Tender No. 579/CSA (Q-1A)/DCP/P&L/2019

FOR

DESIGN, SUPPLY, INSTALLATION,

COMMISSIONING & MAINTENANCE OF 6630 NOS. CCTV CAMERAS IN THE AREA OF 50 POLICE STATIONS OF IDENTIFIED ON THE BASIS OF CRIME MAPPING STUDY

FOR

DELHI POLICE

Page 1 of 133

INDEX

S.No. Description Page No. 1 Index & Important dates 2 2 Chapter – 1 Instructions to Bidders 3-18 3 Chapter – 2 Conditions of Contract 19-33 4 Chapter – 3 Schedule of Requirements 34-35 5 Details of locations/sites for installation of Chapter - 3A CCTV (to be attached) 36 -83 6 Chapter – 4 Technical Specifications 84-108 7 Chapter – 5 Specimen Price Schedule. The bidder has 109-112 to quote the price in excel sheet format provided in the financial bid folder with the tender on CPP Portal 8 Chapter – 6 Contract Form 113-115 9 Chapter – 7 Other Standard Forms 10 Annexure - C1 Bidders Particulars 116 11 Annexure - C2 Bid Form 117 12 Annexure - C3 Guarantee/Warranty 118 13 Annexure – C4 Bid Letter 119 14 Annexure – Proforma for Bank Guarantee/Bid Security 120 C5(A) 15 Annexure – Proforma for Performance 121-122 C5(B) Guarantee/Security 16 Annexure – C6 Tender Acceptance Letter 123 17 Annexure – C7 Check List-Technical Bid 124 18 Annexure – C8 ECS form 125 19. Annexure – C9 Integrity Pact 126-132 20 Annexure – C10 Procurement Guidelines (Hierarchy Level) 133

IMPORTANT DATES

Last date for submission of pre-bid queries 27/09/2019 AT 1000 HRS. Pre-bid meeting 01/10/2019 AT 1130 HRS. Tentative date for issue of Corrigendum/ Reply to pre-bid query 10/10/2019 AT 1500 HRS. Last date for submission of On-line Bids 02/11/2019 AT 1800 HRS. Opening of Technical Bids 04/11/2019 AT 1130 HRS.

Contact Address:

Deputy Commissioner of Police, Provisioning and Logistics, 5, Rajpur Road, Delhi – 110054. Tel/fax : 91-11-23993344 E-mail : [email protected]

Page 2 of 133

OFFICE OF THE DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS: DELHI. (AN IS/ISO 9001 : 2008 UNIT) 5, RAJPUR ROAD, DELHI-110054

CHAPTER – 1

INSTRUCTIONS TO BIDDERS

1. GENERAL:

1.1 Online bids are invited in two bid system – (i) Technical Bid & (ii) Price Bid from experienced Companies/system integrator/JV/manufacturers/authorized distributors and also from Government/Semi-Government Organizations, Public Sector Undertakings to design, supply, installation, commissioning and maintenance of 6630 Nos. CCTV Camera System at the vulnerable points in jurisdiction of 50 Police Stations of Delhi Police in different parts/areas of Delhi identified on the basis of crime Mapping study. (hereinafter referred to interchangeably as the “Equipments” or the “Items” or the “Goods” or the “Stores” or the “System”) as per the Schedule of Requirement (Chapter-3), details of locations/point/area (Chapter-3A), Technical Specifications (Chapter-4) and in this document.

1.2 Bidders are advised to study the tender document carefully & thoroughly. Submission of tender shall deem to have been done after careful study and examination of the tender document with full understanding of its implications.

1.3 It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the goods. No request for the change of price or time schedule of delivery of Goods shall be entertained, on account of any local condition or factor once the offer is accepted by the Purchaser.

1.4 The Scope of Work shall include design, supply, delivery/installation, commissioning and maintenance of CCTV system on site, loading/unloading, any equipment/services associated with the successful installation, commissioning and functioning of the system, integration, software optimization, providing guarantee/warranty and post warranty services for the entire system and any other related accessories/services for the complete setting up of the proposed system as per the Schedule of Requirements (Chapter-3) at the locations/sites in different parts of Delhi (Chapter-3A) and Technical Specifications (Chapter-4). The successful bidder shall assume full responsibility of the complete System for its entire life cycle (8 years which includes 3 years guarantee/warranty and 05 years CAMC). The obtaining of related permissions for road cutting from all government organizations/land owning agencies viz. DDA/MCD/PWD/NDMC/ Highway Authorities etc shall be the responsibility of the bidder. However, Delhi Police will provide necessary support/assistance for completing all relevant formalities for obtaining permissions etc. as per requirement.

Page 3 of 133

1.5 The Purchase committee with the approval of competent authority reserves the right to relax any terms & conditions in the Govt. interest

1.6 Conditional bids will not be entertained and summarily rejected. Only online bids will be accepted and no physical bids will be accepted.

1.7 Optional bids will not to be entertained and summarily rejected. The firm should have to quote as per their model of equipment offered for the system. The optional rates will not be accepted and the tender will be rejected straightway.

1.8 Bids not accompanied the scanned copies of Application Fee and Earnest Money will be rejected straightway.

1.9 The competent authority reserves the right to terminate/recall the tender at any stage due to administrative reasons.

1.10 The tender will be rejected straightway without assigning any reasons if the firm/company or their owners/partners/directors etc. found involved in any Criminal Case/blacklisted.

1.11 Foreign firm can participate in the tender only through their authorized distributor/dealer/agent appointed in India. In case bidder is an Indian Agent of foreign firm/principal, the bidder shall have to submit the copy of agreement between the parties containing terms and conditions and quantum of agency commission. No foreign company shall be entertained directly.

1.12 In cases where manufacturer has submitted bid, bids of its authorized distributors will not be entertained and EMD will be returned. In case of dispute, all the infringing bids will be rejected.

1.13 Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of bids.

1.14 In case of any issue of clarification on the interpretation of clause(s) arises, then the decision/interpretation of department (Delhi Police) shall be final and binding on the bidding firms. No further request in this regard will be entertained.

1.15 Consortium with any organization shall not be permitted.

1.16 The JV agreement document should clearly state the Lead Partner, roles and responsibilities of each firm for the successful implementation of the said Project. It should be clearly mentioned in the JV agreement that every firm of the JV shall be responsible jointly and severally liable for the successful completion of the entire project. The Lead Partner shall be authorized to incur liabilities, receive payments and receive instructions for and on behalf of any or all JV partners. If the Bidder uses strength/credential of OEM, in that case, OEM should be a JV partner. The scanned copy of agreement shall be submitted with the Bid.

1.17 Bidder must upload their bid on the Central Public Procurement Portal (CPP Potal) well in time i.e. on or before the last date/time of closing of bid. Late/delayed bids will not be entertained at all. The Department may, at its discretion extend the deadline for submission of bids in which case all right and obligations of the department and the bidder will be the same.

Page 4 of 133

1.18 Procurement Guideline shall be followed as per the hierarchy level given in Annexure C10 attached to this document in line with Manual for procurement of Goods, 2017.

2. SCHEDULE OF TENDER:

2.1 As per instructions of the Govt., the tender documents have been published on the Central Public Procurement Portal website: http://eprocure.gov.in and can be downloaded from this website (CPP Portal). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates before the stipulated date & time.

2.2. The Pre bid meeting/conference will be held on 01/10/2019 at 1130 Hrs. in Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi-110054. All the interested bidders may send their queries, if any, in respect of the tender documents and softcopy of the same in MS-word format must be sent on e-mail id: dcp-pl- [email protected]. They also have to send hard copy of all emailed queries by post/personally in the office of undersigned or the same can be put personally in a box placed in the office of undersigned at Reception/D.O. Room, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 by 10.00 A.M. on or before 27/09/2019. However, if for any valid reason, clarifications are not sought by the bidder within the stipulated time, Delhi Police may, at its discretion, entertain such queries at the pre-bid meeting in the presence of the bidders attending the meeting. The same, however, should be in writing and duly signed by the bidder. The queries received after the pre-bid meeting will not be entertained on any ground whatsoever.

2.3 The online bid submission will tentatively start from only after uploading the result of Pre-bidders meeting) and will be closed on 02/11/2019 at 1800 Hrs.

2.4 The online technical bids will be opened on 04/11/2019 at 1130 Hrs. in the Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi. The bidders or their authorized representatives may be present, if they so desire.

2.5 As a part of Technical Evaluation of Bids, the Bidders shall arrange presentation and live demonstration of their quoted Equipments/Items within a period of 07 days from the opening of the technical bids to show that their offer fully conforms to this tender. The bidders will be intimated the exact date and time slot for them to carry out such demonstration. The bidders are advised to make all necessary arrangement for the live demonstration of their quoted equipment/items well in advance as they will be required to adhere to the time schedule given to them soon after bid opening/technical bid evaluation. An undertaking to this effect be attached with the technical bid by the bidders that the firm is ready to live demonstration of their quoted equipment/item within 07 days from the date of opening of the Technical Bid.

2.6 After evaluation of the technical bids and live demonstration, the short-listed bidders will be intimated. The decision of the committee on technical suitability of the offer shall be final and shall not be open for discussion.

2.7 The price bids of the short-listed bidders will be opened in the Committee Room at 5, Rajpur Road, Delhi and such short-listed bidders will be intimated about the date and

Page 5 of 133

time accordingly. The short-listed bidders or their authorized representatives may present, if they so desire.

2.8 The representatives (Employee, Manager, Owner, Partner and Director) of the firm participating in the tender meetings including Technical Evaluation Committee meetings etc. must carry authorization letters from the firm concerned.

2.9 Submission of online scanned copies of unwanted/irrelevant documents/ out of contest document to disturb/misuse the online procurement system can be taken seriously and stringent action can be taken against such bidders. The decision of the department in this regard will be final and shall not be open for further discussion.

2.10 The following considerations of paramount importance will be taken into account while evaluating the bids:

(i) Whether the goods or services offered are of the requisite tender specifications. (ii) Whether the bidder has the ability to deliver the goods and services as per specifications. (iii) The ability of the bidder to take follow up action, rectify defects or to give post contract services. (iv) Adherence of timeline to complete installation and commissioning of the projects.

3. BIDDER QUALIFICATION:

3.1 The “Bidder” as used in the tender document shall mean the one who has signed the Bid Form. The Bidder may be either an Original Equipment Manufacturers (OEM) or leading partner in the JV or authorized distributors of particular brand of CCTV camera system offered for which the bidder shall submit authorization from OEM/Manufacturer (CCTV Camera) alongwith qualifying the other eligibility criteria mentioned at Clause- 14, Chapter-1 below.

3.2 In case of Joint Ventures and holding companies, credentials of the partners of JVs cannot be clubbed and each partner must comply with all the PQC criteria independently. However clubbed for the purpose of compliance of Pre-Qualification Eligibility Criteria (PQC) in supply for the purpose of qualifying the Financial Standing Criteria, the Financial Standing credentials of a Holding Company can be clubbed with only one of the fully owned subsidiary bidding company, with appropriate legal documents proving such ownership.

3.3 Applicability to „Make in India‟: As per instructions contained in the Order‟s No.P- 45021/2/2017-B.E.-II dated 15th June 2017 circulated/issued by Government of India, Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, Udyog Bhawan, in pursuance of provision of Rule 153(iii) of General Financial Rule 2017, to encourage “Make in India” and promote manufacturing and production of goods and services in India, preference will be given to local supplier/bidder meeting the criteria prescribed in the above said order. All the instructions mentioned therein will be adhered. No representation/request of any firm(s) against the decision taken by the Deptt. in pursuance of these orders/instructions will be entertained at any stage on any ground whatsoever it is.

Bidders (manufacturer or principal of authorized representative) who have a valid/approved ongoing „Make in India‟ agreement/program and who while meeting all other criteria of the tender, except for any or more of sub-criteria in Experience and

Page 6 of 133

Past Performance as defined in Pre-Qualification Eligibility Criteria, would also be considered to be qualified provided:

(i) their foreign „Make-in-India‟ associates meets all the criteria of the tender without exemption, and (ii) the Bidder shall submit appropriate documentary proof for a valid/approved ongoing „Make in India‟ agreement/program.

3.4 Each bidder shall submit only one bid either by himself or by OEM or as a partner in the joint venture. If a bidder or any of the partners in joint venture participate in more than one bid, the bids are liable to be rejected. OEM of CCTV cameras can authorize only one bidder for participation.

4. APPLICATION FEE AND BID SECURITY(EARNEST MONEY):

4.1 The scanned copy of Application Fee of Rs. 5000/- (Rupees Five Thousand only) in the form of Account Payee Demand Draft/Pay Order/Bankers Cheque drawn in favour of Dy. Commissioner of Police (Prov. & Logistics), 5, Rajpur Road, Delhi-110054 shall be attached in the prescribed column alongwith the Technical Bid of Tender. Application Fee is non-refundable. The original DD/Pay Order/Bankers Cheque i.e. Application Fee shall be submitted by the bidder at the time of tender opening. Failure to submit the Application Fee would result rejection of the bid.

4.2 The scanned copy of Bid Security Deposit (Earnest Money) amount of Rs.10,00,00,000/- (Rs. Ten Crores only) in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker‟s Cheque or Bank Guarantee {Annexure C5(A)}, from any of the scheduled commercial banks, in favour of Deputy Commissioner of Police, Prov. & Logistcs, Delhi. However, the scanned copy of account statement shall be uploaded alongwith Technical Bid. Failure to do so will result in the rejection of the bid. The original DD/Pay Order/Bankers Cheque or Bank Guarantee shall be submitted by the bidder at the time of tender opening. Failure to do so will result in rejection of the bid.

4.3 The bidders registered with Micro and Small Enterprises (MSEs) as defined in MSE procurement policy and issued by Department of Micro, Small and Medium Enterprises (MSME), Government of India or those which are registered with the Central Purchase Organization or the concerned Ministry or Department or Start ups as recognized by Department of Industrial Policy & Promotion (DIPP) for the item(s), as are being offered under this RFP, are exempted from Bid Security and Application Fee. But these bidders will have to submit scanned copy of the applicable Registration Certificate under the valid category, with the technical bid of the tender to avail this exemption. The original document projected for Application Fee & Bid Security exemption shall be verified/checked by the purchaser using official channels.

4.4 Bids not accompanied with prescribed Bid Security will be rejected.

4.5 The Bid Security (Earnest Money) shall be valid for 45 days beyond the bid validity period of twelve (12) calendar months from the date of opening of the Bid by the Purchaser (i.e. total 13½ months). No interest will be payable by the Purchaser on this amount. The Bid Security (Earnest Money) may be forfeited:

a) if a Bidder withdraws his bid during the period of bid validity ; or b) in the case of the finally selected Bidder, if the Bidder fails;

Page 7 of 133

i) to sign the Contract in accordance Clause 1 of Chapter-2; or ii) to furnish Contract Performance Security in accordance with Clause 2 of Chapter-2;or iii) if at any stage any of the information/ declaration is found false.

4.6 Bid Security (Earnest Money) in respect of the finally selected Bidder will be discharged upon the Bidder signing the Contract, pursuant to Clause 1 of Chapter-2 and furnishing the Performance Guarantee, pursuant to Clause 2 of Chapter-2.

