure scratch resistant Laminate (ANSI/NEMA LD3 certified).
Understructure shall be made up of heavy-duty Extruded Vertical and Horizontal Aluminium profiles
of HE9WP grade.
o Complete control desk must be RoHS certified (from UL/Intertek) console to ensure restriction of
hazardous substance in any of the materials.
o Monitors shall be mounted on Slat wall. All m articulating Die cast aluminium arm. Monitor arm shall
not be fixed on tabletop.
o Control Room wall panelling and ceiling must be 100% modular to accommodate future
technological expansions/retrofitting without taking any shut-downs and must be easily replaceable
in case of damage. OEM to submit an undertaking for the same.
o Wall Paneling shall be made up of Factory made; 100% Modular self inter lockable metal panels of
Preformed textured Hot dip galvanized strips and sheets of low carbon steel coated on one side
with rigid polyvinylchloride (PVC) film and on the other side a coating based on cross linkable
polyester resins (sheet thickness 0.6mm & PVC Coating 0.15mm).
o Control Room should be designed as per ISO 11064 and HFE norms, relevant Report & Control
Room design animation of minimum 60 seconds must be submitted along with the BID.
o Video wall must be installed on smooth curve metal paneling/partition having combination
perforated and non-perforated tiles for better viewing angle and acoustics.
2.11.2.4. Design, Develop, Supply and Installation of all the IT & non-IT
Infrastructure and System Applications
o SI shall be responsible for provisioning of end-to-end IT & non-IT Infrastructure and System
Applications at COC and CCC, as per Indicative Bill of Material at Annexure 1, but not limited to,
including installation materials/accessories/consumables/libraries/ assemblies, electrical wires,
patch cords etc. necessary for the installation of the Infrastructure.
o SI shall be responsible for executing requisite site preparation work including electrical, civil,
administrative etc. in order to ensure that the site is ready and secure for hosting solution.
o SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at
all the designated project locations for the entire project period.
The SI shall be responsible to coordinate with PCSCL’s appointed agency (RFP 2) and provision for City Network
connectivity at CCC and COC.
Sr. Payment
Milestone Deliverables Timelines
No. Terms
T + 10
1 Phase I - Supply, Installation & Operationalization
months
Submission of T + 15
1.1 Detailed Solution Component wise Project Plan
Detailed Project Plan days
Detailed Survey Report covering
o Respective solution field location feasibility
assessment, site readiness status,
Infrastructure assessment (IT & non IT)
(reusability or new requirement) etc.
o COC, CCC, Server Room, NOC field
None
Project Initiation & location feasibility assessment, site T + 2
1.2
Site Survey readiness status, Infrastructure (IT & non IT) Months
assessment etc.
o GIS coordinates to be captured for all the
above-mentioned sites/locations/route.
Respective solution site/location finalization by
the purchaser basis survey report
Detailed Project Plan
City Surveillance, Smart Water, Smart Sewerage, Smart Traffic, Smart
T + 8
2 Environment, Smart City Mobile App, Social Media Analytics, ICT-
months
enabled SWM and Smart Parking
20% of the
Supply of IT & non IT Infra & Systems Delivery Report (delivery T + 4
2.1 Contract
Infra & Systems challans) months
Value
Supply, Design,
Application Licenses
Develop, Installation 5% of the
User Manual T + 3
2.2 and Commissioning Contract
UAT Certificate from PCSCL/PCMC months
of Smart City Mobile Value
Go Live Certificate from PCSCL / PCMC
App & Portal
Installation of IT & 5% of the
Site Readiness Report T + 7
2.3 non IT Infra & Contract
Site Readiness Certificate from the purchaser months
Systems Value
Testing &
Operationalization of Delivery Challan, Vehicle Registration & other 5% of the
T + 8
2.4 respective solution relevant documents pertaining to MSV Contract
months
along with Supply & User Acceptance Certificate Value
Acceptance of MSV
City Network, City Operation Centre along with Server Room & T + 8
3
Network Operation Centre and Command Control Centre months
10% of the
Supply of IT & non IT Infra & Systems Delivery Report (delivery T + 3
3.1 Contract
Infra & Systems challans) months
Value
Setting up of City
Operation Centre
10% of the
along with Server Site Readiness Report T + 8
3.2 Contract
Room & Network Site Acceptance Certificate from the purchaser months
Value
Operation Centre,
Command Control
Sr. Payment
Milestone Deliverables Timelines
No. Terms
Centre along with
Installation of IT &
non IT infra &
Systems
T + 10
4 Phase II – Commissioning & Go Live
months
Integration, Testing &
Commissioning of
respective solutions
with ICCC platform
10% of the
and Server Room T + 9
4.1 User Acceptance Certificate Contract
systems months
Value
Interfacing of solution
specific mobile app
with Smart City
Mobile Application
Training Manual
10% of the
Training & Go Live of Training Completion Certificate T + 10
4.2 Contract
the Project Acceptance / Project Go Live Certificate from months
Value
the purchaser
T1 + 60
5 Phase III - Operations and Maintenance phase
Months
25% of
Contract
SLA Compliance Report
Operation & Every Value in
5.1 Satisfactory Performance Report for respective
Maintenance quarter equal
solution component’s operations
quarterly
instalments
Project Implementation Timelines, Deliverables and Payment Terms
Note:
T is the date of signing of contract and T1 is the date of Go Live of the last solution
Post successful Go Live of the Project (i.e. Completion of Phase II) and upon submission of an additional
Bank Guarantee of 10% of the Contract Value, SI shall be paid an advance payment of 10% of the Contract
Value which shall be balanced during the project O&M Phase (starting first quarter) and accordingly the
additional Bank Guarantee shall be returned. The request for payment shall be made to the purchaser in
writing, accompanied by invoices (in triplicate) describing, as appropriate, the services performed, and by
the required documents submitted pursuant to general conditions of the contract and upon fulfilment of all
the obligations stipulated in the Contract.
Due payments shall be made promptly by the purchaser, generally within forty five (45) days after
submission of an invoice.
The currency or currencies in which payments shall be made to the SI under this Contract shall be Indian
Rupees (INR) only.
All remittance charges shall be borne by the SI.
In case of disputed items, the disputed amount shall be withheld and shall be paid only after settlement of
the dispute.
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.
Taxes, as applicable, shall be deducted / paid, as per the prevalent rules and regulations
6. Service Level Agreement (SLA)
6.1. Purpose
The purpose of Service Levels is to define the levels of service provided by the SI to the Client for the
duration of the contract. The benefits of this are:
Help the Client control the levels and performance of SI’s services
Create clear requirements for measurement of the performance of the system and help in
monitoring the same during the Contract duration.
Start a process that applies to Purchaser and SI attention to some aspect of performance, only
when that aspect drops below the threshold defined by the purchaser
The Service Level agreements have been logically segregated in the following categories:
1. Liquidated Damages
The liquidated damages shall come into effect once the notification of Award has been issued
by the Purchaser. It would be mainly applicable on the implementation phase of the project.
2. Service Level Agreement
SLA would be applicable in operations and maintenance phase of the project.
a. Service Level Agreement (SLA) shall become the part of the Contract between the Client and
the SI. SLA defines the terms of SI’s responsibility in ensuring the timely delivery of the
deliverables and the correctness of the deliverables based on the agreed performance
indicators as detailed in this section.
b. This section is agreed by the purchaser and SI as the key performance indicator for the project;
this may be reviewed and revised according to the procedures detailed in Clause SLA Change
Control.
c. The SI shall comply with the SLAs to ensure adherence to project timelines, quality and
availability of services throughout the duration of the Contract. For the purpose of the SLA,
definitions and terms as specified in the document along with the following terms shall have the
meanings set forth below:
“Total Time” – Total number of hours in consideration for evaluation of SLA performance.
“Downtime” – Time period for which the specified services/components/system are not
available in the concerned period, being considered for evaluation of SLA, which shall
exclude downtime owing to Force Majeure and reasons beyond control of the SI.
“Scheduled Maintenance Time” – Time period for which the specified
services/components/system with specified technical and service standards are not
available due to scheduled maintenance activity. The SI shall take at least 15 days prior
approval from the Client for any such activity. The scheduled maintenance shall be carried
out during nonpeak- hours and shall not exceed more than four (4) hours and not more
than four (4) times in a year.
“Uptime” – Time period for which the specified services are available in the period being
considered for evaluation of SLA.
Uptime (%) = [1- {(Total Downtime) / (Total Time - Scheduled Maintenance Time)}]*100.
The penalties shall be applicable on Operations & Maintenance cost, calculated quarterly.
“Incident” – Any event/abnormalities in the service/system being provided that may lead
to disruption in regular/normal operations and services to the end user.
“Response Time” – Time elapsed from the moment an incident is reported to the
Helpdesk either manually or automatically through the system, to the time when a
resource is assigned for the resolution of the same.
“Resolution Time” – Time elapsed from the moment incident is reported to the Helpdesk
either manually or automatically through system, to the time by which the incident is
resolved completely and services as per the Contract are restored.
The Service Level parameters as defined below, shall be monitored on a periodic basis, as per the
individual parameter requirements. Purchaser shall provide the Enterprise Management System
Tool for the SLA measurement and monitoring; SI shall be required to configure the desired EMS
solution so as to enable the monitoring of the each solution SLAs.
SI shall be expected to take immediate corrective action for any breach in SLA. In case issues are
not rectified to the complete satisfaction of Purchaser, within a reasonable period of time defined
in this RFP, then the Purchaser shall have the right to take appropriate penalizing actions, or
termination of the contract.
6.5. Penalties:
o Performance Penalty for not meeting a measurement parameter for any two months in consecutive
quarters shall result in twice the penalty percentage of that respective measurement parameter in
the third quarter for all the three months
o Maximum Penalty applicable for any quarter shall not exceed 30% of the ‘applicable fees’ for the
respective quarter.
o Three consecutive quarterly deductions of 30% of the applicable fee on account of any reasons
shall be deemed to be an event of default and shall be treated as per the RFP clauses.
o The payment to the agency shall be on Quarterly basis, however, the penalty shall be calculated
on monthly basis as per the SLAs stated in the RFP.
Sr.
Measurement Definition Target Penalty
No.
Commencement of Work
Sr.
Measurement Definition Target Penalty
No.
Delay beyond 7
calendar days =
0.2% of the
SI is expected to mobilize
contract value
project team for
commencement of work
Delay beyond 8-15
Within 15 days of calendar days =
Team mobilization and Commencement of work
issuance of LoI or 0.5% of the
1 Commencement of would mean reporting and
Contract Agreement, contract value
Work availability of SI’s resources
whichever is earliest
at the Purchaser’s office for
Delay beyond 15
the project within defined
days may lead to
period of 15 days and
Termination of the
remaining
Contract at the
discretion of the
Purchaser
Deployed resource shall be
Absence of Resource
required to obtain prior
at Onsite, without prior Prior Purchaser’s INR 25,000 per day
2 written approval from the
approval from the approval per resource
purchaser before taking
purchaser
leave
SI is expected to deploy the
same resource profile or
better as quoted in its
technical bid at the
commencement of the
INR 5, 00,000 per
project.
resource
replacement during
SI is expected not to replace
Resource Zero Resource the project
3 the Key Resources during
Replacement Replacement implementation
the project implementation
phase beyond
period. Maximum one such
permissible limit of
replacement is allowed
1 resource.
without penalty with prior
written approval from the
purchaser and replaced
resource should be as per
the RFP requirement.
Sr. Severity
Measurement Definition Quarterly Target
No. Level
Sr. Severity
Measurement Definition Target
No. Level
Uptime = {1 - (Application downtime-
Availability of all Minimum
maintenance downtime) / (Total Time –
the Smart Systems 99.5% up time
maintenance downtime)} 0
/ Applications measured on a
including, but not monthly basis
Application Downtime shall be measured
limited to:
from the time the solution becomes
1. Smart Water >= 99.0% to
unavailable (due to any reasons whatsoever
2. Smart Sewerage <99.5% up time
attributable to the Bidder) for Business 4
1. 3. Smart Parking measured on a
processing to the end user. Each parameter
4. Smart monthly basis
will be measured separately for penalty.
Environment
5. City Surveillance
Any downtime for maintenance shall be with >= 98.0% to
6. Smart Traffic
prior written intimation to the Purchaser. <99.0% up time
7. CCC & COC 6
measured on a
8. IT & Non-IT
Please note that continuous downtime of monthly basis
Components &
every 2 hours (from 7am to 12 midnight)
Sr. Severity
Measurement Definition Target
No. Level
Services in would raise the severity by one level. e.g. the
scope severity level will raise from 0 to 1
9. ICT-enabled
Solid Waste Please note that continuous downtime of
Management every 4 hours (from midnight to 7am) would <98.0% time
System raise the severity by two levels. e.g. the measured on a 8
10. Mobile severity level will raise from 0 to 2 monthly basis
Application and
Web Portal Measurement Tool: Reports from EMS
11. Social Media
Analytics Tool
Sr. Severity
Measurement Definition Target
No. Level
Good Quality of “Poor quality video feed” means blurred,
1 ≥98% 0
Video feeds jiggered, dim or unclear video. Camera Feed
Sr. Severity
Measurement Definition Target
No. Level
Error Resolution time is the time taken to
improve the feed to satisfactory levels after it ≥95 % to < 98% 3
has been detected & logged by the
Surveillance System / administrative officials.
Logging of such calls would be through IT < 95% 4
helpdesk system.
≥90% calculated
on a Monthly 0
basis
Average frame rate as per the requirement of
Average Frame ≥85 % to < 90%
the RFP to be maintained by all cameras
2 rate maintained calculated on a 3
for viewing Monthly basis
Measurement tool: Log from VMS
< 85 %
calculated on a 4
Monthly basis
≥95% calculated
on a Monthly 0
basis
Average Frame Average frame rate as per the requirement of ≥90 % to < 95%
3 rate maintained the RFP to be maintained by all cameras calculated on a 3
for recording Measurement tool: Log from VMS Monthly basis
< 90 %
calculated on a 4
Monthly basis
The time required for transmission of video ≤40ms 0
Video Stream
4 feed from one point to another >40ms to ≤60ms 3
Latency
Measurement tool: Report from EMS >60ms 4
Change of ≥2s 0
The time required for transmission of screen
Screen from one >2s to ≤5s 3
5 from one camera source to another
camera Source
Measurement tool: Log from VMS >5s 4
to another
Video Feed The time taken for receiving response to a ≤10s 0
6 Query Retrieval query raised for video feed >10s to ≤20s 3
Response Time Measurement tool: Log from VMS >20s 4
The time taken between movement at ≤2s 0
keyboard/joystick and actual moving indication >2s to ≤5s 3
7 PTZ Lag time
through video feed viewed
Measurement tool: Report from EMS >5s 4
Quarterly average percentage of accuracy of >= 80% 0
AI-based Video AI based Video Analytics:
10 Analytics (1st For 1st year from the date of Go-live: >=70% to <80% 3
year) SI is expected to showcase improvement in
the percentage of accuracy on quarterly basis. <70% 4
Quarterly average percentage of accuracy of >= 83% 0
AI-based Video AI based Video Analytics:
11 Analytics (2nd For 2nd year from the date of Go-live: >=73% to <83% 3
year) SI is expected to showcase improvement in
the percentage of accuracy on quarterly basis. <73% 4
Sr. Severity
Measurement Definition Target
No. Level
Quarterly average percentage of accuracy of >= 86% 0
AI-based Video AI based Video Analytics:
12 Analytics (3rd For 3rd year from the date of Go-live:
>=76% to <86% 3
year) SI is expected to showcase improvement in
the percentage of accuracy on quarterly basis. <76% 4
Quarterly average percentage of accuracy of >= 89% 0
AI-based Video AI based Video Analytics:
13 Analytics (4th For 4th year from the date of Go-live:
>=79% to <89% 3
year) SI is expected to showcase improvement in
the percentage of accuracy on quarterly basis. <79% 4
Quarterly average percentage of accuracy of >= 92% 0
AI-based Video AI based Video Analytics:
14 Analytics (5th For 5th year from the date of Go-live: >=82% to <92% 3
year) SI is expected to showcase improvement in
the percentage of accuracy on quarterly basis. <82% 4
In case of damage to the other existing utilities or infrastructure, SI shall be wholly responsible for taking remedial
actions on urgent basis and shall bear all the repair cost, consequential damage cost as well.
Note: restoration to the damaged utilities & infra should be completed on very urgent basis else SI shall be
liable for heavy penalties.
Sr. Severity
Measurement Definition Target
No level
Complain closure time shall be monitored on
the time taken between logging of complain <= 24 hrs per reported
0
against the respective solution component and complaint
its closure
Measurement Tool: Reports from EMS. SI
shall submit monthly reports on the
Complaint >= 24 hrs to < 48 hrs 2
performance and adherence to the SLA while
Resolution (from
1 the penalties shall be charged on quarterly
time of logging, till
basis
resolution)
Note: Requests (like password reset, firewall
port opening, hardening, etc.) will be logged in
> 48 hrs
the Helpdesk and the successful bidder will 4
have to resolve the request and provide
necessary updates through the Help Desk
Portal and co-ordinate with the stakeholders.
Sr. Severity
Measurement Definition Target
No level
The network outage, security or performance Level 1 < 1 Hour
related issues impacting the network Level 2 < 2 Hours
0
availability/performance and leading to Level 3 < 6 Hours
unavailability of the services. Resolution of Level 4 < 24 Hours
incidence as per below priority Levels:
2
1. L1 Level Severity: Impacting
Incidence Severity
CCC/COC, NOC and Other network
2 Resolution level would
PoPs at the Core layer. Level 1 > 1 Hour
(Network) increase by
2. L2 Level Severity: Impacting network Level 2 > 2 Hours
level 1 for
PoPs at the Aggregation layer. Level 3 > 6 Hours
every
3. L3 Level Severity: Impacting PoPs at Level 4 > 24 Hours
subsequent
the access layer
delay of 2
4. L4 Level Severity: Impacting one or
hours
more end devices/utilities/sensors etc.
Sr. Severity
Measurement Definition Target
No level
For High priority
tickets, >=95 % of the
incidents should be
acknowledged within
30 minutes of log
complaint
SI 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 Purchaser management personnel as
directed by Purchaser.
Also, SI may be required to get the Service Level performance report audited by a third-party Auditor
appointed by the Purchaser.
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 Purchaser and
Bidder.
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.
i. Either Purchaser or SI 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.
ii. 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 them, the Project
Manager shall refer the matter to the Project Management Committee / authorized person. If the
issues is still unresolved then it shall be referred PCSCL BoD for resolution. The PCSCL BoD within
30 days of reference to them shall try to resolve the issue/dispute.
iii. If PCSCL BoD fails to resolve a dispute as per the above clause, the same shall be referred to
"Court of Law", i.e. in the event of unresolved dispute between the parties (PCSCL BoD fails to
resolve), it shall be the subject matter of jurisdiction of Pune district court only.
6.10.1. General
It is acknowledged that this Service levels may change as Purchaser’s business needs evolve over the
course of the contract period. As such, this document also defines the following management procedures:
The parties may amend Service Level by mutual agreement in accordance. Changes can be proposed by either
party. Unresolved issues shall also be addressed. SI’s representative shall maintain and distribute current copies
of the Service Level document as directed by Purchaser. Additional copies of the current Service Levels shall
be available at all times to authorized parties.
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.
7. Requirement Specifications (Functional Requirements and Technical Requirements)
(To be provided by the respective OEMs on its letterhead and should be signed by OEM and bidder’s
authorized signatory)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Router shall have Modular distributed and chassis
COR.REQ.001
based architecture
Router shall have redundant
management/Supervisor engine/CPU module and
COR.REQ.002 should support Separate data and control planes to
provide greater flexibility and enable continual
services
Router shall have minimum 4 additional open slots
COR.REQ.003 in chassis apart from the Management/supervisor
module slot
Shall be based on multi-core processor and shall
COR.REQ.004
be 19” Rack Mountable
Router Shall have minimum 4 nos. Dual Gigabit
Ethernet ports (Copper or SFP) and 8 nos. of 10G
COR.REQ.005
Architecture SFP+ port populated with appropriate transceivers
as per solution/design.
Shall have up to 1Tbps backplane Bandwidth and
COR.REQ.006
up to 240 Mpps per second Throughput
The Router should support Console port, USB port
COR.REQ.007
and Compact flash slots
Router shall have Min. 1 nos free open interface
COR.REQ.008 slot for future scalability of WAN/LAN interface
module
The Router should support redundant hot-
COR.REQ.009 swappable power supply and Hot-swappable
modules
Router shall have the sufficient free open slot for
COR.REQ.010 future scalability of 4 nos. of 10G SFP+ interface
module
The Router should have 4 million (IPv4), 1million
COR.REQ.012
(IPv6) Routing table size
The Router should support Distributed processing
and support powerful parallel processing,
COR.REQ.013
Performance encryption, and comprehensive HQoS
functionalities
The Router should support powerful parallel
COR.REQ.014 processing, encryption, and comprehensive HQoS
functionalities
The Router should support Virtual Router
COR.REQ.016
Redundancy Protocol (VRRP) or equivalent
The Router should support Graceful restart
Resiliency
COR.REQ.017 including graceful restart for OSPF, IS-IS, BGP,
and high
LDP, and RSVP
availability
The Router should support nonstop forwarding
COR.REQ.018 (NSF),Hitless software upgrades and support IP
Fast Reroute Framework (FRR)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Router should support Static,
COR.REQ.019
RIP,OSPF,BGP,IS-IS routing for IPv4
The Router should support Static,
COR.REQ.020
RIP,OSPF,BGP,IS-IS routing IPv6
The Router should maintain separate stacks for
COR.REQ.021 IPv4 and IPv6 to ease the transition from an IPv4-
only network to an IPv6-only network design
COR.REQ.022 The Router should support IPv6 tunnelling
The Router should support MPLS and MPLS Layer
COR.REQ.023 2 and Layer 3 VPN and support VPLS and
Multicast VPN
The Router should support Bidirectional
COR.REQ.024
Forwarding Detection (BFD)
COR.REQ.025 Layer 3 The Router should support IGMPv1, v2, and v3
routing The Router should support Multicast VPN and
support Multicast Domain (MD) multicast VPN,
COR.REQ.026 which can be distributed on separate service cards,
providing high performance and flexible
configuration
The Router should support PIM-SSM, PIM-DM,
and PIM-SM (for IPv4 and IPv6) and support IP
COR.REQ.027
Multicast address management and inhibition of
DoS attacks
The Router should support Multicast Source
COR.REQ.028 Discovery Protocol (MSDP) and Multicast Border
Gateway Protocol (MBGP)
The Router should support Equal-Cost/Unequal-
COR.REQ.029 Cost Multipath (ECMP/UCMP) and support Policy
based routing
The Router should support Address Resolution
Layer 3
COR.REQ.030 Protocol (ARP), UDP helper / DHCP helper, DNS
services
and support DHCP protocol
The Router should support Dynamic Virtual Private
COR.REQ.031
Network (DVPN)
The Router should support tunnel-less VPN
COR.REQ.032 technology that allows for native end-to-end
security for a full meshed network
COR.REQ.033 The Router should support Stateful VPN firewall
The Router should support provide enhanced
stateful packet inspection and filtering and support
flexible security zones containment to deliver
advanced VPN services with Triple DES (3DES)
COR.REQ.034
Security and Advanced Encryption Standard (AES)
encryption at high performance and low latency
and offers Web content filtering and allow for
application prioritization and enhancement.
The Router should support powerful ACLs for both
IPv4 and IPv6 to use for filtering traffic to prevent
unauthorized users from accessing the network or
COR.REQ.035
for controlling network traffic to save resources and
support rule based on a Layer 2 header or a Layer
3 protocol header and specific dates or times
The Router should support Unicast Reverse Path
COR.REQ.036
Forwarding (URPF)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Remote Authentication Dial-In User Service
COR.REQ.037
(RADIUS) and TACACS+
The Router should support Network address
COR.REQ.038
translation (NAT)
COR.REQ.039 The Router should support HQoS/Nested QoS
The Router should support Traffic policing and
support Committed Access Rate (CAR) and line
COR.REQ.040
rate and support Congestion management
Quality of technique like FIFO, PQ, CQ, WFQ, CBQ
Service (QoS) The Router should support Congestion avoidance
technique Weighted Random Early Detection
COR.REQ.041 (WRED)/Random Early Detection (RED) and
support traffic shaping, FR QoS, MPLS QoS, and
MP QoS/LFI
The Router should support Industry-standard CLI,
Telnet port, or reset button interfaces depending on
COR.REQ.042
security preferences, FTP, TFTP, SFTP and
Secure shell (SSHv2)
The Router should support SNMPv1, v2, and v3,
COR.REQ.043
RMON, sFlow
The Router should restricts access to critical
configuration commands and offers multiple
privilege levels with password protection, ACLs
COR.REQ.044
provide Telnet and SNMP access, local and
remote syslog capabilities allow logging of all
access
The Router should support ping and traceroute for
COR.REQ.045
both IPv4 and IPv6
The Router should analyzes network performance
Management and service quality by sending test packets, and
provides network performance and service quality
parameters such as jitter, TCP, or FTP connection
COR.REQ.046
delays and file transfer rates; allows a network
manager to determine overall network performance
and to diagnose and locate network congestion
points or failures
The Router should support Network Time Protocol
COR.REQ.047
(NTP) and RFC3164 Syslog Support
The Router should provide a central information
center for system and network information to
aggregates all logs, traps, and debugging
COR.REQ.048 information generated by the system and maintains
them in order of severity and outputs the network
information to multiple channels based on user-
defined rules
COR.REQ.049 Operating temperature of 5°C to 40°C
Environmental Safety and Emission standards including UL
Features 60950-1; IEC 60950-1; VCCI Class A and (EN
COR.REQ.050
55022 Class A or equivalent industry standard
certification).
7.1.2. Internet Router
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Router shall have Modular distributed and chassis
IR.REQ.001
based architecture
Router shall have redundant management/Supervisor
engine/CPU module and should support Separate
IR.REQ.002
data and control planes to provide greater flexibility
and enable continual services
Router shall have minimum 2 additional open slots in
IR.REQ.003 chassis apart from the Management/supervisor
module slot
Shall be based on multi-core processor and shall be
IR.REQ.004
19” Rack Mountable
Architecture Router Shall have minimum 2 Dual Gigabit Ethernet
ports (Copper or SFP) and 8 x 10G SFP+ Ports. All
IR.REQ.005
SFP/SFP+ ports populated with appropriate
transceivers as per solution/design.
Shall have up to 500 Gbps backplane Bandwidth and
IR.REQ.006
support up to 120 Mpps packet forwarding rate
The Router should support Console port, USB port
IR.REQ.007
and Compact flash slots
Router shall have Min. 1 nos free open interface slot
IR.REQ.008
for future scalability of WAN/LAN interface module
The Router should support redundant hot-swappable
IR.REQ.009
power supply and Hot-swappable modules
The Router should have 3Million (IPv4), 1Million
IR.REQ.010
(IPv6) Routing table size
The Router should support Distributed processing and
IR.REQ.011 support powerful parallel processing, encryption, and
Performance
comprehensive HQoS functionalities
The Router should support powerful parallel
IR.REQ.012 processing, encryption, and comprehensive HQoS
functionalities
The Router should support Virtual Router
IR.REQ.013
Redundancy Protocol (VRRP) or equivalent
The Router should support Graceful restart including
Resiliency
IR.REQ.014 graceful restart for OSPF, IS-IS, BGP, LDP, and
and high
RSVP
availability
The Router should support nonstop forwarding
IR.REQ.015 (NSF),Hitless software upgrades and support IP Fast
Reroute Framework (FRR)
The Router should support Static, RIP,OSPF,BGP,IS-
IR.REQ.016
IS routing for IPv4
The Router should support Static, RIP,OSPF,BGP,IS-
IR.REQ.017
IS routing IPv6
The Router should maintain separate stacks for IPv4
IR.REQ.018 and IPv6 to ease the transition from an IPv4-only
Layer 3 network to an IPv6-only network design
IR.REQ.019 routing The Router should support IPv6 tunnelling
The Router should support MPLS and MPLS Layer 2
IR.REQ.020 and Layer 3 VPN and support VPLS and Multicast
VPN
The Router should support Bidirectional Forwarding
IR.REQ.021
Detection (BFD)
IR.REQ.022 The Router should support IGMPv1, v2, and v3
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Router should support Multicast VPN and support
Multicast Domain (MD) multicast VPN, which can be
IR.REQ.023
distributed on separate service cards, providing high
performance and flexible configuration
The Router should support PIM-SSM, PIM-DM, and
IR.REQ.024 PIM-SM (for IPv4 and IPv6) and support IP Multicast
address management and inhibition of DoS attacks
The Router should support Multicast Source
IR.REQ.025 Discovery Protocol (MSDP) and Multicast Border
Gateway Protocol (MBGP)
The Router should support Equal-Cost/Unequal-Cost
IR.REQ.026 Multipath (ECMP/UCMP) and support Policy based
routing
The Router should support Address Resolution
Layer 3
IR.REQ.027 Protocol (ARP), UDP helper / DHCP helper, DNS and
services
support DHCP protocol
The Router should support Dynamic Virtual Private
IR.REQ.028
Network (DVPN)
The Router should support tunnel-less VPN
IR.REQ.029 technology that allows for native end-to-end security
for a full meshed network
IR.REQ.030 The Router should support Stateful VPN firewall
The Router should support provide enhanced stateful
packet inspection and filtering and support flexible
security zones containment to deliver advanced VPN
services with Triple DES (3DES) and Advanced
IR.REQ.031
Encryption Standard (AES) encryption at high
performance and low latency and offers Web content
filtering and allow for application prioritization and
Security
enhancement
The Router should support powerful ACLs for both
IPv4 and IPv6 to use for filtering traffic to prevent
unauthorized users from accessing the network or for
IR.REQ.032
controlling network traffic to save resources and
support rule based on a Layer 2 header or a Layer 3
protocol header and specific dates or times
The Router should support Unicast Reverse Path
IR.REQ.033
Forwarding (URPF)
Remote Authentication Dial-In User Service
IR.REQ.034
(RADIUS) and TACACS+
The Router should support Network address
IR.REQ.035
translation (NAT)
IR.REQ.036 The Router should support HQoS/Nested QoS
The Router should support Traffic policing and
support Committed Access Rate (CAR) and line rate
IR.REQ.037
and support Congestion management technique like
Quality of
FIFO, PQ, CQ, WFQ, CBQ
Service (QoS)
The Router should support Congestion avoidance
technique Weighted Random Early Detection
IR.REQ.038
(WRED)/Random Early Detection (RED) and support
traffic shaping, FR QoS, MPLS QoS, and MP QoS/LFI
The Router should support Industry-standard CLI,
Telnet port, or reset button interfaces depending on
IR.REQ.039 Management
security preferences, FTP, TFTP, SFTP and Secure
shell (SSHv2)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Router should support SNMPv1, v2, and v3,
IR.REQ.040
RMON, sFlow
The Router should restrict access to critical
configuration commands and offers multiple privilege
IR.REQ.041 levels with password protection, ACLs provide Telnet
and SNMP access, local and remote syslog
capabilities allow logging of all access
The Router should support ping and traceroute for
IR.REQ.042
both IPv4 and IPv6
The Router should analyze network performance and
service quality by sending test packets, and provides
network performance and service quality parameters
IR.REQ.043 such as jitter, TCP, or FTP connection delays and file
transfer rates; allows a network manager to determine
overall network performance and to diagnose and
locate network congestion points or failures
The Router should support Network Time Protocol
IR.REQ.044
(NTP) and RFC3164 Syslog Support
The Router should provide a central information
center for system and network information to
aggregates all logs, traps, and debugging information
IR.REQ.045
generated by the system and maintains them in order
of severity and outputs the network information to
multiple channels based on user-defined rules
IR.REQ.046 Operating temperature of 5°C to 40°C
Environmental Safety and Emission standards including UL 60950-1;
IR.REQ.047 Features IEC 60950-1; VCCI Class A and (EN 55022 Class A
or equivalent industry standard certification).
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Core switch should have chassis based,
CoSW.REQ.001 min. 8 slots for interface modules/ Line card and
support non blocking CLOS architecture
The switch shall have Min Dual Management
CoSW.REQ.002 Modules/CPU/ Supervisory Module/Routing
Engine with 1:1 redundancy.
Shall provide distributed /Fabric switching
technology (any additional hardware required
CoSW.REQ.003
for the same shall be proposed) & should
support virtualization between both switches.
Architecture
The switch shall be 19” Rack Mountable and
CoSW.REQ.004
shall have all mounting accessories
Shall have up to 10 Tbps switching capacity and
CoSW.REQ.005
support min 5 Bpps switching throughput
Minimum 400 Gbps (Full Duplex) per-slot
CoSW.REQ.006A
bandwidth
The switch should support IPV4 160K IPv4
CoSW.REQ.006B
route and 64K IPv6 route
The Switch support In-Service Software
CoSW.REQ.007A
Upgrade (ISSU)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Switch must support TRILL for Virtualized
CoSW.REQ.007B
deployments.
Should have min. 48 x 10G SFP+ ports and 32
X 40G QSFP+ ports. All interfaces are
Min Interface
CoSW.REQ.008 distributed in min. two slots. All transceiver
Requirement
modules should be from the same Switching
OEM.
Shall have the capability to extend the control
plane across multiple active switches making it
CoSW.REQ.009 a virtual switching fabric, enabling
interconnected switches to perform as single
Layer-2 switch and Layer-3 router
The switch should support Hot-swappable
Modules and support Passive backplane with no
CoSW.REQ.010
active components for increased system
reliability
The switch should support IEEE 802.1D
Spanning Tree Protocol, IEEE 802.1w Rapid
CoSW.REQ.011 Resiliency Spanning Tree Protocol and IEEE 802.1s
Multiple Spanning Tree Protocol
IEEE 802.3ad Link Aggregation Control Protocol
CoSW.REQ.012
(LACP)
Virtual Router Redundancy Protocol (VRRP) to
allow a group of routers to dynamically back
CoSW.REQ.013
each other up to create highly available routed
environments
CoSW.REQ.014 Graceful restart for OSPF and BGP protocols
Bidirectional Forwarding Detection (BFD) for
CoSW.REQ.015
OSPF and BGP protocols
The switch should support up to 4,000 port or
CoSW.REQ.016
IEEE 802.1Q-based VLANs
The switch should support GARP VLAN
Registration Protocol or equivalent feature to
CoSW.REQ.017
allow automatic learning and dynamic
assignment of VLANs
The switch should have the capability to monitor
link connectivity and shut down ports at both
CoSW.REQ.018
ends if uni-directional traffic is detected,
preventing loops
The switch should support IEEE 802.1ad QinQ
and Selective QinQ to increase the scalability of
CoSW.REQ.019
Features and an Ethernet network by providing a hierarchical
Functionality structure
The switch should support Internet Group
Management Protocol (IGMP) / MLD snooping,
IEEE 802.1AB Link Layer Discovery Protocol
CoSW.REQ.020
(LLDP) and Multicast VLAN to allow multiple
VLANs to receive the same IPv4 or IPv6
multicast traffic
The switch should support static Routing for
IPv4 and IPv6,RIP for IPv4 (RIPv1/v2) and IPv6
(RIPng),OSPF for IPv4 (OSPFv2) and IPv6
CoSW.REQ.021
(OSPFv3),IS-IS for IPv4 and IPv6 (IS-ISv6) and
Border Gateway Protocol with support for IPv6
addressing from day one
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The switch should support Policy-based routing
CoSW.REQ.022
and Unicast Reverse Path Forwarding (uRPF)
The switch should allow IPv6 packets to
CoSW.REQ.023 traverse IPv4-only networks by encapsulating
the IPv6 packet into a standard IPv4 packet
The switch should support Dynamic Host
CoSW.REQ.024 Configuration Protocol (DHCPv4 & DHCPv6 )
client, Relay and server
The switch should support PIM Dense Mode
(PIM-DM) / Sparse Mode (PIM-SM), and
CoSW.REQ.025
Source-Specific Mode (PIM-SSM) for IPv4 and
IPv6 multicast applications
The switch should support MPLS and
CoSW.REQ.026
VPLS,NSF from day one
The switch should support Access Control Lists
for both IPv4 and IPv6 for filtering traffic to
CoSW.REQ.027 prevent unauthorized users from accessing the
network and support Port-based rate limiting
and access control list (ACL) based rate limiting
The switch should support Congestion
avoidance using Weighted Random Early
Detection (WRED), strict priority (SP) queuing,
CoSW.REQ.028 QoS and
weighted round robin (WRR) and weighted fair
Security
queuing (WFQ) or equivalent industry standard
Features
protocol.
The switch should support IEEE 802.1x to
provide port-based user authentication, Media
access control (MAC) authentication to provide
CoSW.REQ.029 simple authentication based on a user's MAC
address, Port security and port isolation and
support DHCP snooping to prevent
unauthorized DHCP servers
The switch should Configuration through the
CLI, console, Telnet, SSH,FTP, TFTP, and
CoSW.REQ.030 SFTP and support Management security
through multiple privilege levels with password
protection
The switch should support SNMPv1, v2, and v3
and Remote monitoring (RMON) and support
CoSW.REQ.031 Management
sFlow (RFC 3176) or equivalent for traffic
Features
analysis
The switch should support RADIUS/TACACS+
CoSW.REQ.032
for switch security access administration
The switch should support Network Time
Protocol (NTP) or equivalent and support
CoSW.REQ.033
Ethernet OAM (IEEE 802.3ah) management
capability
Shall provide support WEEE regulations /
CoSW.REQ.034
ROHS regulations
CoSW.REQ.035 Operating temperature of 0°C to 40°C
Environmental
Features Safety and Emission standards including UL
60950-1; IEC 60950-1; VCCI Class A and (EN
CoSW.REQ.036
55022 Class A or equivalent industry standard
certification).
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Switch should have OpenFlow 1.3 / REST
APIs or equivalent protocol capability to enable
CoSW.REQ.037 software-defined networking from Day one.
Software
Necessary licenses should be included with the
Defined
switches from day one.
Networking
The Switch should Allow the separation of data
(SDN)
(packet forwarding) and control (routing
Capability
CoSW.REQ.038 decision) paths, to be controlled by an external
SDN Controller, utilizing Openflow or equivalent
protocol
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The switch should have at least 48 fixed
1000/10000 SFP+ ports & 6 x QSFP+ ports. All
ASW.REQ.001
transceiver modules should be from the same
Switching OEM
The switch Shall support 1000 Base-SX, LX, LH,
ASW.REQ.002
1000BASE-T
ASW.REQ.003 The switch Shall Support 10Gbase-SR,LR,ER
ASW.REQ.004 The switch shall have 2Tbps switching capacity
The switch shall have switching throughput upto
ASW.REQ.005
1600 million pps
ASW.REQ.006 The switch should have 32K ARP entries
The switch should support IPV4 80K IPv4 route
ASW.REQ.007
and 56K IPv6 route
The switch should have Modular operating system
ASW.REQ.008 with OVSDB to support a database-centric
operating system.
The switch should have Distributed architecture
ASW.REQ.009
with separation of data and control planes.
Architecture The switch should have independent monitoring
and restart of individual software modules and
ASW.REQ.010
enhanced software process serviceability
functions.
The switch should have individual software
ASW.REQ.011
modules to be upgraded for higher availability.
The switch should have built-in framework for
ASW.REQ.012
monitoring, troubleshooting and capacity planning.
The switch should support Jumbo frames size of
ASW.REQ.013
9K bytes
The switch should support internal loopback testing
ASW.REQ.014 for maintenance purposes and an increase in
availability
The switch should support Redundant and load-
ASW.REQ.015
sharing fans, and power supplies
ASW.REQ.016 The switch should support hot-swappable modules
The switch should protect against unknown
ASW.REQ.017 broadcast, unknown multicast, or unicast storms
with user-defined thresholds
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The switch should support internal Redundant
ASW.REQ.018
power supplies
ASW.REQ.019 The switch should support MLAG or equivalent
The switch should support Separate data and
ASW.REQ.020
control paths
ASW.REQ.021 The switch should support VRRP
Resiliency The switch should support Unidirectional Link
ASW.REQ.022 and high Detection (UDLD)
availability The switch should support IEEE 802.3ad LACP
ASW.REQ.023 with support up to 128 trunks and eight links per
trunk
The switch should support Generic Routing
ASW.REQ.024
Encapsulation (GRE)
ASW.REQ.025 The switch should support full REST APIs
The switch should have built-in troubleshooting
ASW.REQ.026
feature
The switch should have the capability to enable or
ASW.REQ.027 disable reset button & other interfaces depending
on security preferences
ASW.REQ.028 The switch should support Industry-standard CLI
The switch should restricts access to critical
ASW.REQ.029 configuration commands and support multiple
privilege levels with password protection
The switch provide ACL based SNMP access and
ASW.REQ.030 support local and remote syslog capabilities allow
logging of all access
The switch should Provide SNMP read and trap
ASW.REQ.031 support of industry standard Management
Information Base (MIB), and private extensions
Management
ASW.REQ.032 The switch should support sFlow (RFC 3176)
The switch should support Remote monitoring
ASW.REQ.033
(RMON)
The switch should support TFTP, and SFTP
ASW.REQ.034
support
The switch should support Debug and sampler
ASW.REQ.035
utility or equivalent
The switch should support ping and traceroute for
ASW.REQ.036
both IPv4 and IPv6
The switch should support Network Time Protocol
ASW.REQ.037
(NTP)
The switch should support IEEE 802.1AB Link
ASW.REQ.038
Layer Discovery Protocol (LLDP)
ASW.REQ.039 The switch should support Dual flash images
The switch should support Multiple configuration
ASW.REQ.040
files
The switch should support up to 4,096 port-based
ASW.REQ.041 or IEEE 802.1Q-based VLANs and supports MAC-
based VLANs and IP subnet-based VLANs
The switch should support Bridge Protocol Data
ASW.REQ.042
Layer 2 Unit (BPDU) tunnelling
ASW.REQ.043 feature The switch should support Port mirroring
The switch should support IEEE 802.1D STP,
IEEE 802.1w Rapid Spanning Tree Protocol
ASW.REQ.044
(RSTP) for faster convergence, and IEEE 802.1s
Multiple Spanning Tree Protocol (MSTP)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The switch should support Internet Group
ASW.REQ.045
Management Protocol (IGMP)
The switch should support Rapid Per-VLAN
ASW.REQ.046
spanning tree plus (RPVST+)
The switch should support IGMPv1, v2, and v3 and
ASW.REQ.047
support Any-Source Multicast (ASM)
The switch should support congestion actions and
ASW.REQ.048 support strict priority (SP) queuing and weighted
fair queuing
The switch should support Address Resolution
Protocol (ARP) and supports static ARPs,
ASW.REQ.049
gratuitous ARP to allows detection of duplicate IP
addresses and proxy ARP
The switch should support UDP helper / DHCP
ASW.REQ.050
helper
The switch should support Dynamic Host
ASW.REQ.051 Configuration Protocol (DHCP) and support DHCP
Relay
The switch should support Domain Name System
ASW.REQ.052
(DNS)
The switch should support Multicast VLAN or
ASW.REQ.053
Layer 3 equivalent industry standard protocol.
feature The switch should support Protocol Independent
ASW.REQ.054
Multicast (PIM) and supports Sparse Mode (SM)
The switch should support Static ,Open shortest
ASW.REQ.055 path first (OSPF),Border Gateway Protocol IPv4
routing
The switch should support directed broadcasts,
ASW.REQ.056 support of ICMP error packets and extensive
display capabilities
The switch should support Static IPv6
ASW.REQ.057
routing,OSPFv3 and BGP-4
ASW.REQ.058 The switch should support Dual IP stack
The switch should support Equal-Cost Multipath
ASW.REQ.059
(ECMP)
The switch should support ACLs for both IPv4 and
ASW.REQ.060 IPv6 based on a Layer 2 header or a Layer 3
protocol header
The switch should support Remote Authentication
ASW.REQ.061 Security Dial-In User Service (RADIUS)
The switch should support Terminal Access
ASW.REQ.062
Controller Access-Control System (TACACS+)
ASW.REQ.063 The switch should support Secure shell (SSHv2)
Shall provide support WEEE regulations / ROHS
ASW.REQ.064
regulations
ASW.REQ.065 Environmental Operating temperature of 0°C to 40°C
Features Safety and Emission standards including UL
ASW.REQ.066 60950-1; IEC 60950-1; VCCI Class A; EN 55022
Class A
Software The Switch should have OpenFlow 1.3 / REST
Defined APIs or equivalent protocol capability to enable
ASW.REQ.067 Networking software-defined networking from Day one.
(SDN) Necessary licenses should be included with the
Capability switches from day one.
7.1.5. Access Switch
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
AS.REQ.001 Shall be 19" Rack Mountable
(1) 12 X RJ-45 autosensing 10/100/1000 PoE+ ports
(30W power output per port) and 4 X 1000BASE-T
or 1000Mbps SFP Ports or 10G SFP+ ports.
(2) 20 X RJ-45 autosensing 10/100/1000 PoE+ ports
(30W power output per port) and 4 X 1000BASE-T
or 1000Mbps SFP Ports or 10G SFP+ ports.
All proposed Access Switches should to be supplied
AS.REQ.002
with dual power supply for redundancy from day one
and each switch must deliver 540 Watts power
budget using single power supply only. The second
power supply should be used solely for redundancy
purpose only. Bidder should provide the power
budget for each proposed switch as part of its
technical proposal.
The switch should have the capability to upgrade to
Architecture
2 X 10G SFP+ uplinks on fiber backbone in future
AS.REQ.003 without changing the switch or its components. All
transceiver modules should be from the same
Switching OEM.
AS.REQ.004 1 RJ-45 serial console port
1 RJ-45 out-of-band management port/Remote
AS.REQ.005
management using web browser
1GB SDRAM and 512 MB flash and 2 MB Packet
AS.REQ.006
buffer size
Shall have switching capacity/bandwidth of 128
AS.REQ.007
Gbps
Shall have up to 90 Mpps switching throughput or
AS.REQ.008
more
The Switch should support 16000 MAC address for
AS.REQ.009 12-port PoE+ variant and 32000 MAC address for
20-port PoE+ variant
AS.REQ.010 The switch should support HTTP redirect function
The Switch should automatically configures switch
Features for different settings such as VLAN, CoS, PoE max
AS.REQ.012
power, and PoE priority when a wireless access
point is detected.
The switch should support Traffic prioritization which
AS.REQ.013
allows real-time traffic classification
Layer 4 prioritization enables prioritization based on
AS.REQ.014
TCP/ UDP port numbers
Quality of The switch should support Class of Service (CoS) to
Service set the IEEE 802.1p priority tag based on IP address,
AS.REQ.015
(QoS) IP Type of Service (ToS), Layer 3 protocol, TCP/UDP
port number, source port, and DiffServ
AS.REQ.016 The switch should support Rate limiting
The switch should support large buffers & provide
AS.REQ.017
congestion management
AS.REQ.018 The switch should support Auto-MDIX
Connectivity The switch should support IEEE 802.3at Power over
AS.REQ.019
Ethernet (PoE+)
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The switch should support IPV6 host enables
AS.REQ.020
switches to be managed in an IPV6 network
The switch should support Dual stack (IPV4 and
AS.REQ.021 IPV6) transitions from IPV4 to IPV6, supporting
connectivity for both protocols
The switch should support MLD snooping forwards
AS.REQ.022
IPV6 multicast traffic to the appropriate interface
IPv6 feature
The switch should support IPV6 ACL/QoS supports
AS.REQ.023
ACL and QoS for IPV6 network traffic
The switch should support IPV6 routing supports
AS.REQ.024
static protocols
The switch should support DHCPv6 protection,
AS.REQ.025 dynamic IPv6 lockdown, and DHCP Guard/DHCP
snooping/IGMP snooping/ND snooping
The switch should support selectable queue
configurations or priority queueing to allow for
AS.REQ.026 increased performance by selecting the number of
queues and associated memory buffering that best
Performance
meet the requirements of the network applications
The switch should support Energy-efficient Ethernet
AS.REQ.027 (EEE) support to reduces power consumption in
accordance with IEEE 802.3az
The switch should support IEEE 802.3ad Link
AS.REQ.028
Aggregation Protocol (LACP)
Resiliency
The switch should support IEEE 802.1s Multiple
AS.REQ.029 and high
Spanning Tree
availability
The switch should provide easy-to-configure link
AS.REQ.030
redundancy of active and standby links
The switch should support IP multicast snooping
AS.REQ.031 (data-driven IGMP) / IGMP snooping (data-driven
IGMP)
The switch should support LLDP-MED (Media
AS.REQ.032
Endpoint Discovery)
The switch should support IP multicast routing
AS.REQ.033 including PIM sparse and dense modes to route IP
Convergence
multicast traffic
The switch should support Auto VLAN configuration
AS.REQ.034
for voice
The switch should support Local MAC Authentication
to assign attributes such as VLAN and QoS using
AS.REQ.035
locally configured profile that can be a list of MAC
prefixes
The switch should support IEEE 802.1AB Link Layer
AS.REQ.037
Discovery Protocol (LLDP)
The switch should support Multiple configuration files
AS.REQ.038
to store easily to the flash image
The switch should support Dual flash images to
AS.REQ.039 Management provide independent primary and secondary
operating system files for backup while upgrading
The switch should support Zero-Touch ProVisioning
AS.REQ.040
(ZTP)
The switch should support Unidirectional Link
AS.REQ.041
Detection (UDLD)
AS.REQ.042 The switch should support IEEE 802.1ad QinQ
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The switch should support VLAN and tagging and
support the IEEE 802.1Q (4094 VLAN IDs) and 2K
AS.REQ.043 VLANs (for 20-port PoE+ switch variant)
simultaneously and 1K VLANs (for 12-port PoE+
switch variant) simultaneously.
AS.REQ.044 Layer 2 The switch should support Jumbo packet
Feature
AS.REQ.046 The switch should support MAC-based VLAN
The switch should support Rapid Per-VLAN
AS.REQ.047
Spanning Tree (RPVST+)
The switch should support IEEE 1588v2 Transparent
AS.REQ.048
Clock Mode
The switch should support GVRP / MVRP or
AS.REQ.049
equivalent industry standard protocols.
AS.REQ.050 The switch should support DHCP server
Layer 3 The switch should support Static IP routing with
AS.REQ.051
feature ECMP capability
The switch should support RIP & OSPF for IPv4 &
AS.REQ.052
IPv6
The switch should support Web-based
AS.REQ.053 authentication provides a browser-based
environment
The switch should support MAC-based
AS.REQ.054
authentication
The switch should support Multiple IEEE 802.1X
users per port to provide authentication of multiple
AS.REQ.055 IEEE 802.1X users per port and also to prevent a
user from “piggybacking” on another user's IEEE
802.1X authentication
The switch should support Concurrent IEEE 802.1X,
AS.REQ.056
Web, and MAC authentication schemes per port
The switch should support Access control lists
(ACLs) provide IP Layer 3 filtering based on
AS.REQ.057
source/destination IP address/subnet and
source/destination TCP/UDP port number
The switch should support Source-port filtering to
AS.REQ.058 Security allow only specified ports to communicate with each
other
AS.REQ.059 The switch should support RADIUS/TACACS+
The switch should support Secure shell encrypts all
AS.REQ.060 transmitted data for secure remote CLI access over
IP networks
The switch should support Secure Sockets Layer
(SSL) encrypts all HTTP traffic, allowing secure
AS.REQ.061
access to the browser-based management GUI in
the switch
The switch should support Port security allows
AS.REQ.062 access only to specified MAC addresses, which can
be learned or specified by the administrator
The switch should support MAC address lockout to
AS.REQ.063 prevent particular configured MAC addresses from
connecting to the network
AS.REQ.064 The switch should support Secure FTP
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Switch management logon security helps secure
AS.REQ.065 switch CLI logon by optionally requiring either
RADIUS or TACACS+ authentication
The switch should support STP BPDU port
protection to block Bridge Protocol Data Units
AS.REQ.066
(BPDUs) on ports that do not require BPDUs and
also prevent forged BPDU attacks
The switch should support DHCP protection to block
AS.REQ.067 DHCP packets from unauthorized DHCP servers
and prevent denial-of-service attacks
The switch should support Dynamic ARP protection
AS.REQ.068 to block ARP broadcasts from unauthorized hosts
and prevent eavesdropping or theft of network data
The switch should support STP root guard to protect
AS.REQ.069 the root bridge from malicious attacks or
configuration mistakes
The switch should support Identity-driven ACL
enables implementation of a highly granular and
AS.REQ.070
flexible access security policy and VLAN assignment
specific to each authenticated network user
The switch should support Per-port broadcast
AS.REQ.071
throttling
AS.REQ.072 The switch should support Private VLAN
Operating temperature of 0°C to 55°C (Switch will be
AS.REQ.073
housed within enclosure (Junction Box))
Safety and Emission standards including EN 60950;
AS.REQ.074
IEC 60950; VCCI Class A; FCC Class A
Software The Switch should have OpenFlow 1.3 / REST APIs
Defined or equivalent protocol capability to enable software-
AS.REQ.075 Networking defined networking / software-defined access from
(SDN) Day one. Necessary licenses should be included
Capability with the switches from day one.
Switch should comply to following certifications:-
Electrostatic Discharge: IEC 61000-4-2
Radiation: IEC 61000-4-3
Electrical Fast Transient / Burst Immunity: IEC
Immunity
AS.REQ.076 61000-4-4
Standards
Surge Immunity: IEC 61000-4-5
Power Frequency Magnetic Field: IEC 61000-4-8
Voltage dips and variations Immunity: IEC 61000-4-
11
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Must be appliance based and should facilitate
ExFW.REQ.001
multi-application environment.
General It should be modular based to accommodate
ExFW.REQ.002
Requirements future growth/ expansion
The Firewall should be ICSA 4.0 or equivalent
ExFW.REQ.003
certified
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The platform should be based on real time,
ExFW.REQ.004
secure embedded operating system
The platform should use ASIC based or Multi-
Core or equivalent architecture that is optimized
ExFW.REQ.005
for packet and application level content
processing
The proposed system shall support unlimited
ExFW.REQ.006 IP/User license for Firewall / VPN (IPSec &
A SSL)/ IPS / WCF / AV / AMP (Anti-Malware
Protection)
ExFW.REQ.006 Proposed Security Solution should have Anti-
B BOT capability from day one.
Should provide a HTTP, HTTPS, SSH, Telnet,
SNMP based management console for
ExFW.REQ.007
managing and configuring various components
of th appliance
Should be IPv6 Ready & support IPv6 dual
ExFW.REQ.008
stack functionality
It should have at least 20 Gbps real world/
enterprise traffic threat prevention throughout
ExFW.REQ.009
with Firewall, IPS, App control and Anti Malware
features enabled
Should support minimum of 12 X 10GE SFP+
ExFW.REQ.010 ports with separate dedicated management
interface to manage the appliance from day 1.
Should support the standards based Link
ExFW.REQ.011 aggregation technology (IEEE 802.3ad) to
achieve higher bandwidth.
Should support IEEE 802.1q VLAN Tagging with
ExFW.REQ.012 about 1024 VLANs supported (in NAT/Route
mode)
Should support automatic ISP/link failover as
ExFW.REQ.013
well as ISP/link load sharing for outbound traffic
Should support Dynamic Routing Protocol for
ExFW.REQ.014 RIP1 & 2, OSPF, OSPFv3, BGP4, ISIS, RIPng
Networking &
etc.
System
Should support Static, Policy Based, and
ExFW.REQ.015 Performance
Multicast routing
Requirements:
Should support minimum 80 Gbps or better
ExFW.REQ.016
IPv4/IPv6 firewall throughput
The firewall should support throughput of
minimum 50 Gbps of AES - IPSEC VPN and
ExFW.REQ.017
should support H/W acceleration or S/W
acceleration
Should support concurrent sessions minimum
ExFW.REQ.018
50,000,000
Should support new connections per second
ExFW.REQ.019
minimum 400,000
Should support IPS throughput of 40 Gbps or
ExFW.REQ.020 better & 20 Gbps or better IPS throughout with
real world or enterprise traffic mix
Operating Should allow multiple OS firmware image for
ExFW.REQ.021
System & booting options
Management Should be upgradeable via Web UI or TFTP or
ExFW.REQ.022
Requirements: equivalent mechanism
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Should support easy backup or restore via GUI
ExFW.REQ.023 and CLI to/from local PC, remote centralized
management or USB disk
Should support profile based login
ExFW.REQ.024 administration for gradual access control like
only Policy Configuration, Log Data Access etc.
Should be able to limit remote management
ExFW.REQ.025 access from certain trusted network or host with
corresponding administrator account
The proposed system should be able to facilitate
administration audits by logging detailed
ExFW.REQ.026
activities to event log for management &
configuration updates
The administrator authentication shall be
facilitated by local database, PKI & remote
ExFW.REQ.027
services such as Radius, LDAP and TACAS+
with option of 2 Factor Authentication
The Firewall must be capable of clustering
multiple firewalls together into a redundant and
ExFW.REQ.028
highly available stateful configuration for
creating HA.
Should support integrated Traffic Shaping / QoS
ExFW.REQ.029
functionality
Should support DHCP server & DHCP Agent
ExFW.REQ.030
functionality
Should support Stateful inspection with optional
ExFW.REQ.031
Policy based NAT (Static OR Dynamic)
Should support Inbound Port Forwarding with
ExFW.REQ.032
Load Balancing
Should support IPv6 ACL to implement security
ExFW.REQ.033
Policy for IPv6 traffic
All internet based applications should be
Firewall
supported for filtering like Telnet, FTP,SMTP,
ExFW.REQ.034 Requirements:
HTTP, DNS, ICMP, DHCP, RPC,SNMP, BGP,
IMAP, NFS etc
Should support Nat66 (IPv6-to-IPv6) and Nat46
ExFW.REQ.035
(IPv4-to-IPv6) functionality, NAT66
Should provide application inspection for DNS,
ExFW.REQ.036 FTP, HTTP, SMTP, ESMTP, RTSP, SIP, SCCP,
SQLNET, TFTP, H.323, ICMP
Should be able to inspect HTTP and FTP traffic
when these are deployed using nonstandard
ExFW.REQ.037
port( i.e. when HTTP is not using standard port
TCP/80)
Must support Active-Active redundancy for both
ExFW.REQ.038
High IPV4 as well as IPV6.
Availability Must support stateful clustering of multiple
ExFW.REQ.039 Requirements: active firewalls, and load balance the traffic
between them to share the load.
The IPSEC VPN and SSL VPN capability shall
ExFW.REQ.040
have ICSA or equivalent Certification
IPSEC VPN The proposed system shall comply/support
Requirements industry standards, L2TP, PPTP, IPSEC, and
ExFW.REQ.041
SSL VPN with/without additional external
solution, hardware or modules. All such
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
components should be supplied if required
externally
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Must be appliance based and should facilitate
InFW.REQ.001
multi-application environment.
It should be modular based to accommodate
InFW.REQ.002
future growth/ expansion
The Firewall should be ICSA 4.0 or equivalent
InFW.REQ.003
General certified
Requirements: The platform should be based on real time,
InFW.REQ.004
secure embedded operating system
The platform should use ASIC based or Multi-
Core or equivalent architecture that is optimized
InFW.REQ.005
for packet and application level content
processing
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The proposed system shall support unlimited
IP/User license for Firewall / VPN (IPSec &
InFW.REQ.006A
SSL)/ IPS / WCF / AV / AMP (Anti-Malware
Protection)
Proposed Security Solution should have Anti-
InFW.REQ.006B
BOT capability from day one.
Should provide a HTTP, HTTPS, SSH, Telnet,
SNMP based management console for
InFW.REQ.007
managing and configuring various components
of th appliance
Should be IPv6 Ready & support IPv6 dual stack
InFW.REQ.008A
functionality
It should have at least 20 Gbps real world/
enterprise traffic threat prevention throughout
InFW.REQ.008B
with Firewall, IPS, App control and Anti Malware
features enabled
Should support minimum of 12 X 10GE SFP+
InFW.REQ.009 ports with separate dedicated management
interface to manage the appliance from day 1.
Should support the standards based Link
InFW.REQ.010 aggregation technology (IEEE 802.3ad) to
achieve higher bandwidth.
Should support IEEE 802.1q VLAN Tagging with
InFW.REQ.011 about 1024 VLANs supported (in NAT/Route
mode)
Should support automatic ISP/link failover as
InFW.REQ.012
well as ISP/link load sharing for outbound traffic
Should support Dynamic Routing Protocol for
InFW.REQ.013 RIP1 & 2, OSPF, OSPFv3, BGP4, ISIS, RIPng
Networking &
etc.
System
Should support Static, Policy Based, and
InFW.REQ.014 Performance
Multicast routing
Requirements:
Should support minimum 80 Gbps or better
InFW.REQ.015
IPV4/IPv6 firewall throughput
The firewall should support throughput of
minimum 50 Gbps of AES - IPSEC VPN and
InFW.REQ.016
should support H/W acceleration or S/W
acceleration
Should support concurrent sessions minimum
InFW.REQ.017
50,000,000
Should support new connections per second
InFW.REQ.018
minimum 400,000
Should support IPS throughput of 40 Gbps or
InFW.REQ.019 better & 20 Gbps or better IPS throughout with
real world or enterprise traffic mix
Should allow multiple OS firmware image for
InFW.REQ.020
booting options
Should be upgradeable via Web UI or TFTP or
InFW.REQ.021
Operating equivalent mechanism
System & Should support easy backup or restore via GUI
InFW.REQ.022 Management and CLI to/from local PC, remote centralized
Requirements: management or USB disk
Should support profile based login
InFW.REQ.023 administration for gradual access control like
only Policy Configuration, Log Data Access etc.
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Should be able to limit remote management
InFW.REQ.024 access from certain trusted network or host with
corresponding administrator account
The proposed system should be able to facilitate
administration audits by logging detailed
InFW.REQ.025
activities to event log for management &
configuration updates
The administrator authentication shall be
facilitated by local database, PKI & remote
InFW.REQ.026
services such as Radius, LDAP and TACAS+
with option of 2 Factor Authentication
The Firewall must be capable of clustering
multiple firewalls together into a redundant and
InFW.REQ.027
highly available stateful configuration for
creating HA.
