KERALA STATE ELECTRONICS DEVELOPMNT CORPORATION LIMITED (KELTRON) KELTRON EQUIPMENT COMPLEX, KARAKULAM, THIRUVANANTHAPURAM, KERALA - 695 564

Selection of System Integrator for Supply and Installation of RFID & CCTV access based surveillance system ‘e-DRISHTI’ for Deendayal port trust

KELTRON Equipment Complex, Karakulam, Thiruvananthapuram 695564 e-mail: [email protected], [email protected] , Tel: 0472-2888143, 0472-2888999 Ext:111 Fax: 0472-2888736

KERALA STATE ELECTRONICS DEVELOPMNT CORPORATION LIMITED (KELTRON) KELTRON EQUIPMENT COMPLEX, KARAKULAM, THIRUVANANTHAPURAM, KERALA - 695 564

NOTICE INVITING TENDER e-tenders are invited from eligible Contractors / Suppliers for the items as detailed below:

Tender Number KSEDC/KEC/PUR/SSG/2020-21 Selection of System Integrator for Supply and Installation of RFID & CCTV access based Details of work surveillance system ‘e-DRISHTI’ for Deendayal port trust KELTRON EQUIPMENT COMPLEX, KARAKULAM, Delivery of items at THIRUVANANTHAPURAM . Date &Time of publishing bid documents 28/08/2020, 18:00 Hrs Date and Time of Pre-bid meeting No pre-bid meeting Last Date & Time of online Submission of 05/09/2020, 18:00 Hrs Bid document Deadline for submission of Hardcopies of Two part Tender comprising of, Technical Bid and Attachments to the Office of the tendering Price Bid through e-tender portal. No hard copies authority accepted Number of cover(s) Two Date & Time of Opening of Technical Bids 09/09/2020,. 9:00 Hrs (cover 1) Date & Time of Opening of Financial Bids (cover 2) Will be published after Technical evaluation Tender Document fee -- EMD -- If there is any clarification Please contact Abhilash: 0472 2888143-Extn(407)

page 1 of 102

All bidders participating in the Bid should have a valid Digital Signature certificate availed from an approved certifying authority. For more details about e-Tendering, please contact Kerala State IT Mission, e- Government Procurement PMU & Help Desk, Basement Floor of Pension Treasury Building, Uppalam Road, Statue, Trivandrum/(or)Kerala State IT Mission, e-Government Procurement Support Center, Infopark Technology Center, 18C, Sector-E, JNI Stadium, Kaloor, Ernakulam on all working days from 10am to 5pm (Ph:- 0471-2577088,2577188,2577388 or 0484-2336006 else Email- [email protected] tender document can be downloaded from the website www.etenders.kerala.gov.in . The non-refundable bid processing fee shall be remitted to the account number given in the remittance form provided by the e-Procurement system for this particular tender. Only NEFT/RTGS remittance is allowed. No other mode of payment is allowed. (Bidder should ensure that bid processing fees plus GST is remitted as one single transaction and not separate. Separate or split remittance will be treated as invalid transactions).

Bidders are advised to visit the “Downloads” section of the website www.etendekerala.gov.in also. The NEFT facility for online payment may be exercised at least 48 hours before the closing date of the bid to ensure that payment towards tender document fee is credited and a confirmation is reflected in the e- procurement system.

All the Tender documents are to be submitted online only and in the designated covers on the above website and no manual submission will be entertained. The pre-qualification/technical bid shall be opened online at the office of the Head (Purchase), KELTRON Equipment Complex, Karakulam, Thiruvananthapuram – 695 564 on the date and time mentioned above. The tendering authority reserves the right to cancel any or all bids without assigning any reasons. KELTRON will not be responsible for any errors like missing of schedule data while downloading by the bidder/ non-receipt of document/delay if any. Further details can be had from the office of the undersigned.

All bidders participating shall verify on the e-tender portal for any addendums, corrigendum’s before submitting the final bid document. The bid document uploaded should be after considering all addendums, corrigendum’s. Bids without considering the addendums, corrigendum’s will be considered as invalid.

Sd/- Head (Purchase) KELTRON Equipment Complex,Karakulam, Thiruvananthapuram 695564 e-mail: [email protected] , [email protected] , Tel: 0472-2888999, 2888062, Fax: 0472-2888736

page 2 of 102

CONTENTS

NOTICE INVITING TENDER CONTENTS PART 1 - DEFINITIONS AND INTERPRETATIONS PART 2 - INSTRUCTIONS TO THE BIDDERS (ITB) PART 3 - GENERAL CONDITIONS OF CONTRACT (GCC) PART 4 - INSTRUCTIONS FOR E-SUBMISSION OF BIDS PART 5 - DO’S & DON’TS FOR NEFT REMITTANCE PART 6 - GENERAL OBLIGATIONS PART 7 - TENDER DOCUMENT 1 Preamble 2 Tender Schedule 3 General Instructions 3.1 General 3.2 Amendments to the Tender 3.3 Language of the Bid 3.4 Bid Currency 3.5 Contacting Tender Inviting Authority 3.6 Force Majeure 3.7 Dispute Redressal

4. Bid Preparation and Submission 4.1 Cost of bidding 4.2 Tender Document Fee. 4.4 Online Payment modes 4.5 Two Part Bidding 4.6 Online Bidder registration process 4.7 Online Tender Process 4.8 Bid submission process 4.9 Bid submission 4.10 Price bid form 4.11 Bid Closing date and time

5. Tender Opening and Evaluation 5.1 Technical Bid Opening 5.2 Tender Validity 5.3 Initial Scrutiny 5.4 Clarifications by KELTRON

5.5 Tender Evaluation 5.5.1 Suppression of facts and misleading information 5.5.2 Technical Bid Evaluation 5.5.3 Price Bid Evaluation 5.6 Acceptance of Tender and Withdrawals

page 3 of 102

5.7 Negotiations 5.8 Award of contract 5.9 Purchaser rights

6. SCOPE OF WORK 6.1 Other Conditions 6.2 Training, Inspection and Commissioning 6.3 Bid validity

7. PAYMENT TERM

PART 8 - FORMATS (ANNEXURES) 1. Compliance Statement

page 4 of 102

PART 1 - DEFINITIONS AND INTERPRETATIONS

1. Accepted schedule’ is the schedule of items containing the agreed rates on the basis of which the agreement shall be drawn.

2. ‘Agreed rates’ shall mean the rates accepted and agreed both by the KSEDC and the Contractor and which shall be given in the schedule forming part of the contract agreement and valid during the period of contract.

3. ‘Agreement Authority’ shall mean the Officer authorized by KSEDC to execute the agreement with the Contractor.

4. Tender’ or ‘Bid’ shall have the same meaning and includes all the documents which the bidder submitted with the letter of application as stipulated by the KSEDC and will be included in the contract agreement.

5. ‘Bid Amount’ or‘Bid Price’ means the total bid amount indicated by the bidder in schedule (Price bid or Bill of Quantities) of the bid documents.

6. ‘Bid Security’ or ‘Earnest Money Deposit’ shall have the same meaning.

7. ‘Bidder’ shall mean the person, company, corporate body, association, body of individuals, group of persons, limited Company, firm, organization either single or Joint Venture from India bidding for the works and his/its executors or administrators or successor or assignees.

8. The ‘KSEDC’ or ‘KELTRON’ or ‘The Company’ or ‘Purchaser’ or ‘employer’ shall mean ‘Kerala State Electronics Development Corporation Limited’.

9. ‘Contract’ shall mean and include the conditions of bid and contract agreed to, specifications, schedules, drawings, annexure, letter of application, accepted schedule of prices and the agreement to be entered into.

10. ‘Contract Agreement’ shall mean the agreement entered into between the Contractorand the agreement authority.

11. ‘Contractor’ shall mean the Bidder whose Bid has been accepted by or on behalf of the KSEDCand shall include the contractor, legal personnel, and representatives.

12. ‘Contractor’s Representative’ means the person authorized by the contractor in writing and approved by KSEDC to act on behalf of the contractor for the purpose specified in the letter of authorization.

13. Contractor’s Personnel’ means the contractor’s representative and all personnel whom the contractor authorizes who may include staff, laborer and all other employees and any personnel assisting the contractor.

14. ‘Defect’ shall mean any part of the supply or work or services not completed or not performing in accordance with contract or specifications.

15. ‘Drawing’ shall mean collectively all the drawings, revisions and additions / modifications as per the contract issued from time to time and drawings submitted by the Contractor and accepted by KSEDC.

16. ‘Fiscal year' shall mean a year beginning on I st April and ending 31st March in the succeeding year.

page 5 of 102

17. ‘Month’ or ‘calendar month’ shall mean not only the period from the first of a particular month, but also, any period between a date in a particular month and the day previous to the corresponding date in the subsequent month unless specifically stated otherwise.

18. ‘Government’ shall mean ‘The Government of Kerala’.

19. ‘I.S.S.’ means the Indian Standard Specifications of the Bureau of Indian Standards.

20. ‘Letter of acceptance’ shall mean the letter of formal acceptance signed and issued by the tendering/bidding authority.

21. ‘Letter of Application' shall mean the document entitled letter of the bid which was furnished by the bidder and includes the signed bid documents in full.

22. Obligations of KSEDC are only those obligations, which have been specifically agreed to in the agreement.

23. ‘Performance Certificate’ shall mean the certificate issued by KSEDC on the performance of the obligations of contractor under the contract, when completed and this constitutes the acceptance of the work in Toto. This certificate will be issued by the KSEDC on the basis of the application of the contractor and only after the successful completion of period of contract.

24. ‘Period of contract’ shall mean the period covered from the date of issue of letter of acceptance to the date of satisfactory completion of the supply including duly sanctioned extensions and the specified defects liability period.

25. ‘Schedules’ mean the documents completed and submitted by the contractor with the bid and as included in the contract, which include the quantities, rates, general specifications, unit and technical particulars.

26. ‘Site’ or ‘location’ shall mean and include the lands and buildings in which the supply / work / servicesis to be executed in accordance with the contract.

27. ’Specification’ shall mean collectively, all the terms and stipulations contained in the bid, contract agreement and any additions/modifications in accordance with the contract, technical provisions as per relevant BIS Codes and /or National Building Code and those specifically mentioned in construction drawings and its modifications and revisions which specifies the work wherever applicable or written directions of Engineer-in- charge.

28. ‘Sub-Contractor’ shall mean any person named in the bid and agreement for any part of the work and the legal representatives, successors and assignees of such persons.

29. ‘Tendering authority’ or ‘bidding authority’ shall mean the authorized officer of KSEDC who invites the bid and issues the bid documents on behalf of KSEDC.

30. Test’ means the tests which are specified in the contract and mandatory tests specified by rules or regulations, to be carried out in accordance with the specifications before the works or on completion of work to the satisfaction of the KSEDC.

31. ‘Time of Completion’ shall mean the date within which the work under the contract is required to be completed satisfactorily in accordance with the specifications, drawings etc., including all extra items required to be executed for satisfactory completion of the work and including all extension of time duly granted by the KSEDC.

32. ‘The title of clauses’ shall not limit, alter or affect the meaning of the specifications or conditions of bid documents.

page 6 of 102

33. ‘Words’ importing the singular number shall include the plural number and plural the singular and the words importing the masculine gender shall include the feminine and the neutral gender where the context so requires. Words have their normal meaning under the language of the contract unless specifically defined.

34. ‘Work’ means what the contract requires the contractor to construct, fabricate, furnish, supply, and (or) provide services for, install, complete, maintain, test, commission and hand over to the KSEDC depending on the order awarded.

35. ‘Writing’ shall include any manuscript, type written or printed statement under or over signature or seal as the case may be.

page 7 of 102

PART 2 –INSTRUCTIONS TO THE BIDDERS (ITB)

1. Bidders are requested to read the specifications, tender schedules, drawings, annexure and any other document related to the tender with utmost care.

2. Any ambiguity or omission in the specifications, drawings, quantities or any other information related to the tender shall not be misinterpreted and the onus is on the bidder to clarify the same before arriving at the rate and submission of tender or commencement of work.

3. No alteration shall be made by the bidder in the tender schedule, specifications, drawings, quantities etc and in case if any such alterations are made, the tender will automatically become invalid. In case the bidder wish to include any remarks, explanation or terms and conditions, he is required to set out the same in a separate covering letter and the same shall become binding, only if accepted by the employer in writing at the time of acceptance of tender.

4. The rates will be quoted in BOQ, of the financial bid. The vendor shall quote unit rate of the item in BOQ and GST, freight/unloading as total in specified columns in BOQ. The bidding will be on-line; no other modes will be accepted.

5. Errors in the bill of quantity shall be dealt with in the following manner. (a) In the event of any discrepancy between the rates quoted in words and figures, the former shall stand to prevail. (b) In the event of an error occurring in the amount column of the bill of quantity, as a result of wrong extension of the unit rates and quantity, the unit rate shall be regarded as firm and the extension shall be amended on the basis of the rates. All the errors in totaling in the amount column and in carrying forward the totals shall be corrected.

6. It shall be the sole responsibility of the bidder to collect on his own expense, all necessary and required information related to the risks involved, contingencies and any other circumstances, so as to enable him to make a proper tender and to enter into a contract with the employer, he is also required to examine the drawings, specifications, conditions of contract and so on and must inspect the site of work, examine the nature of ground and acquaint himself with local conditions and means to access to the work, the nature of work, and in brevity all matters pertaining there to before he submits his tender.

7. The right to extend the last date for the submission of e-tender shall vest with KELTRON.

8. The tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who is authorized to do so, on behalf of the firm to enter in to the proposed contract or may be by a person holding the power of attorney in the case of a company.

9. EMD and tender fee payment shall be done in line with the government guidelines regarding the e-tender.

10. The notice inviting tender, the condition of the tender document and the duly completed form of tenders will form part of the agreement to be executed by the successful bidder with the employer.

page 8 of 102

11. KELTRON is not bound to accept the lowest tender and reserves the right to accept either in full or part of any tender or reject all the tenders without assigning any reasons whatsoever.

PART 3 – GENERALCONDITIONS OF CONTRACT (GCC)

1. The company reserves the right to reject any bid or all bids or annul the bidding process at any time prior to the award of contract without assigning any reason thereof. No liability other than giving information regarding the above to the bidders shall rest with the company.

2. The company further reserves the right to delete any items or cancel the tender without assigning any reason and no claim in this regard shall be entertained.

3. The successful bidder will be required to remit a Security Deposit (SD) . The successful bidder (Herein after called as Contractor), shall execute an agreement in the prescribed form on a Stamp Paper worth Rs.200 after furnishing a security deposit as detailed in the NIT as BG/DD immediately for the due fulfillment of the contract.

4. The security deposit / PBG or retention money will bear no interest what so ever.

5. If the contractor fails to complete the work by the date stated or within any extended time, the contractor shall pay or allow company to deduct the sum stated as liquidated damages for the period during which the said work shall remain incomplete and the company may deduct such damages from any amounts due or that may become due to the contractor.

6. The company does not undertake to supply any materials unless otherwise specifically stated here in.

7. The rates quoted in the tender shall include all charges like packing, forwarding, transportation, loading and unloading, handling charges, and all other applicable taxes.

8. All statutory deductions applicable in respect of ESI, IT, GST, works contract tax, etc. whichever are applicable for the work shall be deducted from the bill.

9. Any issues pertaining to loading and unloading shall deal between the contractor & labor unions. KELTRON will have no responsibility in any dispute arising between the contractor &labor unions.

10. The contractor has to collect tax liability certificate issued by the assessing authorities and the same shall be produced before the finance officer immediately after the receipt of the work order

page 9 of 102

PART 4 - INSTRUCTIONS FOR E-SUBMISSION OF BIDS

1. Bidder should do the registration in the tender site http://etenders.kerala.gov.in using the option available. Then the Digital Signature registration has to be done with the e-token, after logging into the site. The e-token may be obtained from one of the authorized Certifying Authorities such as NIC/SIFY/TCS / nCode. 2. Bidder then login to the site thro’ giving user id / password chosen during registration. 3. The e-token that is registered should be used by the bidder and should not be misused by others. 4. The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then send along with bid documents during bid submission. 5. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise, the bid will be rejected. 6. If there are any clarifications, this may be obtained online through the tender site, or through the contact details. Bidder should take into account of the corrigendum published before submitting the bids online. 7. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together. 8. The bidder reads the terms & conditions and accepts the same to proceed further to submit the bids 9. The bidder has to submit the tender document online well in advance before the prescribed time to avoid any delay or problem during the submission process. 10. After the bid submission, the acknowledgement number, given by the e-tendering system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender. 11. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders. 12. The bidder may submit the bid documents by online mode through the site (http://etenders.kerala.gov.in ). 13. The tendering system will give a successful bid updating message after uploading all the bid documents submitted & then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted. 14. The bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date.

page 10 of 102

15. Bidder should log into the site well in advance for bid submission so that he submits the bid in time i.e on or before the bid submission end time. If there is any delay, due to other issues, bidder only is responsible. 16. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected 17. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission. 18. All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual. 19. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done. 20. The bidders are requested to submit the bids through online e-tendering system to the TIA well before the bid submission end date & time (as per Server System Clock). 21. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) option in the browser.

page 11 of 102

PART 5 - DO’S & DON’TS FOR NEFT REMITTANCE

Bidders, while participating in online tenders published in Government of Kerala’s e-Procurement website ( www.etenders.kerala.gov.in ), should ensure the following:

The tender document fees can be paid through e-Payment facility provided by the e-Procurement system.

State Bank of India (SBI), Internet Banking and National Electronic Fund Transfer (NEFT)/ Real Time Gross Settlement (RTGS).

As NEFT payment status confirmation is not received by e-Procurement system on a real-time basis, bidders are advised to exercise NEFT mode of payment option at least 48 hours prior to the last date and time of bid submission to avoid any payment issues.

For RTGS the timings that the banks follow may vary depending on the customer timings of the bank branches and settlement from RBI. Bidders are advised to exercise RTGS mode of payment at least 24 hours prior to the last date and time of bid submission to avoid any payment issues.

NEFT / RTGS payment should be done according to following guidelines:

1. Single transaction for remitting Tender document fee and EMD : Bidder should ensure that tender document fees and EMD are remitted as one single transaction and not separate. Separate or split remittance for tender document fee and EMD shall be treated as invalid transactions.

2. Account number as per Remittance Form only : Bidder should ensure that account no. entered during NEFT remittance at any bank counter or during adding beneficiary account in Internet banking site is the same as it appears in the remittance form generated for that particular bid by the e-Procurement system. Bidder should ensure that tender document fees and EMD are remitted only to the account number given in the Remittance form provided by e-Procurement system for that particular tender.

a. Bidder should ensure the correctness of details inputted while remittance through NEFT. Please also ensure that your banker inputs the Account Number (which is case sensitive) as displayed or appears in the Remittance form.

b. Bidder should not truncate or add any other detail to the above account number. No additional information like bidder name, company name, etc. should be entered in the account no. column along with account no. for NEFT remittance. page 12 of 102

3. Only NEFT /RTGS remittance allowed : Account to Account transfers or Cash payments are not allowed and are invalid mode of payments. Hence, the remittance form provided by e- Procurement system is to be used only for NEFT payment.

4. UTR number :Bidders should ensure that the remittance confirmation (UTR number) received after NEFT transfer should be updated as it is, without any truncation or addition, in the e- Procurement system for tracking the payment.

5. One Remittance form per bidder and per bid: The remittance form provided by e-Procurement system shall be valid for that particular bidder and bid and should not be re-used for any other tender or bid or by any other bidder.

Any transaction charges levied while using any of the above modes of online payment has be borne by the bidder. The supplier/contractor's bid will be evaluated only if payment status against bidder is showing “Success” during bid opening. The problems in paying EMD and tender fee should be addressed with concerned banks, KELTRON will not take any responsibility in this regard.

The bids will not be considered for further processing if bidder fails to comply above and tender fees and EMD will be reversed to the account from which it was received.

PART 6 - GENERAL OBLIGATIONS

DEFECT LIABILITY

For a period during the defect liability period commencing from the taking over of the work by KELTRON, the contractors liability shall be to replace the defective parts, rectify/ reconstruct the defective work, repair/servicing of defective parts immediately on intimation from the company.

PART 7

page 13 of 102

TENDER DOCUMENT

(E-Procurement – Three Part Tender)

Selection of System Integrator for Supply and Installation of RFID & CCTV access based surveillance system ‘e-DRISHTI’ for Deendayal port trust

Tender No. KSEDC/KEC/PUR/SSG/2020-21

Date:

KERALA STATE ELECTRONICS DEVELOPMENT CORPORATION LIMITED (A Government of Kerala Undertaking) KELTRON Equipment Complex, Karakulam P.O., Thiruvananthapuram – 695 564, Kerala. Tel: 0472-2888999 Ext 117, Fax: 0472-2888736 Email: [email protected] CIN-U74999KL1972SGC002450.