5. PERIOD OF VALIDITY OF BIDS: Bids shall remain valid for twelve (12) calendar months from the date of Bid opening of technical bid. A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

6. TERMS AND CONDITIONS OF TENDERING FIRMS:

6.1 Printed terms and conditions of the Bidders shall not be considered as forming part of their Bids.

6.2 Bidder must state categorically whether or not his offer conforms to all the tender terms and conditions (Chapter-1 & Chapter-2). If there is a variation in any of the terms and conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the technical bid.

6.3 Bidder must state categorically whether or not his offer conforms to the Schedule of Requirement (Chapter-3) and Technical Specifications (Chapter 4) of the tender including all accessories/items/equipment which are necessary to complete commissioning of the entire system.

6.4 Integrity Pact: The bidder must submit scanned copy of Integrity Pact signed on each page by the persons authorized to sign the bid as per Annexure–C9 to this document.

7. DELIVERY, INSTALLATION AND COMMISSIONING: Delivery, installation, testing & commissioning of the equipments at all the locations/sites mentioned in Annexure-3A shall be completed by the successful contractor in accordance with the terms specified by the Purchaser within 6 months (six months) from the date of Award of Contract.

8. PURCHASER‟S RIGHT TO VARY QUANTITIES AT THE TIME OF PLACEMENT OF SUPPLY ORDER/SIGNING OF CONTRACT: The Purchaser reserves the right to increase/decrease the quantities + 25% during the period of contract. The increase in quantities shall have cost implications as per the unit cost quoted and accepted under the contract. Splitting the order among the selected bidder in case the L-1 rates are the same.

9. PURCHASER‟S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: The Purchaser reserves the right to accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/signing of contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the Purchaser‟s action.

Page 8 of 133

10. REGISTRATION WITH G.S.T. DEPARTMENT:

(i) The bidders should be registered with the G.S.T. Department and they shall furnish scanned copies of the registration certificate with their Technical Bid. (ii) The bidders shall also furnish a copy of latest GST deposit receipt/challan/return with their Technical Bid.

11. BID REQUIREMENTS:

11.1 The Bidder shall quote for the items and quantities as listed under the Schedule of Requirements (Chapter-3) in the commercial bid i.e. excel sheet Price Schedule format provided with in the relevant folder on CPP portal as per specimen mentioned in Chapter-5 of this document. In Case the bidder submits their bid commercial bid other than the financial price bid packet the tender shall be rejected.

11.2 The Successful Bidder(s) shall be required to furnish Performance Security for Ten Percent (10%) of the Contract value in the form of Contract Performance Security/Guarantee, within 14 days of issue of letter of intent as per the prescribed proforma as per the prescribed proforma {Annexure-C5 (B) of Chapter-7 & Clause- 2.1 of Chapter-2}. The performance security can be furnished in the shape of Account Payee Demand Draft/FDR/Bank Guarantee of a Scheduled Commercial Bank in favour of the Dy. Commissioner of Police, Prov. & Logistics, Delhi. The Performance Security should be valid for at least 6 months beyond the date of completion of all contractual obligations of the Supplier including the warranty/guarantee obligations. No interest is payable by the Purchaser on Performance Security.

11.3 All the bidders participating in the Tender must attach a scanned copy of the list of their owners, partners, directors etc. and also attached a scanned copy of the Undertaking to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India. Any firm black listed by any Govt. Deptt. or any criminal case registered against the firm shall not be considered for this tender.

11.4 The bid shall contain no interlineations, erasures or overwriting on scanned copy of submitted document. All pages of the Bid must be signed, sequentially numbered and must contain the list of contents with page numbers.

12. BID PRICES:

12.1 The Bidder shall fill-up the rates on the Price Schedule in excel sheet, Chapter–5 attached to these documents the Unit Prices and total Prices of the Goods it proposes to supply under this tender in the following manner:-

i. Unit Price in Indian Rupees (inclusive incidental charges & other Govt. levies, if any) ii GST in Indian Rupees. Iii Total Unit Price including all Taxes, Duties & other Charges, in Indian Rupees. iv Total Extended Price FOR destination including all taxes, duties and other charges, in Indian Rupees.

Page 9 of 133

12.2 The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever to avoid any ambiguity. The price bid shall not be considered and bid shall be summarily rejected, if the price schedule is not properly filled. No clarification whatsoever shall be entertained after opening of the price bid.

12.3 The bidder should quote their price with all accessories and supportive equipments required for successful installation, commissioning and functioning of the CCTV system. Therefore, it is advised that the price would be filled in the excel sheet (price schedule) after proper survey of the locations/actual site of installation as mentioned in Chapter-3A.

12.4 Necessary permission for digging of roads etc. will be obtained by the Contractual firm from the civic authorities within a month (30 days) from the date of award of Work Order. The Contractual firm will be fully responsible for delay in installation & commissioning of the System on account of delay in getting permission for digging, laying of cables, erecting of poles etc. from Civic Authorities. However, necessary assistance/letter for obtaining the permission will be rendered by the department. The amount paid by the seller towards the road restoration charges to civic authorities like DDA, MCD, PWD, CPWD, NDMC, Highway authority etc. would be re-imbursed by the Purchaser as per actual paid to civic agencies and claimed by the contractor/ successful bidder on the submission of the documentary evidence.

12.5 The supply/billing should be made from the firm/place of G.S.T. Registration/Work Contract Registration.

12.6 The Purchaser will make all payments, under this contract, in Indian Rupee.

12.7 The L-1(lowest firm) will be decided by taking into account the total cost of the project after loading all duties, taxes, freight charges i.e. FOR destination/site of installation and CAMC (Comprehensive AMC) charges for 05 (five) years after expiry of Guarantee/Warranty of 03 (three) years. The CAMC rates will be considered as a loading factor, therefore, CAMC charges for 05 years will be loaded in the project price for deciding the lowest bidder.

12.8 Evaluation of Commercial Bids:

(i) The lowest price (L-1) will be decided on the basis of total cash outgo including price quoted by the particular bidder inclusive of all applicable levies/duties/taxes etc. for delivery, installation, commissioning & testing of stores at designation i.e. consignee‟s locations and CAMC charges to be discounted as per Discounted Cash Flow (DCF) method to Net Present Value (NPV) as appropriate for comparing the tender on an equitable basis. Bidder shall quote rates separately for comprehensive Annual Maintenance Contract (CAMC) in price bid after 3 years of warranty period. The Buyer reserves the right to evaluate the offers received by adopting Discounted Cash Flow (NPV) method with a discounting rate of 7% (Seven percent).

(ii) Detailed methodology for applying DCF technique is as below: a. Net Present Value (NPV) method will be used for evaluation of the Commercial Offer. The Net Present Value of a contract is equal to the sum of the present values of all the cash flows associated with it. The formula for calculating NPV of a commercial offer is illustrated below.

Page 10 of 133

b. NPV will be calculated on the annual cash outflows (CAMC charges). c. Standard software for example „Excel‟ or any other spreadsheet will be used for NPV analysis.

d. The NPV will be calculated using the formula below: 1 2 3 4 5 6 NPV= C0+C1/(1+r) +C2/(1+r) +C3/(1+r) +C4/(1+r) +C5/(1+r) + C6/(1+r) + C7/(1+r)7 . Where, C0….C8 are the yearly cash outflows as illustrated below:

 C0 is the sub-total for supply, installation and commissioning cost of the CCTV system at the actual site of installation (including all hardware, software and Services) during Implementation state including 3 years warranty period.  C1 and C2 are Cost of Operations and Maintenance charges/Services for the nd rd 2 year and 3 year which will be presumed as „0‟ i.e. No cost since it has been absorbed in warranty. st th  C3 is Cost of CAMC for the 1 Year (4 year of installation) after expiry of warranty period of 3 years. nd rd, th th  C4, C5, C6 & C7 is the Cost of CAMC for the 2 , 3 4 & 5 year after expiry of warranty period of 3 years.  r is the annual discounting rate as specified above.

12.9 The payments to the supplier will be made through Electronic Fund Transfer (EFT) into their designated bank accounts. Scanned copy of the bank Account Number with the branch Code of the Bidder and mandate form duly filled in all respect may be uploaded with the technical bid.

12.10 Suo motu discounts and rebates offered by the bidder after opening of the financial bid shall not be considered for the purpose of ranking the financial offer. However, if such a firm does become L1 at its original offer, such suo motu rebates can be incorporated in the contracts. This also applies to conditional rebates, for example, rebate for faster payments, and so on.

12.11 Any new Government levies/taxes imposed or increased in taxes after the contract date shall be paid as per actual against submission of documentary evidence and in case of decrease thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax rates are reduced after release of payment, the same shall be adjusted against future bills or from the performance security of the contractor.

12.12 Duties/taxes on Raw Materials : procuring entity is not liable for any claim from the supplier on account of fresh imposition and/or increase (including statutory increase) in excise duty, custom duty, taxes and so on, on raw materials and/or components used directly in the manufacture of the contracted goods taking place during the pendency of the contract.

12.13 Fall Clause : The bidder shall undertake that the price charged/finalized for the store/services supplied under the tender shall in no event exceed the lowest price at which the bidder offer the store/services identical description to the other organization during the currency of contract. If at any point of time during the period, the seller reduces the sale price, sells or offer to sell such store/service to any other organization including the Buyer at a price lower than the price chargeable under the present

Page 11 of 133

tender, he shall notify such reduction within 7 (Seven) days and the price payable under the contract shall stand correspondingly reduced. An undertaking shall be submitted by the bidder in this regard with the technical bid.

13. GUARANTEE/WARRANTY & COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC)

The Bidder shall provide onsite comprehensive Guarantee/Warranty for all stores/equipments at least for a period of 03 (Three) years from the date of final acceptance of the` equipment(s) and also provide comprehensive Annual Maintenance of the entire equipment/system sites-wise from the date of acceptance for period of 05 (five) years after expiry of the warranty/guarantee period of 03 years.

14. PRE-QUALIFICATION CRITERIA :

(A) Technical Bid Evaluation (Stage–I): The evaluation of Technical Bids will be carried out for the compliance against the pre-qualification criteria and compliance documents as per details mentioned in Clause- 16 (a) will be taken up for Stage –I evaluation. Therefore, the bidder shall furnish/upload the scanned copy of details and requisite certificates/documents legible & readable otherwise documents may not be considered for evaluation regarding its eligibility. No content in the documentary proofs should be scored/shaded/ deleted/erased otherwise the document may not be considered for evaluation. The scanned copy of the following documents shall also be considered for Technical bid evaluation (stage- 1):-

S. Prequalification condition Documents Required to be no submitted 1 Bidder should be registered under the Copy of Registration Certificate Indian Companies Act 1956 or a partnership firm registered under the Partnership Act, 1932 or registered under LLP Act, 2008. 2 The bidder should have a minimum Extracts from the audited average turnover of Rs. 150 Crore in Balance sheet and Profit & Loss previous three Financial years as per for the last consecutive three audited balance sheet (i.e. 2015-16, Audited financial years; 2016-17 and 2017-18 or 2016-17, 2017- 18 & 2018-19). OR

Bidder firm (principal of authorized Certificate from the statutory representative) should not have suffered auditor any financial loss for more than one financial year during the last three financial years, ending on 31.03.2019. 3. In case of JV, the annual turn-over of the Extracts from the audited leading company should be Rs. 100 Balance sheet and Profit & Loss Crore and other company(s) should not for the last consecutive three have less than Rs. 50 Crores on an Audited financial years; average during the last three years. The

Page 12 of 133

S. Prequalification condition Documents Required to be no submitted JV firms should not have suffered any OR financial loss for more than one year during the last three years, ending on Certificate from the statutory 31.03.2019. auditor 3 In case of JV, it can have a maximum Scanned copy of contract of three members. In addition, total agreement on a non-judicial stake of Indian Co. in JV should be stamp paper of India Rupees 51% or more with Management Control one Hundred duly signed by all in JV in India Co. Hand and with Indian the authorized representative of Citizen all the firms to be uploaded alongwith the bid. The original agreement should be submitted at the time of technical bid opening. 4 The bidding entity should be ISO 9000 Copy of Certificate or equivalent standard certified. 5 The bidding entity should be ISO 27001 Copy of Certificate or equivalent standard certified. 6 The bidder must have successfully Work order/Contract + executed atleast one single project/work Successful Completion of CCTV/Security surveillance/ICT Certificate from client/phase completion certificate from client project or other similar category items related to Security Surveillance etc. The bidder should have successfully executed similar project in any Government/Semi-Government/ Government undertaking department for value more than Rs. 50 Crores in previous five years i.e. between 01/04/2014 to 31/03/2019. 7. A legally enforceable authorization from The authorization certificate the principal manufacturer (for CCTV from the OEM (for CCTV camera) assuring full guarantee and camera) on their letter head warranty obligations as per the general shall be uploaded and original and special conditions of the contract copy of the same shall be and maintenance support during CAMC submitted at the time of tender period. opening. The certificate should be duly ink-signed and stamped by the OEM. 8. The bidder participating in the tender Address of the present local must have a local office/service Centre office in Delhi/NCR with in Delhi/NCR or alternately the bidder documents as proof of existence shall give an undertaking for setting up viz. copy of rent

Page 13 of 133

S. Prequalification condition Documents Required to be no submitted the local office in Delhi/NCR within 30 agreement/latest bill of days from the date of issue of letter of electricity/telephone etc. intent. OR Undertaking letter for setting up the local office within 30 days from the date of issue of letter of intent. 9. OEM or its subsidiary should not be Undertaking from OEM. blacklisted by any Ministry/PSU of Government of India/State Govt. or by any Government Department of Country of Origin during the last five years.

(B) Stage-II - Technical Bid Evaluation: Only those Bids which comply against Stage– I (Pre-Qualification Evaluation) will be taken up for Stage-II Technical Evaluation as below :

1. Evaluation will be carried out based on the Technical Evaluation Criteria/Technical specifications of items/equipments mentioned in Chapter-4. The Technical evaluation of the product (s) offered will be evaluated based on the OEM mentioned/offered in compliances of the schedule of requirement (Chapter-3).

2. The bidder shall have to submit the scanned copy of Bill of Material as per Schedule of Requirement (Chapter-3) clearly giving the OEM of the equipment/country of origin of OEM, nomenclature, make, model no. etc. It shall be uploaded with the Technical Bid.

3. Bidders shall indicate complete specifications and all features of the proposed system/equipments. The legible scanned copy of technical specifications alongwith literature/ brochures of quoted system must be attached with the technical bid by the bidder. The Bidder shall also provide, Equipment Data Sheets, and conformance chart/test report for Technical Specifications etc. of each equipment as per tender‟s technical specifications.

4. The bidder is also required to submit/produce all the required technical documents before the Technical Committee at the time of technical evaluation. Technical evaluation of the product (s) will be carried out only after verification of the following technical documents:

S. Document description No. a. Team responsible for Project Management upto completion of the project with tentative plan for execution of the project in compliance of delivery and commissioning schedule/period in time bound manner. b. Copy of manufacturing license of OEM (for CCTV Camera offered) or any other document issued by any Govt. Department concluding that the firm is OEM of the equipment.