Should support integrated Traffic Shaping / QoS
InFW.REQ.028
functionality
Should support DHCP server & DHCP Agent
InFW.REQ.029
functionality
Should support Stateful inspection with optional
InFW.REQ.030
Policy based NAT (Static OR Dynamic)
Should support Inbound Port Forwarding with
InFW.REQ.031
Load Balancing
Should support IPv6 ACL to implement security
InFW.REQ.032
Policy for IPv6 traffic
All internet based applications should be
Firewall
supported for filtering like Telnet, FTP,SMTP,
InFW.REQ.033 Requirements:
HTTP, DNS, ICMP, DHCP, RPC,SNMP, BGP,
IMAP, NFS etc
Should support Nat66 (IPv6-to-IPv6) and Nat46
InFW.REQ.034
(IPv4-to-IPv6) functionality, NAT66
Should provide application inspection for DNS,
InFW.REQ.035 FTP, HTTP, SMTP, ESMTP, RTSP, SIP, SCCP,
SQLNET, TFTP, H.323, ICMP
Should be able to inspect HTTP and FTP traffic
when these are deployed using nonstandard
InFW.REQ.036
port( i.e. when HTTP is not using standard port
TCP/80)
Must support Active-Active redundancy for both
InFW.REQ.037
High IPV4 as well as IPV6.
Availability Must support stateful clustering of multiple active
InFW.REQ.038 Requirements: firewalls, and load balance the traffic between
them to share the load.
The IPSEC VPN and SSL VPN capability shall
InFW.REQ.039
have ICSA or equivalent Certification
The proposed system shall comply/support
industry standards, L2TP, PPTP, IPSEC, and
SSL VPN with/without additional external
InFW.REQ.040
IPSEC VPN solution, hardware or modules. All such
Requirements: components should be supplied if REQuired
externally
Should support hardware VPN acceleration
InFW.REQ.041
(inbuilt is preferred)
InFW.REQ.042 IPSEC (DES, 3DES, AES) encryption/decryption
InFW.REQ.043 SSL encryption/decryption
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The system shall support the following IPSEC
InFW.REQ.044
VPN capabilities:
InFW.REQ.045 Multi-zone VPN supports
InFW.REQ.046 IPSec, ESP security
InFW.REQ.047 Supports Aggressive and Dynamic mode
Hardware accelerated encryption using IPSEC,
InFW.REQ.048
DES, 3DES, AES
Support perfect forward secrecy group 1 and
InFW.REQ.049
group 2 configuration
MD5 or SHA1/2 authentication and data
InFW.REQ.050
integrity.
InFW.REQ.051 Automatic IKE and Manual key exchange.
InFW.REQ.052 Supports NAT traversal
InFW.REQ.053 Supports Extended Authentication
InFW.REQ.054 Supports Hub and Spoke architecture
InFW.REQ.055 DDNS support
Should support IPSEC site-to-site VPN and
InFW.REQ.056
remote user VPN in transparent mode
Should be integrated solution and should not be
InFW.REQ.057 user based licensing or should provide unlimited
licensing for SSL VPN
InFW.REQ.058 Should support for TWO modes of SSL VPN
1. Web-only mode: for thin remote clients
SSL VPN
InFW.REQ.059 equipped with a web browser only and support
Requirements:
web application such as:
HTTP/HTTPS PROXY, FTP, SMB/CIFS, SSH,
InFW.REQ.060
VNC, RDP
2. Tunnel mode : for remote computers that run
InFW.REQ.061
a variety of client and server applications
The IPS capability shall have ICSA / NSS or
InFW.REQ.062
equivalent NIPS Certification
Should have a built-in Signature and Anomaly
InFW.REQ.063
based IPS engine
Should be able to mitigate attacks like FTP
Attack, HTTP Attack, DNS Attack, ICMP Attack,
InFW.REQ.064
TCP/IP Attack, DOS and DDOS Attack, TelNet
Attack.
Should support Signature based detection using
InFW.REQ.065
real time updated database
Network
Should support Anomaly based detection that is
InFW.REQ.066 Intrusion
based on thresholds
Detection &
Should allow administrators to create Custom
InFW.REQ.067 Prevention
IPS signatures
System
IPS Signatures should be able to update
InFW.REQ.068 Requirements:
manually or via pull or push technology.
Configurable IPS filters to selectively implement
signatures based on severity, target
InFW.REQ.069
(client/server), protocol, OS and Application
types.
Supports automatic security updates directly
InFW.REQ.070 over the internet without any dependency of any
intermediate device
Security check updates should not REQuire
InFW.REQ.071
reboot of the unit
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Supports attack recognition inside IPv6
InFW.REQ.072
encapsulated packets
Supports user-defined signatures with Regular
InFW.REQ.073
Expressions
Supports several prevention techniques
InFW.REQ.074 including drop-packet, tcp-rst (Client, Server &
both) etc. List all prevention options.
Should have integrated Web Content Filtering
InFW.REQ.075
solution
Should be able to enable or disable Web
Filtering per firewall policy or based on firewall
InFW.REQ.076
authenticated user groups for both HTTP and
HTTPS traffic.
Should blocks web plug-ins such as ActiveX,
InFW.REQ.077
Java Applet, and Cookies
Should support Web Exempt List & blocking of
InFW.REQ.078
Web URL, score based web keyword
Should be able to replace the web page when
InFW.REQ.079 the web page matches the Web Filtering
blocking criteria.
Web & Should be able to identify, retrieve and rate the
Application actual URL of the cache content commonly
InFW.REQ.080
Content available in search engines such as Yahoo and
Filtering Google
System Should be able to identify, retrieve and rate the
Requirements: image/multimedia files from search engines. If
InFW.REQ.081
belongs to a blocked category, that content
should be replaced by a blank.
Should allow administrators to create multiple
InFW.REQ.082 new local URL filtering categories besides
dynamic categories
Should allow administrators to override Online
InFW.REQ.083
URL Database ratings with local settings
InFW.REQ.084 Should have application control feature
Should have the intelligence to identify & control
InFW.REQ.085 popular IM & P2P applications like KaZaa,
BitTorrent etc.
Should have database of minimum 3000 types
InFW.REQ.086
or higher of application awareness
(100% hardware-based or 100% software-
InFW.REQ.087 based) inbuilt Layer 3, 4 and 7 DoS/DDoS attack
identification and mitigation
DoS/DDoS Should possess capability to perform Predictive
InFW.REQ.088 Prevention Behavioral Analysis, Granular Deep Packet
Requirements: Inspection, 100% Packet Inspection etc.
Should have Flood Prevention Mechanisms
InFW.REQ.089 such as Source Tracking, Source Rate Limiting,
Connection Limiting etc.
Solution should include separate logging and
InFW.REQ.090 Logging &
reporting Application
Reporting
Logging & Reporting Appliance should have
InFW.REQ.091 Application:
provision to store logs of 365 days
Web Web Applicaton Firewall may or may not be
InFW.REQ.092 Application dedicated Appliance but should provide
Firewall & Application Threat Protection.
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Anti-Advanced Web Applicaton Firewall should protect against
Persistent application-level attacks targeted at web
Threat applications. The proposed solution should
InFW.REQ.093
Protection analyze advanced malware against a cross-
matrix of different operating systems and various
versions of pre-defined applications
Web Application Firewall should provide bi-
InFW.REQ.094 directional protection against sophisticated
threats like cross-site scripting.
Web Application Firewall should protect from
InFW.REQ.095 OWASP TOP 10 Vulnerabilities and should
provide vulnerability scanning also
Web Application Firewall should have reverse
InFW.REQ.096 proxy, offline detection and online detection
operation modes.
The proposed security solution should utilize a
State-full
state-full attack analysis to detect the infection
InFW.REQ.097 Attack
and trace the stage-by-stage analysis of an
Analysis
advanced attack
The proposed security solution should have the
ability to report the Source IP, Destination IP,
InFW.REQ.098 Attack Severity
C&C Servers, URL, BOT name, used protocols
and infection severity of the attack.
Malware
Solution should be able to monitor and block
protection in
InFW.REQ.099 malwares in encrypted traffic like HTTPS, FTPS,
Encrypted
SMTPS.
Traffic
Reference
Compliance
Sr. No. Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Bidder should quote Application Delivery Controllers in Active-Active
ALB.REQ.001 Load Balancing H.A which should support the Next Generation
Features like -
Virtualization (up to 32 instances): It should virtualize Device
resources—including CPU, Memory, Network, and Acceleration
ALB.REQ.002 resources. Each virtual ADC instance contains a complete and
separated environment of the Following:
Resources, Configurations and Management
ALB.REQ.003 Application Performance Monitoring
ALB.REQ.004 Web Performance Optimization
Security (ICSA Certified which should be able to Integrate with DDoS
ALB.REQ.005
solution)
ALB.REQ.006 Server Load Balancing and SSL Offload
ALB.REQ.007 TCP Multiplexing
ALB.REQ.008 Global Load Balancing
ALB.REQ.009 SSL VPN and IPv6 Gateway Services
The proposed device must support at least 40Gbps throughput
ALB.REQ.010
scalable up to 80Gbps.
The proposed device must support at least 4 X 40GbE QSFP+ ports
ALB.REQ.011
and 16 X 10G SFP+ ports.
Reference
Compliance
Sr. No. Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
ALB.REQ.012 Should support Routing protocols like OSPF, RIP, & BGP
Should support at least 1,400,000 new Layer 4 connections per
ALB.REQ.013
second
Should support at least 76,000 ECC SSL TPS (ECDSA-SHA256) &
ALB.REQ.014
110,000 RSA SSL TPS 2K Keys"
Proposed device must support network functions virtualization with
ALB.REQ.015
an option to host 3rd party network functions.
Should support at least 1,400,000 new Layer 7 connections per
ALB.REQ.016
second.
Reference
Compliance
Sr. No. Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Should be appliance-based solution with purpose built hardware for
high performance. Solution should support all dynamic protocols
LLB.REQ.001
including BGP, OSPF, RIP for seamless integration with WAN
network.
The appliance should have minimum 8*10G SFP+ ports & 4*1G
LLB.REQ.002
SFP ports.
The appliance should have 20Gbps scalable up to 40Gbps of
LLB.REQ.003
system throughput.
Support for multiple internet links in Active-Active Load Balancing
LLB.REQ.004
Mode.
Should support Outbound and inbound load balancing algorithms
LLB.REQ.005 like round robin, Weighted round robin, shortest response, hash ip,
and dynamic detect
Should support Static NAT, Port based NAT and advanced NAT for
LLB.REQ.006
transparent use of multiple WAN / Internet links in the network.
Health check for intelligent traffic routing and failover, In case of link
LLB.REQ.007 failure, device should detect it and divert the traffic to other available
links.
Should provide comprehensive and reliable support for high
LLB.REQ.008
availability clustering Active-Active mode.
Support for multiple communication links for real-time configuration
LLB.REQ.009 synchronizations including HA group, gateway health check and
decision rules
Should support built in failover decision/health check conditions
LLB.REQ.010 including, CPU overheated, system memory, process, internet links
health check, unit failover, group failover and reboot
Solution should support protection from attacks like: SSL invalid
packet, SSL handshake attack, SSL renegotiation, HTTP invalid
LLB.REQ.011 packet attack, HTTP slow attack, HTTP flood attack, SYN flood,
ICMP flood, Ping of Death, Smurf, IP option – HTTP & DNS ACL
rules, ACL blacklist Connection flood, UDP flood.
7.1.10. Blade Chassis
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Solution to house the Required number of
blade servers in smallest number of
enclosures.
Should support full height and/or half height
ServerBC.REQ.001
blades in the same enclosure, occupying a
max of 10U rack height.
Should support full height/width and/or half
height/width blades in the same enclosure.
Should support 3 interconnect bays to
ServerBC.REQ.002
configure N+N redundancy
Should support redundant image storage
ServerBC.REQ.003 device with failover and high-availability (for
Blade
deploying O.S, hypervisors & applications).
Chassis
Enclosure should support latest Intel Skylake
ServerBC.REQ.004
processors based Blades
Should support Auto-Discovery of resources in
ServerBC.REQ.005
every Chassis
Blade Chassis / Blade solution should provide
ServerBC.REQ.006 display port and USB port to connect
Laptop/Monitor locally.
Should support linking multiple enclosures
together to provide single management
ServerBC.REQ.007 pane/console to reduce complexity and provide
single console of management for connected
enclosures.
Should support housing of Ethernet and
Interconnects
ServerBC.REQ.008 FCoE/FC interconnect fabrics offering Hot
Support
Pluggable & Redundancy as a feature
Interconnect should support 20Gbps downlinks
to the Blades in redundancy.
Should support 6* 40Gb QSFP+ for external
uplink.
Converged Each converged interconnect should support to
ServerBC.REQ.009
Interconnect transport either Fiber Channel over
Ethernet/CEE or Accelerated iSCSI protocol.
Should support Multi-module link aggregation
(MLAG) or equivalent industry standard
protocol for resiliency against failures.
Blade Server The enclosure should support network
Interconnect switches with at least 6* 40Gb QSP+ uplink
ServerBC.REQ.010
to LAN/ ports, up-linkable to the data center switch /
Network Core Switch.
Blade Server The enclosure should support Fiber Channel
Interconnect SAN switches with at least 8* 16Gb FC uplinks
ServerBC.REQ.011 to Fiber and also at least 16Gb downlinks to all server
Channel bays. Switch should support trunking to
SAN external SAN switches at 128Gb/s per trunk
The enclosure should be populated fully with
power supplies of the highest capacity
Power available with the vendor. Power supplies
ServerBC.REQ.012
Supply should support N+N as well as N+1
redundancy configuration, where N is greater
than 1.
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Each blade enclosure should have a cooling
subsystem consisting of redundant hot
ServerBC.REQ.013 Cooling
pluggable fans or blowers enabled with
improved power consumption and acoustics
System Management/controlling software have to be
ServerBC.REQ.014
Software from the same OEM.
Solution should support redundant physical
management appliances or as external solution
ServerBC.REQ.015
within an enclosure or on multiple connected
enclosures with failover and high-availability.
Should support auto-discovery of Compute,
ServerBC.REQ.016 Memory, Storage and Fabrics within an
enclosure or on multiple connected enclosures.
Should support activity, Health and Power
ServerBC.REQ.017
LEDs for immediate status
Should support Firmware and OS Driver
ServerBC.REQ.018 updates for the servers using profile templates
to monitor, flag, and remediate
Chassis Should offer collaborative user interface which
ServerBC.REQ.019 Management support logical resources to physical resources
Capabilities mapping, Activity Log
Should provide a dedicated 10GbE or higher
ServerBC.REQ.020 management network for multi-enclosure
communications, separate from data plane
Should support firmware updates on the
ServerBC.REQ.021
chassis while continuing to pass traffic
Should support reporting capabilities for :-
(1) Asset and Inventory information for the
devices in the enclosures
ServerBC.REQ.022
(2) Thermal and Power information, including
real-time actual power usage per server and
per enclosure
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Two numbers of latest generation Intel Skylake
Gold 6148 CPU
ServerBS.REQ.001 CPU
6148 (27.5M cache, 20 Cores, 40 Threads, 2.40
GHz (150W) 10.40 GT/sec Intel® QPI)
ServerBS.REQ.002 Motherboard Intel® C621 Series Chipset
512 GB DIMMS scalable to at least up to 1.5 TB,
using DDR4 Load Reduced DIMM (LRDIMM)
ServerBS.REQ.003 Memory memory modules. Should be capable of
identifying and reporting whether genuine OEM
memory is installed for system reliability.
Advanced ECC
Memory
ServerBS.REQ.004 Memory mirroring
Protection
Memory online spare mode
2 x 300 GB Hot plug SFF SAS drives 15K RPM
ServerBS.REQ.005 Hard Drive
or better.
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Integrated PCIe 3.0 based 12G SAS Raid
Storage
ServerBS.REQ.006 Controller with RAID 0, 1 with 1GB of Flash
Controller
backed write cache onboard.
Networking
ServerBS.REQ.007 Dual Port 20GbE Converged Network Adaptor
features
ServerBS.REQ.008 Interfaces Minimum of 1 X internal / external USB 3.0 port
Should be capable of supporting 16 Gbps Dual
port Fiber Channel HBA. If the bidder is
Blade Server
proposing FCoE connectivity, then bidder needs
ServerBS.REQ.009 Connectivity
to provide 2 X 20G FCoE HBA/ports in place of
to SAN
Dual-port 16Gbps FC HBA over and above Dual
port 20GbE Converged Network Adaptor
Minimum of 2 Nos. or more of x16 PCIe 3.0
ServerBS.REQ.010 Bus Slots based mezzanine slots supporting Ethernet &
FC adapters/Converged Ethernet adapters
ServerBS.REQ.011 Graphics Integrated G200eh Video Controller
Microsoft Windows Server latest version
Red Hat Enterprise Linux (RHEL) latest version
ServerBS.REQ.012 OS Support SUSE Linux Enterprise Server (SLES) latest
version
Vmware latest version
To be provided along with Anti-Malware, HIPS,
Integrity monitoring, Log Inspection providing
ServerBS.REQ.013 Antivirus
complete protection for Physical Servers and
Virtual Machines
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
1. Offered Storage array shall be a true converge
/ unified storage with a single Microcode /
operating system instead of running different
Microcode / Operating system / Controllers for
File, block and object services respectively.
2. Offered Storage array shall be end-to end
12Gbps enabled which means that both Front-
end Fiber channel ports and Back-end engines
shall be operated at minimum 12Gbps speed.
3. Offered Storage Array shall be supplied with
Converge / minimum of Quad Crossbar Engines / Quad
Storage.REQ.001 Unified controller node / Quad controller engine or
Storage equivalent and shall be scalable to at-least 8
Crossbar engines / Controller nodes. The
Storage Controller should function such that the
entire load of the solution is spread across all the
controllers. However, in case of failure of any
controller(s), the remaining working controller(s)
should be able to cater to entire load of the
solution for both SAN & NAS in Active-Active
configuration only. Storage solution should have
self‐healing design to protect against disk or
controller failure.
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
4. Only Modular or Monolithic architecture shall
be offered. In case of Modular architecture, only
tightly coupled clustered storage implying
integrated physical backplane or switching fabric
or internal bus (into which different storage
controllers are connected) would be considered.
No loosely coupled clustered storage/ scale out
storage architecture having external SAN or
Ethernet switch for intra SAN connectivity is to be
offered.
Operating The storage array should support industry-
System & leading Operating System platforms including:
Storage.REQ.002
Clustering Windows Server 2012 / 2016, VMware, IBM-AIX
Support & HPE-UX etc.
Data The Storage system should guarantee and
Storage.REQ.003
Availability deliver (6-Nines) 99.9999% Data Availability.
1. The Storage Array shall be offered with 6000
TB usable capacity (with inbuilt/external single
namespace for NAS) in RAID 6 using 8TB NL-
SAS drives or better for Video Data and 500 TB
usable capacity in RAID 6 using 1.2TB 10K RPM
SAS drives or better for Application Data.
Capacity &
Storage.REQ.004 All offered Drives should be FIPS encrypted
Scalability
HDDs only.
2. Offered Array shall be scalable to more than
9PB of raw capacity using the same combination
of drives used from day one.
3. Offered array shall support at-least 1PB usable
capacity for file operations.
1. Offered Storage Array shall be given with at-
least 1.5TB DRAM cache in a Single Array for
both Data and control operations and shall be
scalable to 3TB DRAM Cache or more. Vendors
to submit detailed configuration and bill of
material depicting Controllers/Nodes, Controller
Cache, Flash Cache calculations, Hard Drives
calculations etc along with the bid.
2. Cache shall be used only for Data and Control
information. OS overhead shall not be done
inside cache. In case the vendor doesn't support
Storage.REQ.005 Cache the functionality of no OS overhead inside the
Controller Cache, then additional 1TB DRAM
Cache across Controllers should be provided
from day one.
3. Offered Storage shall also be offered with
additional 20TB usable Flash cache using SSD /
Flash drives in Raid 1+0 and shall be scalable to
more than 40TB Flash cache.
4. If Flash cache is not supported inside the
storage array then vendor shall supply the
storage array with at-least 8TB of DRAM cache
from day one.
1. Offered Storage architecture shall be based on
Processing purpose built technology such as ASIC, XOR etc.
Storage.REQ.006
Power wherein there shall be no load on the storage
CPU during RAID Parity calculations. Vendors
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
shall provide the documentary proof for same
along with the bid.
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Form Factor /
RACK.REQ.001 42U (600x1000mm)
Dimension
RACK.REQ.002 Material Aluminium
Provision for heat dissipation for side-to-side and
RACK.REQ.003 Cooling
Front-to-Back units
RACK.REQ.004 Cable Entry Top and Bottom gland cable Entry trays with brush
RACK.REQ.005 Side Panels Full Side Panels for both sides
RACK.REQ.006 Front Door Front door with latch and ventilation holes.
RACK.REQ.007 Back Door Back door with latch and ventilation holes.
RACK.REQ.008 PDU 2* Dual 32A PDU
Power 2* 16 receptacle Power Connectors each
RACK.REQ.009
Outlets connected to separate PDUs
RACK.REQ.010 Extra Units Keyboard Drawer, 2x fixed tray
Mounting Nuts and washers for mounting equipment and
RACK.REQ.011
Accessories slides.
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Cable
RACK.REQ.012 Adequate cable managers for units.
Managers
Depth
RACK.REQ.013 4 * Depth Support channels
Support
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The Outdoor Utility Cabinet will be constructed with a
front sheet steel door with 3-point lock and pad lock
arrangement to ensure the security of the cabinet. Side
JB.REQ.001 Built and Wall Panels shall be double wall constructed, with
fixing bolts internal to the cabinet. The Cabinet should
have the required frames to mount the components
like network device, power, UPS, LIU, battery, etc.
Should be Made for 24/7/365 Outdoor Applications;
The Utility Cabinet shall be IP 55 or better rated with
built-in redundant fan and filter assembly inherent in
Utility & IP the design. Junction Box design should ensure to keep
JB.REQ.002
rating the Operating temperature range of 10° C to 50° C for
all the equipment housed within and provide protection
from dust, low pressure water jets from any direction,
ingress protection.
The cabinet shall be of size suitable for the mounting
of the associated network devices, power, UPS and
JB.REQ.003 Size
battery components securely and safely within the
cabinet.
Minimum 3 x PDU’s has to be provided to support the
JB.REQ.004 Power Slot site equipment. PDU type should be as per actual
requirement as per Indian standards.
Proper cable management should be provided.
Cable Routing: Power connection cable shall be
Cable
JB.REQ.005 provided from the nearest access point provided by
Management
Power utility company to the Outdoor Utility Cabinet
through Power meter enclosure.
Junction box to be mounted on a raised height
JB.REQ.006 Built
concrete Plinth, 1.5 ft high or as per site requirements.
Junction box would be divided into multiple
JB.REQ.007 Built compartments having separate doors and keys for
power meters, switch, UPS/batteries etc.
3 phase Power input with Electricity meter, Fuse and
MCCB would be in separate compartment having
JB.REQ.008 Built
independent door and keys as per electricity board,
rules.
Surge protector to be installed before connectivity to
JB.REQ.009 Built
UPS
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Junction box’s design shall be aesthetically appealing
with branding and appropriately sized to accommodate
the followings:
o UPS (as per site requirement to manage power
backup of 2 hrs for all the plugged devices at site
including Kiosk, VMD, Access point, camera, other
sensors/devices)
o LIU (as per requirement)
o Access Switch (at least 2)
JB.REQ.010 Design & Size o Power Meter (as per requirement)
o Batteries (to provide 2 hrs back to devices)
o PA System Amplifier
o LPU for ANPR & RLVD
o ATCS Controller
o Requisite space for other accessories & systems
along with provisioning of future scalability
The size of the Junction Box is allowed to vary as per
the site requirement; bidder to provision the same
considering each site requirement.
Traffic controller unit to be placed in a separate section
JB.REQ.011 Built
with its own door and keys
Branding at Colour should be all weather proof and city branding
Outside wall should be of premium quality, clean finish
JB.REQ.012
of JB (all (paint/embossed/paper etc.) with at least durability for
sides) 10 years in all weather conditions.
Complia Reference
Sr. No. Item Minimum Requirement Description nce (Yes (Doc. / Pg.
/ No) No.)
UPS1.REQ.001 Capacity 1 KVA – 800w
Voltage Range 155-280 V on Full Load
UPS1.REQ.002 Input Range Voltage Range 110-280 V on Less than 70% Load
Frequency 50 HZ ±3 HZ
Output
UPS1.REQ.003 Voltage & 220V AC/ 230V AC/ 240V AC (Selectable)
Waveform
I/P & O/P 0.9 or higher power factor for I/P and 0.8 or higher for
UPS1.REQ.004
Power Factor O/P
Sealed Lead Maintenance Free VRLA type (Lead
Mains & Calcium SMF batteries NOT acceptable), Mains &
UPS1.REQ.005
Battery Battery with necessary indicators, alarms and
protection with proper battery storage stand
UPS1.REQ.006 Frequency 50 Hz +/- 0.5% (free running), Pure Sine wave
UPS1.REQ.007 Crest Factor min. 3:1
Third
UPS1.REQ.008 Harmonic < 3%
Distribution
Complia Reference
Sr. No. Item Minimum Requirement Description nce (Yes (Doc. / Pg.
/ No) No.)
Input
UPS1.REQ.009 Harmonic < 10%
Level
Overall
UPS1.REQ.010 Min. 90% on Full Load;
Efficiency
UPS1.REQ.011 Noise Level < 55 db @ 1 Meter
UPS1.REQ.012 Backup at least 120 minutes (2 hours)
Battery Type VRLA SMF, Total 3600 VAH
UPS1.REQ.013
& VAH
UPS1.REQ.014 Warranty 3 years with UPS & 2 yrs for battery
Complia Reference
Sr. No. Item Minimum Requirement Description nce (Yes (Doc. / Pg.
/ No) No.)
UPS2.REQ.001 Capacity 2 KVA – 1600w and 3 KVA – 2400w
UPS2.REQ.002 Voltage Range 155-280 V on Full Load
UPS2.REQ.003 Input Range Voltage Range 110-280 V on Less than 70% Load
UPS2.REQ.004 frequency 50 HZ ±3 HZ
Output
UPS2.REQ.005 Voltage & 220V AC/ 230V AC/ 240V AC (Selectable)
Waveform
I/P & O/P 0.9 or higher power factor for I/P and 0.8 or higher
UPS2.REQ.006
Power Factor for O/P
Mains & Sealed Lead Maintenance Free VRLA type (Lead
UPS2.REQ.007
Battery Calcium SMF batteries NOT acceptable), Mains &
Complia Reference
Sr. No. Item Minimum Requirement Description nce (Yes (Doc. / Pg.
/ No) No.)
Battery with necessary indicators, alarms and
protection with proper battery storage stand
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
5KVA - 4500w, 10 KVA - 9000w, and 20 KVA-
UPS3.REQ.001 Capacity
18000w
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
True ONLINE (Double Conversion) PWM
UPS3.REQ.002 Technology technology using IGBTs for switching at high
frequency (>15 KHz)
UPS3.REQ.003 Connector SNMP Connectivity
Electrical Single Phase, 230 V AC with an option to select
UPS3.REQ.004
Input three phase
UPS3.REQ.005 Electrical Voltage Range 155 – 280 V on Full Load
UPS3.REQ.006 Input Voltage Range 110 – 280 V on less than 70% Load
Electrical
UPS3.REQ.007 Frequency Range 45 – 55 Hz
Input
Electrical
UPS3.REQ.008 Efficiency AC to AC: > 90% (AC to AC)
Input
Electrical
UPS3.REQ.009 230V AC
Output
Electrical Frequency: 50 Hz + 0.25Hz (free running); + 2Hz
UPS3.REQ.010
Output (sync mode)
Electrical
UPS3.REQ.011 Voltage Regulation: +1% on mains/batteries
Output
Electrical Overload Capacity: 125% for 5 min., 110% for 10
UPS3.REQ.012
Output mins.
Electrical
UPS3.REQ.013 Waveform; Pure Sine wave
Output
Electronic Overload Sensing, and circuit breaker
UPS3.REQ.014 Protection
protection.
Overheating, Output short circuit, low battery, input
UPS3.REQ.015 Protection
over/under voltage etc.
Sealed Maintenance Free Battery, Mains & Battery
UPS3.REQ.016 Battery Type with necessary indicators, alarms and protection
with proper battery storage stand
UPS3.REQ.017 Backup Time Minimum 2 hour backup on rated load
VRLA SMF Total 10080 VAH for 6 KVA, Total
Battery Type
UPS3.REQ.018 28800 VAH for 10KVA and Total 37440 VAH for 20
& VAH
KVA
Adjusted to about 10% of battery capacity for fast
charging.
1. Boost/trickle charging facility
Charging 2. Uncontrolled rectifier with high efficiency and
UPS3.REQ.019
Features reliability.
3. Low battery protection to avoid deep
discharging of batteries.
4. Self-test diagnostic feature
Other UPS Bypass Automatic on Overload or UPS
UPS3.REQ.020
Features Failure
Monitoring panel with LCD display to provide
following information:-
1. Input/output voltage
Other 2. Input/output frequency
UPS3.REQ.021
Features
3. Load current
4. Charging current
LED display for: - UPS on, battery operation,
bypass, alarm
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
battery charge level, etc.
Alarms for :- Mains failure, low battery, overload
etc.
RS 232 Standard Interface port in conjunction with
UPS3.REQ.022 Other UPS
UPS3.REQ.023 Features monitoring software provides information about
UPS health, status, battery backup etc.
UPS3.REQ.024 Environmental Temperature 0 - 40 degree Celsius
UPS3.REQ.025 Environmental Humidity 0 – 95% RH non-condensing
UPS3.REQ.026 Environmental Audible noise < 50 dB (A)
UPS3.REQ.027 Enclosure CE certified
UPS to be compatible with DG Set supply and
UPS3.REQ.028 Compatibility
mains supply
Mandatory Safety certified to IEC standards or as per
UPS3.REQ.029
Compliance applicable in Indian law
Mandatory
UPS3.REQ.030 EMC certified to IEC standards.
Compliance
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
It is envisaged that the city will implement multiple
Smart City use cases over a period of time. The
potential example Smart City use cases are-
Standardized o Wi-Fi
Data o Surveillance
Aggregation o Kiosks for Citizen Information
ICCC.REQ.001
and o Smart Traffic
normalization o Smart Parking
capabilities o Smart Water
o Smart Sewerage
o Environmental Monitoring
o ICT enabled Waste Management
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Platform should support Citizen centric solutions
and other integrations as required in the future.
Ability to integrate with subsystems natively
driving unified user interface providing ease of
operations and facilitating central control across
multiple operations. Platform should also have
ability to take over the specific allowable control of
the integrated subsystems through single user
interface of ICCC platform empowering the
operator to manage critical incidences and events
through directly initiating control over the
subsystem
The ICCC platform should be able to integrate
with any type of sensor platform – Standalone
Sensor System, IoT Gateway connected Sensors
etc. being used for the urban services irrespective
of the technology used. ICCC platform should also
be able to connect to operational technologies
ICCC.REQ.002
with bi-directional control via native protocols like
OPC DA, OPC UA, BACNet, Serial
communication, MODBUS,IEC protocols etc.
ICCC platform should have built-in supervisory
control to send control signals to the end systems
in case of emergency and process overrides.
ICCC platform should provide a comprehensive
ICCC.REQ.003 API or SDK (Software development kit) to allow
interfacing and integration of 3rd party systems
The platform should be able to aggregate and
normalize the data coming from different devices
of same type (e.g. lighting sensor, water sensors
(different OEMs), energy meters (different OEMs),
ICCC.REQ.004 SCADA, RTU's PLC etc.) and provide secure
access to that data using data API(s) to
application developers. The message exchange
between various applications in the smart city
should be fully encrypted and authenticated.
ICCC platform is required to provide a single
common layer for all connectivity to simplify
configuration, establish standards, accelerate
implementation, minimize maintenance and
expand capabilities. It must fully embrace the
openness of open protocol communication
ICCC.REQ.005 technology, exposing data from products as an
open protocol communication Client and providing
the means to connect to any third party open
protocol communication Server. The platform
should support distributed deployment of functions
(workflows & policies) across city's network and
compute infrastructure with centralized
Reference
Compliance
Sr. No. Item Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
management and control. The platform for ease of
management, should support multi-tenancy with
adequate authentication and Role based access
control mechanism for each tenant. ln multi-tenant
architecture, only to respective tenant partition(s)
in an encryption mechanism. The platform should
have provisions for flow of normalized data in a
predefined manner with adequate authentication.
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The EMS shall be able to support the proposed
hardware and software components (IT)
deployed over the tenure of the Contract. The
EMS shall be capable of providing early warning
General signals to the Helpdesk Agents on the
EMS.REQ.001
Attributes performance issues, and future infrastructure
capacity augmentation. The EMS shall also
support single pane / dashboard with visibility
across multiple areas of applications for
monitoring.
Bidder is required to design, supply, install,
customize, test, implement, rollout and maintain
General the EMS application and hardware as per the
EMS.REQ.002
Attributes requirements of this RFP. The proposed EMS
solution shall provide comprehensive and end-
to-end management of all the components for
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
each service including all the hardware devices,
Network, Systems and Application infrastructure.
Complian Reference
Sr. No. Item Minimum Requirement Description ce (Doc. / Pg.
(Yes / No) No.)
The Virtualization software should be based on
SV.REQ.001 hypervisor technology which sits directly on top of
Hardware (Bare Metal)
The Solution should be able to run various operating
SV.REQ.002 systems like Windows, Red Hat, SUSE, Ubuntu and
CentOS etc.
The Solution should have the capability for creating
SV.REQ.003
Virtual Machines templates to provision new servers
The Solution should continuously monitor utilization
across Virtual Machines and should intelligently
SV.REQ.004
allocate available resources among the Virtual
Hypervisor Machines
The Virtualized Machines should be able to boot from
SV.REQ.005
iSCSI, FC SAN
The Virtualized Infrastructure should be able to
SV.REQ.006 consume Storage across various protocols like DAS,
NAS, SAN
The Solution should allow for taking snapshots of the
SV.REQ.007 Virtual Machines to be able to roll back to an older
state, if required
The Solution should be able to dynamically allocate
and balance computing capacity across collections of
SV.REQ.008
hardware resources of one physical box aggregated
into one unified resource pool
Complian Reference
Sr. No. Item Minimum Requirement Description ce (Doc. / Pg.
(Yes / No) No.)
The Solution should cater for the fact that if one server
fails all the resources running on that server shall be
SV.REQ.009
able to migrate to another set of virtual servers as
available
The Solution should provide support for cluster services
SV.REQ.010
between Virtual Machines
Virtualization software should provide secure boot for
protection for both the hypervisor and guest operating
SV.REQ.012 system by ensuring images have not been tampered
with and preventing loading of unauthorized
components.
The Solution should provide a virtualization layer that
SV.REQ.013 resides between the bare metal server hardware and
guest OS for greater reliability and security.
The Hypervisor should support the memory page
SV.REQ.014
sharing
The Solution should deliver above listed Hypervisor
SV.REQ.015 capabilities using standard server infrastructure
supporting Intel/AMD OEMs
The Solution should provide unstructured data
SV.REQ.016
analytics, machine learning and predictive analytics
The Solution should constantly monitor and report
underlying server health and should migrate the VMs
SV.REQ.017
from servers before occurrence of an issue to other
healthy hosts/servers.
The Software should have the capability to create
SV.REQ.018
Virtual Machines with required number of vCPUs
Compute The Software should have the capability to provide
SV.REQ.019 uninterrupted application availability upto failure of 4
vCPUs without any data loss or downtime
The Solution should also integrate with FC, FCoE and
iSCSI SAN and infrastructure from leading Vendors so
SV.REQ.020 as to leverage high performance shared storage to
centralize Virtual Machine file storage for greater
manageability, flexibility and availability
Storage
The Software should improve Storage Quality of
Service by mitigating Storage I/O contention between
SV.REQ.021 VMs in the environment and should be able to ensure &
provide pre-defined I/O share levels to enhance
Storage performance on FC & iSCSI Storage.
The Solution should allow configuring each Virtual
Machine with one or more virtual NICs. Each of those
SV.REQ.022
network interfaces can have its own IP address and
even its own MAC address
Network The Solution should support configurations of 802.1 q
SV.REQ.023 VLANs which are compatible with standard VLAN
implementations from other vendors
The solution should take advantage of NIC Teaming
SV.REQ.024
Capabilities
Virtualization administrator portal provides a graphical
management system for administrators to manage
SV.REQ.025
Virtualizatio virtual machines, templates, desktops, storage,
n Manager clusters, and datacentres
Should provide Tree-view for hierarchical management
SV.REQ.026
of the Enterprise Virtualization environment
Complian Reference
Sr. No. Item Minimum Requirement Description ce (Doc. / Pg.
(Yes / No) No.)
Should have enhanced query engine for searching for
SV.REQ.027
Enterprise Virtualization objects
Single-view for centralized control of Host and VM
SV.REQ.028
system monitoring and management
No single point of failure for high availability: Enterprise
SV.REQ.029 Virtualization Manager can be configured for high
availability
Maintenance Mode: Hosts undergoing maintenance
SV.REQ.030 automatically have their Guest VMs migrated to other
available hosts
High availability for enterprise management module:
SV.REQ.031 Automatic fail over to standby management server in
the event of failure to primary
Thin provisioning: Virtual disks do not take up all of
SV.REQ.032
Manageme their allowed space upon creation
nt Features Templates: Virtual machines can be deployed from
SV.REQ.033
master installations
SV.REQ.034 Import/Export of VMs in the standard OVF format
Self-service user portal: Provides administrative access
SV.REQ.035 to users for creating/running VMs and managing
environment
Add CPU, Memory & devices to virtual machines on the
SV.REQ.036 fly when needed, without disruption or downtime of
working VMs for both windows and Linux based VMs.
System scheduler: Cluster policies to automatically
SV.REQ.037
distribute workload evenly across cluster host servers
API: Programmatic access to all management
SV.REQ.038
commands
Zero downtime, Zero data loss and continuous
availability for the applications running in virtual
SV.REQ.039 machines in the event of physical host failure, without
the cost and complexity of traditional hardware or
Availability
software clustering solutions.
Live Virtual Machine migration between different
generations of CPUs in the same cluster with and
without the need for shared storage option and long
SV.REQ.040 distances from one site to another (up to 150
milliseconds round trip time) with no disruption to users
or loss of services, eliminating the need to schedule
application downtime or business downtime.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Solution should provide agentless deployment of Anti-
virus, HIPS so that there is no requirement of installing
NV.REQ.001 Performance agent inside every Virtual Machine, thereby reducing
the need for scanning and signature patching on every
VM.
The security policies should follow the Virtual
NV.REQ.002 Manageability
Machines as they move within and across the virtual
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
infrastructure so that there is no need of creation of
security policies again for the applications once they
move inside the datacenter.
Solution should enable creation of security groups and
security policies/ rules based on constructs like
NV.REQ.003
machine name, OS type, IP address, Logical
Switches, Security Tags etc.
Solution should be integrated with proposed
virtualization solution so that it should allow for
NV.REQ.004
automated and on-demand creation of security
policies which is scalable in nature.
Solution should enable integration of third-party
network and security solutions through open
Third Party
NV.REQ.005 architecture and standard APIs. The bidder shall
Support
provide a list of ecosystem vendors that integrate with
the framework
Solution should have Built-in Security for Inter-VM data
NV.REQ.006 Security
consistency
The Solution should be capable of routing the data
packets from one VM to other VM scattered across the
Load
NV.REQ.007 Compute stack without resending (to & fro) the
Balancing
requests to Application Load Balancer, Firewall,
IPS/IDS etc. for each connected event.
The Solution should have the capability to identify and
quarantine a single VM in the event of VM's security
NV.REQ.008 VM Isolation
had been compromised without impacting any other
VM's running on the same physical server.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
VC.REQ.001 MCU: Ports VoIP Ports: 300
VC.REQ.002 MCU: Ports CIF Ports: 200
VC.REQ.003 MCU: Ports HD 1080p30 Ports: 50
VC.REQ.004 MCU: Ports HD 1080p60 Ports: 25
VC.REQ.005 MCU: Ports SVC Only Ports: 300
MCU: Video
VC.REQ.006 From QCIF to 1080p60
Support
MCU: Video
VC.REQ.007 H.263, H.264 as per latest Industry Standards
Support
MCU: Video H.239 content sharing resolution (H.263/H.264):
VC.REQ.008
Support VGA, SVGA, XGA and 720p and 1080p
MCU: Audio
VC.REQ.009 G.711a/u, G.722, G.722.1C, G.722.1, G.729A
Support
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
MCU: Audio
VC.REQ.010 User and managed mute control
Support
MCU: Audio
VC.REQ.011 DTMF support
Support
MCU: Audio
VC.REQ.012 Echo and noise suppression
Support
MCU:
Web-based and application-based management &
VC.REQ.013 Management
monitoring
Tools
MCU:
VC.REQ.014 Management Administrator, operator and auditor views.
Tools
MCU:
VC.REQ.015 Management API customization to be supported by MCU.
Tools
MCU:
Up to 4000 address book entries with Address book
VC.REQ.016 Management
quick search
Tools
MCU:
VC.REQ.017 Management Operator conference
Tools
MCU:
VC.REQ.018 Management Scheduling and gatekeeping functions
Tools
MCU:
VC.REQ.019 Management Move participant between AVC conferences
Tools
MCU:
Conference templates to easily save layouts for
VC.REQ.020 Management
recurring meetings
Tools
MCU:
VC.REQ.021 Management External database access (LDAP/AD)
Tools
MCU:
VC.REQ.022 Network Network Separation (multiple IPs)
Support
MCU:
VC.REQ.023 Network ICE and SRTP Support – video and content
Support
MCU:
VC.REQ.024 Network IP H.323 and SIP—video and content
Support
MCU:
VC.REQ.025 Network 64 kbps to 4 Mbps conference data rates
Support
MCU:
VC.REQ.026 Network Up to 768 kbps for content
Support
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
MCU:
VC.REQ.027 Audio algorithms
Transcoding
MCU:
VC.REQ.028 Video algorithms
Transcoding
MCU: IP
VC.REQ.029 DiffServ
QOS
MCU: IP
VC.REQ.030 IP Precedence
QOS
MCU: IP
VC.REQ.031 Dynamic jitter buffer
QOS
MCU: IP
VC.REQ.032 Voice and video error concealment
QOS
Endpoint:
Video H.261, H.263, H.264 AVC, H.264 High Profile, H.264
VC.REQ.033
Standards SVC, RTV
and Protocols
Endpoint:
Video
VC.REQ.034 H.263 & H.264 Video error concealment
Standards
and Protocols
Endpoint:
VC.REQ.035 2 x HDCI & 3 x HDMI 1.4 & 1 x VGA
Video input
Endpoint:
VC.REQ.036 3 x HDMI 1.3 & 3 x VGA
Video out
1080p @ 60 fps, 1080p @ 30fps, 720p @ 60fps,
Endpoint:
720p @ 30fps, 4SIF/4CIF @ 60 fps, 4SIF/4CIF @ 30
VC.REQ.037 People Video
fps, SIF (352 x 240), CIF (352 x 288), QSIF (176 x
Resolution
120), QCIF (176 x 144)
Endpoint:
HD (1920 x 1080i), HD (1920 x 1080p), WSXGA+
Content
(1680 x 1050), UXGA (1600 x 1200), SXGA (1280 x
VC.REQ.038 Video
1024), WXGA (1280 x 768), (1024 x 768), SVGA
Resolution
(800 x 600)
I/P
Endpoint:
WUXGA (1920 x 1200), HD (1920 x 1080), WSXGA+
Content
(1680 x 1050), SXGA+ (1400 x 1050), SXGA (1280 x
VC.REQ.039 Video
1024), HD (1280 x 720), XGA (1024 x 768), VGA
Resolution
(640 x 480)
O/P
Endpoint should support minimum 3 microphone , 2
Endpoint:
VC.REQ.040 camera, and 2 content input on latest industry
Audio I/P
standards
Endpoint:
VC.REQ.041 Minimum 1 HDMI Audio out, 1 Audio Line Out
Audio O/P
Endpoint:
VC.REQ.042 Other Minimum 1 USB
Interfaces
Endpoint: AAC-LD (TIP calls), G.722.1 Annex C, G.722,
VC.REQ.043
Audio G.722.1, G.711, G.728, G.729A
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Standards
and Protocols
Endpoint:
Other H224/H.281, H.323 Annex Q, H.225, H.245, H.241,
VC.REQ.044
Supported H.239, H.243, H.460, BFCP (RFC 4582), TIP
Standards
Endpoint: IPv4 and IPv6 support, 2 x 10/100/1G Ethernet
VC.REQ.045
Network Switch, Auto-MDIX, H.323 and/or SIP up to 6 Mbps
Endpoint:
VC.REQ.046 Media Encryption (H.323, SIP): AES-128, AES-256
Security
Endpoint:
VC.REQ.047 H.235.6 support, FIPS 140-2 Validated Cryptography
Security
PKI/Certificate Management: SSL 3.0, TLS 1.0, 1.1,
Endpoint: 1.2, Local account password policy configuration,
VC.REQ.048
Security Security profiles, Web UI/SNMP Whitelists, Local
account and login port lockout
Endpoint: Endpoint Software to support multipoint license for
VC.REQ.049 Software minimum 4 sites at 720p and make Skype for
Options Business as optional.
70 inches UHD 4K Professional Display with IPS 4K,
VC.REQ.050 Display UCI 1560, 4 x HDMI inputs, HEVC Compression
Format
7.1.23. Security Incident and Event Management (SIEM) User & Entity Behavior Analytics
(UEBA)
Complia
Reference
nce
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes /
No.)
No)
SIEM The SIEM platform should be based on a Hardened
Appliance Operating System as an Appliance solution with a clear
SIEM.REQ. Features & physical & logical separation of the collection engine,
001 Functionality the logging engine and the co-relation engine and must
support High Availability at Manager level and Collector
level.
The solution should support the event throughput rate
SIEM.REQ. of minimum 10K EPS (events per second) and should
002 have capability to upgrade up to 20K EPS within the
same Appliance.
The solution should be scalable by adding additional
SIEM.REQ.
receivers and still be managed through a single, unified
003
security control panel.
SIEM.REQ. The solution should be capable of real time analysis
004 and reporting.
The platform should not require a separate RDBMS for
SIEM.REQ.
log collection, web server or any kind of application
005
software for its installation.
Complia
Reference
nce
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes /
No.)
No)
The solution should support risk analysis in the network
infrastructure. It should perform risk analysis by
SIEM.REQ.
correlating threat data with identified vulnerability and
006
counter measure information to determine what is at
risk.
SIEM.REQ. The solution should support risk based correlation in
007 addition to rule based correlation.
The solution should be able to assign risk scores to your
most valuable asset. The risk value could be assigned
SIEM.REQ. to a service, application, specific servers, a user or a
008 group. The solution should be able to assign and
consider the asset criticality score before assigning the
risk score.
SIEM.REQ. The relative risk of each activity should be calculated
009 based on values assigned by the Asset Administrator.
The activities should be separated by levels of risk for
SIEM.REQ.
the company: very high, high, medium, low and very
010
low.
The SIEM receiver/log collection appliance must be an
SIEM.REQ. appliance based solution and not a software based
011 solution to store the data locally, if communication with
centralized correlator is unavailable.
The solution should provide a data aggregation
SIEM.REQ.
technique to summarize and reduce the number of
012
events stored in the master database.
SIEM.REQ. The solution should provide a data store which is
013 compressed via flexible aggregation logic.
SIEM.REQ. The data collected from the receiver should be
014 forwarded in an encrypted manner to SIEM log storage.
The solution should provide pre-defined report
SIEM.REQ.
templates. The reports should also provide reports out
015
of the box such as ISO 27001,PCI-DSS,etc.
The solution should have single integrated facility for
SIEM.REQ. log investigation, incident management etc. with a
016 search facility to search the collected raw log data for
specific events or data.
SIEM.REQ. A well-defined architecture along with pre and post
017 installation document need to be shared by the bidder.
SIEM.REQ. The solution should have a scalable architecture,
018 catering multi-tier support and distributed deployment.
SIEM.REQ. The solution should support collection of events/logs
019 and network flows from distributed environment(s).
The solution should correlate security/network events
SIEM.REQ.
to enable the SOC to quickly prioritize it’s response to
020
help ensure effective incident handling.
The solution should integrate asset information in SIEM
SIEM.REQ. such as categorization, criticality and business profiling
021 and use the same attributes for correlation and incident
management.
SIEM.REQ. The solution should provide remediation guidance for
022 identified security incident.
The solution should have an exhaustive incident
SIEM.REQ.
tracking system that can track investigate and resolve
023
events in work-flow like environment
Complia
Reference
nce
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes /
No.)
No)
The solution should be able to import the vulnerability
information from scanning and assessment tools on
SIEM.REQ.
real time basis and correlate them / provide contextual
024
information on vulnerability data to incidents for all
possible implications.
The solution should be able to facilitate customized
SIEM.REQ.
dashboard creation, supporting dynamic display of
025
events graphically.
SIEM.REQ. The solution should support storage of raw logs for
026 forensic analysis.
The solution should be able to integrate logs from new
SIEM.REQ.
devices into existing collectors without affecting the
027
existing SIEM processes.
The solution should have capability of displaying of
SIEM.REQ.
filtered events based on event priority, event start time,
028
end time, attacker address, target address etc.
SIEM.REQ. The solution should support configurable data retention
029 policy based on organization Requirement.
The solution should provide tiered storage strategy
SIEM.REQ. comprising of online data, online archival, offline
030 archival and restoration of data. Please elaborate on log
management methodology proposed.
SIEM.REQ. The solution should compress the logs at the time of
031 archiving.
SIEM.REQ. The solution should have capability for log purging and
032 retrieval of logs from offline storage.
SIEM.REQ. The solution should support networked and scalable
033 storage using SAN, NAS, DAS etc.
SIEM.REQ. The solution should provide capability for configuration
034 backup.
SIEM.REQ. The solution should support automated scheduled
035 archiving functionality into file system.
SIEM.REQ. The solution should support normalization of real time
036 events.
The solution should provide a facility for logging events
SIEM.REQ.
with category information to enable device independent
037
analysis.
The solution should support aggregation techniques
SIEM.REQ.
that consolidate multiple identical raw events into one
038
processed event.
The platform should be supplied on Hardened OS
SIEM.REQ. embedded in Hardware Appliance. The storage
039 configuration should offer a RAID configuration to allow
for protection from disk failure.
The platform should have High Availability
Configuration of necessary SIEM components to
SIEM.REQ.
ensure there is no single point of failure. Please
040
describe the architecture proposed to meet this
Requirement.
The solution should ensure the integrity of logs.
SIEM.REQ.
Compliance to regulations should be there with tamper-
041
proof log archival.
SIEM.REQ. Solution should have inbuilt query analysis capability
042 without REQuiring any third party solution.
Complia
Reference
nce
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes /
No.)
No)
The solution should be able to continue to collect logs
SIEM.REQ.
during backup, de-fragmentation and other
043
management scenarios.
SIEM.REQ. The solution should support collection of logs from all
044 the devices quoted in RFP.
The solution should have native audit capability for end
to end incident management. Complete audit trail of
SIEM.REQ.
incident life cycle (like incident alerting, action taken by
045
each user, final outcome of incident, closing of incident)
should be maintained.
The solution should allow a wizard / GUI based
interface for rules (including correlation rules) creation
SIEM.REQ.
as per the customized Requirement s. The rules should
046
support logical operators for specifying various
conditions in rules.
The solution should support all standard IT
infrastructure including Networking & Security systems,
SIEM.REQ.
OS, RDBMS, Middleware, Web servers, Enterprise
047
Management System, LDAP, Internet Gateway,
Antivirus, and Enterprise Messaging System etc.
The solution should support the following co- relation:
Statistical Threat Analysis - To detect anomalies,
SIEM.REQ. Susceptibility Correlation - Raises visibility of threats
048 against susceptible hosts, Vulnerability Correlation -
Mapping of specific detected threats to specific / known
vulnerabilities
The solution should also support historical correlation
SIEM.REQ. and have capability to analyse historical data using a
049 new correlation rule and carry out trend analysis on
collected data.
Solution should have capability to correlate based on
SIEM.REQ.
the threat intelligence for malicious domains, proxy
050
networks, known bad IP’s and hosts.
The solution should provide ready to use rules for
alerting on threats e.g., failed login attempts, account
changes and expirations, port scans, suspicious file
SIEM.REQ. names, default usernames and passwords, High
051 bandwidth usage by IP, privilege escalations,
configuration changes, traffic to non-standard ports,
URL blocked, accounts deleted and disabled, intrusions
detected etc.
The solution should offer a user interface that is capable
of providing the Information Security team an intuitive
SIEM.REQ.
way of using recognized network tools e.g. whois,
052
nslookup, ping etc. to assist in analysis and response
work.
The solution should correlate and provide statistical
SIEM.REQ.
anomaly detection with visual drill down data mining
053
capabilities.
The solution should have the capability to send
SIEM.REQ.
notification messages and alerts through email, SMS,
054
etc.
SIEM.REQ. Solution should support Real-time reporting as well as
055 scheduled reporting
Complia
Reference
nce
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes /
No.)
No)
SIEM.REQ. Solution should support report designing capability
056 without using any third party product.
SIEM.REQ. The tool should provide facility for separate alerting and
057 reporting console for different asset groups.
SIEM.REQ. The solution should support RADIUS and LDAP / Active
058 Directory for Authentication.
SIEM.REQ. The solution should provide highest level of enterprise
059 support directly from OEM.
SIEM.REQ. The solution should provide a single point of contact
060 directly from OEM for all support reported OEM.
The solution should mention the response time for
SIEM.REQ. customized parsers writing for out of box unsupported
061 device log types or in case of version upgrade(s) which
lead to a new log type.
The solution should ensure continuous training and
SIEM.REQ.
best practice updates for onsite team from its backend
062
resources.
SIEM.REQ. Solution should support log integration for IPv4 as well
063 as for IPv6.
Solution should provide inbuilt dashboard for
SIEM.REQ. monitoring the health status of all the SIEM
064 components, data insert/retrieval time, resource
utilization details etc.
SIEM Solution should be proposed along with
advanced AI-based machine learning solution based
upon Spark/Hadoop/equivalent Platform to achieve
behavior-based attack detection and forensically-rich
incident investigation. The proposed User and Entity
SIEM.REQ.
Behavior Analytics Solution should be integrated with
064
proposed SIEM Solution, proposed IPS/IDS Solution
and existing AAA and RBAC/NAC via Open API. The
proposed behavior-based attack detection and
forensically-rich incident investigation and response
solution should be proposed in full redundancy.
The solution should provide 100+ supervised and
unsupervised machine learning models focused on
detecting targeted attacks at each stage of the kill chain
User & Entity such as:
Behavior • Account Abuse
Analytics • Account Takeover
SIEM.REQ. Platform • Command and Control
065 • Data Exfiltration
• Lateral Movement
• Password Sharing
• Privilege Escalation
• Flight Risk
• Phishing
• Ransomware
The solution should support wide range of Data
SIEM.REQ.
Sources such as Packets, Flows, Logs, Alerts or any
066
combination
The solution should have flexible deployment like on-
SIEM.REQ. prem or cloud, standalone or integrated platform or
067 Ingest data natively or from SIEM, log management,
etc.
Complia
Reference
nce
Sr. No. Item Minimum Requirement Description (Doc. / Pg.
(Yes /
No.)
No)
The solution should processe the range of data sources
including:
• VPN, FW, IPS/IDS, Web Proxy, Email Logs
• NetFlow
• End-point protection logs
SIEM.REQ. • DLP logs
068 • Packets
• DNS logs
• Active Directory logs
• DHCP logs
• External threat feeds
• Alerts from 3rd party security infrastructure
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Intel Xeon 16 core 1.7 GHz base, 2.1 GHz all-
ServerAI.REQ.001 CPU
core-turbo or better
Intel® Xeon® D Chipset (integrated with SoC)
ServerAI.REQ.002 Chipset or Intel® Xeon® C Chipset (integrated with
SoC)
128 GB DDR4 2133 MHz RDIMM Memory with
ServerAI.REQ.003 Memory
Advanced ECC Memory protection
ServerAI.REQ.004 Hard Drive 2 x 256GB flash storage for data & O.S
Networking Dual 10GbE SFP+ switched network uplink
ServerAI.REQ.005
Features ports
Extended Nvidia GPUs hosted on PCIe cards
ServerAI.REQ.006 GPU for video. Populated with 4 NVIDIA Tesla P4
8GB Modules from day one
Single socket SoC optimized to minimized
ServerAI.REQ.007 Low Latency
latency and jitter
Programmable
ServerAI.REQ.008 Should provide Integration with industry PLCs
Logic Controller
ServerAI.REQ.009 Microsoft Windows Server latest version
Red Hat Enterprise Linux (RHEL) latest
ServerAI.REQ.010
version
OS Support
SUSE Linux Enterprise Server (SLES) latest
ServerAI.REQ.011
version
ServerAI.REQ.012 Vmware latest version
ServerAI.REQ.013 PCIe 3.0 Compliant
ServerAI.REQ.014 Industry WOL Support
ServerAI.REQ.015 Standard Microsoft® Logo certifications
ServerAI.REQ.016 Compliance USB 2.0 and 3.0 Support
ServerAI.REQ.017 ACPI 2.0 Compliant
RESTful API for discovering and deploying of
ServerAI.REQ.018 RESTful API
Servers
ServerAI.REQ.019 Serial interface control
ServerAI.REQ.020 Security Administrator's password
ServerAI.REQ.021 Power-on password
Reference
Compliance
Sr. No. Parameter Minimum Requirement Description (Doc. /
(Yes / No)
Pg. No.)
ServerAI.REQ.022 TPM2.0
ServerAI.REQ.023 UEFI
On System Management Chipset with 4GB
ServerAI.REQ.024 Management
NAND Cache or better
Cluster Centralized Provisioning, Management and
ServerAI.REQ.025
Management Monitoring of Servers / Nodes in a Cluster
ServerAI.REQ.026 Power Supplies Redundant hot-plug power supplies
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The camera should be manufacturer's official product
FBC-TR- General line designed for commercial / industrial 24x7x365 use.
01 Requirements The camera and camera firmware should be designed
and developed by same OEM
FBC-TR- Image Sensor 1/2.8” or better with minimum 120 dB WDR,
02 with WDR progressive CMOS Sensor or better
FBC-TR- Compatible to image sensor, Full HD (1080P), P IRIS,
Lens Specs
03 Corrected IR, C / CS Mount with IR cut filter
FBC-TR- 5x varifocal lens (Lower limit as 10mm or less, and
Focal length
04 Upper limit as 50mm or greater) or better
FBC-TR-
Resolution Active Pixels 1920(w) x 1080(h)
05
FBC-TR- Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or better (at 30
06 illumination IRE)
FBC-TR- Video
H.264 with smart codec / H.265
07 Compression
FBC-TR-
Frame Rate Minimum 30 FPS or higher for all resolutions
08
FBC-TR- Camera to support upto 1TB on SD card, and a 32 GB
Local Storage
09 SD Card should be supplied with the camera
FBC-TR-
Ethernet 10/100 Base-T ports
10
Minimum of the following protocols to be supported
FBC-TR-
Protocols RTSP, RTP/TCP, RTP/UDP, HTTP, HTTPS, DHCP,
11
802.11x
FBC-TR- Industry
ONVIF Compliant
12 Standards
FBC-TR-
Power Supply POE IEE 802.3af compliant
13
FBC-TR- Operating
0° C to 50° C or better
14 Temperature
FBC-TR- Operating
20% to 90% for cameras
15 Humidity
FBC-TR- Enclosure /
IP 66 with Cast iron or aluminium alloy casing
16 Casing
FBC-TR-
Certifications UL, CE, FCC, ONVIF
17
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The camear should not be end of life / end of service
FBC-TR-
Support for minimum 7 years, and OEM should certify that they
18
will give spare support
The camera shall be able to setup and stream out
minimum three (3) stream profiles. Each stream profile
FBC-TR- shall have its own compression, resolution, frame rate
Streaming
19 and quality independently. All the 3 streams with 30
FPS should be individually configurable and compatible
with H.264 with smart codec / H.265.
FBC-TR-
White Balance Auto / Manual
20
FBC-TR- Back Light
Auto
21 Compensation
FBC-TR-
Security Security Password protection
22
FBC-TR- Vandal and impact resistant housing, IK 10, IP66 /
Security
23 NEMA
FBC-TR- Mounting All mounts & brackets for installing the equipment shall
24 Accessories be from the same OEM of Camera
FBC-TR-
Edge Analytics Camera tampering, Motion detection
25
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The camera should be manufacturer's
official product line designed for commercial
General
FBF-TR-01 / industrial 24x7x365 use. The camera and
Requirements
camera firmware should be designed and
developed by same OEM
Image Sensor 1/2.8” or better with minimum 120 dB WDR,
FBF-TR-02
with WDR progressive CMOS Sensor or better
Compatible to image sensor, Auto IRIS / P
FBF-TR-03 Lens Specs IRIS / DC IRIS, Corrected IR, C / CS Mount
with IR cut filter
3x varifocal lens (Lower limit as 4 mm or
FBF-TR-04 Focal length less, and Upper limit as 8mm or greater) or
better
FBF-TR-05 Resolution Active Pixels 3840 x 2160 (8 MP)
Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or
FBF-TR-06
illumination better (at 30 IRE)
Video H.264 with smart codec / H.265, Motion
FBF-TR-07
Compression JPEG
FBF-TR-08 Frame Rate Minimum 30 FPS or higher for all resolutions
Camera to support upto 1TB on SD card,
FBF-TR-09 Local Storage and a 32 GB SD Card should be supplied
with the camera
FBF-TR-10 Ethernet 10/100 Base-T ports
Minimum of the following protocols to be
FBF-TR-11 Protocols supported RTSP, RTP/TCP, RTP/UDP,
HTTP, HTTPS, DHCP, 802.11x
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Industry
FBF-TR-12 ONVIF Compliant
Standards
FBF-TR-13 Power Supply POE IEE 802.3af compliant
Operating
FBF-TR-14 0° C to 50° C or better
Temperature
Operating
FBF-TR-15 20% to 90% for cameras
Humidity
Enclosure / IP 66 with Cast iron or aluminium alloy
FBF-TR-16
Casing casing
FBF-TR-17 Certifications UL, CE, FCC, ONVIF
The camear should not be end of life / end of
service for minimum 7 years, and OEM
FBF-TR-18 Support
should certify that they will give spare
support
The camera shall be able to setup and
stream out minimum three (3) stream
profiles. Each stream profile shall have its
own compression, resolution, frame rate and
FBF-TR-19 Streaming
quality independently. All the 3 streams with
30 FPS should be individually configurable
and compatible with H.264 with smart codec
/ H.265.