1. PREAMBLE

page 14 of 102

This tender is issued by Kerala State Electronics Development Corporation (KELTRON) inviting proposals from eligible vendors for the “Selection of System Integrator for Supply and Installation of RFID & CCTV access based surveillance system ‘e-DRISHTI’ for Deendayal port trust ” Interested parties, who meet the qualification criteria specified in this document, please go through this document for scope of work and terms and conditions. The proposals submitted in the prescribed format of e-tendering system shall qualify for evaluation . 1. Tender Documents shall be available only on Internet and shall not be available for sales elsewhere. 2. KELTRON reserves the right to amend or cancel the tender in part or in full without prior notice at any point of time 3. KELTRON reserves the right to reject the bid of parties who have failed to supply / provide adequate after sales support for the products supplied against various previous orders. 4. The Special Instructions to the Contractors/Bidders for the e-submission of the bids are given under “Help to Contractors” in website. http://etenders.kerala.gov.in/nicgep/app

2. TENDER SCHEDULE Please refer the Notice inviting tenders 3. GENERAL INSTRUCTIONS

3.1 General

i. The Bidders are requested to examine the instructions, terms and conditions and specifications given in the Tender. Failure to furnish all required information in every respect will be at the Bidder's risk and may result in the rejection of bid. ii. It will be imperative for each Bidder(s) to familiarize itself/ themselves with the prevailing legal situations for the execution of contract. KELTRON shall not entertain any request for clarification from the Bidder regarding such legal aspects of submission of the Bids. iii. It will be the responsibility of the Bidder that all factors have been investigated and considered while submitting the Bids and no claim whatsoever including those of financial adjustments to the contract awarded under this tender will be entertained by KELTRON . Neither any time schedule nor financial adjustments arising thereof shall be permitted on account of failure by the Bidder to appraise themselves. iv. The Bidder shall be deemed to have satisfied itself fully before Bidding as to the correctness and sufficiency of its Bids for the contract and price quoted in the Bid to cover all obligations under this Tender. v. It must be clearly understood that the Terms and Conditions and specifications are intended to be strictly enforced. No escalation of cost in the Tender by the Bidder will be permitted throughout the period of Agreement or throughout the period of completion of contract whichever is later on account of any reasons whatsoever.

page 15 of 102

vi. The Bidder should be fully and completely responsible to KELTRON for all the deliveries and deliverables within the stipulated timelines. vii. Bidders are advised to inspect the sites, and get in touch with the local transport contractors, and get them familiarized with the routes and method of transport to site. This is most important as it is very essential for the successful execution of the contract, that the Bidder should be in possession of information regarding local conditions to enable him to be in a position to handle all materials and to transport them safely to site. KELTRON will not take responsibility on issues pertaining between contractor/ labor unions/ transporters/ loading unloading 3.2 Amendments to the Tender

a) The Bidders should periodically check for the amendments or corrigendum or information in the website till the closing date of this Tender. KELTRON will not make any individual communication and will in no way be responsible for any ignorance pleaded by the Bidders. b) No clarifications would be offered by KELTRON within 48 hours prior to the due date and time for opening of the Tender. c) Before the closing of the Tender, KELTRON may amend the Tender document as per requirements or wherever KELTRON feels that such amendments are absolutely necessary. d) KELTRON at its discretion may or may not extend the due date and time for the submission of bids on account of amendments. e) KELTRON is not responsible for any misinterpretation of the provisions of this tender document on account of the Bidder’s failure to update the Bid documents on changes announced through the website. 3.3 Language of the Bid The bid prepared by the Bidder as well as all correspondence and documents relating to the bid shall be in English only. 3.4 Bid Currency Prices shall be quoted in Indian Rupees (INR) Only. 3.5 Contacting Tender Inviting Authority 1) Bidders shall not make attempts to establish unsolicited and unauthorized contact with the Tender Accepting Authority, Tender Inviting Authority or Tender Scrutiny Committee after the opening of the Tender and prior to the notification of the Award and any attempt by any Bidder to bring extraneous pressures on the Tender Accepting Authority and / or the Officials of KELTRON shall be sufficient reason to disqualify the Bidder. 2) Notwithstanding anything mentioned above, the Tender inviting Authority or the Tender Accepting Authority may seek bonafide clarifications from Bidders relating to the tenders submitted by them during the evaluation of tenders. 3.6 Force Majeure Neither the Purchaser (KELTRON) nor the Successful Bidder shall be liable to the other for any

page 16 of 102

delay or failure in the performance of their respective obligations due to causes or contingencies beyond their reasonable control such as:

a. Natural phenomena including but not limited to earthquakes, floods and epidemics.

b. Acts of any Government authority domestic or foreign including but not limited to war declared or undeclared, priorities and quarantine restrictions.

c. Accidents or disruptions including, but not limited to fire, explosions.

3.7 Dispute Redressal Any dispute, difference or disagreement arising out of this contract shall be referred to the Managing Director, Kerala State Electronics Development Corporation Limited whose decision shall be final and binding on the parties. If the disputes are still not settled aggrieved party shall approach court for settlement of disputes. Courts in Thiruvananthapuram alone shall have jurisdiction in this matter 4. BID PREPARATION AND SUBMISSION

4.1 Cost of Bidding . The bidders should bear all costs associated with the preparation and submission of bid. KELTRON will in no way be responsible or liable for the charges/costs incurred regardless of the conduct or outcome of the bidding process.

4.2 Tender Document Fee .

Refer Notice inviting Tender for Tender Document Fee. Tender Documents can be downloaded from the website (https://etenders.kerala.gov.in ). The tender Document fee along with GST which is non-refundable shall be remitted online mode of remittance as explained in “ online payment modes ”and Part 7 “DO’S & DON’TS FOR NEFT REMITTANCE” 4.4 Online Payment modes :

Refer Part 6, “ INSTRUCTIONS FOR E-SUBMISSION OF BIDS”and Part 7 “DO’S & DON’TS FOR NEFT REMITTANCE. 4.5 Two Part Bidding Bidders should examine all instructions, Terms, Conditions and Technical specifications given in the Tender document. Failure to furnish information required by the Bid or submission of a Bid not substantially responsive in every respect will be at the Bidder’s risk and may result in rejection of Bids. Bidders should strictly submit the Bid as specified in the Tender, failing which the bids will be treated as non-responsive and will be rejected.

a) The Pre-Qualification and Technical Bid format as given in the Tender shall be filled, signed

page 17 of 102

and stamped on all pages. Errors if any shall be attested by the Bidders. The Technical Bid shall not contain any indications of the Price; otherwise the Bid will be summarily rejected. b) Commercial bid shall be submitted as per the format (BOQ).

4.6 Online Bidder registration process Bidders should have a Class II or above Digital Signature Certificate (DSC) to be procured from any Registration Authorities (RA) under the Certifying Agency of India. Details of RAs will be available on www.cca.gov.in . Once, the DSC is obtained, bidders have to register on www.etenders.kerala.gov.in website for participating in this tender. Website registration is a one- time process without any registration fees. However, bidders have to procure DSC at their own cost. Bidders may contact e-Procurement support desk of Kerala State IT Mission over telephone at 0471- 2577088, 2577188, 2577388 or 0484 – 2336006, 2332262 - through email: [email protected] for assistance in this regard. 4.7 Online Tender Process The tender process shall consist of the following stages:

a) Downloading of tender document : Tender document will be available for free download on www.etenders.kerala.gov.in . However, tender document fees shall be payable at the time of bid submission as stipulated in this tender document. b) Publishing of Corrigendum : All corrigenda shall be published on www.etenders.kerala.gov.in and shall not be available elsewhere. c) Bid submission : Bidders have to submit their bids along with supporting documents to support their eligibility, as required in this tender document on www.etenders.kerala.gov.in . No manual submission of bid is allowed and manual bids shall not be accepted under any circumstances. d) Opening of Pre-Qualification and Bidder short-listing : The Pre-Qualification and technical bids will be opened, evaluated and shortlisted as per the eligibility and qualifications. All documents in support of qualifications shall be submitted (online). Failure to submit the documents online will attract disqualification. Bids shortlisted by this process will be taken up for opening the Technical / financial bid. e) Opening of Technical Bid: Bids of the qualified bidders of prequalification shall only be considered for opening and evaluation of the Technical Bid on the date and time mentioned in critical date’s section. f) Opening of Financial Bids: Bids of the qualified bidders of Technical Bid shall only be considered for opening and evaluation of the financial bid on the date and time mentioned in critical date’s section

4.8 Bid submission process

page 18 of 102

For submission of bids, all interested bidders have to register online as explained above in this document. After registration, bidders shall submit their Technical bid and financial bid online on www.etenders.kerala.gov.in along with online payment of tender document fees and EMD. For page by page instructions on bid submission process, please visit www.etenders.kerala.gov.in and click “Bidders Manual Kit” link on the home page.

It is necessary to click on “Freeze bid” link/ icon to complete the process of bid submission otherwise the bid will not get submitted online and the same shall not be available for viewing/ opening during bid opening process.

4.9 Bid submission Cover-1

Cover-1 (Technical Bid) ; Technical proposal shall contain the scanned copies of the following documents which every bidder has to upload. The failure in submitting the Technical documents leads rejection at secondary stage and not considered for financial bid opening at any cost.

1. OEM Authorisation mentioning the tender id and reference number 2. Signed copy of un priced BOQ with company seal 3. Catalogue of the item quoted 4. Compliance statement as per annexure1 5. Certifications applicable to the product 6. Manpower details of the vendor with email Id and mobile number

Cover -2 (financial Bid)

BOQ

The Bidder shall complete the Price bid as per format given for download along with this tender. Note : The blank price bid should be downloaded and saved on bidder’s computer without changing file-name otherwise price bid will not get uploaded. The bidder should fill in the details in the same file and upload the same back to the website. Fixed price: Prices quoted by the Bidder shall be fixed during the bidder's performance of the contract and not subject to variation on any account. A bid submitted with an adjustable/ variable price quotation will be treated as non - responsive and rejected. KELTRON doesn’t take any responsibility for any technical snag or failure that has taken place during document upload. GST Tax Registration is mandatory for the bidders who are participating. 4.10 Price Bid Form

a) All the Price items as asked in the Tender should be filled in the Price Bid Format as given in the Tender. The financial bid (BOQ) should be submitted in .xls form which will be opened as and

page 19 of 102

when the technical selection is over. No additional cost on any head can be claimed by the Successful Bidder during execution of the contract. b) The Bidder shall quote for Basic cost, GST and others if any. All expenses incurred during delivery of the item at destination including unloading charges has to be borne by the bidder. No additional cost on any head can be claimed by the Successful Bidder during execution of the contract c) The Price Bid Form (BOQ) should not contain any conditional offers or variation clauses; otherwise the Bids will be summarily rejected. d) The Prices quoted shall be in INDIAN RUPEES only. The tender is liable for rejection if Price Bid contains conditional offers e) The price quoted by the Bidder shall be kept firm for a period specified in the Tender from the date of opening of the tender. The Bidder should keep the Price firm during the period of contract including during the period of extension of time if any. Escalation of cost will not be permitted during the said periods or during any period while providing services whether extended or not within the stipulated delivery period. The Bidders should particularly take note of this factor before submitting the Bids.

4.11 Bid Closing date and time

The Bids should be submitted not later than the date and time specified in the Notice inviting Tender / Tender Schedule or Corrigendum (if published). Hence, the Bidders should be cautious to submit the Bids well in advance to avoid disappointments. Any other issues pertaining to bidding should be addressed to KERALA STATE IT MISSION E-Tender cell.

5. TENDER OPENING AND EVALUATION

5.1 Pre – Qualification / Technical Bid Opening The Technical Bid will be opened on the date and time as specified in the Tender schedule. 5.2 Tender Validity

a) The bid submitted by the Bidders should be valid for a minimum period of 180 days from the date of opening of the Tender. b) In exceptional circumstances, KELTRON may solicit the Bidders to extend the validity. The Bidder should extend price validity and Bid security validity.

5.3 Initial Scrutiny Initial Bid scrutiny will be conducted and incomplete details as given below will be treated as non- responsive. If Tenders are;

• Found with suppression of details page 20 of 102

• Incomplete information, subjective, conditional offers. • Submitted without support documents as per the Eligibility Criteria and Evaluation Criteria. • Non-compliance of any of the clauses stipulated in the Tender However, documents of historical nature can be called for by KELTRON for assessing eligibility. All responsive Bids will be considered for further evaluation. The decision of KELTRON will be final in this regard.

5.4 Clarifications by KELTRON When deemed necessary, KELTRON may seek bonafide clarifications on any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change in the substance of the Bid or price quoted. During the course of Technical Bid evaluation, KELTRON may seek additional information or historical documents for verification to facilitate decision making. In case the Bidder fails to comply with the requirements of KELTRON as stated above, such Bids may at the discretion of KELTRON, be rejected as technically non-responsive.

5.5 Tender Evaluation 5.5.1 Suppression of facts and misleading information During the Bid evaluation, if any suppression or misrepresentation is brought to the notice of KELTRON, KELTRON shall have the right to reject the Bid and if after selection, KELTRON would terminate the contract, as the case may be, the rejection/ termination will be without any compensation to the Bidder. Bidders should note that if any figure in the proof documents submitted by the Bidders for proving their eligibility is found suppressed or erased, KELTRON shall have the right to seek the correct facts and figures or reject such Bids. It is up to the Bidders to submit the full copies of the proof documents to meet out the criteria. Otherwise, KELTRON at its discretion may or may not consider such documents. The Tender calls for full copies of documents to prove the Bidder's experience and capacity to undertake the project.

5.5.2 Technical Bid Evaluation

a) A Committee will examine the Bids against the Evaluation Criteria given in the Tender document. The evaluation will be conducted based on the support documents submitted by the Bidders. The documents which did not meet the eligibility criteria in the first stage of scrutiny will be rejected in that stage itself and further evaluation will not be carried out for such bidders. The eligible Bidders alone will be considered for further evaluation.

b) Tender may be declared as nonresponsive in the following cases

1. The Bid is unsigned.

page 21 of 102

2. The Bidder has quoted for goods manufactured by different firm without the required authority letter from the manufacturer. 3. The goods quoted are sub-standard, not meeting the required specifications. 4. The schedule of Requirement (incorporated in the tender enquiry), the tenderer has not quoted for the entire requirement as specified in that schedule. 5. The tenderer has not agreed to some essential condition(s) incorporated in the tender enquiry c) For those Bidders who have already worked or working with KELTRON, their previous performance would be the mandatory criteria for selection. If any unsatisfactory performances of those Bidders are found, their Bids will straight away be rejected. The Unsatisfactory performance is defined as any of the following:- • Non responsiveness after getting the Purchase order (or) • Delay in supply, installation of the ordered items etc. (or) • Lack of communication about the delay in deliveries, installation etc. • Poor after sales support against previous supplies with KELTRON. d) Documents Establishing Goods’ Eligibility and Conformity to Bid Document. e) Specifications are basic essence of the product. It must be ensured that the offers are strictly as per our tendered specifications. At the same time it must also be kept in mind that merely copying our specifications in their quotation shall not make firms eligible for consideration. The documentary evidence of conformity of the goods and servicesto the Bid Document may be in the form of literature, drawings and data etc. f) Submission of detailed requirements for installation & commissioning of the equipment: All Vendors / Agents must submit full details and requirements for Installation & Commissioning of the Equipment as per Technical Specifications submitted by them.

i. Water Supply / electric power requirement ii. Civil Works including Foundation, Flooring. iii. Mechanical and Fabrication work required. iv. Ambient Temperature Control (if required, as applicable). v. Cooling requirement (if any). vi. Electrical and Power requirements in detail. vii. Space and Dimensions for Installation of the equipment viii. Any otherRequirements for the successful commissioning. This shall include any accessories / equipments to be arranged by the purchase (other than the tendered items) g) Patent Right & IPR Laws: The supplier shall indemnify the purchaser against all third party claims of infringement of Patent, Trademark or Industrial Design Rights arising from the use of Goods or any part thereof in the Purchaser’s country. The vendor should be sure about his claim on the ownership of technology and total compensation in the event of a claim should be paid to the buyer in case of patent infringement. Once bids submitted bidders agrees for the same. h) Examination of terms & Conditions

i. The Purchaser shall examine the Bid to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation including the terms & conditions.

ii. Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the Bid Document.

page 22 of 102

5.5.3 Price Bid Evaluation

1. Price bid of the technically qualified bidders alone will be opened and evaluated

2. The financial bid (BOQ) should be submitted in .xls form in the e-tender format.

3. The GST tax amount shall be included for evaluation

4. The bidder shall confirm that the price bid confirms to all the terms and conditions stipulated in the tender document. He shall confirm that the price bid is final in all respects and contains no conditions.

5. The total cost including purchase price , freight, insurance, the customs duties and other taxes levied on the shipment for cost comparison. 6. Non-conformities between the figures and words of the quoted price Any discrepancy between quoted prices in figures and that in words, if noted will be sorted out in the following manner:

i. If there is a discrepancy between the unit price and the total price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total price corrected accordingly, unless in the opinion of the Purchase Committee/ Technical & Purchase Committee there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price corrected accordingly.

ii. If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected.

iii. If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

iv. If there is such discrepancy in a bid, the same is to be conveyed to the bidder with target date on the above lines and if the bidder does not agree to the observation of the Purchaser, the tender is liable to be ignored and its Bid Security may be forfeited

7. Evaluation & Comparison of Bids (i) The price of the goods quoted ex-works including all taxes already paid. (ii) GST and any other taxes, which will be payable on the goods if the contract is awarded. (iii) All Charges involved for inland transportation, insurance, F.O.R. destination (iv) Installation, commissioning, training, accommodation and travel charges if any

Note: The offers of the firms who quote on Ex-works basis and do not mention the handling, documentation, packing, forwarding, transportation & insurance charges etc. separately will not be considered a responsive bid and the acceptance of such bid will vest entirely with the Purchaser. 5.6 Acceptance of Tender and Withdrawals

The final acceptance of the tender is entirely vested with KELTRON who reserves the right to accept or reject any or all of the tenders in full or in parts without assigning any reason whatsoever. The Tender Accepting Authority may also reject all the tenders for reasons such as change in Scope, Specification, lack of anticipated financial resources, court orders, calamities or

page 23 of 102

any other unforeseen circumstances. After acceptance of the Tender by KELTRON, the Successful Bidder shall have no right to withdraw their tender or claim higher price.

5.7 Negotiations Negotiations will be conducted with the selected bidder for improvement in the Scope of work, further reduction in price and advancement of delivery schedule.

5.8 Award of contract 1) L1 Bidder will be declared as a Successful Bidder and contractor. In case KELTRON find that the Successful Bidder is unable to supply as per the conditions, they will be free to apportion the total contract to other Successful Bidders after recording the reasons in writing. The bidder will have to reimburse any additional expenditure which may be incurred in the process. 2) No dispute can be raised by any Bidder whose bid has been rejected and no claims will be entertained or paid on this account. 3) Supply order / work order will be released once KELTRON get confirmation from end user.

5.9 Purchaser Rights KELTRON reserves the right to:

a. Insist on quality / specification of materials to be supplied.

b. Increase the period of contract

c. If delivery performance of the Bidder is not as per the Schedule, then KELTRON reserves the right to reallocate the quantity to other Bidder.

d. KELTRON reserve its right to inspect the bidders' facilities before or after placement of orders and based on the inspection, KELTRON reserves a right to modify the quantity ordered.

e. KELTRON reserves its right to withhold any amount for the deficiency in the service aspect of the ordered items supplied to the customers.

SCOPE OF WORK

The selected Service Provider shall have the following overall scope of work:

1. To Conduct a Detailed Functional Requirement study, System Requirements Study and System Design for implementation of RFID based Access Control System and CCTV Surveillance System.

2. To Obtain prior approvals from DPT authorities on Requirements /Design documents before initiating actual implementation work to ensure alignment to project objectives/ requirements.

3. Installation, implementation, configuration, customization, integration andtesting of proposed System together with relevant system software(s) at the designated gate under the supervision of DPT include Tuna and Vadinar.

page 24 of 102

4. To Integrate the RFID based access control system and CCTV surveillance system to the existing ERP, PCS and all third party legacy systems both internal and external at DPT and establish the communication of data between the systems.

5. Installation, configuration and commissioning of central servers for hosting the RFID based Access Control System and CCTV surveillance system at DPT Data Centre and Disaster Recovery Centre.

6. To Implement the RFID and CCTV solution using the existing DPT network. If the existing network is sufficient, then the service provider shall carry out a detailed feasibility study of the network requirements and intimate to the DPT officials. On receipt of the approval from the DPT, service provider shall Procure, install, configure and commission a wireless network to connect all the required pass issuance counters, gates and port premises.

7. Create and maintain comprehensive master database for the RFID based Access Control System and CCTC Surveillance system.

8. To Develop, implement and maintain an alternative mobile application covering the pass request and with a facility of payment process mechanism for port external and internal users.

9. Testing of the application developed and deployed and taking sign-off from the DPT.

10. Change Management and Capacity Building including Training of users for effective use of the system.

11. Comprehensive Operation and Maintenance of the entire RFID based Access Control System and CCTV surveillance system infrastructure including networking, if done by the Service Provider, for a period of 07 (Seven) years, from the date of Go-live. The maintenance includes, inter alia, application maintenance, IT infrastructure maintenance, network maintenance, system administration, security administration, database administration, end-user problem resolution and staffing the sufficient resources.

12. Setting up and O&M support of a eight (8) RFID pass issuance counters – Three (3upcoming toll plazas at Kandla, tuna, vadinar one each, one inside the cargo, jettyarea and the one exiting counter which is under operational at north gate, this includes manning the counters a minimum 60 people round the clock in three shifts. However, the exact manpower required, and the deployment manpower will be decided mutually. The deployed manpower should be made available as per the DPT requirement till the completion of contract.