Page 14 of 133

c. Compliance statement for all technical specification item/equipment wise with equipments/items mentioned in Tender‟s Technical specifications Chapter-4 (reference page number) d. Certification/regulatory approvals for the equipment as mentioned against the type of equipment mentioned in chapter-4. e. Test reports of the equipment/product offered from any Govt. approved national/ international authorized/ recognized accredited laboratory.

5. The bidders are advised to make all necessary arrangement for the presentation and the live demonstration of their quoted system well in advance as they will be required to adhere to the time schedule.

6. The bidder shall have to arrange live demonstration of one sample of all type of cameras (fixed, PTZ and LPR) with other allied accessories/equipments as per schedule of requirement with allied accessories under POC and also show a prototype/temporary Control Station (at a distance) to show that their quoted equipment/system fully conform to the tender‟s Technical Specifications. The bidder will be asked for demonstration on any day after 07 days of opening of the technical bids.

7. Any other additional features/ capabilities bidder want to demonstrate.

(C) Commercial Bid/Price Bid: Only those Bids which fulfill Stage – I and stage – II will be taken up for Stage –III for opening of the price bid for the lowest bidder.

15. Contents of Online Bid: The Online Bids prepared by the Bidder shall comprise of the following two components:-

a) Technical Bid comprising of the following scanned documents duly signed & stamped and to be filled on the format sheets provided in each Tender Document as per following details:-

i) Application Fee of Rs.5000/- (Clause 4.1, Chapter-1). ii) Earnest Money Deposit of Rs.10,00,00,000/- (Clause-4.2, Chapter-1). iii) Undertaking for live demonstration within 7 days of opening of Technical Bid (Clause 2.4, Chapter-1). iv) Proof for Application Fee & EMD exemption, if any (Clause-4.3 of Chapter-1). v) Certificate/undertaking as per clause 6.2 & 6.3 chapter-1. vi) Copy of GST Regn. Certificate (Clause-190 (i) of Chapter-1). vii) Copy of latest GST deposit receipt/challan/return.(Clause-10(ii) of Chapter-1) viii) List of the firm‟s owners/partners/directors etc. as per clause 11.3 of Chapter-1 ix) Undertaking for non-blacklisting of firm and non-registration of criminal case, as per clause 11.3 of Chapter-1. x) Documents/certificate as per pre-qualification criteria {Clause 14 (A), Chpater-1} xi) Certificate/undertaking regarding local office/service centre in Delhi/NCR {Clause 14 (A) (8), Chpater-1} xii) All technical brochures/documents relevant to the Bid {Clause 14 (B), Chpater-1}. xiii) Schedule of Requirements (Chapter-3).

Page 15 of 133

xiv) Compliance of Technical Specifications of the Equipments/items (Chapter-4). xv) Bidders Particulars (Annexure C1 of Chapter-7). xvi) Bid Form (Annexure C2 of Chapter-7). xvii) Guarantee/Warranty (Annexure C3 of Chapter-7). xviii) Bid Letter (Annexure C4 of Chapter-7). xix) Tender Acceptance Letter (Annexure C6 of Chapter-7). xx) Integrity Pact duly stamped and signed (Annexure C9 of Chpater-7)

b) Price Bid: Price Schedule as per specimen given in Chpater-5 to be filled in excel sheet format provided in the Tender Document.

16. PROCEDURE FOR SUBMISSION OF BIDS: 16.1 Instructions for Online Bid Submission:

i) As per the directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

ii) More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

16.2 REGISTRATION

i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal: https://eprocure.gov.in/eprocure/app by clicking on the link “Click here to Enroll” on the CPP Portal is free of charge.

ii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

iii) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

iv) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

v) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.

vi) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

16.3 SEARCHING FOR TENDER DOCUMENTS

Page 16 of 133

i) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

ii) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

iii) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

16.4 PREPARATION OF BIDS

i) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

ii) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 100 dpi with black and white option.

iv) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

16.5 SUBMISSION OF BIDS

i) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

iii) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the Tender

Page 17 of 133

Processing Section, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

v) A standard Price Schedule provided with tender document (excel sheet) format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Schedule provided with tender document (excel sheet) file, open it and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Schedule provided with tender document (excel sheet) file is found to be modified by the bidder, the bid will be rejected.

vi) The serve time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

vii) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

viii) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

ix) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

x) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

16.6 ASSISTANCE TO BIDDERS

i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 233 7315.

(S.K. SINHA) IPS DY. COMMISSIONER OF POLICE, PROV. & LOGISTICS: DELHI.

Page 18 of 133

CHAPTER – 2

CONDITIONS OF CONTRACT

1. AWARD OF CONTRACT:

1.1 Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected Bidder and issue Letter of Intent. If a need for extension of the Price validity period arises, it should be extended by mutual agreement. The notification of award/placement of supply order will constitute the formation of the Contract.

1.2 At the time of placement of the supply order, the Supplier shall sign the contract with the Purchaser. The Supplier shall bring alongwith him, the power of attorney, the contract performance bank guarantee and common seal etc. for signing the contract.

1.3 In case of authorized distributers; a tripartite agreement shall be signed among the Purchaser, the finally selected bidder(s) and the OEM to ensure continuity in providing technical support/services as per the contract.

2. CONTRACT PERFORMANCE BANK GUARANTEE:

2.1 The Supplier shall furnish Performance Security equivalent to Ten Percent (10%) of the value of the Contract within 14 days of the issue of Letter of Intent, in the form of Contract Performance Bank Guarantee, as per the prescribed proforma (Annexure T7, Chapter 7), from ascheduled Commercial Bank. The Performance Security can also be furnished in the shape of Account Payee Demand Draft/FDR.

2.2 The Contract Performance Bank Guarantee/ Account Payee Demand Draft/ FDR will be in the name of the Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi -110054.

2.3 The Contract Performance Bank Guarantee should be valid for a period of 3 (three) years and 6 (Six) months from the date of award of the Contract. This will be released after the successful completion of warranty period.

2.4 In the event of delay in acceptance of the Stores, the Supplier shall, at the request of the Purchaser, extend the validity of the Contract Performance Bank Guarantee, so as to cover the warranty period.

2.5 CAMC Performance Bank Guarantee/ CAMC Performance Security: On completion of the 3 years warranty period, the Supplier shall furnish an Annual Maintenance Contract (CAMC) Performance Bank Guarantee/CAMC Performance Security for Five Percent (05%) of the total Contract Price from a scheduled Commercial Bank. The CAMC Performance Security can also be furnished in the shape of Account Payee Demand Draft/FDR.

2.6 The CAMC Performance Security/Bank Guarantee shall be in the name of Dy. Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi -110054.

2.7 The CAMC Performance Bank Guarantee/ FDR should be valid for a period of 05 years and 06 months from the date of expiry of the warranty period. This will be released after the successful completion of CAMC period of 5 years.

Page 19 of 133

3. PAYMENT SCHEDULE FOR BIDDER: The standard payment terms subject to recoveries, if any, under the Liquidated Damages clause will be as follows: -

3.1 Advance: 30% of the Contract Price (without taxes) of supply, installation & Commissioning of 6630 Nos. CCTV system with three years guarantee/warranty shall be paid as advance against a Bank Guarantee of equal amount, from a Scheduled Commercial Bank after signing the Contract. This Bank Guarantee should remain valid for a period of ten (10) months from the date of signing the contract and the same will be released after successful delivery, installation, commissioning and handing over the all the sites/system to Delhi Police. The supplier shall renew the bank guarantee if the purchaser so asks, in case the goods are not delivered within the period of enforcement of bank guarantee.

3.3 Acceptance at Site: The Final Payment of remaining 70% of the Contract Price/value plus taxes of the full quantity of the CCTV system (after adjustment of 30% paid to successful bidder as advance) shall be paid after successful installation, commissioning and acceptance of the system at site(s) of Delhi Police and acceptance by the department.

3.4 No interest is payable by the Purchaser in case of delayed payments.

3.5 Any new Government levies/taxes imposed or increased in taxes after the contract date shall be paid as per actual against submission of documentary evidence and in case of decrease thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax rates are reduced after release of payment, the same shall be adjusted against future bills or from the performance security of the contractor.

4. SITE READINESS:

4.1 Typical Scaled site Plan and Equipment layout Plan for the System to be deployed shall be prepared by the Successful Bidder/Contractor. The layout shall show interconnecting cable routings between various equipments of the System. The Successful Bidder/Contractor shall provide the Site Requirements for each type of installation. The Contractor shall provide the complete specifications alongwith exact locations of installation of each and every equipment, which has to be necessarily approved by the Department.

4.2 All necessary approvals required for executing the Projects shall be obtained by the successful bidder. Delhi Police shall to the extent possible provide all necessary assistance to the successful bidder in obtaining the required approvals/permissions from civic agencies.

4.3 The purchaser department undertakes to provide sufficient space as per requirement of the successful bidder considering the number of cameras and allied equipments for the Main Control Rooms for the Projects preferably at the corresponding Police Station with an electrical connection of the appropriate voltage as per requirement. The space for installation of LCS/AC-Rack wherever required shall also be provided to successful bidder as per requirement with electrical connection.

4.4 The furniture/fixtures including electrical wiring as per requirement, fall ceiling, equipment for suitable ambient environment at the MCS for the smooth functioning of all the equipments round the clock.

Page 20 of 133

4.5 The recurring cost of the electric connection so provided for the Projects would be borne by the department i.e. Delhi Police.

4.6 Successful Bidder shall complete the projects and ensure that the complete Systems (including all equipments, hardware, software, cables, consumables etc.) achieves the objectives of the Department.

4.7 Earthing arrangements for all the equipments shall be the responsibility of the Supplier and to be carried out as per standard procedures.

4.8 The date of completion/commissioning of the site shall be the date on which the site is commissioned and accepted by the department.

5 Responsibility of Completion & Software Optimization: Any fitting or items which may not be specially mentioned in the specifications but which are necessary are to be provided by the Supplier without any extra charge for completeness of the work under this Tender.

6. Delivery, Installation and Commissioning : Delivery, Installation and Commissioning of entire project shall be executed by the contractor at all the locations/sites mentioned in Annexure-3A shall be completed by the successful contractor in accordance with the terms specified by the Purchaser within 6 months (six months) from the date of Award of Contract.

7. INSPECTION AND TESTS:

7.1 The Purchaser shall have the right to inspect and/or test the goods for conformity to the Contract Specification.

7.2 Should any inspected or tested goods fail to conform to the specification, the Purchaser may reject them and the Supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements free of cost to the Purchaser.

7.3 The Supplier shall provide installation and standard test procedures for the individual equipment and for the complete System offered.

7.4 The Supplier shall test individual equipment and the complete System after installation at site. The Supplier shall submit complete documentation of all the measurements conducted during installation period for future reference of the Purchaser.

7.5 A document comprising of the technical problems faced during installation, testing and commissioning period and their solutions shall be submitted by the Supplier at the time of handling over the completed works to DCP (Prov. & Logistics), Delhi Police.

7.6 For the purpose of taking over the goods/system supplied, an Acceptance Test shall be carried out. The equipment that meets the acceptance test by the Committee shall only be accepted by the Committee. The guarantee/warranty will only be started after acceptance of the system.

7.7 The installation or commissioning shall not be deemed to have been completed unless all the goods and System are accepted by the Purchaser.

Page 21 of 133

7.8 Before the equipment/goods is taken over by the Purchaser, the Supplier shall supply installation, operation, repair and maintenance manuals of the equipment/system. This shall include the (i) System Interface Drawings, (ii) System Interconnection and Block Diagrams, (iii) User Operation Manuals & (iv) Equipment Maintenance Manuals.

7.9 In case the supplier provides any third party equipment, material, hardware or software then he has to submit an undertaking that the said third party so contracted is aware of the deployment of the Systems as well as the warranty, AMC & other clauses of the said contract.

7.10 Transfer of Title: Upon each partial delivery, installation and commissioning of the CCTV Camera System at the Purchaser‟s each delivery site, an inventory of the equipments shall be taken jointly by the Supplier and the Purchaser to be completed within five (05) working days of such delivery to ensure that the supply is complete and in order. After the inventory of each partial delivery, installation and commissioning of the CCTV Camera System has been completed to the entire satisfaction of the Purchaser, the title of those Goods will transfer to the Purchaser. In the event of short shipment or damage to the Goods inventorised, the title of only those items of Goods that are in order will transfer to the Purchaser.

8. TRAINING

8.1 The scope of work envisages that the Bidder shall undertake to train the staff nominated by Delhi Police in different aspects of equipment design, functioning, testing, operation & administration, maintenance and repair.

8.2 The supplier shall at every stage of installation; testing and commissioning provide all facilities for adequate training of Delhi Police personnel who may be deputed to work on the project.

8.3 The system Administration and Maintenance Training program, at the user‟s location, will be structured so as to train 15 (Fifteen) of the Delhi Police personnel deputed for the purpose.

8.4 The user operational training program, at the user‟s location, will be structured so as to train up to 15 (fifteen) of the Purchaser‟s supervisory and training personnel who will, in turn, train individual operators.

8.5 The operation training program, at the Supplier‟s location, will be structured to train up to 02 (Two) Supervisors and 05 (five) operators in Police Station, in the complete operation and control of the deployed system.

8.6 Bidder will provide complete details on the training programs to be offered including: (a) Material to be covered. (b) Number of hours of training per operator of technician for each specific course (c) Supporting documentation to be provided

9. DELIVERY OF GOODS: The Supplier shall notify the Purchaser about the delivery of the goods to the Delivery Site one week in advance of the expected date of partial or complete delivery.

9.1 PACKING, FORWARDING & SHIPMENT: THE Supplier shall provide proper packing of the goods to prevent their damage or deterioration during transit to the final

Page 22 of 133

destination site. The Supplier shall notify Purchaser of the date of each shipment from his works and the expected date of arrival of goods at the site.

9.2 INSURANCE: The Goods supplied under the Contract shall be fully insured on a warehouse-to-warehouse basis by the Supplier against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

10. GUARANTEE/WARRANTEE

10.1 The Supplier hereby declares that the systems sold to the Purchase under this contract shall be of the best quality and workmanship and shall be strictly in accordance with the specifications and particulars contained/ mentioned in the contract and agreed upon.

10.2 The Supplier hereby guarantees that the said system would continue to conform to the description and quality for a period of 36 months (3 years) for all equipments from the date of commissioning (acceptance) of the Systems at the Sites. If any deviation or deterioration in description and quality, design, workmanship and performance as per the agreed specifications is noticed or discovered during the period of warranty (the decision of the Purchaser Department in that behalf shall be final, and binding on the parties), the Purchase shall be entitled to reject the said item, systems or such portion thereof as may be discovered or noticed.

10.3 On such rejection, the concerned equipment, systems or portions thereof will be at the Supplier‟s risk and all the provisions herein contained related to rejection of said equipment etc. shall apply.