FBF-TR-20 White Balance Auto / Manual
Back Light
FBF-TR-21 Auto
Compensation
FBF-TR-22 Security Security Password protection
Vandal and impact resistant housing, IK 10,
FBF-TR-23 Security
IP66 / NEMA
All mounts & brackets for installing the
Mounting
FBF-TR-24 equipment shall be from the same OEM of
Accessories
Camera
FBF-TR-25 Edge Analytics Camera tampering, Motion detection
7.2.3. Dome Camera
Complia Reference
Sr. No. Category Minimum Requirement Specifications nce (Yes (Doc. / Pg.
/ No) No.)
The camera should be manufacturer's official product line
General
DOM-TR- designed for commercial / industrial 24x7x365 use. The
Requiremen
01 camera and camera firmware should be designed and
ts
developed by same OEM
Image
DOM-TR- 1/2.8” or better with minimum 120 dB WDR, Progressive
Sensor with
02 CMOS Sensor or better
WDR
Compatible to image sensor, Full HD (1080P), P IRIS,
DOM-TR- Corrected IR with IR cut filter
Lens Specs
03 Focal Length: 3x varifocal lens (Lower limit as 4 mm or
less, and Upper limit as 8mm or greater) or better
DOM-TR-
Resolution Active Pixels 1920(w) x 1080(h)
04
DOM-TR- Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or better (at 30
05 illumination IRE)
DOM-TR- Video
H.264 with smart codec / H.265
06 Encoder
DOM-TR-
Frame Rate min. 30 FPS or higher
07
DOM-TR- Local Camera to support upto 1TB on SD card, and a 32 GB
08 Storage SD Card should be supplied with the camera
DOM-TR-
Ethernet 10/100 Base-T ports
09
Minimum of the following protocols to be supported
DOM-TR-
Protocols RTSP, RTP/TCP, RTP/UDP, HTTP, HTTPS, DHCP,
10
802.11x
DOM-TR- Industry
ONVIF Compliant
11 Standards
DOM-TR- Power
POE IEE 802.3af compliant
12 Supply
Operating
DOM-TR-
Temperatur 0° C to 50° C or better
13
e
DOM-TR- Operating
20% to 90% for cameras
14 Humidity
DOM-TR- Enclosure /
IP 66
15 Casing
DOM-TR- Certification
UL, CE, FCC, ONVIF
16 s
The camear should not be end of life / end of service for
DOM-TR-
Support minimum 7 years, and OEM should certify that they will
17
give spare support
The camera shall be able to setup and stream out
minimum three (3) stream profiles. Each stream profile
DOM-TR- shall have its own compression, resolution, frame rate
Streaming
18 and quality independently. All the 3 streams with 30 FPS
should be individually configurable and compatible with
H.264 with smart codec / H.265.
DOM-TR- White
Auto / Manual
19 Balance
Back Light
DOM-TR-
Compensati Auto
20
on
DOM-TR-
Security Security Password protection
21
DOM-TR-
Security Vandal and impact resistant housing, IK 10, IP66 / NEMA
22
DOM-TR- Detection of camera tampering and Detection of Motion
Security
23 should be possible using either camera or VMS
Mounting All mounts & brackets for installing the equipment shall
DOM-TR-
Accessories be from the same OEM of Camera. Wall mount / pole
24
mount
DOM-TR- IR
Integrated illumination with minimum 30 mtr. range
25 Illuminotor
DOM-TR- Edge
Camera tampering, Motion detection
26 Analytics
Complia Reference
Sr. No. Category Minimum Requirement Specifications nce (Yes (Doc. / Pg.
/ No) No.)
The camera should be manufacturer's official product
PTZ-TR- General line designed for 24x7x365 use. The camera and
01 Requirements camera firmware should be designed and developed by
same OEM.
The camera should be based upon standard
PTZ-TR- General
components and proven technology using open and
02 Requirements
published protocols
PTZ-TR- Image Sensor 1/2.8” or better with minimum 120 dB WDR,
03 with WDR Progressive CMOS Sensor or better
PTZ-TR- Camera should be Full HD PTZ 1920 (w) x1080 (h) with
Resolution
04 30 FPS at all resolution
Compatible to image sensor, Focal length, Auto Iris,
PTZ-TR-
Frame Rate Full HD (1080P), F/1.6, IR Corrected – Day / Night
05
mode- Colour
PTZ-TR-
Lens specs Auto-focus, 4.3 – 129 mm (corresponding to 30x)
06
PTZ-TR- Minimum
Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE) or better
07 illumination
PTZ-TR- Pre-set
256 or better, Pre-set tour
08 Positions
Pan: 360° endless, 300°/s or better
Tilt: Manual/programmable; speed : 300°/sec; angle
PTZ-TR- range :0-180° or better
PTZ
09 Zoom: Minimum 30x optical zoom and minimum 12x
digital zoom
Auto-tracking feature
The camera shall be able to setup and stream out
minimum three (3) stream profiles. Each stream profile
PTZ-TR- shall have its own compression, resolution, frame rate
Streaming
10 and quality independently. All the 3 streams with 30
FPS should be individually configurable and compatible
with H.264 with smart codec / H.265.
The camera should be complete with IP 66 rated
PTZ-TR- Outdoor
housing, Connectors, Camera Mounts, Power Supply
11 Protection
and all Ancillary Equipment & all accessories.
Complia Reference
Sr. No. Category Minimum Requirement Specifications nce (Yes (Doc. / Pg.
/ No) No.)
PTZ-TR- IPv4, TCP/IP, HTTPS, FTP, SMTP, SNMP, RTP,
Protocol
12 RTSP, DDNS, DHCP, DNS, NTP, UDP, 802.11x
PTZ-TR- Compression
H.264 with smart codec / H.265, Motion JPEG
13 Capability
PTZ-TR- Noise Reductio
Ultra DNR (2D/3D)
14 n
PTZ-TR-
Certificate FCC, CE, UL, ONVIF
15
PTZ-TR- Industry
ONVIF Compliant
16 Standards
PTZ-TR- Industry Compliance to Vandal and impact resistant housing –
17 Standards IP66 / NEMA, IK10 (Camera Housing)
Power Supply: External 12V /24V/48V DC/ POE mid-
PTZ-TR-
Miscellaneous span, which can provide adequate power to the camera
18
for any operational and temprature scenario
PTZ-TR-
Ethernet Connectors: 10Base-T/100Base-TX
19
PTZ-TR-
Miscellaneous Cable routing through base or rear of housing
20
PTZ-TR- Operating conditions unit: 0° C to 50° C or better,
Miscellaneous
21 humidity 20% to 90% in non-condensing environment
The camear should not be end of life / end of service for
PTZ-TR-
Support minimum 7 years, and OEM should certify that they will
22
give spare support
PTZ-TR-
Local Storage 32GB or higher
23
PTZ-TR-
Security Password Protection
24
PTZ-TR-
S/N Ratio ≥ 50dB
25
PTZ-TR- Mounting All mounts & brackets for installing the equipment shall
26 Accessories be from the same OEM of Camera
PTZ-TR-
IR Illuminotor Build-in IR Illuminator with minimum 180 mtr.
27
PTZ-TR- Camera to support upto 1TB on SD card, and a 32 GB
Local Storage
28 SD Card should be supplied with the camera
PTZ-TR-
Edge Analytics Motion detection, Video stabilization
29
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
IRI-TR-01 Range Distance Minimum 50 Mtrs. adjustable IR
IRI-TR-02 Adaptive illumination 10 to 80 degrees; High sensitivity at Zero lux
IRI-TR-03 Power Input 100-240V AC, or 12/24 V AC/DC
IRI-TR-04 Casing IP66 rated / NEMA vandal resistance
IRI-TR-05 Operating Condition 0° to 50°C or better
IRI-TR-06 Certification CE, FCC, EN/UL, RoHS
IRI-TR-07 Lighting High Definition LED's
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
IRI-TR-08 Required Accessories Power Supply, Mounting Clamps, U-bracket
The camear should not be end of life / end of
IRI-TR-09 Support
service for minimum 7 years
IRI-TR-10 Mounting Pole / wall mount
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
PTZ camera (Military or equivalent standard to
handle the vibration & shock of MSV):
Pan: 360° endless, speed of 80°/s or better,
MSV-TR-01 MSV General Tilt: Speed: 80°/sec or better; manual &
programmable
Zoom: Minimum 30x optical zoom
Resolution: Full HD PTZ 1920 x1080 (2 MP)
Fixed camera with IR illuminator (30mtrs. or
better): (Military or equivalent standard to handle
MSV-TR-02 MSV General the vibration & shock of MSV)
Resolution: Full HD PTZ 1920 (w) x1080 (h) with
30 FPS or better
MSV-TR-03 MSV General Retractable Pole structure for cameras
MSV-TR-04 MSV General Laptop
MSV-TR-05 MSV General Full HD LED Monitor (32” inch)
MSV-TR-06 MSV General Full HD LED Monitor (55“ inch)
MSV-TR-07 MSV General Keyboard Joystick to control PTZ Cameras
Custom battery powered portable camera to
MSV-TR-08 MSV General
transmit video feeds wirelessly to MSV
MSV-TR-09 MSV General Network Switch
MSV-TR-10 MSV General Search Light on Vehicle
MSV-TR-11 MSV General Fan
MSV-TR-12 MSV General GPS device
MSV-TR-13 MSV General Flood Lights/LED light bar
MSV-TR-14 MSV General Water Containers with holder
MSV-TR-15 MSV General Basic First Aid Box
MSV-TR-16 MSV General Fire Extinguisher
MSV-TR-17 MSV General Vehicle sticker
MSV-TR-18 MSV General Storage cum docking stations
MSV-TR-19 MSV General Holders
MSV-TR-20 MSV General Small stretcher
MSV-TR-21 MSV General Wireless Antenna
MSV-TR-22 MSV General Anti-Riot equipment
MSV-TR-23 MSV General CSD kit
MSV-TR-24 MSV General Wind shield protector
MSV-TR-25 MSV General Engine immobilizers
MSV-TR-26 MSV General Convertible mics
MSV-TR-27 MSV General Siren with PA system
Generator set - 5KVA to power up for at least 2
MSV-TR-28 MSV General
hours (as per requirement)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Integrated Communication System (Switch,
MSV-TR-29 MSV General
Radios)
MSV-TR-30 MSV General P2P antenna
UPS to support for at least 2 hours (as per
MSV-TR-31 MSV General
requirement)
MSV-TR-32 MSV General Lighting (LED based)
MSV-TR-33 MSV General Inverter based Split AC
Seat provision for 5 personnel plus driver and co-
MSV-TR-34 MSV General
driver
MSV-TR-35 MSV General Network Rack
MSV-TR-36 MSV General Portable Camera Wireless Communication Setup
PC Based Network Video Recorder with Industrial
MSV-TR-37 MSV General
PC for automotive application - 4TB HDD
Referenc
Compliance
Sr. No. Category Minimum Requirement Specifications e (Doc. /
(Yes / No)
Pg. No.)
The facial recognition system should be able to
integrate with IP Video Cameras as required in the
solution and shall be able to identify multiple persons
of interest in real-time, through leading-edge face
General recognition technology. The system shall be able to
FRS-FR-01
Requirements recognize subjects appearing simultaneously in
multiple live video streams retrieved from IP
surveillance cameras. The Facial recognition system
should seamlessly be integrated to the network video
recorders and the video management system.
The facial recognition system should be able to work
General
FRS-FR-02 on the server/ desktop OS as recommended by OEM
Requirements
and provided by the System Integrator
The user interface of the facial recognition system
should have a report management tool without
General installation of any additional client software. It should
FRS-FR-03
Requirements be able to generate real time report such as Audit log
report, Hit List Report, Daily Statistics Report, and
Distribution Report.
The facial recognition system should be accessible
from 5 different desktop/ laptops at any given time.
General When choosing a distributed architecture, the system
FRS-FR-04
Requirements shall be able to completely centralize the events and
galleries from each local station into a unique central
station, devoted to management and supervision.
The system should have ability to handle initial real-
General time watch list of 10,000 Faces (should be scalable to
FRS-FR-05
Requirements at least 1 Million faces) and 50 Camera Feeds
simultaneously and generate face matching alerts.
The algorithm for facial recognition or the forensic tool
General
FRS-FR-06 should be able to recognise partial faces with varying
Requirements
angles
General The system should be able to detect multiple faces
FRS-FR-07
Requirements from live single video feed
Referenc
Compliance
Sr. No. Category Minimum Requirement Specifications e (Doc. /
(Yes / No)
Pg. No.)
General The system should have combination of eye-zone
FRS-FR-08
Requirements extraction and facial recognition
General The system should have short processing time and
FRS-FR-09
Requirements high recognition rate
The system should be able to recognize faces
General
FRS-FR-10 regardless of vantage point and any facial
Requirements
accessories/ hair (glasses, beard, expressions)
Face detection algorithms, modes and search depths
FRS-FR-11 should be suitable for different environments such as
General fast detection, high accuracy etc.
Requirements The FRS system shall use of GPU technology apart
FRS-FR-12 from using CPU, to greatly improve the computational
performance in crowded environments.
General The system should be able to identify and authenticate
FRS-FR-13
Requirements based on individual facial features
The system should be compatible with the video
General
FRS-FR-14 management system being proposed by the system
Requirements
integrator
General The system should have capability for 1:1 verification
FRS-FR-15
Requirements and 1:N identification matching
General The system should be able to integrate with other
FRS-FR-16
Requirements systems in the future such as AADHAAR etc.
The system should be able to support diverse industry
General
FRS-FR-17 standard graphic and video formats as well as live
Requirements
cameras
General The system should be able to match faces from
FRS-FR-18
Requirements recorded media.
General The system should be able to detect a face from a
FRS-FR-19
Requirements group photo
General The system should be able to detect a face from stored
FRS-FR-20
Requirements videos of any format
General The system should have bulk process of adding faces
FRS-FR-21
Requirements in the system
The system should be an independent system, with
General
FRS-FR-22 capability to integrate with industry standard Video
Requirements
Management Systems (VMS) for alert viewing.
The system should allow users to search or browse
captured faces (based on date or time range), export
General any captured image for external use with a capability
FRS-FR-23
Requirements to support a Handheld mobile with app for windows OS
or android OS to capture a face on the field and get
the matching result from the backend server.
The proposed solution should provide the ability to
assign different security levels to people and places. It
General
FRS-FR-24 should alert security staff when someone is spotted in
Requirements
an area where they’re not permitted, whilst allowing
them free access to non-restricted/public areas.
The system shall be able to detect faces in different
General
FRS-FR-25 environmental changes like rain, wind, fog and poor
Requirements
light.
The system should have the facility to categorize the
General
FRS-FR-26 images like "Remember this person" or "hit-list" or
Requirements
"wanted".
Referenc
Compliance
Sr. No. Category Minimum Requirement Specifications e (Doc. /
(Yes / No)
Pg. No.)
General
FRS-FR-27 The OEM should have deployed the solution in India
Requirements
FRS should cover the following features:
i. Face Capture*
ii. Face Counting*
iii. Face Recognition (for approx. 1% of surveillance
FRS-FR-28 Features
cameras in indoor environment only)
* In case covered under VA, no need to separately
considered under FRS, however seamless
integration within VA & FRS is expected.
Facial Image Database Management:
General It should allow users to manage the facial image
FRS-FR-29
Requirements library, including registering, changing, deleting &
querying facial image information
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The Video Management System shall support
archiving for optimizing recorded data storage
General
VMS-FR-01 through unique data storage solutions by
Requirements
combining performance and scalability with cost
efficient long-term video storage.
The Video Management System shall incorporate
intuitive map functions allowing for multi layered
map environment. The map functionality shall allow
General
VMS-FR-02 for the interactive control of the complete
Requirements
surveillance system, at-a-glance overview of
system integrity, and seamless drag-and-drop
integration with video wall module option.
General The System should support Maps integration with
VMS-FR-03
Requirements below features;
General
VMS-FR-04 i. Adding Image Layers to the location map
Requirements
General
VMS-FR-05 ii. Define the location map for each location
Requirements
General
VMS-FR-06 iii. Add cameras to the map images
Requirements
General
VMS-FR-07 iv. Add image layers to the map
Requirements
General
VMS-FR-08 v. Add a Maps Server
Requirements
General vi. System should support raster format images of
VMS-FR-09
Requirements jpeg/jpg and png file and Vector (shape files)
The Video Management System shall incorporate
General fully integrated matrix functionality for distributed
VMS-FR-10
Requirements viewing of any camera in the system from any
computer with the client viewer.
General
VMS-FR-11 VMS shall be ONVIF compatible
Requirements
VMS shall be scalable to support minimum 5000 or
General
VMS-FR-12 more cameras, which can be added into the system
Requirements
by only addition of software licenses and servers
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
It shall be possible to integrate VMS into the
Command & Control system. In that respect bidders
VMS-FR-13 shall provide their SDK/API (or any other integration
means) libraries and documentation to ensure a
seamless integration with any other system.
VMS shall be open to any standard storage
VMS-FR-14
technologies integration.
VMS shall already support Storage system from
VMS-FR-15
multiple vendors.
General VMS shall provide the ability to save any event that
Requirements was tagged as an alarm (video motion detection,
VMS-FR-16
video loss or input) received, to be saved in a
manner in which it cannot be overwritten.
VMS shall have ready plug-ins and compatibility
VMS-FR-17
with industry-leading video wall OEMs
VMS shall offer the possibility to integrate external
VMS-FR-18
Video Analytics systems.
It shall be possible to access VMS without installing
VMS-FR-19 dedicated client software (e.g. through the use of
common web browser such as Internet Explorer…)
General VMS shall be designed to offer a full IP based
VMS-FR-20
Requirements distributed architecture
VMS shall have the capability to handle software
General
VMS-FR-21 clients (operators) connected in different locations
Requirements
on the same network.
General Simultaneous quantity of operators per location
VMS-FR-22
Requirements shall not be limited
VMS shall store the system’s configuration in a
General
VMS-FR-23 relational database, either on the management
Requirements
server computer or on the network.
VMS shall authenticate user access, user rights
General
VMS-FR-24 and privileges of all operators through Active
Requirements
Directory
General Access rights and privileges shall consist in but not
VMS-FR-25
Requirements limited to
Visibility of devices, live view, playback, AVI/ ASF/
General MP4 export, JPEG export, database export,
VMS-FR-26
Requirements sequences, smart search, input status, output
control.
General
VMS-FR-27 PTZ control, PTZ priority, PTZ preset control
Requirements
General Smart/Remote Client, live playback/setup, status
VMS-FR-28
Requirements API, service, registration API and
Distributed
VMS-FR-30 Privileges for the map feature
Architecture
Distributed Registration of the system shall allow for on line
VMS-FR-31
Architecture activation and off line activation of licenses
The system shall support automatic failover for
Recording Servers. This functionality shall be
accomplished by one Failover Server as a standby
Distributed unit for max. 5 servers that shall take over in the
VMS-FR-32
Architecture event that one of a group of designated Recording
Servers fails. Recordings shall be synchronized
back to the original Recording Server once it is back
online
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
VMS shall operate in multicast, unicast and
VMS-FR-33 Management bandwidth throttling protocol to minimize the
network bandwidth
VMS shall support video streams up to at least
VMS-FR-34 Management
25fps
Monitoring module shall allow for continuous
monitoring of the operational status and event-
VMS-FR-35
triggered alarms from servers, cameras and other
devices.
The Monitoring module shall provide a real-time
overview of alarm status or technical problems
VMS-FR-36
while allowing for immediate visual verification and
troubleshooting.
Module shall include flexible access rights and
VMS-FR-37 allow each user to be assigned several roles where
each shall define access rights to cameras.
Viewing live video from cameras on the surveillance
system with Playback recordings from cameras on
VMS-FR-38 Management the surveillance system, with a selection of
advanced navigation tools, including an intuitive
timeline browser.
The system shall allow views to be created which
are only accessible to the user, or to groups of
users based on different layouts optimized for 4:3
VMS-FR-39 and 16:9 display ratios. It should be able to create
and switch between an unlimited number of views
and able to display video from at least 64 cameras
from multiple servers at a time.
It shall be possible to schedule recording and
archiving by a recurrence pattern (daily, weekly,
VMS-FR-40
specific time and dates) and by specific time ranges
(all day, time range, daytime, night time…)
It shall be possible to schedule recording on per
VMS-FR-41 Management camera basis (Continuous, manual or motion
based)
VMS shall allow the control of the amount of used
VMS-FR-42 Management
disk space.
It shall be possible to protect specific video streams
VMS-FR-43 Management
against any deletion and for any period of time
The system log shall be searchable by Level,
VMS-FR-44 Multicasting
Source and Event Type.
The Alert Log records alerts triggered by rules
VMS-FR-45 Multicasting
(searchable by Alert type, Source and Event type)
The system shall have smart recording wherein no
recording or recording at lower frame rate is done
Monitoring
VMS-FR-46 when there is no movement. The VMS shall be able
Module
to record higher-quality video and shall reduce fps
when not in use duringVAS night time.
System should support recording management to
Monitoring view the recordings available on a camera’s
local
VMS-FR-47
Module storage device (such as an SD card), and copy
them to the server.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
System should support thumbnail search,
Thumbnail Search to quickly locate specific scenes
Monitoring or events in recorded video without fast-forwarding
VMS-FR-48
Module or rewinding. Thumbnail Search should display a
range of video as thumbnail images, should allow
to identify a portion of the recording to review.
System should support Clip Management—Use
Monitoring
VMS-FR-49 Clip Management to view, download and delete
Module
clips that are stored on the server.
Security Platform shall have strong security
mechanism such as the use of advance encryption,
digital certificates and claims-based authentication
VMS-FR-51 VMS Storage
to ensure that only authorised personnel have
access to critical information, prevent man-in-the-
middle attacks, and that the data is kept private.
It shall be possible to schedule recording on per
VMS-FR-52 VMS Storage camera basis (Continuous, manual or motion
based)
VMS shall allow the control of the amount of used
VMS-FR-53 VMS Storage
disk space.
It shall be possible to protect specific video streams
VMS-FR-54 VMS Storage
against any deletion and for any period of time
Log The system log shall be searchable by Level,
VMS-FR-55
Management Source and Event Type.
Log The Alert Log records alerts triggered by rules
VMS-FR-56
Management (searchable by Alert type, Source and Event type)
The system shall have smart recording wherein no
recording or recording at lower frame rate is done
VMS-FR-57 Management when there is no movement. The VMS shall be able
to record higher-quality video and shall reduce fps
when not in use during night time.
System should support recording management to
view the recordings available on a camera’s
local
VMS-FR-58 Management
storage device (such as an SD card), and copy
them to the server.
System should support thumbnail search,
Thumbnail Search to quickly locate specific scenes
or events in recorded video without fast-forwarding
VMS-FR-59 Management
or rewinding. Thumbnail Search should display a
range of video as thumbnail images, should allow
to identify a portion of the recording to review.
System should support Clip Management - Use Clip
VMS-FR-60 Management Management to view, download and delete clips
that are stored on the server.
No of operators shall not be software licenses
dependant. In case of emergency situation, threats,
VMS-FR-61 Management natural catastrophe the control room shall be able
to reconfigure the VMS by adding more operators
without any Contractor’s intervention.
Security Platform shall have strong security
mechanism such as the use of advance encryption,
digital certificates and claims-based authentication
VMS-FR-62 Management
to ensure that only authorised personnel have
access to critical information, prevent man-in-the-
middle attacks, and that the data is kept private.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
1. Video Stitching with Object Tracking
It indicates to find a defined person / object. VMS
should be capable of opening the cameras in one
Video matrix, which will help to trace the person
Enhanced
from one camera to another camera and same can
VMS-FR-63 Monitoring
be tracked on a map.
Features
2. Video digging
It can search and track the person / object from the
stored video in minutes by defining the time and
sets of cameras.
Compliance Reference
Sr. No. Category Minimum Requirement Specifications
(Yes / No) (Doc. / Pg. No.)
Reference
Compliance
Sr.no. Minimum Requirement (Yes / No)
(Doc. / Pg.
No.)
The TVDS System shall help PCSCL and Traffic Police department
TVDS.FR.01 to monitor the traffic movement by enforcing traffic laws in city,
which will result in better traffic management and road safety.
The TVDS sub-system should work in both day and night conditions
TVDS.FR.12
with the defined minimum accuracy levels.
The system should be able to provide Unique Case number for each
TVDS.FR.15
of the Violation Detected.
ANPR System is the core to identify the infracting vehicle from the
traffic violation perspective. The ANPR System identifies the
TVDS.FR.35 number plates of these vehicles which is then passed on to various
other sub-systems for further processing. The following are the
Functional Requirements related to the ANPR System.
The ANPR system shall capture vehicle license plate from front or
TVDS.FR.37 from rear depending on the proposed solution and ensuring the
performance Parameters are met.
department.
The system should have option to input certain license plates
according to the hot listed categories like “Wanted”, “Suspicious”,
“Stolen”, etc. by authorized personnel.
The TVDS along with the ANPR system when seamlessly integrated
TVDS.FR.39 with the e-challan system shall generate challans (tickets) to various
traffic violators.
ANPR system at junctions should capture and read each and every
TVDS.FR.43 vehicle number plate that passes through its field of view in multiple
lanes and stores the number in the database.
ANPR Subsystem shall get integrated with the Pune Police already
TVDS.FR.52 existing E-Challan system, which is connected with RTO and
VAHAAN database
The ANPR system should automatically send the high alert to the
TVDS.FR.58
CCC for next course of action.
The system shall have options to search historical records for post
TVDS.FR.63 event analysis by the vehicle color or the vehicle color with license
plate and date time combinations
Reference
Compliance
Sr. No. Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Monitor and control traffic signals, including signalled pedestrian
crossings, using a traffic responsive strategy based on real time
ATCS.FR.01
traffic flow and vehicle presence information. However, the system
shall also be capable of operating under fixed time plan.
All junctions under Adaptive Traffic Control System shall be provided
with vehicle detection system & communication equipment. Allow
each intersection controller to be monitored from city operation
system for proper functionality. Any corrective action can be initiated
ATCS.FR.02
either automatically based on status information or by an operator.
The real time classified volume counts shall be communicated to the
city operation center by each controller.
ATCS shall be driven a control system in real time with the capacity
to calculate the optimal cycle times, effective green time ratios, and
change intervals for all system traffic signal controllers connected to
the ATCS system which in turn can also work in configurable
ATCS.FR.03
manner. These calculations shall be based upon assessments
carried out by the ATCS application software based on the traffic
volume data gathered by vehicle detectors at the intersections as
well as the ANPR data from ANPR system.
Signal Synchronization - manage network of signals to synchronize
ATCS.FR.04 timing cycle to ensure probability of maximum greens to the vehicle
moving in a particular direction.
Pedestrian Priority
• The controller site-specific data shall provide independent control
for each of the pedestrian movements. It is also possible for a
ATCS.FR.05
pedestrian phase to be configured to appear alone, in conjunction
with other pedestrian phases, with non-conflicting vehicle phases,
or in conjunction with a combination of pedestrian and non-
Reference
Compliance
Sr. No. Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
conflicting vehicle phases.
• Allow pedestrian movements to be introduced automatically or by
demand, whichever is required. Vehicle movements configured to
run in parallel with a pedestrian phase shall continue to hold right of
way until the end of the pedestrian clearance interval.
• Shall allow the pedestrian green and/or flashing red intervals to
overlap between one or more stages with non-conflicting phases if
so required.
Emergency Vehicle Priority Provision to make way for emergency
vehicles like fire, police and ambulances during emergencies. The
ATCS.FR.06 priority shall be provided when the emergency vehicle operators
seek priority by way of a mobile application or GPS installed on the
vehicles, specifically built for them, as part of the RFP.
Should be able to integrate with Integrated Operation Platform for
ATCS.FR.07
complete dashboard view
As part of the solution, the bidder shall develop a Mobile app for
ATCS.FR.08 emergency vehicle operators. Using the app, the operators shall be
able to get an optimum route and signal priority along that route.
The app shall interface with the GPS of the device to do this.
ATCS.FR.09 The solution proposed shall use or shall be able to integrate with
industry standard communication protocols like UTMC/UG405 or
NTCIP. No proprietary communication protocols shall be allowed.
ATCS.FR.010 The application shall interface with a simulation software to
evaluate potential traffic control strategies in case of any anomalies
and identify the appropriate strategies for the traffic control.
The application shall be able to estimate comprehensive network
ATCS.FR.011 state by fusing detector data with data from ANPR, GPS or any
other such data collected from other third party
sensors/detectors/cameras. It should also predict the future
network state in terms of traffic demand for up to 1 hour.
ATCS.FR.012 The ATCS system shall interface with the GPS device in the BRT
buses and provide them with priority in crossing the junction.
Reference
Compliance
Sr. No. Description (Doc. / Pg.
(Yes / No)
No.)
PA.FR.01● The PAS can be used by PCMC, Police and other stake-holders of● ●
the project to disseminate information to road users/public.
● The objective of the voice based sub-system is to disseminate the ● ●
PA.FR.02 information to the citizens particularly during emergencies for the
messages to reach quickly.
PA.FR.03● The system should have the capability of designing the messages ● ●
based on the situation or context for broadcasting across PAS.
PA.FR.04● The software and solution of PAS shall comply with all functional ● ●
and business requirement as specified in this RFP, elsewhere.
● The PA system shall provide provision for emergency ● ●
PA.FR.05 announcements to be made on per-location, selection of locations,
or a system wide basis.
● ●
PA.FR.06● The PA system shall have provision for announcements to be made
from two central locations.
● The Integrated Traffic Management system shall provide for the ● ●
PA.FR.07 ability to produce and play-out either pre-recorded messages or
make live announcements through PA software.
● The PA system shall be integrated with the Integrated Traffic ● ●
PA.FR.08 Management & Emergency Response Management System for
making automated, system generated, or manual announcements
as per the SOPs.
● The system should have ability to integrate with CCTV systems, ● ●
PA.FR.09 other main/sub systems at COC for configuring and broadcasting
the messages.
● The system should have ability to configure the messages with the● ●
PA.FR.10 static or dynamic text from various applications/systems to form a
complete message as and when required.
● The system should recognize and broadcast messages based on ● ●
PA.FR.11 some of the analytics such as sound alerts, system alerts, incident
alerts and various other alerts.
● The system should be able to integrate other network’s PA systems ● ●
PA.FR.12 or third party application systems where the alerts are generated to
broadcast messages.
PA.FR.13● There shall be an operator at central control room to operate the ● ●
PAS application on PAS console.
PA.FR.14● The system should be able to generate various statistics, reports &● ●
MIS from time to time
PA.FR.16● The requirements of local noise level standards & by-laws shall be● ●
respected by this system.
● The system should have the ability to schedule category wise ● ●
PA.FR.17 system messages or overall messages in advance for a period of
time to selective or all PAS locations.
● The PAS message quality shall be such that it is clearly audible ● ●
PA.FR.18 from its location to a distance of more than 100m without any
distortion and loss in quality of the sound during the prevailing
situation in street.
Reference
Compliance
Sr. No. Description (Doc. / Pg.
(Yes / No)
No.)
● Ability to integrate with CCTV systems, VMD and other main/sub ● ●
PA.FR.19 systems at Command Centre for configuring and broadcasting the
messages to the road users.
● Ability to configure the messages with the static or dynamic text ● ●
PA.FR.20 from various applications/systems to form a complete message as
and when required.
PA.FR.21● Ability to categorize the messages as per the business need and ● ●
able to configure as per category.
PA.FR.22● The PAS should provide the status indicators on the system and as● ●
well at various command centre
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The camera should be manufacturer's official
ANPR- General product line designed for commercial / industrial
TR-01 Requirements 24x7x365 use. The camera and camera firmware
should be designed and developed by same OEM
ANPR - Image Sensor 1/2.8” or better with minimum 120 dB WDR,
TR-02 with WDR progressive CMOS Sensor or better
ANPR - Compatible to image sensor, Full HD (1080P), P
Lens Specs
TR-03 IRIS, Corrected IR, C / CS Mount with IR cut filter
ANPR - 5x varifocal lens (Lower limit as 10mm or less, and
Focal length
TR-04 Upper limit as 50mm or greater) or better
ANPR -
Resolution Active Pixels 1920 x 1080 (2 MP)
TR-05
ANPR - Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or better (at
TR-06 illumination 30 IRE)
ANPR - Video
H.264 with smart codec / H.265, Motion JPEG
TR-07 Compression
ANPR -
Frame Rate Minimum 60 FPS or higher for all resolutions
TR-08
ANPR - Camera to support up to 128 GB on SD card, and a
Local Storage
TR-09 32 GB SD Card should be supplied with the camera
ANPR -
Ethernet 10/100/ Base-T ports
TR-10
Minimum of the following protocols to be supported
ANPR -
Protocols RTSP, RTP/TCP, RTP/UDP, HTTP, HTTPS, DHCP,
TR-11
802.11x
ANPR - Industry
ONVIF Compliant
TR-12 Standards
ANPR -
Power Supply POE IEE 802.3af compliant
TR-13
ANPR - Operating
0° C to 50° C or better
TR-14 Temperature
ANPR - Operating
20% to 90% for cameras
TR-15 Humidity
ANPR - Enclosure /
IP 66 with Cast iron or aluminium alloy casing
TR-16 Casing
ANPR -
Certifications UL, CE, FCC, ONVIF
TR-17
The camera should not be end of life / end of service
ANPR -
Support for minimum 7 years, and OEM should certify that
TR-18
they will give spare support
The camera shall be able to setup and stream out
minimum three (3) stream profiles. Each stream
ANPR - profile shall have its own compression, resolution,
Streaming
TR-19 frame rate and quality independently. All the 3
streams should be individually configurable and
compatible with H.264 with smart codec / H.265.
ANPR -
White Balance Auto / Manual
TR-20
ANPR - Back Light
Auto
TR-21 Compensation
ANPR -
Security Security Password protection
TR-22
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
ANPR - Vandal and impact resistant housing, IK 10, IP66 /
Security
TR-23 NEMA
ANPR - All mounts & brackets for installing the equipment
Mounting
TR-24 shall be from the same OEM of Camera
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The camera should be manufacturer's official
product line designed for commercial /
General
EVI.REQ.001 industrial 24x7x365 use. The camera and
Requirements
camera firmware should be designed and
developed by same OEM
Image Sensor 1/2.8” or better with minimum 120 dB WDR,
EVI.REQ.002
with WDR progressive CMOS Sensor or better
Compatible to image sensor, Auto IRIS / P
EVI.REQ.003 Lens Specs IRIS / DC IRIS, Corrected IR, C / CS Mount
with IR cut filter
3x varifocal lens (Lower limit as 4 mm or less,
EVI.REQ.004 Focal length
and Upper limit as 8mm or greater) or better
EVI.REQ.005 Resolution Active Pixels 3840 x 2160 (8 MP)
Minimum Colour: 0.3 lux or better, B/W: 0.05 lux or
EVI.REQ.006
illumination better (at 30 IRE)
Video
EVI.REQ.007 H.264 with smart codec / H.265
Compression
EVI.REQ.008 Frame Rate Minimum 30 FPS or higher for all resolutions
Camera to support upto 1TB on SD card, and
EVI.REQ.009 Local Storage a 32 GB SD Card should be supplied with the
camera
EVI.REQ.010 Ethernet 10/100 Base-T ports
Minimum of the following protocols to be
EVI.REQ.011 Protocols supported RTSP, RTP/TCP, RTP/UDP, HTTP,
HTTPS, DHCP, 802.11x
Industry
EVI.REQ.012 ONVIF Compliant
Standards
EVI.REQ.013 Power Supply POE IEE 802.3af compliant
Operating
EVI.REQ.014 0° C to 50° C or better
Temperature
Operating
EVI.REQ.015 20% to 90% for cameras
Humidity
Enclosure /
EVI.REQ.016 IP 66 with Cast iron or aluminium alloy casing
Casing
EVI.REQ.017 Certifications UL, CE, FCC, ONVIF
The camear should not be end of life / end of
EVI.REQ.018 Support service for minimum 7 years, and OEM should
certify that they will give spare support
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The camera shall be able to setup and stream
out minimum three (3) stream profiles. Each
stream profile shall have its own compression,
resolution, frame rate and quality
EVI.REQ.019 Streaming
independently. All the 3 streams with 30 FPS
should be individually configurable and
compatible with H.264 with smart codec /
H.265.
EVI.REQ.020 White Balance Auto / Manual
Back Light
EVI.REQ.021 Auto
Compensation
EVI.REQ.022 Security Security Password protection
Vandal and impact resistant housing, IK 10,
EVI.REQ.023 Security
IP66 / NEMA
All mounts & brackets for installing the
EVI.REQ.024 Mounting equipment shall be from the same OEM of
Camera
EVI.REQ.025 Edge Analytics Camera tampering, Motion detection
Reference
Compliance
Sr.no Minimum Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The bidder/SI is free to choose the appropriate ATCS
ATCS.CON.REQ.001 controller or upgrade the existing controller to provide
following functionalities:
ATCS.CON.REQ.002 Power supply: 24 V DC/230VAC
Communication protocol: UTMC/UG405/NTCIP or
ATCS.CON.REQ.003
equivalent
Number of detector inputs: 4 video plus 4 pedestrian
ATCS.CON.REQ.004
minimum
4. Police Control Panel: Yes, with hurry calls and push to
ATCS.CON.REQ.005
change buttons
ATCS.CON.REQ.006 Temperature: 0°C to 60°C
Interfaces: 1 x 10/100 Ethernet interface; 2 x USB 2.0 host
ATCS.CON.REQ.007 ports; 1 x micro USB 2.0 port; 1 x RS232 port; 1 x RS485
port
ATCS.CON.REQ.008 RAM: 128 MB SDRAM minimum
ATCS.CON.REQ.009 Storage Capacity: 512 MB minimum
Timing Resolution: Minimum 100 msec (input resolution to
ATCS.CON.REQ.010
2ms)
ATCS.CON.REQ.011 Output Pins: Minimum 32 Interface pins
ATCS.CON.REQ.012 Number of signal groups: 16 minimum
ATCS.CON.REQ.013 Number of phases: 16 minimum
ATCS.CON.REQ.014 Number of signal plans: 32 minimum
ATCS.CON.REQ.015 32 bit Processor
ATCS.CON.REQ.016 Shall be possible to run custom traffic control logic
Shall send the detector data back to the control room ATCS
ATCS.CON.REQ.017
application."
7.3.7. ATCS Detector Function requirement
Complianc Deviation /
Sr. No Minimum Requirement Specification
e (Yes/No) Remarks
Bidder is free to choose an appropriate camera based detector
which provides following:
1. Shall cover upto 4 lanes.
2. Count with 85% accuracy
3. Classification with atleast 3 categories: 2-Wheeler, Light
ATCS.DET.RE
Motor Vehicle, Heavy Motor Vehicle
Q.01
4. Atleast provide 3 detection zones for vehicle presence
information via an open interface.
The bidder is encouraged to use cameras that have been
deployed for RLVD and ANPR, as much as possible, for
providing ATCC and ATCS functionalities.
Bidder shall clearly specify the placement of the detector
ATCS.DET.RE
(upstream, downstream, stop-line, exit etc.) for independent
Q.02
straight and right turn signals before installation.
The detector shall be able to count vehicles in non-lane based
ATCS.DET.RE mixed traffic flow conditions. The accuracy of counts shall be
Q.03 greater than or equal to 85% in all light and weather conditions.
The bidder shall clearly specify how this is accomplished.
7.4.1.1. LPWA (Low Power Wide Area) communication supported smart water flow Meters with
Accessories (Ø: 15mm to 150 mm)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Low Power Wide Area Communication supported Smart Water Flow Meter
The meter shall be type approved and verified
according to international water meters standard
WAMR-TR-01.1
OIMLR49 / ISO4064 along with MID
Certification
Water meters of each size shall have been duly
tested and passed as per the relevant standards
WAMR-TR-01.2 and specifications from Fluid Control Research
Institute (FCRI) for performance test supported
with test certificate.
Meter shall be Mechanical such as multi-jet,
General
inferential type (for 15mm to 50mm) and
Ultrasonic / Woltman type (for 75 mm and
above) based water meters with inbuilt
WAMR-TR-01.3
communication module (for Multi-jet meter
15mm to 50mm) inbuilt or directly fitted with
wireless connection are in design, shall be
acceptable.
The water meter and accessories shall be
WAMR-TR-01.4 manufactured from materials of adequate
strength and durability.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Vacuumed/air-free mechanism suitable for
tropical installation conditions. The materials,
which come in contact with the potable water,
WAMR-TR-01.5
shall not create a toxic hazard, shall not support
microbial growth, and shall not give rise to
unpleasant taste the water supply.
Environmental
Conforming to Class ’B’ IS-779: 1994 (Domestic
Type) with up to date amendments or ISO
4064:2005 / ISO 4064:2014 standard
WAMR-TR-01.6
(metrological and technical requirements of
water meters) with EEC/OIML/MID certification
mark shall be with protection class of IP-68.
Material that shall come in contact with the
water supply shall withstand 2 ppm (parts per
WAMR-TR-01.7
million) of chlorine residual in the water supply
and shall be resistant to corrosion.
Variation in weight of the meter shall be
WAMR-TR-01.8
permissible to ± 5% of the weight
The internal pressure cup shall be made of low-
WAMR-TR-01.9 ferrous brass not exceeding 0.02% Fe contents
/ Engineering plastic.
Mechanical The body of the meter shall be of either Brass or
WAMR-TR-01.10
Bronze.
Pipe Sizes: Ø15mm, 20 mm, 25 mm, 40mm,
WAMR-TR-01.11
50mm, 75mm, 100mm, 125mm, 150mm
WAMR-TR-01.12 Pressure Loss: Maximum 0.6 bar
Totalizer shall be made of Copper Can having
min. 5mm thickness mineral glass or any other
WAMR-TR-01.13
suitable material required to maintain IP 68
protection class.
WAMR-TR-01.14 Water Temperature : 5 to 70°C
Accuracy, as per Class I standard of OIML R
WAMR-TR-01.15
49-1:2006 or ISO 4064:2014.
WAMR-TR-01.16 Sampling Period : 0.5 sec
WAMR-TR-01.17 Repeatability : Better than 0.2% of Span
WAMR-TR-01.18 Bidirectional Flow measurement
The water meters of domestic sizes shall be
equipped with Low Power Wide Area
Electrical Communication based (865 MHz to 867 MHz
WAMR-TR-01.19 ISM band frequency) AMR technology not less
than 1 Km non line of sight operating range
between meter and gateway in normal water
meter installation conditions.
Power Supply: 3.6V Lithium battery (Up to 5
WAMR-TR-01.20 years of Life with 1 meter reading transmission
per day)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Meter shall be integrated seamlessly with Low
WAMR-TR-01.21 Power Wide Area Communication secured
network.
Meter’s LPWA communication module shall
meet all the necessary pre-requisite parametric
conditions with respect to ISM band of 865/867
WAMR-TR-01.22
MHz with maximum 1Watt/30dBm transmit
power and 4 Watt EIRP and 200Khz carrier
bandwidth.
Meter shall support open standard IoT protocols
WAMR-TR-01.23 to transmit the data up to fixed and mobile
gateways.
WAMR-TR-01.24 Minimum Sensitivity shall be : -127 dBm @SF8
Maximum Transmitting power shall be between
WAMR-TR-01.25
+28dBm and +30dBm
Meter shall measure and record the bidirectional
WAMR-TR-01.26
flow of water.
7.4.1.2. Low Power Wide Area Communication Module based Data Concentrators
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Low Power Wide Area Communication supported Data Concentrating Unit (DCU) / Gateways
The gateway shall receive the data from the end
devices and transfer onto the backhaul network to
DCU -TR-01.1 reach the central server. The system shall be
suitable for staggered water AMR data collection
from end devices (Water Flow Meters).
General
Data Concentrator shall be supplied all necessary
DCU -TR-01.2
accessories for outdoor installation.
Easy to customize and manage the
DCU -TR-01.3 communications gateway to realizes the ICCC
application.
Operating temperature range shall be from 0°C to
DCU -TR-01.4
70°C
Environmen EMI/EMC certified device with wind resistance
DCU -TR-01.5 tal from 100 mph to 150 mph.
DCU -TR-01.6 Operating humidity: Up to 95%, noncondensing
DCU -TR-01.7 IP 68 class protection
Mechanical The device shall be with fan less Passive thermal
DCU -TR-01.8
cooling mechanism.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Low Power Wide Area Communication supported
(e.g., LoRa, Sigfox etc.) Gateway Device with
backhaul network connectivity of Ethernet and
DCU -TR-01.9 3G/4G/LTE.
Frequency Bands(MHz): 4G: 800(B20)/
1800(B3)/2600(B7)
3G: 850(B5)/ 900(B8)/2100(B1)
ISM Band support: Low Power Wide Area
DCU -TR-01.10 bidirectional communication technology(ISM band:
865 - 867 MHz)
Support for all type of class A, B & C end-points
DCU -TR-01.11 and compliant to Low Power Wide Area Network
Communication
DCU -TR-01.12 Connectors : Female SMA Antenna for antennas
Long Range Communication: 49 Low Power Wide
DCU -TR-01.13 Electrical Area Communication Demodulators over 9
Channel
DCU -TR-01.14 SIM/USIM based Gateway
The data concentrator unit shall be powered by
DCU -TR-01.15
Power Over Ethernet(POE/POE+) ports
Port: RJ -45 Ethernet 10/100 port, USB ports,
DCU -TR-01.16
Serial ports
DCU -TR-01.17 Minimum Sensitivity shall be : -141 dBm
Maximum Transmitting power shall be between
DCU -TR-01.18
+28dBm and +30dBm
Security: AES 128 bit Data encryption based
DCU -TR-01.19
security
Communication protocols: Open standard IoT
protocols between end devices and gateway and
DCU -TR-01.20
TCP protocol from Gateway to MDMS system at
CoC.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Low Power Wide Area Communication supported Hand Held Unit
The HHU receives data from the Low Power Wide
Area Communication endpoints (Flow Meters) and
HHU -TR-01.1 then transfers them onto the backhaul network to
reach the central server. The device shall have
General battery backup of 8 hours.
The device be sealed against water and dust
HHU -TR-01.2
complying to IP67 standards.
The Low Power Wide Area Communication HHUs
HHU -TR-01.3
shall be connected to the network nodes using
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
standard protocols (M-Bus) to collect the water
Meter data which shall be directly pushed to the
Central MDAS server. The system shall be
suitable for staggered water AMR data collection
Operating temperature range shall be from -20°C
HHU -TR-01.4
to 60°C
Environmen
HHU -TR-01.5 HHU shall be Industrial graded EMI/EMC certified
tal
Operating humidity shall be up to 95%,
HHU -TR-01.6
noncondensing
The HHU or reading device shall have the onsite
search facility, to locate the exact physical location
HHU -TR-01.7
of water meter in particular area and to obtain the
Mechanical
corresponding details of it.
It shall be portable and light weight hand held unit
HHU -TR-01.8
for carrying easily to collect the meter data in field.
The Device shall incorporate Long Range
HHU -TR-01.9
bidirectional communication.
The device uses the LPWA network with the high
HHU -TR-01.10 levels of security to prevent disruption of any
system.
The device shall use unique network, unique
HHU -TR-01.11 application and device specification key to ensure
the secured communication.
The device shall be powered with full shift battery
HHU -TR-01.12
with hot swap capability
Electrical
The device shall support Secure Sockets Layer
HHU -TR-01.13
(SSL) VPN for secure remote access.
HHU -TR-01.14 Minimum Sensitivity shall be : -127 dBm @SF8
Maximum Transmitting power shall be between
HHU -TR-01.15
+28dBm and +30dBm
HHU -TR-01.16 ISM band support from 865 MHz to 867 MHz.
The HHU or reading device shall have minimum
HHU -TR-01.17
64 MB flash memory and 128 MB RAM.
The device shall be with all necessary accessories
HHU -TR-01.18
such as battery, charging holders etc.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Water Turbidity Sensor Probes
Type : Industrial grade turbidity monitoring
WTMS -TR-01.1 General Sensor probes under water type , highly
accurate , submersible instrument
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
WTMS -TR-01.2 Measuring Range : 0 to 4000 (NTU/FNU)
Usage: For Potable water , Surface water
WTMS -TR-01.3 monitoring of Streams, Plant Effluent and
offsite water
WTMS -TR-01.4 Ambient Temperature and Humidity: 0 to 50°C
Accurately Calibrated and auto cleaning using
WTMS -TR-01.5 Compressed air or Ultrasonic waves
technologies.
This measuring device shall be a
WTMS -TR-01.6 Nephelometric Turbidity Unit (NTU) according
to ISO7027
WTMS -TR-01.7 Measuring water Temperature: 0°C to 60° C
WTMS -TR-01.8 Environmental Repeatability: ±2% of reading
WTMS -TR-01.9 Degree of Protection: Sensor IP68,
Compact Design, Under water, Maximum
WTMS -TR-01.10
depth of 2 Meter
Polycarbonate Enclosure with Ruggedness
WTMS -TR-01.11 Mechanical
sensor housing
Pipe diameter shall be from 15mm, 19mm,
WTMS -TR-01.12
25mm and above
Power Supply - 100-240V AC or 24V DC
WTMS -TR-01.13
power supply
WTMS -TR-01.14 Power Consumption: 15 VA or less
Signal Output: 4-20 mA or 0-20 mA Isolated
WTMS -TR-01.15
Current output
WTMS -TR-01.16 Light Source: Infrared LED
Electrical
WTMS -TR-01.17 Calibration: Distilled Water
Measuring Standards shall be based on ISO
WTMS -TR-01.18
7027 standards
High Accuracy (shall be less than 2% of the
WTMS -TR-01.19
measured value)
WTMS -TR-01.20 Response Time: Minimum 5 Seconds
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Water Chlorine Residual Sensor Probes
Industrial grade sensors for continuous
WCMS -TR-
measurement of Free Chlorine, total Chlorine and
01.1
Chlorine dioxide of water
WCMS -TR-
General Measuring Range : 0 to 10 mg/L
01.2
Usage: For Potable water , Surface water
WCMS -TR-
monitoring of lakes, Rivers, Streams, Plant Effluent
01.3
and offsite water
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
WCMS -TR-
Ambient Temperature and Humidity:-10 to 50°C
01.4
The sensor shall be Amperometric type which shall
WCMS -TR-
sample continuously at a user-regulated flow rate
01.5
between 15 to 75 Ltrs per Hour.
WCMS -TR-
Measuring water Temperature: 0°C to 50° C
01.6
WCMS -TR- Environmenta
IP 64 measurement cell
01.7 l
WCMS -TR- Degree of Protection: Sensor IP68 / IP65 based
01.8 (Wall mounted with high level protection)
WCMS -TR- Compact Design, Under water , Maximum depth of
01.9 2 Meter
Mechanical
WCMS -TR- Polycarbonate Enclosure with Ruggedness sensor
01.10 housing
WCMS -TR-
Power Supply - 100-240V AC or 24VDC
01.11
WCMS -TR-
Power Consumption: 15 VA or less
01.12
WCMS -TR-
Signal Output: 4-20 mA Isolated Current output
01.13
WCMS -TR- High Accuracy ( shall be less than 2% of the
01.14 measured value)
Electrical
Periodically calibration shall be done manually /
WCMS -TR- Automatically for all probe sensors. The Device
01.15 shall be pre-calibrated / Factory calibrated before
installation and commissioning at site.
WCMS -TR-
Repeatability: 0.001 ppm
01.16
WCMS -TR-
Response Time: Minimum 10 Seconds
01.17
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The Outdoor Utility Cabinet will be constructed
with a front sheet steel door with Locking
system to ensure the security of the cabinet.
Side and Wall Panels shall be with fixing bolts
internal to the cabinet. The Cabinet should
FE-TR-1.01 Built
have the required frames to mount the
required components like Field equipment
such as IEG / DCU / Gateways / MCT /
Analyzers, Power supply Equipment,
Networking Equipment, LIU, battery, etc.
Should be Made for 24/7/365 Outdoor
Applications; The Utility Cabinet shall be IP67
or better rated with built-in air-cooling system.
Field Enclosure design should ensure to keep
FE-TR-1.02 Utility & IP rating the operating temperature / ambient
temperature within suitable operating range
20° C to 55° C for equipment's and should also
avoid condensation, corrosion, intentional
water splash and dust intake.
The cabinet has to be provided of size suitable
for the mounting of the associated network
FE-TR-1.03 Size
devices, power, UPS and battery components
securely and safely within the cabinet.
PDU type should be as per actual requirement
FE-TR-1.04 Power Slot
as per Indian standards.
Proper cable management should be
FE-TR-1.05
provided.
Cable Cable Routing: Power connection cable shall
Management be provided from the nearest access point
FE-TR-1.06 provided by Power utility company to the
Outdoor Utility Cabinet through Power meter
enclosure.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Energy Metering System for water Pumps (Ranging from 3hp to 900hp capacity)
A dedicated 3 Phase 4 wire digital KWH Meter unit
EM-TR-01.1 shall be provided that shall be capable to collect
General the required energy parameters
The meter shall be designed for minimum
EM -TR-01.2
maintenance.
EM -TR-01.3 Environme Ambient temperature : -5°C to 50°C
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Vibration measuring sensor with transmitter
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
The sensor shall continuously measures the
vibrations of the pump where the vibrations are
related to speed rotation. These sensors shall be
VS-TR-02.1 used to detect the clogged impeller, worn bearings
etc. indicating that a service inspection should be
carried out before the pump or the pipe system is
General damaged.
The sensor monitors the vibration level of the
VS -TR-02.2 pump in order to protect the pump and the pipe
system from damage.
A change in the vibration level is an indication of
VS -TR-02.3
an abnormal situation
7.4.2.7. Temperature Measurement Sensors for Pump's winding with Universal Transmitter
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Temperature Sensor with transmitter for motor’s winding
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Overheating is the most common cause of
electrical motor failure. Adequate protection
against overheating is necessary for all electrical
TS-TR-03.1
motors, and adequate protection against motor
overloading (which causes overheating and
General mechanical strain) shall be required.
All the protective devices shall be tested and
TS -TR-03.2
calibrated before installation/ mounting.
Installation/mounting and commissioning of all the
TS -TR-03.3 protective devices including junction boxes will be
carried out by vendor.
TS -TR-03.4 Ambient Temperature: –40°C to 85°
Environmental
TS -TR-03.4 Humidity Range : 0 to 95%
TS -TR-03.5 Enclosure Rating : IP 68
Thermal switches installed into the pump motor
TS -TR-03.6 stator windings shall be bimetallic, normally closed
contact type.
The thermal switches are wired in series and
TS -TR-03.7 Mechanical connected by two (2) leads to the pump terminal
board
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Flow transmitter
Flow meters shall be a microprocessor based
electromagnetic type, having flanged
connections with integral sensor, transmitter,
WFT-TR-04.1
processor & indicator suitable for measurement
General of water flow. However Remote Version shall be
accepted depending upon the site conditions
It shall be possible to select the range of flow
WFT -TR-04.2 measurement on the flow meters at site as per
requirement.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Flow meter shall be calibrated with meter
accuracy of ± 0.5% or better which should be
certified by NPL or TUV approved & ISO
WFT -TR-04.3
certified National Laboratory of TUV Germany
approved or ISO certified International
Laboratory.
The device shall be with EMI/RFI protection,
WFT -TR-04.4
NSF / CFTRI drinking water approval.
Environmental It shall be suitable for operation at atmospheric
WFT -TR-04.5 condition of 100% humidity and 0 to 50°C
Ambient temperature.
Suppliers to indicate the normal working life of
WFT -TR-04.6
the flow meters.
The flow meters shall be suitable for a working
WFT -TR-04.7 water pressure of 10 Kg/cm2 and a test
pressure of 15 Kg/cm2 for 30 minutes duration.
The housing shall be cast aluminium IP67
WFT -TR-04.8
Mechanical (NEMA 4X) class.
The meter shall be suitable for universal
WFT -TR-04.9 mounting i.e. Horizontal or vertical, flow left to
right, right to left and bottom to top.
The meter shall have flanged connections to IS-
WFT -TR-04.10 6392 else supplier has to supply 2 Nos. of
matching flanges with each flow meter.
The meter shall give 4 to 20 mA DC current
WFT -TR-04.11
output for SCADA
The supplier shall calibrate the meter at
WFT -TR-04.12 minimum three-points as per the manufacturer's
points of calibration.
Base accuracy of the combined system i.e.
WFT -TR-04.14 Electrical sensor, Transmitter & Indicator must be ± 0.5%
or better,
Flowmeter should have Multi line backlit LCD
WFT -TR-04.15
display with facility to show flow rate
Suppliers to confirm support for spares & after
WFT -TR-04.16 sales & services for flow meters for 10 years
after commissioning
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Pressure transmitter
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
The pressure transmitter shall be supplied with
digital pressure switches and transmitters – one
WPT-TR-05.1
on the suction nozzle, and the other on the
General
discharge nozzle.
It should meet the applications where low-cost,
WPT -TR-05.2
discrete and continuous monitoring is preferred
7.4.2.10. Intelligent Edge Gateway (IEG) for Energy Meters and Transmitters
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
IEG
Industrial grade multi-channel controllers /RTU
with minimum 8 channel Analog input card -
interface 4-20mA transmitter signals and Energy
Measurements from energy meters using RS 485
IEG-TR-06.1 General
interface using open standard protocol. The
system shall sample and acquire data and
process it locally to derive intelligent analytics
related to pump operations. The system shall
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
sync the critical data, alerts and analytics with the
server.
IEG -TR-06.2 Shall have DI/DO extension capability
IEG -TR-06.3 Optional Digital / Analog outputs
It shall have plug and play capability of I/O card
IEG -TR-06.4 slots, however it is not mandatory
IEG -TR-06.5 Easy Extension and Adaptation
Supplier shall produce the vibration test
certificates of the supplied unit tested from a
IEG -TR-06.6 National laboratory
The device shall be EMI -EMC type tested
IEG -TR-06.7 Environment certified from any National laboratory
al The IEG must be able to withstand the
environmental factors and be designed to the
required ingress protection ratings and shall be
installed in the appropriate hazardous area
IEG -TR-06.8 classification
IEG -TR-06.9 Din Rail mounted with Input module
The supplier shall provide required housing
Mechanical
conforming to IEC 529 for housing the IEG
IEG -TR-06.10 modules/ racks
IEG -TR-06.11 Power Supply: 100-240V AC
Communication over Digital fieldbuses (Modbus,
Ethernet/IP, OPC DA for the SCADA integration)
or open IoT protocol like MQTT, CoAP etc. with
internal cellular modem for GPRS communication
IEG -TR-06.12 over 3G/4G wireless network.
It shall have one port for connecting the portable
configuration and maintenance tool for IEG
IEG -TR-06.13 device.
Each input shall have suitable protection and
filtering to provide protection against voltage
spikes and residual current at 50 Hz, 0.1 ma
IEG -TR-06.14 (peak-to-peak) and overload
Electrical The ability of the IEG to accommodate dc inputs
shall include the following signal ranges:
Unipolar Voltage:0-0.5V, 0-1V, 0-5V, 0-10V,
Unipolar Current: 0-1mA, 0-10mA, 0-20mA, 4-
IEG -TR-06.15 20mA
IEG -TR-06.16 Response time shall be maximum 500mS
Easy remote configuration and software update
IEG -TR-06.17 facilities
IEG -TR-06.18 Inbuilt plug-in I/O support
Electrical Safety : The device shall be compliant
with IEC 61010-1 / UL 508 or Equivalent Class I
equipment, EMI/EMC, Surge, Over voltage and
Other protection as per IEC / EM or Equivalent
IEG -TR-06.19 Standards
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
Vibration strength: Minimum severity 55/05, IEC
68-2-6 requirements, Temperature Rise: IEC
IEG -TR-06.20 60688 or 60687 compliance is required
Max.
LS-TR-1.03 3840x2160
Resolution
Power
LS-TR-1.07 1300 Watt
Consumption
Safety
LS-TR-1.08 IEC 60065
Standard
Operating
LS-TR-1.09 0°C to 35°C
Temperature
7.4.3.1. Meter Data Management System (MDMS) Software including Database Licenses
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Water Meter Data Management System (MDAS)
The MDMS application shall do the real-time data
acquisition from the deployed "DCUs, HHU or
MDMS-FR-01
Drive By Units and organise the data in the
database in a Common Data Format (CDF).
MDMD system include the MDAS and MDMS
system which shall provide acquire the meter data,
MDMS-FR-02 manage the meter data and provide the online
Alerts, dynamic formation for observation groups of
suspicious meters
MDMS system shall do meter data acquisition and
MDMS-FR-03 have a web-based interface for presentation of
meter data
MDMS shall be scalable with regards to the
MDMS-FR-04 frequency of data acquisition and shall be able
General support up to 200000 meters simultaneously
Shall show on a map the point of connection with
MDMS-FR-05
respective Meter ID and other associated details
The system shall provide complete security on all
device interfaces and other software systems via
MDMS-FR-06
measures like encryption , firewalls , authentication
, authorization etc.
The system shall allow remote management and
MDMS-FR-07
configuration of DCU , HHU and Drive By units
The system shall provide Powerful Diagnostic
Tools to do root cause analysis of problems in the
MDMS-FR-08
system related to connectivity , data corruption ,
data loss etc.