13. RFID, CCTV gate level, the other associated support infrastructure like, construction of lanes, erection of poles, dividers, security rooms, provision of sufficient lighting (both outdoor & indoor), A.Cs, furniture, etc. are in the scope of Service Provider. All civil and electrical works required to operationalize the RFID, CCTV infrastructure successfully shall fulfill the conditions/ requirements of RFP.

14. Implementation of RFID and CCTV solution at additional Lane(s)/area other than the Lane(s)/area already indicated/ covered in the RFP during the contract period, if required, such additional Lane(s)/infrastructure will be setup and maintained as per the same scope of work and SLA criteria

page 25 of 102

stated in the RFP for existing Lane(s)/area. The items needed for setting up of such additional lane/area shall be supplied to DPT at the same price offered in the price bid.

15. DPT reserves the right to increase or decrease the number of pass counters, areas to be covered as a part of CCTV solution, RFID lanes to be accessed based on RFP for the implementation of RFID, CCTV based Access Control system at DPT, Vol – I requirements The payment towards the same shall be made by DPT on a pro-rata basis.

16. Place a Project Management Team or Core team at the site consisting of following:

a. 03 Technical resources i.e. one Project Manager, one Solution Architect and One network manager. The Project Manager, whose profile will be submitted in the technical bid and accepted during bid evaluation stage, shall be deployed immediately after receipt of formal Letter of Intent and he shall be continued throughout the project period. Solution Architect and network manager shall be deployed till project Go- Live. In case requirement study/ assessment has not been completed as per RFP scope and any such requirements arise during later part of the project, it is the responsibility of the Service provider to deploy the solution architect and/or network manager to such new requirement(s).

b. Place sufficient manpower at pass issuance counter such that the respective SLA criterion is fulfilled. The pass issuance counters are to be operated 24 x 7x 365 days.

c. Deploy sufficient Operational team members for supporting the Project Management team and pass issuance counters for smooth and continuous operation of the counters.

d. Payment towards OPEX shall be made based on the SLA and service delivery.

17. Carry out one time enrolment of users and issuance of printed permanent RFID cards to them. Service Provider to make provision for Aadhaar integration and authentication during the registration process of Port users.

18. Documentation of the RFID based Access Control System and CCTV Surveillance system

19. The Successful bidder shall provide the performance bank guarantee, EMD, Security Deposit etc. for the tender as per the Tender Reference No. (Tender ID - 2020/EDP/e-DRISHTI).

20. Delivery and all other terms and conditions in the tender(Tender ID - 2020/EDP/e-DRISHTI) will be applicable to this tender.

21. It is the responsibility of the bidder to should go through the entire tender documents released by Deendayal port trust.

22. Keltron reserves the right to release either whole or partial scope of work to the successful bidder if the tender is awarded to KELTRON.

page 26 of 102

Other Condition:

a) KELTRON may without prejudice to any other remedy for breach of contract, by written notice of default with a notice period of 3 days, sent to the Successful Bidder, terminate the contract in whole or part,

i. if the Successful Bidder fails to deliver any or all of the goods within the time period(s) specified in the Contract, or fails to supply the items as per the Delivery Schedule or within any extension thereof granted by KELTRON; or

ii. if the Successful Bidder fails to perform any of the obligation(s) under the contract; or

iii. if the Successful Bidder, in the judgment of KELTRON , has engaged in fraudulent and corrupt practices in competing for or in executing the Contract. b) In the event of KELTRON terminating the Contract in whole or in part, KELTRON may procure, upon terms and in such manner as it deems appropriate, the goods and services similar to those and delivered and the successful bidder shall be liable to KELTRON for any additional costs for such similar goods. However, the successful bidder shall continue the performance of the contract to the extend not terminated. c) Termination of Insolvency KELTRON may at any time terminate the Contract by giving written notice with a notice period of 3 days to the Successful Bidder, if the successful bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Successful Bidder, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to KELTRON. d ) Termination for Convenience KELTRON may by written notice, with a notice period of 3 days sent to the Successful Bidder, terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for KELTRON's convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. On termination, the Successful Bidder is not entitled to any compensation whatsoever. e) Assigning of Tender as whole or in part The Successful Bidder shall not assign or make over the contract, the benefit or burden thereof to any other person or persons or body corporate. The Successful Bidder should not under-let or sublet to any person(s) or body corporate for the execution of the contract or any part thereof. Sub-contracting of the awarded work in any manner will amount to a breach of the contract. Such bidders would be disqualified and their bid would be summarily rejected. Time is the essence of the contract. KELTRON reserves the right to cancel the order placed on any bidder and assigns the work to anyone else at the risk and cost of the aforesaid bidder in case of delay, non-compliance to specifications or any other valid reason. f) Price Re-fixation The materials, if any, supplied after the scheduled delivery period noted in the order will be accepted only on condition that price of such materials will be re-fixed taking into consideration the rates of new

page 27 of 102

tender/Purchase order for the material with same specification supplied and accepted by the KSEDC on the date of actual supply or the basic price as per the subject tender whichever is lower will be applicable. The date of opening of price bids of the new tender shall be treated as the effective date. The Head KEC’s decision in re-fixing the price will be final. The acceptance is subjected to the approval from the end customer. g) Debarring the firms from business The process of debarring the firm would be initiated in the below mentioned cases subject to the recommendation of the Technical team. The conditions for debarring the firm are:

i. Not supplying the materials as per the technical specifications as mentioned in the Purchase Order. ii. Not fulfilling the contractual obligations as per the terms & conditions of the Purchase Order. iii. Not able to provide the required spares for the time period specified in the vendors quotation “or” in the tender enquiry “or” Purchase Order of the buyer. iv. Repeated failures during installation, commissioning & trial run. v. Inadequate service back-up in terms of spares & manpower being repeatedly observed in a number of occasions and recorded by during warranty and even afterwards (during the life cycle of the equipment). vi. In case it is proved that the Purchase Order has been sub-letted to some other vendor.

6.2. Training, Installation & Commissioning i. Elaborate training shall be provided to Keltron officials in connection with the work

6.3. Bid Validity 6 Months from the date of AOC

6.4. The selected bidder need to sign an agreement with detailed terms and conditions to be given by Keltron

page 28 of 102

. PART 8 - FORMATS (ANNEXURES) ANNEXURE -1

COMPLIANCE STATEMENT

S.NO Table of Contents

1.1 Port Access Control Software Specifications 1.2 Access Controller Specifications 1.3 Contactless RFID Reader Specifications

1.4 Contact Less High Security RFID CARD Specifications 1.5 Automatic Gate/Boom Barrier specifications 1.6 Flap Barrier Specifications 1.7 License Plate Capturing Camera Specifications 1.8 Smart Card Printer Specifications 1.9 Label Printer Specifications 1.10 Data Base Specifications 1.11 Gate Server Specifications 1.12 Gate Server Specifications 1.13 Digital web / camera Specifications 1.14 Incident Capture Camera Specifications 1.15 Specifications of Industrial PC 1.16 Digital Signature Specifications 1.17 Label Specifications 1.18 RFID Transceiver Specifications 1.19 Handheld Transceiver Specifications 1.20 Combo Gen2 UHF BAP + HF Tag 1.21 Permanent Vehicle Tags 1.22 UPS Specifications 1.23 RFID Reader and Writer Specifications 1.24 Wired Networking Specifications 1.25 Wireless Networking Specifications 1.26 Digital Signature Specifications 1.27 Aadhar FP USB Specifications 1.28 Incidence Management 1.29 Bollard Specification

page 29 of 102

page 30 of 102

1.1 Port Access Control Software Specifications

Compliance Reason for Sl.NO Functionality complying

Mandatory compliance ( These are the mandatory requirements. Bidder will be disqualified if he fail to complay with these requirements) The system should be off-the-shelf (OTS) and ready to Implement in Ports. 1

The proposed RFID based Port Access Management System should be a 2 comprehensively ISPS compliant system. ISPS Compliance certified by registered nodal. Certification agency is mandatory. The OEM of the proposed RFID based Port Access Control System to have

experience of supplying at least 5 lakh RFID tags in the last 5 years to any 3 number of clients in any industry.

4 A. Port officer Authorization Module Provision to admin access into the complete system by a Port 5 Authortiy 6 Provision to Audit every pass issued Provision to restrict pass issue permission by Port Supervisor/ Scrutinizer 7 Provision to restrict number of passes per Company by a Port 8 Authority Direct access to all software & database by authorized Port 9 Authority Provision to limited access to Port Supervisor/Scrutinizers at the Gates 10 Provision to scan activity of pass issue by each operator at any counter 11 Provision to get summary report of all activities by operators on shift wise, 12 daily, weekly, & monthly basis Pr ov ision to log all ac tivities of logg ed in operat ors issu ing th e passes 13 B. Sponsoring Company Registration has 14 Provision to define company type 15 Provision to register a company under one company type 16 Provision to define category and it rules 17 Provision to register one or more category under one Company Revision to define validity based on the license date, bank guarantee 18 date, and documents expiry date and categories validity period 19 Provision to define companies without any basic validity 20 Provision for Pre-renewal 21 Provision for renewal after expiry of registration

page 31 of 102

Provision for extension of validity for Company- Category and Category on the basis of validity Provision for parameterized, Dynamic definition Provision to declare 22 defaulter and or blacklist a category and or a company immediately or with future date

Provision to declare defaulter and or blacklist all the permits under the 23 category and or Company automatically due to default/blacklist of Company or category

Provision to restore the Company and or Category separately or together along 24 with their Permits 25 Provision to cancel the Company/Company- Category as per rules Provision to define Maximum Validity period for the type of permit of any 26 Category in Category Master Provision for not allowing cancellation without cancelling all permits under it 27 or if the company is defaulted or blacklisted 28 Provision for forcible Cancellation of a Company 29 Provision to cancel all the permits under it automatically Provision to declare quota for various types of Permits and provision to 30 increase/decrease quota permanently, daily or for a specific period. Provision to maintain the list of authorized signatories under company- 31 category with Photo and Signature Provision to maintain the list of Director/Partners/Proprietors with their photo 32 and signature Provision to define the Issuing Authority for different types of 33 Permits. 34 Class III Digital Signature based Authentication C. Authenticated User Enrolment and Issuance of permits has Provision to enroll User – Employee biometrics, identification details, 35 photograph. 36 Provision to attach Scanned documents. 37 Provision to generate uniqueness for every User Provision to retrieve information based on Biometrics, User 38 Identification details Provision to verify User credentials like biometrics etc before issuing the 39 Permit Provision to issue User permit till the Company- Category’s 40 Validity date, Document Validity date, Maximum validity period Provision to Generate, Print Permit on Smart Card, Water proof sticker, 41 Paper Provision to link Smart card / RFID tag/ paper pass with Users credentials 42 43 Provision to renew / issue duplicate permits 44 Provision to blacklist or restore a user permit Provision to record IN / OUT movement of User / vehicle / Employee 45

Provision to issue permits for different span of time like daily, weekly, 46 Monthly, Quarterly, yearly

page 32 of 102

47 Provision to issue permits to a group or to every member of group individually 48 Provision to limit access of pass holder to specific areas 49 Provision to declare defaulter and or blacklist a user 50 Provision to restore defaulter and or blacklisted user Provision to display Users Photograph on the LCD when moving in or out of the 51 gate Provision to push data of defaulters and or blacklisted user on all the readers. Thus 52 controlling access of black listed persons For out entry Turnstile to be operated on deposit of Daily smart cards 53 Provision for various parameterized reports. User can generate their own MIS 54 Provision for customizable forms for storing user data along with photo 55 identification, finger prints Maintaining unique data of Users from which passes isto be generated 56 quickly D. Authenticated Vehicle Enrolment and issuance of Vehicle Permit features 57 Provision to enroll Vehicle 58 Provision to Link passengers with Vehicle Provision to generate Vehicle permits for different time period like 59 Quarterly / yearly, Daily 60 Provision to renew / issue Duplicate Vehicle permit 61 Provision to change the Owner of the Vehicle 62 Track the IN /OUT movement of Vehicle at gate through RFID tag 63 Provision to limit access of vehicle to specific areas Maintaining unique data of Vehicle from which passes is to be generated 64 qu ickly RFID based Internal Tracking of Equipment, Container, Vehicle,& Visitors within 65 the Port premises. E. Cash Collection and Remittance features 66 Provision to Define various permit 67 Provision to enter tariff for each definition of Permit. Provision to Change Tariff for each Definition of Permit and should be 68 applicable for a specific period 69 Provision to Collect Cash as per the rules defined 70 Provision for remittances made 71 Provision to collect deposit in advance against each company Provision to collect cash against each permit as per the rules defined 72 by making necessary withdrawal entry (Credit/Debit) 73 Provision for online payment to Port Account Directly Conveniently available Pass Collection Counters including third party 74 such as (ICDs, CFS, e-Governance Centers, Authorized Centers, etc.) F. Blacklisting & Policy Enforcement Module 75 Provision to blacklist user, vehicle, company

page 33 of 102

76 Provision to auto-block pass issue to blacklisted entities 77 Provision to raise alert for blacklisted related requests Provision to report suspicious or anomalous activities with severity 78 le vels 79 Pr ov ision to cr eate rules def ining Port Gate Entry Policy Provision to enforce Gate Entry Policy such entry restricted from a specific 80 gates, etc. Pr ov ision to restrict ind ividu als & vehicl es to speci fic ar eas or 81 zon es 82 Provision of rules to generate alerts by email, SMS, or Phone Call G. User Module Features: Hierarchy of the users maintained Levels of the users and rights given to the 83 levels could be changed through system 84 Maker Checker facility for the user creation Log of creation of User, User Validity, password Validity, and 85 Password Policy maintained 86 Copy / Paste not allowed in the login / Password Fields Validation in such a way that no compromise by SQL Injection 87 Techniques Password encrypted Last login Date/time stored in the system and displayed on the screen to the 88 us er Enforcement of the initial default password and forcing the user to change 89 password after certain No. of days parameterized After certain no. of attempts the user gets locked and the no. of attempts 90 parameterized Disabling the user automatically after certain period 91 parameterized if the login is not at all used 92 Facility to disable the user manually History of login details to the user of their own login & of all users for 93 administrator / Super User login H. RFID Card Management Module Advance enrolment of the port sponsor companies, users, vehicles, etc. 94 95 Pre-personalization and Personalization of cards 96 Printing of cards & stickers 97 Management of Temporary users Provision to Issue Passes from authorized locations outside the 98 Port 99 Remote disabling of cards Alerting on expired card usage attempts Security & data encryption in 100 card or server end I. Comprehensive MIS Reports & Integration Module Provision for Dashboard to view the current status of traffic at the 101 Port Tracking of each and every individual, vehicle, visitor across Port area 102 103 Category based reporting of traffic inside as well as at the gates

page 34 of 102

104 Classification of Users by pass type, usage activities, access zones Classification of Vehicles by pass type, usage activities, access zones 105 106 Report on Vehicles associated by Drivers & Cleaners Report of pass issued in by day, wee k, mo nth, year, as well as by 107 ga tes. 108 Graphical view of all the reports summary Detail ed report pass issu e act ivities by Ga te, by Perio d, by 109 Operat or Summarized report of pass issue activities by Gate, by Period, by 110 Operat or 111 Reports providing anomalous activities at the gate 112 Report providing time spent by each and every man & vehicle 113 Report providing areas visited by individuals & vehicles 114 Report detailing overstay by individuals & vehicles Report detailing additional movement by Individuals & Vehicles beyond a defined 115 threshold 116 Report classifying internal and external vehicle movements 117 Report on pass payment collections and reconciliation Provision to check complete details of vehicle or individual on handheld System 118

Pr ov ision to tra nsfe r data to Port servers on real-time or 119 schedu led basis J. Gate Interface Module 120 Gate Barrier Interface Module 121 Flap & Turnstile Interface Module 122 License Plate Capture Camera Integration Module 123 Display Unit Controller 124 AVI Interface Module 125 User Photo Capture Interface Module 126 Container Reader & 3D Capture Interface Modules Handheld Terminal for Mobile Spot Checking as well as speedy movement 127 at the gates K. Control Room & 24/7 Monitoring 128 Summarized dashboard 239 Real-time Data updates and Visuals 130 Anomaly & Policy Break Reporting L. Backup, Archival & Retrieval Management 131 Backup server for record keeping 132 Regular synchronization with front-end server 133 Historical data keeping for audit trail 134 Fall back server 135 Doubles up as load balancing server 136 Distributed Architecture 137 High Availability Master Database 138 Archival & Retrieval System

page 35 of 102

139 Backup & DR M. Policy Framework & Rules Engine 140 Configurable policy framework and rules engine Simplified Approval System with Email, SMS, & Mobile alerts to 141 Scruti nizer N. Integration APIs 3 level comprehensive APIs to connect to various existing & future integrations 142 143 XML &Web service based open interfaces O. Biometric Aadhaar Integration 144 RFID Pass should be linked to Aadhaar biometrics 145 Handheld based spot checking with Aadhaar database

All the parameters of Biometric Devices for Authentication should be as per 146 certification of UIDAI as per latest STQC Scheme for certification of UIDAI Biometric Devices (Authentication) P. Kiosk Module 147 RFID Pass renewal through standalone remote kiosk 148 Ability to make payment using kiosk 149 Provision to update & renew card using kiosk 150 Provision to spit slip of acknowledgement 151 Provision to remote health monitor the kiosk 152 Provision for information dispersal through kiosk Q. Equipment & Asset Tracking Module Provision to get real-time visibility of assets & equipment in the port premises 153 under surveillance 154 Provision to identify asset or equipment on a 2D or 3D layout 155 Provision to track assets & equipment over longer distances 156 Provision to track multiple assets with conflict resolution 157 Provision to search all, one, or many assets on a single screen 158 Provision to search by individual attribute or entire set of attribute Provision to save search results on a CSV, Excel, PDF, Print, or 159 Co py 160 Multi-paging of results 161 Dashboard of summary of assets & equipment and their status 162 Provision to add, delete, edit assets & equipment 163 Provision to add unlimited features to an asset or equipment 164 Provision for bulk import & export 165 Provision to assign assets to department, person, role, etc. Provision for individual user to login and check the status of the assets 166 assigned to them 167 Provision to request for asset assignment, return, repair, etc. Provision of Comprehensive asset & equipment lifecycle management 168 R. Image Processing 169 Offline comparison of man, material images captured by cameras 170 Alerts when images are not consistent

page 36 of 102

171 Comparative results and anomaly reports Make Makes : HID, Coresonant, Bosch, Schneider Electric, Siemens, Tyco 172

1.2 Access Controller Specifications

Sl.NO Functionality Compliance Reason for Not comp lyi ng The networked gate controller shall provide access control processing, host

functionality and power for a single gate, including reader, lock, gate status, 1 request- to exit device and auxiliary sounder. Should have Onboard 10/100Mbps PoE+ Ethernet connectivity to power door 2 equipment via a single CAT5e/6 cable - no local mai ns to be requ ir ed

Should be Intelligent two door / two Reader controller supporting 3rd 3 party read heads over Weigand Receives and processes real-time commands from the host software 4 application while reporting all activity to host configurable across a minimum of 255 acti vity priori ties. Minimum eight supervised inputs required (four per door) and 5 Fo ur outpu ts (2 per door) Supports Power Over Ethernet (PoE) enabling cost-effective installation 6 utilizing existing network infrastructures Onboard LED to provide visual status information: Power, Link to host, Comms 7 Tx/Rx, Fault / Tamper, Lock and Relay Status The networked gate controller shall be capable of supporting custom encryption ciphers implemented using libtom crypt open source cryptography 8 mechanisms for all communications between the controller and host(s) syste m(s). The networked gate controller shall support 802.1X 9 authentica tio n. The networked gate controller shall provide full distributed processing of 10 all access control functions.

The unit shall provide fully functional off line operation when not actively 11 communicating with the host access control software application; performing all access decisions and event logging. Upon connection with the host access control software application, the networked gate controller or networked controller/reader shall upload all 12 buffered off-line transactions (minimum of 99,999) to the host software. Buil t-in Datab ase to supp ort 200,000 ca rdh ol der recor ds for off- 13 line card validation and should support 8,000 transactions in offline op erati on The networked gate controller shall incorporate a 32-bit 200 14 MHz ARM9 processor running the

page 37 of 102

The networked gate controller shall not be a proprietary product of the manufacturer of the host access control software application, and must have the ability to migrate to an alternative manufacturer’s host access control software application by remote 15 reconfiguration or firmware upgrade and without intervention from the original controller manufacturer. A dual partitioning file system enables online firmware downlaod

The networked gate controller shall provide diagnostics and configuration operations through connection to a local laptop computer. Installation webpages shall be interfaced 14 using HTTPS and provide abilities to set product security including encryption keys

Flexible Input / Output Linking engine that enables the status of any input to be linked to

any output. In addition, any predefined group of outputs can reflect the status of the input in one of the following ways:

a. Track with the input status. 15 b. Reverse track. c. Latch. d. Reverse latch. e. Latch for a configurable time period. Utilizes on-board jumpers to select 12 or 24 VDC power to locks and AUX output when 16 powe ring device ov er PoE or 24 VD C. The networked gate controller shall provide on-board Flash memory to allow program updates to be downloaded directly via the network. The networked gate controller or network controller/reader shall provide the following minimum memory: 17 a. 128 MB on-board Flash memory b. 64 MB RAM

The networked controller input/outputs shall be expandable to a total of 16 inputs and 6 18 outputs utilizing modular plug-in IO interface devices all operating on a Hi-O CAN bus backbone The networked controller controls a single access and up-to 2 readers forin/out reading. Readers can be either a Hi-O compliant (attached directly to Hi-O CAN bus backbone) 19 reader or Wiegand attached via a Hi-O compliant Wiegand interface module.