10.4 The Supplier shall replace the said equipment, systems or portions thereof within a period of 72 hours. In such an event the remaining warranty period shall apply to the equipment, systems or portions thereof so replaced from the date of replacement. Otherwise the SELLER shall pay for the breach of the conditions therein contained. Nothing herein contained shall prejudice any other right of the BUYER on this behalf under this contract or otherwise.

10.5 Supplier shall replace the defective equipment, systems or portions thereof at the exact location or place of installation of the said item free of cost.

10.6 Any equipment, systems or portions thereof that has been replaced by the Supplier in terms of this warranty shall be returned to the supplier and shall become the property of the supplier.

10.7 The warranty period of 36 months will cover the entire Systems deployed at the Sites of installation including all perishable and consumable items and equipments.

10.8 Repair or Replacement of items (after the date of acceptance by the department), which become defective due to reasons like theft, accidents, unauthorized attempts by persons other than the purchaser or its authorized representatives to repair the equipments shall not be covered under warranty and, if required, shall be carried out by the supplier, on chargeable basis.

10.9 The Supplier is required to provide Software patches from time to time, free of cost during the warranty period.

Page 23 of 133

10.10 Further, any bugs/shortcomings detected by the Purchaser as well as the Supplier shall be rectified free of cost during the warranty period.

10.11 The Purchaser would have the right to invoke the Bank Guarantee in part or in whole on account of any failure of the Supplier to agree to any of the clauses mentioned in the contract.

10.12 The Supplier shall ensure that one engineer having full knowledge of the systems deployed would be available round that clock (24X7) per two site to attend the technical and/or operational problems at each site during the warranty period (36 months) from the date of Commissioning/ Acceptance of the system(s).

10.13 No payment will be made by the Purchaser to the Seller towards maintenance, repair, and replacement etc. of the entire System during the warranty period, except 3rd party damage cases.

11. POST-WARRANTY SERVICES AND MAINTENANCE:

11.1 Seller shall carry out comprehensive on–site maintenance work including all required labour, tools, equipment, facilities, material (including temporary materials), adequate consumables and spares to perform Preventive Maintenance and Repair Maintenance on all hardware and software.

11.2 The site wise Comprehensive Annual Maintenance Charges (CAMC) will be calculated for payment during CAMC period site-wise as per the percentile calculated/received on the basis of cost mentioned by the bidder for the CAMC for the entire project in the price schedule excel sheet against the concerned years of CAMC. The example on the basis of assumption for calculation of site wise CAMC is as under: -

1 Total cost for supply, installation of Rs. 100,00,00,000 commissioning of the entire project {Sub-total 1 (Excluding taxes) of the price schedule} 2 CAMC quoted by the bidder for the 1st year after Rs. 7,00,00,000/- expiry of 3 years guarantee/ warranty (Excluding taxes) 3 Percentage received from CAMC for 1st year 7% (7,00,00,000 X100/1000000000) 4 Total cost for Site “X” for supply, installation and Rs. 4,60,00,000 commissioning of the CCTV system. (Excluding taxes) 5 CAMC for site “X” for the 1st year will be 7% of 4 Rs. 32,20,000/- above) per annum plus taxes

11.3 GENERAL REQUIREMENTS

i) Seller shall carry out and complete the maintenance works in accordance with the Technical Specification of the system in every aspect and in accordance with the direction and satisfaction of Buyer/Purchaser.

ii) The Cost shall be deemed to cover all costs of Seller in performing the maintenance services including the cost of providing all labour, tools, equipment, facilities, spare parts, replacement of faulty parts, consumables and other related

Page 24 of 133

materials, documentation, staff training, test equipment and all other necessary items.

iii) Seller shall be fully solely responsible for all the maintenance work discharged.

iv) Seller shall ensure that sufficient maintenance staff(s)/Team(s) is provided to carry out the maintenance works in addition to staff mentioned at Clause No. 10.12 above. Seller shall deploy only technically competent and qualified staff for the maintenance works.

v) Seller shall liaise with the telecommunication service provider(TSP) for the proper functioning of communication lines and all its equipment, diagnose communications faults, perform joint testing etc. with the TSP whenever required.

vi) Seller shall engage an approved pest control company to perform pest control service as and when required to avoid any damage to the equipments and other furniture/fixture at Main Control Room (MCR) & Local Control Room (LCR).

11.4 PREVENTIVE MAINTENANCE(PM)

i. Regularly scheduled PM shall be performed at least once in three months or as recommended in the product support documentation. This maintenance includes all cleaning, lubrication, inspection, testing, calibration, focusing of field equipment, checking of cable insulation, checking for corrosion of steel support, painting works to remove rusts, repairing of concrete base of field equipment and structure, checking of cable clamps and replacement when necessary as well as all alignment necessary to prevent failures and extend the useful life of the System and equipment.

ii. Seller shall ensure that all PM works are properly carried out with minimum interruption to the operation of the system.

iii. Seller shall submit a rolling quarterly maintenance work program as per an approved checklist. Seller shall also submit a PM report to Purchaser (user department). Purchaser reserves the right to add and delete items on the check list without any additional cost.

iv. Seller shall liaise with the respective proprietary software/hardware vendors/suppliers or other firms (OEM) to ensure that all maintenance requirement are met.

v. Purchaser reserves the right to inspect any PM works at any time.

vi. Hardware PM shall include all scheduled servicing actions. Scheduled servicing shall include accomplishment of periodic inspection, condition monitoring, critical parts replacements, overhaul, adjustment, calibration, etc. In addition, servicing requirements (i.e. lubrication, cleaning, housekeeping, etc.) shall also be included under the general category of schedule servicing.

vii. Software PM shall include but not limited to the following:

a) Installation, reconfiguration, testing and implementation of standard corrections, patches and updates of all softwares.

Page 25 of 133

b) Performing regular backup so as to restore the system in the shortest time possible; and c) Seller shall be responsible for the software support for maintaining the affected software at no additional cost and with no adverse delay to the operation of system. d) Licenses for all the operating and application software etc. shall be made available to Purchaser at no additional cost on behalf of Purchaser. The original agreement documents of all the licenses shall be submitted to Purchaser within week of its renewal. e) Seller shall be responsible to supply and install the latest anti-virus software and patches as well as the associated license. The anti-virus software shall include at least the following features:

i. Functions to automatically scan all file inputs, outputs, downloads, program execution and other system related activities; ii. Functions to clear or delete the infected file(s); iii. Ability to check specific files for viruses; iv. Ability to allow the creation of emergency back on removal disk to start and clean infected boot sector virus ; and v. Ability to push signature files and upgrades from one main console to the rest of the hardware. There shall be no manual updates and upgrades on individual servers and workstations. vi. Seller shall update the virus definition file as and when new update is available. f) The PM works shall include at least the following:

i) Checking and tightening the supports on all mounting poles and replacing them worn out. Cleaning of field equipment and focusing alignment cleaning of inside of equipment housing of dirt, dust etc.; ii) Checking the mounting brackets for all field equipment and replacing them when damaged or when cracks are observed. iii) Checking metal parts for corrosion, burst-off and repainting them as required. iv) Carrying out cable insulation tests when required by Purchaser (end user). v) Checking the condition of earthing, electrical wiring and lightning arrestors and all outdoor equipment. vi) Checking the foundation, base plate and bolts and nuts of all structure for corrosion, repainting when required as well as tightening or replacement of damaged bolts and nuts. vii) Monitoring, optimization and fine turning of the systems; viii) Perform system backup and restoration for CC; ix) Ensuring security of the System and to report any security violations to Purchaser (user). x) Any other work which affects quality of its output. g) Any PM work carried out shall not cause any disruption to the operation of System and all the communication links. In the event that any System

Page 26 of 133

downtime is required during PM work, Seller shall seek Purchaser‟s approval prior to carrying out the works.

h) Seller shall recommend updates and improvements to the System to ensure the optimal operation and security of the System. Upon the approval by Purchaser, Seller shall install, configure and document the updates and/or improvements.

11.5 REPAIR MAINTENANCE (RM)

i) Seller shall perform the RM, as and when a Fault is reported by Purchaser or detected under PM. Seller is not entitled to claim for any extras cost as all these costs are deemed to be included in the Contract Price.

ii) Seller shall provide/supply all replacement parts and spares, consumable materials, manpower, tools, equipment and all other incidentals necessary for the execution of works. Seller shall perform RM on all system and equipment (including software and hardware).

iii) The works for RM shall include but not limited to Fault localization and isolation disassembly. Removal and replacement or repair of parts(s), reassembly, checkout and condition verification. Seller shall also perform RM on suspected failure, even if further investigation indicates that no actual failure has occurred.

iv) Purchaser reserves the right to inspect any RM works at any time.

v) Seller shall liaise the respective software/equipment vendors/ suppliers/OEM when necessary to minimize the Downtime. However, the seller is fully responsible for downtime occurred/counted for the system.

vi) Seller shall be responsible for the recovery of lost data, restoration and repair of damaged data and the correction of erroneous data to original state, to the extent possible in the System subject to Purchaser(user) approval.

vii) If any component of the System is damaged or not functioning as a result of any act of nature, theft, traffic accident, vandalism etc. In that case, if damage occurred by third party after handing over the system, Seller will intimate Delhi Police in writing about any third party damage and it is for Delhi Police to register FIR. Thereafter, a joint inspection of the affected area shall be carried out within 24 hours, by a team consisting of members of Delhi Police, Site Engineer/representative of Seller and representative of third party (if identified) involved in damage. The joint survey report shall include details of equipment/items damaged alongwith details of equipment/items required for rectification with their estimated value by Seller. Seller shall repair/replace the affected items within five (5) days from the permission wherever required from civic agencies or from the date of joint survey. After that Seller shall take feedback from the purchaser/user regarding the rectification. The reinstatement of the affected items shall be carried out to the satisfaction of Purchaser/User and in compliance with the required performance standards. Seller is required to take photographs before and after the reinstatement. Such repair works carried out by Seller shall be outside the scope of the Contract and shall be chargeable basis. Seller shall submit the claims for such repair within 15 days of the rectification.

Page 27 of 133

viii) Seller shall update and install software patches for the operating system and updating of related documentation and manuals.

ix) If the Fault cannot be made good within the specified time due to reasons acceptable to Purchaser, Seller shall provide, at his own costs, a replacement for the affected item or propose an alternative solution to enable the System to function and operate efficiently without any interruption to meet the various specified functional and performance requirements. Seller shall ensure that any replacement work or alternative solution proposed must not result in any disruption to the operations and performances of the System.

x) Where Seller is not able to remedy the defect or error or successfully implement a temporary correction or bypass within the Repair Time, Seller shall at no cost to Purchaser, engage the services of an independent expert as soon as possible, who may be an employee or agent of the developers of the particular defective software to remedy the defect or error and/or effect a temporary correction or bypass. The Repair Time shall continue to accumulate until the Fault is rectified.

11.6 SPARES, CONSUMABLES AND TESTING EQUIPMENT

i. Seller shall ensure that adequate spare parts, consumables and testing equipment are maintained for usage, repairs and replacement and ensure that they are available at all times throughout the maintenance period, so that the system functioning should not be affected due to shortage of spare parts/consumables.

ii. The cost of the consumables, spare parts and testing equipment is deemed to have been included in the Contract Price for the comprehensive maintenance in the price schedule.

iii. Seller shall at his own expense obtain, store and maintain in serviceable condition the required number of spare parts and consumable necessary to meet the Maintenance Standards.

11.7 MAINTENANCE MANAGEMENT FACILITIES

i. Seller shall undertake to set up a Unified Maintenance Hub or a Call Centre and deploy full time maintenance staff for the maintenance of the system on a 24x7 basis. SELLER shall provide a maintenance telephone number manned by English & Hindi speaking staff to which all Faults can be reported to at any time.

ii. Within 15 days of entering into contract, Seller shall provide a list of names, addresses and contact numbers of all staff employed for the maintenance services and of any other persons who may be at any time be required to enter the work site to perform works relating to the Contract.

iii. Upon receiving the Fault reports lodged, Seller shall attend quickly to them within the Response Time and repair, remove or rectify the Faults within the Repair Time stated in the Maintenance Standards. Purchaser shall impose liquidation Damages charges on Seller for failure to respond within Response time and failing to complete the repair work within the Repair Time, as specified in the Maintenance Standards.

Page 28 of 133

v. In the event Seller‟s personal encounters difficulty in rectifying any Fault within the Repair Time, Seller shall immediately notify end user giving pertinent details including the time by which it expects to complete the rectification.

vi. Damages to the System as a result of accidents and vandalism shall be included as Faults. Seller shall response to such Faults that arise from road or other accidents and vandalism shall be subjected to the Response Time as specified in the Maintenance Standards read with provision of clause No. 11.4 above.

11.8 MAINTENANCE STANDARDS

i. Seller shall complete the regular inspections, servicing, repairs or replacements and make the system and facility available to the satisfaction of Purchaser and to complete the repair within the time frame stipulated by Purchaser. Seller shall also complete repairs to reported faults or works requested by Purchaser within the stipulated time frame. If the Seller fails to make good or complete the works in accordance to the time as approved by Purchaser or within the approved extension of time, Seller is liable for liquidated damages as stipulated thereto until the day/time the fault is made good or works is completed to the satisfaction of Purchaser.

ii. When a fault is detected during the regular servicing or inspection under the maintenance programme or after the fault is reported to Seller or works as requested, Seller shall immediately proceed to attend to the fault with diligence and dispatch maintenance staff to carry out the repairs or works to minimize the downtime.

iii. For faults requiring more time to complete, Seller shall inform with reasons acceptable to Purchaser and obtain Purchaser (end user) approval for a reasonable time to finish the works. Under such circumstances, temporary measures to minimize downtime or inconveniences to Purchaser and the public shall be taken. Seller shall carry out the works within the time approved by Purchaser. Seller shall be required to provide a loan set of the affected equipment, of similar specification and capacity for the time, which the Faulty equipment remains unrectified. Seller is deemed to have included the above cost in his Contract Price. The above shall not absolve Seller from his responsibility to complete the works within the time of extension of time as approved by Purchaser.

iv. The response time and Repair Time are as follows :

Response Time (Hrs.) Repair Time (Hrs.) 04 24

v. System Availability (SA)

a) SELLER shall maintain the System to achieve the monthly System Availability as follows:

Page 29 of 133

90% for the Control Centre {calculated in two patterns i.e. on basis of output received from (i) all cameras and LPR and (ii) Control Centre IT equipments}. However, cameras which are non-functional due to third party damage or due to fault in lease line connectivity will not be considered for calculation of up-time.

b) The total AMC charges of each sites will be divided in two parts in ratio of 70:30 for making payment as per the system availability output received from (i) cameras and LPR and (ii) IT equipments respectively. Final calculation for up time The System Availability is defined as:

Total up Time (hrs) for Control Centre IT Total up Time (hrs) for all live cameras in a quarter Hardware in a quarter ------X 0.7 ------X 0.3 X 100 [( Total time (hrs) of the Cameras in a quarter )+(Total time (hrs) in a quarter )]

vi. Liquidated Damages (LD)

a) If Seller fails to respond within the Response Time and Repair Time, Seller shall compensate Purchaser, LD as follows:

i) Rs. 400/- per hour for every hour or part thereof that exceeds the downtime of 28 hours subject to a maximum of 10% of the CAMC Value for the applicable quarter, for system availability upto 90%. ii) In case the up-time (System Availability) is between 41-90% payments shall be made as per up-time on pro-rata basis, calculated on the basis calculated on 90% system availability besides imposition of liquidated damage @ 10% on CAMC cost. iii) In case the up-time (System Availability) is between 0-40%, payment shall be made as per up-time on pro-rata basis calculated on 100% system availability besides imposition of liquidated damages @ 10% on CAMC cost.

b) Seller shall note that the Downtime for each Fault occurrence shall be considered and computed independently.

c) The Downtime due to system migration, testing, preventive works or other works as approved by Purchaser or involvement of cameras in third party damage shall not be considered as Faults. In the CAMC claim Seller shall not included the quantity involved in 3rd party damage and lease line connectivity issue on pro-rata basis.