The system shall be scalable to support 200000
MDMS-FR-09
water meters
Communication It shall establish communication with DCU and
MDMS-FR-10 server process the device data sent by the DCU /HHU or
application Drive By Unit
The system shall have OPC DA client license to
OPC server
MDMS-FR-11 integrate with the Control Centre SCADA system
application
for collecting data from Water Pumping Stations
Shall have the ODBC interface for the data
MDMS-FR-12
integration with Existing Billing Database.
User interface
Shall have ability to integrate with the existing
MDMS-FR-13 using web
ERP/Billing system over web services
Services
Shall have ability to communicate with control
MDMS-FR-14
centre SCADA application over OPC
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Shall be able to integrate with GIS system to map
MDMS-FR-15 the locations of the Water meter and DCU / HHU /
Drive By units
Shall be able to export the data into spread sheets
MDMS-FR-16
i.e.xls format
Shall convert the data in the form of flat files i.e csv
MDMS-FR-17
format, pdf formats etc.
Meter Master Module should contain the make,
MDMS-FR-18
model, ID & other configuration details of Meters
Shall be able to read and collect the missing meter
data after the re-establishment of the link in case
of any communication failure. The system shall be
able to provide Validation, Estimation and Editing
MDMS-FR-19 (VEE) functionality to validate the accuracy and
Meter Module performance of meter reads and outage event data
to provide correct data that is acceptable for billing.
MDMS shall be able to improve estimation and
validation using multi-dimensional analytics.
Shall be able to read the data from each water
meter using open standard protocol like M-Bus ,
MDMS-FR-20
Modbus protocol, MQTT , CoAP etc. over Low
Power Wide Area Communication networks
Shall provide the facility to generate the reports
MDMS-FR-21 using reporting tool in case of any customized
reports.
The system shall be able to generate chart types
MDMS-FR-22 like totalized flow , forward flow , reverse flow ,
tamper alerts etc.
The system shall be able to select any meter from
MDMS-FR-23 Reports list and generate the reports by providing "From"
and "To" date
The system shall allow user can interact with
MDMS-FR-24 Metering/Billing database to provide extensive
analysis & reporting facility
extensive search options and shall provide fixed
MDMS-FR-25 format as well as query based reports in tabular &
graphic format
shall be used to request data from the selected
MDMS-FR-26
meter by providing meter number
Request data
Based on the meter number/ type, selection option
MDMS-FR-27
shall be selected automatically
Real time Database Management system shall be
MDMS-FR-28
Database supplied along with MDMS application
server Database application shall have data backup and
MDMS-FR-29
data archiving facilities.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
System shall be required to maintain daily backups
MDMS-FR-30 of the database on reliable backup media like DAT
drives, CDs, tape etc.
System shall maintain only five years of operations
data online. Operations data of more than five
MDMS-FR-31
years old to be archived and the archives may be
maintained at the various locations
System shall exist in conjunction with several other
systems. It would therefore be required to interface
MDMS-FR-32 with other systems for seamless flow of business
information in Web Services or W3C XML industry
format/ OPC/ DDE/ ODBC Interface
The system shall require to integrate with existing
MDMS-FR-33 databases support and synchronize data with
them.
Solution shall be able to interoperate with multiple
industry standard RDBMS platforms like Oracle,
MDMS-FR-34 MS SQL 2008 and MYSQL. System shall provide
data logging to any standard RDBMS (Database
like Oracle / MS SQL Server / MySQL)
MDMS shall have the capability for DMA bulk
MDMS-FR-35
meter integration
The system shall provide Role Based Access
MDMS-FR-36 Control to allow users to access data and web
portal based on their permission level
Powerful Server Client Architecture, with data web
MDMS-FR-37 view even from smart phones (iPhone, Android
etc.)
The system shall be able to do the analysis using
MDMS-FR-38
Trends, Alarms, Reports
System shall provide the facility for SMS / Email
MDMS-FR-39
notification
System shall provide connectivity to Billing / GIS /
MDMS-FR-40 ERP /SCADA and other systems as required to
provide complete functionality
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Energy Meter Data Acquisition System (MDAS) for WPS Pumps
Real-time data acquisition from the deployed IEG,
MDAS-FR-01 General and organise the data in the database in a
Common Data Format (CDF)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
System shall be provided with online Alerts,
MDAS-FR-02 dynamic formation for observation groups of
suspicious meters
MDAS shall be a web-based software for meter-
MDAS-FR-03
data acquisition and presentation
MDMS shall be scalable with regards to the
MDAS-FR-04 frequency of data acquisition and shall be able
support up to 10000 energy meters simultaneously
The system shall enable remote monitoring of the
MDAS-FR-05 electrical parameters of water and waste water
pumps
Shall show on a map the point of connection with
MDAS-FR-06
respective Meter ID and other associated details
System shall establish communication with modem
MDAS-FR-07
associated to IEG using GPRS/FO/Ethernet links
System shall have OPC server license to
MDAS-FR-08
integrated with the Control Centre SCADA system
Shall have the Web service interface to be
MDAS-FR-09 integrated with EMS application for energy audits
Communication
and analysis
Interfaces
Shall be able to generate the reports based on the
MDAS-FR-10 point of connection. Shall be able to export the data
into spread sheets i.e.xls format.
MDAS-FR-11 Shall be able to export the data into spread sheets
System shall convert the data in the form of flat
MDAS-FR-12
files
Meter Master Module shall contain the make,
MDAS-FR-13
model, ID & other configuration details of Meters
Shall be able to read and collect the missing meter
MDAS-FR-14 data after the re-establishment of the link in case of
Meter Module
any communication failure
Shall be able to read the data from each energy
MDAS-FR-15 meter using open standard protocol like
Modbus/DLMS protocol
Shall provide the facility to generate the reports
MDAS-FR-16 using reporting tool in case of any customized
reports at any level
MDAS system shall have the options for selecting
MDAS-FR-17
chart type like voltage, current, frequency etc.
select the meter from the list to generate the
Reports
following reports by providing "From" and "To"
MDAS-FR-18
date, based on the meter type options are enabled
and disabled
extensive search options and shall provide fixed
MDAS-FR-19 format as well as query based reports in tabular &
graphic format
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Shall be used to request data from the selected
MDAS-FR-20
meter by providing meter number
Request data
Based on the meter number/ type selection option
MDAS-FR-21
shall be selected automatically
System shall be supplied with database for data
MDAS-FR-22
storage and retrieving facilities.
MDAS-FR-23 Shall have data backup and data archiving
System shall exist in conjunction with several other
systems. It would therefore be required to interface
MDAS-FR-24 with other systems for seamless flow of business
Database information in Web Services or W3C XML industry
server format/ OPC/ DDE/ ODBC Interface
MDAS-FR-25 Multiple database support
MDAS-FR-26 Security –Access Level Control
MDAS-FR-27 Real Time Meter Data: Individual Meter data
Powerful Server Client Architecture, with data web
MDAS-FR-28 view even from smart phones (iPhone, Blackberry,
Android etc.)
7.4.3.3. Control Centre SCADA Server Software with Historian (For both Water and Sewerage
Systems)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
SCADA Server software with database historian (with High Availability Architecture)
Complete SCADA system software, to monitor
and control the conditions of remote equipment
SCADA-FR-01 while ensuring data integrity, overall system
visibility and security, shall be installed at the City
Operation Centre (COC).
SCADA system shall be designed with most
suitable customized commercial software
SCADA-FR-02 package architecture and hardware capable for
monitoring and control of various devices
General deployed.
The system shall be supplied with minimum of 1
SCADA-FR-03 Lakhs no. of tags which shall be installed at the
city operation centre in HA mode.
SCADA-FR-04 All SCADA software management tools and
engineering services, necessary to administer the
SCADA software system shall be provided such
that no additional software or IT hardware should
be required to configure or run each and every
feature of the SCADA system
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
SCADA-FR-05 SCADA system shall be designed to remotely
control, monitor, store, display and log process
and equipment operating information
SCADA-FR-06 The SCADA software, as delivered shall operate
with a fully developed control screens, database
and a communication network for seamless real-
time of data communication
SCADA-FR-07 The SCADA software shall be configurable as a
single global database regardless of the number
of nodes or points
SCADA-FR-08 The application shall have the facilities for
Historical process Graphics Display; Real-time
screen updates etc.
SCADA-FR-09 There shall be no limit by the SCADA software for
the number of data values recorded in a historical
collection
SCADA-FR-10 It shall have OPC DA server, Modbus, DNP 3
drivers for downstream communication and OPC
UA server for upstream communication where the
OPC UA uses a “subscription and monitored item”
model to control communication between the
SCADA software and OPC server.
SCADA-FR-11 OPC UA with an optimized TCP-based UA shall
Communication
use the binary protocol for data exchange, in
which communication can be activated by
opening up a single user-configurable port in the
firewall
SCADA-FR-12 The system shall have the desired communication
interfaces for the data integration with other
existing applications as necessary
SCADA-FR-13 System shall provide the quality parameters to
OWQMS application for further data analysis
using OPC interface
SCADA-FR-14 The system shall have distributed architecture to
provide high availability architecture using multiple
servers/hardware/systems.
SCADA-FR-15 The system shall be provided with high availability
architecture using virtualization technique. It shall
Redundancy have the ability to switch the application without
affecting any data loss w.r.t any hardware or
communication failure.
SCADA-FR-16 For the Hyper-V Host to function optimally, the
server shall have the same processor, RAM,
storage and service pack level.
SCADA-FR-17 This database shall have administrator window
Database like user interface that permits to monitor,
server supervise, archive, retrieve and control data
gathering functions from the SCADA system. The
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Database Builder and Editor shall be as part of
the SCADA software package
SCADA-FR-18 The databases shall include the all measured and
operational data fully synchronized time stamping
system
SCADA-FR-19 The SCADA software shall provide the capability
to make configuration changes to the global
process database from the SCADA software
manager's station at the COC
SCADA-FR-20 Database shall be logging and archiving of
observed data into a structured database,
displaying them in user friendly formats, editing,
running operation and for exchanging data with
other applications at COC
SCADA-FR-21 Database shall be capable for being placed on a
network and have multiple users sharing and
updating data without overwriting each other's
work. Data is to be locked at the record level.
SCADA-FR-22 The operator shall select subsets of the displayed
data. The plot function shall automatically scale
the requested data to fit the time frame requested
by the operator. The plot function shall display
these data as a multiline chart with each variable
easily determined by colour.
SCADA-FR-23 The SCADA HMI software shall support curve
display with the line graphs with time on a linear,
continuous horizontal axis and the trended
variable on the vertical axis.
SCADA-FR-24 The system shall have the capability to read the
exact value of any displayed variable, by selecting
a point on the graph or chart
SCADA-FR-25 HMI / User Display of historical information as far back in time
interface as desired, as is available in the history log
SCADA-FR-26 The vendor shall provide SCADA HMI
applications that shall present the operators with
control screens and single line diagrams for
complete water distribution network that provide
for all the control interaction to operate the water
distribution network like alerts , configuration ,
parameter monitoring , process representation
graphics etc. and other customization to HMI
application as requested by the purchaser .
SCADA-FR-27 The SCADA screen builder and editor shall be an
integral part of the SCADA package, supporting
user building and editing of user friendly control
screens in the project
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
SCADA-FR-28 The system shall have the desired interfaces for
the data integration with other existing
applications as necessary.
SCADA-FR-29 The SCADA software shall perform all report
generation, report scheduling and management
using its built-in capabilities. Reports shall be
defined based on historical data
SCADA-FR-30 Export of any portion of the historical trend
Reports
database CSV or TXT formats
SCADA-FR-31 The reports shall be either "single-point-in-time"
(online and historical) or "time-range", with no
software limit on the number of points in one
report
SCADA-FR-32 The SCADA software shall support alarm and
event logging, including description text and time
stamp
SCADA-FR-33 The alarms shall be logged to the SCADA
Alarm
database without any limit on the number of alarm
Management
occurrences
SCADA-FR-34 The SCADA software shall allow viewing of
alarms without disrupting data collection or alarm
processing
7.4.3.4. On-line Water Quality Monitoring System with web application (OWQMS)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
On-line water Quality Monitoring System (OWQMS)
WQMS shall be a web based application to provide
systematic framework for enhancing water
OWQMS-
distribution system monitoring activities to detect
FR-01
emerging water quality issues and respond prior to
the problem occurs.
General Shall utilize real-time water quality parameters
OWQMS- collected from quality sensors across the distribution
FR-02 network to analyse and detect water quality
anomalies.
OWQMS- Monitoring shall include quality parameters such as
FR-03 residual chlorine and turbidity parameters, etc.
Water quality parameters shall be fetched from
OWQMS-
Control centre SCADA / Historian system using
FR-04
OPC UA interface
The system shall have the desired interfaces for the
OWQMS-
data integration with other existing applications as
FR-05 Data
necessary.
Communic
Import and store sensor measurement and state
ation
data (operational and communication status) at a
OWQMS- specified
FR-06 Frequency from other relevant databases and
systems to analyse, and visualize the water quality
data on a continuous basis.
Based on operational and communication status
OWQMS - and other characteristics, it shall determine whether
FR-07 data are valid or invalid, and whether the quality of
the data is sufficient to assess water quality.
OWQMS- Shall analyse valid sensor data to assess water
FR-08 quality and sensor states.
Information
Shall perform advanced data analyses, such as
Manageme
time‐series trend analysis, multi‐parameter
OWQMS- nt &
clustering, and single parameter thresholding for
FR-09 Analysis
identifying unusual water quality events due to either
intentional or unintentional causes
Based on operational and communication status
OWQMS- and other characteristics, it shall determine whether
FR-10 data are valid or invalid, and whether the quality of
the data is sufficient to assess water quality
Shall generate and manage alarms based on sensor
OWQMS - states and water quality determined by the analysis
FR-11 Alert of a) valid sensor data and b) calculated water
Investigatio quality parameters
n Shall generate notifications, follow‐up notifications,
OWQMS -
and escalated notifications to appropriate personnel
FR-12
in the
event of alarms
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The water network management platform shall be
able to perform feasibility studies and scenarios to
evaluate the effect of:
New residential areas
WNMS.FR.001
New industrial sites
Increased demands
Maintenance and rehabilitation jobs
Network Fluctuations in consumption
Analysis System shall have hydraulic analysis to quickly
evaluate the effects of modeling changes. Dynamic
network elements such as valves, pumps and
reservoirs are colour coded to reflect current
WNMS.FR.002
operational status. Pressure prediction to identify
how to operate the network at exactly the
necessary operating pressure to reduce the effect
of existing leaks.
The water network management system shall
provide a better overview and improved operation
WNMS.FR.003
by running the water network modeling tool in real-
time mode.
By using live SCADA data the model shall be
transformed from a planning tool to a decision-
WNMS.FR.004 making tool, integrated in your day-to-day
operations – with instant and clearly identified
benefits and economic advantages.
Network
The SCADA data shall be automatically loaded into
Management
the model, after having been pre-processed and
WNMS.FR.005 – Real-time
validated to avoid flawed data or replacing faulty
Application
instrumentation with emulated values.
The real-time system shall be provided in a
graphical user interface that is easy to operate by
WNMS.FR.006 the operator, but that can also be configured in the
same tool to run more complex scenarios
requested by the engineer and planner.
The real-time system shall be able to combine
WNMS.FR.007 historic view, real-time views and predictions in the
same user interface – easily accessible.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The model shall be fed with live information from
the SCADA system as well as forecast information
about weather conditions. This will enable the
WNMS.FR.008
model to predict future consumption even during
periods of quickly changing or extreme weather
conditions.
Different variables, such as supply pressure, age of
the water, amount of chemicals in the water or flow
shall be displayed. Effects of interventions, such as
WNMS.FR.009
opening or closing of valves shall be easily
simulated, to reveal any disturbances in consumer
supply.
WNMS.FR.010 The management system shall be fully integrated
with SCADA and shall be prepared to send an
alarm to SCADA if error conditions in the network
are predicted.
WNMS.FR.011 The management system shall be visualized in a
control room atmosphere with focus on simplicity
and easy access to information – enabling
everyone to obtain qualified information about the
network – now and in the future.
WNMS.FR.012 In the main view it shall be possible to scroll in and
out – visualizing what is relevant for the specific
water utility; i.e. GIS data suddenly materializes.
WNMS.FR.013 It shall be possible to generate VIEWS for each of
the zones that the water utility wishes to focus on.
WNMS.FR.014 It shall be possible to pre-configure the themes the
user wishes to see, whether it is related to
Pressure, Flow, Velocity, Age, Chlorine
concentration, Leakage as in Minimum Night Flow
(MNF), Pipeline Leak Likelihood, Criticality &
Replacement prioritization and Other simulated
parameters
WNMS.FR.015 The water network management system shall
provide user configurable dashboard functionality
for each user to present their preferred data or
execute your pre-configured actions. Hence users
Dashboard can at a glance thy can verify if their network is
working properly (such as looking at Key
Performance Indicators - KPIs), or they can get
direct access to the features and functions that
they use on a regular basis.
WNMS.FR.016 Water network management system can assist
utilities to perform leakage management at DMA
Leakage level and inside DMA.
Management Water network management system should offer a
standard International Water Association (IWA)
Water Balance table that can be use for improved
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
overview of the water distribution network status in
any given flow control zone and to better assess
the annual volume of real and apparent losses
Water network management system should have
leak likelihood theme which should highlight area
with potential high leakage can help to further
narrow down the search area for Active Leakage
Control (ALC) activities. Pipeline criticality analysis
tool should be built based on static and dynamic
network attributes, such as pipe age, pipe material,
average pressure, flow etc. Once an area for ALC
is identified, system should be able to issue work
order to maintenance field crew via sms and email
setting with inbuilt work order management tool
WNMS.FR.017 LDS should allow near real-time identification of
leaks and bursts on transmission networks and the
Transmission estimation of the leak volume based on the mass
Line balance methodology. System shall provide a leak
Leakage detection system integrated with the field flow
Detection meters and pressure sensors measurements.
System These data should be directly linked to the SCADA
(LDS) data. Zones with leaks are identified by the leak
detection system, and an alarm shall be forwarded
to the SCADA system to make sure that proper
action is taken immediately.
WNMS.FR.018 The water network management system should be
equipped with a pressure optimization that utilizes
the real-time hydraulic model for set-point
generation.
WNMS.FR.019 The Pressure optimization module shall consider
the fluctuation of consumption in the net, and
automatically provide the set-points for the pumps
or pressure control valves ensuring a supply
pressure that is ‘just’ good enough. The optimized
Pressure pressure values can be sent back to
optimization, SCADA/PLC/Loggers/PRV/VFD for an automated
Model Build optimization.
& Model consistency and validation facility. Must as
Maintenance minimum include:
- Isolated component (e.g. a valve not placed on a
pipe)
- Components overlap
- Invalid object id (duplicate)
WNMS.FR.020
- Internal overlapping sections
- Multi-part pipe
- No connection to any other pipe
- Pipe intersection (Split pipe)
- Pipe length is 0
- Pipe loop
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
- Pipe gap snap
- Pipe covered
- Pipe duplicates
Facility to export error log from Model consistency
WNMS.FR.021 check as GIS files for further investigation and
correction in the original GIS/CAD system.
Automatic model update tools to update existing
WNMS.FR.022 model layers with new GIS data from the original
source.
Model simplification tools. Built-in tools to create
simplified model scenarios to enhance model
performance and calculation time. In principle the
WNMS.FR.023 model should be able to maintain a 1-to-1 model
representing all pipes and customers as well as a
simplified trunk main with customers grouped by
area.
Model simplification feature: Pipe merge/split
WNMS.FR.024
options by pipe length, elevation change and loops.
WNMS.FR.025 Model simplification feature: Pipes to be
excluded/included by user selected values (pipe
length, pipe diameter, assigned demand).
WNMS.FR.026 Model simplification feature (skeleton model):
Create skeleton model from full model, using
reduction parameters (pipe length, pipe diameter,
consumption).
WNMS.FR.027 Functionality to assign elevation data to model
nodes from separate layer containing elevation
points or contour lines.
WNMS.FR.028 Functionality to assign consumer demands from a
CIS points layer to model nodes through nearest
main/service pipe.
WNMS.FR.029 Functionality to control diurnal variation by
assigning (weekly) demand profiles for different
consumer types (demand types) e.g. domestic,
commercial, industrial etc.
WNMS.FR.030 Functionality to shift between different demand
layers and reassign demands, e.g. current demand
versus future demand.
WNMS.FR.031 Option to import multiple static background maps
for easy use, navigation and overview of the model
topology.
WNMS.FR.032 Support for WMS background maps.
WNMS.FR.033 Node attributes to support demand as a fixed
Model & value, a formula or time series.
WNMS.FR.034 Scenario Pipe attributes to support pipe type, dimension,
Configuration roughness, year laid and local pressure loss.
WNMS.FR.035 Valves attributes to support valve types NRV, ACV
shut-off valves and controlled vales by controlling
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
node or reservoir, flow control, pressure control
and opening control.
WNMS.FR.036 Pump attributes to support pump characteristics,
pump groups and pump control by controlling node
or reservoir, flow control, pressure control and
speed control.
WNMS.FR.037 Source attributes to support both flow and pressure
control.
WNMS.FR.038 Reservoir attributes to support minimum level,
maximum level, reservoir geometry by height-
volume relation and various mix modes.
WNMS.FR.038 Support boundary conditions in for of fixed values,
formulas, time series and logic controls.
WNMS.FR.039 Create and maintain several scenarios within the
same model (for easy maintenance and
comparison) by applying different criteria.
WNMS.FR.040 Configure pre-defined area views for fast focus and
zoom to specific areas of interest. Predefined
views are then selected and activated from a menu
or list or similar.
WNMS.FR.041 Configure predefined themes based on any
attribute in any layer for visualization of data/results
e.g. themes of pressure, head loss, water age, pipe
type, pipe material etc. Predefined themes are then
selected and activated from a menu or list or
similar.
WNMS.FR.042 Configure predefined time series based numeric
data7results from any hydraulic object for
visualization of data/results e.g. time series of
pressure and demand in selected nodes.
Predefined time series are then selected and
activated from a menu or list or similar.
WNMS.FR.042 Configure predefined paths and profiles illustrating
e.g. pressure along a given pipeline segment.
Predefined paths and profiles are then selected
and activated from a menu or list or similar.
WNMS.FR.043 Support for creating user defined catalogue of
predefined time series to control variations in
demand, production, pressure control, pump
operation etc.
WNMS.FR.044 Support for creating user defined catalogue of
predefined tables to control various “lookup”
parameters for e.g. pipe types, demand types and
pipe costs.
WNMS.FR.045 Offline Calculate and display hydraulic results at all nodes
Modelling and both ends of pipes.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
WNMS.FR.046 Calculate and display hydraulic results at all
network components (sources, reservoirs, pumps,
valves, hydrants).
WNMS.FR.047 Calculate and display basis water quality results,
water age and source tracking, at all nodes and
along pipes.
WNMS.FR.048 Supports static simulation by selecting a specific
time step for simulation.
WNMS.FR.049 Supports “extended period” simulation by selecting
start and stop time for simulation.
WNMS.FR.050 Support for using historical measurements data to
substitute boundary conditions at selected objects
to conduct historical simulations.
WNMS.FR.051 Supporting tools for inclusion of economic analysis
by adding energy costs, pipe costs, operational
costs etc.
WNMS.FR.052 Support for direct (one-way) integration with
SCADA through at least OLE DB and OPC.
WNMS.FR.053 Support for unit conversion from SCADA to the
model.
WNMS.FR.054 Support for data reduction when retrieving data
from SCADA.
WNMS.FR.055 Facility for conduction data validation and data
emulation when retrieving data from SCADA.
WNMS.FR.056 Support for returning simulation results (including
optimization set-points) to SCADA.
WNMS.FR.057 Online Supports multiple connections to different SCADA
Modelling systems.
WNMS.FR.058 Cyclic simulation and state estimation using online
measurements as boundary conditions.
WNMS.FR.059 Include water quality simulation in online mode.
WNMS.FR.060 Include user defined events to trigger alarms based
on simulation results.
WNMS.FR.061 Include forecasting of hydraulic and water quality
state by using demand and load forecasting input.
WNMS.FR.062 Facility to combine boundary conditions. E.g.
measurements and operational controls to cater for
real-time versus forecasting simulation.
WNMS.FR.063 Include functionality for automatic pipe sizing.
WNMS.FR.064 Include built-in calibration tool for roughness,
demand and diameter calibration.
WNMS.FR.065 Advanced Include fire flow analysis tools.
WNMS.FR.066 Analysis and Include flushing analysis.
WNMS.FR.067 Optimization Include source tracking.
WNMS.FR.068 Include substance tracing.
WNMS.FR.070 Include online dynamic leak detection for
transmission systems.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
WNMS.FR.080 Include online pressure optimization for pressure
zones to control and maintain a minimum allowed
pressure at all nodes.
WNMS.FR.081 Include online pump/reservoir optimization to utilize
the reservoir capacity to minimizing pumping
energy costs.
WNMS.FR.082 The Pump and Reservoir Optimization module shall
enable to determine the optimal pumping schedule
for a pipeline system for a given period (user
defined), while taking the following points into
account:
Pump and
o Demand schedules
reservoir
o Storage capacities of reservoirs
optimization
o Power costs (unit costs may vary over
time)
o Other operational costs, for instance costs
for stopping and starting of pumps
o Capacity and availability of pumps and
other equipment
o Pump efficiency and pumping curves
WNMS.FR.083 These data may be retrieved from the SCADA
system, via the real-time data interface, or they may
be entered manually.
WNMS.FR.084 The feedback to the system should be the flow set
point or pressure set point for each pumping station
that is sent back to the SCADA system
automatically.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
EMS Application software (for Energy Audit and preventive maintenance) for Water Pumps
EAPMS application shall be used to determine the
EAPMS-FR-01
pumps efficiency during the operating condition
It shall help to determination of system resistance
EAPMS-FR-02 and the operating duty point of the pump and
compare the same with design
The Energy Meter data at each pumping station,
EAPMS-FR-03 shall be used to analyse the real efficiency of the
General pumps.
It shall facilitate continuous energy management
EAPMS-FR-04
and increased operational efficiency
With help of ultrasonic flow measurements the
EAPMS-FR-05 detection of flow and pressure along with design
attributes shall help to increase the pump efficiency
Pump’s Vibration and bearing temperature shall be
EAPMS-FR-06
analysed w.r.t the design values
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Audit functions will be performed with the Energy
Meter data collection and to analyse the data, draw
EAPMS-FR-07
sound conclusions and provide quality
Energy Audit recommendations
with Energy Energy Meter data shall be fetched from MDAS
EAPMS-FR-08
Meter system to analyse with the efficiency parameter.
The technology will track and provide views of the
EAPMS-FR-09 following meter points with help of GUIs and
reports.
The vibration level of a pump is directly related to
EAPMS-FR-10
Vibration where it is operating and in relation to its BEP
Monitoring Vibration readings shall be analysed on the motor
EAPMS-FR-11 and Analysis outboard and inboard bearing housings in the
vertical and horizontal directions
Pump’s bearing defect analysis shall be done with
EAPMS-FR-12
help of bearings temperature measurement
The temperature sensors mounted to the bearing
Bearing
EAPMS-FR-13 housing will alert of possible lubrication breakdown
Temperature
possibilities of the pumps.
Analysis
The application shall help to understand the critical
EAPMS-FR-14 conditions of the pump’s bearing and hence help to
plan to do the preventive maintenance.
With help of the suction and discharge pressure, it
shall help to determine the total dynamic head
EAPMS-FR-15
(TDH) of the pump and the available net positive
suction head.
Pressure The suction and discharge pressure, measured by
and Flow pressure transducers, shall transmit the real‐time
EAPMS-FR-16
analysis data through SCADA system to EMS system for
analysis
Pump system analysis shall be carried out w.r.t the
EAPMS-FR-17 real time data acquisition of flow, pressure
measurements w.r.t the design specification.
EAPMS-FR – The application shall be integrated with Citi Mobile
Integration
18 Application using Mobile APIs.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Micro-Station Controller shall have the latest
features of highly advanced Multi Parameter
WQMS-TR-01.1 General
Controller having capability of handling at least 4
Sensors in a single controller configuration and
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
more as and when required with Sensor ID
recognition and high EMC interference immunity.
It shall supplied with Control unit with keys and
WQMS -TR-01.2 toggle switch for the quick selection of software
functions.
It shall be supplied with integrated back up
WQMS-TR-01.3
controller function
The device shall be with easy Mounting without
WQMS-TR-01.4
Clogging
The Micro-Station shall be able to power all the
sensors and terminals or accessories attached to it
without having to need any additional power
WQMS-TR-01.5
sources in the system for increased protection
against lightening and possible electromagnetic
interference.
The device shall be supplied with large graphic
display with backlight. Display shall be with
WQMS-TR-01.6 Display
improved reading precision through special backlit
graphic display
WQMS-TR-01.7 Input voltage: 220 VAC and 50 Hz
Output: Galvanically separated current outputs
WQMS-TR-01.8 (0/4-20 mA) that can be assigned arbitrarily, USB-
interface for data transfer, upgrading firmware etc.
The system should start automatically after the
power is reset to the system (in case of power
WQMS-TR-01.9
failure). The system should have Service mode for
Electrical cleaning/calibration/maintenance activities.
The controller shall store the sensor configurations
WQMS-TR-01.10
and calibrations.
The controller shall have Logbook to record the
WQMS-TR-01.11
data.
The supplier shall provide the firmware update free
WQMS-TR-01.12 of cost as and when they are available for the life
time of the system
External interfacing with IEG / RTU using Modbus
WQMS-TR-01.13 Interfaces
signals.
Measuring COD, BOD, TSS, pH, DO, Conductivity, NH4-N,
WQMS-TR-01.14
Parameters Chlorine, Oil & Grease etc.
Operating Ambient Operating temperature: -4 °C to 50 °C ,
WQMS-TR-01.15
Temperature Storage temperature: -10 °C … 60 °C
Process
WQMS-TR-01.16
Connection 1” PVC type process Connection
The probe shall have the Automatic cleaning
WQMS-TR-01.17 Cleaning facility with compressed air or brush or using
Ultrasonic methods whichever is best suitable.
Protection Electromagnetic Compatibility: EN 61326, Class
WQMS-TR-01.18
B; FCC Class A, EMC for indispensable operation
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Integrated Lightening protection, Protection Rating
WQMS-TR-01.19
IP 66
Timely Calibration of the instrument based on pre-
WQMS-TR-01.20 Calibration defined time schedule shall be done by the SI
during AMC Period.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
The probe shall be a Multi parameter Probe. It
shall be continuously Effluent Monitoring of BOD,
WQSP -TR-02.1
COD, TOC, TSS with UV-Vis Full Spectrum
Technology (200-720nm)
It shall be ideally for Waste Water Treatment
WQSP -TR-02.2 Process with direct In-Situ measurement in outlet
of waste water treatment plant
General It shall have MoC (Material of Construction) such
as Titanium Material or Stainless Steel to sustain
WQSP -TR-02.3 the sensor in highly corrosive wastewater
environment for long term stable and maintenance
free operation
The device shall be with easy Mounting without
WQSP -TR-02.4
Clogging
WQSP -TR-02.5 Long term stable and maintenance free operation
Measuring It shall have the UV-Vis Spectrometry principle for
WQSP -TR-02.6
Principle measurement over the total Range (190 - 720 nm)
The probe shall have the Automatic cleaning
WQSP -TR-02.7 facility with compressed air or brush or using
Cleaning Ultrasonic methods whichever is best suitable
The probe shall be supplied with Integrated
WQSP -TR-02.8
cleaning system
The probe shall be factory pre-calibrated and with
local multi-point calibration. Timely Calibration of
WQSP -TR-02.9 Calibration the instrument based on pre-defined time
schedule shall be done by the SI during AMC
Period.
WQSP -TR- Measuring
02.10 Parameters BOD, COD, TSS
WQSP -TR-
Accuracy
02.11 ±2%
WQSP -TR- Operating
02.12 Temperature 0° C to 50° C
WQSP -TR- Interface to The probe shall be interface with Scanning
02.13 Scanner terminal using RS 485 interface
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
WQSP -TR- The Probe shall support the IP68 protection
02.14 standard
Protection
The device shall have the conformity to EMC and
WQSP -TR-
Safety with EN 61326-1, EN 61326-2-3 and EN
02.15
61010-1 standards
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
NH4-N, pH, Chlorine probe
WQSP -TR- The probe shall be a Multi parameter Probe with
03.1 Adjustable open path length
WQSP -TR-
03.2 It shall be ideally for Waste Water Treatment Process
It shall have MoC (Material of Construction) such as
WQSP -TR- Titanium Material or Stainless Steel to sustain the
General
03.3 sensor in highly corrosive wastewater environment
for long term stable and maintenance free operation
WQSP -TR-
03.4 ISE Refurbishment for easy maintenance
WQSP -TR- Mounting and Measurement shall be directly in the
03.5 media or in a flow cell (Monitoring Station)
WQSP -TR- Measuring It shall have the Ion selective electrodes without
03.6 Principle potassium compensation for measurement
The probe shall have the Automatic cleaning facility
WQSP -TR-
with compressed air or brush or using Ultrasonic
03.7
Cleaning methods whichever is best suitable
WQSP -TR- The probe shall be supplied with Integrated cleaning
03.8 system
The probe shall be factory pre-calibrated and with
WQSP -TR- local multi-point calibration. Timely Calibration of the
Calibration
03.9 instrument based on pre-defined time schedule shall
be done by the SI during AMC Period.
WQSP -TR- Measuring
03.10 Parameters NH4-N, pH, Chlorine
WQSP -TR-
Accuracy
03.11 ±3%
Operating
WQSP -TR-
Temperatur
03.12
e 0° C to 60° C
WQSP -TR- Interface to The probe shall be interface with Scanning terminal
03.13 Scanner using RS 485 interface
WQSP -TR- Protection The Probe shall support the IP68 protection
03.14 standard
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Conformity to EMC with EN 50081-1, EN 50082-1,
WQSP -TR-
EN 60555-2, EN 60555-3 & to safety with EN
03.15
61010-1 standards
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
BOD/COD/TSS probe
WQSP -TR-04.1 The probe shall be a Multi-parameter Probe
It shall have MoC (Material of Construction) such
as Titanium Material or Stainless Steel to sustain
WQSP -TR-04.2 the sensor in highly corrosive wastewater
General environment for long term stable and maintenance
free operation
Mounting and Measurement shall be directly in the
WQSP -TR-04.3
media or in a flow cell (Monitoring Station)
WQSP -TR-04.4 Long term stable and maintenance free operation
WQSP -TR-04.5 Resolution 1 µS/cm
Measuring The probe shall have the 4-electrode, direct
WQSP -TR-04.6
Principle contact measurement
The probe shall have the Automatic cleaning
WQSP -TR-04.7 facility with compressed air or brush or using
Cleaning Ultrasonic methods whichever is best suitable
The probe shall be supplied with Integrated
WQSP -TR-04.8
cleaning system
The probe shall be factory pre-calibrated and with
local multi-point calibration. Timely Calibration of
WQSP -TR-04.9 Calibration
the instrument based on pre-defined time
schedule shall be done by the SI during AMC.
WQSP -TR- Measuring
04.10 Parameters Conductivity
WQSP -TR-
Accuracy
04.11 ±1%
WQSP -TR- Operating
04.12 Temperature 0° C to 70° C
WQSP -TR- Interface to The probe shall be interface with Scanning
04.13 Scanner terminal using RS 485 interface
WQSP -TR- The Probe shall support the IP68 protection
04.14 standard
Protection
The device shall have the conformity to EMC and
WQSP -TR-
Safety with EN 61326-1, EN 61326-2-3 and EN
04.15
61010-1 standards
7.4.4.Energy Audit and Preventive maintenance
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
DO probe
WQSP -TR-05.1 The probe shall be a Multi-parameter Probe
It shall be ideally for Waste Water Treatment
WQSP -TR-05.2
Process
General It shall have MoC (Material of Construction) such
as Titanium Material or Stainless Steel to sustain
WQSP -TR-05.3 the sensor in highly corrosive wastewater
environment for long term stable and maintenance
free operation
WQSP -TR-05.4 Long term stable and maintenance free operation
WQSP -TR-05.5 Resolution 0.01 mg/l O2
Measuring Mounting and Measurement shall be directly in
WQSP -TR-05.6
Principle the media or in a flow cell (Monitoring Station)
The probe shall have the optical/ fluorescence
WQSP -TR-05.7
measurement principle
Cleaning The probe shall have the Automatic cleaning
WQSP -TR-05.8 facility with compressed air or brush or using
Ultrasonic methods whichever is best suitable
Timely Calibration of the instrument based on the
WQSP -TR-05.9 pre-defined time schedule shall be done by the SI
Calibration during AMC.
WQSP -TR- Measuring
Long term stable and maintenance free operation
05.10 Parameters
WQSP -TR- The probe shall be factory pre-calibrated and with
Accuracy
05.11 local multi-point calibration
WQSP -TR- Operating
Dissolved Oxygen
05.12 Temperature
WQSP -TR- Interface to
05.13 Scanner ±1%
WQSP -TR-
0° C to 60° C
05.14 Protection
WQSP -TR- The probe shall be interface with Scanning
05.15 terminal using RS 485 interface
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Oil & Grease
The probe shall be used to measure Oil and
WQSP -TR-06.1 General
Grease in waste water
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
It shall be ideally for Waste Water Treatment
WQSP -TR-06.2
Process
It shall have Long term stable and
WQSP -TR-06.3
maintenance free operation
The Probe shall be supplied with stainless
WQSP -TR-06.4 Housing
steel, Titanium housing material
WQSP -TR-06.5 Mounting The probe shall be vertically mounted
Measuring The probe shall have the UV fluorescence (254
WQSP -TR-06.6
Principle - 360 nm) measurement principle
The probe shall have the Automatic cleaning
WQSP -TR-06.7 facility with compressed air or brush or using
Cleaning Ultrasonic methods whichever is best suitable
The probe shall be supplied with Integrated
WQSP -TR-06.8
cleaning system.
The probe shall be factory pre-calibrated and
with local multi-point calibration. Timely
WQSP -TR-06.9 Calibration Calibration of the instrument based on the pre-
defined time schedule shall be done by the SI
during AMC.
WQSP -TR- Measuring
Oil & Grease
06.10 Parameters
WQSP -TR- Limit of
1 µg/L
06.11 Detection
WQSP -TR- Operating
0° C to 60° C
06.12 Temperature
WQSP -TR- Interface to The probe shall be interface with Scanning
06.13 Scanner terminal using RS 485 interface
WQSP -TR- The Probe shall support the IP68 protection
06.14 Protection standard
WQSP -TR- Conformity to EMC with EN 50130-4, 61000 -
06.15 6- 1 standards
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Flow transmitter
Flow meters shall be a microprocessor based
electromagnetic type, having flanged connections
with integral sensor, transmitter, processor &
FTS-TR-01.1
indicator suitable for measurement of water flow.
General However Remote Version shall be accepted
depending upon the site conditions
It shall be possible to select the range of flow
FTS -TR-01.2 measurement on the flow meters at site as per
requirement.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Flow meter shall be calibrated with meter
accuracy of ± 0.5% or better which should be
FTS -TR-01.3 certified by NPL or TUV approved & ISO certified
National Laboratory of TUV Germany approved or
ISO certified International Laboratory.
The device shall be with EMI/RFI protection, NSF
FTS -TR-01.4
drinking water approval but not mandatory.
Environmental It shall be suitable for operation at atmospheric
FTS -TR-01.5 condition of 100% humidity and 0 to 50°C
Ambient temperature.
Suppliers to indicate the normal working life of the
FTS -TR-01.6
flow meters.
The flow meters shall be suitable for a working
FTS -TR-01.7 water pressure of 10 Kg/cm2 and a test pressure
of 15 Kg/cm2 for 30 minutes duration.
The housing shall be cast aluminium IP67 (NEMA
FTS -TR-01.8
Mechanical 4X) class.
The meter shall be suitable for universal mounting
FTS -TR-01.9 i.e. Horizontal or vertical, flow left to right, right to
left and bottom to top
The meter shall have flanged connections to IS-
FTS -TR-01.10 6392 else supplier has to supply 2 Nos. of
matching flanges with each flow meter.
The meter shall give 4 to 20 mA DC current
FTS -TR-01.11
output for SCADA
The supplier shall calibrate the meter at minimum
FTS -TR-01.12 three-points as per the manufacturer's points of
callibration.
Base accuracy of the combined system i.e.
FTS -TR-01.13 Electrical sensor, Transmitter & Indicator must be ± 0.5% or
better,
Flowmeter should have Multi line backlit LCD
FTS -TR-01.14
display with facility to show flow rate
Suppliers to confirm support for spares & after
FTS -TR-01.15 sales & services for flow meters for 10 years after
commissioning
Range of the Flowmeter shall be between 0 to
FTS -TR-01.16 Range
2000 Cubic meter per hour
Timely Calibration of the instrument based on the
FTS -TR-01.17 Calibration
pre-defined time schedule shall be by the SI.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Chlorine Dosing System
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
System Components: Chlorine bleach, a storage
reservoir, a powering mechanism and a residual
CDS -TR-01.1
chlorine measurement sensor with automatic
system control and operation.
CDS -TR-01.2 Chlorine bleach concentration : 1 to 5 percent
Product shall be used to disinfecting the waste
CDS -TR-01.3 General water and maintain the MPCB guidelines of
Chlorine Dosing in Waste water treatment plant.
The product shall be registered with central
CDS -TR-01.4 environmental protection agency and Maharashtra
pollution control board
The system shall be provided with pumps,
CDS -TR-01.5
connecting pipes, valves and instrumentation
It shall automatically shut off when water supply
CDS -TR-01.6
Mechanical does not eject or if there is break in vacuum line
CDS -TR-01.7 Level switches shall continuously detect the level
This dosing shall be precise to ensure that the
CDS -TR-01.8 wastewater contains the correct amount of
chlorine (Within the range of 0 to 2 ppm)
CDS -TR-01.9 3 Phase 420V AC power supply
DOSING PUMP shall be the Solenoid and
diaphragm based controlled by pulses with high
CDS -TR-
head suction capacity suitable for standard or
01.10
viscous liquids, driven by motor and controlled by
speed inverter
CDS -TR- Chlorine residual and temperature shall be
Electrical
01.11 measured after dosing for monitoring purpose.
The dosing system shall have the capability to be
CDS -TR-
integrated with RTU/PLC using Modbus RTU
01.12
signal for further transmission.
Parameter for Monitoring : Chlorine Tank
Pressure, Dosing Pressure, Chlorine concentration
CDS -TR- at the time of Dosing, Chlorine Residual and
01.13 temperature after dosing. These parameters shall
be integrated with PLC/RTU system for
integration.
The instrument shall be supplied as pre-calibrated
from the laboratory with test certificates. Timely
CDS -TR-
Calibration Calibration of the instrument based on pre-defined
01.14
time schedule shall be by done by the SI during
AMC.
7.5.9 Automatic Polyelectrolyte Dosing System
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Chlorine Dosing System
System shall have to dilute emulsion
polyelectrolyte’s with water in continues mode
PDS -TR-01.1
to reach effective poly concentration solution
between 0.05 % and 0.5 %.
The extraction capacities shall be depending
upon the dosing flow rate recommendable
PDS -TR-01.2 understand. The indicated volume as hourly
capacity assuming 60 minutes maturation for
polyelectrolyte dosing system.
The duty cycle shall be controlled by ultrasonic
General
continues level measuring sensor, installed in
the dosing chamber, that shall start the refilling
PDS -TR-01.3 process automatically, opening the solenoid
valve and adjusting the dosing pump speed to
get always the selected concentration even
with water flow variations.
Configurable process alarms with informative
or impeditive action. Mechanical and process
PDS -TR-01.4
fault alarms with independent contact free
current signals
The Dosing System shall be with following
features:
• Solution preparation tank-single or
compartment
• Chemical dosing pumps single or multiple
• Stirrer (agitator)
PDS -TR-01.5
• Valves
• Fittings
• Interconnecting piping
• Instruments like pressure gauges
• Level gauges, level switches
Mechanical
• PRV
The Capacity of storage tank shall be 5000
PDS -TR-01.6
litters and above.
Mixing capacity shall be of 4 KG of
PDS -TR-01.7
Polyelectrolyte with 3000 litters.
This dosing must be precise to ensure that the
PDS -TR-01.8 wastewater contains the correct amount of
chlorine
The polyelectrolyte dosing shall be in the form
PDS -TR-01.9 of Liquid or powder form with waste water to do
the coagulation.
PDS -TR-01.10 3 Phase 420V AC power supply
Electrical DOSING PUMP shall be the Solenoid and
PDS -TR-01.11
diaphragm controlled by pulses with high head
suction capacity suitable for standard or
viscous liquids, driven by motor and controlled
by speed inverter.
The dosing system shall have the capability to
PDS -TR-01.12 be integrated with RTU/PLC using Modbus
RTU signal for further transmission.
The instrument shall be supplied as pre-
calibrated from the laboratory with test
PDS -TR-01.13 Calibration certificates. Timely Calibration of the
instrument based on pre-defined time schedule
shall be by done by the SI during AMC.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Chlorine Leakage Detector
The chlorine gas Leak detectors shall be
supplied and installed where chlorine is stored
CLD -TR-01.1
in tanks or where liquid chlorine is withdrawn
General
from containers for Chorine Dosing at STP
Gas detector systems supplied pre-wired and
CLD -TR-01.2
tested for ease of installation
CLD -TR-01.3 IP 65 Enclosure
Mechanical
CLD -TR-01.4 Ambient Temperature : -5 to 50°C
Isolated 4-20mA output for use in recording,
CLD -TR-01.5
data logging or computer input
Alarm set-points for warning personnel of
CLD -TR-01.6
different levels of leakage
4 digit LED display indicate chlorine gas
CLD -TR-01.7
concentration directly in PPM
Measuring Range: 0 to 5 ppm (Timely
CLD -TR-01.8 Calibration of the instrument based on the pre-
defined time schedule by SI)
CLD -TR-01.9 Electrical Response Time: >= 1 Seconds
CLD -TR-01.10 220V AC input power supply
Alarm indication shall be visual by LED and
CLD -TR-01.11
audible by horn
The system shall be integrated with RTU/PLC
system for automatic data transmission using
CLD -TR-01.12
Modbus protocol and connected to COC for live
monitoring and alerts.
7.5.11 RTU with integrated 3G/4G communication capabilities
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Industrial grade intelligent gateway device with
serial or TCP interfaces for the Energy and
process parameter Measurements using any
IEG-TR-01.1
open standard protocol like Modbus/OPC
protocol or IoT protocols like MQTT, CoAP
interfaces.
General
Shall be TCP and serial interfaces for upstream
IEG -TR-01.2
and downstream communication
IEG -TR-01.3 Optional Digital outputs and Analog inputs
It shall have plug and play capability of I/O card
IEG -TR-01.4
slots, however it is not mandatory
IEG -TR-01.5 Easy Extension and Adaptation
Supplier shall produce the vibration test
IEG -TR-01.6 certificates of the supplied unit tested from a
National laboratory
Environment The device shall be EMI -EMC type tested
IEG -TR-01.7
al certified from any National laboratory
The device shall be suitable for hazardous
IEG -TR-01.8 environment and shall be IP 67 standard of
protection
IEG -TR-01.9 Din Rail mounted with Input module
The supplier shall provide required housing
Mechanical
IEG -TR-01.10 conforming to IEC 529 for housing the IEG
modules/ racks
IEG -TR-01.11 Electrical Power Supply: 220 V AC
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Communication over Digital fieldbuses (Modbus,
Ethernet/IP, OPC DA for the SCADA integration)
IEG -TR-01.12 or open IoT protocol like MQTT, CoAP etc. with
internal cellular modem for GPRS communication
over 3G/4G wireless network.
The device shall fetch parameters from all RTUs
at STP and integrate it to the COC SCADA
IEG -TR-01.13
systems using wired (FO) and wireless (GPRS)
infrastructure.
Each input shall have suitable protection and
filtering to provide protection against voltage
IEG -TR-01.14
spikes and residual current at 50 Hz, 0.1 ma
(peak-to-peak) and overload
Easy remote configuration and software update
IEG -TR-01.15
facilities
IEG -TR-01.16 Response time shall be maximum 500mS
Easy remote configuration and software update
IEG -TR-01.17
facilities
IEG -TR-01.18 Inbuilt plug-in I/O support
Electrical Safety : The device shall be compliant
with IEC 61010-1 / UL 508 or Equivalent Class I
IEG -TR-01.19 equipment, EMI/EMC, Surge, Over voltage and
Other protection as per IEC / EM or Equivalent
Standards
The device shall have the Modbus serial
IEG -TR-01.20 interfaces for Energy Meter data integration and
shall uplink to the COC SCADA system.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Energy Metering System for water Sewage Pumps (Ranging from 3hp to 900hp capacity)
A dedicated 3 Phase 4 wire digital KWH Meter
EMS-TR-01.1 unit shall be provided that shall be capable to
collect the required energy parameters
General Meters shall be ISI marked and bidder shall have
EMS -TR-01.2
to furnish valid BIS certificate along with the offer.
The meter shall be designed for minimum
EMS -TR-01.3
maintenance.
EMS -TR-01.4 Ambient temperature : -5°C to 50°C
Environmental
EMS -TR-01.5 Relative Humidity: 10% to 95%
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Proper sealing system shall be provided in the
EMS -TR-01.6
Metering system
Dimensions and mechanical structure shall be
EMS -TR-01.7
based on IEC 60297 standards.
Mounting: shall be for outdoor installation using
EMS -TR-01.8 junction boxes confirming to IP67 class
protection
Mechanical All screws and bolts used for assembling control
EMS -TR-01.9 board members and panels will be provided with
lock washer
The meters will be housed in a single unit rack
EMS -TR-01.10
mounted at indoor panels
The meter shall have features to detect and log
the occurrence of the following anomalies like
EMS -TR-01.11
CT open, Phase wire missing, voltage
unbalance, current unbalance etc.
Class 1 precision,
EMC/ Interference immunity Surge voltage
EMS -TR-01.12 according to IEC61000-4-5 at main circuit, Burst
voltage according to IEC61000-4-4,ESD
according to IEC61000-4-2
Meter shall have a display unit to display Date,
time, active energy import and export, Reactive
EMS-TR-01.13
energy lag & lead, apparent energy, Line
voltage, current, PF etc.
EMS-TR-01.14 Operating Voltage : 3x230/400 V AC, 50 Hz,
Meter shall be interfaced with Gateway devices
EMS-TR-01.15 using RS485 port with any open standard
protocol for remote communication.
Electrical Class of accuracy of the metering system shall
be 0.2s for both active and reactive energy
EMS-TR-01.16
measurement. The accuracy should not drift
with time.
The meter shall be suitable for full power factor
EMS-TR-01.17 range from zero (lagging) through unity to zero
(leading)
Meter shall provide the electrical parameters
such as instantaneous parameters which are
line Voltages, line currents, frequency , power
EMS-TR-01.18 factor, active power, reactive power, apparent
Power and the cumulative parameters like
active energy, reactive energy, apparent energy
along with Meter serial no., date and time etc.
7.5.14 Manhole Wireless Level Sensor for Main Trunk line
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Wireless Level Sensor (WLS)
This device shall monitor the manhole waste
WLS -TR-01.1 water level height to prevent from the overflow of
General waste water from the manhole
It shall be ruggedized ultrasonic level sensor
WLS -TR-01.2
which works in type of harsh environments
WLS -TR-01.3 IP 67 Enclosure
Mechanical
WLS -TR-01.4 Ambient Temperature : -5 to 60°C
WLS -TR-01.5 Operating Voltage: 3.0V to 5.0V DC
WLS -TR-01.6 Battery / AC powered
The Device shall be supplied with battery for low
WLS -TR-01.7 power consumption and long range network or
3G/4G GSM Network
WLS -TR-01.8 Electrical Wireless Frequency Band: 865-867 ISM band
WLS -TR-01.9 Receive Sensitivity: 136 dBm
WLS -TR-
Transmitting Power: +20 dBm
01.10
WLS -TR-
Internal/External Antenna
01.11
WLS -TR- Communication based on open wireless
01.12 protocols in ISM band
WLS -TR-
Notification Alerts when reached thresholds
01.13
WLS -TR-
Low power and excellent battery based system
01.14
WLS -TR-
Battery life: Minimum 5 years
01.15
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Intel Core i5 , 64bit x86 Processor @ 3.2 GHz or
DSK.TR.001 Processor more,4MB L3 cache, Memory support DDR3 or
better specifications
The software installed at each STP shall be
DSK.TR.002 Video integrated with centralized Software for real-time
synching of data from weigh bridges in the city.
DSK.TR.003 Network Integrated 10/100/1000 Gigabit Ethernet controller
1 HDMI port (Preferable), 2x USB 2.0 and 2 x USB
DSK.TR.004 Ports
3.0 (Preferable) ,
10 USB ports external - with minimum 4 ports USB
DSK.TR.005 Ports
3.0
DSK.TR.006 Ports Front I/O includes (2 or more ) USB 2.0 ports
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Rear I/O includes (2 or more ) USB 3.0 ports, (2 or
DSK.TR.007 Ports more) USB 2.0 ports, serial port, Parallel port, PS/2
mouse and
keyboard ports, RJ-45 network interface,
DSK.TR.008 Ports DisplayPort 1 VGA and 3.5mm audio in/out jacks; 4
in 1 Media Card Reader (Preferable)
HDD
DSK.TR.009 Integrated dual port SATA-II controller
Controller
DSK.TR.010 Memory 16GB DDR III 1333MHz or higher
DSK.TR.011 Storage 1TB @ HDD 7200 RPM
Optical 22X DVD writer or higher and the corresponding
DSK.TR.012
Drive software
21” TFT LCD monitor minimum 1920 x 1080
DSK.TR.013 Monitor resolution with 5 ms response time or better
specifications, TCO 03 or higher certified
DSK.TR.014 Keyboard 107 or more Keys Keyboard
2 / 3 button USB Optical Scroll Mouse with anti-
DSK.TR.015 Mouse static mouse pad resolution of Optical 1000 cpi,
Complying to CE and FCC norms
Power
System with Power management features &
DSK.TR.016 Manageme
Desktop Management Interface implementation
nt and DMI
Operating
DSK.TR.017 Windows desktop latest version
System
DSK.TR.018 Power input 100 -240V AC
3G/4G to Wi-Fi/Ethernet Router with High Power
3G Antenna shall be provided with desktops at all
DSK.TR.019 Router
weigh bridges and other locations where internet is
not available
Reference
Compliance
Sr. No. Item Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
HDTV.TR.001 Size Min 65 inches
Display
HDTV.TR.002 LED
Technology
HDTV.TR.003 Resolution 1080P Full HD
HDTV.TR.004 Display Type LED
HDTV.TR.005 Ports USB – 1 , HDMI Port -3
HDTV.TR.006 Power Supply 230 V AC
HDTV.TR.006 SOUND Integrated minimum 20 W speakers
7.5.17 Sewerage Network Modelling and Management Software (SNMM)
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Water Sewerage Network Modelling and Management
System shall effectively identify potential
SNMM-FR-01 problem areas, accommodate service area
growth, and plan capital improvements
System shall optimize pumping strategies, and
SNMM -FR-02 General plan shutdowns and routine operations to
minimize disruption
System shall analyse and compare a wide
SNMM-FR-03 range of variables to prioritize renewal
decisions
System shall be able to find the weak links in
SNMM-FR-04 water Sewage system and assess the
adequacy of isolation valves
System shall evaluate the ability to isolate
SNMM-FR-05 portions of the system and serve customers
using different valve locations
Analysis
System shall generate network segments once
SNMM-FR-06
the isolation valve data is supplied
System shall leverage flow and pressure data
SNMM-FR-07
to find locations for detailed leak detection test
Application shall analyse the impact that
SNMM-FR-08 different pump operational strategies have on
energy usage
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Energy Meter Data Acquisition System (MDAS) for WPS Pumps
Real-time data acquisition from the deployed
MDAS-FR-01 IEG, and organise the data in the database in a
Common Data Format (CDF)
System shall be provided with online Alerts,
MDAS-FR-02 dynamic formation for observation groups of
suspicious meters
MDAS shall be a web-based software for meter-
MDAS-FR-03
data acquisition and presentation
General MDMS shall be scalable with regards to the
frequency of data acquisition and shall be able
MDAS-FR-04
support up to 10000 energy meters
simultaneously
The system shall enable remote monitoring of the
MDAS-FR-05 electrical parameters of water and waste water
pumps
Shall show on a map the point of connection with
MDAS-FR-06
respective Meter ID and other associated details
Communicati System shall establish communication with
MDAS-FR-07 on modem associated to IEG using
Interfaces GPRS/FO/Ethernet links
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
System shall have OPC server license to
MDAS-FR-08 integrated with the Control Centre SCADA
system
Shall have the Web service interface to be
MDAS-FR-09 integrated with EMS application for energy audits
and analysis
Shall be able to generate the reports based on
MDAS-FR-10 the point of connection. Shall be able to export
the data into spread sheets i.e.xls format.
Shall be able to export the data into spread
MDAS-FR-11
sheets
System shall convert the data in the form of flat
MDAS-FR-12
files
Meter Master Module shall contain the make,
MDAS-FR-13
model, ID & other configuration details of Meters
Shall be able to read and collect the missing
MDAS-FR-14 Meter meter data after the re-establishment of the link
Module in case of any communication failure
Shall be able to read the data from each energy
MDAS-FR-15 meter using open standard protocol like
Modbus/DLMS protocol
Shall provide the facility to generate the reports
MDAS-FR-16 using reporting tool in case of any customized
reports at any level
MDAS system shall have the options for selecting
MDAS-FR-17
chart type like voltage, current, frequency etc.
select the meter from the list to generate the
Reports
following reports by providing "From" and "To"
MDAS-FR-18
date, based on the meter type options are
enabled and disabled
extensive search options and shall provide fixed
MDAS-FR-19 format as well as query based reports in tabular
& graphic format
Shall be used to request data from the selected
MDAS-FR-20
meter by providing meter number
Request data
Based on the meter number/ type selection
MDAS-FR-21
option shall be selected automatically
System shall be supplied with database for data
MDAS-FR-22
storage and retrieving facilities.
MDAS-FR-23 Shall have data backup and data archiving
System shall exist in conjunction with several
Database other systems. It would therefore be required to
MDAS-FR-24 server interface with other systems for seamless flow of
business information in Web Services or W3C
XML industry format/ OPC/ DDE/ ODBC Interface
MDAS-FR-25 Multiple database support
MDAS-FR-26 Security –Access Level Control
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
MDAS-FR-27 Real Time Meter Data: Individual Meter data
Powerful Server Client Architecture, with data
MDAS-FR-28 web view even from smart phones (iPhone,
Blackberry, Android etc.)
7.5.19 On-line Waste Water Quality Monitoring System with web application and Mobile
APIs License (OWQMS)
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
On-line waste water Quality Monitoring System (OWQMS)
WQMS shall be a web based application to
provide systematic framework for enhancing
OWQMS-FR-01 waste water distribution system monitoring
activities to detect emerging water quality issues
and respond prior to the problem occurs.
Shall utilize real-time water quality parameters
General
collected from quality sensors across the
OWQMS-FR-02
distribution network to analyse and detect water
quality anomalies.
Monitoring shall include all the waste water
OWQMS-FR-03 quality parameters received from the remote
sensors.
Waste water quality parameters shall be fetched
OWQMS-FR-04 from Control centre SCADA / Historian system
using OPC UA interface
The system shall have the desired interfaces for
OWQMS-FR-05 the data integration with other existing
Data
applications as necessary.
Communicati
The application shall import and store sensor
on
measurement and state data (operational and
communication status) at a specified time
OWQMS-FR-06
frequency from other relevant databases and
systems to analyse, and visualize the water
quality data on a continuous basis.
Based on operational and communication status
and other characteristics, it shall determine
OWQMS -FR-
whether data are valid or invalid, and whether
07
the quality of the data is sufficient to assess
Information
water quality.
Management
Shall analyse valid sensor data to assess water
OWQMS-FR-08 & Analysis
quality and sensor states.
Shall perform advanced data analyses, such as
OWQMS-FR-09 time‐series trend analysis, multi‐parameter
clustering, and single parameter thresholding for
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg. No.)
identifying unusual water quality events due to
either intentional or unintentional causes
Based on operational and communication status
and other characteristics, it shall determine
OWQMS-FR-10 whether data are valid or invalid, and whether
the quality of the data is sufficient to assess
water quality
Shall generate and manage alarms based on
OWQMS -FR- sensor states and water quality determined by
11 the analysis of a) valid sensor data and b)
Alert calculated water quality parameters
Investigation Shall generate notifications, follow‐up
OWQMS -FR- notifications, and escalated notifications to
12 appropriate personnel in the
event of alarms
OWQMS -FR- Shall generate standard and user-configured
13 reports.
Reports
OWQMS -FR- Shall have the control access to all data, results,
14 reports, and system administration tools
OWQMS -FR- The Application shall be integrated with City
Integration
15 Mobile Application
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
EMS Application software (for Energy Audit and preventive maintenance) for
waste Water Pumps
EMS application shall be used to determine the
EAPMS-FR-01
pumps efficiency during the operating condition
It shall help to determination of system
EAPMS-FR-02 resistance and the operating duty point of the
pump and compare the same with design
General The Energy Meter data at each pumping
EAPMS-FR-03 station, shall be used to analyse the real
efficiency of the pumps.
It shall facilitate continuous energy
EAPMS-FR-04 management and increased operational
efficiency
Audit functions will be performed with the
Energy Meter data collection and to analyse the
EAPMS-FR-07
Energy Audit data, draw sound conclusions and provide
with Energy quality recommendations
Meter Energy Meter data shall be fetched from MDAS
EAPMS-FR-08 system to analyse with the efficiency
parameter.
Reference
Compliance
Sl. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The technology will track and provide views of
EAPMS-FR-09 the following meter points with help of GUIs
and reports.
With help of the suction and discharge
pressure, it shall help to determine the total
EAPMS-FR-15
dynamic head (TDH) of the pump and the
available net positive suction head.
The suction and discharge pressure, measured
by pressure transducers, shall transmit the real‐
EAPMS-FR-16
time data through SCADA system to EMS
Pressure and
system for analysis
Flow analysis
Pump system analysis shall be carried out w.r.t
EAPMS-FR-17 the real time data acquisition of flow, pressure
measurements w.r.t the design specification.