Provides three implementations of anti-pass back and area control, including timed, 20 hard and soft control Provides locally controlled multi-man feature that includes schedule dependent access for

a definable number of groups and multi-man sequences tied in with anti-pass back. 21 Alarms are triggered when sequencing fails.

Supports host lookup on card numbers in cases where cardholder capacity is reached 22 or in high security threat level scenarios where host controls limited access.

Database Memory: 1GB SD Card 23 Dedicated tamper input required The networked gate controller shall meet the following physical specifications:

a. Dimensions: 6.1” W x 4.8” H x 1.5” D (154.9 24 mm x 121.9 mm x 36.3 mm) b. Weight: 11.3 oz (320 g)

page 38 of 102

c. Cover Material: UL94 Polycarbonate d. Power Requirements DC Input (MAX): 1. Using PoE input power is 14.4W 2. Using +12VDC AUX input power is 18W 3. Using +24VDC AUX input power is 36W e. Temperature: 32° to 122° F (0° to 50° C) f. Humidity: 5% to 95% relative, non-condensing g. Visual Indicators on Ethernet connector: 1. Network Activity LEDs h. Communication ports and connectors: 1. RJ-45 connector for Ethernet TCP/IP (10/100baseT)

2. Wiegand/Clock-and-Data reader data port

3. Total system power output (MAX) a. PoE input power: 9.6W b. 12VDC input power: 14.4W c. 24VDC input power: 28.8W 4. Gate position input with programmable End of Line supervisory capability up to 6K Ohm. 5.1 Request to exit (REX) input with programmable End of Line supervisory capability up to 6K Ohm. 5.2 Non-latching configurable gate lock output relay a. Unpowered (Dry) contact rated 2A @ 30VDC b. Powered (Wet) contact rated for up to: i. PoE input power: 6.9W (12VDC) or 8.6W (24 VDC) ii. 12V DC inpu t powe r: 8.4W (1 2VD C) iii. 24VDC input power: 8.4W (1 2VD C) or 16.8W (24VDC) iv. Note: The overall system power cannot be exc eeded. 7. Non-latching alarm annunciation output relay a. Unpowered (Dry) contact rated 2A @ 30VDC b. Powered (Wet) contact rated for up: i. PoE input power: 6.9W (12VDC) or 8.6W (24 VDC) ii. 12VDC input power: 8.4W (12VDC) iii. 24VDC input power: 8.4W (1 2VD C) or 16.8W (24VDC) iv. Note: The overall system power cannot be exc eeded. 8. 12VDC, 24VDC or PoE Power input 9. Tamper input (Can have a built-in additional external tamper) 10. AC Power Fail input (Can be configured for general purpose use)

page 39 of 102

11. Battery fail input (Can be configured for general purpose use) i. Cable Distances: 1. TCP/IP: 328 feet (100m) using CAT 5 cable

2. Wiegand: 500 feet using 9-conductor stranded, overall shield 22 AWG cable (Alpha 1299C) 3. Input circuits: 500 feet using 2- conductor shielded 22AWG cable (Alpha 1292C) or 18AWG cable (Alpha 2421C)

4. Output circ uit s: 500 fe et us ing 2- conductor 22AWG cable (Alpha 1172C) or 18AWG cable (Alpha 1897C)

The networked gate controller shall be warranted against defects in materials and 25 workmanship for 18 months Network discovery and update tools shall enable the discovery and queued 26 update of multiple controllers on the network. Certifications : UL, CE, FCC 27 Makes: HID, Bosch, Schneider Electric, Siemens, Lenel, Tyco

1.3 Contact Less RFID Reader Specification

Sl.NO Functionality Compliance Reason for Not comp lyi ng

The contactless smart card reader(s) shall be designed to securely 1 read, interpret, and authenticate access control data from 13.56 MHz contactless smart card credentials

Customized security protection through support of the device- 2 independent portable credential methodology to provide enhanced security and performance features

Unique read selection that enables reading of the Secure 3 Identity Object™ (SIO) and standard technologies Participates in an advanced, bounded and trust-based 4 Access Control system

Guaranteed compatibility to read all data formats and ensuring card- 5 to reader interoperability in multi-location installations and multi- card and reader populations

Backwards compatibility with legacy 13.56 MHz contactless smart card

access control formats (E.g. 26-bit, 32, 35-bit, 37- bit, 56-bit, etc.). 6 Compatibility across the product line shall be assured without the need of special programming

page 40 of 102

The contactless smart card reader shall be Secure Identity Object™ (SIO) enabled. The contactless smart card reader platform shall support the standards-based, device- independent Security Identity Object™ (SIO) portable credential methodology to ensure data authenticity and privacy. 7 The SIO shall be able to reside on any number of identity devices, including iCLASS SE, MIFARE Classic SE, and MIFARE DESFire EV1 SE credentials

The contactless smart card reader shall be a certified end- point (TIP

Node) within a Trusted Identity Platform™ (TIP) infrastructure. TIP shall provide a scalable, on-demand, secure identity delivery system that 8 validates, registers and provides lifecycle management support for certified trusted end-point contactless smart card readers

The contactless smart card reader shall increase security by narrowing

the possibility of unwanted configuration changes and denials of service. The contactless smart card reader shall utilize TIP-enabled secure 9 configuration of contactless smart card readers with counters and uniquely diversified configuration cards The contactless smart card reader shall utilize Secure Element Technology™ to protect keys and cryptographic functions to the 10 international standard Evaluation Assurance Level (EAL) 5+.

The contactless smart card reader shall be configurable to utilize Velocity Checking to provide breach resistance against electronic 11 attacks that invoke multiple improper authentication attempts

The contactless smart card reader shall be configurable to provide 12 multiple hierarchical degrees of key compatibility for accessing the smart card access control data. The contactless smart card reader shall simplify troubleshooting through Anti-pass back Notification that the card has already been processed and 13 it must be removed from reader field temporarily prior to processing again The contactless smart card reader shall provide enhanced user feedback options through the use of clear and bright tricolored LEDs 14 configurable to support any three color combinations (RGB - Red, Green, and Blue).

The contactless smart card reader shall enable backwards compatibility 15 with legacy 13.56 MHz access control formats (E.g. 26-bit, 32, 35-bit, 37- bit, 56-bit, and others).

The contactless smart card reader manufacturer shall provide 16 global, off-the-shelf availability. Co ntactl ess smart card reader sh all all ow th e reader firmware to be upgraded in the field without the need to remove the 17 reader from the wall through the use of factory- provided Programming Cards Contactless smart card reader shall allow for secure installation 18 practices through mounting methods utilizing tamper resistant screws

page 41 of 102

Contactless smart card reader shall provide the ability to transmit an alarm signal via and integrated optical tamper switch if an attempt is made to remove the reader from the wall. The tamper switch shall be programmable to provide a selectable action to provide a selectable action compatible with various tamper communication schemes provided by access control panel manufacturers. The selectable action 19 shall include one of the following: 1. The reader open collector line changes from a high state (5V) to a low state(Ground). 2. During a tamper state, the “I’m Alive” message is inverted

Contactless smart card reader shall provide ability of an online “I’m Alive” message so the reader’s functional health can be monitored at 20 all times when paired with a compatible access control panel The contactless smart card reader shall provide customizable reader behavior options either from the factory, or defined in the field through the use of pre- configured command cards. Reader behavior programming options shall include: 1. Audio/Visual Templates for card reads, and attack detection.

2. Velocity Check timing and thresholds 3. Optical tamper actions

4. RF scan delay

5. Hold Mode 21 6. Intelligent Power Management 7. Key diversifiers 8. Key rolling 9. CSN output configuration 10. Data Model prioritization 11. Default LED Colour 12. Hold Mode Contactless smart card reader shall provide the following programmable audio/visual indication: 1. An audio beeper shall provide various tone sequences to signify: access granted, access denied, power up, and diagnostics. 2. A high-intensity red/green/blue (RGB) light bar shall 22 provide clear visual status. The light bar shall provide uniform distribution of light eliminating individual bright spots Contactless smart card readers shall provide the following enhanced performance features

a. The contactless smart card reader shall enable user prioritization of High frequency/ High-frequency credential reads. Technology 23 prioritization shall synchronize a site’s credential technology read priority to the access panel configuration while reducing unintended cre den ti al r eads .

page 42 of 102

b. The contactless smart card reader shall have the ability to provide consistent optimal read range by implementing an auto-tune function that adjusts for manufacturing tolerances to enhance consistency of performance from reader to reader.

c. The contactless smart card reader shall be field programmable to provide secure upgrades for migration and extended lifecycle. d. The contactless smart card reader shall be designed as a system to provide optimal read range and read speed for increased access control throughput.

Contactless smart card reader shall provide enhanced environmental

and sustainability features.

a. The contactless smart card reader shall reduce power consumption by as much as 75% through the use of Intelligent Power Management (IPM) technology.

b. The contactless smart card reader shall be manufactured with 10% recycled material to provide the potential of LEEDS building credits in new construction projects.

c. Contactless smart card reader shall be fully compliant with 24 Restriction of Hazardous Substances directive (RoHS) restricting the use of specific hazardous materials found in electrical and electronic products. The substances banned under RoHS are lead (Pb), mercury (Hg), cadmium (Cd), hexavalent chromium (CrVI), poly brominated biphenyls (PBB) and poly brominateddiphenyl ethers (PBDE).

d. Contactless smart card reader shall be manufacturers with 10.5% (Pigtail) and 11% (Terminal Strip). Contactless smart card reader shall comply with the following

13.56MHzrelated standards to ensure product compatibility and predicta bility of performa nce 25 a. ISO 15693 b. ISO 14443A c. ISO 14443B Contactless smart card reader shall be suitable for global deployment by meeting worldwide radio and safety regulatory compliance including:

a. UL294 (US) b. cUL (Canada)

c. FCC Certification (US) d. IC (Canada) 26 e. CE (EU) f. C-tick (Australia, New Zealand) g. SRRC (China) h. MIC (Korea) i. NCC (Taiwan) j. iDA (Singapore

page 43 of 102

Contactless smart card reader shall provide the following typical

contactless read ranges: a. 2.8” (7.1 cm) reading SIO on iCLASS SE

Card b. 1.6” (4.1 cm) reading SIO on MIFARE 27 DESF ire EV1 SE Card c. 2.6” (6.6 cm) reading SIO on MIFARE Classic SE Card d. 1.5” (3.8 cm) rea ding SIO on iCLASS SE Tag or Fob e. 1.2” (3.0 cm) reading SIO on MIFARE Classic SE Tag or Fob Operating voltage: 5 – 16 VDC, reverse voltage protected. Linear power 28 supply recommended Current requirements and power consumption: 1. 45 mA (Standard Power Mode)

2. 25 mA (I ntelli gent Power Ma nage ment Mod e) 29 3. 75 mA (Peak Current Draw) 4. 0.7 W (Standard Power Mode @ 16VDC) 5. 0.4 W (Intelligent Power Management Mod e @ 16 VDC) 30 Material: UL94 Polycarbonate Operating temperature: -31 to 150 degrees F (-35 to 65 degrees C) 31 Operating humidity: 5% to 95% relative humidity non- condensing 32 Storage Temperature: -67 to 185 degrees F (-55 to 85 degrees C) 33 Weatherized design suitable to withstand harsh environments 34 with a certified rating of IP55 The contactless smart card reader shall provide a lifetime warranty against 35 defects in materials and workmanship Makes: HID, Bosch, Schneider Electric, Siemens, Lenel, Tyco, Idcube 36

1.4 Contact Less High security RFID Card Specifications

Reason for Not Sl.NO Functionality Compliance complying

The contactless smart card shall function as an access control 1 card, used with access readers to gain entry to controlled portals and to hold identification information specific to the use. The contactless smart card shall be a passive device, with an operating frequency of 13.56 MHz, and shall meet the following 2 ISO/IEC standards: 7810, 7816 and contactless cards (14443 A). Generic command set should be based on ISO/IEC 7816-4. The card shall be available as a single RFID solution designed for 3 interoperability with 13.56 MHz readers or optionally in dual technology in conjunction with a 125 KHz proximity interface.

page 44 of 102

A within the typical maximum read range of 3-4” to the access control 4 reader shall result in an exact reading of the card.

The card shall offer a memory size of 8K-Bytes or 16K-Bytes for applications 5 a. The contactless smart card shall meet the following physical charac teri stic s:

b. Dimensions, per ISO/IEC 7810 (ID-1 format) 2.127”x 3.375”x 0.033” (5.40 cm x 8.57 cm x 0.084 cm) Weight: 0.20 oz. (5.5 g). c. Material and construction: Composite card materials. Card surface shall be glossy and of a material compatible with direct to card dye-

sublimation or thermal transfer printing. Card construction shall meet durability requirements of ISO 7810. 6 d. The card shall be marked with an external ID number, either in inkjet or laseretched numbering that may match the internal programmed ID nu mber. e. Optionally, the card may contain a magnetic stripe (with support for up to 3 tracks, Hi-Coercivity or Lo- Coercivity).

f. Optionally, the card may be printed with custom graphics, may be built to a custom thickness and may contain security and anti-counterfeiting features.

Contactless smart card shall meet the following environmental specifications:

a. Operating Temperature: -40oF to 158oF (- 7 40oC to 70 oC). b. Operating Humidity: 5% to 95% relative humidity non- co nd ens ing. The warranty of contactless smart cards shall be lifetime against defects on material. 8 All cryptographic algorithms, modes of operation, protocols and mechanisms used by the card shall be based on open standards (such as ISO/IEC, NIST, IEEE, EN, ETSI) 9 and not subject to any patents or royalty payments.

The smart card shall support ISO/IEC 14443 specifications parts 1-4 (with communication type A) and exposes a random UID. It can be programmed 10 with different card data formats (with variable length) including standards-based and secure Data Object credentials

The card shall be available as a single RFID solution or dual technology in 11 conjunction with a 125 KHz proximity interface. The card shall be loaded with an application that leverages existing standards for 12 maximum interoperability and heightened protection against attacks. Programmable platform: The card shall use a microprocessor to support post- issuance update in the field and support retrieval of protected data formats. The 13 card shall be ready to support future applications The card shall be programmable with one or more Secure 14 Identi ty Ob je cts (SIO) for each app lica tion The card shall support secure messaging compliant with ISO/IEC 15 7816-:2005, Section 6 (Secure Messaging)

page 45 of 102

All contactless communications shall be secured by a secure messaging established after mutual authentication between the card and the off-card application. Each

secure session relies on diversified AES keys that are setup at the start of each 16 session. Keys are AES-128 bit. The secure messaging is based on European Standard EN14890-1 as well as ISO/IEC 7816-4. For security ri sk reme dia tion an d protect eff ic iently agai ns t common attacks, the security level of the card including its cryptographic 17 stack/key size shall be upgradable through an application update The card shall support efficient privacy protection to ensure that personally

identifiable information or cards identifiers (such as contactless UID, key diversifier) are not accessible &cannot be retrieved by unauthorized parties. To prevent 18 sequence replay or Cloning, transmitted secrets or previously transmitted identifiers are not revealed in the clear to the off card application.

The card shall cover use cases combining physical and logical access supporting 19 OTP – One Time Password – generation functionality based on OATH algorithm The card shall support multiple applications as part of the available memory. Each 20 application can be loaded with different data set and memory size

The card shall supp ort add ing or rem oving app lica tio ns after th e card has been issued, with full support for data integrity and consistency and confidentiality of any secrets such as authentication keys contained in the 21 applications. The application management commands shall be based on ISO/IEC 7816 -13 :2007. The card shall include multi-application support for on-card database application with a firewalled architecture (to ensure data separation between applications). 22 To increase return on investment, the default application can be updated to support other services without card replacement. The card application (command/response set) shall be based on ISO/ IEC 7816-4 23 (no proprietary command is accepted to ensure maximum interoperability).

The card memory shall guarantee a data retention of 20 years; Card data integrity 24 and consistency shall be preserved at all time during the life span of the card.

Comm un icatio n: The card shall be fully complia nt with th e ISO/IEC Standard "Identification cards / Contactless Integrated Circuit Cards / Proximity card" (ISO/IEC 14443 Parts 1 to 4). The compliance with the 25 requirements of the ISO/IEC 14443 shall be tested against the standard test procedures as specified in ISO/IEC 10373-6:2011

All commands and responses defined by the card shall be compliant with the syntax of command-response pairs as defined in ISO/IEC 7816- 4:2005, 26 Section 5.1 (Command- response pairs).

Data Organization

The orga niz ati on of all data on th e card shall be based on 27 ISO/IEC 7816- 4:2005, Sections 5.2 (Data Objects) and 5.3 (Structures for applications and data). The encoding of data shall be BER TLV, compliant with ISO/IEC 7816-4:2005 Section 5.2.2 (BER-TLV data objects)

page 46 of 102

The card shall ensure that all operations available by the card command set can be interrupted at any time without any impact on the integrity and consistency of the card 28 data. This mechanism must be fully implemented in the card and shall not require any special functionality from the reader or terminal. Security architecture

The card shall support authentication methods compliant with ISO/IEC 7816-4:2005, Section 7.5 (Basic Security Handling). The actual authentication protocol shall be one of 29 the standard authentication protocols defined in ISO/IEC 24727-3:2008. The card shall be fully compliant with ISO/IEC 11770-2. The card shall fully align with NIST recommendations: Solution has to implement NIST approved mode of operations and cryptographic recommendations from NSA Suite B. 30 Card key diversification shall rely on approved method from NIST SP800- 108. The card shall protect th e pri vacy of th e hol der of th e card. As 31 minimum pri vacy measures, th e card shall: a. Not reveal any static value which is either unique for a single card or can be considered unique in a typical population of cards in a given system, without a prior 32 authentication (proxy tracking) b. Prevent any profiling of the card holder without the knowledge of secrets 33 specific to a card c. Prevent the ability to identify if two valid sessions are with the same card or 34 not Application management

The selection of applications shall be based on a standards based name space, so that the application names can be globally unique and managed by multiple independent entities. The top of the name hierarchy shall be managed by an independent international standards

body (such as ISO or ITU-T) and the name structure shall allow delegation of name 35 management at multiple levels of hierarchy.The selection of applications shall be based on a standards based name space, so that the application names can be globally unique and managed by multiple independent entities. The top of the name hierarchy shall be managed by an independent international standards body (such as ISO or ITU-T) and the name structure shall allow delegation of name management at multiple levels of hierarchy.

1.5 Automatic Gate/Boom Barrier

Reason for Sl.NO Functionality Compliance Not complying

1 Application : Outdoor 2 IP Rating : 54 Housing : Barrier Housing Unit: Powder Coated 3 Boom : Powder Coated White RAL 9010 with Red reflective strips.

4 Housing Dimension : Modular

page 47 of 102

Housing Material Of construction : All Aluminum Housing with 5 Base frame in SS-304 for high protection against corrosion.

Protection : All Housing and internal parts will be rust & corrosion 6 free metals or alloys of high strength with suitable Epoxy coating as app lica ble. Housing Dimension (W X D X H) : 300mm X 245mm X 7 920 mm Boom Specifications : The Booms shall be extruded aluminum with octagonal profile

(straight and articulated) 100mm. X 55mm. X 1.6 mm. shall be 8 th e str uct ure of th e profil e. The Octagonal Profile shall offer stability Agai ns t wind s & better view when compar ed to Roun d & Rect an gular profil es.