11.9 AD-HOC WORKS

i. Purchaser may from time to time issue variation to Seller to carry out ad-hoc repair, replacement and improvement works which are not covered under PM or RM works to equipment damaged due to traffic accidents, relocation of equipment affected by road works, maintenance of additional equipment and cleaning and painting of assets.

Page 30 of 133

ii. For accident repair; Seller shall repair the damages as per provision of the contract mentioned above and subsequently advise Purchaser the cost incurred.

iii. Such works also includes up-gradation of any equipments viz. cameras, storage, back-up etc., if required necessary for effective functioning, on chargeable basis.

12. DELAY IN THE SUPPLIERS PERFORMANCE

12.1 Delivery of the Goods and performance of Services including Warranty and Post Warranty Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser. Delay by the Supplier in the performance of its Delivery or Service obligations shall render the Supplier liable to imposition of Liquidated Damages in accordance with Clause-13 below and thereafter, upon reaching the maximum deduction set out therein, to termination for default in accordance with Clause-21 below accompanied by forfeiture of Security Deposit.

12.2 If the Seller fails to supply the equipments within the stipulated period, the Purchaser reserves the right to purchase the equipments from open market and difference of bill, if any, will be recovered from the bills of the bidder.

13. LIQUIDATED DAMAGES : If the Supplier fails to deliver any or all the Goods or not perform the Services within the time period specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, (not by way of penalty) a sum equivalent to 0.5% (half) percent of the price of the delayed goods or unperformed service for each & every week (part of a week being treated as a full week) of delay until actual delivery or performance, up to a maximum deduction of 10% (Ten Percent) of the undelivered Equipment/Services.

14. FORCE MAJEURE :

14.1 Force majeure means an event beyond the control of the seller and not involving the seller‟s fault or negligence and which is not foreseeable. Such events may include, but are not restricted to, acts of the Purchaser/Buyer either in its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts, problems due to non-functioning/responding of civic agencies server required for completion of any formalities etc., and freight embargoes.

14.2 If there is delay in performance or other failures by the Seller to perform to obligation under its contracts due to event of a Force Majeure, the Seller shall not be held responsible for such delays/failures.

14.3 If a force Majeure situation arises, the seller shall promptly notify the Buyer in writing of such conditions and the cause thereof within seven days of occurrence of such event. Unless otherwise directed by the Buyer in writing, the seller shall continue to perform its obligations under the contracts as far as reasonably practical, and shall seek all

Page 31 of 133

responsible alternative means for performance not prevented by the Force Majeure event.

14.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at its option terminate the contract without any financial repercussion on either side.

14.5 There may be a Force Majeure situation affecting the purchase organization only. In such a situation the purchase organization is to take up with the supplier on similar lines as above for further necessary action.

15. PATENT INDEMNIFICATION: The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent, copyright, trademark, license or industrial design rights, software piracy arising from use of the goods or any part thereof in the Purchaser‟s country.

16. CONFIDENTIALITY:

16.1 Any information, classified as confidential provided by disclosing Party during the terms of the Contract shall not be passed on to any third party by the receiving Party without the prior written consent of the disclosing Party.

16.2 The requirement of this clause shall continue even after termination or completion of this Contract.

17. WAIVER: Failure or delay on the part of the Supplier or the Purchaser to exercise right or power hereunder shall not operate as a waiver thereof.

18. ASSIGNABILITY: Neither this Contract nor any rights under it may be assigned by either Party without the express prior written consent of the other Party. However, upon assignment of the assignor‟s interest in this Contract, the assignor shall be released and discharged from its obligations hereunder only to the extent that such obligations are assumed by the assignee.

19. SEVERABILITY: If any portion of this Contract or any of the Contract Documents hereto is held to be invalid, such provision shall be considered severable, and the remainder of this Contract hereof shall not be affected.

20. GOVERNING LAW: This Contract including the Contract Documents shall be governed by and construed in accordance with the laws of India and the Delhi Courts shall have jurisdiction in this regard.

21. TERMINATION FOR DEFAULT

21.1 The Purchaser may without prejudice to any other remedy for breach of Contract, by Thirty (30) days written notice of default sent to the Supplier and upon the Supplier‟s

Page 32 of 133

failure and neglect to propose and/or execute any corrective action to cure the default, terminate this Contract in whole or in part:

(i) If the Supplier fails to deliver any or all of the goods within the time period(s) specified in the Contract; or (ii) If the Supplier fails to perform any other obligation(s) under the Contract.

21.2 On termination of the Contract for default, the security deposit of the Supplier will be forfeited.

21.3 On termination of the Contract for default, action will be taken to black list the Supplier.

22. TERMINATION FOR INSOLVENCY: The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

23. TERMINATION FOR CONVENIENCE

23.1 The Purchaser shall have the right to terminate the Contract in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser‟s convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.

23.2 The Goods those are complete and ready for shipment within Ninety (90) days after the Supplier‟s receipt of notice of termination shall be purchased by the Purchaser at the Contract terms and prices. For the remaining Goods the Purchaser may elect:

a. to have any portion completed and delivered at the Contract terms of prices, and/or b. to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier.

24. RESOLUTION OF DISPUTES: In the case of dispute or difference arising between the Purchaser and the Supplier relating to any matter connected with this contract, the same shall be settled through amicable negotiations between a maximum of Two (2) officers nominated by the competent authority of Delhi Police and Two (2) employees nominated by the Supplier, failing which, the dispute shall be submitted to arbitration in accordance with the provisions of the Arbitration and Conciliation Act, and the Arbitrator‟s decision shall be final & binding. The language of arbitration shall be English. The venue of the conciliation and/or arbitration proceedings shall be in Delhi, India.

Page 33 of 133

(S.K. SINHA) IPS DY. COMMISSIONER OF POLICE, PROV. & LOGISTICS, DELHI.

CHAPTER – 3

BILL OF REQUIREMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI (TO BE ATTACHED WITH TECHNICAL BID)

Sl. Item/Equipment/Software Description Quantity Unit Make/ Model No No. Manufactures SUPPLY 2.4 Megapixel or better outdoor Fixed 1 Bullet camera with required housing 4824 No.

wall mount & Pole bracket etc 4 Megapixel or better Outdoor PTZ 2 Camera with required housing wall 1271 No.

mount & Pole bracket etc ANPR Outdoor Fixed Box camera with 3 required housing wall mount & Pole 535 No.

bracket etc 4 IR illuminator 535 No.

Fixed Camera for Driver Image with 5 required housing wall mount & Pole 535 No.

bracket etc 6 5KVA Online UPS System 238 No.

7 Double door Power Distribution Board 238 No.

Weather Proof Junction Box with all 8 4426 No. accessories Industrial Grade Edge Switch with port density 8x1G Base-T PoE+ and 4x1G 9 2213 No. Base-X Ports. modules should be from the same make Network Management Software and 10 50 No. Server 11 42 U Rack 100 No.

6 Port LIU with single mode duplex 12 2213 No. coupler and pigtails 24 Port LIU with single mode duplex 13 829 No. coupler and pigtails Industrial Grade Distribution Switch with 14 port density 24x1G Base-SFP and 236 No.

4x1G/10G SFP+ Ports. (Layer 2 Switch) 15 Core Switch with port density 24x1G 50 No.

Page 34 of 133

Base-SFP/Base-T and 4x1G/10G SFP+ Ports (Layer 3 Switch) Network Storage and Redundant 16 132 No. Storage 17 Video Management / Recording servers 100 No.

18 ALPR Server 50 No.

19 PC Work Station 50 No.

20 Client Workstation & Decoder 50 No.

21 Video Management Software 50 Set

22 ALPR Application Software 50 Set

23 LED HD Monitor 352 No.

24 Joystick and Keyboard 50 No.

328000 25 Mtrs Power Cable 2.5 Sq mm x 3 Core (Estimated) 984500 26 Mtrs Power Cable 1.5 Sq mm x 3 Core (Estimated) 1312500 27 Mtrs Single Mode Fiber Optical Cable (Estimated) Cat 6 UTP Cable for Indoor & Outdoor 1008000 28 Mtrs Application (Estimated) 5/4/3 Mtr GI Pole/Gantry/Cantilever with accessories (Pole- 2300 Nos., Gantry - 29 2844 No. 144 Nos., Cantilever - 400 Nos.- Estimated) 1282000 30 Mtrs GI Pipe (Estimated) 1282000 31 Mtrs HDPE Pipe (Estimated) 32 10KVA Online UPS System 50 No.

33 Power Distribution Board 50 No.

Installation and commissioning Charges of entire system 34 (Attach Separate sheet with item- 1 Lot wise/work-wise price schedule in PDF format with price bid) Any Other item to complete the project (Attach Separate sheet item-wise with 35 1 Lot price schedule in PDF format with price bid)

Note: - 1. The bidder may visit the locations as mentioned in Annexure 3-A to assess the actual requirement for the tender‟s items mentioned at Sl. Nos. 8 to 26 in schedule of Requirement (Chapter-3, Annexure-B).

2. Successful bidder (L-1) will provide onsite comprehensive guarantee/warranty for complete package/solution of CCTV Cameras Surveillance System for a period of three (03) years and Comprehensive AMC of 05 year.

Page 35 of 133

CHAPTER-3A

LIST OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI

TYPE OF CAMERA Total No. of District Police Station CCTV & Locations Fixed PTZ ANPR ANPR 1. South Distt. 1 HAUZKHAS 87 211 88 29 328 2 MEHRAULI 36 88 38 7 133 3 FATEHPUR BERI 40 88 39 8 135 4 NEBSARAI 69 178 53 0 231 5 SANGAM VIHAR 48 110 12 10 132 6 MALVIYA NAGAR 75 217 64 4 285 Sub Total -1 355 892 294 58 1244 2. South East Distt. 7 GOVINDPURI 29 73 6 0 79 8 OKHLA INDUSTRIAL AREA 63 83 34 3 120 9 JAITPUR 35 57 7 0 64 10 SUNLIGHT COLONY 30 67 20 14 101 11 KALINDI KUNJ 22 32 5 0 37 Sub total -2 179 312 72 17 401 3. South West Distt. 12 SAROJNI NAGAR 50 140 24 42 206 13 SAFDARJUNG ENCLAVE 74 91 12 6 109 14 VASANTKUNJ NORTH 31 78 31 6 115 15 VASANTKUNJ SOUTH 88 249 80 4 333 16 KISHANGARH 9 25 10 0 35 Sub Total-3 252 583 157 58 798 4. West Distt. 17 MOTI NAGAR 39 92 9 46 147 18 TILAK NAGAR 57 161 31 20 212 19 RAJOURI GARDEN 23 73 25 0 98 20 KHAYALA 42 71 13 9 93 21 MAYAPURI 51 123 44 4 171 22 HARI NAGAR 56 95 21 0 116 23 PUNJABI BAGH 29 67 10 0 77 Sub Total -4 297 682 153 79 914 5. Dwarka Distt. 24 17 27 5 3 35 25 DABRI 47 79 21 14 114 26 NAJAFGARH 37 86 13 19 118 27 BINDAPUR 27 63 14 16 93 28 DWARKA SEC-23 27 58 18 26 102 29 MOHAN GARDEN 20 45 9 3 57

Page 36 of 133

Sub total-5 175 358 80 81 519 6. North West Distt. 30 SHALIMAR BAGH 90 214 64 10 288 Sub total-6 90 214 64 10 288 7. Outer Distt. 31 SULTANPURI 29 82 27 4 113 32 MANGOLPURI 41 109 35 28 172 Sub Total-7 70 191 62 32 285 8. Outer North Distt. 33 S.B DAIRY 19 60 14 12 86 34 S.P BADLI 16 48 15 20 83 35 BHALSWA DAIRY 84 179 43 7 229 Sub Total-8 119 287 72 39 398 9. Rohini Distt. 36 AMAN VIHAR 13 34 13 0 47 37 NORTH ROHINI 28 56 8 18 82 38 PREM NAGAR 25 66 25 2 93 Sub Total-9 66 156 46 20 222 10. East Distt. 39 GHAZIPUR 46 117 26 8 151 40 MANDAWALI 65 114 45 12 171 41 KALYANPURI 92 200 35 27 262 42 NEW ASHOK NAGAR 61 149 37 22 208 43 SHAKARPUR 32 42 12 4 58 44 PATPARGANJ IND. AREA 13 32 8 6 46 45 LAXMI NAGAR 40 46 6 0 52 Sub Total-10 349 700 169 79 948 11. Shahdara Distt.