Typical system analysis will include the
following information: NPSHA, NPSHR, static
EAPMS-FR-18
head, friction loss through the system, and a
complete review of the piping configuration.
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Entry to any parking space shall have outdoor
ENTR.FR.001 displays/screens showing overall availability of parking slots in
that particular parking space.
Each entry lane shall be equipped with one Entry Device with
ENTR.FR.002
the following capabilities:
ENTR.FR.002.a The Entry Device shall act as an Automatic Ticket Dispenser
It shall have touch screen for motorist to enter Unique Booking
ENTR.FR.002.b
Number
The Entry Device shall have Near Field Communication (NFC)
ENTR.FR.002.c
capability
The Entry Device shall have capability to connect with
ENTR.FR.002.d
Intercom, microphone, speaker and other subsystems
The ticket, QR Code and Smart Parking Card or any other
ENTR.FR.003 technology used by SI shall be capable of capturing data that
is easily retrievable at the exit.
Every vehicle entering the parking space shall be stopped by
ENTR.FR.004 barrier. The barrier is raised when the motorist is issued a
ticket or has been identified as a legitimate user.
In case the parking lot is already occupied to its capacity, the
ticket issuing shall automatically be blocked and therefore, the
ENTR.FR.005
barrier shall not open. A message shall also be displayed on
the outdoor screen stating the same.
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
ENTR.FR.006 The Entry Device shall be able to detect and report :
ENTR.FR.006.a Anti-pass back
ENTR.FR.006.b Back-out ticket
ENTR.FR.006.c Low ticket stock
The display on Entry Device shall have capability to display
messages in English, Marathi and Hindi languages. The
ENTR.FR.007 solution shall also include provision to capture the image of
vehicle and license plate number of every vehicle entering any
of the parking spaces using dedicated cameras.
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Any vehicle, before leaving the parking area, shall be stopped
EXIR.FR.001
by a barrier system at the point of exit from the parking.
EXIR.FR.002 The solution shall have clearly instructed easy to use interface
The solution shall also include provision to capture the image
of the vehicle including license plate number exiting from any
EXIR.FR.003
of the parking spaces.The information related to the same shall
be stored at the central server.
EXIR.FR.004 Manual Pay Station:
Exit of every parking shall be equipped with a manned Pay
EXIR.FR.004.a
station (booth).
The exit booth shall have appropriate space for keeping
EXIR.FR.004.b devices such as a computer with internet connectivity, QR code
reader, credit card reader, printer etc.
For motorists who enter the parking lot using Smart Parking
Card, Monthly pass or any other NFC capable card provided
by SI, the exit booth shall have facility to read all these cards
EXIR.FR.004.c
for express exit. The payment can also be linked to the e-Wallet
of the motorist with auto-debit option with alerts for the same.
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The entrance and exit of each parking lot shall have a barrier
EEBB.FR.001 gate system using technologies such as boom barriers,
bollards etc.
The barrier shall remain in open position for optimal period of
EEBB.FR.002
time for the vehicle to pass at entrance and exit.
The solution shall also include provision to capture image of
vehicle including license plate number of every vehicle entering
EEBB.FR.003
and leaving any of the parking spaces and all the information
related to the same shall be stored at a central server.
EEBB.FR.004 Barrier shall have capability of in built glowing direction signage
EEBB.FR.005 Barrier Arms shall have the following options:
EEBB.FR.006 In closed position the full arm shall be illuminated red.
EEBB.FR.007 During movement the full arm shall be illuminated yellow.
Once reached open position, the full arm shall be illuminated
EEBB.FR.008
Green.
Upon horizontal impact by a vehicle, the barrier arm shall get
detached from the barrier unit with minimal damage to the
EEBB.FR.009 vehicle and the barrier motor mechanism. An alarm shall also
be raised and sent to the server and monitoring console, when
the barrier is detached.
An alert shall be sent to the console and server to ensure that
EEBB.FR.010 the administrator is informed that the barrier is not attached or
barrier breakage.
All vehicular passages during the time when the barrier is not
attached shall be recorded and displayed in the reports
EEBB.FR.011
separately in order to audit the necessary revenue transactions
during that time.
The barrier arm shall be easy to refit with barrier unit in a short
EEBB.FR.012
duration (within one minute).
7.6.4 Wireless Handheld Device
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Handheld device shall be able to receive available parking
HHD.FR.001
information from control center
It shall be able to allocate parking space to local users and
HHD.FR.002
generate tickets
It shall be able to generate ticket of mobile users via QR code
HHD.FR.003
reading from mobile devices
It shall update the central web-server with parking allocation
HHD.FR.004
information
It shall be integrated with local display unit for parking status
HHD.FR.005 information and boom barrier operations for which logs have to
be created in Parking Management System
Similar device at the exit location should work as payment
HHD.FR.006 collection device or same device if entry and exit are next to
each other
The calculated amount will be received from parking users
HHD.FR.007
through integration with payment gateways
In case of failure of network, the amount shall be calculated
HHD.FR.008 manually and same should be updated to Smart Parking
System later.
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The display panel units shall indicate available spaces for
IDP.FR.001 each parking aisle, bay/zone/level, total parking and shall be
able to be customized by the software.
The display panel shall be easy to understand and must have
IDP.FR.002
graphical directional and zone status indication (as red
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
crosses for zone full or green directional arrows to guide
drivers to zones with available spaces).
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The system shall include central reporting system establishing
MIS.FR.001 the connection between the devices and sensors, and the
centralized Command and Control Centre.
The solution should include reporting dashboards with
MIS.FR.002 location specific thresholds to be set for generating
customized reports
The solution should be capable of monitoring the number of
MIS.FR.003 vehicles that entered or exited the parking premises during
any given time
The solution should generate reports for each parking spot, in
MIS.FR.004 each of the parking lots capturing utilization, cost, and
revenue details, and details of assets, people and etc.
These reports should be available in all standard acceptable
MIS.FR.005
formats like .csv, .pdf, .txt, etc.
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
WS.FR.001 Parking web application server shall be hosted on a public
domain
WS.FR.002 The mobile application shall connect to the web application
server for availability information, booking and payments via a
payment gateway. The payment shall be done in the exit
boom barrier.
WS.FR.003 The space for hosting the web application server shall be
provided by PCSCL.
WS.FR.004 The citizens shall be able to view occupancy of parking lots
over a defined time period.
WS.FR.005 The administrators shall be able to generate MIS report to
view occupancy, collection and other usage statistics over a
defined time period.
WS.FR.006 The application shall support both fixed and dynamic (based
on peak time) pricing plans.
WS.FR.007 The web interface shall provide complete information on
revenue collected from parking operations in real time along
with occupancy status
WS.FR.008 The web interface shall provide complete historical reports on
revenue collected from parking operations at parking lots
7.6.9 Parking Aisle Light Indicators
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Light indicators shall be installed for all indoor parking lots for
PALI.FR.001 motorist to see the available and occupied spaces from the
parking lane easily
Once a parking slot is occupied the total parking slots shall
PALI.FR.002
automatically get updated.
The fixation of the light indicators to the ceiling shall be easy
PALI.FR.003 and fast, and shall use a quick fastening clips to easy the
installation.
The SI may suggest any similar innovative solution for Open
PALI.FR.004
Parking and Street Parking.
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
The display panel units shall indicate available spaces for
each parking aisle, bay/zone/level, total parking, and shall be
IDP.FR.001 able to be customized by software.
The display panel shall be easy to understand and must have
graphical directional and zone status indication (as red
crosses for zone full or green directional arrows to guide
IDP.FR.002 drivers to zones with available spaces).
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
High Strength , Attractive Look and Fine Finish,
General
ABB.TR.001 Integration with Parking Column shall be
Features
possible
Opening
ABB.TR.002 6 Sec
Time(sec):
Boom
ABB.TR.003 3000
Length(mm):
Height Of
ABB.TR.004 Boom Form 800
Ground (mm)
Housing
ABB.TR.005 Dimension 1050x300x260
(mm)
Boom
ABB.TR.006 Dimension 100x50
(mm)
Controller
ABB.TR.007 Protecting IP 55
Rating
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
ABB.TR.008 Power 100 Watt or less
ABB.TR.009 Torque(nm) 400 or more
ABB.TR.010 Duty Use Intensive Use
Operating
ABB.TR.011 Temp & -20 C To + 60 C, 5-95% RH
Humidity
Life
ABB.TR.012 10 Years
Expectancy
Daily
Operating
ABB.TR.013 Cycles 600
(recommende
d)
Standard
Remote, Control Board, Instruction Manual,
ABB.TR.014 Accessories
Manual Key, Wireless Push Button
(included)
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
PCG.TR.001 The Column Gate shall have the following
Feature features
PCG.TR.002 Ticket Dispenser
PCG.TR.003 Barcode / QR Code Reader
PCG.TR.004 Ticket Printing facility
PCG.TR.005 Display
PCG.TR.006 Design It shall have unique design based on aluminium
and high grade synthetics
PCG.TR.007 Functionalit It shall be modular, easy to maintain and
y connected to the central web application server
for operations management
PCG.TR.008 Display Bright High Resolution graphic display
PCG.TR.009 Ticket It shall have ticket dispenser functionality with
Dispenser paper roll printer
PCG.TR.010 Operating 100-240 V ±10 % / 50-60 Hz
Voltage
PCG.TR.011 Operating 0 to +50 °C
temperature
PCG.TR.012 Humidity Max 90%
PCG.TR.013 Protection IP65
Reference
Compliance
Sr. No. Item Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
POS.TR.001 Functions EMV / PBOC Chip Card Reader
POS.TR.002 Functions Triple track magnetic stripe card reader
Reference
Compliance
Sr. No. Item Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
POS.TR.003 Functions NFC
POS.TR.004 Functions Over-the-air firmware update
POS.TR.006 Functions Secure PIN pad
POS.TR.007 Functions Thermal printer
POS.TR.008 Display Backlit dot-matrix LCD display
POS.TR.009 Buttons Numerical buttons, ENTER, CANCEL & CLEAR
buttons, power on/ setting button, Up/Feed
Paper buttons, Down/ Reprint button
POS.TR.010 Communicati Bluetooth v4.0, USB, WIFI, GPRS
on Interface
Thermal
Printer
POS.TR.011 Paper Width 58mm/2.28 inch
POS.TR.012 Paper Roll Max 30 mm/ 1.18 inch ( shall print min 60
Diameter receipts with printing length 10mm per receipt)
POS.TR.013 Resolution 8 dots/mm, 384 dots / line
POS.TR.014 Power Lithium rechargeable battery 1400 mAH, 3.7V or
Battery above
POS.TR.015 Charging via micro USB or cradle
POS.TR.016 Key DUKPT, MK/SK
Management
POS.TR.017 Encryption TDES, AES
Algorithm
POS.TR.018 Support Android 2.1 or above
operating iOS 6.0 or above
Systems Windows Phone 8
MS Windows
POS.TR.019 MCU ARM Secure MCU with M4 core, speed up to
120MHz
POS.TR.020 Memory 1 MB Flash Memory
POS.TR.021 Operating 0 to 60 Degree Celsius
Temperature
POS.TR.022 Humidity 5-95 %
POS.TR.022 Functionality The system shall provide complete ticketing
solution as per functional requirements of the
RFP and work in synchronization with
centralized parking web application
Reference
Compliance
Sr. No. Item Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
LED.TR.001 LED Pitch 10mm X 12.5 mm (H X V)
LED.TR.002 LED Type 5mm, High Intensity, Amber Color
Viewing
LED.TR.003 Horizontal 120 Degree and Vertical 60 Degree
Angle
LED.TR.004 Brightness > 1000 mcd
Reference
Compliance
Sr. No. Item Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
Character
LED.TR.006 English: 100 mm, Marathi: 200 mm
Size
No. of
LED.TR.007 Display 2 and 4
Lines
Visual Fixed, Flashing, Alternative, Scrolling and
LED.TR.008
effects combinations
RS -232 Baud Rate @9600 bps, for configuration and
LED.TR.009
Interface management
LED.TR.010 USB USB 2.0 Full speed
GSM /
Quad or Dual Band
LED.TR.011 GPRS
GPRS Class 12
interface
Operating
LED.TR.012 Temperature: -10 to +55 deg C
Temprature
Shall communicate wirelessly with gateway and
Communicat
LED.TR.013 show the feed messages on display from central
ion
or local system
7.6.15 Desktop
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
DSK.TR.001 Processor Intel Core i5 , 64bit x86 Processor @ 3.2 GHz
or more,4MB L3 cache, Memory support DDR3
or better specifications
DSK.TR.003 Video The video management software shall be
installed on each desktop to access the video
feed from NVR system.
DSK.TR.003 Network Integrated 10/100/1000 Gigabit Ethernet
controller
DSK.TR.004 Ports 1 HDMI port (Preferable), 2x USB 2.0 and 2 x
USB 3.0 (Preferable) ,
DSK.TR.005 Ports Minimum 4 ports USB 3.0
DSK.TR.006 Ports Front I/O includes (2 or more ) USB 2.0 ports
DSK.TR.007 Ports Rear I/O includes (2 or more ) USB 3.0 ports, (2
or more) USB 2.0 ports, serial port, Parallel port,
PS/2 mouse and
DSK.TR.008 Ports keyboard ports, RJ-45 network interface,
DisplayPort 1 VGA and 3.5mm audio in/out
jacks; 4 in 1 Media Card Reader (Preferable)
DSK.TR.009 HDD Integrated dual port SATA-II controller
Controller
DSK.TR.010 Memory 16GB DDR III 1333MHz or higher
DSK.TR.011 Storage 1TB @ HDD 7200 RPM
DSK.TR.012 Optical Drive 22X DVD writer or higher and the
corresponding software
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
DSK.TR.013 Monitor 21” TFT LCD monitor minimum 1920 x 1080
resolution with 5 ms response time or better
specifications, TCO 03 or higher certified
DSK.TR.014 Keyboard 107 or more Keys Keyboard
DSK.TR.015 Mouse 2 / 3 button USB Optical Scroll Mouse with anti-
static mouse pad resolution of Optical 1000 cpi,
Complying to CE and FCC norms
DSK.TR.016 Power System with Power management features &
Management Desktop Management Interface implementation
and DMI
DSK.TR.017 Operating Windows desktop latest version
System
DSK.TR.018 Power input 100 -240V AC
DSK.TR.019 Router 3G/4G to Wi-Fi/Ethernet Router with High Power
3G/4G Antenna shall be provided with desktops
where internet is not available
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
INPS.REQ.001 The sensor should be installed on the ceiling
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
Mobile Point of Sale (MPOS)
MPOS.REQ.001 Wireless Handheld Entry & Exit Device with Integrated
Bluetooth/Micro USB Printer
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
MPOS.REQ.002
The device should be android powered
MPOS.REQ.003 The POS device should be able to control boom barrier via
Bluetooth or Wi-Fi.
MPOS.REQ.004 The POS device should be able to store atleast 6 months of
data
MPOS.REQ.005 The shift reports could be collected from the POS devices itself
The POS device should work offline as well, store relevant data
MPOS.REQ.006
in SD Card and the data stored from offline operation should
be synced with the server as soon as connection is restored
MPOS.REQ.007
The barriers should be functional even in offline mode
The printer shall be connected with the POS terminal via
MPOS.REQ.008
Bluetooth or micro USB or POS device shall have an
integrated printer
MPOS.REQ.009 The POS device should have an integrated 1D & 2D bar code
scanner
Device should be an online unit, connected in real-time with
MPOS.REQ.010 Parking Operations control center through Wi-Fi and
2G/3G/4G. It may be powered by batteries and power supply
along with cradle for charging.
MPOS.REQ.011 Capability to print real time parking receipts and QR-coded
tickets
MPOS.REQ.012 Transactions to be uploaded instantly and automatically to the
POCC
MPOS.REQ.013 Ticket dispensing & cash register functionality should be
possible within a single device.
it should be possible to scan the QR Code on tickets issued by
MPOS.REQ.014
the entry device and issue receipts post payment
It should be possible to validate QR Codes for reserved or
MPOS.REQ.015
drive-in users using the Mobile Parking application
MPOS Billing Application
The application should enable retrieval for transaction ID by at
the least 3 methods to calculate the parking fee at exit or
MPOS.REQ.016 during any time vehicle is parked for security or other reporting
reasons i.e. Scanning Paper QR Code, Entering Mobile ID,
Entering Unique ID Printed on ticket
MPOS.REQ.017 POS Application shall be Android Based
Application shall be capable to validate drive-in and reserved
MPOS.REQ.018 users by scanning QR Code generated on Mobile Parking
Application of commuters
The POS software should be able to differentiate & handle
MPOS.REQ.019 between Normal Paid Parking users, VIPs and guests who are
not supposed to pay parking charges
The POS software should be able to handle loss of entry
MPOS.REQ.020
ticket/pass
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The POS application shall have an option to open boom barrier
MPOS.REQ.021
through handheld entry device
The POS application shall have an interface to enter car
MPOS.REQ.022
number, car type etc. parameters
The POS application, POS Portal, Parking guidance software,
Parking Management Software, live map view software,
MPOS.REQ.023 dashboard, reporting and analytics software and user mobile
Application shall be an integrated suite developed by one
company/OEM
Reference
Compliance
Sr. No. Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
OPMS.REQ.001 Sensors shall be Wireless Magnetic Sensors
OPMS.REQ.002 Protection Level shall be IP67
Shall have Ability to accurately detect if the car bay is vacant/
OPMS.REQ.003
occupied through appropriate placement within each bay.
OPMS.REQ.004 Magnetic sensors shall be able to safely fixed on road surface/
parking pavement
The sensor shall be interrupt based. Shall not poll and check
OPMS.REQ.005
repeatedly for every few seconds if a vehicle has arrived/left.
Sensor Shall reliably detect presence/ absence of car within a
OPMS.REQ.006 configurable number of seconds of car parking/ un-parking
event occurrence
The sensor should feature a selectable I2C or point-to-point
OPMS.REQ.007 SPI serial interface with 16-bit magnetometer ADC resolution
along with smart-embedded functions
The transceiver should work in the open 2.4Ghz range and
communicate with parking GATEWAY over Zigbee
OPMS.REQ.008
Protocol/using any open IoT protocol over Low Power Wide
Area communication Network.
The transceiver should follow a mesh networking multi-hop
OPMS.REQ.009 protocol/using any open IoT protocol over Low Power Wide
Area communication Network.
OPMS.REQ.010 The sensor should have a fixed magnetic measurement range
of ±1200 Μt
The sensor should be guaranteed to operate over the extended
OPMS.REQ.011
temperature range of 0 °C to 55 °C
The sensor should be battery operated and shall send battery
OPMS.REQ.012
status at regular intervals
OPMS.REQ.013 The battery should have minimum life of 5 years
Each sensor should have an accurate and real-time feedback
OPMS.REQ.014 mechanism to be detected automatically by the system in case
of faults.
Parking Management software, outdoor sensors, indoor
OPMS.REQ.015 sensors, parking GATEWAYs, User Application shall be from a
single OEM.
7.6.19 Parking Gateway
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
GATEWAY.REQ.001 Shall be Linux based operating system powered gateway
GATEWAY.REQ.002 shall have a battery backup of minimum 2 hours
The receiver on the gateway should use a 2.4GHz
GATEWAY.REQ.003 range/Zigbee/LORA and follow a multi hop mesh
networking protocol.
The gateway shall periodically update the central
GATEWAY.REQ.004 management server at CCC about the diagnostics status
of each sensor, LED, controller and display
The gateway shall use secure http protocol to
GATEWAY.REQ.005
communicate with the cloud server
The gateway shall be able to control the displays placed
GATEWAY.REQ.006
throughout the parking lot
The gateway shall ensure the display data sync at all
GATEWAY.REQ.007
locations and floors where they are placed
GATEWAY.REQ.008 shall have Wi-fi on board, Ethernet connector on board
shall have Bluetooth Low Energy (BLE) on board for future
GATEWAY.REQ.009
tech integration
shall have multiple USB ports for communication via USB
GATEWAY.REQ.010
GSM/3G/4G dongle
shall use micro SD port for loading operating system and
GATEWAY.REQ.011
storing data
GATEWAY.REQ.012 shall have a Micro USB power source (up to 2.4 Amps)
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
All applications, content, data, and information related to
PMOBAPP.REQ.001 the App and users shall be securely hosted and saved in
the CCC
PMOBAPP.REQ.002 Shall integrate with the PCMC Smart city mobile app
shall be light, intuitive, easy to use, responsive, secure and
PMOBAPP.REQ.003
maintain
Compatible with and responsive to all leading smart
PMOBAPP.REQ.004
phones on Wi-Fi, GSM and CDMA networks
Operating System (OS) shall be independent and available
PMOBAPP.REQ.005
on all major OS platforms including iOS, Android
PMOBAPP.REQ.006 The parking application shall be developed in native code
The application shall be integrated with google maps to
PMOBAPP.REQ.007
provide live parking data
The application shall be integrated with payment gateway
PMOBAPP.REQ.008
or mobile wallets for digital transactions
The application shall provide the live floor-plan of the
PMOBAPP.REQ.009
parking lot with parking availability on each slot
The application shall allow users to reserve parking slots
PMOBAPP.REQ.010
and pre-pay for the same
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
The application shall have provision for paperless
transaction and allow the users to enter their vehicle
registration number. Each vehicle registration number shall
PMOBAPP.REQ.011 be uniquely identified with a QR code. The application
shall be integrated with the POS system where the vehicle
QR can be scanned at the entry to gain access to the
parking lot
PMOBAPP.REQ.012 The application shall also support geo-fencing
The application shall help commuters remember their
PMOBAPP.REQ.013
parking slot after they have parked their cars
The application shall have in-app support system such as
PMOBAPP.REQ.014
24/7 live chat with customer support team
Citizen registration:
One-time online registration to be done and stored
PMOBAPP.REQ.015 in the data center.
Terms of service to be accepted by the user prior
to log-in
Parking Guidance System:
Current GPS location determined.
User enters destination
Nearest available parking spaces are shown using
maps in decreasing order of distance, the rates of
PMOBAPP.REQ.016 each parking applicable at that time shall also be
displayed and if user decides to reserve it,
reservation is done with payment done from e-
wallet/ payment gateway
Number of vacant parking slots in a parking on
map should also be shown to user.
Online cancellation for the spot should also be provided in
PMOBAPP.REQ.017
case of online reservation.
The App shall integrate with and allow payments through
PMOBAPP.REQ.018 the selected third part shared services for Payment
gateway and e-Wallet
The App shall have a section detailing frequently Asked
Questions (FAQs) related to Smart initiatives and their
PMOBAPP.REQ.019 related responses. The section shall also provide contact
information of Helpdesk Customer Service for parking
problems, if any
PMOBAPP.REQ.020 User shall view version and details of the App
Shall be scalable and technically adaptable to future
PMOBAPP.REQ.021
enhancements
Shall support Unicode and be multilingual in atleast
PMOBAPP.REQ.022
English and Hindi
PMOBAPP.REQ.023 Shall track GPS location of the user device
PMOBAPP.REQ.024 Shall provide accurate mapping and navigation services.
Collect data categorically without impacting citizen’s
PMOBAPP.REQ.025
privacy issues
Reference
Compliance
Sr. No Indicative Requirement Description (Doc. /
(Yes / No)
Pg. No.)
CCC shall provide live feed from parking lots and number
PMOBAPP.REQ.026
of free spaces to app
Command Centre shall confirm acceptance of payments
PMOBAPP.REQ.027
and reserve/cancel the parking lots accordingly
Reference
Compliance
Sr. No Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Environmental sensor station shall monitor following parameters
ESS.FR.001
and include the following integrated sensors inside one station:
ESS.FR.001.a SO2
ESS.FR.001.b NO2
ESS.FR.001.c CO
ESS.FR.001.d CO2
ESS.FR.001.e O3
ESS.FR.001.f PM10
ESS.FR.001.g PM2.5
ESS.FR.001.h Noise pollution
It shall be an integrated module along with the existing
Environmental Sensor stations (both AQMS & AWS), which shall
ESS.FR.002
monitor overall ambient air, light and noise quality among other
parameters as detailed in point above.
Environmental sensor station shall be ruggedized enough to be
ESS.FR.003
deployed in open air areas such as streets and parks.
The collated environmental information shall be relayed
instantaneously to signage – large, clear, digital-display screens
ESS.FR.004
both in existing LED Display Boards and Variable Messaging
Displays (VMDs).
The environmental sensor station shall be integrated with digital
ESS.FR.005 display boards for automatically displaying information from
environmental sensors.
The Digital display software application should accommodate
different access rights to various control unit functionalities
depending on operator status and as agreed with the client.
ESS.FR.006 Software should be GUI based and capable to handle up to 10
Digital display boards. User should be able to select desired
location in Map and this should enable user to see the live status
of that specific Digital display board.
It shall be possible to configure and calibrate the sensors through
ESS.FR.007
the software from a remote location.
Alarms shall be generated for events where the environmental
ESS.FR.008
parameters breach the safe or normal levels.
Reference
Compliance
Sr. No Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
The Environment department & PCSCL shall be able to configure
ESS.FR.009 or change the environmental parameters based on Pollution
Control Boards and other controlling stakeholders.
Complianc Reference
Sl. No. Category Minimum Requirement Specifications e (Doc. / Pg.
(Yes / No) No.)
Sensor shall be ruggedized enough to be deployed in
SE.FR.001 General
open air areas, on streets and parks
Sensor shall be able to read and report the following
SE.FR.002 General parameters: PM 10, PM 2.5, NO2, SO2, CO, O3, CO2,
Noise Sensor
Sensors shall be able to connect through Fibre, USB,
Connectivit
SE.FR.003 Ethernet, Wi-Fi, 2G, 3G 4G, LTE, connectivity
y
mediums, whichever feasible
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
CO.TR.01 Range Range of CO sensor shall be between 0 to 1000 PPM.
CO.TR.02 Resolution Resolution of CO sensor shall be 0.01 PPM or better.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Lower
Lower detectable limit of CO sensor shall be 0.040
CO.TR.03 Detectable
PPM or better.
Limit
Precision of CO sensor shall be less than 3% of
CO.TR.04 Precision
reading or better.
Linearity of CO sensor shall be less than 1% of full
CO.TR.005 Linearity
scale or better.
Response Response time of CO sensor shall be less than 60
CO.TR.006
Time seconds.
Operating Operating temperature of CO sensor shall be 0°C to
CO.TR.007
Temperature 60°C.
Operating
CO.TR.008 Operating pressure of CO sensor shall be ±10%.
Pressure
Complianc Reference
Sr. No. Category Minimum Requirement Specifications e (Doc. / Pg.
(Yes / No) No.)
OZ.TR.001 Range O3 Sensor shall have a range of at least 0-1000 PPB.
OZ.TR.002 Resolution Resolution of O3 sensor shall be 10 PPB or better.
Lower
Lower detectable limit of O3 sensor shall be 10 PPB or
OZ.TR.003 Detectable
better.
Limit
Precision of O3 sensor shall be less than 2% of reading
OZ.TR.004 Precision
or better.
Linearity of O3 sensor shall be less than 1% of full
OZ.TR.005 Linearity
scale.
Response Response time of O3 sensor shall be less than 60
OZ.TR.006
Time seconds.
Operating Operating temperature of O3 sensor shall be 0°C to
OZ.TR.007
Temperature 60°C.
Operating
OZ.TR.008 Operating pressure of O3 sensor shall be ±10%.
Pressure
Complianc Reference
Sr. No. Category Minimum Requirement Specifications e (Doc. / Pg.
(Yes / No) No.)
NO2.TR.001 Range NO2 Sensor shall have a range of at least 0-10 PPM.
Resolution of NO2 sensor shall be 0.001 PPM or
NO2.TR.002 Resolution
better.
Complianc Reference
Sr. No. Category Minimum Requirement Specifications e (Doc. / Pg.
(Yes / No) No.)
Lower
Lower detectable limit of NO2 sensor shall be 0.001
NO2.TR.003 Detectable
PPM or better.
Limit
Precision of NO2 sensor shall be less than 3% of
NO2.TR.004 Precision
reading or better.
Linearity of NO2 sensor shall be less than 1% of full
NO2.TR.005 Linearity
scale.
Response Response time of NO2 sensor shall be less than 60
NO2.TR.006
Time seconds.
Operating Operating temperature of NO2 sensor shall be 0°C to
NO2.TR.007
Temperature 60°C.
Operating
NO2.TR.008 Operating pressure of NO2 sensor shall be ±10%.
Pressure
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
SO2.TR.001 Range SO2 Sensor shall have a range of at least 0-20 PPM.
Resolution of SO2 sensor shall be 0.001 PPM or
SO2.TR.002 Resolution
better.
Lower
Lower detectable limit of SO2 sensor shall be 0.009
SO2.TR.003 Detectable
PPM or better.
Limit
Precision of SO2 sensor shall be less than 3% of
SO2.TR.004 Precision
reading or better.
Linearity of SO2 sensor shall be less than 1% of full
SO2.TR.005 Linearity
scale.
Response Response time of SO2 sensor shall be less than 60
SO2.TR.006
Time seconds.
Operating Operating temperature of SO2 sensor shall be 0°C to
SO2.TR.007
Temperature 60°C.
Operating
SO2.TR.008 Operating pressure of SO2 sensor shall be ±10%.
Pressure
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
CO2 Sensor shall have a range of at least 0-5000
CO2.TR.001 Range
PPM.
CO2.TR.002 Resolution Resolution of CO2 sensor shall be 1 PPM or better.
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Lower
Lower detectable limit of CO2 sensor shall be 10 PPM
CO2.TR.003 Detectable
or better.
Limit
Precision of CO2 sensor shall be less than 3% of
CO2.TR.004 Precision
reading or better.
Linearity of CO2 sensor shall be less than 2% of full
CO2.TR.005 Linearity
scale.
Response Response time of CO2 sensor shall be less than 60
CO2.TR.006
Time seconds.
Operating Operating temperature of CO2sensor shall be 0°C to
CO2.TR.007
Temperature 60°C.
Operating
CO2.TR.008 Operating pressure of CO2 sensor shall be ±10%.
Pressure
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. /
(Yes / No)
Pg.No.)
Range of PM10 shall be 0 to 450 micro gms /
PM10.TR.001 Range
cu.m or better.
Lower
Lower detectable limit of particulate profile sensor
PM10.TR.002 Detectable
shall be less than 1 μg/m3.
Limit
Accuracy of particulate profile sensor shall be <±
PM10.TR.003 Accuracy
(5 μg/m3 + 15% of reading).
Operating
PM10.TR.006 Operating pressure of the sensor shall be ±10%.
Pressure
Complianc Reference
Sr. No. Category Minimum Requirement Specifications e (Doc. / Pg.
(Yes / No) No.)
Range of PM2.5 shall be 0 to 230 micro gms /
PM2.5.TR.001 Range
cu.m or better.
Lower
Lower detectable limit of particulate profile
PM10.TR.002 Detectable
sensor shall be less than 1 μg/m3.
Limit
Accuracy of particulate profile sensor shall be <±
PM2.5.TR.003 Accuracy
(5 μg/m3 + 15% of reading).
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Noise sensor shall detect the intensity of the ambient
NS.TR.001 General
sound in a particular area.
Nosie Sensors shall be installed for the outdoor
NS.TR.002 General
applications.
Noise sensor shall be able to identify the areas of
NS.TR.003 Range high sound intensity ranging from 30 dBA to 120
dBA.
Compliance Reference
Sr. No. Category Minimum Requirement Specifications (Yes / No) (Doc. / Pg.
No.)
Environmental sensor station shall have a pre-
CES.FR.001 General installed software to integrate with existing display
boards & proposed VMDs through COC.
Citizen shall be able to check the parameters through
CES.FR.002 General PCMC’s Portal, Variable Message Display (VMDs)
and Mobile App
System shall give consolidated dashboard at City
CES.FR.003 General
Operation Centre of PCSCL
System shall be able to integrate with existing
Environment sensors and system by IITM & other
CES.FR.004 Application
organizations (if applicable), and showcase a
consolidated dashboard to PCSCL
The data shall be collected in a software platform that
allows third party software applications to read that
data. Various environment sensors shall sense the
prevailing environment conditions and send the data to
CES.FR.005 Application
the integrated control system where real time data
resides and the same shall be made available to
various other departments and applications for
decision making.
System shall display real time and historical data in
CES.FR.006 Application
chart and table views for dashboard view of the Client.
System shall display trends of environmental
CES.FR.007 Application
parameters based on user specific time periods.
Compliance Reference
Sr. No. Category Minimum Requirement Specifications (Yes / No) (Doc. / Pg.
No.)
It shall be possible to configure and calibrate the
CES.FR.008 Application
sensors through the software from a remote location.
Alarms shall be generated for events where the
CES.FR.009 Application environmental parameters breach the safe or normal
levels.
VMDs shall be integrated with the environmental
CES.FR.010 VMDs station for automatically displaying information from
environmental sensors.
VMDs software application will provide the normal
operator to publish predefined sets of messages
CES.FR.011 VMDs
(textual / image) along with information from
environmental sensors.
System should be integrated with the Smart City App,
Mobile
CES.FR.012 where a Citizen can view the air quality, weather,
App
sound, UV and other existing parameters
Keyboard Search
Content
SMA.FR.0 System conceptually matches queries that consist of a
categorizati
24 single keyword. It stems the keyword, and then it finds
on
documents that contain words that have the same stem
Complian Reference
Sr. No. Category Minimum Requirements Specifications ce (Yes / (Doc. / Pg.
No) No.)
as the keyword. The system should support all
document formats.
Compliance Reference
Sr. No. Indicative Requirement Description
(Yes / No) (Doc. / Pg. No.)
The city should be able to know amount of garbage
generated, transported, recycled and disposed in the city.
This data can become a baseline to do efficient planning in
all these areas. It will also allow the city to predict year on
year increase in weight and volume of garbage and do
effective capacity build up measures. Each Facility for
WQS.REQ.001 example: Transfer Stations, Processing Plants, Landfills etc.
shall have automated weight calculation system installed that
send real time data to SWM Software. All data from city
weigh bridges shall be sent to the centralized weigh bridge
server and available through web based dashboards with
details like waste type, waste quantity, wards where it was
generated, vehicle details etc.
The system integrator shall implement mechanism for
monitoring in real-time amount of segregated Dry, Wet and
WQS.REQ.002
other waste categories collected from D2D and other
collection operations through weigh bridge data.
The system integrator shall provide new weigh bridges and
upgrade existing weigh bridges installed at facilities in the city
WQS.REQ.003 and connect them to the COC for real time updates with
timestamp on data collected and present on web dashboard
through graphical charts , maps and reports
Vehicles Identification based on RFID for vehicles entering
WQS.REQ.003.a
and exiting the facilities
WQS.REQ.003.b Waste source details e.g. Ward ID
Type and Weight of Waste Dry ,Wet , Sludge Waste
WQS.REQ.003.c
Collected
WQS.REQ.003.d Type and Weight of Recycled items like RDF, Compost etc.
Data and statistics from other recycling plants like Waste to
WQS.REQ.003.e
Energy generation
Sticker based Passive UHF RFID tags (865-867 MHz) shall
WQS.REQ.004 be installed on windshield of all vehicles to mark their entry
and exit at various facilities.
Customized Email and SMS notifications (based on
requirements of PCSCL) related to weight quantification
WQS.REQ.005
system shall be sent in real time to all concerned
stakeholders.
Design, fabrication, supply, installation, testing &
commissioning of surface mounted Electronic Weighbridge
(Electronic load cell type) of 60 MT with 20 KG Accuracy
capacity and platform of 18m x 3m size with other
accessories. Platform complete with main girders, support
WQS.REQ.006
section, horizontal constraining arrangements and grouting
parts as required; generally confirming to IS: 2062 as
amended on date. Suitable software and hardware to
connect to City Operations Centre and third party inspection
as per specifications shall be provided for weigh bridges.
Electrical and electronic parts comprising of: Junction Boxes,
Cabling between junction box and weigh cabin, Digital
Weight Indicator, Computer, Monitor, Printer, U.P.S, Network
WQS.REQ.007
Router with Internet Connectivity and any other required
systems for weigh bridge operations shall be installed by the
vendor
Compliance Reference
Sr. No. Indicative Requirement Description
(Yes / No) (Doc. / Pg. No.)
The job shall be undertaken on turnkey basis covering
mechanical, civil, electrical & electronic works including
WQS.REQ.008
supply of all required material for civil construction, electric
works including earth wiring and earth rods.
Making of approach ramps to weighbridge shall also be
WQS.REQ.009
included in the scope.
The equipment should be suitable for operation on 220 V,
single phase 50 cycle A.C. supply. The equipment shall
WQS.REQ.010 suitable for successful operation under different climatic
conditions such as temperature ranging from -10 degree
centigrade to 60 degree centigrade and humidity up to 95%.
Verification & Stamping of Weighbridge by Legal Metrology
WQS.REQ.011 dept. (Weights & Measures department) shall be under
vendor’s scope, by paying necessary fees.
Three sets of operation & maintenance manuals and
approved drawings pertaining to structural, mechanical,
WQS.REQ.012 electrical & electronic shall be submitted along with the
equipment. List of all required spares shall be incorporated
in manuals.
Compliance Reference
Sr. No. Indicative Requirement Description
(Yes / No) (Doc. / Pg. No.)
The system integrator shall install Vehicle Tracking Unit (VTU)
in all PCSCL vehicles and shall monitor the location and
CTMS.REQ.001 provide tampering alerts like battery removal or cutting of wires
or antenna on web dashboard. The VTU shall be ruggedized
and mounted in discrete manner in the vehicles.
The system integrator shall provide software for analysing on
a map real-time VTU data to ensure that the Bin Collection,
D2D vehicles and other waste transport vehicles cover all
designated areas of operation by using checking current
location of vehicle against pre-fixed locations in the city by
CTMS.REQ.002
using proximity calculation methods or geo-fencing. Alerts
shall be generated for all areas not serviced by Bin Collection
and D2D Collection staff on per vehicle basis. The system shall
also generate an alert if the vehicle deviates from the pre-
designate fixed route.
The system integrator shall install passive RFID tags on
windshield of all PCSCL collection vehicles to identify them at
CTMS.REQ.003
Vehicle Garages, Transfer Stations, Landfills and processing
plant entry/exit or weigh bridges in the city
The system integrator shall provide handheld devices with
mobile application to field staff of Bin Collection, D2D
CTMS.REQ.004 Collection and Open Waste collection vehicles for operations
management. The mobile applications shall also allow field
staff to perform the following;
CTMS.REQ.004 Map based fixed route planning of vehicles based on pre-
.a defined PCSCL route covering service locations
Send reports back to COC for maintenance issue in vehicle ,
unserviceable Locations reporting by field staff due to reasons
CTMS.REQ.004
like water clogging , parking in front of bins , non-availability of
.b
premise owner , breakdown of vehicle , absent staff , mixing of
waste etc.
Compliance Reference
Sr. No. Indicative Requirement Description
(Yes / No) (Doc. / Pg. No.)
Provide Biometric and GPS based attendance of vehicle staff
CTMS.REQ.004
based on Workforce Activity Tracking & Attendance
.c
Management Mobile Application
Passive RFID readers shall be installed on vehicles for Bin
CTMS.REQ.005 pickup confirmation based on reading passive RFID tags
installed on bins in real time to the COC.
Citizens should be able to report cases garbage lying in city
CTMS.REQ.006 and non-pickup of DTD garbage on daily basis through Citizen
Mobile Application.
Confirmation of pickup from door to door collection drive shall
CTMS.REQ.007 be collected via mobile application and notification of pick-up
time should go to citizens
Confirmation that DTD collection in that area has been
CTMS.REQ.008
completed shall be available on web dashboard
Periodic Reminders shall be sent to citizens for DTD collection
CTMS.REQ.009
timings through Citizen Mobile Application.
Confirmation shall be sent to citizens after DTD collection
CTMS.REQ.010
through Citizen Mobile Application.
DTD information shall be available in real-time on dashboard
CTMS.REQ.011
SWM Software dashboard.
This citizen complaint data should be available to city
municipal stakeholders and citizens transparently through a
CTMS.REQ.012
web dashboard. The system shall integrate with PCSCL
SARTHI and SWACHH application
Feeder Point reporting shall be available in real-time on
CTMS.REQ.013
dashboard
It shall be possible to levy spot fines for waste mixing incidents
CTMS.REQ.014
through the portable mobile handheld.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Integrates with various SWM software modules and mobile
applications as listed below and presents unified dashboard for
monitoring, control reporting and analytics for all applications: SWM
COMS.REQ.0
Web Portal with KPI Dashboard , Real-Time Map Module , Weigh
01
Bridge Management Module, Fleet Tracking Module , Data Analytics
Module, Mobile Apps , Asset Management System , Spot Fine
Collection Module , Payment Gateway Integration Module
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Integrates with other Smart City Operations Centre applications via
COMS.REQ.0
Open Data protocols provided over REST API’s, Streaming data
02
protocols for real time data and alerts
COMS.REQ.0
Provides unified database for all SWM data
03
COMS.REQ.0
Provides Key Performance Indicators for MSW of city on dashboard
04
COMS.REQ.0 Provides Integrated Real Time Map based SWM Operations
05 management
COMS.REQ.0 Provides SWM Standard Operating Procedure (SOP) Management
06 System
COMS.REQ.0
Integrates with an Identity and Access management System
07
COMS.REQ.0 Integrates with an Integrated Command Control Centre(ICCC)
08 Platform
COMS.REQ.0
Integrates with and PCSCL’s Asset management System
09
COMS.REQ.0 Provides SWM REST API interfaces for Mobile Applications to
10 connect
COMS.REQ.0
Citizen Centric applications
10.a
COMS.REQ.0
Mobile Field Workforce applications
10.b
Shall provide helpdesk ticketing function and integrate with PCMC
COMS.REQ.0
SARATHI, SWACCH application or other existing citizen complaint
11
applications on SWM as directed by PCMC/PSSCL
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
RFIDV.TR.0 Windshield ISO18000-6C RFID UHF EPC vehicle
Type
01 tag
RFIDV.TR.0 Memory EPC 128 bits; Unique TID 48 bits; User Memory
02 Configuration 512 bits
RFIDV.TR.0 Operational
865-867 MHz
03 frequency
RFIDV.TR.0
Reading Distance Up to 7 m / 22.97 ft.
04
RFIDV.TR.0 Air Interface
EPC Global Class1 Gen2 ISO 18000-6C
05 Protocol
7.10.8 Vehicle Mount RFID Reader (For Reading Metal Mount Bin Tags)
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
VMRFIDR.T UHF RFID 865-867 MHZ ISO18000-6C (EPC
Tag Compatibility
R.001 Gen2)
VMRFIDR.T Ability to read tags at minimum distance of 3
Read Range
R.002 meters
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
40g, 11ms, 3 pos/neg per axis, 18 terminal peak
VMRFIDR.T Shock Test saw tooth pulses
R.003 Certification 75g, 11ms, 2 pos/neg per axis, 12 terminal peak
saw tooth pulses
VMRFIDR.T Vibration
10Hz to 2000Hz, 3 Axes, 1 Hour/Axis
R.004 Certification
Operating
VMRFIDR.T
Temperature & -20 to +60 degree centigrade , 5-95% RH
R.005
Humidity
VMRFIDR.T
IP Rating IP 65 or Better
R.006
VMRFIDR.T
Power Shall operate on Vehicle Power Supply
R.007
shall include a an external device to send alerts
VMRFIDR.T over 3G/4G modem with high power antenna
Communications
R.008 (minimum 11 dbi) to web application to confirm
bin pickup events from RFID reader
7.10.9 Rugged 3G/4G Handheld Device (Mobile Device) for attendance along with 3G/4G
connectivity
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Minimum 5 Inch IPS 1280*720, Multi-Point Touch
HHC.TR.001 Screen
Capacitive Touch Screen
Rechargeable Li-Ion Battery 2600 mAH , Standby
HHC.TR.002 Battery Time 500 Hours , Call Time 6 Hours , Charging
Time 4 Hours
Memory
HHC.TR.003 Minimum 32 GB memory card
Expansion
HHC.TR.004 IP Standard IP65
Handheld with belt clip to fasten and Rugged
HHC.TR.005 Size
Impact Proof Heavy Duty Shock Proof Skin
HHC.TR.006 Weight < 500 gm
Operating
HHC.TR.007 Temperature , -20 to 50 Degree C , 5-90% RH
Humidity
HHC.TR.008 Fingerprint
High Durability Coating fingerprint sensor
.a Sensor
HHC.TR.008 Fingerprint
Active capacitance technology
.b Sensor
HHC.TR.008 Fingerprint
Eliminates Latent images during capture
.c Sensor
HHC.TR.009 External Interface USB Host
HHC.TR.010 CPU Minimum Quad-Core 1.5GHz
Operation
HHC.TR.011 Android 5.1 or above
System
HHC.TR.012 Memory Minimum 2GB DDR3RAM, 16GB ROM
FDD-LTE / TDD-LTE / WCDMA / GSM , Micro
HHC.TR.013 Cellular Network
SIM support
HHC.TR.014 Wi-Fi Wi-Fi 802.11 g/b/n
HHC.TR.015 Bluetooth Bluetooth 4.0
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
5.0 mega pixels camera with image and video
HHC.TR.016 Front Camera
capture and support for IRIS Recognition
8.0 mega pixel camera with image and video
HHC.TR.017 Back Camera
capture
Supports GPS/QZSS/SBAS
HHC.TR.018 GPS (WAAS/MSAS/EGNOS/GAGAN). Support Full
AGPS , Accuracy Within10 meters
Software development kit (SDK) and API. Shall
Tools
HHC.TR.019 host application for attendance management and
Development
field staff operations management.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
RFIDB.TR.0 Metal Mount ISO18000-6C RFID UHF EPC for
Type
01 harsh conditions
RFIDB.TR.0 Memory EPC 128 bits; Unique TID 48 bits; User Memory
02 Configuration 512 bits
RFIDB.TR.0 Operational
865-867 MHz
03 frequency
RFIDB.TR.0
Reading Distance Up to 7 m / 22.97 ft.
04
RFIDB.TR.0 Air Interface
EPC Global Class1 Gen2 ISO 18000-6C
05 Protocol
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Detailed Specifications of Weigh Bridge Platform
WBP.TR.001 Capacity 60 MT,
WBP.TR.002 Accuracy 10 Kilograms
WBP.TR.003 Platform Length 18 m for 60 MT,
WBP.TR.004 Platform Width Platform width: 03 m
Duel / Triple axel
WBP.TR.005 Min. 50T DTA/ Min. 65T TTA
rating
WBP.TR.006 Mounting Surface mountable
WBP.TR.007 Weighbridge Sandwich checkered steel deck design.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Corrosion External steel surfaces must be blast cleaned
WBP.TR.008
protection before application of primer and Epoxy coatings
The weighbridge shall have overload capacity, at
least 50% of rated capacity. The requirement
WBP.TR.009 Functional
shall be tested for dimensional parameters.
Functional testing will be done at site.
Manufacturer’s test certificate in respect of all
Certification & requirements specified in IS 9281 as amended on
WBP.TR.010
Standards date to be furnished by the contractor for each
electronic weighbridge.
Material specifications for major platform
components shall be as per IS: 2062. Main
beams, cross beam transverse beams: (ISMB
from SAIL or reputed manufacturer conforming to
Certification & IS 2062 checkered antiskid Mild Steel. Plate as
WBP.TR.011
Standards per IS: 2062 (from SAIL or Steel from reputed
Manufacturer having ISI as approval) in
convenient lengths of thickness not less than
14mm for 60 MT. Total Weight of Platform
Structure: 60 MT capacity – not less than 13 MT.
Certification & Minimum gradation for weighbridge shall be 10
WBP.TR.012
Standards Kg. or as per IS, whichever is lower.
Load cell shall be hermetically sealed and have
Certification & IP68 protection class. Test certificate in
WBP.TR.013
Standards conformation of the above class by a reputed
Test House to be provided along with tenders.
The main girders and members should be
WBP.TR.014 Functional completely welded to each other and net bolted
structure will not be acceptable.
The weighbridge shall be Pit-less type above
ground, with concrete ramp having suitable slops
WBP.TR.015 Functional
on either side to facilitate vehicle approach on the
weigh bridge.
Weighbridge reading shall not differ by more than
WBP.TR.016 Functional one resolution value, when the vehicle is placed
on different locations on the weighbridge.
The weighbridge calibration should stay for a
minimum period of one year from the date of
WBP.TR.017 Functional
installation without the need for any
readjustments.
The vehicle weigh bridge should integrate with
depot stocks accounting system/Depot Module,
WBP.TR.018 Functional
LAN Card must be provided in the PC for depot
module connectivity.
Type of Appropriate constraining arrangement without
WBP.TR.019
constraining hampering weighments accuracy.
Frequency of
WBP.TR.020 30 trucks per hour minimum.
loading
Material Test
WBP.TR.021 To be provided by tenderer.
Certificate
WBP.TR.022 Load cells 6 Nos.
WBP.TR.023 Load cells Capacity: Minimum 30 T each,
WBP.TR.024 Load cells Height: Minimum 200 mm
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
WBP.TR.025 Load cells Load cell construction: Stainless Steel
WBP.TR.026 Load cells Safe load in the Load cell: 125% of rated capacity.
Max. Load in the Load cell: 150% of rated
WBP.TR.027 Load cells
capacity
Destructive load in the Load cell: 220% of rated
WBP.TR.028 Load cells
capacity.
Repeatability and creep: Better than +/- 0.010 %
WBP.TR.029 Load cells
FS in Load cell.
Electronic weighing system and load cells should
WBP.TR.030 Load cells
be reputed indigenous make.
Hermetically sealed (IP.68 Protection class)
maintenance and corner adjustment free, inert
gas –filled, contact, compression type load –cell
WBP.TR.031 Load cells
suitable to operate under (-) 10 degree centigrade
to 65% with an ultimate over load capacity of
300%.
Load shall supplied should be compulsory with
WBP.TR.032 Load cells original certificate being the serial No.by the
original load shall manufacture.
WBP.TR.033 Load cells Housing of stainless Steel.
Capacity of each load cell 6 Nos. 30 MT or more
WBP.TR.034 Load cells
for capacity of ELWB: 60 MT
WBP.TR.035 Load cells Insulation resistance - 1000 Mega ohms or more.
Proper ingress and lighting protection as per
WBP.TR.036 Load cells
Indian standards.
Load cell should rave and anti-routable pin to
WBP.TR.037 Load cells
restrict the movement the load cell.
Specification & Specifications & Standards: The following
WBP.TR.038
Standards Standards shall be complied:
Electronic Weigh Bridge specification confirming
Specification & to IS 9281 (Part-I, II, III & IV with latest
WBP.TR.039
Standards amendments) for Electronic weighing system
including load cells
Specification & Platform Material for steel construction confirming
WBP.TR.040
Standards to IS 2062 as amended on date
Specification &
WBP.TR.041 Fabrication & Construction conforming to IS 800
Standards
Specification & Road bridges Standards conforming to Indian
WBP.TR.042
Standards Standard IRC 5
Specification & Dimensions & weights of road design vehicles
WBP.TR.043
Standards conforming to IRC 3
Specification & Road weigh bridges standards confirming to IRC
WBP.TR.044
Standards 24
Specification &
WBP.TR.045 Epoxy coating standards confirming to is 2074.
Standards
Specification & Longitudinal joints: specify British/Indian
WBP.TR.046
Standards standards like BS-4
Specification & Load cell performance: Digital load cells
WBP.TR.047
Standards conforming to OIML C5 accuracy
Specification &
WBP.TR.048 Junction Box: S.S. with IP 65 protected
Standards
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Specification &
WBP.TR.049 Earthling conforming to IS 3043
Standards
Specification &
WBP.TR.050 Digital indicator
Standards
Specification & Serial interface : RS 232/485/422 or RS
WBP.TR.051
Standards 232/20mA
Specification &
WBP.TR.052 Housing : Stainless Steel
Standards
Specification &
WBP.TR.053 Internal Resolution : 16777216
Standards
Weighbridge manufacturers/supplier/local
representatives, having own or their principal’s
Other
WBP.TR.054 manufacturing facilities relating to load cells and
Compliances
related electronic instruments and weighbridge
components shall be given preference.
Manufacturers, their Dealers /
Representative/Supplier should have
Other
WBP.TR.055 appropriate licence for the installation of
Compliances
weighbridge system from Director of Metrology,
Government of India/State Government.
The sealing and stamping of load cells as well as
Other that of the total weighing system shall confirm to
WBP.TR.056
Compliances the requirements laid down under “Indian
Weights & Measures Act. 1976”
The chassis of the electronic equipment shall be
designed in the manner that it is feasible to lock
Other the whole system electronically to make it
WBP.TR.057
Compliances completely tamper-proof at one place for
subsequent verification by the concerned
authorities.
The mechanical and electronic components of
the weighing system shall be suitably packed. All
WBP.TR.058 Packing
the conditions of storage before actual installation
shall be specified by the manufacturers.
The performance of the load cell as well as the
total system shall also comply to all the technical
WBP.TR.059 Performance and metrological requirements laid down under
the Indian Weights & Measures Act, 1976 and
IS:9281(Part-III)-1981 as amended on date.
The work shall be executed in accordance with
WBP.TR.060 Performance
the latest PWD specifications and IS Codes.
The foundations and RCC raft for surface
mounted platform shall be designed on the basis
of the allowable soil pressure for the respective
sites, any special treatment that may be required
Foundations and for the foundation to cater the need of the poor
WBP.TR.061
Platform Bed soil conditions shall be carried out by the
contractor at his own cost. Suitable guarding
arrangement need be incorporated lengthwise of
the platform to prevent sliding of vehicles as per
relevant IS code.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
The contractor shall be required to submit 4
copies of the drawing along with design
Foundations and calculations for approval by the Corporation. The
WBP.TR.062
Platform Bed Corporation shall be at liberty to modify the
design given by the contractor and he should
follow the same without any extra claim.
Type tests and routine tests shall conform to IS
Shop Tests and
WBP.TR.063 9281 (Part-II) as amended up to date and those
Inspection
specified herewith.
Shop Assembly: Equipment shall be shop
Shop Tests and
WBP.TR.064 assembled, prior to Transportation/shipment, to
Inspection
the extent required to facilitate field installation.
Alignment and adjustment of machinery shall be
WBP.TR.065 Installation carried out by skilled and experienced machinery
fitters.
All machinery shall be assembled fitted or
WBP.TR.066 Installation mounted in such a manner that all necessary
clearance shall be retained.
The contractor shall be responsible for all
necessary alignment and adjustment of structure,
WBP.TR.067 Installation
machinery and equipment to obtain efficient
operation of the equipment.
Error, omission and misfits shall not be corrected
WBP.TR.068 Installation
by burning except with permission of Corporation.
Two coats of anticorrosive and one coat of
finished paint on all steel structure after
WBP.TR.069 Painting
preparation of surface to be applied for protection
against corrosion /rust.
The contractor shall at his own expense prepare
and submit four copies of the drawings showing
Drawing and Data
foundation details. Location and size of bolts and
WBP.TR.070 to be submitted
structural steel supports, general arrangement
by Contractor
and assembly drawing, showing important
particulars, overall dimensions and clearance etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Detailed Specifications of Weigh Bridge Platform
WBP.TR.001 Capacity 20 MT,
WBP.TR.002 Accuracy 10 Kilograms
WBP.TR.003 Platform Length 8m
WBP.TR.004 Platform Width Platform width: 03 m
Duel / Triple axel
WBP.TR.005 Min. 50T DTA/ Min. 65T TTA
rating
WBP.TR.006 Mounting Surface mountable
WBP.TR.007 Weighbridge Sandwich checkered steel deck design.
Corrosion External steel surfaces must be blast cleaned
WBP.TR.008
protection before application of primer and Epoxy coatings
The weighbridge shall have overload capacity, at
least 50% of rated capacity. The requirement
WBP.TR.009 Functional
shall be tested for dimensional parameters.
Functional testing will be done at site.
Manufacturer’s test certificate in respect of all
Certification & requirements specified in IS 9281 as amended on
WBP.TR.010
Standards date to be furnished by the contractor for each
electronic weighbridge.
7.10.13 Weigh Bridge Management Controller with accessories and Cables etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
This should be micro-processor based system
having high internal resolution, clear and bright
six digit LED display auto zero tracking tare/gross
weight indications, Auto calibration facilities etc. It
WBP.TR.07 should be capable of interfacing with the
Digital Indicator
3 computer for further processing of data as per
requirement operating temperature is to be -5
degree centigrade to 60 degree centigrade,
response time less than 0.5 seconds, electrical
safety IEC-348.
WBP.TR.07
Junction Box Protection class; IP65.
4
WBP.TR.07 Surge Protection: Surge arresters provided
Junction Box
5 within.
WBP.TR.07 Material of Construction: Cast Aluminium/
Junction Box
6 Stainless steel.
WBP.TR.07 Connection Type: Terminals on PCB mounted
Junction Box
7 inside Junction Box.
WBP.TR.07
Junction Box Glands for entry: Double compression type.
8
WBP.TR.07 Interconnecting cable for Load Cells and Other
Cabling
9 instrumentation
Cabling shall be provided for the following at the
WBP.TR.08 weigh bridge; Load cells Power Panel , Junction
Cabling
0 Box , Digital Indicator , Hooter , IP Cameras ,
Traffic Lights and other instrumentation
Load Cells: The load cells to be provided with 4
wire system and shield type cable approximately
WBP.TR.08 10 meters in length to be laid in GI pipe. No. of
Cabling
1 wires of inter connection cable 6 Nos, Type of
connection and Type of Cable to be specified by
the manufacturer’s/supplier.
2 KVA rating servo transformer with input 140 V-
Voltage
WBP.TR.08 280V and output 220+/=5% of reputed and
Stabilizer/
2 approved make to protect the equipment from
Transformer
voltage variation.
7.10.14 Outdoor Weight Indication LED Display at Weigh Bridge with accessories and cables
etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Weight An additional display unit at suitable place outside
Indication LED the cabin of weigh bridge for clear viewing of drivers
Display at in day light or in darkness .Character size shall be
WBP.TR.083
Weigh Bridge of 120 X 100 mm with 6 digit, LED type to be
provided with IP 66 enclosure to protect against dust
and water ingress.
7.10.15 Driver Touchscreen Computer on side of Weigh Bridge with accessories and cables
etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Driver The driver can operate the touch panel computer
Touchscreen directly, for operator less weigh bridge operations.
Computer on The panel computer shall provide driver with an
WBP.TR.08
side of Weigh application interface to enter details of waste and
4
Bridge ward number from which he is transporting the
waste. This interface shall be available in English,
Hindi and Marathi.
7.10.16 Axle Position Sensors System at Weigh Bridge with accessories and cables etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Axle Position
These shall be installed to determine correct
WBP.TR.08 Sensors
position of vehicle before commencement of
5 System at
weighment.
Weigh Bridge
7.10.17 Hooter Alarm at Weigh Bridge with accessories and cables etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Hooter Alarm
WBP.TR.08 Audio annunciation system, typically a horn shall
at Weigh
6 indicate completion of correct weighment.
Bridge
7.10.18 Indoor Weight Indication LED Display at Weigh Bridge with accessories etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
WBP.TR.08 Backlit Display, up to 8 digits characters of size 17
Display
7 mm x 10 mm
7.10.19 Automatic Boom Barrier with accessories and cables etc.
Reference
Compliance
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
(Yes / No)
No.)
General
ABB.TR.001 High Strength , Attractive Look and Fine Finish
Features
Opening
ABB.TR.002 6 Sec
Time(sec):
Boom
ABB.TR.003 3000
Length(mm):
Height of Boom
ABB.TR.004 Form Ground 800
(mm)
Housing
ABB.TR.005 Dimension 1050x300x260
(mm)
Boom
ABB.TR.006 Dimension 100x50
(mm)
Controller
ABB.TR.007 Protecting IP 55
Rating
ABB.TR.008 Power 100 Watt or less
7.10.20 Traffic Lights with Controller at Weigh Bridge with accessories and cables etc.
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
TLWB.TR.00
Size 200 mm Diameter
1
TLWB.TR.00
Display (Stop) Red LED full Round
2
TLWB.TR.00
Display (Start) Green LED Full Round
3
TLWB.TR.00
Visibility Range 20 m (under normal visibility conditions)
4
TLWB.TR.00
Enclosure Polycarbonate Plastic / Metal
5
TLWB.TR.00
Wavelength Red 630 Nm
6
Reference
Complianc
Sr. No. Parameter Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
TLWB.TR.00
Wavelength Green 526 Nm
7
TLWB.TR.00
LED 2000 mcd 5 mm
8
TLWB.TR.00
LED Pitch 10 mm
9
TLWB.TR.01 Working
90 – 270 Vac , 45 – 60 Hz
0 voltage
TLWB.TR.01
Power Factor more than 0.90%
1
TLWB.TR.01
MTTR 30 minutes
2
TLWB.TR.01
Controller Supplied with Traffic Light
3
TLWB.TR.01 Average Life
10 years
4 Span
Operating
TLWB.TR.01
Temperature & -20 to 50 Degree C , 5-95% RH
5
Humidity
7.10.21 Passive UHF RFID Tag Reader Pole Mount to read Vehicle Windshield RFID tags with
accessories and cables.
Complianc Reference
Sr. No. Parameter Indicative Requirement Description e (Yes / (Doc. / Pg.
No) No.)
Frequency
RFIDR.TR.001 865-867MHz
range
RFIDR.TR.002 FM mode FHSS or fixed frequency, set by the software
RFIDR.TR.003 RF output 30dBm adjustable;50Ω load
Communicatio LAN,RS232,RS485,Wiegand26/34; option: IEEE
RFIDR.TR.004
n interface 802.11
Communicatio
RFIDR.TR.005 Serial port 9600~115200bps,RJ45 10Mbps
n rate
GP I/O
RFIDR.TR.006 12 pin + 4 pin
interface
Power
RFIDR.TR.007 average<10W
Dissipation
Application Provide with API SDK and application routines in
RFIDR.TR.008
software multiple languages
Tag Operation Performance
Reading 6~10m equipped with 9dbi antenna(tag
RFIDR.TR.009
distance dependent)
EPC global UHF ISO-18000-6C(EPC G2), ISO-
RFIDR.TR.010 Air interface
18000-6B
Average
RFIDR.TR.011 64 Bits <10ms
Reading Rate
Mechanical and Electrical
Performance
RFIDR.TR.012 Power supply Equipped with 230VC AC to DC power convertor
RFIDR.TR.013 Installation Pole Mounting and Wall Mount Support
Diameter of
RFIDR.TR.014 40-50mm
support rod
RFIDR.TR.015 Humidity 5% to 95%, non-condensing
Complianc Reference
Sr. No. Parameter Indicative Requirement Description e (Yes / (Doc. / Pg.