Intelligence : The barrier shall use a Block able DC High Torque Drive in combination with CAN bus communication. 9 Standard interfaced Controller. It shall offer LCD Display & Graphic User Interphase for easy control setting. Possibility for integration via stand ard User interphases. In built Loop Detectors 10 Motor : 24 V DC Motor

Compliance & Safety : Compliance to CE. Adherence to Safety Requirements of the

a. EMC Directive 2004/108/EC, 11 b. Low Voltage Directive 2006/95/EC and c. The basic re qu ir ements of th e Mac hinery Dire cti ve 200 6/42/ EC 12 Power Supply : 230+/- 10% VAC, 50 Hz. Maximum Power Consumption : 110 Watts during startup and 25 13 Watts at peak operation Opening & Closing Time : 4Secs. for 3.5 – 6 meter Boom 14 Barrier, 1.3 Sec for up to 3.5 meter Boom Barrier Safety :

a. S/W for Detection of Presence of Vehicle in Loop with in- 15 built loop detector or in the path of Infrared Safety Sensors availa ble. Loops or Sens ors to be b. Used to prevent barriers from closing on the vehicle. 16 Duty Cycle : 100%

Integration : 17 a. Shall function in integration with Smart cards, proximity reader based access control systems etc Performance Requirement : a. MCBF- 10 Million Cycles 18 b. Requirement MTBF- 50,000 Hours c. MTTR- 30 Minutes 19 Certification : UL Listed Makes : Magnetic Auto Control / Elka / Automatic 20 Sy st em s/ Gunn ebo page 48 of 102

1.6 Flap Barrier Specifications

Reason for Not Sl.NO Functionality Compliance complying

1 Application : OutDoor Drive Technology : The Combination of a Brush-less DC Motor with in- built resolver shall make it a Drive with no wear & tear components. 2 Additionally the absence of limit Switches & Slip Clutches shall provide trouble free operation w/o the need for constant maintenance. Gate/ Barrier Controller : a. Micro Processor Based Motor Controller shall have in-built Speed 3 and Dynamic Braking Features. b. Micro Processor Based Barrier Controller with Logic for Motor, Safety Sensors and Lane Indicators. Throughput : 25 to 30 persons per minute (excluding card validation 4 time) 5 Operation : Bi-directional Housing Dimension :

a. Regular Lane : L 1300mm x W 250mm x H 1035mm 6 b. Wide Lane : L 1300mm x W 280mm x H 1035mm with Telescopic Flap

Lane Width : 7 a. Regular Lane : 520mm b. Wide Lane : 900mm

Flaps : 8 a. Regular Lane: Soft Wing with metal reinforcement b. Wide Lane : Telescopic Soft Wing with metal reinforcement 9 Power Supply : 230+/- 10% VAC, 50 Hz.

10 Finish : Stainless Steel finished to Grade 4 also known as Satin Finish.

Protection : All Housing and internal parts will be rust & corrosion 11 free metals or alloys of high strength or with suitable epoxy coating Power off/ Emergency : Fail Safe Mode - Flaps shall Automatically 12 Open during Power Failure. Also can be configured for Flaps to remain closed during Safety : Soft flaps & the use of Brush-less DC motor for very quick 13 reversibility and enhanced pedestrian safety 14 Duty Cycle : 100% 15 Ingress Protection : IP 54 minimum 16 Braking : Dynamic Braking for smooth resting of flaps. MC BF–Mean Cycle Betwee n Fail ures : 10 Million Cycl es, Certifica tion 17 to be provided by the OEM Integration : Shall function in integration with Smart cards, proximity 18 reader based access control systems, Bio-metric systems etc. 19 Makes : Magnetic Auto Control/Gunnebo/Automatic Systems/Elka

page 49 of 102

1.7 License plate Capturing Camera Specifications

Reason for Not Sl.NO Functionality Compliance complying 1 Sensor : 1/2.8” Progressive Scan CMOS Min illumination : Color: 0.005 Lux @ (F1.2, AGC ON);B/W: 2 0.0005 Lux @ (F1.2, AGC ON) 3 Shutter Speed : 1s ~ 1/100,000s 4 Lens : 5-50mm 5 Lens Mount : C/CS mount 6 Auto iris : DC drive 7 Day & Night : IR cut filter with auto switch 8 WDR : Minimum 130db True WDR or better 9 Video Compression : H.264/MJPEG or better 10 Video Bit Rate : Up to 16 Mbps 11 Audio Compression : G.711/G.722.1/G.726/MP2L2 Max Resolution & Image enhancement : 1920 x 1080, HLC/3D 12 DNR/ROI/Defog Frame Rate & Streams : 50Hz: 50fps (1920 × 1080)/(1280

× 960)/(1280 × 720) 60Hz: 60fps (1920 × 1080)/(1280 × 13 960)/(1280 × 720),Triple stream, Independent with Main Stream and Sub Stream, up to 50/60Hz: 20fps(1280 × 720) Alarm Trigger : Motion detection, Tampering alarm, Network 14 disconnect, IP address conflict Protocols : TCP/IP,UDP, ICMP, HTTP, HTTPS, FTP, DHCP, 15 DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP,802.1X, QoS, IPv6 16 Standard : ONVIF (Profile S, Profile G) 17 Audio : 1-ch 3.5 mm audio in (Mic in/Line in)/out interface, Communication Interface : 1 RJ45 10M/100M/1000M Ethernet 18 port 1 RS-485 interface and 1 RS-232 interface 19 Alarm : 1 input, 1 output 20 Video Output (-S) : 1Vp-p composite output (75 Ω/BNC) On-board storage : Built-in Micro SD/SDHC/SDXC slot, supports 21 up to 128 GB IR Capability : Minimum 20 Mtr Through External 22 Illuminator 23 Protection Level : IP 66 & IK10 24 Operating Conditions :-30 °C – 60 °C (-22 °F – 140 °F) Power Supply :24 V AC ± 10%, 12 V DC ± 10%, PoE (802.3af) 25 26 Regulatory : UL, CE, FCC, RoHS Edge Processing : The camera shall be provided with the 27 associated edge processing equipment / server. Detection : Detection - 100% 28 Recognition of number plates - More than 90 % 36 Makes : Motorola, ARH, Sybernautix, Sensen, Tyco, Bosch

page 50 of 102

1.8 Label Printer Specifications

Reason for Not Sl.NO Functionality Compliance complying 1 Type : LFD size 55/49 inch (min)(heavy duty) 2 Display Resolution : 1366x768 (min) 3 Connectivity : 1 x HDMI & 1 x USB 4 Screen Size : 80 cm (32) 5 Refresh Rate : 50Hz-100Hz

6 Required Makes : Sony/Panasonic/ SAMSUNG/LG

1.9 Smart Card Printer Specifications

Reason for Not complying Sl.NO Functionality Compliance

1 Printing specifications : Single- or dual-sided printing Standard features :

a. 100 card covered feeder (30 mil) 2 b. 45 card capacity output hopper (30 mil) c. 16-character LCD operator control display d. 300 dpi (11.8 dots/mm) print resolution 3 Communications Interfaces : USB V2.0 4 Optional Features : Built-in 10/100 Ethernet connectivity 5 Operating range : 90-132VAC and 190-264VAC 6 Operating Temperature : 60o F to 86o F (15o C to 30o C) 7 Storage Temperature : 23o F to 131o F (-5o C to 55o C) 8 Auto-switching : single-phase AC power 9 Frequency range : 47-63 Hz Environmental Specifications : Printer should withstand 10 high level of humidity and salty conditions 11 Print speed : 180 cards per hour Make : Samsung/Zebra/HP 1.10 Label Printer Specifications

Reason for Sl.NO Functionality Complia Not complying nc e Speed (Mono/Color) : Up to 24 ppm in A4 (25 ppm in 1 Letter) First Print Out Time (Mono/Color) : Less than 17 sec (From 2 Ready Mode)

page 51 of 102

Print Size : A4 / Letter / Legal / Oficio / Folio / JIS B5 / ISO B5 / Executive / A5 / Statement / A6 / Index Card Stock / 3 Postcard / Envelope Monarch / Envelope No-10 / Envelope DL / Envelope C5 / Envelope C6 / Envelope No 9 / Custom

Print Type : Plain Paper / Thin Paper / Thick Paper / Cardstock / Thicker Paper / Hole Punched 4 / Transparency / Pre-Printed / Letter Head / Recycled / Archive / Bond /Label / Envelope / Cotton / Coloured / Glossy 5 Memory / Storage : 256 MB (Max 512 MB) 6 Monthly Duty Cycle : 60,000 Images Interface : High-Speed USB 2.0, Ethernet 7 10/100/1000 Base-TX High-Speed USB 2.0 8 Make : Samsung/Zebra/HP 1.11 Database

Reason for Not Sl.NO Functionality Compliance complying 1 Highly performance reliable database with uptime 2 High availability with redundancy & clustering Should support existing system & IT security rules and processes 3 4 Should also support OS security services Database replication & migration should be real time without affecting 5 the operations The database should be highly scalable and should sustain incremental & 6 peak loads over the operation period 7 Minimum 300 concurrent connections support Performance should not degrade with significant incremental data 8 each day 9 Should be able to support both Windows & Linux Should support audit trail and policy compliance of sensitive data 10 Should support periodic & occasion backup and restore without having 11 to hold the operations 12 Both incremental & full back up to be supported Should have inbuilt alert mechanism to warn potential issues 13 14 Crash recover mechanisms to be supported. Should be able to distribute data onto physical storage devices for 15 record keeping Should support offline db setup and quick search for record keeping 16 17 Relational Database Management System 18 Make : MyS QL/ MSS QL/O racl e /Sy base /Pos tgres ql

page 52 of 102

1.12 Gate Server Specifications

Reason for Not Sl.NO Functionality Compliance complying Description : Continuous Availability Server solution with built-in Hot pluggable redundant modular 1 components –Dual core socket each with 8 core or higher

Processor : IntelR XeonR processor E5-2620v2,

2.1 GHz, 15 MB Cache (per processor), Intel Hyper- 2 Threading technology. Processors should be hot pluggable and should have redundancy.

Memory : 128 GB memory. Should be redundant, Hot 3 Pluggable and expandable to 256 GB or higher excluding redundancy Drive Bays : 8 * 2.5" SAS Drive Bay Hot pluggable with 4 complete redundancy

Hard drives : 2 * 1.2 TB 10K RPM SAS Disks. Should 5 be redundant and Should support 200GB SSD for future expansion. 6 Optical Drive : DVD-RW Expansion slots : Built in 2 * PCI-Express - should be 7 redundant, Hot Pluggable 8 Graphics : One VGA port Network : Usable 2 X 10/100/1000 Ethernet 9 Ports. Both ports should be redundant and hot

I/O ports & Connectors a. Pluggable. 1 * Active Service Network Modem, 10 b. 1 * 10/100 Management Port 4 USB Port, 2 * 9 Pin serial Port 11 Input device : USB or PS/2 keyboard and mouse Power supply : Hot plug and redundant power 12 supply (230V @50Hz) unit Power : 230 V @ 50Hz, Indian power cords to be 13 supp li ed Operating system : 2008 or Latest, VMWare 5.x or latest (Should be able to install in the 14 same machine quoted). Pre-installed from OEM.

Software : a. System management software to monitor the system health at local console and over network. 15 b. Fau lt Detection an d Is ola tion. Soft ware featu re should include capability of Call home and order for sp ar es on-line

page 53 of 102

c. The Software should offer Proactive availability management Support Services :

a. Direct problem call logging with Manufacturer

b. Less than 4 business hours 8/5, Hardware 16 Support Response directly from Manufacturer c. Advance Part exchange d. 24/7 Proactive ASN System Monitoring support e. Services directly from Manufacturer Mandatory Server Solution : a. Full data redundancy to be provided using

Solution proven technology (For both Disk Data and memory data) b. The Server should have hardened drivers for OS

and protect the system from transient errors c. The solution offered should have Zero fail over time

d. The Server should have the capability to Remote 17 Network Service and should be quoted with necessary Network modem e. The server should offer minimum 99.999% f. Should be able to able to install Microsoft Windows, Red Hat Linux, VMware on the same machine quoted / supplied

g. Server should mandatorily be able to connect to all leading external Storage seamlessly like IBM, HP, EMC, Netapp, Hitachi

General : Scope includes supply & installation a. Give compliance statement for the above specifications

b. Bidder should attach the OEM technical literature of the proposed model

c. The bid should explain in detail how the OEM's proposed system achieves uptime and how it 18 prevents down time of the Server in-spite of a component failure d. The bid should explain in detail how the features mentioned above are made available in the proposed system

e. Bidder should furnish all necessary part codes including Service components from OEM's (Part Codes should be from OEM) 19 Make : IBM/Dell/Stratus/HP/Lenovo

page 54 of 102

1.13 Digital Web/Camera Specifications

Sl.NO Functionality Compliance Reason for Not complying Camera type : Camera shall be Fixed color IR Bullet IP Camera 1

2 Image sensors : 1 / 2.8 “ mm CMOS Resolution : 2 Megapixel-60 fps in 3 1920 x 10 80 Lens type : 3-9mm power zoom lens,F1.2 4 Da y/night : Da y// Night Mechanical 5 cut filter Light : Light:0.05 lux color and 0 lux with IR 6 IR distance : Built-in IR Light up to 30m 7 Video compression : H.264 (High 8 Profile supported) / MJPEG 9 WDR : 100dB 10 Card slot : MicroSDup to 32 GB Audio : 2-way audio with microphone input 11 Alarm : Alarm Inpu t and al arm 12 outpu t 13 Power : POE / 12 V DC Moun ti ng : S uit ab le for Pole an d 14 Wall moun ting Makes : Axis/Pelco/BOSCH/PANASONIC 15

1.14 Incident Capture Camera Specifications

Reason for Not Sl.NO Functionality Compliance complying 1 Camera Type : Charge Coupled Device (CCD) 2 Capturing : Color camera Image & Video 3 Lens : Fixed focal or varifocal Auto iris lenses 4 Vision Capabilities : Day & Night Vision 5 Lux : Min. 1.8Lux (Image & Video) 6 Surge &lightning protection : Required Image compensation capability to ignore stray lighting / vehicle 7 lighting : Required 8 Snapshot Capturing : Required 9 Camera Mounting : Pole/Wall/etc.

page 55 of 102

Camera Location : Direct sunlight and stray lighting is 10 negated Camera Protection : Resistant to high 11 winds/salty/moisture/dust. IP-65 12 Automatic adjustment of brightness : Required

IR based 2 Mega Pixel-HD, Day night, with 1/3 inch CMOS or 13 higher with Industrial NMEA enclosures

14 Makes : LG/Axis/Samsung/Sony 1.15 Specifications of Industrial PC

Reason for Not Sl.NO Functionality Compliance complying Processor : Intel Core i5-3500 or Higher, 3.3 GHz, 1 6 MB L3 Cache 2 Graphics : Integrated HD Graphics Memory : 4 GB 1333 MHz DDR3 RAM with 16 GB 3 Expandability. 4 Hard Disk Drive : 1 TB 7200 rpm Serial ATA HDD. Monitor : 47 cm (18.5 inch) TFT/LED Digital 5 Color Monitor TCO-05 Certified. 6 Keyboard : 104 Keys or Better 7 Mouse : Optical Scroll Mouse

Ports : 6 USB Ports (with at least 2 in front, minimum 2 8 USB 3.0), 1 Serial audio port for microphone and headphone in front. 9 DVD Drive : DVD R/W Networking Facility : 10/100/1000 on board integrated 10 Network Port Operating System : Windows 8 Professional (64 bit) 11 preloaded with Certificate of Authenticity. Warranty : Five years comprehensive onsite warranty 12 13 Make : Dell/HP/Lenovo/IBM

1.16 Digital Signature Specifications

Reason for Not Sl.NO Functionality Compliance comp lyi ng Pen Tablet to capture signatures & drawings to insert into 1 documents & applications 2 USB interface

page 56 of 102

Cordless digital Stylus pen with pen-tip and two barrel 3 buttons 4 Dimensions: 305.5mm X 268.4mm X 10.5mm 5 Minimum Work Area: 8X6 inches 6 OS compatibility 7 Suitable for port weather conditions 8 Make : iball/HP/Dell

1.17 Label Specifications

Reason for Not Sl.NO Functionality Compliance complying 1 Read Range : 13 meters 2 Antenna : Integrated, Built-In Protocol : ISO18000-6C, EPC UHF Class 1 Gen 2. With optional 3 Dense Reader Mode (Class 3 Gen 2 compliant) 4 Frequency Range : 865-867 MHz Polarization : Circular Polarization Antenna, choice of LHCP or 5 RHCP 6 S203 Axial Ratio : Less than 0.5 - 1.0 dB 7 External Control : 2 x GPO and 2 x GPI 8 Supports True DRM : Required 9 Operating Temp: : -20°C to 60°C (-4°F to 131°F) 10 Storage Temp: : -40°C to 85°C (-40°F to 185°F) 11 Humidity: : 98% Non-condensing Environment Protection : IP68 with all Weather and MIL-STD- 12 810 Ruggedized Shock : MIL-STD-810F Method 516.5 Procedure V, 75g, 6ms, 2 13 shocks per axis 14 Vibration : MIL-STD-810F Method 514.5 Category 24 Mechanical Impact Resistance : Free falling ball impacting test at 15 1 meter in height with weight of ball at 500 grams loads 16 Connectivity : Ethernet Power Supply : DC supply (12 V, 2.5 A), or use POE+ 17 (IEEE802.3at) 18 Weight : Max. 2 Kg 19 Physical Characteristics (LxWxH) : Max. 300 x 300 x 75 mm 20 Make : ThingMagic, CSL, Impinj, Feig, IDcube, Rosslare, Tyco

page 57 of 102

1.18 RFID Transceiver Specifications

Sl.NO Functionality Compliance Reason for Not comp lyi ng Label : FASSON PP TOP WHITE C3- BG40WH 1 Dimensions: Size of the card shall be equivalent to any credit card/Visa ISO- 2 7810STANDARD (APPROX. 85 X 54 X 1.8 MM) Print options : Barcode, Text, & Image printable 3

1.19 Handheld Transceiver Specifications

Reason for Sl.NO Functionality Compliance Not comp lyi n 1 Read Range : 8 meters 2 Read Rate : 400 tags / second

Protocol : ISO18000-6C, EPC UHF Class 1 Gen 2 with optional 3 Dense Reader Mode (Class 3 Gen 2 compliant) Tag Information : All banks, any sizes; RSSI 4 value 5 Frequency Range : 865-867 MHz

Barcode Scanner : 1D and 2D: Codabar, CodablockA and F,

Code 11, Code 39, Code 93/93i, code 128/ISBT 128/UCC EAN 128/EAN.UCC composite, Industrial and Standard 2 of 5, 6 Interleaved 2 of 5, Aztec, Data Matrix, (and all other Matrix type barcodes), MSI, PDF417/MicroPDF417, MacroPDF417 (unbuffered d mode), Plessey, RSS, Telepen, TLC39, UPC/EAN/ISBN

Antenna Polarization : Option of vertically linear polarized, 7 horizontally linear polarized or circular polarized

8 Operating Temp : -20°C to 50°C (-4°F to 122°F)

9 9 Storage Temp : -40°C to 75°C (-40°F to 167°F 10 Humidity : 5% to 95% Non-condensing Ruggedized Designs : Drop test 1.5 meters on 11 6 sides; IP65

page 58 of 102

User Interface – Input : Full QWERTY 12 keyboard, Touch Screen, Trigger Button User Interface – Output : 3.5” Transmissive 13 LCD, 320 x 240 pixels, LED x 2, Buzzer Connectivity : Inbuilt Wi-Fi (802.11 b/g), USB, GPRS, RTLS 14

External Memory : SD Card, Standard SD and 15 SDHC 16 Processor : 400 MHz 17 Memory : 128 MByte Flash, 64 MByte RAM Battery Life : 1.5 hours turbo read, 20 hours standby, field 18 replaceable battery 19 Weight : Maximum 1 Kg Physical Characteristics (LxWxH) : Max. 197 x122 x 223 mm 20 Make : ThingMagic, CSL, Impinj, Feig, IDcube, Rosslare, Tyco 21

1.20 Combo Gen 2UHFBAP+HF Tag

Reason for Not Sl.NO Functionality Compliance complying EPC Gen2 UHF BAP tag and HF Tag : Combined 1 in one single ID card 2 Mode of Operation : Battery Assisted Passive 3 Direction : Omni-directional tags Usage : Worn as a badge or carried in pockets, 4 purses, briefcases, and billfolds. 5 Data Storage : Direct on Tag 6 Data Protection : Lockable data memory Gen 2 UHF Read Range – Free Space : 20 7 meters (60 feet) Gen 2 UHF Read Range – Human Body : 5 8 meters (16 feet) 9 HF Read Range : 2.5 Standards : EPC BAP UHF: ISO 18000-6, EPC 10 Class 3 Gen 2 HF: ISO 14443B, ISO 15693 UHF Memory : EPC BAP UHF: 96-bit EPC ID, 64- 11 bit TID,720-bit User Memory HF Memory : 2K-bit (256 Byte) / 16K-bit (2K 12 Byte) / 32K-bit (4K Byte) user memory Operating Temperature : -20°C to 60°C (-4°F to 13 140°F)

page 59 of 102

14 Operating Frequency : Global 860 to 960 MHz 15 Environment Protection : IP68 Dimensions : ID card standard size, 85 x 54 x 16 2.3 mm 17 Form factor : Direct printable card Optional Features : Four color printing with 18 optional hole punch. 19 Make : Coresonant , CSL, 3M, Neology

1.21 Permanent Vehicle Tags

Reason for Not Sl.NO Functionality Compliance complying Tag Design : Tamper-evident design as 1 required by NHAI/MoRTH Tag Certification : Automotive Research 2 Association of India (ARAI)

Substrate : Translucent polyester with artwork and antenna printed on the same 3 substrate. No multiple substrate layers glued together and no internal cuts.

Artwork : For windshield project's unique 4 optional personalized graphic design printed with 3colors on the substrate.

Variable information : Variable information

such as barcode or text is printed directly on the 5 same substrate of the tag. Barcode can be of different formats.

6 Passive RFID Operation : RFID passive type 7 Flexibility : Flexible and Thin. 8 Protocol : ISO / IEC 18000-6C Data : Up to 640 kbps data transfer rate. 32 9 Bit Access and 32 Bit Kill Passwords. Sensibility -14dBm in the UHF frequency band : 10 -14dBm in the UHF frequency band 11 Storage Temperature : -40°C to +100°C 12 ESD Voltage Immunity : +/- 3kV

Transferable : a. The tag should be nontransferable, ensuring 13 that it cannot be removed and transferred to a different vehicle. The tag should stop working after it is

page 60 of 102

b. Removed from the vehicle and should leave evidence of detachment in both the tag and the windshield.