46 KRISHNA NAGAR 54 133 34 6 173 47 JAGATPURI 32 62 29 34 125 Sub total-11 86 195 63 40 298 12. North East Distt. 48 GOAKALPURI 32 128 21 12 161 49 KHAJURI KHAS 17 72 6 2 80 50 KARAWAL NAGAR 23 54 12 8 74 Sub total-12 72 254 39 22 315 GRAND TOTAL (Sub total 1 to 12) 2108 4824 1271 535 6630

Page 37 of 133

SOUTH DISTRICT

P.S. HAUZKHAS

Sl. Camera Locations Fix PTZ ALPR No. 1. At chowk of KHEL GAON MARG & CH DILIP SINGH MARG 1 1 7 2. At T - Point to GAMAL ABDEL NASEER MARG ( Near THE 5 1 4 GOLDEN DRAGON ) 3. Infront of PANCHSILLA CLUB (at GAMAL ABDEL NASEER 2 1 0 MARG) 4. Near to Max Medicine Centre 2 1 0 5. At PANCHSILLA PARK ( NORTH ) 3 1 0 6. Near to Max Med Centre & The bank of Rajasthan 3 1 0 7. At School near to SHAHPUR JAT 3 1 0 8. At Cut to SHAHPUR JAT 3 1 0 9. At T Point near Enquiry Office 2 1 0 10. At Praveen Marg (Near DDA JANTA FLAT ) 2 1 0 11. At T Point near HAWA SINGH & SRI RAM SINGH MARG 3 1 0 12. Near DDA JANTA FLAT 2 1 0 13. Near Govt Girls SS Sch 2 1 0 14. At Police post of SHAHPUR JAT 2 1 0 15. At Soami Nagar North ( near panchsheel north) 4 1 4 16. Near Rockland ( Near to Panchsheel enclave ) 4 1 4 17. At SIRI FORT 2 1 0 18. At chowk of SIRI FORT MARG & LALA LAJPAT RAI PATH 4 1 4 19. At GARGI COLLEGE 4 1 0 20. Near UDAY PARK(near to AUGUST KRANTI MARG) 3 1 6 21. Near Turn to POLICE COLONY 1 1 0 22. At BHISHAM PITAMAH MARG (near to police colony) 2 1 0 23. At POLICE COLONY 2 1 0 24. Near to DADA BAN 3 1 0 25. Near to MOTH ki MASJID 4 1 0 26. At MASJID MOTH 2 1 0 27. Near to MOTH ki MASJID ( near DADA BAN ) 3 1 0 28. At GBSS School 2 1 0 29. At GGSS School 4 1 0 30. Near LEELA RAM Market 2 1 0 31. At T point near LEELA RAM Market 2 1 0 32. At Father Angel polytechnic School 3 1 0 33. At AIIMS Hostel 1 1 0 34. Near Chest Institute 3 1 0 35. Near Temple (ahead of chest institute) 3 1 0 36. Near temple at Gautam nagar 2 1 0 37. Near T point at gautam Nagar 2 1 0 38. At T - point at gautam Nagar 3 1 0 39. Ahead of T Pont towards Doctors Hostel 2 1 0 40. At Gautam nagar T point 2 1 0 41. Ahead of Gautam nagar T point (near park) 2 1 0 42. At Gautam Nagar Chowk towards Aiims hostel back side 2 1 0 43. At T Point Near YUSUF SARAI KARNATAKA 2 1 0 44. Infront of YUSUF SARAI KARNATAKA 2 1 0 45. At T point ahead of YUSUF SARAI KARNATAKA 1 1 0 46. At Turn near YUSUF SARAI KARNATAKA towards 2 1 0 AUROBINDO MARG 47. Near INDIAN OIL BHAWAN 2 1 0

Page 38 of 133

48. At t pint on AUROBINDO MARG near INDIAN OIL BHAWAN 1 1 0 49. At General Rajshankar Pub School 2 1 0 50. At T point near NIFT 1 1 0 51. At gate of HAUZ KHAS Apartments 1 1 0 52. Infront of MAHINDRA KOTAK (AUROBINDO MARG) 3 1 0 53. At temple near MUKLANAND ASHRAM 2 1 0 54. Near saidham 4 1 0 55. At School near Saidham 2 1 0 56. At District park near school of dance 3 1 0 57. Near Siri Institutional area 3 1 0 58. Near EPO 4 1 0 59. At EPO 2 1 0 60. Near turn at Ch. DILIP SINGH MARG 3 1 0 61. Near turn to COSY at Ch. DILIP SINGH MARG 3 1 0 62. At T pont to kashalaya Park 6 2 0 63. Near ABN AMRO at AUROBINDO MARG 2 1 0 64. Near Padmini Enclaveat Aurobindo Marg 2 1 0 65. At entry to police colony ( At GAMAL ABDEL NASEER MARG 2 1 0 66. Infront of police colony 1 0 0 67. At Laxman Public School 2 1 0 68. Near police Colony 2 1 0 69. At Laxman Public School (inside gali) 2 1 0 70. At Mc Donald's ( At Ring Road ) 2 1 0 71. At turn Near Mc Donald's ( At Ring Road ) 2 1 0 72. At T Point near G Block Soth Ex 2 2 1 0 73. At T Point near C Block Soth Ex 2 2 1 0 74. At T Point near K Block Soth Ex 2 2 1 0 75. Near Doctor's hostel 3 1 0 76. At T point near AIIMS 2 1 0 77. Near ICMR 2 1 0 78. Near LIB 3 1 0 79. infront of Girls Hostel (near AIIMS) 3 1 0 80. At Turn to RP center 3 1 0 81. Near National eye Bank 3 1 0 82. At AUROBINDO MARG ( turn to AIIMS) 2 2 0 83. At T point in Ansari Nagar 2 1 0 84. At T point ahead of Ansari Nagar ( C Block) 2 1 0 85. At turn to carrier Aircon 2 1 0 86. At chowk inside Carrier aircorn 2 1 0 87. At chowk behind ABN AMRO 2 1 0 TOTAL 211 88 29

P.S. MEHRAULI

Sl. No. Camera Locations Fix PTZ ALPR 1. At Govt Boys SS School Near Bhul bhulaiya 3 1 0 2. Near Shah Idgah 2 1 0 3. At turn near Goushala 2 1 0 4. Infront of Library near Allahudin's Tomb 2 1 0 5. Infront of Indian Institute of Env 7 ecology Near Prem farm 2 1 0 6. Infront of Buddha Institute near prayavaran complex 3 1 0 7. Near Radha Swami Satsang Bhawan 2 1 0 8. Near LIC office 2 1 1 9. Near Ambwatta complex 3 1 0 10. Near Asri Ram Dharamshala 2 1 0 11. At Qutub Minar Bus terminal 3 1 0 12. Near Gov. School 2 1 0

Page 39 of 133

13. At PTS Chowk (Near Hazi Ali Jaan Masjid) 3 1 0 14. At Chowk of MB Road 5 1 1 15. At Lado Sarai T point 2 1 0 16. At Ahimsa Sthal ( At MB Road ) 2 1 0 17. At School Near Sri Ram Dharamshala 2 1 0 18. Infront of Navyug Farm 2 1 0 19. At T point near Nursery (near Turn to 100 Ft Road ) 2 1 1 20. Near Rajiv Gandhi Farm & Aravali Gardens 2 1 1 21. Near Guru Sahib Vidhya Kendra 2 0 0 22. At Chowk Near Aggarwal Dharamshala 3 1 0 23. Behind Aggarwal Dharamshala 4 2 2 24. Near Satyarthi Dham 2 1 0 25. At Turn Near Manavi farm (Lane towards Chatarpur Ext. ) 3 2 0 26. At T point NearRajiv Gandhi Farm 1 1 0 27. Near Manvi Farm 2 1 0 28. At T Point Near Satyarthi Dham Towards Chattarpur Mandir 2 1 0 29. At T Point Towards 60 ft Road 2 1 0 30. At Turn Near Goushala 3 1 0 31. At Turn Near Tivoli Farm 2 1 0 32. Near Thapar Farm 1 1 0 33. At Fatehpur Beri 2 1 0 34. At Lado Sarai Chowk 4 1 0 35. At MG Road Near Bol Ban Tomb 4 2 1 36. Near Indian Cottage Industry 3 1 0 TOTAL 88 38 7

P.S. FATEHPUR BERI

Sl. No. Camera Locations Fix PTZ ALPR 1. Near Gujjar Chowk 2 1 0 2. At Mehrauli Gurgaon Road Near Jhankar 1 1 0 3. At Mehrauli Gurgaon Road Near The Clare Mount 2 0 0 4. Behind Chopal Aya Nagar 3 1 0 5. At Turn To Aya nagar 2 1 0 6. Near Chaupal Near Aya nagar Extension 2 1 0 7. Near Shiv Hansa Chowk 4 1 0 8. At T point Near Aya nagar 2 1 0 9. At G Block T Pont 2 1 0 10. Near Ambedkar Colony (Aya nagar Extension) 2 1 0 11. At Turn To Ph 4 3 1 0 12. Near market 2 1 0 13. Near Agarwal Sweets Jaunapur 3 1 0 14. At Mandi Road 3 1 0 15. Near Saatvi Farm, Mandi Road 3 1 0 16. Near Mandi Picket Border 2 1 1 17. At Turn to Link Road 2 1 1 18. At Chowk Near Dhera Mandi 2 1 0 19. At Chowk Near Dhera Village 2 1 0 20. At Turn Near Sai Soya Farm (At Chatarpur Road) 3 1 1 21. Near Bhavan Sawan Public School 1 1 0 22. Near Logistic Farmland 2 1 0 23. At Turn Near Aloo More 3 1 0 24. Near Police Chowki sanjay Colony 3 1 0 25. At Shiv mandir 2 1 0

Page 40 of 133

26. Near Aya Nagar 2 1 0 27. At T Point Near Asola farm Road 2 1 0 28. At Chowk Near Shahurpur 2 1 0 29. At T Point Near Shahurpur farm 2 1 0 30. At Chowk of Jasola 2 1 0 31. At Chowk of Bandh Road Near Ashok Verma Farm 3 1 1 32. Near Jaunapur Bus stand 2 1 0 33. T Point Near Poultry farm 2 1 0 34. At T Point of Mahasay Mangat Ram Marg 2 1 1 35. Near Chabra Farm 1 1 0 36. Near Mangla Farm & Suri farm 2 1 0 37. At T Point Of Prakriti Marg Near Varun Garden 2 1 1 38. Near Agarwal Farm Lodhi Sports 2 1 1 39. At T Point on Asola farm House 2 1 0 40. At T Point Near ShahurpurSaharpur Mandi 2 1 1 TOTAL 88 39 8

P.S. NEB SARAI

Sl. No. Camera Locations Fix PTZ ALPR 1 At Carippa Marg Gali-2 2 1 0 2 At T Point NK Jain & Co Real Estate Agents 148 Club Road 3 1 0 3 The Country Club Saket Club 3 1 0 4 W 10 Lane 193 -C Westen Enclave 3 1 0 5 W12 Silve OAKS 99 WA 3 1 0 6 At Bethal Marthona Charch 142/3 Saipullajab 1 0 0 7 At New Green Fileld Junior School 2 1 0 8 At Bear & Wine Anupam Appartminet 2 1 0 9 At Anupam Appartment Gali No-1 1 0 0 10 At DC Office 2 1 0 11 At SDM Office Saket 2 1 0 12 At City Forest Hojrani 2 0 0 13 NG Medicos PNB Bank 3 1 0 14 Master Mind Public School 1 0 0 15 Freedom Fighter Enclave A-1 Block 1 0 0 16 Neb Velly Point 1 0 0 17 St. Mary Malankara Church 2 1 0 18 Al Nobab T Point Hanuman Mandir 3 1 0 19 Anupam Garden Gali No-3 1 0 0 20 Near W12 T Point 3 1 0 21 Indra Enclave Gali No. 4 C Block 3 1 0 22 Rajkiya SakhSiksha S. Vidhalay Nebsarai 2 0 0 23 At IGNOU 2 1 0 24 At IGNOU T Point 3 1 0 25 Shiv Park Duggal Colony Mandir 3 1 0 26 D.T.C Bus Depo. 2 1 0 27 School 2 1 0 28 Gate No 1 D.D.A Flats 2 1 0 29 Central Avenue 4 1 0 30 Mahajan Fram 3 1 0 31 Maidan Farm House 2 1 0 32 Neha Art Gallery 4 1 0 33 Near Sona School 1 0 0 34 Parvind Dairy Mandir 3 1 0 35 F Block Jawahar apaur A Block , F Block 2 0 0 36 Cambrigades public School 2 1 0 37 Rajiv Park A Block 3 1 0 38 Raju Park Hanuman 3 1 0

Page 41 of 133

39 C Block Raju Park 4 1 0 40 Badi Masjid Raju Park Durga Vihar Main Link Road C3 School Devili 6 2 0 Mansln Devi 41 At Sangam Vihar Road 2 1 0 42 New Shiv Shakti Modren School 3 1 0 43 D.D.A Flat Tigri 4 1 0 44 Hanuman Mandir & Masjid 2 1 0 45 D Block Tigri S.K Mandir 3 1 0 46 Gurudwara Road T Point Shiv Market 3 1 0 47 Mother Dairy Tigri 4 1 0 48 Khan Pur EXT, 2 1 0 49 P.N.B Chowk 4 1 0 50 Sona Morden Public School & Women J.T.I 3 1 0 51 At W 12 C 6 2 0 52 T-point near gurudwara 2 1 0 53 Sangam vihar Chowk 4 1 0 54 At Holi chowk 3 1 0 55 At chowk near shiv shakti modern school 4 1 0 56 T-point ahead of modern school 2 1 0 57 T-point Near Durga vihar 3 1 0 58 At turn towards band marg 3 1 0 59 At lane -12 2 0 0 60 At lane -11 1 0 0 61 At lane -10 1 0 0 62 At lane -9 1 0 0 63 At lane -8 2 0 0 64 At lane -7 2 0 0 65 At lane -6 3 0 0 66 Near lane -3 2 0 0 67 Near Sangam vihar Chowk 4 1 0 68 T-point towards south sanik farm 2 1 0 69 At Band Marg 4 1 0 TOTAL 178 53 0

P.S. SANGAM VIHAR

Sl. Camera Locations Fix PTZ ALPR No. 1. Mangal Bazar T-Point (Near Super Medicos Shop) 3 1 0 2. Infront Of Kamal Shop, Mangal Bazar 2 0 0 3. Infront Of ICICI Atm, Mangal Bazar 2 0 0 4. Shubash Public School Mangal Bazar 2 0 0 5. Near Ghanta Ghar, Mangal Bazar 1 0 0 6. Shri Durga Shiv Mandir, Mangal Bazar 1 0 0 7. Mangal Bazar (Near Shop F-34/3) (F -Block) 0 1 0 8. Neem Chowk (Near F-3/631) (F-Block) 3 0 0 9. Savitri Public School C-Block (Near Old Police Chowki) 2 0 0 10. Bachan Public School C-Block 2 1 0 11. Amrit Public School G-1 Block Bandh Road 2 0 0 12. Devli Road, Bandh Road L-Block, T-Point 2 0 0 13. Near Valmiki Mandir L-Block 4 0 0 Infront of Dakshin Nagar Nigam 14. 2 0 0 Govt.Boys/Girls School K-2 Block 15. Near Harijan Basti In Front Of Nahari Baba Mandir K-2 Block 2 1 0 16. In Front Of Sarvodya Vidhayalaya J-1 Block 2 0 0 17. Infront of Aadarsh sadan Public School I-2/25 (I- Block) 0 1 0 18. Ekta Market (Near I-30 Shop Peepel Chowk I- Block ) 2 0 0 19. Infront of Green Arawali Public School K-Block T-Point 3 0 0 20. Infront of South Delhi Nagar Nigam Prathmik Bal Vidhayalaya 2 0 0