No) No.)
Protection
RFIDR.TR.016 IP67
grade
Operation
RFIDR.TR.017 -20 ºC to +60 ºC
temperature
Maximum
RFIDR.TR.018 Cable 150 Meters
Distance
Complian Reference
Sr. No. Indicative Requirement Description ce (Yes / (Doc. / Pg.
No) No.)
Fixed Routing: There should be option in SWM software for fixed
COMS.FR.001 routing for a vehicle based on pre-defined routes and MSW pickup
points defined by PCSCL.
Automatic MSW Bin pickup/servicing confirmation: When a Dumper
Placer and Refuse Compactor trucks pick up and replace an Area
Bin a Bin Pickup Confirmation will be sent to server based on RFID
COMS.FR.002
tag reading using a vehicle mount reader which will read the bin
RFID tag. The RFID tags used for mounting should be ruggedized
and metal mount type.
Incident Alerts: If there would any unforeseen incident related to
weather, traffic, parking due to which service location/Area Bins
COMS.FR.003 cannot be accessed or services same would be triggered by the truck
drivers through a mobile app to the backend system for re-
scheduling of bin pickup from specific location.
If any bin are left unattended during door to door pickup or area bin
spill over or bin repair, citizens can send complaints using Mobile
COMS.FR.004
App which will trigger the incident to the control room for escalation
to responsible staff via SMS.
COMS.FR.005 Alert Types supported in the system shall be as follows:
COMS.FR.005. SW Pickup Truck Incident Alert - Blocked Bins (Traffic, Parking,
a Water Logging Issues)
COMS.FR.005.
Truck Breakdown Alerts
b
COMS.FR.005. SW Door to Door Non-Pickup Alert (Mobile App Based Non-Pickup
c Complaint by Residents/Societies)
COMS.FR.005.
SW Bin Repair Complaint (Missing/Broken Lid, Leaking Container)
d
COMS.FR.005.
Mixed Hazardous Waste Alert
e
COMS.FR.005.f Any bins which are not picked up should generate alerts.
Truck information, capacity and location in real-time to CCC: SW
Pickup Truck Trip Real Time Data Collection on Daily Shift Wise
Basis of Vehicle Type (Truck, Lorry, Auto etc.) and ID, Vehicle
COMS.FR.006
Capacity, Trip Start Time, Locations Serviced, Route Deviation, Trip
Finish Time, SW Weight dumped at transfer station, processing plant
and Landfill
Automatic Vehicle, Bin & Staff Backup Replacement System based
COMS.FR.007
on following events
COMS.FR.007.
Vehicle Downtime
a
COMS.FR.007.
Bin stolen/ broken,
b
Complian Reference
Sr. No. Indicative Requirement Description ce (Yes / (Doc. / Pg.
No) No.)
COMS.FR.007.
Staff Absence
c
If vehicle gets down or staff is not available, alert should be sent to
COMS.FR.008
the command centre for its replacement.
Alert for any repair related to Bins need to be sent immediately using
COMS.FR.009
the field mobile application.
Payment of User Fees: It should be possible to collect monthly user
fees and spot fines by credit card through the handheld terminal or
COMS.FR.010
by cash transaction. A payment receipt shall be generated with
details of transaction, date and time.
Alert on waste mixing incident: Dry / Wet / Hazardous Waste Mixing
Complaint Mobile Reporting System by Pickup Location by
Collectors. Levy spot fines for mixing of waste for commercial
establishments of large size where there are incidents of mixing of
Hazardous waste, mixing of C&D Waste and mixing of Horticulture
COMS.FR.011 and Garden Waste. It should be possible to collect spot fines by
credit card through the handheld terminal and by cash transaction.
All information related to type of offence should be captured through
handheld terminal along with photographic evidence and sent to data
centre in real time over 3G/4G network. A payment receipt shall be
generated with details of transaction, date and time.
Server Software will display on map any incident alerts reported by
COMS.FR.012 truck drivers that maybe causing D2D service blockage like truck
breakdown.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
WCD.FR.00
The dashboard shall show the following types of views
1
WCD.FR.00
· Map View: This view shall display all data on maps
1.a
WCD.FR.00 · Dashboard view : This view shall show critical data in form of
1.b widgets like pie charts , bar graphs , line graphs
WCD.FR.00
· Historical and Analytics Report View
1.c
It shall be possible to see hierarchical view of the city divided into
WCD.FR.00
wards, zones and complete city. It shall be possible to see the vehicles
2
on map based on level of hierarchy.
GIS View of City SW Management Assets (Bins, Vehicles, Transfer
WCD.FR.00
Stations, Landfills, Staff, Real Time Operations Status Etc. on various
3
GIS layers) and status of real time operations
WCD.FR.00
Total waste Pickup by City/Zone/Ward Level
4
Total Incoming/ Outgoing weight of waste by type at Transfer Station,
WCD.FR.00
Landfill, processing Plants per day/ month/ annual and link to analytics
5
and historical reports
7.10.24 KPI Dashboard Requirements
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
KPID.FR.00 Number of operational Waste Bin collection vehicles in real-time with
1 position on map
KPID.FR.00
Real time status of Waste Bins serviced in the city
2
KPID.FR.00 Number of operational D2D vehicles in the city in real-time with
3 position on map
Status of number of D2D locations serviced to monitor SLA of D2D
KPID.FR.00
operator based on GPS location of primary collection vehicles and
4
complaints received for non-pickup of garbage.
Real Time Attendance metrics of Field Staff by department and area
KPID.FR.00
based on geotagged attendance records (biometric and smart card
5
with employee photo)
Metrics on amount of segregate waste collected in city by type e.g.
KPID.FR.00
Dry, Wet, Hazardous etc. based on real-time D2D collection data from
6
handhelds and weigh bridges
KPID.FR.00 Real Time status and metrics of all weigh bridges in the city with total
7 waste by type that enters or exits the weigh bridge at a facility
KPID.FR.00
Alerts related to entry and exit of vehicles at facilities
8
KPID.FR.00
Alerts related to breakdown of vehicles and equipment
9
KPID.FR.01 Real-Time status of consumer complaints by area on map and as
0 metrics
KPID.FR.01 Links to all Historical and Analytics reports as mentioned in SWM
1 Software and SWM Analytics section in Appendix.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
The system shall include an incident management system. Any
IMDF.FR.00 breakdown related to trucks shall be reported in system via mobile
1 application and it shall be possible to assign alternate truck and staff
to the route.
Any incident reported related to non-serviceable locations in city that
IMDF.FR.00 is reported by staff appropriate Standard Operating Procedures shall
2 be triggered. These may include informing other departments like
traffic police etc.
IMDF.FR.00 Non-Serviceable bin locations due to illegal parking, water clogging
2.a etc.
IMDF.FR.00 Non-Serviceable DTD collection due to non-availability or other
2.b reasons
If staff member is absent or does not report by pre-determined time,
IMDF.FR.00
both staff member, supervisor shall be informed and Standard
3
Operating Procedure for allocating alternate staff shall be triggered.
Damaged or missing bin reported via mobile application shall be
IMDF.FR.00 updated in the PCMC’s asset management system automatically and
4 Standard Operating Procedures for bin procurement and replacement
to be triggered
7.10.26 Grievance Redressal Module
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Any citizen complaints for non-pickup reported through mobile
GRD.FR.001 application shall be escalated to respective DTD collection staff and
supervisors and closure shall be tracked.
In case of bin overflow incidents or excessive garbage in open areas
is reported through mobile application by citizens in their area, it shall
GRD.FR.002
be escalated to respective area BIN collection staff and supervisors
and closure shall be tracked.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
The system shall integrate all weigh bridges in the city to provide real
WBS.FR.00
time data on amount of dry, wet and other types of waste generated
1
in the city.
It shall also provide quantity of recyclables like paper, glass, metal,
WBS.FR.00 RDF etc. that is segregated and sold to recyclers and other agencies
2 from processing plants, landfills, transfer stations and other facilities
through data from weigh bridges at these facilities.
Client software at Weigh Bridge shall integrate with Weigh Bridge and
RFID reader to identify the vehicle and capture the weight once when
WBS.FR.00
it enters the yard and once when it exits. The difference of entry and
3
exit weight of the vehicle shall be used to determine the weight of
waste it has transported.
The client software shall connect with the Weigh Bridge Automation
WBS.FR.00
server and transmit data in real time of all vehicle entering and exiting
4
the locations
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Real time location tracking of all SWM vehicles including those for Bin
FMS.FR.001 Collection, D2D Collection operations and those servicing open depots
in the city on map.
FMS.FR.002 Real-time status of engine of the vehicle i.e. running, stopped
FMS.FR.003 Real-Time status of battery supply from vehicle
Vehicle Navigation system for fixed routes to completed by vehicles
FMS.FR.004 with audio in Marathi, Hindi and English mounted on vehicle
dashboard.
It shall be possible to assign fixed routes on daily basis to all registered
FMS.FR.005 vehicles in system with bin collection or feeder points along the route
and track any deviation from fixed routes allocated.
It shall be possible to trace vehicle breakdown events, driver
FMS.FR.006 unavailability to maintain service levels in the city based on vehicle
missing pick-up schedules.
It shall be possible to re-assign drivers to vehicles and routes based
FMS.FR.007
on their availability
It shall be possible to do geo-fencing of vehicles to restrict area of
FMS.FR.008
operation in specified hours during the day.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
It shall be possible to monitor entry and exit time of vehicles in
FMS.FR.009
garages, depots, transfer stations, landfills etc. in the city
It shall be possible to keep track of schedule for servicing of all bin
FMS.FR.010
locations in the city for waste collection
Keeping track of schedule for servicing of all D2D Collection Feeder
FMS.FR.011
points in the city for waste collection
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
WBWR.FR.0 SW Pickup Vehicle weight, Type of waste, Capacity, distance travel
01 and Trips Completed per day Reports.
Once trip gets started, GPS information, RFID Reader data from bin
WBWR.FR.0 RFID tags, Mobile Incident Reports and Alerts of waste trucks based
02 on vehicle ID will be sent by vehicle to the control centre based on
which trip report shall be generated.
RFID tag on vehicle will be scanned at transfer station, processing
WBWR.FR.0 plant & Landfill and details will be shared with the control room along
03 with automatic weighing bridge data to generate waste type and
weight collected at weigh bridges.
SW Pickup Truck Incident Reports and report with date, time and
location in delay of bin pickup/ missing or damaged bins. If there would
WBWR.FR.0
be any incident related to trucks/ bin pickup delay/ stolen bin/ damaged
04
bin, same should be informed to control room for incident recording
through mobile application
WBWR.FR.0 Average Daily SW Generation by Area (Based on collection from Area
05 Bins)
WBWR.FR.0 Municipal Corporation Employee Presence based Attendance Report
06 in Designated Area during Office Hours for Salary Processing
Reports on incoming, outgoing of waste data at Transfer station,
WBWR.FR.0
Landfills and Processing plants and quantity of recycled waste for
07
revenue generation
WBWR.FR.0 MSW taken away by recyclers at intermediate points captured at
08 weigh bridges
WBWR.FR.0 Issue resolution report for each alerts based on any incident (citizen
09 report, traffic issue, weather, water logging, parking)
WBWR.FR.0 Report on compliance and improvement of service level benchmarks
10 based on MoUD guidelines
WBWR.FR.0
Web Based Solid Waste Management Analytics Reports
11
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Annual Solid Waste Generation Prediction Models based on data
collection patterns by time of year, location, waste type, special events
ARWG.FR.0
in city, and large gathering etc. data from previous years which will
01
enable effective planning and management of solid waste
management services.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Specific analytics reports for events with large citizen involvement
ARWG.FR.0 such as festivals and fairs that shall ensure the trend or the pattern in
02 terms of waste generation and help in better strategy of smooth
collection & transport of waste.
Provide statistical models or causal analysis, to zero in on the
ARWG.FR.0
significant factors resulting in noncompliance of the benchmark set up
03
for Solid Waste Management.
Provide visual analytics to view what could be the probable factors that
ARWG.FR.0
could impact in non-compliance to the set benchmark of solid waste
04
generation.
Future predictions of waste generation across different categories with
quantifiable checkpoints or gauging the achievement vs benchmarked.
ARWG.FR.0 The BI / visualization tools simultaneously with the analytics platform
05 that help to gauge / monitor the day to day progress and pin point on
the pain areas/sectors of non-compliance by incorporating
accountability to different stakeholders.
Test different hypotheses to view if there are statistical significance of
ARWG.FR.0 any view, premonition, existing business rule / logic, any probable
06 idea, apprehensions, of a sudden change in waste generation patterns
in the city.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Accurate projections on what could be the projected waste
ARWC.FR.0 composition with the change in demography, economies and
01 urbanization to enable effective planning and management of solid
waste management services.
Quantification and gauging the change in waste composition because
of the influence of factors like culture, economic development, climate,
ARWC.FR.0
energy sources etc. The composition will impact in how often waste is
02
collected and how it is disposed thus leading to a more scientific and
impactful plan.
Visual analytics to view what could be the probable factors that could
ARWC.FR.0
impact in the changes in waste composition at different areas, regions,
03
etc.
Test different hypotheses to view if there are statistical significance of
ARWC.FR.0
any view, premonition, existing business rule / logic, any probable
04
idea, apprehensions, of a sudden change in composition change.
To incorporate statistical models or causal analysis, to zero in on the
ARWC.FR.0 significant factors resulting in the changes of the waste composition
05 for any particular category or sources like hotels, & restaurants,
vegetable waste, market areas, commercials, households etc.
To quantify, prioritize & hence optimize the strategy of how to mitigate
ARWC.FR.0
the variability or changing composition of Waste Management though
06
effective interventions.
To segment similar areas, regions statistically and hence have a
ARWC.FR.0 focused strategy or interventions in future as far as similarity of waste
07 composition in concerned for streamlining and more impactful
outcome.
ARWC.FR.0
Analytics Reports for Waste Disposal
08
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Accurate projections on waste disposal capacity planning based on
ARWC.FR.0
waste generation and changing waste composition data for optimized
09
waste disposal planning and roadmap.
ARWC.FR.0 Analytics reports on landfills that provide information on where to fill,
10 how to fill and when to fill at different time frames.
Optimal placement of bins based on daily/ monthly/ annual collection
ARWC.FR.0 patterns, density of population in areas, presence of high waste
11 generators in area among other factors will be used to predict optimal
geographical locations of bins.
ARWC.FR.0 Visual analytics to view what could be the probable factors that could
12 challenge the waste disposal at different areas, regions, etc.
Test different hypotheses to view if there are statistical significance of
ARWC.FR.0
any view, premonition, existing business rule / logic, any probable
13
idea, apprehensions, regarding waste disposal.
ARWC.FR.0 Provide statistical models or causal analysis, to zero in on the
14 significant factors resulting in the challenges of waste disposal.
Provide reports on different waste disposal strategy for different
ARWC.FR.0
income groups, areas, different industries, type of hotels or the
15
sources of waste generation.
Create reports that segment areas, regions, income groups, sources,
ARWC.FR.0 industry etc. statistically and hence have a focused strategy or
16 interventions in future as far as similarity of waste disposal for
streamlining operations and more impactful outcome.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Accurate projections on waste disposal capacity planning based on
ARWD.FR.0
waste generation and changing waste composition data for optimized
01
waste disposal planning and roadmap.
ARWD.FR.0 Analytics reports on landfills that provide information on where to fill,
02 how to fill and when to fill at different time frames.
Optimal placement of bins based on daily/ monthly/ annual collection
ARWD.FR.0 patterns, density of population in areas, presence of high waste
03 generators in area among other factors will be used to predict optimal
geographical locations of bins.
ARWD.FR.0 Visual analytics to view what could be the probable factors that could
04 challenge the waste disposal at different areas, regions, etc.
Test different hypotheses to view if there are statistical significance of
ARWD.FR.0
any view, premonition, existing business rule / logic, any probable
05
idea, apprehensions, regarding waste disposal.
ARWD.FR.0 Provide statistical models or causal analysis, to zero in on the
06 significant factors resulting in the challenges of waste disposal.
Provide reports on different waste disposal strategy for different
ARWD.FR.0
income groups, areas, different industries, type of hotels or the
07
sources of waste generation.
Create reports that segment areas, regions, income groups, sources,
ARWD.FR.0 industry etc. statistically and hence have a focused strategy or
08 interventions in future as far as similarity of waste disposal for
streamlining operations and more impactful outcome.
7.10.33 Data Analytics for Solid Waste Management Planning
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
The system shall provide a seamless, transparent, online platform of
integrated data from multiple sources & multiple systems on which the
AWP.FR.00 statistical modelling and analytics will create the optimized roadmap
1 and the implementation plan based on statistical significant factors.
The BI & visualization tool would use the analytical outputs to gauge
the day to day performance of the benchmark vs actual.
Provide insightful reports for creating integrated Solid Waste
AWP.FR.00 Management Plan by intervening and impacting at all the touch points
2 including waste generation, gauging the waste composition & in waste
disposal mechanism.
A streamlined roadmap with optimized resources should be created
AWP.FR.00 dynamically with a model that estimates the projected solid waste at
3 different categories and based on the projections proposes optimal
resources as well as the schedule of intervention.
Use visual analytics to view what could be the probable factors that
AWP.FR.00 could challenge the Solid Waste Management plan at different touch
4 points, sectors would help to take a more scientific informed decision
making.
Test different hypotheses to view if there are statistical significance of
AWP.FR.00 any view, premonition, existing business rule / logic, any probable
5 idea, apprehensions, regarding the Entire Solid Waste Management
Process.
To incorporate statistical models or causal analysis, to zero in on the
AWP.FR.00
significant factors resulting in the challenges of the entire Solid Waste
6
Management Process.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Complete weighbridge management user friendly Software for
WBASL.FR. processing data date wise, truck wise, challan wise, shift wise,
001 customer wise product wise etc. for generation of daily, weekly &
monthly reports.
Preparing Transport Permit, Invoice etc. as per PCMC requirement.
WBASL.FR.
Provision for connecting with other weighbridges / server computer by
002
LAN & sharing the common data base.
WBASL.FR. The software should be compatible for integrating with Terminal
003 Automation System software and migration of data.
WBASL.FR.
Software must be password protected for operation and editing.
004
The software installed at each weighbridge shall be integrated with
WBASL.FR.
centralized SWM Software for real-time syncing of data from weigh
005
bridges in the city.
The software shall integrate with the RFID reader and operate the
WBASL.FR. entry and exit boom barrier upon successful reading and
006 authentication of the windshield tag of the vehicle entering the weigh
bridge.
The software shall detect correct positioning of the vehicle for
WBASL.FR.
weighment operations to begin using the axle sensor system and
007
display message on the outdoor display and activate hooter
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
The software shall integrate with outdoor Panel Computer to allow
WBASL.FR.
entry of vehicle parameters by driver like source ward , waste type and
008
other details as discussed with PCSCL.
The software shall collect weight data once upon entry of filled vehicle
WBASL.FR. and then once for empty vehicle upon exit from the facility like transfer
009 station, landfill etc. and compute the weight by calculating the
difference from these two figures.
The software shall also integrate with the entry and exit traffic lights at
WBASL.FR.
the weigh bridge. It shall turn the light green on opening boom barrier
010
after correct identification of the RFID tag.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
The system integrator shall create both ios and Android versions of the
CCMA.FR.0
application. Users should be able to download applications from
01
Android and Apple stores and register in them.
CCMA.FR.0 Report garbage lying in open areas using photograph with automatic
02 geo-tagging and timestamping by mobile application.
Report non-pickup of DTD garbage collection on daily basis. There
should be a mechanism for citizen to enter his address. The server
software shall show all complaints with address in report form and also
CCMA.FR.0
as heat map on web interface. SW Door to Door Non-Pickup
03
Complaint/Alert can be sent using Mobile App by Residents/Societies.
Such crowd sourcing data shall be used to generate heat map of the
city to see where incidents of D2D pickup complaints are highest.
See Expected Time of Arrival of DTD garbage pickup trucks and
CCMA.FR.0 service in their locality on daily basis on a map. Citizens shall be sent
04 updates on waste pickup time and any changes to it via mobile
application
CCMA.FR.0
Raise complaints for damaged or missing garbage bins in their locality
05
CCMA.FR.0 They should be able pay monthly Garbage Collection User fee through
06 the application wherever applicable.
The mobile application should also provide guidelines for waste
segregation including how different household and commercial items
CCMA.FR.0 shall be segregated into Dry, Wet and Hazardous waste. It shall how
07 guide on how to dispose of Construction and Demolition and
Horticulture and Garden waste. Users should be able to understand
how to segregate domestic waste through tutorial in the mobile app
The application shall provide real time status of garbage collection
CCMA.FR.0
operations in their locality and ward and sent notifications to user via
08
sms or push messaging when D2D vehicle has reached their vicinity.
The mobile application should also support ability to push messages
CCMA.FR.0
for promotion and awareness programs related to solid waste with text,
09
video and pictures.
It shall be possible to conduct user surveys and get feedback with help
CCMA.FR.0
of the mobile applications on various schemes and facilities provided
10
by PCSCL.
The citizens shall be able to track and trace their complaint status
CCMA.FR.0
through the mobile application. All complaints shall be logged by
11
central grievance management software.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
Automatic escalations to concerned staff with complaints details and
CCMA.FR.0
ability to report resolution through mobile application shall be provided
12
to field staff.
If there was any incident alert recorded for breakdown, information will
be notified to the concerned resident with tentative time by when they
CCMA.FR.0
will be serviced through mobile app. If there was no alert, the
13
concerned DTD staff will be informed to cater to that specific location
and close the issue within stipulated timeline.
Citizen campaigns related to clean city shall be done via the mobile
CCMA.FR.0 application. There shall be mechanism in the application to push
14 dynamic content like text, video and images to citizens for such
campaigns through the mobile application.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
FSCMA.FR. Field Staff should be able to download applications from web stores
001 and register in them.
FSCMA.FR.
The employee should be able to login to the application.
002
For Bin Collection Staff details of the fixed route with bin collection
FSCMA.FR.
waypoints should be displayed on a map on mobile handheld as per
003
the daily schedule.
FSCMA.FR.
Real-time position of vehicle shall be displayed on the map
004
Warning message shall be displayed on mobile application if vehicle
FSCMA.FR.
moves away from pre-determined fixed route using prefixed geo-
005
fencing or equivalent mechanism.
FSCMA.FR. Separate colour code shall be used for bin markers based on serviced
006 / un-serviced status along the route in real time
Notification of Bin Pickup detected by reading metal mount RFID tags
on fixed RFID Readers installed on the vehicle shall be relayed to
FSCMA.FR.
mobile application in real time to mobile application when pickup is
007
being performed. A local Green LED Indicator with hooter shall also
be installed on the vehicle to show confirmation of tag read.
FSCMA.FR. Trip Start, Ongoing and Completion status shall be shown in the
008 mobile software
FSCMA.FR. The following details of a particular bin shall be available on clicking
009 on bin marker
FSCMA.FR.
Bin ID
009.a
FSCMA.FR.
Location Name
009.b
FSCMA.FR.
Picture of Pickup Location
009.c
FSCMA.FR. The staff should be able to get trip details like distance travelled,
010 average speed, current speed, next stop
Distance travelled along with fuel efficiency of vehicle should be used
FSCMA.FR.
to compute fuel consumption estimates and correlated with actual
011
consumption entered in system to find any fuel pilferage events
FSCMA.FR. Bin collection staff shall be able to report blocked bins (due to illegal
012 parking etc.) via the mobile application with geo-tagged photograph as
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
evidence. These incidents along with image shall be shown on map
through web interface.
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
It shall be possible to mark attendance of D2D staff using the mobile
application and handheld terminal with biometrics (Iris and Fingerprint
shall be supported), GPS location and capture photo on successful
ATAMA.FR.
authentication and send this attendance log to server for record
001
keeping. It shall be possible to use the staffs own mobile phone to log
attendance with GPS and Photo Capture feature if biometrics
hardware is not available on mobile.
Mobile Rechargeable Attendance terminals shall be provided to Ward
ATAMA.FR.
Supervisors (Mukadams)/Sanitary Inspectors to mark attendance of
002
field staff.
These systems shall be connected over 3G/4G network to the data
ATAMA.FR.
centre to provide real-time information to attendance management and
003
tracking server software.
The mobile software on the handheld terminals shall also be used to
conduct site survey by track location of ward supervisor (Mukadams)
and capture images during site survey to monitor work of the field staff
ATAMA.FR.
on any particular day. The site survey waypoint log along with
004
embedded images shall be available as KMZ file for later viewing
through web interface. The handheld terminals shall be easy to carry
with belt clip provided to hold it on place
Reference
Complianc
Sr. No. Indicative Requirement Description (Doc. / Pg.
e (Yes / No)
No.)
ATAMS.FR. The system shall provide capability to monitor location of field staff in
001 real-time on a map
ATAMS.FR. The system shall provide generate daily and monthly attendance
002 reports of the field staff
ATAMS.FR. The system shall provide capability to view site survey reports of the
003 employees on a map with waypoints and photographs of way points
The system shall provide geo-fencing alerts of field staff based on time
ATAMS.FR.
and area configured in the system and their current location inside or
004
outside the geo-fenced area
ATAMS.FR.
All features shall be available through a web based dashboard
005
7.11 CCC and COC
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
Intel Core i5 , 64bit x86 Processor @ 3.2 GHz or more,
WS-TR-01 Processor 8MB L3 cache, Memory support DDR3 or better
specifications
The video management software shall be installed on
WS-TR-02 Video each desktop to access the video feed from NVR
system.
WS-TR-03 Network Integrated 10/100/1000 Gigabit Ethernet controller
1 HDMI port (Preferable), 2x USB 2.0 and 2 x USB 3.0
WS-TR-04 Ports
(Preferable)
WS-TR-05 Ports Minimum 4 ports USB 3.0
WS-TR-06 Ports Front I/O includes (2 or more ) USB 2.0 ports
Rear I/O includes (2 or more ) USB 3.0 ports, (2 or
WS-TR-07 Ports more) USB 2.0 ports, serial port, Parallel port, PS/2
mouse and
keyboard ports, RJ-45 network interface, DisplayPort 1
WS-TR-08 Ports VGA and 3.5mm audio in/out jacks; 4 in 1 Media Card
Reader (Preferable)
HDD
WS-TR-09 Integrated dual port SATA-II controller
Controller
WS-TR-10 Memory 16GB DDR III 1333MHz or higher
WS-TR-11 Storage 1TB @ HDD 7200 RPM
Optical 22X DVD writer or higher and the corresponding
WS-TR-12
Drive software
Three 21” TFT LCD monitors with minimum 1920 x
Workstati
WS-TR-13 1080 resolution with 5 ms response time or better
on
specifications, TCO 03 or higher certified
WS-TR-14 Keyboard 107 or more Keys Keyboard
2 / 3 button USB Optical Scroll Mouse with anti-static
WS-TR-15 Mouse mouse pad resolution of Optical 1000 cpi, Complying to
CE and FCC norms
Power
Managem System with Power management features & Desktop
WS-TR-16
ent and Management Interface implementation
DMI
Operating
WS-TR-17 Windows desktop latest version
System
Power
WS-TR-18 100 -240V AC
input
3G/4G to Wi-Fi/Ethernet Router with High Power 3G
WS-TR-19 Router Antenna shall be provided with desktops where internet
is not available
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
VWC-TR-01 Operating System Windows 7 64bit Ultimate Version
Intel® Core™ i7 Quad Core 3.0 GHz
VWC-TR-02 CPU Processing processor or better
VWC-TR-03 Memory 16 GB RAM
VWC-TR-04 Hard disk 2x 600 GB RAID-1, Hot-plug redundant
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
VWC-TR-05 Optical drive DVD R/W
VWC-TR-06 Network 2x 1 Gb/s LAN
System
VWC-TR-07 backplane
PCI express 3.0 backplane (min 10 slots)
Support for 4 Ch Graphic card with DVI
VWC-TR-08 outputs
Should support Display Port (max
VWC-TR-09 Graphics card resolution: 2560x1600@60Hz)
VWC-TR-10 1920x1200@60 Hz (DVI)
VWC-TR-11 DVI Input Supporting DVI, RGB Signals
VWC-TR-12 Dimensions 19” Rack mount
VWC-TR-13 Power Supply 100-240VAC, 50/60Hz, Hot-plug redundant
Operating
VWC-TR-14 Conditions
0°C to 35°C or better
VWC-TR-15 Form Factor 3U 1/2 19" Rack mount housing
Storage
VWC-TR-16 Temperature
0°C to 40°C
Joystick Controller
PTZ speed dome control for IP cameras
Minimum 10 programmable buttons
Multi-camera operations
JC-TR-01 Joystick General
Compatible with all the camera models
offered in the solution
Compatible with VMS /Monitoring software
offered
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
The software should be able pre configure
General various display layouts and access them at any
VWS-FR-01 Requirements time with a simple mouse click or based on the
timer
The software should enable the users to see
the desktop of the graphics display wall
General remotely on the any PC connected with the
VWS-FR-02 Requirements Display Controller over the Ethernet and
change the size and position of the various
windows being shown.
The wall management software shall be having
General
VWS-FR-03 Requirements
interoperability with Video management
system.
The wall management software may be
General
VWS-FR-04 Requirements
centrally Server based or local controller based
architecture.
The software should enable various operators
General
VWS-FR-05 Requirements
to access the display wall from the local
keyboard and mouse of their workstation
Complian Reference
Sr. No. Category Minimum Requirement Specifications ce (Yes / (Doc. / Pg.
No) No.)
connected with the Display Controller on the
Ethernet
Complianc Reference
Sr. No. Category Minimum Requirement Specifications e (Yes / (Doc. / Pg.
No) No.)
Auto Starting DG Set Mounted on a common based
General frame with AVM (Anti-Vibration) pads, residential
DGS-TR-01 Specificati silencer with exhaust piping, complete conforming to
ons ISO 8528 specifications and CPCB certified for
emissions. KVA rating as per the requirement.
DGS-TR-02 Capacity Minimum 250 KVA
High Speed Diesel (HSD) With 30 Ltr Tank Capacity
or better. It should be sufficient and suitable for
containing fuel for 12 hours continuous operation,
DGS-TR-03 Fuel
Complete with level indicator, fuel inlet and outlet, air
vent, drain plug, inlet arrangement for direct filling
and set of fuel hoses for inlet and return.
Power
DGS-TR-04 0.8
Factor
Complianc Reference
Sr. No. Category Minimum Requirement Specifications e (Yes / (Doc. / Pg.
No) No.)
Engine should support electric auto start, water
cooled, multi cylinder, maximum 1500 rpm with
electronic/manual governor and electrical starting
DGS-TR-05 Engine
arrangement complete with battery, 4 stroke multiple
cylinders/single and diesel operated conforming to
BS 5514/ ISO 3046/ IS 10002
Self-exciting, self-regulating type alternator rated at
0.8 PF or better, 415 Volts, 3 Phase, 4 wires, 50
DGS-TR-06 Alternator cycles/sec, 1500 RPM, conforming to IS 4722/ BS
5000, Windings of 100% Copper, class H insulation,
Protection as per IP 23.
AMF Panel fitted inside the enclosure, with the
following meters/indicators:
• Incoming and outgoing voltage
• Current in all phases
• Frequency
• KVA and power factor
AMF (Auto • Time indication for hours/ minutes of operation
DGS-TR-07
Main • Fuel Level in field tank, low fuel indication
Failure)
• Emergency Stop button
Panel
• Auto/Manual/Test selector switch
• MCCB/Circuit breaker for short-circuit and overload
protection
• Control Fuses
• Earth Terminal
• Any other switch, instrument, relay etc. essential
for Automatic functioning of DG set with AMF panel
• The DG set shall be provided with acoustic
enclosure / canopy to reduce the sound level and to
house the entire DG set (Engine & Alternator set)
assembly outside (open-air).
Acoustic • The enclosure shall be weather resistant powder
DGS-TR-08
Enclosure coated, with insulation designed to meet latest
MOEF/CPCB norms for DG sets, capable to
withstand Mumbai climate. The enclosure shall have
ventilation system, doors for easy access for
maintenance, secure locking arrangement, complete
Output
DGS-TR-09 50 Hz
Frequency
DGS-TR-10 Tolerance +/- 5% as defined in BSS-649-1958
DGS-TR-11 Enclosure Acoustic enclosure with provision for a fuel tank
Over speed /under speed/High water
DGS-TR-12 Indicators
temperature/low lube oil etc.
Intake
DGS-TR-13 Naturally Aspirated
system
Certificatio
DGS-TR-14 ISO 9001/9002, relevant BS and IS standard.
ns
7.11.6 City Operation Helpdesk Functional Requirement
Reference
Compliance
Sr. No. Category Minimum Requirement Specifications (Doc. / Pg.
(Yes / No)
No.)
Omni All components must be deployed in local high
Channel availability including power supplies.
COH-FR-01
Contact
Center
Indicative
Sr. No. Item Name Unit
Qty.
City Surveillance: Field Infrastructure
Fixed Box Camera along with associated accessories & systems including
1. Nos. 1520
all cables/wires
Fixed Box Camera for FRS along with associated accessories & systems
2. Nos. 30
including all cables/wires
Dome Camera along with associated accessories & systems including all
3. Nos. 383
cables/wires
PTZ Camera along with associated accessories & systems including all
4. Nos. 160
cables/wires
External IR illuminator (for Fixed Box Camera) along with associated
5. Nos. 1470
accessories & systems including all cables/wires
Local Viewing Centre Infra at Traffic Police Stations - LED Screen (55”),
Nos. (No. of
6. desktop with UPS along with associated accessories & systems including 8
Sites)
all cables/wires
Nos. (No. of
7. Site Preparation 606
Sites)
City Surveillance: Mobile Surveillance Vehicle
Mobile Surveillance Vehicle along with all components, associated
1. Nos. 3
accessories & systems
City Surveillance: System Software
AI-based Video Analytics system for Surveillance Use cases (Perpetual Nos. (No. of
1. 4186
License) (as per functional requirement VCA-FR-18 and VCA-FR-19) Use cases)
AI-based Video Analytics system for Traffic Use cases (Perpetual License) Nos. (No. of
2. 1000
(as per functional requirement VCA-FR-20) Use cases)
AI-based Automatic Number Plate Recognition (ANPR) system (Perpetual Nos. (No. of
3. 850
License) Use cases)
AI-based Red Light Violation Detection (RLVD) system (Perpetual Nos. (No. of
4. 320
License) Use cases)
Nos. (No. of
5. Video Management System (Perpetual License) 2093
Cameras)
Nos. (No. of
6. Local viewing centre IT Systems License (VMS Perpetual License) 8
Sites)
Command Control Centre (CCC) - Infra & Systems
1. Workstations with 3 monitors (including UPS, computer chair, table etc.) Set 15
2. Joystick for PTZ Camera along with Keyboard, Job dial etc. Set 15
Nos. (No. of
3. CCC Video wall (70" Cubes) with necessary cables & accessories 15
Cubes)
4. CCC Video wall Controller and Management Software (Perpetual License) Lot 1
5. Multifunction Device (Printer, Scanner, Fax, Copy) Nos. 1
6. IP Phones (Soft Phones) Nos. 5
7. Headset Nos. 5
8. Fire Alarm & Retardant System Set 1
9. Biometric access control system with facial recognition Set 3
Indicative
Sr. No. Item Name Unit
Qty.
10. Dome cameras Nos. 4
11. Rodent Repellent system Set 1
Diesel Generator (250 KVA) along with all associated accessories,
12. Nos. 1
equipment and Installation Cost
Site Preparation Cost (4000 Sq. Ft.) for CCC (CCTV Viewing room, Traffic
Control Room, Traffic Wireless Wing) (Inclusive of interior civil work
(structural work, false flooring & ceiling, partitioning etc.), electrical (HT
13. Lumpsum 1
feeder supply unit, cabling, conduit, foundation & earthing etc.), furniture
(table, chairs, doors, lighting, storage cabinet, conference rooms furniture
etc.)
14. Air Conditioning (1/2/2.5 Ton + Cassette VFR Unit) Lumpsum 1
UPS of requisite capacity (with redundancy) with batteries and
15. Lumpsum 1
accessories (along with battery replacement during the contract period)
Smart Water: Field Infrastructure: Advanced Water Metering Infrastructure (AMI)
Multi-jet type/ Ultrasonic type Smart Water Flow Meter and Accessories
1. Nos. 2000
for Ø: 15 mm water connection
Multi-jet type/ Ultrasonic type Smart Water Flow Meter and Accessories
2. Nos. 1165
for Ø: 20 mm water connection
Multi-jet type/ Ultrasonic type Smart Water Flow Meter and Accessories
3. Nos. 5034
for Ø: 25 mm water connection
Multi-jet type/ Ultrasonic type Smart Water Flow Meter and Accessories
4. Nos. 617
for Ø: 40 mm water connection
Multi-jet type/ Ultrasonic Smart Water Flow Meter and Accessories for Ø:
5. Nos. 337
50 mm water connection
Ultrasonic Smart Water Flow Meters with LCD Display and Accessories
6. Nos. 56
for Ø: 75 mm water connection
Ultrasonic Smart Water Flow Meters with LCD Display and Accessories
7. Nos. 47
for Ø: 100 mm water connection
Ultrasonic Smart Water Flow Meters with LCD Display and Accessories
8. Nos. 12
for Ø: 150 mm water connection
Low Power Wide Area (LPWA) Communication Module based Data
9. Lumpsum 1
Concentrators
10. Hand Held Unit (HHU) / Drive-by Units with all Accessories Nos. 10
Smart Water: Field Infrastructure: On-Line Water Quality Monitoring System (OWQMS)
Sensor Probes for Water Turbidity Measurements with Cables and Other
1. Set 300
Accessories
Sensor Probes for Water Chlorine Residual Measurements with Cables
2. Set 300
and Other Accessories
MCT / RTU with integrated 3G/4G wireless communication capabilities
3. Set 300
with Cable and Other Accessories
Field Enclosure along with Power/Battery/Wiring and other requisite
4. Set 300
Accessories
Smart Water: Field Infrastructure: Energy Audit and Preventive Maintenance
Energy Meters for Water Pumps at WPS with Cable and Other
1. Nos. 120
Accessories
Vibration sensors for Pump's vibration measurement with Transmitter
2. Nos. 120
along with Cable and Other Accessories
Indicative
Sr. No. Item Name Unit
Qty.
Temperature Measurement Sensors for Pump's winding with Universal
3. Nos. 120
Transmitter along with Cable and Other Accessories
4. Water Flow Transmitters at WPS along with Cable and Other Accessories Nos. 120
Water Pressure Transmitters at WPS along with Cable and Other
5. Nos. 240
Accessories
Intelligent Edge Gateway (IEG) for Energy Meters and Transmitters along
6. Lot 1
with Cable and Other Accessories
Network Connectivity from Data Concentrators to COC during the contract
7. Lumpsum 1
period
Network Connectivity from MCT (for Quality sensors) to COC, SCADA
8. Lumpsum 1
during the contract period
9. Network Connectivity from WPS & WTP to COC during the contract period Lumpsum 1
10. 120” Video Screen (LED) along with accessories and systems Nos. 2
11. Smart Water Field Site Preparation Cost Lumpsum 1
Smart Water: System Software
Meter Data Management System (MDMS) Software including database
1. Lot 1
licenses (Perpetual Licenses)
MDAS Software for Energy Measurement (Software license for both Water
2. Lot 1
and Sewerage Pumps) including Database Licenses (Perpetual Licenses)
Control Centre SCADA Server Software with 50,000 tags (Base Software
3. license for both Water and Sewerage System) with Historian, Web & Lot 2
Database server licenses and other platform licenses (Perpetual License)
SCADA Client Side Software/Plugins (10 nos.) with OPC DA/UA, DNP3,
4. Lot 1
Modbus & VPN client software (Perpetual Licenses)
OWQMS and WNMS with Web Application (Software license for both
5. Lot 1
Water and Sewerage system) (Perpetual License)
EAPMS Application Software for Energy Audits and Preventive
6. Maintenance (Software license for Water Management System) along with Lot 1
Web & Database licenses (Perpetual License)
Smart Sewerage: Data Acquisition Equipment at STP
1. Intelligent Edge Gateways along with cables and accessories Set 13
Field Enclosure along with Power/Battery/Wiring and other requisite
2. Set 39
Accessories
Smart Sewerage: Energy Metering at SPS
1. Intelligent Edge Gateways along with cables and accessories Set 33
Field Enclosure along with Power/Battery/Wiring and other requisite
2. Set 33
Accessories
3. Energy Meters with CT / PT Set 120
Smart Sewerage: Systems at STP Inlet
Micro Stations (Quality Analysers) along with probes (BOD, COD, TSS,
1. Set 13
DO)
2. Automatic Poly Electrolyte Dosing System Set 13
Electromagnetic Flow Transmitter along with cable, filed enclosure and
3. Set 13
Other accessories.
RTU with integrated 3G/4G communication capabilities with Cable and
4. Set 13
Other Accessories
Smart Sewerage: Systems at STP Outlet
Indicative
Sr. No. Item Name Unit
Qty.
Micro Stations (Quality Analysers) along with probes (Oil & Grease, BOD,
1. Set 13
COD, TSS, NH4-N, N-Total)
Electromagnetic Flow Transmitter along with cable, filed enclosure and
2. Set 13
Other accessories.
3. Automatic Chlorine Dosing System Set 13
4. Chlorine Gas Leak Detection System Set 13
RTU with integrated 3G/4G communication capabilities with Cable and
5. Set 13
Other Accessories (As per Requirement)
Smart Sewerage: Energy Metering at STP
1. Energy Meters with CT / PT Set 216
RTU with integrated 3G/4G communication capabilities with Cable and
2. Set 13
Other Accessories (As per Requirement)
Smart Sewerage: Manhole Level Detection for Main Trunk Line
1. Manhole Wireless Level Sensor for Main Trunk Line Set 50
2. Intelligent Edge Gateways along with cables and accessories Set 50
3. Site preparation including all accessories Lumpsum 1
Smart Sewerage: Software Solutions (Perpetual License)
Sewerage Network Modelling and Management Software (Perpetual
1. Lot 1
License)
MDAS Application for Energy Measurements for Sewerage Network
2. Lot 1
(Perpetual License)
SCADA Client Side Software / Plugins (15 HMI client) with OPC DA/UA
3. Lot 1
client, Gateway/ Plugin & VPN client software (Perpetual Licenses)
OWQMS System (For Quality Monitoring of Sewerage Network)
4. Lot 1
(Perpetual Licenses)
EAPMS Application Software for Energy Audits and Preventive 1
5. Maintenance (Software license for Sewerage Management System) along Lot
with Web & Database licenses (Perpetual License)
Smart Sewerage: IT Infrastructure for Smart Sewerage Network
1. HMI Client Desktop with Accessories Nos. 13
2. 65" LED TV with Accessories Nos. 13
City Network (Active Components): Core Layer - Zone Level
1. Core Switch along with cables and accessories but excluding SFP module Nos. 18
2. 24U Network rack along with cables and accessories Nos. 9
UPS with requisite capacity along with batteries and accessories (along
3. Set 9
with battery replacement during the contract period)
4. Air Conditioning 2 Ton along with cables and accessories Nos. 9
Site Preparation Cost (Inclusive of civil work, electrical works, foundation Nos. (No. of
5. 9
and earthing) Locations)
Network (Active Components): Aggregation Layer - Ward Level
Aggregation Switch along with cables and accessories but excluding SFP
1. Nos. 60
module
2. 12U Network rack along with cables and accessories Nos. 30
UPS with requisite capacity along with batteries and accessories (along
3. Set 30
with battery replacement during the contract period)
4. Air Conditioning 2 Ton along with cables and accessories Nos. 30
Indicative
Sr. No. Item Name Unit
Qty.
Site Preparation Cost (Inclusive of civil work, electrical works, foundation Nos. (No. of
5. 30
and earthing) Field level Locations)
Network (Active Components): Access Layer - Field Locations
Access Switch (20 POE+ Ports) along with cables and accessories but
1. Nos. 335
excluding SFP module
Access Switch (12 POE+ Ports) along with cables and accessories but
2. Nos. 550
excluding SFP module
3. Junction Box along with cables and requisite accessories Nos. 885
UPS with requisite capacity along with batteries and accessories (along
4. Set 885
with battery replacement during the contract period)
Site Preparation Cost (Inclusive of civil work, electrical works, foundation Nos. (No. of
5. 885
and earthing) Field level Locations)
Server Room at COC: IT Infrastructure
Core Routers along with cables and accessories but excluding SFP
1. Nos. 2
module
Core Switches along with cables and accessories but excluding SFP
2. Nos. 2
module
Internet Routers along with cables and accessories but excluding SFP
3. Nos. 2
module
External Firewall, IPS/IDS along with DDoS Protection along with
4. Nos. 2
transceiver modules, cables and accessories but excluding SFP module
Internal Firewall, IPS/IDS along with DDoS Protection along with cables
5. Nos. 2
and accessories but excluding SFP module
Application Load Balancer along with cables and accessories but
6. Nos. 2
excluding SFP module
Link Load Balancer along with cables and accessories but excluding SFP
7. Nos. 2
module
8. SIEM solution along with cables and accessories Nos. 1
Server Room Switch along with cables and accessories but excluding SFP
9. Nos. 2
module
10. 42U Network Rack along with cables and accessories Nos. 14
11. Blade Chassis along with cables and accessories Nos. 12
Unified Storage (6500 TB) with SAN Switches (HA Mode) along with
12. Set 1
cables and accessories
13. Data Backup Solution/ appliance along with cables and accessories Set 1
14. Blade Server along with cables and accessories Nos. 86
15. Server for AI-based Video Analytics along with cables and accessories Lumpsum 1
16. 40G SFP Module (Multi Mode) Nos. 324
17. 40G SFP Module (10 km Single Mode) Nos. 36
18. 10G SFP Module (Multi Mode) Nos. 218
19. 10G SFP Module (10 km Single Mode) Nos. 120
20. 1G SFP Module (Multi Mode) Nos. 80
21. 1G SFP Module (10 Km Single Mode) Nos. 1800
22. Air Conditioning (1/2/2.5 Ton + Cassette VFR Unit) of requisite capacity Lumpsum 1
Online UPS of requisite capacity (with redundancy) with batteries and
23. Lot 1
accessories (along with battery replacement during the contract period)
Indicative
Sr. No. Item Name Unit
Qty.
Workstations with 3 monitors at each Workstation (including UPS,
24. Set 10
Computer chair, table etc.)
25. Joystick for PTZ Camera along with Keyboard, Job dial etc. Set 5
Nos. (No. of
26. COC Video wall (70" Cubes) along with cables and accessories 12
Cubes)
27. CCC Video wall Controller and Management Software (Perpetual License) Lot 1
28. Multifunction Device (Printer, Scanner, Fax & Copy) Nos. 1
29. Fire Alarm & Retardant System Set 1
30. Biometric access control system along with facial recognition Set 5
31. Dome cameras Nos. 6
32. Rodent Repellent system Set 1
33. Building Management System for CCC & COC Set 1
Diesel Generator (250 KVA) along with all associated accessories,
34. Nos. 1
equipment and Installation Cost
Site Preparation Cost (3000 Sq. Ft.) COC (Server Room, NOC, Battery
Room and Viewing Room) (Inclusive of interior civil work (structural work,
35. false flooring & ceiling, partitioning etc.), electrical (HT feeder supply unit, Lumpsum 1
cabling, conduit, foundation & earthing etc.), furniture (table, chairs, doors,
lighting, storage cabinet, conference rooms furniture etc.)
Server Room at COC: Software Solutions (Perpetual License)
1. Integrated Command Control Centre Platform (ICCC) (Perpetual License) Lot 1
2. Antivirus Solution (Perpetual License) Lot 1
3. Enterprise Management System (Perpetual License) Lot 1
Virtualization Software License (Server, Network and Security) (Perpetual Nos. (No. of
4. 168
License) CPUs)
5. Database Server Licenses (Perpetual License ) Lot 1
6. DHCP Server Licenses (Perpetual License) Lot 1
7. DNS Server Licenses (Perpetual License) Lot 1
Nos. (No. of
8. Server Operating System (Perpetual License) 84
Servers)
9. Web Server Licenses (Perpetual License) Lot 1
Internet Bandwidth Backhaul at COC, from ISP1, along with all required Nos. (No. of
10. 20
systems & accessories (including MUX) – 10 Gbps line (No data capping) Quarters)
Internet Bandwidth Backhaul at COC, from ISP2, along with all required Nos. (No. of
11. 20
systems & accessories (including MUX) – 10 Gbps line (No data capping) Quarters)
12. Geospatial Database (preferably open source like Postgres) Lumpsum 1
13. GIS Base City Map with yearly updates (for 5 years) Set 1
Disaster Recovery (Data Backup on cloud) along with connectivity for 5
14. Lumpsum 1
years
15. Video Conferencing Unit Set 1
Helpdesk along with cables and accessories
1. Headset Nos. 5
2. Dialler Nos. 1
3. Voice Logger Nos. 1
4. IP PBX Lot 1
Indicative
Sr. No. Item Name Unit
Qty.
5. IP Phones (Soft Phones) Nos. 5
6. IP Phones (Hard Phones) Nos. 2
7. Workstation (including UPS, Computer chair, table etc.) Set 3
8. Automated Call Distribution Software Lot 1
9. Computer Telephony Integration Software Lot 1
10. Answering Service Software Lot 1
11. Interactive Voice Response Software Lot 1
12. Voice Broadcasting Software Lot 1
Manpower for Helpdesk, CCC Operator, CCC Operator, Social Media
13. Lumpsum 1
Analytics Expert for 5 years of O&M
Smart Traffic: Field Infrastructure
ANPR cameras along with associated accessories & systems including all
1. Nos. 850
cables/wires
External IR illuminator (for ANPR Camera) along with associated
2. Nos. 850
accessories & systems including all cables/wires
RLVD (Context/Evidence) Camera along with associated accessories &
3. Nos. 360
systems including all cables/wires
ATCS Detector, Sensors & Controllers (3 Arm Junction) along with Nos. (No. of
4. 10
associated accessories & systems including all cables/wires Junctions)
ATCS Detector, Sensors & Controllers (4 Arm Junction) along with Nos. (No. of
5. 100
associated accessories & systems including all cables/wires Junctions)
ATCS Detector, Sensors & Controllers (5 Arm Junction) along with Nos. (No. of
6. 12
associated accessories & systems including all cables/wires Junctions)
Public Address System along with associated accessories & systems Nos. (No. of
7. 122
including all cables/wires Junctions)
Nos. (No. of
8. ANPR Site Preparation including all passive components & accessories 100
Junctions)
Nos. (No. of
9. RLVD Site Preparation including all passive components & accessories 90
Junctions)
Nos. (No. of
10. ATCS Site Preparation including all passive components & accessories 122
Junctions)
PA System Site Preparation including all passive components & Nos. (No. of
11. 122
accessories Junctions)
Local Processing Units, at edge, including all passive components & Nos. (No. of
12. 90
accessories Junctions)
Smart Traffic: System Software
Nos. (No. of
1. PA Software License (Perpetual License) 90
PA System)
Nos. (No. of
2. ATCS Software License (Perpetual License) 90
Junctions)
Smart Parking: (Offstreet / Indoor) Field Infrastructure with all necessary cables & accessories
1. Entry/Exit Boom Barrier Gate (2 Wheeler) with Loop Detector Nos. 10
2. Entry/Exit Boom Barrier Gate (4 Wheeler) with Loop Detector Nos. 10
3. Column based processor with QR Code reader and writer Nos. 10
4. Ultrasonic sensors Nos. 500
5. Handheld Device Nos. 10
Indicative
Sr. No. Item Name Unit
Qty.
6. 2 Line LED Display Nos. 15
7. 4 Line LED Display Nos. 5
8. Directional displays Nos. 30
9. Wireless Controllers Nos. 50
10. Parking Gateway Nos. 25
11. Parking light aisle indicators Nos. 20
12. Desktop along with UPS and accessories Nos. 5
13. MPOS along with QR code reader Nos. 5
Enclosure for Manpower at parking site for 4W - at exit (hosting of desktop
14. Nos. 5
printer and sitting of two people)
Enclosure for Manpower at parking site for 2W - at exit (hosting of desktop
15. Nos. 5
printer and sitting of two people)
Site Preparation cost for Indoor parking (including electrical/networking
16. Nos. 5
cabling, accessories, conduiting, clamping, painting, marking etc.
Site Preparation cost for Outdoor Off-street parking (including electrical/
17. networking cabling, accessories, conduiting, clamping, painting, marking Nos. 3
etc.
Smart Parking: (Onstreet) Field Infrastructure
1. Magnetic Sensors Nos. 250
2. Parking gateway & necessary repeaters (if any) with lithium ion batteries Nos. 25
3. LED Displays Nos. 10
4. MPOS (handheld device) Nos. 15
Site Preparation cost for On-street parking (including electrical/networking
5. Nos. 5
cabling, accessories, conduiting, clamping, painting, marking etc.
Smart Parking: System Software (Perpetual Licenses)
Parking Management and Guidance software along with billing application
1. Lot 1
(Perpetual Licenses)
2. Bay Monitoring and live floor-plan map view software (Perpetual Licenses) Lot 1
3. Dashboard, reporting & Analytic tools (Perpetual Licenses) Lot 1
4. User Mobile Application (Perpetual Licenses) Lot 1
5. MPOS Application (Perpetual Licenses) Lot 1
Smart Environment
1. Environmental Sensor Station Nos. 35
2. Centralised Environment System Software (Perpetual License) Lot 1
Nos. (No. of
3. Site Preparation Cost including all accessories and equipment 35
Locations)
Smart City Mobile App & Portal
Smart City Mobile Application & Portal (Perpetual License) along with
1. Design, Development, Customization, Integration, Testing & Lumpsum 1
Commissioning
Nos. (No. of
2. Smart City Mobile Application & Portal Hosting (on Public Cloud) 8
quarters)
Smart City Mobile Application & Portal Migration Cost from Public Cloud to
3. Lumpsum 1
PCSCL Server Room
4. Citizen Engagement Cell operations for 5 years Lumpsum 1
Indicative
Sr. No. Item Name Unit
Qty.
Solid Waste Management System (SWM)
1. Adhesive based Windshield Mount Passive RFID Tag Nos. 375
2. Vehicle Mount RFID Reader (For Reading Metal Mount Bin Tags) Nos. 44
Rugged Handheld Device (Mobile) for attendance along with 3G/4G
3. Nos. 50
connectivity for 5 years
4. Metal Mount UHF RFID Tags for Waste Bins Nos. 630
SWM - Weigh Bridge Management Infrastructure
Automated Weigh Bridge (High Capacity) including site preparation, all
1. Nos. 4
accessories, equipment etc.
Automated Weigh Bridge (Low Capacity) including site preparation, all
2. Nos. 4
accessories, equipment etc.
3. Weigh Bridge Management Controller with accessories and cables etc. Nos. 12
Weight Indication LED Display at Weigh Bridge with accessories and
4. Nos. 12
cables etc.
Driver Touchscreen Computer on side of Weigh Bridge with accessories
5. Nos. 12
and cables etc.
Axle Position Sensors System at Weigh Bridge with accessories and
6. Nos. 12
cables etc.
7. Hooter Alarm at Weigh Bridge with accessories and cables etc. Nos. 12
Indoor Weight Indication LED Display at Weigh Bridge with accessories
8. Nos. 12
and cables etc.
9. Boom Barrier at Weigh Bridge with accessories and cables etc. Nos. 24
10. Entry and Exit Traffic Lights with accessories and cables etc. Nos. 24
3G to Wi-Fi/Ethernet Router with High Power 3G Antenna with
11. Nos. 12
accessories and cables etc.
Passive UHF RFID Tag Reader (Pole Mount) to read Vehicle Windshield
12. Nos. 12
RFID tags with accessories and cables etc.
Any other Infra Work like Poles for mounting equipment , Platform , Ramp
13. Lumpsum 1
with accessories
SWM - IT Systems and Applications (Perpetual Licenses)
SWM Control and Operations Management Software License ( Perpetual) Lot
- SWM Web Portal Dashboard, KPI Dashboard, Incident Management and
Dispatch Module, Grievance Redressal Module, Weigh Bridge
Management Module, Fleet Tracking Module , Rag Picker/Recycler/NGO
1. 1
Registration Module, Web Based Solid Waste Management Historical
Reports Module, Web based Data Analytics (Waste Generation /
Composition / Disposal) and Reports Module for Solid waste Management
Planning
2. Weigh Bridge Automation Desktop Client Software License (Perpetual) Lot 1
3. Citizen Mobile Application License (Perpetual) Lot 1
4. Field Operations Mobile Application License (Perpetual) Lot 1
Workforce Activity Tracking & Attendance Management Software License Lot
5. 1
(Perpetual)
Workforce Activity Tracking & Attendance Management Mobile Application Lot
6. 1
License (Perpetual)
Miscellaneous
1. Project Implementation, Training & Handholding Cost Lumpsum 1
Indicative
Sr. No. Item Name Unit
Qty.
2. Third Party Audit for all the systems Lumpsum 1
3. Project Operations & Management Cost - Year 1 Lumpsum 1
4. Project Operations & Management Cost - Year 2 Lumpsum 1
5. Project Operations & Management Cost - Year 3 Lumpsum 1
6. Project Operations & Management Cost - Year 4 Lumpsum 1
7. Project Operations & Management Cost - Year 5 Lumpsum 1
8. Additional Line Items Lumpsum 1
8.2. Annexure 2: Indicative List of Locations for Smart Interventions
8.2.1 City Surveillance (Indicative)
Sl.
Police Station Name Location Name
No.