Security : The tag should include security micro 14 text printing and the use of reflective pigments that change color under black light. Data Protection : Password authentication to data. 15 Dura bility : Dura bility of at least five years from the delivery of materials and proper 16 installation according to the installation instructions under normal environmental conditions.

IR and UV protection : Ultraviolet (UV) and 17 infrared (IR) protection of the chip on both sides of the tag 18 Operating Frequency : 865-867MHz Memory : Minimum total memory chip 800- bits. 19 Unique 64 bit EEPROM : EEPROM write cycles to 100,000 20 cycles. EEPROM data retention of 5 years. 21 Operating Temperature : -40°C to +85°C 22 Relative Humidity : 100% condensing 23 Makes : Coresonant , 3M, Neology

1.22 UPS Specification

Reason for Sl.NO Functionality Compliance Not comp lyi ng 1 Design : Online UPS(1KVA & 2KVA)

Full Load Power Supply Time : Min. 4 2 Hrs A.C Incoming supply 190-270 V, Single 3 Phase,50 Hz +/-2.5 Hz. During intermittent interruption Cycle 4 Continuously supplying power

5 Makes : DB, APC, Microtek, TataLibert

page 61 of 102

1.23 RFID Reader and Writer Specifications

Reason for Not Sl.NO Functionality Compliance complying 1 Reader : USB-5EC 2 Development Kit : USB-5EC-DEVKIT RFID Protocol : Support EPCglobal Gen 2 (ISO 3 18000-6C) with Anti-Collision and DRM

Antenna : Internal linear polarized antenna 4 with peak Gain 1 dBi from 860–960 MHz

RF Power Output : Separate read and write

levels (into the antenna) are command- 5 adjustable from 10 dBm to 23 dBm (200mW), +/- 1.0 dBm accuracy

Frequency : a. Pre-configured for the following regions: FCC

902-928 MHz (Americas)

b. ETSI 865.6-867.6 MHz, 869.85 MHz (EU) KCC 6 917- 920.8 MHz (Korea) c, TRAI 865-867 MHz (India) ACMA 920-926 MHz (Australia) d. SRRC-MII 920-925 MHz (P. R. China) e. ‘Open’ (Customizable) 860-960 MHz Physical : USB mini-B connector, with 2 foot 7 (61 cm) cable terminated in A-type plug

Signaling : Asynchronous serial interface with 8 3.3/5V logic levels; baud rates from 9600 to 921,600 bps

I/O : Two I/O command controlled LEDs and 9 two I/O command queried switches Protocol : Command-response protocol 10 protected by length field and 16-bit CRC

Dimensions (not including stand) : 97 mm L x 11 61 mm W x 25 mm H (3.8 in L x 2.4 in W x 1.0 in H)

Regulatory : FCC 47 CFR Ch.1 Part 15 12 Industrie Canada RSS-21 0 ETSI EN 302 208 v1.4.1 13 Safety : IEC 60950-1 (ed.2) US-17650-UL

page 62 of 102

DC Power Required : DC Voltage: 5 VDC (Powered by USB interface) DC Power: 2.7 W (540 mA ) max Supplied interface cable 14 terminates in two type-A plugs: one for power and signal, the second for additional power if needed

Idle Power Consumption : a. 1.7 W max at idle (Power management 15 modes can be used to reduce this to b. as little as 0.1 W) Operating Temp. : Operating Temp. -20C to 16 +60C Storage Temp. : Storage Temp. -40C to +85C 17 Architecture 18 User-accessible Flash Memory : 16 kB 19 Tag Buffer : 200 Tags 20 Tag Read Rate : Up to 200 tags/second Max Read Distance : Up to 3 ft (0.91 m) 21 depending on tag sensitivity and orientation 22 Make : Feig/Impinj/ Thingmagic

page 63 of 102

1.24 Wired Networking Specifications

Reason for Not Sl.NO Parameter functionality Compliance complying

The switch should have 16 Gigabit Ports, and 4 Ports of GE for downlink and should be able to support 8 GE PoE/PoE+ Ports

Each switch should have 4 combo (one SFP and one Copper ports with one port active at a time) uplink Gigabit ports in addition to downlink

ports. Each switch should have Line Rate forwarding Rate for all ports 1 General The switch should have atleast 16000 Unicast MAC addresses and 1000 IGMP Multicast Groups Each switch should support atleast 1000 VLAN's and 4096 Vlan ID's Switch should have Redundant DC input voltage with operating range: nominal 9.6 to 60VDC Switch should have atleast 512MB DRAM and 128MB Flash memory

The switch should support following Ethernet 2 Layer-2 Standards : 802.3, 802.3x (flow control), 802.3ad (LACP), 802.1p, 802.1q

page 64 of 102

The switch should support loop avoidance mechanism like 802.1d (spanning-tree), 802.1s (MSTP), 802.1w(RSTP), PVST or PVST+

The switch should support Unidirectional Link Detection Mechanism to detect the failures of uplink port.

The switch should support Per port enabling/disabling of unknown unicast/ multicast flooding The switch should support Layer 2 Multicast Features like IGMPv1, v2 and v3 The switch should REP or equivalent as ring convergence mechanism The switch hardware should be capable of

supporting IPv6

The switch should support following host based IPv6 features but not limited to IPv6 Addressing, IPv6 Option Processing, Fragmentation, ICMPv6

The switch should support IPv6 applications like

Ping, Traceroute, VTY, SSH, TFTP, SNMP 3 IPv6 The switch should support HTTP and HTTP (s) over IPv6 The switch should support IPv6 Stateless Auto Config The switch should support IPv6 based Access Control Lists The switch should support SNMP over IPv6 and Syslog over IPv6

The switch should have Port Security Mechanism with MAC Aging, Trunk Port Security and Port Security for Voice Vlans

The switch should support 802.1x, 802.1x Guest Vlan, 802.1x Mac-Auth-Bypass Features

The switch should support Secure Shell (SSH), TACAS+,

RADIUS Server/Client The switch should support MAC Address 4 Security Notification The switch should support BPDU Guard, Port Security. The switch should supp ort DHCP Snoo ping, Dynamic ARP Inspection and IP Source Guard Mechanisms The switch should have Time Based ACL to control different policies at different times The switch should support Private VLAN's

page 65 of 102

The switch should support Ingress Policing and Ingress Rate Limiting of packets

The Switch should support 802.1p Port Priority Mechanisms

5 QoS The switch should have Shaped Round Robin and Weighted Tail Drops mechanisms The switch should support DSCP Mapping and DSCP Filtering mechanisms. The switch should also support Auto Qos

The switch should supprt IGMPv1 and IGMPv2 Filtering

The switch should support IGMP v1,v2 and v3 Snooping 6 Multicast The switch should have IGMP Snooping Timer and configurable IGMP Leave timer The switch should support Multicast Vlan Registration. The switch should support for GOOSE Messaging

The switch should support SCADA protocol Classification Support

The switch should have Utility specific Smart Port across/Templates

7 Utility The switch should have MODBUS TCP/IP The switch should support Dying Gasp Message support for Loss of power The switch should have On Board Failure Logging and Generic online Diagnostics The switch should support BFD Switch should have Swappable Flash memory which

is ideal for quick and easy switch replacement.

The switch should support IEEE 1588 PTP v2 a precision

timing protocol with nanosecond-level precision for

high-performance applications

The switch should support CIP interface and CIP Time

Sync functionality Industrial 8 The switch should support CIP Password Ethernet Encryption as additional security measure The switch should support Profinetv2 and ODVA industrial Ethernet/IP The switch should have Industrial Automation Smart ports The switch should support Layer 2 NAT Fu nctio nali ty

page 66 of 102

The switch should conform to various industrial standards like EN 61000-6-1 Light Industrial; EN 61000-6-2 Industrial; EN 61000-6-4 Industrial; EN 61326 Industrial Control ; EN 61131-2 Programmable Controllers The switch should support Parallel Redundancy Protocol

The switch should support Static Routing The switch should support Inter Vlan Routing

The switch should support Routing Protocols like RIPv1, RIPv2, OSPF, EIGRP, IS-IS and BGP 4

The switch should support Policy Based Routing

The switch should support multicast features like PIM Sparse mode(PIM-SM), Dense Mode(PIM- DM), Sparse- 9 Layer 3 Dense Mode The switch should support DHCP with DHCP option 82 for data insertion and pass through The switch should support HSRP or equivalent features

The switch should support RIPng, OSPFv3, EIGRP for IPv6, HSRPv6

The switch should be IP30

The Switch should sustain the Operating Temperature from - 40degree Celsius upto 75 degrees Celsius using a Fan Based Enclosure

Switch should conform to following Safety Standards like UL/CSA 60950-1; EN 60950-1; ANSI/ISA 12.12.01; CSA C22.2 No 213; IEC 60079- 0, -15 IECEx test report; EN 60079-0, -15 ATEX certification (Class I Zone 2)

The switch should be Shock Proof, Vibration Proof and Noise Immunity

The switch should have Storage Temperature of - 10 Ruggedization 40 to 85 degree Celsius The switch should sustain Relative Humidity from 5% to 90% Non-Condensing

The switch should comply to various Electromagnetic Emissions and Immunity standards not limited to the following :

FCC 47 CFR Part 15 Class A; EN 55022A Class A ; VCCI Class A; AS/NZS CISPR 22 Class A ; CISPR 11 Class A ; CISPR 22 Class A; ICES 003 Class A; CNS13438 Class A; EN55024 ; CISPR 24; AS/NZS CISPR 24; KN24 ; EN 61000-4-2

page 67 of 102

Electro Static Discharge ; EN 61000-4-3 Radiated RF ; EN 61000-4-4 Electromagnetic Fast Transients; EN 61000-4-5 Surge; EN61000-4-6 Conducted RF ; EN 61000-4-8 Power Frequency Magnetic Field ; EN 61000-4-9 Pulse Magnetic Field ; EN 61000-4-11 AC Power Voltage; EN 61000-4-18 Damped Oscillatory Wave; EN- 61000-4-29 DC Voltage Dips

The switch should have CLI as well as Web Based

GUI for management The switch should support Network Time

Pr otocol The switch should support Configuration Rollback

The switch should have USB console Port The switch should be DIN-RAIL Mountable

11 Manageability Switch should have the option to apply a default global or interface level macro with a recommended configuration, allowing the user to easily set up the switch in a configuration optimized for the specific application

Switch Should have atleast 2 Alarm Inputs which can be used to alert external systems, ,and , one alarm output relay 12 Makes Hirsehmann, Cisco, Ruggedcom, Garrettcom

page 68 of 102

1.25 Wireless Networking Specifications

Reason for Not Sl.NO Parameter functionality Compliance complying The switch should have 8 Fast Ethernet

Ports and 2 Ports of 10/100/1000Mbps downlink port and 4 numbers of 10/100 PoE/PoE+ Ports

Each switch should have 2 combo (one SFP and one Copper ports with one port

active at a time) uplink Gigabit ports in addition to downlink ports

1 General Switch should have forwarding rate of 6.5Mpps The switch should be modular in nature, and allow adding more ports in future The switch should have atleast 8000 Unicast MAC addresses and upto 1000 IGMP groups Each switch should support atleast 255/1000 VLAN's and 4096 Vlan ID's Switch should have atleast 128MB DRAM and 64 MB Flash Memory Switch should have Redundant DC input voltage

The switch should support following Ethernet Standards : 802.3, 802.3x (flow control), 802.3ad (LACP), 802.1p, 802.1q

The switch should support loop avoidance mechanism like 802.1d (spanning-tree), 802.1s (MSTP), 802.1w(RSTP), PVST or

PVS T+

The switch should support Unidirectiona Link Detection Mechanism to detect the 2 Layer-2 failures of uplink port.

The switch should support Per port enabling/disabling of unknown unicast/ multicast flooding

The switch should support Layer 2 Multicast Features like IGMPv1, v2 and v3 The switch should REP or equivalent as ring convergence mechanism. The switch hardware should be capable of

supporting IPv6

page 69 of 102

The switch should support following host based IPv6 features but not limited to IPv6 Addressing, IPv6 Option Processing, Fragmentation, ICMPv6

The switch should support IPv6

applications like Ping, Traceroute, VTY, SSH, TFTP, SNMP 3 IPv6 The switch should support HTTP and HTTP (s) over IPv6 The switch should support IPv6 Stateless Auto Config The switch should support IPv6 based Access Control Lists The switch should support SNMP over IPv6 and Syslog over IPv6

The switch should have Port Security Mechanism with MAC Aging, Trunk Port Security and Port Security for Voice Vlans

4 Security The switch should support 802.1x, 802.1x Guest Vlan, 802.1x Mac- Auth-Bypass Features The switch should support Secure Shell (SSH), TACAS+, RADIUS Server/Client The switch should support MAC Address Notification The switch should support BPDU Guard, Port Security.

The switch should support DHCP Snooping, Dynamic ARP Inspection and IP Source Guard Mechanisms

The switch should have Time Based ACL to control different policies at different times The switch should support Private VLAN's

The switch should support Ingress Policing and Ingress Rate Limiting of packets

The Switch should support 802.1p Port Priority Mechanisms

5 QoS The switch should have Shaped Round Robin and Weighted Tail Drops mechanism The switch should support DSCP Mapping and DSCP Filtering mechanism The switch should also support Auto Qos

The switch should support IGMPv1 and IGMPv2 Filtering

page 70 of 102

The switch should support IGMP v1,v2 and

v3 Snooping 6 Multicast The switch should have IGMP Snooping Timer and configurable IGMP Level Timer The switch should support Multicast Vlan Registration.

Switch should have Swappable Flash memory which is ideal for quick and easy

switch replacement.

The switch should support IEEE 1588 PTP v2 a precision timing protocol with nanosecond-level precision for high-

performance application

Industrial The switch should support CIP interface 7 Ethernet and CIP Time Sync functionality

The switch should support CIP Password Encryption as additional security measure The switch should support Profinetv2 and ODVA industrial Ethernet/IP The switch should have Industrial Automation Smartports The switch should have ABB Industrial IT certification The switch should support ODVA Industrial EtherNet/IP support The switch should support Static Routing

The switch should support Inter Vlan Routing

The switch should support Routing Protocols like RIPv1, RIPv2, OSPF,

EIGRP, IS-IS and BGP 4 The switch should support Policy Based

Routing 8 Layer 3 The switch should support multicast features like PIM The switch should support DHCP with DHCP option 82 for data insertion and pass through The switch should support HSRP or equivalent features The switch should support RIPng, OSPFv3, EIGRP for IPv6, HSRPv6

page 71 of 102

The switch should be IP20/IP 30 ( with

accessory) The Switch should sustain the Operating

Temperature from -40 degree Celsius upto 75 degrees Celsius using a Fan Based Enclosure

Switch should conform to following Safety Standards like UL 60950-1; CSA C22.2 No. 60950-1 ; TUV/GS to EN 60950-1

9 Ruggedization The switch should be Shock and Vibration Proof The switch should have Storage Temperature of -40 to 85 degree Celsius The switch should sustain Relative Humidity from 5% to 95% Non-condensing

The switch should comply to various Electromagnetic Emissions and Immunity standards not limited to the following :

FCC Part 15 Class A ● EN 55022 ● CISPR 22 ● CISPR11 ● VCCI Class A ● AS/NZS 3548 Class A ● CNS 13438 Class A ● KN 22 Class A EN 55024 ● AS/NZS CISPR 24 ● KN 24 ● IEC/EN 61000-4-2 (Electro Static Discharge) ● IEC/EN 61000-4-3 (Radiated Immunity) ● IEC/EN 61000-4-4 (Fast Transients) ● IEC/EN 61000-4-5 (Surge) ● IEC/EN61000-4-6 (Conducted Immunity)● IEC/EN 61000-4-8 (PowerFrequency Magnetic Field Immunity) ● IEC/EN 61000-4-9 (PulseMagnetic Field Immunity) ● IEC/EN 61000-4-10 (Oscillatory MagneticField Immunity) ● IEC/EN 61000- 4-11 (AC power Voltage Immunity)

● IEC/EN 61000-4-16 (Low Frequency Conducted CM Disturbances) ●IEC/EN 61000-4-17 (Ripple on DC Input Power) ● IEC/EN 61000-4-18 (Damped Oscillatory Wave) ● IEC/EN 61000-4-29 (Voltage DipsImmunity, DC power) ● IEEE C37.90 (Surge) ● IEEE C37.90.1 (FastTransients) ● IEEE C37.90.2 (Radiated Immunity) ● IEEE C37.90.3(Electro Static Discharge)"● UL/CSA ● CE (Europe)"

The switch should have CLI as well as Web Based GUI for managemnet

The switch should support Network Time Protocol

page 72 of 102

The switch should support Configuration

Rollback The switch should have RJ 45 console Port

The switch should be DI N-RA IL Mountable, Wall or 19" inch rack 10 Manageability mountable Switch Should have Alarm Relay contacts which can be used to alert external systems Switch should have the option to apply a default global or interface-level macro with a recommended configuration, allowing the user to easily set up the switch in a configuration optimized for the specific application Hirsehmann, Cisco, Ruggedcom, 11 Makes Garrettcom

1.26 Digital Signature Specifications

Reason for Not Sl.NO Functionality Compliance complying 1 Standalone Kiosk with sturdy Touchscreen Terminal CPU & Memory suitable for Windows 8 PC requirement 2 specifications 3 RFID card scanner integrated 4 Receipt/Acknowledgement Printer Enclosed 5 UPS & Fans 6 Stainless steel body with sleek 4th Gen look, 7 Sturdy, Robust, & All Weather, Fully Protected 1.27 Aadhar FP- USB Specifications

Reason Sl.N Parameter functionality Compliance for Not O comp lyi ng Windows® 7, Linux, XP Professional 1 Operating System Compatible 2 LED Blue illumination 3 Pixel resolution 500dpi (native), 1000dpi (interpolated) 4 Scan capture area 12.8mm x 16.5mm (width x length) 5 Reader size 72 mm x 39 mm x 21.7 mm (approximate) 6 Interfaces/connectors USB 2.0 (High Speed) 7 Ruggedness IP64 Certified 8 Finger Print Image ANSI an ISO/IEC Standards

page 73 of 102

9 Compliance RoHS, WEEE, UL, USB, WHQL, STQC. 10 Weight 105 grams 11 Required Makes Suprema/Visiontek/Cogent/U-ID system

1.28: Incidence Management

Reaso n for

Sl. NO Compli ance Deviation Parameter functionality

Operating 1 Windows System 5.6 Inch HD LED Screen, HD, 1366 x 768 resolution , 0.252 mm 2 Display pixel pitch, • 6th generation Intel Core i3/i5 Processor

3 Processor • Intel Pentium Processor • Intel Celeron Processor 4 Chipset Integrated in processor · Ethernet :10/100 Mbps Ethernet controller integrated on system board

· Wireless: Communicatio 5 ns · Wi-Fi 802.11ac · Wi-Fi 802.11b/g/n · Bluetooth 4.0 · Slots: Two SODIMM slots

· Slots Two SODIMM slots 6 Memory · Type :Dual-channel DDR3LType Dual-channel DDR3L · Configurations supported: 6 GB, 8 GB and above, 1TB SATA Hard Drive Drive · Resolution: Still image 0.92 megapixel 7 Camera · Video : 1280 x 720 (HD) at 30 fps (maximum) Diagonal viewing angle : 74 degrees External:

Network One RJ45 port USB

Ports and • One USB 3.0 port 8 connectors • Two USB 2.0 ports Internal: NGFF slot One NGFF slot for Wi-Fi and Bluetooth combo card.