Page 42 of 133

K-1 Block 21. Near K-19/668 Shop K-Block,Near Hari Halwai) 2 0 0 Infront of K.S.K Public School (Near F-2/16 Shop F-Block ) T- 22. 3 0 0 Point 23. Near Kumar Sweets, H-Block Ratiya Road 2 0 0 24. Infront of H-Block Shiv Mandir, Shiv Mandir Road T-Point 3 1 0 25. Infront of 12 No Gali G-Block, At Chowk 2 0 0 26. Shooting Range Road Gali No -9 G-Block 2 0 2 27. Mahrauli BadarPur Road 4 1 4 28. Mehrauli Badarpur Road (Front Of Air Force station) 4 1 0 Sangam Vihar Bus Stand Jamiya Hamdarad Hospital M.B 29. 4 0 2 Road Ratiya Road Sat Narayan Mandir (Near Batra Hospital Bus Stand) M.B 30. 4 0 0 Road 31. B.S.F Camp Main Road, M.B Road 2 0 2 32. Tigri T-Point M.B Road 3 0 0 33. Tigri State Bank Of India H-Block (Near G.R Motors) 3 0 0 34. Near Agarwal Sweets Shop B-Block Chowk 4 0 0 35. Infront of Tinu Public School Devli Village C- Block 2 0 0 36. Holi Chowk CH. Captian Singh Marg C-Block 4 1 0 37. Infront of Sherawat Gas Service C-Block At Chowk 4 0 0 38. Near F-3 /641 Shop F-Block 2 0 0 39. Near I-2/3 Shop Shani Bazar Chowk, Ratiya Marg I-Block 0 1 0 Infront of Hamdard Public School Ratiya Vihar (Near D-5/25 A 40. 3 0 0 Shop, D-Block T-Point) 41. Infront of National Hospital G-Block Ratiya Road 2 0 0 Infront of Sanskriti Modern School (Near Atra Complex D- 42. 2 0 0 Block) 43. C Block Pahadi near Barat Ghar 2 1 0 44. Infront of DDA park behind police station 1 0 0 45. T point infront of Himgiri Public school, Main Tikri Road 2 0 0 46. Near Ramleela ground K block near Bakri colony 1 1 0 47. Near Old age home, H Block 2 0 0 48. At Shooting range road near police picket 2 0 0 TOTAL 110 12 10

P.S. MALVIYA NAGAR

Sl. No. Camera Locations Fix PTZ ALPR 1 At Laguna Paint Entry 3 1 0 2 At Gandhi Park 2 0 0 3 Opposite Max Hospital 3 1 0 4 Khusbu Hotel Gali 4 1 0 5 At Ajit Chemist 3 1 0 6 At Church 3 1 0 7 Dr. Fatima Gali 3 1 0 8 At Pradhan chowk 3 1 0 9 At Hauz rani 2 0 0 10 At Badi Masjid 3 1 0 11 Kumhar basti 3 1 0 12 Near K block 2 1 0 13 At Priya Dentist 3 1 0 14 Mona chemist 3 1 0 15 Car Market 2 0 0 16 At Vocational College 4 1 0 17 At SBS College 3 1 0 18 3 Pocket Prachin Durga shiv mandir chowk 2 0 0

Page 43 of 133

19 L pocket MCD School Chowk 3 1 0 20 K pocket sanatan dharm Mandir 2 1 0 21 Singhania ,gas garden 4 1 0 22 Venu Eyes ,JBT college 2 1 0 23 Near Gurudwara & Authority 4 1 0 24 At Sanatan mandir 2 1 0 25 Chiraag main road Balmiki mandir 3 1 0 26 Prachin Shiv Mandir, primary school 3 1 0 27 Near Masjid (Hajrat Nasruddin Ahulia Chisti 3 1 0 28 At Chil chil Chowk nursury + Point 3 1 0 29 At Hanuman Mandir Bharat ghar 3 1 0 30 At Matri Kala Mandir 2 1 0 31 At Sani Dham Mandir 2 1 0 32 TPS corner Vasant Kunj marg 4 1 0 33 Nav Jeevan Vihar gate no -1 1 1 0 34 Nav Jeevan Vihar gate no -2 1 1 0 35 Aurobindo College point 4 1 0 36 A block Sivalik gate -1 3 1 0 37 Vijay mandal park (Corner Sub bay near Fitline) 2 1 0 38 B block Sivalik entry -2 1 0 0 39 Geeta Bhawan Mandir corner 3 1 0 40 At Police Training School 4 1 0 41 At Sarvodhaya Enclave 3 1 0 42 Malviya Nagar Bada Golechakar 4 1 0 43 At Nikon Survey Engg. Works 2 1 0 44 B Bipck Sivalik Entry - 3 3 0 0 45 Begumpur gaon road & Sivalik near B block 3 1 0 46 Bus stop begumpur Sivalik road Alura saloon 3 1 0 47 Begampur balmiki camp road & Jamia Farida Masjid 3 1 0 48 At Re Dezvans 2 0 0 49 Pizza hut Guru Govind Singh marg 3 1 0 50 Gokul Wali gali chowk 4 1 0 51 Kali Masjid 3 1 0 52 Savitri nagar Andolan park 3 1 0 53 Manav Bharti School 3 1 0 54 Sadhana Enclave Gurudwara, Dukhbhanjan Sahib Gurudwara 2 0 0 55 Infront of Sarvpriya apparrtments Gate no 1 4 1 4 56 Hamilton lodge panchkul sivalik chowk 4 1 0 57 Malviya public School 4 1 0 58 Central Bank ATM 3 1 0 59 At Arvindo Ashram 2 0 0 60 Dance with me academy 3 1 0 61 R 103 Durga Chemist 3 0 0 62 JD/21 Mother Dairy 4 1 0 63 JA/18 Udit Electrical 3 0 0 64 JA/9 Gautam medical 3 1 0 65 J1/13 Teekona park 4 1 0 66 sant Nirankari Public school 3 1 0 67 At JA 24 C Anmol 3 1 0 68 International Polytechnic 4 1 0 69 DDA flat Kohli Clinic 3 1 0 70 DDA flat 93 4 1 0 71 At Begampur Masjid 2 1 0 72 At Janta Flat 3 1 0 73 At Kalu Sarai 2 1 0 74 At Rajkiya vidhyalaya 2 1 0 75 At Central Institute Of Hindi 3 1 0 TOTAL 217 64 4

Page 44 of 133

SOUTH-EAST DISTRICT

P.S. GOVIND PURI

Sl No. Camera Location Fixed PTZ ALPR 1 At T point near Madiana Masjid Transit Camp, Anand Maya Marg 03 01 0 2. At T Point of Kalkaji bus depot, Giri Nagar Agrasen Marg 03 0 0 3. Near Govindpuri Metro Station, Giri Nagar 03 01 0 4. In front of Acharya Narendra Dev Collage, Giri Nagar. 03 0 0 5. At T Point near Gurudwara Govind puri Chowk. 03 0 0 6. Infront of Hanuman Mandir, Near Gali No 13. 03` 0 0 7. At T point Near Nehru Caamp, RD Marg 03 0 0 8. At T urn Neaar Sai Mandir, Nehru Camp Govind Puri 03 0 0 9. At T Point towards Police Station, Baba Fateh Singh Marg, Govind 02 01 0 Puri 10 Corner of Pocket A-10 Kalkaji Extn & Near Navjeevan Complex. 03 0 0 11 T. Point Satya Sai School Corner 03 0 0 12. Aggarwal Sweets, Okhala Street road, (T-Point) 02 0 0 13. Okhla Street road near Crown Plaza crossing 01 01 0 14. Fish Market RD Marg & Near Balaji Print 03 01 0 15. T-Point on RD Marg& Near Traffic Booth 01 0 0 16. School Block, TKD Extn. & Sarvodaya Kanya Vidalaya 03 0 0 17 T.Point Infront of Tara Apartment on RD Marg 01 01 0 18. Infront of Gali No 29, TKD Extn. 03 0 0 19 Masjeedia Bus Stop TKD Extn. 03 0 0 20 Infron of Gali No. 36, Tughlakabad Extn. 03 0 0 21 Infront of Sai Public School Near Gali No. 39 02 0 0 22 Infront of Monkey Park Gate at RD Marg 03 0 0 23 M.D. Road, R.D. Marg Crossing near Monkey Park 03 0 0 24. Tughlakabad Fort Gate 03 0 0 25 Tughlakabad Fort Gate 03 0 0 26 Front of Kanya Maya Park, Police check post 02 0 0 27 Tughlakabad-village Entry from CCI Pocket 02 0 0 28 Infront Sardar Vallabh Bhai Patel School TKD Extn. 02 0 0 29. Infron Gali No. 26, TKD Extn. 01 0 0 TOTAL 73 6 0

P.S. OKHLA INDUSTRIAL AREA.

Sl No. Camera Location Fixed PTZ ALPR 1. Near NBCC Center A-200 Okhla Phase-1 Red Light (Beat No.1) 04 01 00 2. C-67 DD Shed Phase-1 (Near Logic Instrumentation T- Point) 02 01 00 3. A-43 DDA Shed Phase-1 T-Point 02 01 00 4 Vardhman Commercial Complex Phase-1 02 01 00 5. Agrawal KTW House Phase-1 04 01 00 6 Company No. B-162 Phase-1 T Point 00 01 00 7 Infront of Plot B-103 Phase-1 00 01 00 8 Infront of Plot B-18 Phase-1 L-Point 02 00 00 9 Infront of Plot B-318, 317 Phase-1 Red Light 02 01 00 10 At Point Infront of Plot B-311 00 01 00 11 Indra Kalyan Vihar Red Light (Beat No-2, C Block) 00 01 00 12 At S-B Transport Chowk 00 01 00 13 Near 39 DSIDC Shed (Near Ganda Nala L-Point) 02 00 00 14 In front of Plot C-100 C-Block 00 01 00 15 In front of Plot C-109 01 00 00 16 Near A-134 Indra Kalyan Vihar Phase-1 00 01 00 17 Infront of Plot C-160 01 01 00 18 Near Cannon Showroom, D-180 02 01 00 19 D-170 D & F Bus Stand OIA Phase-I 01 01 00

Page 45 of 133

20 F-1/9 Datson Nishan Showroom 00 01 00 21 F-3/1 (Company Number) 01 00 00 22 F-89/5 02 00 00 23 F-89/15 00 01 00 24 At T-Point near Plot No.D-60 00 01 00 25 In front of Bharat Petroleum D-10/1 00 01 00 26 In front of Plot No. D-93 (near MCD Office) 02 01 00 27 Near ESI Hospital 02 00 00 28 Near ESI Dispensary 01 00 00 29 In front of Bus Terminal, Central workshop 00 01 00 30 At Railway yard Tehkhand Gaon 02 01 00 31 In front of DLF Mall Tehkhand Village 02 00 00 32 Govt. Girl S.Sec. School 02 00 00 33 DDA Shed Takkar Dwar OIA Phase-2 (Beat-5) 01 00 00 34 C-Lal Chowk (near Bus Stop Divider) 03 01 00 35 At T-Point in front of Plot No.D-8 01 00 00 36 Front of D-16/2 00 01 00 37 At T-Point near Plot No.W-25 00 01 00 38 OIA-Phase-2 Gate No.6 Power House (Beat-6) 02 01 00 39 At Puri Chowk 00 01 00 40 X-Block, 19 near MCD Park 03 00 00 41 Infroont of B-70 01 00 00 42 DSIDC Scheme-3 26,27 02 00 00 43 Hanuman Mandir Pvt. Toilet 01 00 00 44 Near Hero Showroom 00 01 00 45 Near Depali School S-Block 02 00 00 46 In front of Masjid F-Block 01 00 00 47 At T-Point in front of Y-43 00 01 00 48 Metro Parking Okhla (Beat-8) 02 00 00 49 Primary School MCD 02 00 00 50 Okhla Metro Gate entry 00 01 00 51 A-Block Corner (near Nala) 01 00 00 52 Front of I Block-1 00 01 00 53 Company No.1 (near Modi Mill OIA Phase-3 (Beat-9) 02 01 00 54 Harkesh Nagar OIA Phase-3, Puliya Nagar Company-201 02 00 00 55 Police Booth (near Mother Dairy OIA Phase-3) 02 00 00 56 In front of forest around Mother Dairy booth Phase-3 02 00 00 57 NSIC Bus Stand (near Petrol Pump Booth side) 02 00 00 58 In front of Kalkaji temple. 02 00 00 59 Kalkaji Bus Stand booth 02 00 00 60 GB Pant Engg. College, main gate (Beat-10) 02 00 00 61 GB Pant Polytechnic (near Shyam Nagar Colony) 02 00 00 62 Govind Puri Metro Station Red Light 02 01 03 63 DDA Forest (near Kalkaji Depot) 02 00 00 Total 83 34 03

PS JAITPUR

Sl. No. Camera Locations Fix PTZ ALPR 1. Jaitpur Extensiton (Near De. Lal Hospital) 2 0 0 2. Arpan Vihar Puliya (Near Police Booth) 2 1 0 3. Peer Baba Road T-Point 2 0 0 4. Panchsheel Public School Jaitpur Village 2 0 0 5. Jaitpur Gurudwara, Jaitpur village 2 0 0 6. Banke Bihari Mandir, T-point Jaitpur 2 0 0 7. Gyan Mandir Road 0 1 0 8. Jagdamba Public School (Ismailpur Road) 2 0 0 9. Aggarwal Sweets Chowk 0 1 0 10. Friday Market Road, Hari Nagar 2 0 0 11. Central Bank of India bank (Near Hari Nagar Village) 2 0 0

Page 46 of 133

12. Meethapur Chowk 3 1 0 13. Meethapur Police Booth 2 0 0 14. Govt. Girls Sen. Sec. School 2 1 0 15. Lohiya Pul 3 1 0 16. Ganga Devi Public School Om Nagar E-Block Meethapur 2 0 0 17. Govt. Girls Sen. Sec. School 4 1 0 18. Sarvodaya Bal Vidhyalaya 2 0 0 19. Sarvodata kanya Vidhyalaya 2 0 0 20. Molarband School Chowk 3 0 0 21. Bal Vaishali Vinayaka School Near Gurudwara jaitpur 1 0 0 22. Raj Modern Public School F-Block 1 0 0 23. Vatika Public School L-Block 1 0 0 24. Bharat Public School K-Block Saurabh Vihar 1 0 0 25. M.G. Public School J-Block Saurab Vihar 1 0 0 26. Ram janki Temple 1 0 0 27. Durga Mandir Main Nala Road Jaitpur 1 0 0 28. Kali Mandir Main Nala Road Jaitpur 1 0 0 29. Mahavira Digambar Jain Mandir Friday market Nala Raod Hari Nagar 1 0 0 Part-3 30. Banke Bihari Mandir D-63 Ismailpur Road 1 0 0 31. Sai Nagar Toll Tax Mithapur Extn. 1 0 0 32. Corner of pond Sindu Farm Road 1 0 0 33. Steve Angel School Ekta Vihar 1 0 0 34. Ekta Vihar Masjid Gali No. 3 1 0 0 35. Crossing of Gali No. 5 & 13 Ekta Vihar Meethapur Extn. 2 0 0 Total 57 7 0