1 ALANDI ROAD CHOWK BHOSARI
2 AMBEDKAR PUTTALA DAPODI
3 BANACHA ODHA, ALANDI–BHOSARI ROAD
4 MAYURI MANGAL KARYALAYA
5 NASHIK PHATA / KASARWADI RLY STN
6 Bhosari NASHIK PHATA / KASARWADI RLY STN 2
7 NEHRU CHOWK DAPODI
8 PCMT CHOWK
9 PMT CHOWK
10 SHIVAJI PUTTALA DAPODI
11 SOLANKI JWELLERS DHIGI ROAD
12 220 K.V.POWER HOUSE BIJALINAGAR CHINCHWAD
13 AXIS BANK AHINSA CHOWK CHINCHWAD
14 B WARD OFFICE (TELCO COMPOUND)
15 CHAFEKAR CHOWK
16 Chinchwad GURUDWAR CHOWK CHINCHWAD
17 MIDC WATER TANK
18 MORYA GOSAVI MNDIR CHINCHWAD
19 OPP TALERA HOSPITAL
20 SHRADHA GARDEN
Sr. Lotation
Location Location Type
No. Category
1 Egg hatching center Entry & Exit
2 TY junction Crime, Protection & Security, Entry & Exit
Crime,Protection & Security,Crowded place,
3 Ankush chowk
market place ,crime hot spot
4 Ambedkar vasahat Crime, Protection & Security,
5 Shivarkar Chowk Crime, Protection & Security, Market Place
Crime,Protection & Security,Crowded
6 Durganagar chowk
place,traffic siganal,crime hot spot
7 Krishna nagar bhaji mandai chowk Crime, Protection & Security, Entry & Exit
8 Chikhali chowk Crime, Protection & Security
Crime,Protection & Security Crowded Place,
9 Diamond Chowk Chikhli
Market Place
Crime, Protection & Security, Crowded Place,
10 Diagonal Mall Chowk raja shivani nagar
Market Place
11 Ghajkul chowk spine road Crime, Protection & Security,
12 Mahabali T Junction chowk Crime, Protection & Security, Crowded place
13 Nigadi Police Parshuran chowk Crime, Protection & Security,
14 Staion Mayur samruddhi T Junction Crime, Protection & Security,
15 Ravet corner Durga tekri Crime, Protection & Security, Entry & Exit
Crime, Protection & Security, Entry & Exit
16 Sambhaji Chowk nigadi
Crowded Place, Traffic Signal
17 Sanjay Kale Under Bridge Both Side Crowded Place, Traffic Signal
18 Bijli Nagar Bridge Crowded Place
19 Vitthal Mandir Akurdi Chowk Religious Place
20 Bhaji Mandi Chowk Krushna Nagar Market Place
21 Gharkool Chowk Front of Cherry Sweet Market Place
22 Bhakti shakti chowk Crowded place, traffic siganal
23 Thermax chowk traffic siganal, market place,crime hot spot
Crowded place, traffic siganal, market
24 Shivaji chowk chikali
place,crime hot spot
Crowded place, traffic siganal, market place,
25 Chichwad chowk
crime hot spot
26 Akurdi rail way station chowk Crowded place
Sr. Lotation
Location Location Type
No. Category
27 Chichwad railway station chowk Crowded place
28 Mhalsakant chowk Crowded place, traffic siganal
29 Triveninagar chowk Crowded place,traffic siganal
30 Vande Mataram chowk Crowded
31 Tilak chowk Crowded place, traffic signal crime hotspot
Crowded place, traffic siganal, market place,
32 Sane chowk
crime hot spot
33 Ekta chowk Crowded place, crime hot spot
34 Bhairavnath chowk Kudalwadi Crowded place ,market place
35 Khandobamal chowk Crowded place,traffic siganal market place
36 Ganesh Vision chowk Crowded place,market place
37 Babar petrol pump chowk Crime, Protection & Security, Entry & Exit
Crime, Protection & Security Crowded place,
38 Pimpri railway station bridge Gokul Hotel
Crime Hotspot
39 Pimprigoan Shivaji chowk Crime, Protection & Security, Religious place
40 Navmaharashtra vidhyalay Chowk Crime, Protection & Security, Crime Hotspot
41 Vallabh nagar st stand junction Crime, Protection & Security, Crime
42 Tawakllah Masjid Nehru Nagar Crime, Protection & Security Religious place
Pimpri Police Crime, Protection & Security Traffik Signal
43 Santoshi Mata Nagar Nehru Nagar
Station Crime Hotspot
44 Shivaji chowk mohannagr Traffik, Crime, Protection & Security
45 Gai vasru chowk Crime, Protection & Security
46 Babar vajan kata Crime, Protection & Security
47 Parsuram chowk mohannagr Crime, Protection & Security
48 Vallabh Nagar Bhuyari Road Crowded place, Crime Hotspot
49 Vallabhnagar Bus Stand Gate Crowded place, Crime Hotspot
50 Bhatnagar Corner Link Road End Of bridge Crowded place, Crime Hotspot
51 Gossip Hotel Chowk Crime, Protection & Security
52 Maharaja Group Crime, Protection & Security
53 Ashtavinayak Chowk Shahu Nagar Crime, Protection & Security
54 Ram Nagar Crime, Protection & Security
55 Spine City Traffic, Crime, Protection & Security
Anukul Chowk Gawli Matha Telko Road
56 Crime spot
Bhosari
57 Ashtavinayak Chowk Sahunagar Crowded Place
santnagar chowk, sec. no. 04, moshi
58 Crime Spot, Crowded place
pradhikaran
tirupati balaji chowk sec no 02,
59 Crime spot
indrayaninagar
mini market chowk sec no02,
60 Crowded Place
indrayaninagar
61 rajwada chowk idrayini sec.no 2 bhosri Crime spot
62 mahatma fulenagar midc bhosari Crowded Place,Crime spot
Sr. Lotation
Location Location Type
No. Category
Near Tata Material Gate Near Fly over
63 downside Spine Road to Sector 11 Crowded Place
Pradhikaran
bouddh vihar jawal balajinagar midc
64 Crowded Place ,Crime spot
bhosari
babasaheb ambedkar kaman jawal
65 Crowded Place,Crime spot
balajinagar midc bhosari
Near Icon Society Sector No 7 Indrayni
66 Market Place Crime spot
Nagar Bhosari
67 Kala Khadak Wakad Protection & Security
68 Tathawade Intersection Protection & Security
69 Barne Corner Thergaon Protection & Security, Entry & Exit
70 Thergaon Shivaji putala Protection & Security
71 Pachpeer chowk Kalewadi Protection & Security
72 Tapkir Maala chowk Protection & Security
73 Sitara Hotel chowk (Nakhate Vasti) Protection & Security
74 Kokane chowk Traffic, Protection & Security
75 Shivaar Chowk Protection & Security
76 Jagtap Dairy Traffic, Protection & Security
77 Chatrapati chowk Kaspate Vasti Protection & Security
78 Utkarsh chowk Protection & Security
79 Mauli chowk wakad Crime, Protection & Security
80 Bhingare Corner (Venunagar) Protection & Security
81 Alfanso School Kalewadi Crime Hot Spot
82 Lucky Bakery Chowk Crowed Place
83 Pawana Chowk Crowed Place
84 16 No Underpass Crime hot spot
Wakad Police
85 Vishalnagar Khaibar Hotel Traffic Signal
Station
86 Bhoomkar Chowk Crime hot spot
87 MP Appa Barne Bunglow Crime hot spot
88 Birla Hospital Chowk Thergoan Crime hot spot
89 Mankar Chowk Hinjwadi Wakad Road Traffic Signal
90 Kaspate Chowk Hinjawadi Wakad Road Traffic Signal
91 Wakad Chowk Hinjawadi Wakad Road Traffic Signal
92 Prasun Dham Society Chowk, Thergaon Crime Hot Spot
93 Padwal Nagar Rahmaniya Masjid Chowk Religious Place
94 Bridge Point Chowk,Thergaon Entry Point
95 16 Number Chowk, Thergaon Crowded Place
96 Kala Khadak Chowk Slum Area
97 Jumbo king Vada Pav Chowk Crime Hot Spot
98 Datta Mandir Chowk Crowded Place
99 Wakad Chawki Chowk Nakabandi Point
100 Wakad Y Junction Traffic Signal
101 Wakad Gaothan Chowk Traffic Signal
102 Rahatni Fata Chowk Traffic Signal
103 Bharat Mata Chowk, Kalewadi Religious Place
104 Shitole Petrol pump (Old Sangavi) Protection & Security, Entry & Exit
Sr. Lotation
Location Location Type
No. Category
105 Takale chowk Protection & Security
Bridge beside Mahadev Mandir (existing
106 Protection & Security, Entry & Exit
location)
107 Sudarshan chowk Crime, Protection & Security
108 Kalpataru chowk (Sangavi) Protection & Security, Entry & Exit
109 Ramkrishna Mangal Karyalaya chowk Protection & Security
110 Maharaj Hotel Protection & Security, Entry & Exit
111 Bank of Maharashtra Chowk Traffic Signal
112 Makan Chowk Hospital
113 Ba.Ra. Gholap College Road Crowded Place
114 Abhinav Chowk Crowded Place
115 Chaudhe Lawns Chowk,Vishal Nagar Crime Hot Spot
116 Ganapati Chowk, Vishal Nagar Crowded Place
117 Nandanvan Society Chowk, Vishal Nagar Crime Hot Spot
118 Hotel Mitali Garden Chowk, Pimple Nilakh Crowded Place
Sewrage Water Treatment Plant Chowk
119 Crime Hot Spot
Near Baner Bridge, Pimple Nilakh
120 Hariom Dairy Market Area
121 Ganapati Chowk to Ahilya Bai Putla Market Area
122 Front of Gajanamaharaj Mandir Crime Hot Spot
123 Ahilyabai putla to Chintamani Nagar Market Area
124 Dhore Patil Subway Crowded Place
125 Sangvi Police New Sangvi Bus Stop Crowded Place
126 Station Famous Chowk Crowded Place
127 MK Hotel Chowk Crime Hot Spot
128 MS Kate Chowk Crime Hot Spot
129 Indraprast Chowk Other Place
130 Kate Puram Chowk Traffic Signal
131 Ramkrishna Chowk Crowded Place
132 Mayur Nagri Chowk Crowded Place
133 Bhagatsingh Chowk Crime Hot Spot
134 Jai bhim Chowk Vaidya Vasti Crowded Place
135 Dainosour Garden Near pcmc School Market Area
136 Tulja Bhavani Chowk Crowded Place
137 Bank of Maharashtra Chowk Crowded Place
138 HP Gas Godown Crime Hot Spot
139 Famous Chowk to Kranti Chowk Market Area
140 Shani Mandir to Famous Chowk Market Area
141 Kranti Chowk to Krishna Chowk Market Area
142 Krishna Chowk to Siddhi MS Kate Chowk Market Area
Jai Bhim Chowk , Pimple Gurav to Kalptaru
143 Market Area
Phase 1 Chowk
Kate puram Chowk to Mayur Nagari
144 Market Area, Crime Hot Spot
Society Pimple Gurav
Sath Futi Road Pimple Gurav to Morya Park
145 Market Area, Crime Hot Spot
Galli No 4 Pimple Gurav
Sr. Lotation
Location Location Type
No. Category
Navale Hights 60 Futi Road,Pimple Gurav to
146 Market Area, Crime Hot Spot
Bhau Nagar Sath Futi Road
147 Jai Bhim Chowk to Bhagatsingh Chowk Market Area
148 Govind Garden Chowk Traffic Signal
149 Konkane Chowk Traffic Signal
150 Swaraj Garden Chowk Traffic Signal
151 Kate Petrol Pump Crowded Place
152 PK Chowk Traffic Signal
153 Chatrapati Chowk Kunal Icon Road Traffic Signal
154 Sai Petrol Pump,Tejaswini Pump Chowk Crime Hot Spot
155 Shivar Chowk to Kunal Icon Society Gate Market Place
156 Chatrapati Chowk Kunal Icon Road Market Place
Chatrapati Chowk , Kunal Icon Road to
157 Market Place
Sewa Vikas Bank
158 Shivani Chowk Kalewadi Road Crime, Protection & Security
159 Dagdoba Crime, Protection & Security
160 Dharmaraj Chowk Entry & Exit
161 Akurdi Railway Station DY Side Crime
162 Chittarao Ganapati Crowded Place,Crime Hotspot
163 Sant Gadgebaba Chowk Crime Hotspot
Religious Place, Crowded Place, Hospital,
164 Mithranagar Datta Nagar Chowk
Crime Hotspot
165 Lokmanya Hospital Bridge Hospitals, Crime Hotspot
166 Behind Chinchwad Railway Station Crowded Place, Crime Hot Spot
167 Udyog Nagar Front side of Datta Mandir Religious Place, Crime Hotspot
168 Dalvi Nagar Chowk Crowded Place, Crime Hot Spot
169 Premlok Park MIDC Nala Crime Hotspot
170 Behind Akurdi Railway Station Market Place, Crowded Place, Crime Hotspot
171 Swami Samarth Hospital Hospitals, Crime Hotspot
Chinchwad
172 Dagdoba Chowk Market Place, Crowded Place
Police Station
173 Sitaram Chinchwade Chowk Traffic Signal, Crime Hotspot
Crowded Place, Traffic Signal, Crime Hot
174 Empire Estate Ranka Jwellers
Spot
Crowded Place, Traffic Signal, Crime Hot
175 Khushabu hotel chinchwadgaon
Spot
Shri chatrapati shivaji maharaj ardh putala
176 Religious Place
prem lok park
Om Chowk Near Hanuman Sweet,
177 Crowded Place, Crime Hot Spot
Bijalinagar
Crowded Place, Traffic Signal, Crime Hot
178 Near Gurumaiya School Chinchwadenagar
Spot
179 Rajyog Petrol Pump Road Crime Hot Spot
180 Bhandari Chowk Anand Nagar Crowded Place, Crime Hot Spot
181 Kupar Kopara Ananad Nagar Crowded Place, Crime Hot Spot
182 Kaluram Pawar Office Anand Nagar Crowded Place, Crime Hot Spot
183 Bhosari Police Magzine Chowk Crime, Protection & Security, Entry & Exit
184 Station Megamart Fugewadi Chowk Crime, Protection & Security, Entry & Exit
Sr. Lotation
Location Location Type
No. Category
185 Hari On Sweet Shankar Sheet Gawli Chowk Crime, Protection & Security
186 Shastri Chowk Crime, Protection & Security
187 Charkapani Vasahat Crime, Protection & Security
188 PCMT Depot Bikaner Sweets Crime, Protection & Security
189 Shahid Chandrashekhar Aazad Chowk Crime, Protection & Security
190 Vitthal Rukhmani Mandir Shantinagar Crime, Protection & Security
191 Goodwill Chowk Bhosari Crowded Place
192 Walu Naka Chowk Bhosari Market Place
193 Rajmata Chowk (Near Datta Mandir) Religious Place
194 Fire Bridge Chowk Landewadi, Bhosari Crime Hotspot
195 Bapujibuva Chowk Crowded Place
196 Bhosari Sahal Kendra Other Place
197 Baba Mangal Karyalay Dhawde Vasti Religious Place
198 Dapodi Railway Station Area Crowded Place
199 shivaji putala dapodi Crime Hotspot
200 tanaji putala dapodi Crowded Place
201 varun hotel chowk kasarwadi Crowded Place
202 bhujbal chowk Crowded Place
203 wakad Bus Stop Crowded Place
Hinjewadi
204 surya Hospital bridge Other Place
Police Station
205 bhumakar chowk Crowded Place, traffic signal
206 indira college road Crowded Place, Crime Hot Spot
207 Bokil Phata Ganesh Nagar Crime, Protection & Security
208 Dehu Phata Crime, Protection & Security, Entry & Exit
209 Mamta Chowk Crime, Protection & Security
210 Dighi Police Panchashil Buddha Vihar Crime, Protection & Security
Station Pride World City Main Entrance & DY Patil
211 Crime, Protection & Security
College Entrance
212 Vagheshwar Chowk Charoli Gaon Crime, Protection & Security
213 Yashwant Nagar Chowk Crime, Protection & Security
214 Moshi Kachara Depot Landfill / Weigh Bridge
215 Nehru Nagar Transfer Station / Weigh Bridge
216 Proposed Weighing Bridge 1 (Moshi) Proposed location
217 Proposed Weighing Bridge 2 (Moshi) Proposed location
218 Proposed Weighing Bridge 3 (Moshi) Proposed location
219 Proposed Weighing Bridge 4 (Moshi) Proposed location
Proposed Weighing Bridge (Transfer
220 Landfill & Proposed location
Station 1)
transfer
Proposed Weighing Bridge (Transfer
221 stations (12) Proposed location
Station 2)
Proposed Weighing Bridge (Transfer
222 Proposed location
Station 3)
Proposed Weighing Bridge (Transfer
223 Proposed location
Station 4)
Proposed Weighing Bridge (Transfer
224 Proposed location
Station 5)
Sr. Lotation
Location Location Type
No. Category
Proposed Weighing Bridge (Transfer
225 Proposed location
Station 6)
226 Late Shankar Shetti Park Garden
227 Durga Devi Park Garden
228 Bhakti Shakti Udyan Garden
229 Sant Dnyaneshwar Garden
230 Parvati and Morya Park Park Garden
231 Shridhar Nagar Park Garden
Gardens (12)
232 Late B D Killedar Park Garden
233 Sadhu Vaswani Udyan, Pimpri Garden
234 Hemu Kalani Garden Pimpri Garden
235 Jyotiba Park kalewadi Garden
236 Bapuji Buva Udyan Garden
237 Snake Park Garden
238 Yashwantrao Chavan Smirti Hospital Hospital
239 Pimpri Waghere Hosital Hospital
240 Thergaon Hostpital Hospital
241 Walhekarwadi Hospital Hospital
242 Bhosari Hospital Hospital
243 Kalakhadak Hospital Hospital
244 Talera Hospital Hospital
245 Kalewadi Hospital Hospital
246 Sangvi Hospital Hospital
247 Moshi Hospital Hospital
248 Akurdi Hospital Hospital
249 Bijali Nagar Hospital Hospital
250 Yamuna Nagar Hospital Hospital
251 Rupi Nagar Hospital Hospital
252 Jijamata Hospital Hospital
253 Charoholi Hospital Hospital
254 Hospitals (40) Pradhikaran Hospital Hospital
255 Kawale Hospital Hospital
256 Nehru Nagar Hospital Hospital
257 Bopkhel Hospital Hospital
258 Datta Nagar Hospital Hospital
259 Bhat Nagar Hospital Hospital
260 Mhetre Wasti Hospital Hospital
261 Punawale Hospital Hospital
262 Chinchwad Station Hospital Hospital
263 Madhyawarti Medicine Center Hospital
264 Kharalwadi Hospital Hospital
265 CT Scan Center Hospital
266 Fugewadi Hospital Hospital
267 Ambulance Center Hospital
268 Dapodi Hospital Hospital
269 Pimple Nilakh Hospital Hospital
270 Abhilekh Kaksha Hospital
Sr. Lotation
Location Location Type
No. Category
271 Pimple Gurav Hospital Hospital
272 Krutrim Awayay Kendra Hospital
273 Pimple Saudagar Hospital Hospital
274 Soropadyan Hospital
275 Pashuwaidyakiya Hospital Hospital
276 Postmortam Center Hospital
277 Krantiveer Chafekar Bandhu Blood Bank Hospital
278 Chikhali Phase I STP Sewerage
279 Akurdi STP Sewerage
280 Chinchwad Phase II STP Sewerage
281 Chinchwad Phase I STP Sewerage
282 Pimple Nilakh STP Sewerage
283 Charoli STP Sewerage
284 STP (13) Sangavi OLD STP Sewerage
285 Kasarwadi Phase I STP Sewerage
286 Kasarwadi Phae II STP Sewerage
287 Kasarwadi Phase III STP Sewerage
288 Ravet STP Sewerage
289 Dapodi STP Sewerage
290 Chikhali Phase II STP Sewerage
291 CME Chowk Traffic Junctions
292 Phugewadi Chowk Traffic Junctions
293 Nashik phata chowk Traffic Junctions
294 Gudwill chowk Traffic Junctions
295 MIDC Chowk Traffic Junctions
296 Bhosari Alandi Chowk Traffic Junctions
297 Sadguru Chowk Traffic Junctions
298 Panjarpol chowk Traffic Junctions
Bhosari (16)
299 Santnagar chowk Traffic Junctions
300 Moshi chowk Traffic Junctions
301 Dehu fata chowk Traffic Junctions
302 Ambedkar chowk Traffic Junctions
303 Borhade Wasti chowk Traffic Junctions
304 Landewadi chowk Traffic Junctions
305 Sec 9 Spine road Traffic Junctions
306 Sec 10 Spine road Traffic Junctions
307 Mahavir Chowk Traffic Junctions
308 Shivaji Chowk Traffic Junctions
309 Ahinsa Chowk Traffic Junctions
310 Chinchwad (7) Chapekar Chowk Traffic Junctions
311 Riverview chowk Traffic Junctions
312 Chinchwadgaon bus stop Traffic Junctions
313 BijliNagar Traffic Junctions
314 Shivaji Chowk Traffic Junctions
315 Hinjewadi wakad gaon Traffic Junctions
316 (13) Bhumkar chowk Traffic Junctions
317 dange chowk Traffic Junctions
Sr. Lotation
Location Location Type
No. Category
318 mankar chowk Traffic Junctions
319 kaspastewasti corner Traffic Junctions
320 Meza-9 chowk Traffic Junctions
321 Lakshmi chowk Traffic Junctions
322 Tata T junction Traffic Junctions
323 Wipro circle Traffic Junctions
324 16 no. bus stop Traffic Junctions
325 Radha chowk Traffic Junctions
326 Geometric circle Traffic Junctions
327 Rakshak chowk Traffic Junctions
328 Jagtap chowk, vishalnagar Traffic Junctions
329 Jagtap Dairy Traffic Junctions
330 kalewadi phata Traffic Junctions
331 rahatni fata chowk Traffic Junctions
332 tapkir chowk Traffic Junctions
333 Shivar chowk Traffic Junctions
334 kokane chowk Traffic Junctions
335 Sanghvi (17) p.k international chowk Traffic Junctions
336 govind garden chowk Traffic Junctions
337 swaraj garden chowk Traffic Junctions
338 Sudharshan chowk Traffic Junctions
339 Kalpataru chowk Traffic Junctions
340 mashoba chowk Traffic Junctions
341 krishna chowk Traffic Junctions
342 katepuram chowk Traffic Junctions
343 M M School chowk Traffic Junctions
344 Pimpri(ambedkar) chowk Traffic Junctions
345 Morwadi(ahilyawadi chowk_finolex) Traffic Junctions
346 Nehrunagar(Santoshimata) chowk Traffic Junctions
347 KSB chowk Traffic Junctions
348 Yashwantnagar chowk Traffic Junctions
349 Shagun chowk Traffic Junctions
Pimpri (12)
350 Bhaatnagar chowk Traffic Junctions
351 Sai chowk Traffic Junctions
352 Jamtani chowk Traffic Junctions
353 karachi chowk Traffic Junctions
354 Rasrang chowk Traffic Junctions
355 Basweshwar chowk Traffic Junctions
356 Bhaktishakti chowk Traffic Junctions
357 Tilak chowk Traffic Junctions
358 khandobamal chowk Traffic Junctions
359 durgadevi chowk Traffic Junctions
360 Nigdi (15) Triveninagar chowk Traffic Junctions
361 Thermax chowk Traffic Junctions
362 K Sadan Traffic Junctions
363 Bhel Chowk Traffic Junctions
364 Sambaji chowk Traffic Junctions
Sr. Lotation
Location Location Type
No. Category
365 Mahalsakant chowk Traffic Junctions
366 Akurdi railway station chowk Traffic Junctions
367 Yamuna nagar chowk Traffic Junctions
368 Krisnanagar chowk Traffic Junctions
369 Chikali chowk Traffic Junctions
370 Gharkul chowk Traffic Junctions
371 City One Mall, Finolex Chowk, Pimpri Outdoor
Rainbow Mall, Dwarkadheesh Gardens,
372 Outdoor
Pimple Saudagar
C' Lai World -PCMC, Old Pune-Mumbai
373 Outdoor
Highway, Chinchwad
374 Spine City Mall, Moshi Pradhikaran Outdoor
Vision Plus, Adjacent to Bhakti-Shakti
375 Outdoor
Garden, Nigdi
376 Brand factory, Pimple Saudagar Outdoor
377 Premier Plaza Mall, Chichwad Outdoor
378 City Pride, Rahatani Outdoor
379 Vishal E sqaure, Pimpri Chinchwad Outdoor
380 Jayashree talkies Outdoor
381 Mukai Chowk Transit Locations
382 Bhondwe Vasti Transit Locations
383 Ravet Chowk Transit Locations
384 Ravet Pumping Station Transit Locations
385 Punawale Corner Transit Locations
386 Tathwade Chowk Transit Locations
387 Kiosk (50 Pawar Vasti Transit Locations
388 locations Dairy Farm Transit Locations
389 tentative) Dange Chowk Transit Locations
390 Laxman Nagar Transit Locations
391 Santosh Nagar ( 16 Number) Transit Locations
392 Kalewadi Phata Transit Locations
393 Shivraj Nagar Transit Locations
394 Jagtap Dairy Transit Locations
395 Wakad Phata Transit Locations
396 Rakshak Chowk Transit Locations
397 Aundh Hospital Transit Locations
398 Sanghvi Phata Transit Locations
399 Bhosari Transit Locations
400 Kalptaru Transit Locations
401 Sudarshan Nagar Transit Locations
402 Yashwant Nagar Chowk Transit Locations
403 Goovind Yashada Chowk Transit Locations
404 Bhise Park Transit Locations
405 Nisarg Nimiti Society Transit Locations
406 Konkane Chowk Transit Locations
407 Shivar Chowk Transit Locations
408 Jagtap Dairy Transit Locations
Sr. Lotation
Location Location Type
No. Category
409 Phule Garden Transit Locations
410 Kaspate Chowk Transit Locations
411 Yashoda Garden Transit Locations
412 Mankar Chowk Transit Locations
413 Wakad Chowk Transit Locations
414 Nigdi Direction 1 Transit Locations
415 Nigdi Direction 2 Transit Locations
416 Bajaj Auto Direction 1 Transit Locations
417 Bajaj Auto Direction 2 Transit Locations
418 Akurdi Direction 1 Transit Locations
419 Akurdi Direction 2 Transit Locations
420 Kalbhor Nagar Direction 1 Transit Locations
421 Proposed off Street Parking Indoor
422 Proposed off Street Parking Indoor
423 Proposed off Street Parking Indoor
424 Proposed off Street Parking Indoor
425 Smart Parking Proposed off Street Parking Indoor
426 (10) Proposed On Street Parking Outdoor
427 Proposed On Street Parking Outdoor
428 Proposed On Street Parking Outdoor
429 Proposed On Street Parking Outdoor
430 Proposed On Street Parking Outdoor
431 Urdu School Building, Akrudi Secondary Schools
PCMC's Madhyamic Vidyalaya Pimle
432 Secondary Schools
Saudagar
433 PCMC's Madhyamik Vidyalaya, Landewadi Secondary Schools
434 PCMC's Madhyamic Vidyalaya, Bhosari Secondary Schools
PCMC's Madhyamic vidyalaya Kasarwadi
435 Secondary Schools
Phugewadi
436 PCMC's Girls School, Nigdi Secondary Schools
437 PCMC's Madyamic Vidyalaya,Wakad Secondary Schools
438 PCMC's Madhyamic vidyalaya Kasarwadi Secondary Schools
PCMC's Madhyamic Vidyalaya, Sant
439 Secondary Schools
Secondary Tukaram Nagar.
Schools (19) PCMC's Madhyamik Vidyalaya,
440 Secondary Schools
Kalbhornagar
441 PCMCs Urdu Madhyamic Vidyalaya,Akurdi Secondary Schools
PCMC's Madhyamic Vidyalaya,
442 Secondary Schools
keshavnagar.
PCMC's Madhyamic Vidyalaya,Pimple
443 Secondary Schools
Gurav
444 PCMC's Madhyamic Vidyalaya Thergaon Secondary Schools
445 PCMC's Madhyamic Vidyalaya Nehrunagar Secondary Schools
446 PCMC's Madhyamic Vidyalaya, Kharalwadi Secondary Schools
PCMC's Madhyamic Vidyalaya, krida
447 Secondary Schools
Probhidini
Sr. Lotation
Location Location Type
No. Category
PCMC's Madhyamic Vidyalaya
448 Secondary Schools
Pimprinagar,Pimpri
449 PCMC's Madhymik School, RupiNagar Secondary Schools
450 ITI, Akrudi ITI
451 ITI (3) ITI, Kasarwadi ITI
452 ITI, Morewadi ITI
25 Statues of National Leaders in Pimpri
453 Statues (25) Statues, Pimpri Chinchwad
Chinchwad
454 NIGDI- PRADIKARAN Property Tax Office
455 Akurdi Property Tax Office
456 Chinchwad Property Tax Office
457 Thergaon Property Tax Office
458 Sangvi Property Tax Office
459 Pimpri Waghere Property Tax Office
460 Pimpri Nagar Property Tax Office
461 Property Tax MNP- Bhavan Property Tax Office
462 Offices (16) Fughewadi- Dapodi Property Tax Office
463 Bjosari Property Tax Office
464 Charoli Property Tax Office
465 Moshi Property Tax Office
466 Chikhli Property Tax Office
467 Talwade Property Tax Office
468 Kiwale Property Tax Office
469 Dighi Property Tax Office
470 A zone office Zone office
471 B zone office Zone office
472 C zone office Zone office
473 Zone Offices D zone office Zone office
474 (8) E zone office Zone office
475 F zone office Zone office
476 G zone office Zone office
477 H zone office Zone office
8.2.2. List of Proposed Traffic Signals with ATCC, ATCS, ANPR, RLVD and PA system (Tentative)
Sr.
Location Chowks Arms
No.
1 CME Chowk 2
2 Fugewadi Chowk 3
3 Fugewadi Underpass 2
4 Kundan Nagar Underpass 2
5 Bhosari Kasrwadi Underpass 2
6 Nashik phata chowk 3
7 Goodwill chowk 3
8 Bhosari Alandi Chowk 4
9 Chandni Chowk 3
Sr.
Location Chowks Arms
No.
51 Rakshak chowk 4
52 Jagtap chowk, vishalnagar 3
53 Jagtap Dairy 4
54 kalewadi phata 4
55 Rahatni fata chowk 4
56 Tapkir chowk 4
57 Shivar chowk 4
58 p.k international chowk 4
59 Sanghvi govind garden chowk 2
60 swaraj garden chowk 3
61 Sudharshan chowk 4
62 Kalpataru chowk 4
63 mashoba chowk 3
64 krishna chowk 4
65 M M School chowk 3
66 Savitri Bai Phule Chowk 2
67 Katepuram Chowk 4
68 Ambedkar chowk (Pimpri Chowk) 4
91 Gharkul chowk 4
92 Chakan Naka 3
93 Markal Naka 3
94 Yogiraj Y Junction 3
95 Dehu Phata 3
96 Dighi Alandi Dighi Magjin Chowk 8
99 Savana Chowk 4
100 Swami Chowk 4
101 Central Chowk 4
102 Canbay Chowk 3
103 Talawade Goanthan Chowk 4
104 Tukaram Bridge Chowk 4
Talegaon Dehu Road
105 Dharmaraj Chowk 4
106 Somatane Phate 3
107 Talegaon Station Chowk 3
108 Syndicate Bank Chowk 3
109 Limba Phata 3
110 Maruti Mandir Chowk 4
111 Talegaon Chowk 4
112 Manik Chowk 4
113 Ambathan Chowk 4
Pune - Nashik Road
114 Alandi Fata 4
115 Spicer Chowk 4
116 Chambil Phata 4
117 HP Chowk 4
118 Mahalunge Circle 2
Chakan - Shikarpur
119 Endurance Chowk 4
Road
120 Mahindra Chowk 2
121 Mahalunge Village Kaman 2
D.G
Sr.No Location Details KW 900 HP 435 HP 335 HP 200 HP 180 HP 150 HP 120 HP 100 HP 90 HP 75 HP 60 HP 50 HP 40 HP
Capacity
1 Ravet 7200 Nill 2 19
2 Sector 23 Nigadi 1650 600 9 2 4 4 2
3 Krishna Nagar 595 500 2 5
4 Sector 22 Booster 75 Nill
5 Gavali Matha 1100 Nill 3 2
6 Sector 10 567 Nill 9
7 Landewadi 995 500 2 2 4 2 2
8 Sangavi Sr.No. 84 120 82.5 4
9 Sangavi Sr.No. 10/18 220 75 4
10 Pimpale Gurav Sr.No 72 175 250 3
11 Rahatani Sr.no.20 181 82.5 4
12 Theragaon Laxman Nagar 270 250 3
13 Kalakhadak 138 Nill 2 3
14 Mhaskewasti Rawet 690 250 2 2 3
15 Punavale S.no.12 227 Nill 3
16 Dighi Dattnagar 22.5 Nill
17 Charoli Booster 15 Nill
18 Bopkhel 30 82.5
19 Sangvi PWD 45 82.5 2
20 Thergaon Gaonthan 37.25 82.5 2
21 Thergaon Sr. No.9 38 160 3
22 Kalakhadak Booster 15 Nill
23 Kudalwadi 30 Nill 2
24 Patil Nagar Chikali 15 Nill
25 Dapodi Pump House 3
2 19 3 2 6 20 14 10 4 21 12 5 2
8.2.9. Location Details of City Fiber Network Backbone (Indicative)
Sr.
PCSCL’s already Initiatied Project
no.
1 City Kiosk No. of Locations – 50
2 City WiFi No. of Locations – 270
3 Variable Message Display No. of Locations - 60
Sr.
Location Name Category Kiosk With Cash Kiosk Without
No.
Acceptor Cash Acceptor
1 PCMC Head Office Administrative Office Yes
2 A zone office Administrative Office Yes
3 B zone office Administrative Office Yes
4 C zone office Administrative Office Yes
5 D zone office Administrative Office Yes
6 E zone office Administrative Office Yes
7 F zone office Administrative Office Yes
8 G zone office Administrative Office Yes
9 H zone office Administrative Office Yes
Ankush Rao Landge Auditorium,
10 Administrative Office Yes
Bhosari
11 Acharya Aatre Rangmandir Administrative Office Yes
Ram Krishna More Auditorium,
12 Administrative Office Yes
Chinchwad
13 Proposed Auditorium 1 Administrative Office Yes
14 Proposed Auditorium 2 Administrative Office Yes
15 Proposed Auditorium 3 Administrative Office Yes
Yashwantrao Chavan Memorial
16 Hospitals Yes
Hospital
17 Thergaon Hospital Hospitals Yes
18 Talera hospital Hospitals Yes
Sr.
Location Name Category Kiosk With Cash Kiosk Without
No.
Acceptor Cash Acceptor
19 Sanghvi Hospital Hospitals Yes
20 Jija Mata Hospital Hospitals Yes
Sr.no. Locations
1 Ahilyadevi Chowk
2 Ahinsa Chowk
3 Bhakti Shakti chowk
4 Bhosari Alandi Chowk
5 Bhumkar chowk
6 BijliNagar
7 Chapekar Chowk
8 Chinchwadgaon Bus stop
9 Dange Chowk
10 Dehu Road Chowk
11 Govind Garden
12 Jagtap Dairy Chowk
13 Jagtap Nagar(Vishal Nagar)
14 Kalewadi Phata Chowk
15 Khandobamal chowk
16 Krushna Chowk
17 Krushnanagar chowk
18 Mahavir Chowk
19 Nashik Phata
20 Panjarpol
21 Pimpri Chowk
22 Riverview chowk
23 Shagun Chowk
24 Shivaji Chowk, Chinchwad
25 Shivaji Chowk, Hinjewadi
26 Shiwar Chowk
27 Sudarshan Chowk
28 Swaraj Garden
29 Taapkir Chowk
30 Tilak Chowk
31 TriveniNagar Chowk
32 Wakadgaon chowk
8.3. Annexure 3: COC Integration Requirements and Sample Use Cases (indicative)
ICCC will be required to integrate with Applications like ITMS, Smart Traffic, Smart Parking, Smart Lighting,
Surveillance System, Solid Waste Management, Water SCADA, Emergency Response System etc. All the
information received from these Smart Applications shall also go into the Analytical layer, which will help city in
better planning and running of operations.
ICCC will be required to integrate Water, Electricity and Sewage Management System (SCADA) to get sensor
and edge devices feeds through Open API's.
ICCC will be required to integrate to send the alerts and notifications for any emergency / incidents / disaster in
the city for doing required action.
a. Ability to view waste related grievances inside city on the MAP, with moment of garbage pick-up vehicles also
the various feeds received from solid waste management system, the view should allow displaying data on
variable time scale like hourly, daily, monthly, quarterly and yearly
b. The garbage containers can transmit the data to the central city waste management system, which can
automatically guide the waste collection trucks to the nearest garbage container which is full.
a. Able to view live and recorded video data from all CCTV cameras, selecting the cameras from the displayed
options or by selecting the cameras from the map. Ability to get alert from the video analytics of various types
use case mentioned in this RFP
b. Camera Tampering: - Should make sure cameras are focused on required field of view and any tampering
with it create alarm in CCC. For changes in camera Field of View, it should create alarm at the CCC. For
obstructing the camera field of view by too bright or too dark must create alarm People Mass Moment
c. Vehicle Detection:
i. For presence detection for moving and stopped vehicles
ii. For vehicle moving in opposite direction and
iii. For vehicle parking in non-parking area congestion detection cameras should create alert for traffic
congestions for particular traffic junction
d. Forensic operator should get access to following data: Recorded and Live Data from Cameras (VMS), Video
Analytics Data (Meta Data), Facial Recognition Data, Voice Recording Data- Voice Logger, Operators
onscreen activity - Screen Recordings
e. Surveillance Operator should help in following scenarios, but not limited to:
i. Authenticity of recorded data captured by CCTV cameras through VMS
ii. Should able to forensic recorded data on selected cameras e.g. in case of alert receive from Face
recognition system with current full body photograph of suspect, which will further search on other
selected cameras (Cameras surrounding the facial recognition camera from alert got generated) on the
basis of suspect full body photograph and should able to trace the suspect along with its path on the
map
iii. Also should able to reconstruct scenario like call received to control room, action taken by operator and
CCTV feeds on site. Post events on single time frame for operator training
iv. Analysis in CCC would be graphical user interface for search, replay and simultaneous search too and
replay recorded telephone systems, GPS data on GIS maps, conventional and digital radio channels as
well as trunked radio communications. All communications regarding a specific incident should be
replayed together in the sequence in which communications occurred on a synchronised timeline
a. COC dashboard will display & monitor the KPIs set along with other information related to Smart lighting
management.
b. If any KPI is breached, a new incident will be reported in COC incident management module and predefined
SOPs will follow for action
c. CCC will be required to integrate with central application of Smart Street Lights system of receive required
feeds from the same.
d. CCC will be required to get information on various parameters but not limited to, status of working of the
installed LED lights, count of ON, OFF, DIM, FAULTY LED lights, each phase voltage, current, PF of each
phase, Cumulative kWh and kVAh as well as other parameters etc..
e. CCC will be required to get information on all incidents and faults. System should also have the provision for
sending alerts to relevant official.
f. All the information received will also be required to be mapped on the GIS map.
g. All the information received from the Smart Light central application shall also go into the Analytical layer,
which will help city in better planning and running of operations.
h. CCC should also be able to trigger the commands / alerts (if required) to the respective command center
i. CCC should have capabilities to send the control single or ability to control the light functions like ON, OFF
and DIM from the CCC platform.
j. CCC will be required to get information on the status of working of the installed LED lights, as well as other
sensors and other cameras.
a. Status (On / Off) of street lighting inside city and its status on map
b. Energy consumption area wise, ability to view data daily, weekly, monthly, quarterly & yearly
c. In an ICCC based lighting system, the lighting failures are automatically reported by the system. Lights can
automatically dim depending on the time of the day and according to the automatic human presence
detection.
a. COC dashboard will display & monitor the KPIs set along with other information related to Environmental
management.
b. If any KPI is breached, a new incident will be reported in COC incident management module and predefined
SOPs will follow for action
c. Sensors can be placed around the city to continuously monitor critical environmental parameters like
temperature/humidity, CO2/toxic gases, and combustion gases to detect fire and so on. Analysis of this data
can give insights on critical environmental conditions at various places in the city along with their trends
a. View traffic conditions across all the junctions with alert and specific cameras view to monitor the traffic
conditions with volume and ability to drill down and percentage / volume across each arm of the junction.
Monitoring should possible in hourly, weekly, quarterly & yearly time scale
b. ICCC can help in smart traffic management by installing traffic sensors which can detect real time traffic
volume, road occupancy and average travel speed of vehicles by road or lane. It can also classify the vehicles
by sizes and speed categories. Intelligent signages can change their display text to appropriately show the
right direction to reach a specific location on the basis of real time traffic situation e.g. congestion/accident etc.
c. View cycle time for signals once adaptive traffic control is implemented
d. Ability to see e-Challan generation across city with ability to view data for hourly, weekly, monthly, quarterly
and yearly
e. Dashboard should show repeater violator with different marks / colour
f. Also BPM (Business Process Module) in CCC will help to manage and handle the smart traffic for below
scenario:
i. Making Green Corridor - Medical Emergency
ii. Handling VVIP moments - Green Corridor
iii. SOPs base adaptive traffic handling capabilities like displaying traffic congestion on Variable Messaging
Boards, Green Corridor intimation etc.
iv. E.g For any VIP moment, operator should on one click able to create event along with mapping the VVIP
vehicle route on GIS map, and should able to correlate and set parameter to respective assets on the
MAP with help of BPM capabilities of CCC, like setting time to intelligent traffic signal for green corridor
with intimation on VMS on these route, displaying all cameras on the route on video wall in CCC
g. In case of VIP movement or emergency movement. ICCC should be able to interact with the ATCS system
and should be able to track the movement of vehicle over the stretch of movement. It should be able to track
the movement through cameras and send singles to junctions to activate the signals once the VIP/Vehicle
approaches the junctions
a. Display Available Parking Slot across city with cameras feed in case of any event
b. COC will be required to integrate with the central application of the Smart Parking solution. Existing, planned
and future smart parking solutions implemented in Pimpri Chinchwad shall be integrated
c. COC will be required to receive feeds on the status of parking across the city, which are managed by the Smart
Parking components
d. These feeds will provide information but not limited to available, non-available parking slots, functional and
non - functional parking slots, daily revenue of each parking location, frequency of users, peak time patterns ,
daily number of vehicles, duration of each vehicle, incidents, frequent users, payment modes, system
availability etc.
e. COC will also be required get video feeds from the parking areas on real-time basis, if available
f. Such video feeds will only be saved for 7 days in COC
g. All the information received will also be required to be mapped on the GIS map
h. All the information received shall also go into the Analytical layer, which will help city in better planning and
running of operations
i. COC should also be able to trigger the commands / alerts (if required) to the respective parking central
applications
j. Such video feeds will only be saved for 7 days in CoC Storage.
a. Complete GIS map of city with all basic layers as mentioned RFP
b. View the underground network of storm water on the map as one layer
c. View geo tagged movable assets on the map based on their classification as one layer
d. View non-civic infrastructure assets on the map based on their classification as one layer
e. View the underground network of sewerage on the map as one layer
f. View civic infrastructure assets on map based on their classification as one layer
8.3.9. Smart City Portal and Mobile App:
a. COC & CCC dashboard will display information related new incident like Video, Image in incident management
module through citizen app and predefined SOPs will follow for action
b. COC & CCC will be required to integrate its helpdesk and system with Municipal Corporations help desk, in
case if there is some information or notification is to be sent to Municipal Corporations call canter for doing
some action in the field regarding Municipal Corporation work.
c. All the information received from the COC and CCC will go into the Analytical layer, which will help city in
better planning and running of operations.
d. COC & CCC will be required to integrate with the backend system of PCMC services. Along with this COC &
CCC should be able to show the utilization by citizens of various sections of any mobile application in the form
of a Dashboard
e. COC & CCC should be able to integrate with the existing ICT systems and edge / end / mobile devices of
various Municipal Corporations departments such as Garden, Health, and Police etc.
f. COC & CCC should be able to map the data received from various Municipal Corporations departments on its
GIS Platform
g. COC / CCC will be required to send Municipal Corporations field agents alerts and notifications for any
emergency / incidents / disaster in the city for doing required action. COC / CCC system should also be able
to get acknowledgement from the receivers
h. COC / CCC will be required to integrate with the backend system of Pimpri Chinchwad Citizen to monitor the
performance of the application. Along with this COC should be able to show the utilization by citizens of various
sections of Citizen application in the form of a Dashboard
i. All the information received from the application will also go into the Analytical layer, which will help city in
better planning and running of operations.
j. Emergency call from the citizen mobile application should be routed to COC / CCC with video conferencing
and telephony
1. ICCC will be required to get information on various parameters / Applications but not limited to, real time
location status of buses, Ticketing information, Scheduling and Dispatching system or daily information for
dispatched and cancelled buses, route changes, Fare Schemes, Smart card details etc. (If applicable)
1. Integration information will be useful in case of emergency / incident / disaster management for the city.
2. All the information received from the command center will also go into the Analytical layer, which will help
city in better planning and running of operations.
3. Together Emergency Response & Disaster Management System along with ICCC Platform shall ensure-
Multi agency coordination, Emergency Management, Data Analysis and Information Sharing, Enhanced
Situational Awareness etc.
Request for Proposal (RFP)
for
BETWEEN
The ‘‘Pimpri Chinchwad Smart City Limited’’ having its registered office at Pimpri Chinchwad Municipal
Corporation, Mumbai-Pune Road, Pimpri, Pune-411018 hereinafter referred to as "PCSCL”, (which
expression unless repugnant to the context therein shall include its administrator and its assignees) of
the FIRST PART;
AND
<NAME OF SYSTEM INTEGRATOR>, a company organized and existing under the Section of 2(20)
of Companies Act, 2013, having its registered office at <ADDRESS OF SYSTEM INTEGRATOR>,
India hereinafter referred to as “Systems Integrator” or “SI”, (which expression unless repugnant to
the context therein, shall include its successors, administrators, executors and permitted assignees),
of the SECOND PART.
WHEREAS SI has the required professional skills, personnel and technical resources, has agreed to
provide the Services on the terms and conditions set forth in this Contract and RFP and is about to
perform services as specified in this RFP Volume I & II (hereinafter called “works”) mentioned,
enumerated or referred to in certain Contract conditions, specification, scope of work, other Sections of
the RFP, covering letter and schedule of prices which, for the purpose of identification, have been signed
by the authorized representative on behalf of <NAME OF SYSTEM INTEGRATOR> (SI) and Pimpri
Chinchwad Smart City Limited (PCSCL) and all of which are deemed to form part of the Contract as
though separately set out herein and are included in the expression “Contract” whenever herein used.
Complete Request for Proposal (RFP) Volumes I, II and III of the RFP and corrigendum,
Document addendum and clarifications, if any
Price Schedule Detailed Price Schedule – Proforma A
d. The mutual rights and obligations of the “PCSCL” and SI shall be as set forth in the Contract, in
particular:
SI shall carry out and complete the Services in accordance with the provisions of the
Contract
The “PCSCL” shall make payments to SI in accordance with the provisions of the Contract
NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that
is to say, in consideration of the payments to be made to SI by the PCSCL as hereinafter mentioned, SI
shall deliver the services for the said works and shall do and perform all other works and things in the
Contract mentioned or described or which are implied there from or there in respectively or may be
reasonably necessary for the completion of the said works within and at the times and in the manner
and subject to the terms, conditions and stipulations mentioned in the said Contract.
AND in consideration of services and milestones, the PCSCL shall pay to SI the said sum of INR ____
(Rupees ___________), including all taxes and levies or such other sums as may become payable to SI
under the provisions of this Contract, such payments to be made at such time and in such manner as is
provided by the Contract.
1. Definition of Terms
1.1. “Acceptance of System”: The system shall be accepted by the PCSCL, subsequent to its
installation, commissioning of IT and non-IT equipment at all the project locations and
successful rollout of services at all project locations, deployment of trained manpower, when
all the activities as defined in RFP Volume II - Scope of Work have been successfully executed
and completed to the satisfaction of PCSCL.
The SI shall achieve operational acceptance of the complete solutions as defined in the RFP
in accordance with the time schedule specified in the implementation schedule, scope of work,
technical requirements, design considerations Section and any refinements made in the
agreed and finalized project plan, or within the timeframe, the SI has been provided by the
PCSCL.
As soon as the System or any subsystem, has, in the opinion of SI, been delivered,
commissioned, and made in accordance with the technical requirements of the RFP as per
the agreed and finalized Project plan, SI shall notify PCSCL in writing.
PCSCL shall, after receipt of SI’s notice, either issue an installation certificate, stating that the
system, or major component or subsystem (if Acceptance by major component or subsystem)
has achieved Installation by the date of SI’s notice under or notify SI in writing of any defects
and/or deficiencies, including, but not limited to, defects or deficiencies in the interoperability
or integration of the various components and/or subsystems making up the System.
System Integrator (SI) shall use all reasonable endeavors to promptly remedy any defect
and/or deficiencies that notified by the PCSCL.
SI shall then promptly carry out retesting of the system or subsystem and, when in SI’s opinion
the system or subsystem is ready for commissioning and operational acceptance testing,
notify PCSCL in writing. The procedure shall be repeated, as necessary, until an Installation
certificate is issued. The acceptance criteria shall inter-alia include, but not limited to:
Installation and commissioning of all the Hardware & Software supplied as part of the
Project, clearly documented and demonstrated. The documents would include but not
limited to FRS, SLA etc.
Functional Acceptance Criteria – Demonstration of tasks, business processes or functions
which PCSCL has listed out in the RFP as Functional & Non-functional requirement design
considerations
Submission of manuals, design documents, training materials and other necessary
documents
Training to personnel identified by PCSCL as per the project plan & SI proposal
Summary of test cases and execution results to prove that the acceptance criteria have
been met
1.2. “Applicable Law(s)”: Any statute, law, ordinance, notification, rule, regulation, judgment,
order, decree, by law, approval, directive, guideline, policy, requirement or other governmental
restriction or any similar form of decision applicable to the relevant party and as may be in
effect on the date of the execution of this Contract and during the subsistence thereof,
applicable to the Project
1.3. “PCSCL” means the Pimpri Chinchwad Smart City Limited
1.4. “System Integrator (SI)” means the selected bidder i.e. <NAME OF SYSTEM
INTEGRATOR> or Substitute System Integrator, as the case may be, who shall carry out all
the services mentioned in the scope of work of the RFP
1.5. “Contract” means the agreement entered into by the parties with the entire documentation
specified in the RFP
1.6. “Contract Value” means the price payable to SI under this Contract for the full and proper
performance of its contractual obligations
1.7. “Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made and
available for sale, lease, or license to the general public.
1.8. “Server Room” means the centralized space to be used for installation and deployment of all
the proposed systems and devices for centralized control, monitoring and management of all
the solutions. The server room is planned to host city’s existing and forth coming systems for
centralized management.
1.9. “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 as
per IT Act 2000
1.10. “Effective Date” means the date on which this Contract is signed and executed by the parties
hereto. If this 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
1.11. “GCC” means General Conditions of Contract
1.12. “Goods” means all of the equipment, sub-systems, hardware, products accessories, software
and/or other material / items which SI is required to supply, install and maintain under the
contract
1.13. “PCMC” means the Pimpri Chinchwad Municipal Corporation
1.14. “PCMC HO” means the Pimpri Chinchwad Municipal Corporation Head Office, Pimpri
1.15. “Command Control Center” means the center from where Police would conduct surveillance
on civil issues on the entire Pimpri Chinchwad City
1.16. “City Operation Center” means the center from where Pimpri Chinchwad Smart City Limited
would conduct monitoring of all the smart city elements throughout the entire Pimpri Chinchwad
City
1.17. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, service
marks, brands, proprietary information whether arising before or after the execution of this
Contract and the right to ownership and registration of these rights
1.18. “Go-Live” means commissioning of project post design, development and implementation,
including training as per scope of work mentioned in the RFP. SI shall have the approval from
PCSCL for user acceptance testing
1.19. “Notice” means a consent, approval or other communication required to be in writing under
this Contract
1.20. “OEM” means the Original Equipment Manufacturer of any equipment / system /
software / product, which are providing such goods to the PCSCL under the scope of this
RFP
1.21. “SI’s Team” means SI who has to provide goods & services to the PCSCL under the scope
of this Contract. This definition shall also include any and/or all of the employees of SI,
authorized service providers/ partners and representatives or other personnel employed or
engaged directly or indirectly by SI for the purposes of this Contract.
1.22. “Substitute System Integrator” means the organization replacing SI in case of contract
termination for any reasons
1.23. “Sub-Contractor” shall mean the entity named in the contract for any part of the work or any
person to whom any part of the contract has been sublet with the consent in writing of the
PCSCL and the heirs, legal representatives, successors and assignees of such person.
1.24. “SCC” means Special Conditions of Contract.
1.25. “Services” means the work to be performed by SI pursuant to this RFP and to the contract to
be signed by the parties in pursuance of any specific assignment awarded by the PCSCL.
2. Interpretation
5. Priority of Documents
This Agreement, including its Schedules and Annexures, represents the entire agreement between
the Parties as noted in this Clause. If in the event of a dispute as to the interpretation or meaning of
this Agreement it shall be necessary for the Parties to refer to documents forming part of the bidding
process leading to this Agreement, then such documents shall be relied upon and interpreted in the
following descending order of priority:
a) This Agreement along with
b) NDA agreement, if any
c) Schedules and Annexures;
d) the RFP along with subsequently issued corrigendum and addendums
e) Technical and financial proposal submitted by the successful bidder, to the extent they along
with subsequently issued clarifications furnished by the System Integrator in response to the
RFP, to the extent they are not inconsistent with any terms of the RFP.
For the avoidance of doubt, it is expressly clarified that in the event of a conflict between this
Agreement, Annexures / Schedules or the contents of the RFP, the terms of this Agreement shall
prevail over the Annexures / Schedules and Annexures / Schedules shall prevail over the contents
and specifications of the RFP.
6. Scope of work
6.1. Scope of the work as defined in RFP Volume II and Annexures thereto of the tender and
subsequent pre bid clarifications, corrigendum/addendum, if any.
6.2. PCSCL has engaged SI to provide services related to implementation of the ICT led smart
city solutions using which the PCSCL intends to perform its business operations. SI is
required to provide such goods, services and support as the PCSCL may deem proper and
necessary, during the term of this Contract, and includes all such processes and activities
which are consistent with the proposals set forth in the RFP and this Contract and are deemed
necessary by the PCSCL, in order to meet its business requirements (hereinafter ‘scope of
work’).
6.3. Bidder shall also provide complete maintenance support for all the proposed integrated
solution as outlined in this RFP for a period of Sixty (60) months from the date of go-live i.e.
“Go-Live” + 60 months. “Go-live” is the date on which the proposed solution is operational as
per the requirements provided in this RFP and all the acceptance tests are successfully
concluded to the satisfaction of PCSCL.
7.1. This Agreement shall come into effect on <DD/MM/YYYY> (hereinafter the ‘Effective Date’)
and shall continue till operation and maintenance completion date which shall be the date of
the completion of the operation and maintenance to the PCSCL or its nominated agencies,
unless terminated earlier (as per clause 37), in which case the contract will get terminated on
fulfillment of all obligations mentioned as per clause 37.
a) Subject to express terms to the contrary, the rights and obligations under this Agreement shall
take effect only upon fulfillment of all the Conditions Precedent set out below. However,
PCSCL or its nominated agencies may at any time at its sole discretion waive fully or partially
any of the Conditions Precedent for the System Integrator.
b) For the avoidance of doubt, it is expressly clarified that the obligations of the Parties (or its
nominated agencies) under this Agreement shall commence from the fulfillment of the
Conditions Precedent as set forth below.
8.2. Conditions Precedent of the System Integrator
The System Integrator shall be required to fulfill the Conditions Precedent, which is as follows:
a) To provide a Performance Security/Guarantee and other guarantees/ payments within fifteen
(15) days of the receipt of notification of award from the PCSCL; and
b) To provide the PCSCL or its nominated agencies certified true copies of its constitutional
documents and board resolutions authorizing the execution, delivery and performance of this
Agreement by the System Integrator (optional)
The PCSCL shall be required to fulfill the Conditions Precedents, which are as follows:
a) Necessary clearances associated with the execution of the project, unless specified to be
performed by the SI
b) Approval of the Project by a Competent Authority, etc.
The Parties may, by mutual agreement extend the time for fulfilling the Conditions Precedent and the
Term of this Agreement.
a) In the event that any of the Conditions Precedent of the System Integrator have not been
fulfilled within fifteen (15) days of signing of this Agreement and the same have not been
waived fully or partially by PCSCL or its nominated agencies, this Agreement shall cease to
exist;
b) In the event that the Agreement fails to come into effect on account of non-fulfillment of the
System Integrator’s Conditions Precedent, the PCSCL or its nominated agencies shall not be
liable in any manner whatsoever to the System Integrator and the PCSCL shall forthwith forfeit
the Earnest Money Deposit.
c) In the event that possession of any of the PCSCL or its nominated agencies facilities has been
delivered to the System Integrator prior to the fulfillment of the Conditions Precedent, upon
the termination of this Agreement such shall immediately revert to PCSCL or its nominated
agencies, free and clear from any encumbrances or claims.
9.1. SI shall subject to the fulfillment of the conditions precedent above, commence the
performance of its obligations in a manner as per the Scope of Work (RFP Volume II).
9.2. SI shall proceed to carry out the activities / services with diligence and expedition in
accordance with any stipulation as to the time, manner, mode, and method of execution
contained in this Contract.
9.3. SI shall be responsible for and shall ensure that all activities / services are performed in
accordance with the Contract, RFP Scope of Work and Service Specifications and that SI’s
Team complies with such specifications and all other standards, terms and other
stipulations/conditions set out hereunder.
11.1. The Parties shall cooperate to procure, maintain and observe all relevant, regulatory and
governmental licenses, clearances and applicable approvals (hereinafter the “Required
Consents”) necessary for the System Integrator to provide the services. The costs of such
approvals shall be borne by the Party normally responsible for such costs according to local
custom and practice in the locations where the services are to be provided. The PCSCL shall
also provide necessary support to SI in obtaining the approvals. In the event that any approval
is not obtained, SI and the PCSCL shall co-operate with each other in achieving a reasonable
alternative arrangement as soon as reasonably practicable for the PCSCL and at the
discretion of the PCSCL without any adverse impact on PCSCL’s interest including but not
limited to additional time/expenditure, to continue to process its work with as minimal
interruption to its business operations as is commercially reasonable until such approval is
obtained, provided that SI shall not be relieved of its obligations to provide the services and
to achieve the service Levels until the approvals are obtained if and to the extent that SI 's
obligations are dependent upon such approvals.
11.2. The PCSCL or its nominated agencies shall use reasonable endeavors to assist System
Integrator to obtain the required consent. In the event that any required consent is not
obtained, the System Integrator and the PCSCL or its nominated agencies will co-operate
with each other in achieving a reasonable alternative arrangement as early and as reasonably
practicable for the PCSCL or its nominated agencies to continue to process its work with as
minimal interruption to its business operations as is commercially reasonable until such
required consent is obtained, provided that the System Integrator shall not be relieved of its
obligations to provide the services and to achieve the service levels until the required
consents are obtained to the extent that the System Integrator’s obligations are not dependent
upon such required consents.
12.1. SI’s obligations shall include all the activities as specified by the PCSCL in the Scope of Work
and other Sections of the RFP and Contract and changes thereof to enable PCSCL to meet
the objectives and operational requirements. It shall be SI’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 his Bid, the Tender and this Contract.
12.2. In addition to the aforementioned, SI shall provide services to manage and maintain the said
system and infrastructure as mentioned in RFP Volume II.
12.3. PCSCL reserves the right to interview the personnel proposed that shall be deployed as part
of the project team. If found unsuitable, the PCSCL may reject the deployment of the personnel.
But ultimate responsibility of the project implementation shall lie with SI.
12.4. PCSCL reserves the right to require changes in personnel, which shall be communicated to SI.
SI with the prior approval of the PCSCL may make additions to the project team. SI shall provide
the PCSCL with the resume of Key Personnel and provide such other information as the
PCSCL may reasonably require. The PCSCL also reserves the right to interview the personnel
and reject, if found unsuitable. In case of change in its team members, for any reason
whatsoever, SI shall also ensure that the exiting members are replaced with at least equally
qualified and professionally competent members.
12.5. SI shall ensure that none of the Key Personnel, proposed, exit from the project during the
project implementation Phase.
12.6. SI shall submit profiles of only those resources that shall be deployed on the project. Any
change of resource shall be approved by the PCSCL and compensated with equivalent or
better resource.
12.7. In case of change in its team members, SI 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.
12.8. SI shall ensure that SI’s team is competent, professional and possesses the requisite
qualifications and experience appropriate to the task they are required to perform under this
Contract. SI shall ensure that the services are performed through the efforts of SI’s Team, in
accordance with the terms hereof and to the satisfaction of the PCSCL. Nothing in this Contract
relieves SI from its liabilities or obligations under this Contract to provide the Services in
accordance with the PCSCL’s directions and requirements and as stated in this Contract and
the Bid to the extent accepted by the PCSCL and SI 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 the SI’s Team.
12.9. SI shall be fully responsible for deployment / installation / development and integration of all
the software and hardware components and resolve any problems / issues that may arise due
to integration of components.
12.10. SI shall ensure that the OEMs supply equipment / components including associated
accessories and software required and shall support SI in the installation, commissioning,
integration and maintenance of these components during the entire period of contract. SI shall
ensure that the COTS OEMs supply the software applications and shall support SI in the
installation / deployment, integration, rollout and maintenance of these applications during the
entire period of contract. It must clearly be understood by SI that warranty and AMC of the
system, products and services incorporated as part of system would commence from the day
of Go-Live of system as complete solutions including all the solutions proposed. SI would be
required to explicitly display that they have a back-to-back arrangement for provisioning of
warranty / AMC 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.
12.11. All the software licenses that SI proposes shall be perpetual software licenses. Licenses shall
be in the name of the PCSCL/end user. The software licenses shall not be restricted based on
location and the PCSCL/end user shall have the flexibility to use the software licenses for other
requirements if required, provided the same does not violate the usage rights agreed with the
original manufacturer.
12.12. All the OEMs that SI proposes shall have dealer possession licenses.
12.13. The PCSCL reserves the right to review the terms of the Warranty and Annual Maintenance
Agreements entered into between SI and OEMs and no such agreement/contract shall be
executed, amended, modified and/or terminated without the prior written consent of the
PCSCL. An executed copy of each of such agreements/contracts shall, immediately upon
execution be submitted by SI to the PCSCL.
12.14. Alternatively, the SI can also submit an undertaking on company letterhead in this regard
(specifying broadly the terms of the Warranty and Annual Maintenance Agreements entered
into between the SI and OEM) signed by a competent authority of SI/OEM.
12.15. SI 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 SI shall ensure that the same is
supported by the respective OEM for the entire contract period. Undertaking on company
letterhead in this regard signed by the Global CEO or the Country head of OEM/SI shall be
submitted by SI.
12.16. If a product is de-supported by the OEM for any reason whatsoever, from the date of
Acceptance of the System till the end of contract, SI shall replace the products/ solutions with
an alternate that is acceptable to the PCSCL at no additional cost to the PCSCL and without
causing any performance degradation.
12.17. All the Licenses will be in the name of PCSCL only.
12.18. SI shall ensure that the OEMs provide the support and assistance to SI in case of any problems
/ issues arising due to integration of components supplied by SI with any other component(s) /
product(s) under the purview of the overall solution. If the same is not resolved for any reason
whatsoever, SI shall replace the required component(s) with an equivalent or better substitute
that is acceptable to PCSCL without any additional cost to the PCSCL and without impacting
the performance of the solution in any manner whatsoever.
12.19. SI shall ensure that the OEMs for hardware servers/equipment supply and/or install all type of
updates, patches, fixes and/or bug fixes for the firmware or software from time to time at no
additional cost to the PCSCL.
12.20. SI shall ensure that the OEMs for hardware servers/ equipment or SI's trained engineers
conduct the preventive maintenance on a Quarterly basis and break-fix maintenance in
accordance with the best practices followed in the industry. SI 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 PCSCL.
12.21. SI and their personnel/representative shall not alter / change / replace any hardware
component proprietary to the PCSCL and/or under warranty or AMC of third party without prior
consent of the PCSCL.
12.22. SI representative(s) shall have all the powers requisite for the execution of scope of work and
performance of services under this contract. SI representative(s) shall liaise with the PCSCL’s
representative for the proper coordination and timely completion of the works and on any other
matters pertaining to the works. SI shall extend full co-operation to PCSCL’s representative in
the manner required by them for supervision/ inspection/ observation of the equipment/ goods/
material, procedures, performance, progress, reports and records pertaining to the works. He
shall also have complete charge of SI’s personnel engaged in the performance of the works
and to ensure compliance of rules, regulations and safety practice. He shall also cooperate
with the other Service Providers/Vendors of the PCSCL working at the PCSCL’s office locations
& field locations and COC, CCC.
12.23. SI shall be responsible on an ongoing basis for coordination with other vendors and agencies
of the PCSCL in order to resolve issues and oversee implementation of the same. SI shall also
be responsible for resolving conflicts between vendors in case of borderline integration issues.
12.24. SI’s shall adhere with the followings:
12.24.1. The products, solutions, goods and services etc. quoted by them, shall fulfil all the
RFP requirements including but not limited to OEM compliance and technical
specifications etc. In case any of the quoted products, solutions, goods and
services etc. do not meet any of the RFP requirements, SI is liable to provide
requisite substitution/alternate to fulfil the RFP requirements by the approval of the
PCSCL, without any delay in Project timelines or additional cost to the PCSCL.