Controller: Integrated • Intel HD Graphics 520

• Intel HD Graphics 510 9 Video Discrete : AMD Radeon R5 M335 Memory: Integrated Shared system memory Discrete Up to 4 GB DDR3L

page 74 of 102

Interface : SATA 6 Gbps

Hard drive : One 2.5-inch drive (supports Intel Smart Response 10 Storage Technology) Optical drive: One 9.5 mm DVD +/- RW drive • 4 cell “smart” lithium ion (40 WHr) 11 Battery • 4 cell “smart” lithium ion (47 WHr) Temperature Operating 0°C to 35°C (32°F to 95°F) 12 range Storage –40°C to 65°C (–40°F to 149°F) 13 Voltage 14.8 VDC

Power • 45 W 14 adapter • 65 W Required 15 Lenovo/Dell/HP Makes

1.29. Bollard Specification

Reason for Sl.NO Functionality Compliance Not comp lyi ng 1 Application : Outdoor 2 IP Rating : 67 3 Drive : Hydraulic Cylinder Height : 800mm from ground

Cylinder Diameter : 275 mm 4 Cylinder material : Steel SJ235JR EN 10219 (12,5mm thick) Cylinder surface : Cataphoresis and polyester powder painted Dark grey metallized RAL 7021 5 Head : Aluminium RAL 9006 Rising Time [s] : ~8 6 Lowering time [s] : ~4,5 Emergency automatic lowering : YES (OPTION) 7 Emergency lowering time [s] : ~2 7 Saf ety pressu re switch : YES (OP TIO N) Emergency manual lowering : Accessible by key (armored lock)

8 Against winds & better view when compared to Round & Rectangular profil es. 12 Power Supply : 230V ~ 50(60Hz) 13 Maximum Power Consumption [W] : 575 Reflective strip height [mm] : 55 15 Ref lecti ve strip colo ur : Or an ge 16 Suggested Usage : Intensive Impact resistance [J] : 85.000

Break-in resistance in single unit configuration [J] : 287.000

page 75 of 102

17 Break-in resistance in two units configuration [J] : M30 ranking (656.0 00J)

Total weight [kg] : 220 18 Pit weight [kg] : 60 Bollard weight [kg] : 160 Operating temperature : -15 °C / +55 °C 19 Operating temperature with heater (accessory) : -25 °C / +55 °C Underground product dimensions WxDxH [mm] : 560 x 560 x 1.220

20 Required excavation dimensions WxDxH [mm] : 1.000 x 1.000 x 1. 540

Integration : 21 a. Shall function in integration with Smart cards, proximity reader based access control systems etc Makes : Magnetic Auto Control / Elka / Automatic 22 Sy st em s/ Gunn ebo

2. CCTV Specifications

S.NO Table of Contents

2.1 IR Bullet Camera Specification 2.2 IR PTZ Camera Specification 2.3 Thermal PTZ Camera Specification 2.4 4 Port Industrial grade Switch Specification 2.5 8 Port Industrial grade Switch Specification 2.6 12 Port Distribution Switch Specification 2.7 24 Port L3 Switch Specification 2.8 Video Management Software Specification 2.9 Video Management Server Specification 2.10 Server Attached Storage Specification 2.11 Workstation Specification 2.12 Videowall Specification 2.13 PTZ Controller Specification 2.14 1 KVA UPS Specification 2.15 15 KVA UPS Specification 2.16 Outdoor Junction Box 2.17 Pole Specification 2.18 42U Rack Specification 2.19 Passive Items Specification

page 76 of 102

2.1 IR Bullet Camera Specification

Reason for Not Sl.NO Features Minimum Specification Compliance complying 1 Sensor 1/2.8”progressive Scan CMOS Min illumination Color: 0.005 Lux @ (F1.2, AGC ON), 0 Lux with IR 2 Color: 0.006 Lux @ (F1.4, AGC ON), 0 Lux with IR 3 Shutter Speed 1/3 to 1/100,000s Slow Shutter Support 4 Lens 2.8-12mm @ F1.4, angle of view : 90.1 31° AF – automatic focusing and motorized zoom 5 Lens Mount lens 6 Auto iris DC drive 7 Day & Night IR Cut Filter 8 WDR True WDR Upto 120dB Video Compression Main stream: H.265+/H.265/H.264+/H.264 9 Sub stream: H.265+/H.265/H.264+/H.264/MJPEG Third stream: H.265+/H.265/H.264+/H.264 10 Video Bit Rate 32 Kbps to 16 Mbps 11 Audio Compression G722.1/G711ulaw/G711alaw/G726/MP2L2 Max Resolution & 12 Image 1920 x 1080,3D DNR ,BLC enh anceme nt Frame Rate & 25fps (1920x1080,1280x960, 1280x720),Triple 13 Streams stream supported Motion detection, video tampering, network 14 Alarm Trigger disconnected, IP address conflict, illegal login, HDD full, HDD error, Alarm input, Alarm output TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, 15 Protocols DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, IPv6, Bonjour 16 Standard ONVIF(PROFILE-S) 1 input (line in, 3.5 mm), 1 output(3.5 mm), 17 Audio single track Communication 18 1 RJ45 10M/100M Ethernet Port Inter face 19 Alarm 1 input, 1 output 20 Video Output (-S) 1Vp-p composite output 7 Ω/BNC Built-in Micro SD/SDHC/SDXC slot, upto 128 21 On-board storage GB 64 GB SD Card Req uired Line crossing detection, intrusion detection, 22 Behavior Analysis unattended baggage detection, object removal detectio n, Face Detection IP 66,IK10, TVS 2000V Lightning Protection, Surge 23 Protection Level Protection and Voltage Transient Protection Operating Temperature: -30 °C to +60 °C (-22 °F to +140 °F) 24 Co nd iti on s Humidity: 95% or less (non-condensing) 25 Power Supply 12 VDC ± 25%, PoE (802.3at) 26 IR Distance upto 50 Mtr 27 Regulatory UL, CE, FCC,BIS 28 Approved Makes AXI S, Bo sc h, Tyco, Mobo ti x, Pelco

page 77 of 102

2.2 IR PTZ Camera Specification

Reason Sl.NO Features Minimum Specification Compliance for Not comp lyi ng 1 Image Sens or 1/1.9 ‟‟ Progr ess ive Scan CM OS Color : 0.002 lux (F1.5, AGC On) B/W : 0.002 lux Min. Illumination 2 (F 1.5, 1/1 se c, 50 IR E, AGC On) 0 lux with IR Auto/Ma nu al /A TW/I nd oor/ Outdoor/Da ylig ht White Balance 3 lamp/So dium lamp 4 IR PTZ Came ra Spe ci fica tion Auto / Ma nu al 5 Optical Def og an d Wiper Ye s 6 3D DNR; HLC; BLC Ye s 7 WDR 120 dB True WDR 8 EIS Ye s 9 Sh utter Time 50H z: 1-1/30,0 00s 10 60H z: 1-1/30,0 00s 11 Day & Night IR Cut Filter 12 Dig ital Zoom 12X or better 13 Pri vacy Ma sk 24 program mable pri vacy ma sks 14 Foc us Mo de Auto / Ma nu al 15 Focal Length 30x or better 16 Pan Ran ge 360° end less 17 Pan Spee d Pan Ma nu al Sp ee d: 0.1° /s to 210 °/s, 18 Pan Preset Sp ee d: 300° /s 19 Tilt Ra nge (-20°-90° Auto Flip ) Tilt Manual Speed: 0.1°-150°/s, Preset Speed: Tilt Speed 20 300°/s 21 Nu mber of Preset 300 22 Patr ol 8 patrols, up to 32 presets per patrol 4 patterns, with the recording time not less than Pattern 23 10 minu tes per pattern 24 Powe r-off Memory Su pp orted Preset / Patrol / Pattern / Pan scan / Tilt scan / Park Action 25 Ra nd om scan / Frame scan / P an ora ma scan 26 PTZ Pos iti on Di sp lay On / O ff 27 Pre set Fr eezi ng Su pp orted 28 Smart tr acki ng Su pp orted 29 IR Di stan ce 200 Mtr or Above 30 Alarm Inpu t 2 or better 2 relay outputs, alarm response actions Alarm Output 31 co nfigu rable Motion Detection, Intrusion, Line Crossing, Region Alarm Trigger Entrance, Region Exiting, Face Detection, Audio 32 Exc epti on Detection Preset, Patrol, Pattern, SD/SDHC card recording, Alarm Action 33 Relay ou tpu t, Notif ica tion on Client 34 Audio Inter face 1-ch aud io inpu t/ Outpu t 35 Network Inter face 1 RJ45 10 M/1 00 M Ethernet Inter fac e; Hi-PoE 36 Max. Image Resol uti on 192 0×1080 37 Frame Rate 60 fps or more 38 Image Compress ion H.265/H.2 64/M JPEG 39 Aud io Co mpress ion G.711al aw/G.7 11ul aw/G.722 .1/ G.726/MP 2L2/P CM

page 78 of 102

IPv4/IPv6, HTTP, HTTPS, 802.1x, Qos, FTP, DHCP, Protocols SMTP, SNMP (V3), DNS, NTP, RTSP, RTCP, RTP, 40 TCP/IP, DHCP,PPPoE, ICMP

Number of Simultaneous Up to 20 users Live View 41 42 Three Streams Support Manual REC / Alarm REC.

Built-in Micro SD/SDHC/SDXC card Slot, up to Mini SD Memory Card 256GB Edge recording. 43 64GB SD Card required Up to 32 users,3 Levels: Administrator, Operator User/Host Level 44 and User User authentication (ID and PW), Host Security Measures 45 authentication (MAC address) IP address filtering IE 7+, Chrome 18 +, Firefox 5.0 +, Safari 5.02 +, Web Browser 46 support multi-language 47 ONVIF Profile S & Profile G 48 Power 24VAC/Max. 60W (with IR ON) ; HI-POE

Working Temperature / Outdoor: -40°C to 70°C (-40°F to 158°F)/0-90%RH Humidity (non-condensing) 49 50 Protection Level IP67 standard and IK10, Wiper 51 Mounting Wall/Pole Mount

Mount Option (only Long-arm wall mount, Corner mount, Pole Mount, suitable for outdoor dome) Power box mount, 52 53 Certification FCC,CE,UL,BIS 54 Approved Makes AXI S, Bo sc h, Tyco , Mobo ti x, Pelco

page 79 of 102

2.3 Thermal PTZ Camera Specification

Reason for Not Sl.NO Minimum Specification Compliance complying 1 Minimum Specifications

Dual Camera: Camera shall have both conventional PTZ (Day/Night Color) as well as thermal camera as an integrated unit .At daytime normal PTZ camera will do the monitoring & at night thermal camera will be used for surveillance. 2 3 Thermal Camera System 4 IR PTZ Camera Specification 5 Day/Night Camera System 6 Image Sensor : 1/2.8" CMOS Sensor or better 7 Resolution : 1920x1080 or better 8 Optical zoom :4.3 to 129mm continous zoom or better 9 Frame rat 25fps or better 10 PTZ Specifications

Pan: 360 Deg Continuous 0.1 degree per seconds to 45 degree 11 per seconds 12 Tilt: -45 deg to 20 deg 13 IP Interface: Inbuilt, for connectivity to IP based CCTV system 14 Camera Certification: CE,FCC 15 Rating : IP 66 or better 16 Power : 24VAC or POE + or better 17 Operating Temperature : -30 to + 50 deg or better Approved Make : AXIS, Bosch, Tyco, Mobotix, Pelco, 18 Opgal, FLIR

page 80 of 102

2.4 Port Industrial grade Switch Specification

Sl.NO Minimum Specification Compliance Reason for Not complying 1 Features description 4*10/100/1000 Base-T PoE+ ports and additional 2* SFP slots 2 loaded with 1Gbps Single mode mdoules Should support PoE+ as per IEEE 802.3at with PoE budget of 120W 3 or more 4 IR PTZ Camera Specification L2 Features: Should supportSTP, RSTP, MSTP, STP root guard, Voice

VLANIGMP v1/v2/v3 snooping, MLD snooping (MLDv1 and v2),IEEE 802.3ac VLAN tagging, IEEE 802.1Q Virtual LAN (VLAN) bridges, 5 IEEE 802.1v VLAN classification by protocol and port Should support RPR/IEEE 802.17/equivalent for sub 50ms 6 ringprotection in following scenarios : single, dual fibre cuts in ring Quality of Service: Should support Policy-based QoS based on VLAN, port, MAC and general packet classifiers Should support

strict priority, weighted round robin or mixed SchedulingShould support 8 priority queues with a hierarchy of high priority queues 7 for real time traffic, and mixed scheduling, for each switch port Security: Should supportACL based on L2/L3 headers, Dynamic

VLAN assignmentDHCP snooping, IP Source guard, DAI, Private VLAN, Authentication( MAC, Web and IEEE 802.3x), sflow,Radius, 8 TACACS+, LAG, Loop protection and loop detection, Management : Should support:CLI, GUI, IEEE802.3az, RMON 4 groups, SNMPv3, LLDP Digital optical monitoring, cable fault

detection DHCPv6, DNSv6, Telnetv6 and SSHv6, NTPv6USB interface for taking backup of software release files configurations, SSLv2 and SSLv3,Event-based triggers allow user- defined scripts to be executed upon selected system events based 9 on Time , Date , day and Event based

Certifications:UL60950-1, CAN/CSA-C22.2 No.60950-1-03,ICES-003, EN60950-1, EN60068-2-31, EN60068-2-,UL, cUL, RoHS,WEEE, CE, 10 FCC, NEMA-TS2 11 Operating temperature range (continuous) : -40°C to 75°C Approved Make : CISCO, Zuniper, Allied Telesis, Extreme, HP, 12 Ruggedcom

page 81 of 102

2.5 8 Port Industrial grade Switch Specification

Reason for Not Sl.NO Minimum Specification Compliance complying 1 Features description

8*10/100/1000 Base-T PoE+ ports and additional 2* SFP slots loaded with 2 1Gbps Single mode mdoules

Should support PoE+ as per IEEE 802.3at with PoE budget of 240W or 3 more 4 IR PTZ Camera Specification

L2 Features: Should supportSTP, RSTP, MSTP, STP root guard, Voice VLANIGMP v1/v2/v3 snooping, MLD snooping (MLDv1 and v2),IEEE 802.3ac VLAN tagging, IEEE 802.1Q Virtual LAN (VLAN) bridges, IEEE

802.1v VLAN classification by protocol and port 5 6 4 Port Industrial grade Switch Specification

Quality of Service: Should support Policy-based QoS based on VLAN, port, MAC and general packet classifiers Should support strict priority, weighted round robin or mixed SchedulingShould support 8 priority queues with a hierarchy of high priority queues for real time traffic, and mixed scheduling, for each switch port 7

Security: Should supportACL based on L2/L3 headers, Dynamic VLAN assignmentDHCP snooping, IP Source guard, DAI, Private VLAN, Authentication( MAC, Web and IEEE 802.3x), sflow,Radius, TACACS+, LAG,

Loop protection and loop detection, 8

Management : Should support:CLI, GUI, IEEE802.3az, RMON 4 groups, SNMPv3, LLDP Digital optical monitoring, cable fault detection DHCPv6,

DNSv6, Telnetv6 and SSHv6, NTPv6USB interface for taking backup of software release files configurations, SSLv2 and SSLv3,Event-based triggers allow user-defined scripts to be executed upon selected system events based on Time , Date , day and Event based 9

Certifications:UL60950-1, CAN/CSA-C22.2 No.60950-1-03,ICES-003, EN60950-1, EN60068-2-31, EN60068-2-,UL, cUL, RoHS, WEEE, CE, FCC, 10 NEMA-TS2 11 Operating temperature range (continuous) : -40°C to 75°C 12 Appro ved Make : CISCO, Zun iper, Allied Teles is, Ext reme, HP, Rug gedco m

page 82 of 102

2.6, 12 Port Distribution Switch Specification

Sl.N O Reason for Not Minimum Specification Compliance complying 1 12* SFP slots loaded with 1Gbps Single mode mdoules

Should support link aggregation across switches 2 stack forhigher availability and resiliency Should support IEEE 802.17/equivalent standard for sub 50msring protection in following scenario : 3 single, simultaneous dual fibre cuts in ring 4 IR PTZ Camera Specification

Layer 3 Features: Should minimum support Static 5 Routes and Dynamic Routing RIPv1*V2 6 4 Port Industrial grade Switch Specification 7 8 Port Industrial grade Switch Specification 8 12 Port Distribution Switch Specification Ce rtific atio ns: UL60950-1, CAN/CSA-C22.2 No.60950- 1-03,EN60950-1, EN60825-1, AS/NZS60950.1,UL, 9 cUL, ROHS Ope rati ng tem perat ure range (con tin uous) : 0°C to 10 45°C Approved Make : CISCO, Zuniper, Allied 11 Telesis, Extreme, HP, Ruggedcom

2.7, 24 Port L3 Switch Specification

Sl.N Reason for Not Minimum Specification Compliance O complying 12*10/100/1000 Base-T ports and additional 12* SFP slots 1 loaded with 1Gbps Single mode mdoules Switches should be stackable with stacking bandwidth of 40Gbps or more and should be supplied with the necessary 2 stacking cables Should support link aggregation across switches stack 3 forhigher availability and resiliency 4 IR PTZ Camera Specification

Layer 2 Features: IEEE 802.1Q Virtual LAN (VLAN) bridges,IEEE 802.1v VLAN classification by protocol and port, IEEE802.3ac VLAN tagging, STP, RSTP, MSTP, IGMP snooping (v1, v2 and v3), IGMP snooping fast-leave, MLD 5 snooping (v1 and v2) 6 4 Port Industrial grade Switch Specification 7 8 Port Industrial grade Switch Specification 8 12 Port Distribution Switch Specification 9 24 Port L3 Switch Specification Ce rtific atio ns: UL60950-1, CAN/CSA-C22.2 No.60950-1- 03,EN60950-1, EN60825-1, AS/NZS60950.1,UL, cUL, 10 ROHS 11 Operating temperature range (continuous) : 0°C to 45°C Approved Make : CISCO, Zuniper, Allied Telesis, 12 Extreme, HP, Ruggedcom

page 83 of 102

2.8 Video Management Software Specification Reason for Sl.NO Minimum Specification Compliance Not complying The Video Management System (VMS) software shall be used to view

live and recorded video from capture cards and IP devices connected to local and wide area networks. The VMS software shall have a client/server-based architecture that can be configured as a standalone VMS system with the client software running on the server hardware 1 and/or the client running on any network-connected TCP/IP workstation. Multiple client workstations shall be capable of simultaneously viewing live and/or recorded video from one or more servers. Multiple servers shall also be able to simultaneously provide live and/or recorded video to one or more workstations.

The VMS shall be supplied with minimum 25 nos clients and 6 mobile 2 clients Recording of all video transmitted to the VMS shall be 3 continuous, uninterrupted and unattended 4 IR PTZ Camera Specification The VMS system shall manage the video it has been configured to

monitor. Loss of video signal shall be configured to annunciate on VMS 5 client by an on-screen visual indication alerting operators of video loss.

6 4 Port Industrial grade Switch Specification 7 8 Port Industrial grade Switch Specification 8 12 Port Distribution Switch Specification 9 24 Port L3 Switch Specification 10 Video Management Software Specification The VMS software shall have the capability to run multiple client applications simultaneously on one workstation with multiple monitors. Up to 12 monitors shall be configured on a

single workstation with one (1) client application running on 11 each monitor. Because decompressing video is CPU- intensive, the PC workstation shall have multiple core processors with a recommendation of one core for each VMS client application.

The VMS shall also allow an authorized user to view video through a web client interface. The web client interface shall

allow authorized users to view live video, view recorded video, 12 control pan-tilt zoom (PTZ) cameras and activate triggers. The web client interface shall allow connections to multiple VMS servers simultaneously

The web client interface shall operate without requiring 13 installation of any software When using the web client interface, the VMS server shall transcode the 14 video into a JPEG file of the size as the browser screen before sending it to the browser The web client interface shall support the following browsers: IE, Firefox, 15 Opera, Safari, Chrome and shall be compliant with HTML 4

The VMS server software shall record and retrieve video, audio and 16 alarm data and provide it to the VMS clients upon request

page 84 of 102

The VMS software shall provide a purpose built mobile application capable of viewing multiple simultaneous live

video streams and playing a recorded video stream. Application 17 shall be provided for both iOS and Android operating systems. Min. 5 mobile clients to be supplied at each location.