12.24.2. SI’s submitted bid is prepared in conformance of the RFP requirement in totality
and any deficiency in the quoted BoM shall be fulfilled by SI without any
enhancement in the quoted project cost in its financial bid or change in the project
timelines & SLAs.
12.24.3. Any reference of payment to the SI on actual basis, anywhere in the RFP, only
means that, for any reasons if the PCSCL at any stage decides to enhance or
truncates the scope of work leading to increase or decrease in the no. of hardware
components/devices than the one prescribed in the RFP or in the response of the
SI, the payment for the same shall be made for such additional or lower number
on the basis of the respective line item unit cost prescribed by the SI as part of their
financial bid.
The Project shall be governed by the mechanism of final acceptance testing and certification to be
put into place by the PCSCL and System Integrator as under:
a) Final testing and certification criteria will lay down a set of guidelines following internationally
accepted norms and standards for testing and certification for all aspects of project
development and implementation covering software, hardware and networking including the
processes relating to the design of solution architecture, design of systems and sub-
systems, coding, testing, business process description, documentation, version control,
change management, security, service oriented architecture, performance in relation to
compliance with SLA metrics, interoperability, scalability, availability and compliance with all
the technical and functional requirements of the RFP and this Agreement;
b) Final testing and certification criteria will be finalized from the development stage to ensure
that the guidelines are being followed and to avoid large scale modifications pursuant to
testing done after the application is fully developed;
c) Final testing and certification criteria will consider conducting specific tests on the software,
hardware, networking, security and all other aspects;
d) Final testing and certification criteria will establish appropriate processes for notifying the
System Integrator of any deviations from the norms, standards or guidelines at the earliest
instance after taking cognizance of the same to enable the System Integrator to take
corrective action; etc.
e) The Parties shall each ensure that the range of the Services under the SLA shall not be
varied, reduced or increased except with the prior written agreement between the PCSCL
and System Integrator in accordance with the Change Control Schedule set out in Annex II
of this Agreement.
f) Save for the express terms of the Terms of Payment Schedule set out of this Agreement,
PCSCL or its nominated agencies and its users may purchase any particular category of
Services that may become necessary as per the Change Control Schedule set out in Annex
II of this Agreement, without the need to go for a separate procurement process.
a) take all reasonable and proper care of the entire hardware and software, network or any other
information technology infrastructure components used for the Project and other facilities
leased / owned / operated by the System Integrator exclusively in terms of ensuring their
usability for the delivery of the Services as per this Agreement (hereinafter the “Assets”) in
proportion to their use and control of such Assets; and
b) keep all the tangible Assets in as good and serviceable condition (reasonable wear and tear
excepted) as at the date the System Integrator takes control of and/or first uses the Assets
and during the entire Term of the Agreement.
c) ensure that any instructions or manuals supplied by the manufacturer of the Assets for use of
the Assets and which are provided to the System Integrator will be followed by the System
Integrator and any person who will be responsible for the use of the Assets;
d) take such steps as may be properly recommended by the manufacturer of the Assets and
notified to the System Integrator or as may, in the reasonable opinion of the System Integrator,
be necessary to use the Assets in a safe manner;
e) ensure that the Assets that are under the control of the System Integrator, are kept suitably
housed and in conformity with Applicable Law;
f) procure permission from the PCSCL or its nominated agencies and any persons duly
authorized by them to enter any land or premises on which the Assets are for the time being
sited so as to inspect the same, subject to any reasonable third party requirements;
g) not knowingly or negligently use or permit any of the Assets to be used in contravention of any
statutory provisions or regulation or in any way contrary to Applicable Law
12.29.1. SI shall co-ordinate with the PCSCL and stakeholders for the complete setup of sites before
commencement of installation of other areas as mentioned in Scope of Work of the RFP
Volume II document.
12.29.2. As per TRAI guidelines, resale of bandwidth connectivity is not allowed. In such a case
tripartite agreement shall be formed between PCSCL, SI and Internet Service Provider(s).
12.29.3. The plan and design documents thus developed shall be submitted by SI for approval by
the PCSCL.
12.29.4. After obtaining the approval from the PCSCL, SI shall commence the installation of the
systems.
The review and management process of this Agreement shall be carried out in accordance with the
Governance Schedule set out in Annex IV of this document and shall cover all the management
aspects of the Project.
a) The PCSCL as the case may be or its nominated agencies, will undertake and use
the Services in accordance with any instructions or procedures as per the
acceptance criteria as set out in the SLA or this Agreement or any agreement that
may be entered into between the Parties from time to time;
b) The PCSCL as the case may be or its nominated agencies shall be responsible for
the operation and use of the Deliverables resulting from the Services
12.30.3. Changes
Unless expressly dealt with elsewhere in this Agreement, any changes under or to this
Agreement or under or to the SLA shall be dealt with in accordance with the Change Control
Schedule set out in Annex II of this Agreement.
12.32.1. Within 15 calendar days of effective date of the contract, SI shall submit to the PCSCL for its
approval a detailed Project Plan with details of the project showing the sequence, procedure
and method in which SI proposes to carry out the works. The Plan so submitted by SI shall
conform to the requirements and timelines specified in the Contract. The PCSCL and SI shall
discuss and agree upon the work procedures to be followed for effective execution of the
works, which SI intends to deploy and shall be clearly specified. The Project Plan shall
include but not limited to project 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 industry best practices, project plan and
delivery schedule in accordance with the Contract. Approval by the PCSCL’s representative
of the Project Plan shall not relieve SI of any of his duties or responsibilities under this
Contract.
12.32.2. If SI’s work plans necessitate a disruption/ shutdown in PCSCL’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 SI to develop/adhere such
a work plan shall be to SI’s account.
12.33.1. SI’s Team shall comply with the provision of all applicable laws including labor laws, rules,
regulations and notifications issued there under from time to time. All applicable safety and
labor laws enforced by statutory agencies and by PCSCL shall be applicable in the
performance of this Contract and SI’s Team shall abide by these laws.
12.33.2. Access to the Network Operations Center (NOC), Server Room, Command & Control Center
(CCC) and City Operation Center (COC) shall be strictly restricted. No access to any person
except the essential members of SI’s Team who are authorized by the PCSCL and are
genuinely required for execution of work or for carrying out management/ maintenance shall
be allowed entry. Even if allowed, access shall be restricted to the pertaining equipment of
the PCSCL only. SI shall maintain a log of all activities carried out by each of its team
personnel.
12.33.3. No access to any staff of SI, except the essential staff who has genuine work-related need,
shall be given. All such access shall be logged in a loss free manner for permanent record
with unique biometric identification of the staff to avoid misrepresentations or mistakes.
12.33.4. SI shall take all necessary and proper measures to protect the personnel, work and facilities
and shall observe all reasonable safety rules and instructions. SI’s Team shall adhere to all
security requirement/ regulations of the PCSCL during the execution of the work. PCSCL’s
employee also shall comply with safety procedures/ policy.
12.33.5. SI shall report as soon as possible any evidence, which may indicate or is likely to lead to an
abnormal or dangerous situation and shall take all necessary emergency control steps to
avoid such abnormal situations.
13.1. PCSCL or his/her 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 SI.
13.2. PCSCL shall ensure that timely approval is provided to SI as and when required, which may
include approval of project plans, implementation methodology, design documents,
specifications, or any other document necessary in fulfillment of this contract.
13.3. The PCSCL’s representative shall interface with SI, to provide the required information,
clarifications, and to resolve any issues as may arise during the execution of the Contract.
PCSCL shall provide adequate cooperation in providing details, coordinating and obtaining of
approvals from various governmental agencies, in cases, where the intervention of the PCSCL
is proper and necessary.
13.4. PCSCL may provide on SI’s request, particulars / information / documentation that may be
required by SI for proper planning and execution of work and for providing services covered
under this contract and for which SI may have to coordinate with respective vendors.
13.5. PCSCL shall provide to SI only sitting space and basic infrastructure not including, stationery
and other consumables at the PCSCL’s office locations.
13.6. Electrical connections installation and electricity consumption charges shall be borne by the
SI throughout the contract period (as per the RFP requirements). The PCSCL shall provide
approval and necessary documents for electrical power connections, which is to be taken in
the name of Pimpri Chinchwad Smart City Limited.
13.7. Site Not Ready: PCSCL hereby agrees to make the project sites ready as per the agreed
specifications, within the agreed timelines. PCSCL agrees that SI shall not be in any manner
liable for any delay arising out of PCSCL’s failure to make the site ready within the stipulated
period.
13.8. To provide any support through personnel to test the system during the Term;
13.9. To provide any support through personnel and/or test data during development, rollout, steady
state operation, as well as, for any changes/enhancements in the system whenever required
due to scope change that may arise due to business, delivery or statutory/regulatory reasons;
13.10. PCSCL shall provide the data (including in electronic form wherever available) to be migrated.
13.11. PCSCL shall authorize the System Integrator to interact for implementation of the Project with
external entities and shall provide prompt Deliverable feedback, sign offs or its comments for
changes.
18.1. The Contract period shall commence from the date of signing of contract and shall remain
valid for sixty (60) months from the date of Go Live of the system
18.2. If the delay occurs due to circumstances beyond control of SI such as strikes, lockouts, fire,
accident, defective materials, delay in approvals or any cause whatsoever beyond the
reasonable control of SI, a reasonable extension of time shall be granted by the PCSCL.
18.3. The PCSCL shall reserve the sole right to grant any extension to the term abovementioned
and shall notify in writing to SI, at least three (3) months before the expiration of the Term
hereof, whether it shall grant SI an extension of the Term. The decision to grant or refuse the
extension shall be at the PCSCL’s discretion and such extension of the contract, if any, shall
be as per terms agreed mutually between the PCSCL and SI.
18.4. Where the PCSCL is of the view that no further extension of the term be granted to SI, the
PCSCL shall notify SI of its decision at least three (3) months prior to the expiry of the Term.
Upon receipt of such notice, SI shall continue to perform all its obligations hereunder, until
such reasonable time beyond the Term of the Contract within which, the PCSCL shall either
appoint an alternative agency/SI or create its own infrastructure to operate such Services as
are provided under this Contract.
a) General: If any dispute arises between the parties during the execution of a contract that shall
be amicably settled by mutual discussions. However, if the dispute is not settled by mutual
discussions, a written representation will be obtained from the SI on the points of dispute. The
representation so received shall be examined by the PCSCL and may take legal advice of a
counsel and then examine the representation. The SI will also be given an opportunity of being
heard. The PCSCL will take a decision on the representation and convey it in writing to the SI.
b) In case of dispute arising amongst consortium members, beyond getting amicably settled by
mutual discussion, and in the interest of project, PCSCL Board reserves the right to allow lead
bidder for the change of consortium member as per RFP requirements and terms & conditions.
c) Arbitration
In the event of unresolved dispute between the parties (PCSCL BoD fails to resolve), it shall
be the subject matter of jurisdiction of Pune district court only.
23. Delivery
23.1. SI shall bear the cost for packing, transport, insurance, storage and delivery of all the goods
for “Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M
for ICT led PCSCL Smart City Solutions” at all locations identified by the PCSCL in Pimpri
Chinchwad.
23.2. The Goods and manpower supplied under this 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 PCSCL.
23.3. SI shall only procure the hardware and software after approvals from a designated
Committee/Authority.
24.1. Standard: The System Integrator warrants that the Project, including all the system(s),
materials and goods supplied pursuant to the Agreement, shall be free from any defect or
deficiency in the material, design, engineering, and workmanship that prevent the system
and/or any of its systems(s) from fulfilling the technical requirements or that limit in a material
fashion the performance, reliability, or extensibility of the system and/or any of its sub-
system(s). Commercial warranty provisions of products supplied under the Agreement shall
apply to the extent they do not conflict with the provisions of this Agreement.
24.2. The SI also warrants that the products, materials and other goods supplied under the
Agreement are new, unused and incorporate all recent improvements in design that materially
affect the system’s or subsystem’s ability to fulfill the technical requirements specified in the
RFP.
24.3. In addition, the SI warrants that: (i) all Goods components to be incorporated into the System
form part of the SI/OEM’s and/or Subcontractor’s current product lines.
24.4. The warranty period shall commence from the date of Final Acceptance of the System (or of
any major component or subsystem for which phased Go-Live is provided for in the
Agreement) or on expiry of the products commercial warranty, whichever is earlier.
24.5. If during the warranty period any defect or deficiency is found in the material, design and
performance/workmanship of the Project and other Services provided by the System
Integrator, the System Integrator shall promptly, in consultation and agreement with PCSCL,
and at the System Integrator’s sole cost repair, replace, or otherwise make good (as the
System Integrator shall, at its discretion, determine) such default, defect or deficiency as well
as any damage to the system caused by such default, defect or deficiency. Any defective
component, excluding hard disks, that has been replaced by the System Integrator shall
remain the property of the System Integrator.
24.6. The SI may, with the consent of the PCSCL, remove from the site any product and other goods
that are defective, if the nature of the defect, and/or any damage to the System caused by the
defect, is such that repairs cannot be expeditiously carried out at the site. If the repair,
replacement, or making good is of such a character that it may affect the efficiency of the
System, the PCSCL may give the SI notice requiring that tests of the defective part be made
by the SI immediately upon completion of such remedial work, whereupon the SI shall carry
out such tests. If such part fails the tests, the SI shall carry out further repair, replacement, or
making good (as the case may be) until that part of the System passes such tests. The tests
shall be agreed upon by the PCSCL and the SI.
24.7. If the SI fails to commence the work necessary to remedy such defect or any damage to the
System caused by such defect within a reasonable time period, the PCSCL may, following
notice to the SI, proceed to do such work or contract a third party (or parties) to do such work,
and the reasonable costs incurred by the PCSCL in connection with such work shall be paid
to the PCSCL by the SI or may be deducted by the PCSCL from any amount due to the SI.
24.8. If the System or any of its sub-systems cannot be used by reason of such default, defect or
deficiency and/or making good of such default, defect or deficiency, the warranty period for
the Project shall be extended by a period equal to the period during, which the Project or any
of its system could not be used by the PCSCL because of such defect and/or making good of
such default, defect or deficiency.
24.9. Items substituted for defective parts of the System during the Warranty Period shall be covered
by the Warranty for the remainder of the Warranty Period applicable for the part replaced or
three (3) months, whichever is greater.
24.10. The Implementing Agency shall have no liability in the case of breach of this warranty due to
(i) use of the deliverables on any environment (hardware or software) other than the
environment recommended or approved by the Implementing Agency, (ii) the combination,
operation, or use of some or all of the deliverables with information, software, specifications,
instructions, data, or materials not approved by the Implementing Agency; (iii) the deliverables
having been tampered with, altered or modified by PCSCL without the written permission of
the Implementing Agency, or (iv) use of the deliverables otherwise than in terms of the relevant
documentation.
24.11. Implied Warranty: The warranties provided herein are in lieu of all other warranties, both
express and implied, and all other warranties, including without limitation that of
merchantability or fitness for intended purpose is specifically disclaimed.
25. Insurance
25.1. The Goods supplied under this Contract shall be comprehensively insured by SI at his own
cost, against any loss or damage, for the entire period of the contract. SI shall submit to the
PCSCL, documentary evidence issued by the insurance company, indicating that such
insurance has been taken.
25.2. SI shall bear all the statutory levies like customs, insurance, freight, etc. applicable on the
goods and also the charges like transportation charges, Octroi, etc. that may be applicable till
the goods are delivered at the respective sites of installation shall also be borne by SI.
25.3. SI shall take out and maintain at its own cost, on terms and conditions approved by the
PCSCL, insurance against the risks, and for the coverages, as specified below:
a. at the PCSCL’s request, shall provide evidence to the PCSCL showing that such
insurance has been taken out and maintained and that the current premiums therefor
have been paid.
b. Employer's liability and workers' compensation insurance in respect of the Personnel of
the Company, in accordance with the relevant provisions of the Applicable Law, as well
as, with respect to such Personnel, any such life, health, accident, travel or other
insurance as may be appropriate
25.4. Obligation to maintain insurance in connection with the provision of the Services, the Service
Provider must have and maintain:
a. For the Agreement Period, valid and enforceable insurance coverage for:
i. Public liability;
ii. Either professional indemnity or errors and omissions;
iii. Product liability;
iv. Workers’ compensation as required by law; and
v. Any additional types specified in Annex II
b. For one year following the expiry or termination of the Agreement, valid and enforceable
insurance policies (if relevant), in the amount not less than the Insurance Cover derived
in this RFP
25.6. Non-compliance
25.6.1. PCSCL or its nominated agencies may, at its election, terminate this Agreement as per
Clause 37.8, upon the failure of System Integrator or notification of such failure, to
maintain the required insurance coverage. Inadequate insurance coverage for any reason
shall not relieve System Integrator of its obligations under this Agreement.
27.1. The SI shall furnish Performance Security Deposit to the PCSCL, in the form of Bank
Guarantee (PBG), within fifteen (15) days of issuance of Letter of Intent (LoI) or Letter of Award
(LoA) for a value equivalent to 5% of the contract value. This PBG shall be valid up to One
hundred and eighty (180) days beyond the term of the Contract (Contract Period+180 days)
including any subsequent term extension. The SI shall be responsible for extending the validity
date and claim period of the PBG as and when it is due on account of extension of contract
and/or warranty period.
a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to
deliver any or all of the items/goods or perform the Related Services within the period specified
in the Contract, the Purchaser may without prejudice to all its other remedies under the
Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the
percentage specified in (d) below for each week or part thereof of delay until actual delivery
or performance, up to a maximum deduction of the percentage specified in the bidding
document and/ or contract. Once the maximum is reached, the Purchaser may terminate the
Contract pursuant to clause “Termination”.
b) The time specified for delivery and installation of the IT/non-IT Infra and software products
licenses in the bidding document shall be deemed to be the essence of the contract and the
supplier/ selected bidder shall arrange items/goods supply and related services within the
specified period.
c) Delivery and installation/ completion period may be extended with or without liquidated
damages, if the delay in the supply of items/goods or service is on account of hindrances
beyond the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for
extending the delivery period of service, if he finds himself unable to complete the supply
of items/goods or service within the stipulated delivery period or is unable to maintain
prorate progress in the supply of items/goods or service delivery. This request shall be
submitted as soon as a hindrance in delivery of items/goods and service occurs or within
fifteen (15) days from such occurrence but before expiry of stipulated period of completion
of delivery of items / goods and service after which such request shall not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of
items/goods and service and the period of delay occurred due to that and recommend the
competent authority on the period of extension which shall be granted with or without
liquidated damages.
iii. Normally, extension in delivery period of items/goods and service in following
circumstances may be considered without liquidated damages:
a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if
PCSCL was required to supply them to the supplier of items/goods or service provider
as per terms of the contract.
b. When delay has occurred in supply of materials etc. if these were required to be
supplied to the supplier or service provider by PCSCL as per terms of the contract.
iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment
to the contract with suitable denial clauses and with or without liquidated damages, as the
case may be, shall be issued. The amendment letter shall mention that no extra price or
additional cost for any reason, what so ever beyond the contracted cost shall be paid for
the delayed supply of items/goods and service.
v. It shall be at the discretion of the concerned authority to accept or not to accept the supply
of items/goods and/ or services rendered by the contractor after the expiry of the stipulated
delivery period, if no formal extension in delivery period has been applied and granted.
The competent authority shall have right to cancel the contract with respect to undelivered
items/goods and/ or service.
vi. If PCSCL is in need of the items/goods and/ or service rendered after expiry of the
stipulated delivery period, it may accept the services and issue a letter of extension in
delivery period with usual liquidated damages and denial clauses to regularize the
transaction.
d) In case of extension in the delivery and installation/completion period is granted with full
liquidated damages, the recovery shall be made on the basis of following percentages of value
of items/goods and/ or service which the supplier/ selected bidder has failed to supply/ install/
complete :
No. Condition LD%*
Delay up to one fourth period of the prescribed period of delivery, successful
a. 2.5%
installation and completion of work
Delay exceeding one fourth but not exceeding half of the prescribed period of
b. 5.0%
delivery, successful installation and completion of work
Delay exceeding half but not exceeding three fourth of the prescribed period of
c. 7.5%
delivery, successful installation and completion of work
Delay exceeding three fourth of the prescribed period of delivery, successful
d. 10.0%
installation and completion of work
29.1. Subject to Clause 29.5 below, System Integrator (the "Indemnifying Party") undertakes to
indemnify, hold harmless the PCSCL (the "Indemnified Party") from and against all claims,
liabilities, losses, expenses (including reasonable attorneys' fees), fines, penalties, taxes or
damages (Collectively “Loss”) on account of bodily injury, death or damage to tangible
personal property arising in favor of any person, corporation or other entity (including the
Indemnified Party) attributable to the Indemnifying Party's negligence or willful default in
performance or non-performance under this Agreement.
29.2. If the Indemnified Party promptly notifies Indemnifying Party in writing of a third party claim
against Indemnified Party that any Service provided by the Indemnifying Party infringes a
copyright, trade secret or patents incorporated in India of any third party, Indemnifying Party
will defend such claim at its expense and will pay any costs or damages, that may be finally
awarded against Indemnified Party.
29.3. Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of
infringement is caused by:
a. Indemnified Party’s misuse or modification of the Service;
b. Indemnified Party’s failure to use corrections or enhancements made available by the
Indemnifying Party;
c. Indemnified Party’s use of the Service in combination with any product or information
not owned or developed by Indemnifying Party;
29.4. However, if any service, information, direction, specification or materials provided by
Indemnified Party or any third party contracted to it, is or likely to be held to be infringing,
Indemnifying Party shall at its expense and option either
a. Procure the right for Indemnified Party to continue using it
b. Replace it with a non-infringing equivalent
c. Modify it to make it non-infringing
The foregoing remedies constitute Indemnified Party’s sole and exclusive remedies and
Indemnifying Party’s entire liability with respect to infringement.
29.5. The indemnities set out in Clause 29 shall be subject to the following conditions:
29.5.1. The Indemnified Party as promptly as practicable informs the Indemnifying Party in writing
of the claim or proceedings and provides all relevant evidence, documentary or otherwise;
29.5.2. The Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying
Party all reasonable assistance in the Defense of such claim including reasonable access
to all relevant information, documentation and personnel provided that the Indemnified
Party may, at its sole cost and expense, reasonably participate, through its attorneys or
otherwise, in such Defense;
29.5.3. If the Indemnifying Party does not assume full control over the Defense of a claim as
provided in this Article, the Indemnifying Party may participate in such Defense at its sole
cost and expense, and the Indemnified Party will have the right to defend the claim in
such manner as it may deem appropriate, and the cost and expense of the Indemnified
Party will be included in Losses;
29.5.4. The Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or
compromise any proceedings or claim, without the written consent of the Indemnifying
Party;
29.5.5. All settlements of claims subject to indemnification under this Clause will:
i. Be entered into only with the consent of the Indemnified Party, which consent will
not be unreasonably withheld and include an unconditional release to the
Indemnified Party from the claimant or plaintiff for all liability in respect of such
claim; and
ii. Include any appropriate confidentiality agreement prohibiting disclosure of the
terms of such settlement
29.5.6. The Indemnified Party shall account to the Indemnifying Party for all awards, settlements,
damages and costs (if any) finally awarded in favor of the Indemnified Party which are to
be paid to it in connection with any such claim or proceedings;
29.5.7. The Indemnified Party shall take steps that the Indemnifying Party may reasonably
require to mitigate or reduce its loss as a result of such a claim or proceedings;
29.5.8. In the event that the Indemnifying Party is obligated to indemnify an Indemnified Party
29.5.9. pursuant to this Article, the Indemnifying Party will, upon payment of such indemnity in
full, be subrogated to all rights and defenses of the Indemnified Party with respect to the
claims to which such indemnification relates; and
29.5.10. If a Party makes a claim under the indemnity set out under Clause 28 above in respect of
any particular Loss or Losses, then that Party shall not be entitled to make any further
claim in respect of that Loss or Losses (including any claim for damages).
29.6. The liability of either Party (whether in contract, tort, negligence, strict liability in tort, by statute
or otherwise) for any claim in any manner related to this Agreement, including the work,
deliverables or Services covered by this Agreement, shall be the payment of direct damages
only which shall in no event exceed one time the total contract value payable under this
Agreement.
29.7. In no event shall either party be liable for any consequential, incidental, indirect, special or
punitive damage, loss or expenses (including but not limited to business interruption, lost
business, lost profits, or lost savings) nor for any third party claims (other than those set-forth
in Clause 29.1) even if it has been advised of their possible existence.
29.8. The allocations of liability in this Clause 29 represent the agreed and bargained-for
understanding of the parties and compensation for the Services reflects such allocations. Each
Party has a duty to mitigate the damages and any amounts payable under an indemnity that
would otherwise be recoverable from the other Party pursuant to this Agreement by taking
appropriate and commercially reasonable actions to reduce or limit the amount of such
damages or amounts.
30.1. The PCSCL shall own the Documents, prepared by or for SI arising out of or in connection
with the Contract.
30.2. Forthwith upon expiry or earlier termination of this Contract and at any other time on demand
by the PCSCL, SI shall deliver to the PCSCL all documents provided by or originating from
the PCSCL and all documents produced by or for SI in the course of performing the Services,
unless otherwise directed in writing by the PCSCL at no additional cost. SI shall not, without
prior written consent of the PCSCL store, copy, distribute or retain any such documents.
31. Escrow Agreement
31.1. System Integrator shall comply with the escrow provisions below for all Bespoke Development
& customized codes (including subcontractor-owned materials and other Third Party Material
incorporated in System Integrator’s Proprietary Material), except to the extent System
Integrator demonstrates to the satisfaction of the PCSCL that compliance is not permitted by
the nature of System Integrator’s limited rights in such material.
31.2. Within ninety (90) days after the PCSCL’s acceptance of the Solution, the Parties shall enter
into a software escrow agreement (“Escrow Agreement”) with a reputable, independent, third
party that provides software escrow services among its principal business offerings (“Escrow
Agent”). The Escrow Agreement shall provide for the regular deposit into escrow of all source
code (including without limitation all make files, configurational files, data tables upon which
execution is dependent, and the like, collectively the “Source Code”), object code, and
documentation with respect to all Public Material and System Integrator’s Proprietary Material
(and cumulative updates thereof), together with (a) continually updated instructions as to the
compilation, installation, configuration, deployment, and use of the Source Code, and (b) a list
of all non-deposited third party software used in conjunction with the Source Code to provide
the full functionality of the deposited materials. In the event of the termination or expiration of
the initial Escrow Agreement or any successor agreement, with minimal delay the Parties shall
enter into a substantially equivalent agreement with a successor provider of software escrow
services (who shall then be known as the “Escrow Agent”).
31.3. System Integrator will make its initial deposit of Source Code within fifteen (15) days after the
effective date of the Escrow Agreement.
31.4. System Integrator shall periodically update the escrow deposit as the Parties shall agree in
the Escrow Agreement. In addition to other usual and customary terms, the Escrow Agreement
shall provide that the PCSCL shall be entitled to obtain the deposited materials from escrow
upon the PCSCL’s making a proper claim for release from escrow in the event that (c) proper
written notice is given to the Escrow Agent that release of the copy of the deposited materials
is pursuant to applicable Central or PCSCL bankruptcy, insolvency, reorganization, or
liquidation statute; (d) System Integrator files articles of dissolution (but not if System
Integrator is consolidated or merged into another entity); (e) the Contract expires or terminates
for Material Breach of System Integrator.
31.5. The release of deposited materials from escrow shall not confer upon the PCSCL any right of
ownership in the deposited materials or the underlying intellectual property embodied therein.
In the event of the release of deposited materials to the PCSCL from escrow, the PCSCL shall
use the deposited materials solely for the benefit of the PCSCL and its constituents,
consistently with the grants of license set forth in Clause 16 of this Agreement.
31.6. The release of materials from escrow, without more, shall not cause any further amounts to
accrue as payable to System Integrator by the PCSCL, and the term of the PCSCL’s
possessory and usage rights with respect to the released materials shall be perpetual.
31.7. The Escrow Agreement shall provide for its automatic termination upon the earlier of five (5)
years after the expiration or termination of this Contract, or, release of all Source Code to the
PCSCL and the PCSCL’s subsequent confirmation of compliance with the terms of the Escrow
Agreement. System Integrator shall pay the escrow costs, as well as all costs associated with
causing its subcontractors and other third parties to abide by the Escrow Agreement.
32.1. SI shall not carry any written/printed document, layout diagrams, CD, hard disk, storage tapes,
other storage devices or any other goods /material proprietary to PCSCL into / out of any
location without written permission from the PCSCL.
32.2. SI 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 PCSCL.
32.3. All documentation and media at any location shall be properly identified, labeled and
numbered by SI. SI shall keep track of all such items and provide a summary report of these
items to the PCSCL whenever asked for.
32.4. Access to PCSCL’s data and systems, Internet facility by SI at any location shall be in
accordance with the written permission by the PCSCL. The PCSCL shall allow SI to use facility
in a limited manner subject to availability. It is the responsibility of SI to prepare and equip
himself in order to meet the requirements.
32.5. SI must acknowledge that PCSCL’s business data and other PCSCL proprietary information
or materials, whether developed by PCSCL or being used by PCSCL pursuant to a license
agreement with a third party (the foregoing collectively referred to herein as “proprietary
information”) are confidential and proprietary to PCSCL; and SI 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 shall not be less than that used by SI to protect its own
proprietary information. SI recognizes that the goodwill of PCSCL depends, among other
things, upon SI keeping such proprietary information confidential and that unauthorized
disclosure of the same by SI or its team could damage the goodwill of PCSCL, and that by
reason of SI’s duties hereunder. SI may come into possession of such proprietary information,
even though SI does not take any direct part in or furnish the services performed for the
creation of said proprietary information and shall limit access thereto to employees with a need
to such access to perform the services required by this Contract. SI shall use such information
only for the purpose of performing the said services.
32.6. SI shall, upon termination of this Contract for any reason, or upon demand by PCSCL,
whichever is earliest, return any and all information provided to SI by PCSCL, including any
copies or reproductions, both hardcopy and electronic.
32.7. By virtue of this Contract, SI team may have access to personal information of the PCSCL
and/or a third party. The PCSCL has the sole ownership of and the right to use, all such data
in perpetuity including any data or other information pertaining to the citizens that may be in
the possession of SI team in the course of performing the Services under the Contract.
33. Records of contract documents
33.1. SI shall at all-time make and keep sufficient copies of the process manuals, operating
procedures, specifications, Contract documents and any other documentation for SI to fulfil
his duties under the Contract.
33.2. SI shall keep on the Site at least three copies of each and every specification and Contract
Document, in excess of his own requirement and those copies shall be available at all times
for use by the PCSCL’s Representative and by any other person authorized by the PCSCL’s
Representative.
35. Confidentiality
35.1. The PCSCL or its nominated agencies shall allow the System Integrator to review and utilize
highly confidential public records and the System Integrator shall maintain the highest level of
secrecy, confidentiality and privacy with regard thereto.
35.2. Additionally, the System Integrator shall keep confidential all the details and information with
regard to the Project, including systems, facilities, operations, management and maintenance
of the systems/facilities.
35.3. The PCSCL or its nominated agencies shall retain all rights to prevent, stop and if required
take the necessary punitive action against the System Integrator regarding any forbidden
disclosure.
35.4. The System Integrator shall ensure that all its employees, agents and sub-contractors involved
in the project, execute individual non-disclosure agreements, which have been duly approved
by the PCSCL with respect to this Project.
35.5. For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall not apply
to the following information:
35.5.1. Information already available in the public domain;
35.5.2. Information which has been developed independently by the System Integrator;
35.5.3. Information which has been received from a third party who had the right to disclose the
aforesaid information;
35.5.4. Information which has been disclosed to the public pursuant to a court order
35.6. To the extent the System Integrator shares its confidential or proprietary information with the
PCSCL for effective performance of the Services, the provisions of the Clause 35.1 to 35.3
shall apply mutatis mutandis on the PCSCL or its nominated agencies
35.7. Any handover of the confidential information needs to be maintained in a list, both by PCSCL
& SI, containing at the very minimum, the name of provider, recipient, date of generation of
the data, date of handing over of data, mode of information, purpose and signatures of both
parties.
35.8. Notwithstanding anything to the contrary mentioned hereinabove, the System Integrator shall
have the right to share the Letter of Intent / work order provided to it by the PCSCL in relation
to this Agreement, with its prospective PCSCLs solely for the purpose of and with the intent to
evidence and support its work experience under this Agreement.
37. Termination
The PCSCL may, terminate this Contract in whole or in part by giving SI a prior 30 days written notice,
indicating its intention to terminate the Contract under the following circumstances:
37.1. Where the PCSCL is of the opinion that there has been such Event of Default on the part of
SI / SI’s Team which would make it proper and necessary to terminate this Contract and may
include failure on the part of SI to respect any of its commitments with regard to any part of its
obligations under its Bid, the RFP or under this Contract.
37.2. Where it comes to the PCSCL’s attention that SI (or SI’s Team) is in a position of actual conflict
of interest with the interests of the PCSCL, in relation to any of terms of SI’s Bid, the RFP or
this Contract.
37.3. Where SI’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
SI, any failure by SI to pay any of its dues to its creditors, the institution of any winding up
proceedings against SI or the happening of any such events that are adverse to the
commercial viability of SI. In the event of the happening of any events of the above nature, the
PCSCL shall reserve the right to take any steps as may necessary, to ensure the effective
transition of the sites, pilot site to a successor agency, and to ensure business continuity
37.4. Termination for Insolvency: The PCSCL may at any time terminate the Contract by giving
written notice to SI, without compensation to SI, if SI 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 PCSCL.
37.5. SI may, subject to approval by the PCSCL, terminate this Contract before the expiry of the
term by giving the PCSCL a prior and written notice at least three (3) months in advance
indicating its intention to terminate the Contract.
37.6. Termination for Material Breach
i. In the event that either Party believes that the other Party is in Material Breach of its
obligations under this Agreement, such aggrieved Party may terminate this Agreement
upon giving a one month’s notice for curing the Material Breach to the other Party. In case
the Material Breach continues, after the notice period, the PCSCL or System Integrator,
as the case may be will have the option to terminate the Agreement.
ii. Any notice served pursuant to this Clause shall give reasonable details of the Material
Breach, which could include the following events and the termination will become effective:
a. If the System Integrator is not able to deliver the services as per the SLAs defined in
RFP which translates into Material Breach, then the PCSCL may serve a thirty (30)
days written notice for curing this Material Breach. In case the Material Breach
continues, after the expiry of such notice period, the PCSCL will have the option to
terminate this Agreement. Further, the PCSCL may after affording a reasonable
opportunity to the System Integrator to explain the circumstances leading to such a
breach.
b. If there is a Material Breach by the PCSCL or its nominated agencies which results in
not providing support for effecting data migration or not providing the certification of
User Acceptance then the System Integrator will give a one month’s notice for curing
the Material Breach to the PCSCL. After the expiry of such notice period, the System
Integrator will have the option to terminate the Agreement.
iii. The PCSCL may by giving a one month’s written notice, terminate this Agreement if a
change of control of the SI has taken place. For the purposes of this Clause, in the case
of the SI, change of control shall mean the events stated in Clause 12.28, and such notice
shall become effective at the end of the notice period as set out in Clause 12.28.
iv. In the event that SI undergoes such a change of control, PCSCL may, as an alternative to
termination, require a full Performance Guarantee for the obligations of SI by a guarantor
acceptable to PCSCL or its nominated agencies. If such a guarantee is not furnished
within thirty (30) days of PCSCL’s demand, the PCSCL may exercise its right to terminate
this Agreement in accordance with this Clause by giving fifteen (15) days further written
notice to the SI.
v. The termination provisions set out in this Clause shall apply mutatis mutandis to the SLA
37.7. Termination for Convenience
i. The PCSCL may at any time terminate the Contract for any reason by giving the SI a
notice of 30 days cure period for termination that refers to this clause.
ii. Upon receipt of the notice of termination under this clause, the SI shall either as soon as
reasonably practical or upon the date specified in the notice of termination:
a) cease all further work, except for such work as the PCSCL may specify in the
notice of termination for the sole purpose of protecting that part of the System
already executed, or any work required to leave the site in a clean and safe
condition;
b) terminate all subcontracts, except those to be assigned to the PCSCL pursuant
to Clause 37.7 (ii) (d) (ii) below;
c) remove all SI’s Equipment from the site, repatriate the SI’s and its
Subcontractors’ personnel from the site, remove from the site any wreckage,
rubbish, and debris of any kind;
d) in addition, the SI shall:
i. Deliver to the PCSCL the parts of the System executed by the SI up to
the date of termination;
ii. To the extent legally possible, assign to the PCSCL all right, title, and
benefit of the SI to the System, or Subsystem, as at the date of
termination, and, as may be required by the PCSCL, in any subcontracts
concluded between the SI and its Subcontractors;
iii. Deliver to the PCSCL all non-proprietary drawings, specifications, and
other documents prepared by the SI or its Subcontractors as of the date
of termination in connection with the System.
41. Miscellaneous
41.1. Personnel
a) The personnel assigned by System Integrator to perform the Services shall be employees of
System Integrator or its subcontractor(s), and under no circumstances shall such personnel
be considered employees of PCSCL or its nominated agencies. The System Integrator shall
have the sole responsibility for the supervision and control of the personnel deployed in the
Project and for payment of such personnel’s compensation, including salary, withholding of
income taxes and social security taxes, worker’s compensation, employee and disability
benefits and the like and shall be responsible for all obligations of an employer subject to
Applicable Law.
b) The System Integrator shall use its best efforts to ensure that sufficient System Integrator
personnel are assigned to perform the Services and that such personnel have appropriate
qualifications to perform the Services. After discussion with System Integrator, PCSCL or its
nominated agencies shall have the right to require the removal or replacement of any System
Integrator personnel performing work under this Agreement based on bonafide reasons. In the
event that PCSCL or its nominated agencies requests that any System Integrator personnel
be replaced, the substitution of such personnel shall be accomplished pursuant to a mutually
agreed upon schedule.
c) In the event that the PCSCL and System Integrator identify any personnel of System Integrator
as “Key Personnel”, then the System Integrator shall not remove such personnel from the
Project without the prior written consent of PCSCL or its nominated agencies unless such
removal is the result of an unavoidable circumstance including but not limited to resignation,
termination, medical leave, etc.
d) Except as stated in this Clause, nothing in this Agreement or the SLA will limit the ability of
System Integrator to freely assign or reassign its employees; provided that System Integrator
shall be responsible, at its expense, for transferring all appropriate knowledge from personnel
being replaced to their replacements. PCSCL or its nominated agencies shall have the right
to review and approve System Integrator’s plan for any such knowledge transfer. System
Integrator shall maintain the same or higher standards for skills and professionalism among
replacement personnel as in personnel being replaced.
e) Each Party shall be responsible for the performance of all its obligations under this Agreement
or the SLA as the case may be and shall be liable for the acts and omissions of its employees
and agents in connection therewith.
f) Neither Party will solicit for employment or knowingly hire an employee of the other Party with
whom such Party has contact pursuant to project engagements under this Agreement. This
restriction shall not apply to employees of either Party responding to advertisements in job
fairs or news media circulated to the general public.
Nothing in this Agreement or the SLA shall be construed as establishing or implying any partnership
or joint venture between the Parties to this Agreement or the SLA and, except as expressly stated in
this Agreement or the SLA, nothing in this Agreement or the SLA shall be deemed to constitute any
Parties as the agent of any other Party or authorizes either Party to:
41.3. Sub-contractors
System Integrator shall not subcontract any work related to Design, Development, Supply, Installation,
Implementation and Operation & Maintenance of ICT led smart city solutions without PCSCL’s prior
written consent. However the System Integrator shall provide the list of all the other services planned
to be sub contracted, within fifteen (15) days of signing the Agreement. It is clarified that the System
Integrator shall be the principal employer for all claims arising from the liabilities statutory or otherwise,
concerning the sub-contractors. The System Integrator undertakes to indemnify the PCSCL or its
nominated agencies from any claims on the grounds stated hereinabove.
41.4. Assignment
a) All terms and provisions of this Agreement shall be binding on and shall inure to the benefit of
the PCSCL and their respective successors and permitted assigns
b) The System Integrator shall not be permitted to assign its rights and obligations under this
Agreement to any third party
c) The PCSCL may assign or novate all or any part of this Agreement and Schedules/Annexures,
and the System Integrator shall be a party to such novation, to any third party contracted to
provide outsourced services to PCSCL or any of its nominees
Neither Party may use the trademarks of the other Party without the prior written consent of the other
Party except that System Integrator may, upon completion, use the Project as a reference for credential
purpose. Except as required by law or the rules and regulations of each stock exchange upon which
the securities of one of the Parties is listed, neither Party shall publish or permit to be published either
along or in conjunction with any other person any press release, information, article, photograph,
illustration or any other material of whatever kind relating to this Agreement, the SLA or the business
of the Parties without prior reference to and approval in writing from the other Party, such approval not
to be unreasonably withheld or delayed provided however that System Integrator may include PCSCL
or its client lists for reference to third parties subject to the prior written consent of PCSCL not to be
unreasonably withheld or delayed. Such approval shall apply to each specific case and relate only to
that case.
41.6. Notices
a) Any notice or other document which may be given by either Party under this Agreement or
under the SLA shall be given in writing in person or by pre-paid recorded delivery post, email
or by facsimile transmission
b) In relation to a notice given under this Agreement, any such notice or other document shall be
addressed to the other Party’s principal or registered office address as set out below:
System Integrator:
Tel:
Fax:
Email:
Contact:
c) In relation to a notice given under the MSA / SLA, a Party shall specify the Parties’ address
for service of notices, any such notice to be copied to the Parties at the addresses set out in
this Clause
d) Any such notice or other document shall be deemed to have been given to the other Party (or,
if relevant, its relevant associated company) when delivered (if delivered in person) if delivered
between the hours of 9.00 am and 5.00 pm at the address of the other Party set forth above
or if sent by fax, provided the copy fax is accompanied by a confirmation of transmission, or
on the next working day thereafter if delivered outside such hours, and seven (7) days from
the date of posting (if by letter)
e) Either Party to this Agreement or to the SLA may change its address, telephone number,
facsimile number and nominated contact for notification purposes by giving the other
reasonable prior written notice of the new information and its effective date
a) No amendment, variation or other change to this Agreement or the SLA shall be valid unless
authorized in accordance with the change control procedure as set out in the Change Control
Schedule set out in Annex II of this Agreement. Such amendment shall be made in writing and
signed by the duly authorized representatives of the Parties to this Agreement or the SLA.
b) Each Party to this Agreement or the SLA agrees to enter into or execute, without limitation,
whatever other agreement, document, consent and waiver and to do all other things which
shall or may be reasonably required to complete and deliver the obligations set out in this
Agreement or the SLA.
Each Party to this Agreement accepts that its individual conduct shall (to the extent applicable to its
business like the Implementation Agency as an information technology service provider) at all times
comply with all laws, rules and regulations of government and other bodies having jurisdiction over the
area in which the Services are undertaken provided that changes in such laws, rules and regulations
which result in a change to the Services shall be dealt with in accordance with the Change Control
Schedule set out in Annex II of this Agreement.
All expenses incurred by or on behalf of each Party to this Agreement and the SLA, including all fees
of agents, legal advisors, accountants and actuaries employed by either of the Parties in connection
with the negotiation, preparation and execution of this Agreement or the SLA shall be borne solely by
the Party which incurred them.
41.11. Ethics
The System Integrator represents, warrants and covenants that it has given no commitments,
payments, gifts, kickbacks, lavish or expensive entertainment, or other things of value to any employee
or agent of PCSCL or its nominated agencies in connection with this agreement and acknowledges
that the giving of any such payment, gifts, entertainment, or other things of value is strictly in violation
of PCSCL standard policies and may result in cancellation of this Agreement, or the SLA.
This Agreement and the SLA with all schedules & annexures appended thereto and the contents and
specifications of the RFP constitute the entire agreement between the Parties with respect to their
subject matter, and as to all other representations, understandings or agreements which are not fully
expressed herein, provided that nothing in this Clause shall be interpreted so as to exclude any liability
in respect of fraudulent misrepresentation.
41.13. Amendment
Any amendment to this Agreement shall be made in accordance with the Change Control Schedule
set out in Annex II of this Agreement by mutual written consent of all the Parties.
C. SERVICE LEVELS
42.1. SI 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 PCSCL management
personnel as directed by PCSCL.
42.2. Also, SI may be required to get the Service Level performance report audited by a third-party
Auditor appointed by the PCSCL.
43.1. General
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 PCSCL and SI.
43.2.1. Either PCSCL or SI 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.
43.2.2. The PCSCL and the SI will determine which committee or executive level shall logically
be involved in resolution
43.2.3. A meeting or a conference call will be conducted to resolve the issue in a timely manner.
The documented issues will be distributed to the participants at least 24 hours priors to
the discussion, if the issue is not an emergency requiring immediate attention.
43.2.4. The PCSCL and the SI shall develop an interim solution, if required, and subsequently
the permanent solution for the issue at hand. The SI will then communicate the
resolution to all the interested parties.
43.2.5. Any unresolved issues shall first be referred in writing to the Project Monitoring
Committee. If the Project Monitoring Committee is unable to resolve the issue referred
to them within fifteen (15) days, the same shall be referred to Project Steering
Committee.
44. Service Level Change Control
44.1. General
It is acknowledged that these Service levels may change as PCSCL’s business needs
evolve over the course of the contract period. As such, this document also defines the
following management procedures:
a. A process for negotiating changes to the Service Levels
b. An issue management process for documenting and resolving particularly difficult
issues.
c. PCSCL and SI 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.
Any changes to the levels of service provided during the term of this Contract shall be
requested, documented and negotiated in good faith by both parties. Either party can
request a change.
44.2. Service Level Change Process: The parties may amend Service Level by mutual agreement
in accordance. Changes can be proposed by either party .Unresolved issues shall also be
addressed. SI’s representative shall maintain and distribute current copies of the Service Level
document as directed by PCSCL. Additional copies of the current Service Levels shall be
available at all times to authorized parties.
44.3. 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.
45.1. This Agreement shall be governed by and construed in accordance with the laws of India,
without giving effect to conflict of law rules. The parties expressly agree to exclude the
application of the U.N. Convention on Contracts for the International Sale of Goods (1980) to
this Agreement and the performance of the parties contemplated under this Agreement, to the
extent that such convention might otherwise be applicable.
45.2. Any dispute arising out of or in connection with this Agreement or the SLA shall in the first
instance be dealt with in accordance with the escalation procedure as set out in the
Governance Schedule set out in Annex IV of this Agreement.
45.3. In case the escalations do not help in resolution of the problem within 3 weeks of escalation,
both the parties shall agree on a mediator for communication between the two parties.
45.4. The process of the mediation would be as follows:
45.4.1. Aggrieved party shall refer the dispute to the identified mediator in writing, with a copy
to the other party. Such a reference shall contain a description of the nature of the
dispute, the quantum in dispute (if any) and the relief or remedy sought suitable.
45.4.2. The mediator shall use his best endeavors to conclude the mediation within a certain
number of days of his appointment.
45.4.3. If no resolution can be reached through mutual discussion or mediation within thirty
(30) days then the matter shall be referred to Experts for advising on the issue.
45.5. In case the mediation does not help in resolution and it requires expertise to understand an
issue, a neutral panel of 3 experts, agreeable to both parties shall be constituted. The process
of the expert advisory would be as follows:
45.5.1. Aggrieved party shall write to the other party on the failure of previous alternate
dispute resolution processes within the timeframe and requesting for expert advisory.
This is to be sent with a copy to the mediator.
45.5.2. Both parties shall thereafter agree on the panel of experts who are well conversant
with the issue under dispute
45.5.3. The expert panel shall use his best endeavors to provide a neutral position on the
issue.
45.5.4. If no resolution can be reached through the above means within thirty (30) days then
the matter shall be referred to Arbitration.
45.6. Compliance with laws: Each party will comply with all applicable export and import laws and
regulations.
45.7. Risk of Loss: For each hardware item, System Integrator bears the risk of loss or damage up
to the time it is delivered to the Implementation/PCSCL - designated carrier for shipment to
PCSCL or PCSCL’s designated location.
45.8. Third party components: System Integrator will provide all third party components solely on a
pass-through basis in accordance with the relevant third party terms and conditions.
46. Jurisdiction
In the event of dispute, Pune District Courts shall have the exclusive jurisdiction.
Signed by:
(Name and designation)
SYSTEM INTEGRATOR
(SECOND PARTY)
Signature:
Signature:
Deliverables:
Timetable:
Rejected
Signature
Signature
Name Name
Title Title
Date Date
B. Annex II: Change Control Schedule
This Schedule describes the procedure to be followed in the event of any proposed change to the Master Service
Agreement (“MSA”), Project Implementation Phase, SLA and Scope of Work and Functional Requirement
Specifications. Such change shall include, but shall not be limited to, changes in the scope of services provided
by the System Integrator and changes to the terms of payment as stated in the Terms of Payment Schedule.
The PCSCL and SI recognize that frequent change is an inevitable part of delivering services and that a
significant element of this change can be accomplished by re-organizing processes and responsibilities without
a material effect on the cost. The SI will endeavor, wherever reasonably practicable, to effect change without an
increase in the terms of payment as stated in the Terms of Payment Schedule and PCSCL or its nominated
agencies will work with the System Integrator to ensure that all changes are discussed and managed in a
constructive manner. This Change Control Schedule sets out the provisions, which will apply to all the changes
to this agreement and other documents except for the changes in SLAs for which a separate process has been
laid out in the SLA.
This Change Control Schedule sets out the provisions, which will apply to changes to the MSA.
i. Change requests in respect of the MSA, the Project Implementation, the operation, the SLA or
Scope of work and Functional Requirement specifications will emanate from the Parties' respective
Project Manager who will be responsible for obtaining approval for the change and who will act as
its sponsor throughout the Change Control Process and will complete Part A of the CCN attached
as Annex I hereto. CCNs will be presented to the other Party's Project Manager who will
acknowledge receipt by signature of the CCN.
ii. The SI and the PCSCL or its nominated agencies, during the Project Implementation Phase and
the PCSCL or its nominated agencies during the Operations and Management Phase and while
preparing the CCN, shall consider the change in the context of the following parameter, namely
whether the change is beyond the scope of Services including ancillary and concomitant services
required and as detailed in the RFP and is suggested and applicable only after the testing,
commissioning and certification of the Pilot Phase and the Project Implementation Phase as set out
in this Agreement.
iii. It is hereby also clarified that any change of request suggested beyond 25% of the value of this
Project will be beyond the scope of the change control process and will be considered as the subject
matter for a separate bid process and a separate contract. It is hereby clarified that the 25% of the
value of the Project as stated in herein above is calculated on the basis of bid value submitted by
the System Integrator and accepted by the PCSCL or its nominated agencies or as decided and
approved by PCSCL or it Nominated Agencies. For arriving at the cost / rate for change upto 25%
of the project value, the payment terms and relevant rates as specified in Annex III shall apply.
b) Quotation
i. The SI shall assess the CCN and complete Part B of the CCN, in completing the Part B of the CCN
the SI shall provide as a minimum:
a) a description of the change
b) a list of deliverables required for implementing the change;
c) a time table for implementation;
d) an estimate of any proposed change
e) any relevant acceptance criteria
f) an assessment of the value of the proposed change;
g) material evidence to prove that the proposed change is not already covered within the
Agreement and the scope of work
ii. Prior to submission of the completed CCN to the PCSCL, or its nominated agencies, the Service
Provider will undertake its own internal review of the proposal and obtain all necessary internal
approvals.
iii. As a part of this internal review process, the SI shall consider the materiality of the proposed change
in the context of the MSA and the Project Implementation affected by the change and the total effect
that may arise from implementation of the change
c) Costs
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 the SI meets the obligations as set in the CCN.
In case of recertification due to proposed changes, required cost will be borne by the party that initiated the
change. In the event the SI is unable to meet the obligations as defined in the CCN then the cost of getting it
done by third party will be borne by the SI.
d) Obligations
The SI shall be obliged to implement any proposed changes once approval in accordance with above provisions
has been given, with effect from the date agreed for implementation and within an agreed timeframe. SI will not
be obligated to work on a change until the parties agree in writing upon its scope, price and/or schedule impact.
The cost associated with any hardware/goods/License for COTS product shall not exceed the price quoted in
the bidder’s proposal. Any costs associated with changes to Software specifications which cannot be arrived at
on the basis of the SI’s proposal shall be mutually agreed to between the SI and the PCSCL.
C. Annex III: Form of Agreement
WHEREAS SI has the required professional skills, personnel and technical resources, has agreed to provide the
Services on the terms and conditions set forth in this Contract and is about to perform services as specified in
this RFP …………………..(hereinafter called “works” ) mentioned, enumerated or referred to in certain Contract
conditions, specification, scope of work, other Sections of the RFP, covering letter and schedule of prices which,
for the purpose of identification, have been signed by ………………. on behalf of the ………….. SI and ……….(
the PCSCL) on behalf of the PCSCL and all of which are deemed to form part of the Contract as though
separately set out herein and are included in the expression “Contract” whenever herein used.
d. The mutual rights and obligations of the “PCSCL” and SI shall be as set forth in the Agreement, in
particular:
SI shall carry out and complete the Services in accordance with the provisions of the Agreement;
and
the “PCSCL” shall make payments to SI in accordance with the provisions of the Agreement.
NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that is to say,
in consideration of the payments to be made to SI by the PCSCL as hereinafter mentioned, SI shall deliver the
services for the said works and shall do and perform all other works and things in the Contract mentioned or
described or which are implied there from or there in respectively or may be reasonably necessary for the
completion of the said works within and at the times and in the manner and subject to the terms, conditions and
stipulations mentioned in the said Contract.
AND in consideration of services and milestones, the PCSCL shall pay to SI the said sum of ……………………or
such other sums as may become payable to SI under the provisions of this Contract, such payments to be made
at such time and in such manner as is provided by the Contract.
IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates respectively
mentioned against the signature of each.
Signed Signed
Name : _________________ Name : ____________
Designation : _________________ Designation : ____________
Date : Date :
Place : Place :
Signed Signed
Name : _________________ Name : ____________
Designation : _________________ Designation : ____________
Date : Date :
Place : Place :
D. Annex IV: Governance Schedule
Purpose:
i. establish and maintain the formal and informal processes for managing the relationship between
the PCSCL and the System Integrator (including the outputs from other Schedules to this
Agreement;
ii. define the principles that both Parties wish to follow to ensure the delivery of the Services;
iii. ensure the continued alignment of the interests of the Parties;
iv. ensure that the relationship is maintained at the correct level within each Party;
v. create the flexibility to revise and maintain the relationship and this Agreement during the Term;
vi. set out the procedure for escalating disagreements; and
vii. enable contract administration and performance management
Governance Structure:
i. Project Managers: The relationship under this Agreement will be managed by the Project
Managers appointed by each Party, who will provide the interface between the executive
management of the respective Parties.
ii. Project Implementation Unit (PIU): Within seven (7) days following the Effective Date, PCSCL or
its nominated agencies and the System Integrator shall each appoint a Project Manager.
iii. In the event that either Party wishes to substitute its Project Manager, it will do so in a manner in
which the original appointment is made and notify the other Party of such substitution as soon as
reasonably practicable but at the latest within seven (7) days of the substitution.
iv. The Project Managers shall have responsibility for maintaining the interface and communication
between the Parties.
v. The PIU will meet formally on a fortnightly / monthly / quarterly, as required, basis at a time and
location to be agreed between them. These meetings will cover, as a minimum, the following
agenda items: (i) consideration of Quarterly Performance Reports; (ii) consideration of matters
arising out of the Change Control Schedule; (iii) issues escalated in accordance with the
escalation procedure as set out in the Governance Schedule; (iv) matters to be brought before
the PIU in accordance with the MSA and the Schedules; (v) any matter brought before the PIU
by the System Integrator under this Article; and (vi) any other issue which either Party wishes to
add to the agenda.
vi. In the event that there is any material factor which affects the delivery of the Services or the terms
of payment as stated in the Terms of Payment Schedule, the Parties agree to discuss in the PIU
any appropriate amendment to the Agreement or any Service Level Agreements or Statement of
Works including any variation to the terms of payment as stated in the Terms of Payment
Schedule. Any variation so agreed shall be implemented through the change control procedure
as set out in the Change Control Schedule.
Governance Procedures:
i. The System Integrator shall document the agreed structures in a procedures manual.
ii. The agenda for each meeting of the PIU shall be set to reflect the discussion items referred to
above and extraordinary items may be added either with the agreement of the Parties or at the
request of either Party. Copies of the agenda for meetings of the PIU, along with relevant pre-
reading material, shall be distributed at least one week in advance of the relevant meeting.
iii. All meetings and proceedings will be documented such documents to be distributed to the Parties
and copies shall be kept as a record. All actions, responsibilities and accountabilities arising out
of any meeting shall be tracked and managed.
iv. The Parties shall ensure as far as reasonably practicable that the PIU shall resolve the issues
and resolve the objectives placed before them and that members representing that Party are
empowered to make relevant decisions or have easy access to empowered individuals for
decisions to be made to achieve this.
v. In order formally to submit a Disputed Matter to the aforesaid for a, one Party ("Claimant") shall
give a written notice ("Dispute Notice") to the other Party. The Dispute Notice shall be
accompanied by (a) a statement by the Claimant describing the Disputed Matter in reasonable
detail and (b) documentation, if any, supporting the Claimant's position on the Disputed Matter.
vi. The other Party ("Respondent") shall have the right to respond to the Dispute Notice within seven
(7) days after receipt of the Dispute Notice. In the event that the parties are unable to resolve the
Disputed Matter within a further period of seven (7) days, it shall refer the disputed matter to next
level of the dispute resolution for action
vii. All negotiations, statements and / or documentation pursuant to these Articles shall be without
prejudice and confidential (unless mutually agreed otherwise).
viii. If the disputed matter is having a material effect on the operation of the services (or any of them
or part of them) the parties will use all their respective reasonable endeavors to reduce the
elapsed time in reaching a resolution of the disputed matter.
E. Annex V: Audit, Access and Reporting
1 PURPOSE
This Schedule details the audit, access and reporting rights and obligations of the PCSCL or its nominated
agency and the System Integrator.
1. As soon as reasonably practicable after the Effective Date, the Parties shall use their best endeavors
to agree to a timetable for routine audits during the Project Implementation Phase and the Operation
and Management Phase. Such timetable during the Implementation Phase, the PCSCL or its
nominated agency and thereafter during the operation Phase, the PCSCL or its nominated agency
shall conduct routine audits in accordance with such agreed timetable and shall not be required to give
the System Integrator any further notice of carrying out such audits.
2. The PCSCL or its nominated agency may conduct non-timetabled audits at his/ her own discretion if
it reasonably believes that such non-timetabled audits are necessary as a result of an act of fraud by
the System Integrator, a security violation, or breach of confidentiality obligations by the System
Integrator, provided that the requirement for such an audit is notified in writing to the System Integrator
a reasonable period time prior to the audit (taking into account the circumstances giving rise to the
reasonable belief) stating in a reasonable level of detail the reasons for the requirement and the
alleged facts on which the requirement is based. If the System Integrator considers that the non-
timetabled audit was not appropriate, the matter shall be referred to the escalation procedure as set
out in the Governance Schedule.
3. The frequency of audits shall be a (maximum) half yearly, provided always that the PCSCL or its
nominated agency shall endeavor to conduct such audits with the lowest levels of inconvenience and
disturbance practicable being caused to the System Integrator. Any such audit shall be conducted by
with adequate notice of 2 weeks to the System Integrator.
4. PCSCL will ensure that any 3rd party agencies (except CAG) appointed to conduct the audit will not
be the competitor of System Integrator and will be bound by confidentiality obligations.
3 ACCESS
1. The System Integrator shall provide to the PCSCL or its nominated agency reasonable access to
employees, subcontractors, SIs, 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. The Chairperson, PIU / Steering Committee
shall have the right to copy and retain copies of any relevant records. The System Integrator shall
make every reasonable effort to co-operate with them.
4 AUDIT RIGHTS
1. The PCSCL or its nominated agency shall have the right to audit and inspect SIs, agents and third
party facilities (as detailed in the RFP), server room, 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:
1.1. The security, integrity and availability of all data processed, held or conveyed by the Partner on
behalf of PCSCL and documentation related thereto;
1.2. That the actual level of performance of the services is the same as specified in the SLA;
1.3. That the System Integrator has complied with the relevant technical standards, and has adequate
internal controls in place; and
1.4. The compliance of the System Integrator with any other obligation under the MSA and SLA.
1.5. Security audit and implementation audit of the system shall be done once each year, the cost of
which shall be borne by the System Integrator.
1.6. For the avoidance of doubt the audit rights under this Schedule shall not include access to the
System Integrator's profit margins or overheads, any confidential information relating to the
System Integrator’ 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 MSA.
1. The System Integrator shall use reasonable endeavors to achieve the same audit and access
provisions as defined in this Schedule with sub-contractors who supply labor, services in respect of
the services. The System Integrator shall inform the PCSCL or its nominated agency prior to
concluding any sub-contract or supply agreement of any failure to achieve the same rights of audit or
access.
2. REPORTING: The System Integrator will provide quarterly reports to the Chairperson, PIU / Steering
committee regarding any specific aspects of the Project and in context of the audit and access
information as required by the PCSCL or its nominated agency.
1. Any change or amendment to the systems and procedures of the System Integrator, or sub-
contractors, where applicable arising from the audit report shall be agreed within thirty (30) calendar
days from the submission of the said report.
2. Any discrepancies identified by any audit pursuant to this Schedule shall be immediately notified to
the PCSCL or its nominated agency and the System Integrator Project Manager who shall determine
what action shall be taken in respect of such discrepancies in accordance with the terms of the MSA.
7 TERMS OF PAYMENT
The PCSCL shall bear the cost of any audits and inspections. The terms of payment are exclusive of any costs
of the System Integrator and the sub-contractor, for all reasonable assistance and information provided under
the MSA, the Project Implementation, Operation and Management SLA by the System Integrator pursuant to
this Schedule.
For the purposes of audit in accordance with this Schedule, the System Integrator shall maintain true and
accurate records in connection with the provision of the services and the System Integrator shall handover all
the relevant records and documents upon the termination or expiry of the MSA.