The VMS server software shall operate on any of the following operating 18 systems: Windows, Linux The VMS server software shall record video based on metadata

generated by an edge network device. The edge 19 network devices shall generate the metadata and transmit it with the video stream to the VMS server software The VMS shall license the total number of cameras on the system. This license shall be based on the MAC address of a single network card 20 that is present on the system. The VMS shall only require that this network card be enabled and does not require that data is actually sent through it The VMS shall be able to use the Active Directory or LDAP features 21 of a network to authenticate users and determine which permissions they will have on each server. The VMS shall allow the use of maps. The maps will be accessible to 22 users with the appropriate permission levels and display video sources and their status The VMS shall allow maps to be embedded inside of maps (i.e. hierarchical or nested maps). When an event happens on a map 23 that is embedded inside of a map, it shall transmit the alert to all parent maps and change the color of the icon on the parent map and all subsequent parent maps The VMS allows soft triggers to be placed, viewed and triggered 24 from a map The VMS shall have a single page that displays the status of all servers and cameras currently connected. This page shall 25 display any alarms, events, MAC addresses, camera configuration, format and frame rate from each individual camera

When in live display mode, the user shall be able to view live video, live 26 audio, point of sale (POS) data and alarm information

The VMS shall provide an option to view 16:9 wide video display 27 panels The VMS shall allow the customization of the user interface to allow

software triggers to be shown. This shall allow them to activate events 28 through the push of a button, which could trigger recording, PTZ presets, output triggers or email The VMS software shall allow control of PTZ cameras to authorized users and be used to maneuver a PTZ camera. When used on a non- 29 PTZ camera, it shall allow you to digitally pan, tilt and zoom on any video whether in live or recorded mode. The VMS shall allow following methods of controlling a PTZ 30 camera to be available: 31 - PTZ graphics control windows 32 - Live graphic overlay PTZ control icons - Keyboard control (up, down, left, right arrows; page up, page 33 down for zoom) 34 - PTZ presets 35 - Digital PTZ page 85 of 102

36 - USB joystick to control PTZ cameras - Proportional PTZ control by clicking the mouse in the center and 37 moving it The VMS software shall allow virtual matrix functionality by designating 38 a cell to do so. This video cell shall automatically show video as it is triggered The VMS software shall have a feature for viewing logical groups of 39 cameras. This shall allow efficient viewing of cameras in a logical order The VMS software shall have a feature to organize your cameras into preset views. Views are preconfigured

arrangements of the video panels so that they may be easily recalled 40 later. A view can save the location of the video streams, audio streams, maps and event views. These views shall be acc ess ible in both live and re cord ed video modes The VMS software shall have the capability to automatically cycle

through two or more saved views to create a video tour. The VMS shall 41 allow the configuration of the dwell time and the different views it shall use The VMS software shall support searching through recorded video

based on time, date, video source and image region and have the 42 results displayed as both a clickable timeline and a series of thumbnail images The VMS software shall have the capability to export video, maps, and 43 audio files The VMS software shall provide the option of exporting the file in the 44 following formats: - Standalone Exe (*.exe) – includes an executable player with the 45 video and audio data 46 - AVI File (*.avi) – a multimedia container format 47 - PS File (*.ps) – a format for multiplexing video and audio The VMS standalone player shall package all of the exported video into a single executable. The VMS standalone player shall be able to 48 authenticate that the video has not been tampered with using a keyed Hash Message Authentication Code (HMAC)

The VMS system shall be able to display system information about users that are currently logged into the system, plug-in 49 file version information number and status, and a system log that contains a detailed history of the processes that occur on the system

The VMS system shall have the ability to record an audit trail of when

users log in that shows what changes they have 50 made, what video they have viewed and what they have exported The VMS shall allow monitoring of the inputs on both network devices

and on manufacturer provided hardware. The VMS shall also allow 51 triggering of outputs on the network devices and manufacturer provided hardware The VMS shall allow for the configuration of what drives to use for 52 recording video. Those drives may be local drives, direct attached storage drives or iSCSI drives 53 The VMS shall not require a database when recording video The VMS shall have the ability to receive ASCII data through the COM 54 port on the server or over the network

page 86 of 102

The VMS shall have the ability to look for keywords in the ASCII data

and use these to execute various events such as PTZ presets, 55 recording video, recording audio and sending email notifications The VMS software shall be able to send a predefined email based on

an event trigger. The VMS software shall also support SSL and TLS 56 connections for transmissions of the mail. The VMS software shall have a feature to export a video segment 57 from specific cameras or audio inputs to a CD or DVD upon an input trigger or other event being activated. The VMS software shall be used to connect different types of events, such as input triggers, to a desired action such as 58 recording video or triggering an alarm. The VMS software shall recognize the following event types: Video Motion, Video Loss, Input Trigger, Health, IP Camera Connection, Software Trigger and Analytics The VMS client shall be able to use OpenGL and Direct 3D to 59 decompress and render video. The VMS software shall allow the user to input time-based triggers 60 through event monitoring, including the time of day and day of week 61 There should be minimum one redundant server Approved Make : Genetec, Milestone, Camera OEM Vendors 62

page 87 of 102

2.9 Video Management Server Specification

Sl.N O Rea son for Not Features Minimum Specification Compliance co mply ing The following specifications are indicative minimum specifications for the server system. Tenderers are

advised to work with the software OEMs, to propose a suitable server 1 General configuration and quantity. The software OEMs should provide a written assurance for the workability/technical feasibility of the proposed solution. 2 Processor 2.4GHz or better Minimum 64 GB DDR 4 expandable to 3 RAM 128GB or better 10K HDD (1.8TB x 3 numbers with

RAID) or (Storage + System IR PTZ Camera 4 requirements + 50% spare space x 3 Specification numbers with RAID) whichever is higher & shall be scalable. 5 Network Interface Minimum 4 x 1 Gbps NIC or better

RAID controller should support all HDD 4 Port Industrial slots on the chassis; RAID controller 6 grade Switch should support RAID 6 HOT Pluggable Specification or better

8 Port Industrial 4USB Ports, VGA, Serial Port , ODD, 7 grade Switch USB Keyboard, Mouse, Monitor or Specification better

12 Port Distribution 8 2U rack Mounted or better Switch Specification

Dual redundant hot pluggable SMPS

each capable of powering fully 24 Port L3 Switch 9 populated chassis, Redundant Fans, Specification Sound Card & speakers, Internet+Antivirus Security packages Video Manage ment 10 Software HP, DELL, IBM, NEC, Lenovo Specification

page 88 of 102

2.10 Server Attached Storage Specification

Minimum Reason for Not Sl.NO Features Compliance Specification complying SAN with required storage to record all the

cameras 1080P @15 FPS for 75 days. The storage shall have the 1 External Storage usable storage capacity calculated by the bidder for all Cameras (at all locations) + 20% spare space, whichever is higher using RAID 6. It should have at least

two controllers running in an active-active 2 mode with automatic failover to each other in case of one controller failure. The storage box shall have required number

of 8 Gbps FC server ports (backward compatible to 4GBPS) across both controllers based on the design 3 Connectivity proposed by the Tenderer + 25% redundant Ports. The Storage box shall accept FC, iSCSI, SAS, FCoE as front end connectivity; The system should have 4 IR PTZ Camera Specification a minimum of 4 GB per controller Cache. Shall support 5 Expansion connection of storage expansion enclosures

Shall support all 4 Port Industrial grade Switch 6 industry standard RAID Specification configurations.

SAS - 15K RPM SAS - 8 Port Industrial grade Switch 7 10K RPM NL-SAS 7200 Specification RPM, SSD drives

page 89 of 102

The Storage should support Disk Expansion 8 trays/enclosures to accommodate 3.5" and 2.5" disks. Hard disks of capacity equivalent to 10 % of 9 the usable storage shall be supplied SAN shall support

operating systems such

as MS Windows Video Management Software 2008/2012, RHEL, SUSE, 10 Specification Microsoft Hyper-V, VMWare in standalone and clustering environment. Shall have redundant

hot swappable components like Video Management Server 11 controllers, disks, Specification power supply, fans with standard security features HP, DELL, IBM, Hitachi, 12 Server Attached Storage Specification NEC, Lenovo

page 90 of 102

2.11 Workstation Specification

Rea son for Not Sl.NO Features Minimum Specification Compliance co mply ing Intel Core I7 Processor, latest 1 Processor generation 2 Memory Min. 16 GB, DDR-3 or better 3 Graphic Card Minimum 4 GB onboard video memory 4 Features Minimum Specifications 5 HDD 1000 GB or better Gigabit Ethernet, Auto Negotiating 6 Ethernet Ethernet controller Windows 10 Professional (64 bit) / 7 OS Latest Windows OS / Linux 8 Monitor 24” LED, HD Display 9 Speakers Shall have built-in / external speakers Antivirus & Internet Security

softwares,Optical Disk Drive, All USB 10 Others: Storages shall be password protected for access, keyboard, mouse. 11 Approved Makes HP, DELL, IBM, NEC, Lenovo

page 91 of 102

2.12 Videowall Specification

Rea son for Not Sl.NO Features Minimum Specification Compliance complying

Configuration VIDEO WALL CUBES OF 70"

DIAGONAL in a 3 (C) x 2 (R) 1 configuration COMPLETE WITH BASE STAND Cube & Contr oller Cube & contro ller should be from the 2 same manufacturer Rep uted The OE M sh ould be an esta blished

Company multinational in the field of video walls and 3 should have installations around the world

4 Nat ive re solution Fu ll HD ( 1920x 1080) Wall Resolut ions Minimum wall re solution should be 5 760 x 5 2160 Light Sourc e LED Cluster 6 Type Bright ness of Typ. 1000 lumens 7 Projection engine Bright ness of Minimum 300 nits 8 Cube Bright ness Upto 96 % 9 Uniformity 10 Dynamic Con trast 1000000:1 or more 11 Con trol IP based control to be provided Rem ote IR re mote control should als o be 12 provided for quick access Scr een to Scr een ≤ 0 .2 mm at 2 3~ 25 ° C ( control room 13 Gap Temperature ) Screen Support Screen should be minimum 3 layers with a 14 Hard Backing to prevent bulging Scr een Type Should have Half Gain viewing angles of 15 H : ±36° and V : ±34° Con trol BD Input In put: 1 x Digital DVI terminals In put: 2 x HDMI 2.0 16 In put: 1 x Dsub-15 In put: 1 x Display port 1. 2 Con trol BD Out put Out put : 2x HDMI 2.0 17 terminals 18 Pi xel Clock >500 MHz Red undant Dual Cube should be equipped with a built in d ual 19 Power Supply redundant power supply as intergal part of projection engine Hot swappable Dual inbuilt power supply should be hot 20 power supply swappable. Saf ety Power supply used in the cube should be 21 Certification of CE, CB certified power supply Cert ificat ion Power supply should be 80 PLUS

Platinum certified. 3rd party test report 22 should be submitted along with technical documents

page 92 of 102

Coo ling Insi de By Means of a heat pipe ( No 23 Cube hazardous liquid to be used for cooling). Anti dust desi gn Projection unit should be designed to

Criteria comply with International 24 Electrotechnical Commission- 60529.standard Cert ificat ion of Projection unit should be cert ified by Anti dust design 3rd party lab to conform the design meets 25 the requirement of IEC -60529 standard. 3rd party Lab certification to be submitted in this regard Cube Dep th Tot al Cu be depth should be less than 26 750 mm ±5 % Source System should able to switch to Redundancy secondary input if primary input is not available. 27 Sys tem should also auto mat icall y switch back to primary input from secondary input as soon as the primary input is available again. Monitor ing of In tern al Temperature critical parameters Brightness Coo ling 28 Light Sourc e Sta tus Should be p oss ible to demonstrate these parameter through active monitoring interface Maint enance Rear with a depth of 750 mm ±5 % 29 Access Cube Si ze Each cu be sh ould have a scr een size of 30 1107 mm wide and 623 mm high Cube contr ol & Vi deowall should be equipp ed with a Monitoring cube control & monitoring system Sys tem should be b ased on open sourc e

Python- Django framework with web browser architecture Should be a ble to co ntrol & m onitor individual cube , multiple cubes and multiple video walls Provide videowall sta tus including Source , light source ,temperature, fan and power information Should provide a virtual remote on the

screen to control the videowall In put sourc es can be scheduled in " daily", "periodically" or "sequentially" mode per user convenience 31 Sys tem should have a quick monitor area to access critical functions of the videowall User should be able to add or delete critical functions from quick monitor area

Automatically launch alerts, warnings, error popup windows in case there is an error in the system User should be able to def ine the er ror messages as informational, serious or warning messages

page 93 of 102

Aut omatically notify the er ror to the administrator or user through a pop up window and email Sta tus log file should be do wn loadable in CSV format as per user convenience Delta, Samsu ng, LG, Panasonic, 32 Approved Makes Ba rco

2.13 PTZ Controller Specification

Rea son for Not Sl.NO Features Minimum Specification Compliance co mply ing Fully functional dynamic keyboard controllers with joystick

Controls all pan / tilt and zoom functions

Control up to 255 units from a single 1 General keyboard Many preset options and advanced tour programming Compatible with DN-PTZ camera Key 2 Wired keyboard control operation of PTZ Application Pan / Tilt / 3 Zoom Protocol Selectable

PTZ Data

Transfer Baud Selectable 1200 bps / 2400 bps / 4800 bps 4 Rates / 9600 bps / higher Supported

Dynamic joystick for smooth camera

Additional movements, preset location option for 5 Features quick access to frequently monitored Areas. Antivirus & Internet Security

softwares,Optical Disk Drive, All USB 6 Others: Storages shall be password protected for access, keyboard, mouse.

page 94 of 102

2.14 15 KVA UPS Specification

Reason for No t Sl.NO Features Minimum Specification Compliance comp lyi ng 1 KVA 15 KVA 2 Battery Backup Min60 Minutes at full load for all the capacities 3 General Pulse Width Modulation (PWM) using IGBTs Inverter 4 with inbuilt Galvanic Isolation, double Technology conversion Total Harmonic 5 Distortion (THD) < 3% for 100% linear load Voltage < 5% for 10 0% non-linear lo ad 6 Noise level Less than 55 db Operating 7 Temperature 0 - 60 0C 8 Crest Factor Not less than 3:1 on full non-linear load 9 f) Humidity Up to 95% non-co nd ens ing g)Output Wave 10 Form Pure Sine wave h)Cold Start 11 facility Required 12 Input Inpu t 13 a) Voltage Range AC Si ngle Ph ase, 160 V AC to 270 V AC b) Frequency 14 Range 50 ± 6 % Hz c)Input Power 0.9 or better at full output load leading to 15 Factor Unity with power factor correction (PFC) 16 Output 17 a)Voltage 220 /230/2 40V AC 1%, Si ngle Ph ase Le ss th an ± 1% in th e follo wing cond iti on s

No load to full lo ad /Full lo ad to no load 18 b)Regulation 0.6 lag to Unity PF Duri ng En tire Bac ku p time . Complete Input Voltage Range 19 Frequency 50 Hz ± 0.5 % 20 Efficiency 80 % or better on ra ted full load of 0.8 PF 21 Overall Efficiency &230V, 50Hz AC output Inverter 90% or better on rated full load of 0.8 PF & 22 Efficiency 230V, 50Hz AC output Overload 23 Ca pacity 110% for 2 min. & 125% overload for 30sec. Load Power 24 Factor 0.8 laggi ng Required for : Over Voltage, short circuit and 25 Protection overload at UPS Over Temperature Input low/ high voltage control DC low/high voltage trip Battery Bank 26 Details

page 95 of 102

Sealed Maintenance Free Lithium ion battery 27 Battery Type with Rack & Connectors and any other details please specify Panasonic / Global Yuasa / Exide / Okaya / 28 Battery Make Hipowe r Luminous . 29 Battery Capacity 30 Capacity of UPS Battery Back up for bac ku p time 31 Backup 60 minu tes Powder coated UPS & battery cabinet with Housing caster wheel should of minimum Imm thick good quality material and should be free 32 UPS & Batteries from sharp edge, scratches, nicks, & burs etc. Enclosure should conform to all protection requirements. 33 Indications Mai ns on , Load on Battery, Inverter on /off 34 Audible Alarm Main fail ure, Battery low, Inv erter Overlo ad 35 Switches Inverter push button with reset. 36 Approved Makes APC, Emerson, Hirel, Numeric

page 96 of 102

2.15 Out Door Junction Box Reason for Not Sl.NO Minimum Specification Compliance complying IP55/54 junction box suitable for outdoor application, 1 suitable for use in corrosive environments, extreme weather conditions and flame proof. 2 The box shall have customized locking mechanism. The box shall have wire management (including OFC, 3 power, Ethernet Loop). The box shall fit all the field equipment (Media 4 Converter/Switch, Power Supply, LIU, PoE injector, Patch Panels etc.) with proper mounting arrangements. It shall have concealed removable hinges with captive pin. 5 Hinges can be mounted to allow left or right hand opening. Sealing shall be ensured by an injected one-piece 6 polyurethane gasket or better. Tenderers will have to estimate the size of the junction 7 box which shall accommodate all the equipment installed on the field for any location. 8. The junction box shall be of SS construction 8 complete with SS mounting arrangements, accessories, bolts, nuts, washers, screws, etc. Battery & UPS compartment shall be separate from the 9 other accessory compartment. JB shall have power isolation provisions using Double 10 pole MCB for incomers & outgoings in addition to RCCB’s. JB shall have terminals for power wiring & for connection 11 of communication wires (part of OFC cable), properly segregated. JB shall have an outside indication of voltage, current & 12 LED indication of incoming power availability. All individual components in the Junction Box shall be 13 provided with clear & legible printed acrylic labels indicating the component type. The junction box shall also have a drawing pocket 14 complete with all as-built drawings for the relevant Junction Box. All cable entries shall be through double compression SS 15 cable glands (only from the bottom of Junction Box). 16 Unused cable entries shall be provided with SS plugs. Junction box shall be provided with an additional FRP canopy to completely cover the Junction Box from rainfall 17 (in any direction). The Canopy shall have suitable coverage.Suitable Mounting has to be consider(Pole or Floor)

page 97 of 102

2.16 Pole Specification

Reason for Not Sl.NO Minimum Specification Compliance complying 1 GI Pole with concrete support for Camera Height above ground level at which wind velocity is 2 measured: 7 M, 10 M Sizes: Bottom 150 mm x Top 80 mm x 8000mm 3 Bottom 200 mm x Top 100 mm x 10000mm Metal Protection Treatment of Pole Sections :Hot Dip 4 Galvanized as per BSEN ISO 1461 Thickness of Galvanization (mm): Average 70 Microns as per 5 IS 2629 Type of Door construction and locking arrangement: Close 6 fitting door with suitable reinforcement to avoid buckling Material of construction of shaft: As per BSEN 10025/For 7 Shaft, IS 2062 For Base Plate 8 Max. design with speed: 50m/sec as per IS 875 (Part-III) 9 Gust Speed time considered: 3 Sec 10 Factor of safety for wind load: 1.25 11 Factor of safety for other loads: 1.15 12 Applicable Standard for pole design: BSEN-40-3-3 Considered wind speed (km/hr): 50mm/sec as per IS875 13 (Part-III) 14 Depth of Foundation (mm): 1500 mm 15 Average Soil Bearing Capacity:10 T/Sqm. 16 Camera Fitting: Aluminum Deep Drawn or Die cast IP 65 17 Brackets: Single Arm – 1500 mm Lg.

page 98 of 102

2.17 42U Rack Specification

Sl.NO Minimum Specification Compliance Reason for Not complying

42U; Adjustable 19” rail in the front and rear for fixing the server and networking equipment; The rack shall be floor mounted. Top and bottom cable entry facility with cable glands; Front section with glass door and lock and back cover; Cable mangers of 1U Floor mount with caster wheels- Inbuilt

power distribution unit with at least 8 4 Nos of 220 VAC, 5A outlets as spare for future usage (this is in addition to the 1 actual requirement per such Rack); Minimum 4 nos of cooling fans for proper cooling should be provided; Mounting hardware should be provided for fixing switches, patch panels and network components. Rack shall be supplied in fully assembled condition with all hardware & components installed to SDB site. Redundant Power supply & distribution. (Power strip/distribution shall meet surge & spike protection). All incoming & outgoing shall be through Double Pole

page 99 of 102

2.18 Passive Items Specification

Features Minimum Specification Compliance Reason for Not complying The cable should meet minimum Category 6 requirement

Conductor: 4 pair 23 AWG solid bare copper conductor Frequency tested min. 250MHz or above Double Jacket: Inner Jacket Polyethylene and outer

Jacket LSZH complying IEC 60332-1 or better. Cat 6 UTP Cable Seperator : Cross / Star Spine to separate 4 pairs UT P ca bles Pull / Stripe thread inside the UTP cable Operating temperature: Minimum 50 Degree C or better. Approvals / Certifications:ELV compliant/RoHS compliant 4 Pair 24AWG stranded copper wire with ROHS

Compliant Cat 6 UTP Patch Sheath Standards: LSZH Cord Cross / Star Spine to separate 4Pairs Patch Cords Standards: UL/ETL Certified with ANSI/TIA-568-C.2, ISO/IEC 11801 Category 6 Standards: UL/ETL Verified to ANSI/TIA-568-C.2,

ISO/IEC 11801 Category 6 Individual replacable RJ45 Jack with 9 or 12mm lebels on each port. Cat6 24 Port Pointed IDC Tower on RJ45 Jack for easy termination Loaded UTP Patch CRS - Cold Rolled Steel/ Metal, ROHS Compliant Panel 1U Height RJ45 Jack should be supplied with Cap or Shutter Flat type metal with Perforated Rear Cable Manager to hold CAT6 UTP Cable with velcro cable ties Should include labels with transparent clear label covers at the front and Port number at the back Fitted with FC/LC/SC connector on one side for terminating it on coupler of LTU and SC connector at

the other end for terminating it to LX ports. Optical Fiber Corning Single Mode G652D, G657A, OFC Patch Cord G657B Cable Type: PVC(standard) & LSZH (Low Smoking Zero Halogen), 0.9mm/2.0mm/3.0mm Simplex & Duplex Cable Color Length: Single Mode Yellow, 3 Meters Fully Loaded LIU 12/24 Port

Sliding Type

page 100 of 102

LIU should be provided for terminating the optic fiber cables. It shall provide minimum bending

radius and the splice trays shall function as a splice cover for pigtail splicing. It shall be made of LIU aluminum with powder coating in compliance with latest industry standard. Cable glands shall be provided for secured anchoring of incoming cables. Rubber grommets shall be provided at the cable entry point for tight sealing. The splice tray shall be made of ABS materials. OFC Cable Single Mode Armored Cable type 12 cores fiber. Tensile Strength : minimum 800 N or better Crush Resistance : minimum 800 N or better Temperature Range : -25º C to +40º C or better Approved Makes Molex, R & M, Belden, Molex, AMP, TE, Panduit 3-Co re, 2.5 sq mm, with anne aled electr olytic multistranded copper conductor with resistance >

less than 8.2 7.41 Ohm/Km; Fire retardant, low smoke, low toxic, PVC black outer sheath meeting Power Cable (LV) BS-5308, insulated (min 0.3 mm inner+1.8 mm outer sheath) Rated for 1.1KV, For Outdoor: GI round wire Armoured with galvanized steel wire with 90%+ coverage; IS 694:1990 reaffirmed 1995 or latest compliant. Approved Makes KEI, Delton, Belden, Cords, Finolex, R & M, Polycab

page 101 of 102