P.S. SUNLIGHT COLONY

Sl No. Camera Location Fixed PTZ ALPR 1. Barapulla Ring Road, near Institute of Dirvng & Traffic research (IDTR) 0 1 2 2. CNG Pump (Ring Road) in front of Indian Oil Pump 0 1 0 3. At exit & entry gate, Bus stand (Sarai Kale Khan) 0 1 0 4. Railway Stn. Road (near Lalji restaurant) 0 0 4 5. Noida Red Light (near flyover crossing) 4 1 4 6. CNG Station (near CNG Supply) 0 1 0 7. Yamuna Khadar (near Red Light) 2 0 0 8. At Sunlight Police Station 3 1 0 9. T-Point a little before Sunlight Police Station 2 0 0 10. Bhagwan Das Chowk (near man Singh Halwai) 2 1 0 11. T-Point near Manokamna Mandir & Gurudwara 3 1 0 12. ABC-Block (Y-Point), Siddhartha Basti in front of Shiv Mandir 3 1 0 13. Gate No.6, Siddharth Extn. Near DDA Park 2 1 0 14. At subway near Siddhartha Basti 2 0 0 15. Ambedkar Park Chowk, D-23 Siddhartha Basti (in front of Budha 4 1 0 Mandir) 16. Dhobi Basti Park (near Govt. tubewell) 3 0 0 17. Under vehicle flyover, near H.No.28 (Hari Nagar Ashram) 3 1 0 18. T-point, Sukh Saroj Jewellers, near Church 4 1 0 19. T-Point, Sunlight Colony A-40 3 0 0 20. Y-Point (Beat No.1) near Tikona park Jeevan Nagar 3 1 0 21 T-Point, Subhash Park gali, in front of Gov. Boys S.Sec.School 2 1 0 22 Maharani Bagh (T-Point) 149-A near Juice Corner 3 1 0 23. South Delhi Nagar Nigam, near Primary Co-Ed. School) T-Point 2 1 0 24 Near Bala Shahib Gurudwara, Beat No.2 2 0 0 25 In front of Main Entry & Exit (IPGCL Colony) 2 1 0 26. L-Point, near Gaurav Medical Center, Hari Nagar Ashram, Mathura 2 0 0

Page 47 of 133

Road 27 In front of Muthoot Finance & Party Shop-90, Hari Nagar, Ashram, 3 1 0 Mathura Road 28 Ashram Bus Stop, near Punjab Sind Bank, Mathura Road 2 0 0 29 151 A, Shiv Mandir building, Hari Nagar Ashram 2 0 0 30 Ashram Chowk near Fire Station 4 1 4 Total 67 20 14

PS KALINDI KUNJ

Sl. No. Camera locataion Fix PTZ ALPR 1. Madanpur Khadar Bridge 2 1 0 2. Samosa Chowk Mdanpur Khadar pur 2 0 0 3. Jalebi Chowk, Madarpur Khadar J J Colony T-point 0 1 0 4. Nigam Prathmik Vidhyalaya J J Colony Phase-2 1 0 0 5. Phase-2 Pocket-2 (Near Police Station) 2 1 0 6. Police Booth Khadda Colony 2 0 0 7. B-100 Good smart international school kanchan kunj Madanpur Khada 2 0 0 Extn.-2 8. Bilas Masjid Kanchan Kunj MP Khadar Ext. -2 1 0 0 9. Janta medical store nirman chowk Kanchan kunj MP Khadar Extn.-2 3 1 0 10. Shri Ram Chowk 3 1 0 11. Noor Public School MP Khadar Phase-3 1 0 0 12. Mother Dairy MP Khadar Phase-3 1 0 0 13. Valmiki Mandir MP Khadar Phase-3 1 0 0 14. D-20 fish market J J Colony MP Khadar 2 0 0 15. Shiv Mandir D-1/274 Vishwakarma Colony Gali No. 4 Jaitpur 2 0 0 16. Balaji Mandir F-Block Khadda Colony Jaitpur Extn.-2 1 0 0 17. Real view Public School E-582, 583 Gali No. 7 jaitpur Extn. 1 0 0 18. Hira Public School D-Block 33 foota road Jitpur Extn. 1 0 0 19. Aisha Public School D-3 Vishwakarma Colony 1 0 0 20. Kabirdas Mandir A-Block gali No. 15 Khadda Colony 1 0 0 21. Jannat Valley Public School Gali No. 4 B- Block Khadd Colony Jaitpur 1 0 0 22. A-348/8 A-Block Sharda Public School Khadda Colony 1 0 0 Total 32 5 0

SOUTH-WEST DISTRICT

P.S. SAROJINI NAGAR

Sl. No. Camera Locations Fix PTZ ALP R 1. Near Railway Club 4 1 2 2. Near RBI Quarter 3 0 0 3. At Cross road Avenue Chowk 3 4 1 0 4. Near Navyug School 1 0 0 5. At Cross Road Lane H Chowk 1 4 1 0 6. At Cross Road Lane H Chowk 2 3 1 0 7. At Cross Road Lane H Chowk 3 1 0 0 8. At Cross Road Lane G ( Near School ) 0 0 2 9. At Cross Road Lane G Chowk 1 4 2 2 10. At Cross Road Lane G Chowk 2 3 0 0 11. At Cross Road Lane G Chowk 3 4 1 0 12. At Cross Road Lane E Chowk 1 2 0 0

Page 48 of 133

13. At Cross Road Lane E Chowk 2 3 1 0 14. At Cross Road Lane E Chowk 3 3 1 0 15. At Cross Road Lane D Chowk 1 2 1 0 16. At Cross Road Lane D Chowk 2 4 2 0 17. At Cross Road Lane D Chowk 3 4 1 0 18. At Cross Road Lane C Chowk 1 4 1 0 19. At Cross Road Lane C Chowk 2 5 1 0 20. At Cross Road Lane C Chowk 3 4 1 0 21. Avenue Road Chowk 1 2 1 0 22. Avenue Road Towards AB Block 2 0 4 23. T Point Towards Ring Road 3 0 2 24. T Point Towards Ring Road (Near DharamShala) 2 0 0 25. Near Hospital Staff Quarters 1 1 0 26. T Point Near School 3 0 3 27. LaxmiBai Nagar Chowk 4 1 4 28. Chowk Near sanjay Lake Park 8 2 8 29. T Point Near LEELA 2 1 0 30. T Point Towards SS Sabharwal Marg 3 0 0 31. T Point African Avenue (Near DTC Bus Depot) 6 0 2 32. T Point African Avenue(Near Musical Fountain ) 2 0 2 33. Infront of Musical Fountain 2 0 4 34. At Turn Near Musical Fountain 4 0 0 35. T Point Towards Hyatt Hotel 4 1 2 36. T Point Towards A Block 2 0 0 37. Infront of Palika Market 1 0 0 38. T Point Near SS School 3 0 0 39. T Point Towards Model Park 1 0 0 40. T Point Near R K Puram 2 0 0 41. T Point Towards P Block 2 0 0 42. T Point Towards S S Tyagi Marg 3 0 0 43. T Point Towards M S Flat 2 0 0 44. At Turn Towards A R Colony 3 0 2 45. At Turn Canara Enclave 2 0 0 46. Near Bidhan Chandra Vidhalaya 3 0 0 47. T Point Towards ShantiPath 1 0 0 48. T Point Towards Palika Enclave 1 0 0 49. T Point Towards VET NDMC Flat 3 1 3 50. Near Woman Technical Institute 1 0 0 TOTAL 140 24 42

P.S. SAFDARJUNG ENCLAVE

ALP Sl. No. Camera Locations Fix PTZ R 1 At Gate no. 5 ,SJH Hospital near AIIMS Metro Station 1 0 0 2 At Gate no .6, SJH Hospital near bus stand 1 0 0 3 Between Gate no. 5 & 6 0 1 0 4 At Gate no .7, SJH Hospital 0 1 0 5 At Delhi Blue Appartment, Ring Road 1 0 0 6 At AIIMS Trama Center , Ring Road 1 0 0 7 At Choudhary jhandu Singh Marg , Red Light 4 1 2 8 At Nauroji Nagar, Bus Stand , M.G Road 2 0 0

Page 49 of 133

9 Lamode Textile on service Road, Ring Road 1 0 0 10 At Africa Avenue Bus Stand, M.G Road 1 0 0 11 At Jhandu Singh Marg near IRIS Hotel 1 1 2 12 At A2/23 Opposite of Jhandu Singh Marg 1 0 0 13 At Dental Care, Jhandu Singh Marg 1 0 0 14 At Green Field School, Jhandu Singh Marg A-2, S.J. Enclave 1 0 0 15 Sarvodaya senior secondry School , Jhandu Singh Marg B-2 0 1 0 S.J. Enclave 16 H.No .A1/12,Near Hotel Ras Villa, S.J. Enclave 1 0 0 17 B-4 Block , Gate No. 2, S.J. Enclave 2 0 0 18 At Kamal Cinema Stand, AB Block, S.J. Enclave 3 1 0 19 At Indane Gas Service, near Nala 0 1 0 20 At Subway Shop, Harsukh Marg. 1 0 0 21 At T Point Arjun Nagar 1 1 0 22 Opposite Side of Hotel South Gate 1 0 0 23 H.NO.C-7,Green Park Extension near Mohinder hospital 1 0 0 24 Green Park Metro Gate no .3 1 0 0 25 Green Park Metro Gate no.4 1 1 0 26 In front of Gurudwara Green Park Extn. 1 0 0 27 Sukhmani Hoapital 1 1 0 28 JRD Hotel, S.J. Enclave 2 0 0 29 B-7 Entry Gate, S.J. Enclave 1 0 0 30 B-6 Market Near Grover Shop, S.J. Enclave 1 0 0 31 B-6 Market Near HDFC Bank, S.J. Enclave 2 0 0 32 NCC Building Entry, S.J. Enclave 2 0 0 33 NCC Building Exit, S.J. Enclave 2 0 0 34 H.no.B-5/9, S.J. Enclave 1 0 0 35 H.No. B-5, S.J. Enclave 1 0 0 36 H.No.B-5, Near Ending NCC Road, S.J. Enclave 1 0 0 37 H.No.11, Huamyun Pur 1 0 0 38 H.No.B-6/1 Near Park , Huamyun Pur 1 0 0 39 H.No. B-6/93, S.J. Enclave 1 0 0 40 H.No. B-6/87, S.J. Enclave 1 0 0 41 H.No. 94 T Point Huamyun Pur, S.J. Enclave 1 0 0 42 C/1 Humyun Chowk, S.J. Enclave 1 1 0 43 Near Vardhaman Store Humyun Chowk, S.J. Enclave 1 0 0 44 H.No.66 Humyun Pur, S.J. Enclave 1 0 0 45 Anupam Sweet , Humyun Pur, S.J. Enclave 1 0 0 46 H.No.B-5/1 ,Humyun Pur, S.J. Enclave 1 0 0 47 H.No.B-5/60 , Humyun Pur, S.J. Enclave 1 0 0 48 H.No.B-5/70 ,Humyun Pur, S.J. Enclave 1 0 0 49 H.No.B-4/145 ,safdarung Enclave 1 0 0 50 B-4 Delux Tent House 2 0 0 51 H.No.B-4/199, S.J. Enclave 2 0 0 52 B-4 Balak Nath Mandir Gate 1 0 0 53 B-4 /34, S.J. Enclave 2 0 0 54 B-4/ 23, S.J. Enclave 1 0 0 55 B-4 /83, S.J. Enclave 2 0 0 56 Gali No -5 Krishna Nagar 1 0 0 57 B-3/74 , S.J. Enclave 2 0 0 58 Gali No-2 Krishna Nagar 1 0 0 59 H.No.B-3/2,(201 to 175) , S.J. Enclave 1 0 0 60 H.No. B-3/2,(202 to 213) , S.J. Enclave 1 0 0 61 St. Marry School 1 0 0 62 Mahindra Showroom Near Africa Avenve Road near Goel MRI 1 1 0 63 Nova Hospital (B-1) 1 0 0

Page 50 of 133

64 T Point Africa Avenve Road ,(Choudhary Harsukh Marg) 0 0 2 65 Mata Mandir , Arjun Nagar 2 0 0 66 Bada Gurdawara , Arjun Nagar 1 0 0 67 DDA Market, Arjun Market 2 0 0 68 C3/4 safdarjung Development Area Near Usha Niketan 2 0 0 69 Kailash Pati Mandir Near C4/57 1 0 0 70 SDA Market Near ICICI Bank 1 0 0 71 C2/2 Near Sports Medical Center, SDA 2 0 0 72 Green Park Masjid 1 0 0 73 Election Commission Office 86A, Humayun Pur 1 0 0 74 Green Park Main Entry Gate, Near YES Bank 3 0 0 TOTAL 91 12 6

P.S. VASANT KUNJ (NORTH)

Sl. No. Camera Locations Fix PTZ ALPR 1 At Community Centre near Nelson Mandela Road 5 1 1 2 At Y point near ONGC site 2 1 0 3 In front of Chandra Bagha Hostel 0 1 0 4 At T Point near Lohia Bhavan 4 2 0 5 At Chowk Near Indraprastha Apolo 4 1 1 6 At T Point near Pocket 11, Vasant Kunj 3 1 1 7 At T point of Abdul Gaffar Khan Marg Near DDA office 3 1 1 8 Infront Of Ryan International School near DDA Park 4 1 1 9 Infront Of Bloom Public School 1 1 0 10 At Gate No. 1 of C 9 Block, Vasant Kunj 1 0 0 At T point of Abdul Gaffar Khan Marg Near Indian Spinal Injuries 11 2 1 1 Centre 12 At T Point Ahead of Bloom Public school, Vasant Kunj 3 1 0 13 At T point Of pocket 5 , Sec - C (Near Coffee Day) 3 1 0 14 At T Point Of pocket 6 & pocket 7 (Near DPS) 1 1 0 15 At T point Of Pocket 3, Sec. C, Vasant Kunj 1 1 0 16 At T point Of Pocket 2, Sec. 3, Vasant Kunj 1 1 0 17 At T point Near Harijan Basti, Masoodpur 4 1 0 18 Near Park View Apartments Sec. B, Vasant Kunj 2 1 0 At T point towards Pocket 2, Pocket 3 & Pocket 4, Sec. B 19 3 1 0 Vasant Kunj 20 At T point Infront Of Rajkiya Pratibha School, Sec. B,Vasant Kunj 4 1 0 21 Infront Of Vasant Plaza 3 1 0 At T point Towards Arya Samaj, Sec. B, Vasant Kunj (Vasant 22 3 1 0 plaza ) 23 At Underpass Near NCRB Mahipalpur 2 1 0 24 Near Police Booth By Pass Road Mahipalpur 2 1 0 25 Near Shurbhainn Hotel, By Pass Road Mahipalpur 2 1 0 Sunday Bazar, near parking area in front of CISF Camp, 26 2 1 0 Mahipalpur 27 At Ram Mandir Near DDA office, Vasant Kunj 3 1 0 28 At Turn To Mahipalpur Road 2 1 0 29 Near Dart Express, Mahipalpur 2 1 0 30 Infront Of Gurunanak Darbar Gurudwara, Sec. C, Vasant Kunj 2 1 0 31 Near Sector C-5, Vasant Kunj 4 1 0 TOTAL 78 31 6

P.S. VASANT KUNJ (SOUTH)

Sl. Camera Locations Fix PTZ ALPR No.

Page 51 of 133

1 Near Shayana Farm 2 1 0 2 At Cultivated Area Near Nath farm 2 0 0 3 At T point towards Red Coral ( Near Ghitorni) 2 1 2 4 Near Krishna Niwas 2 0 0 5 At T Point Near Saurabh farm & Krishna farm 3 1 0 6 At T Point Near Shakshi farm 3 1 0 7 Near Chatarpur station 5 1 2 8 At Trivedi Garden Near Chattarpur Station 2 1 0 9 At DADA Farm 4 1 0 10 At T Point Near Sahani farm 3 1 0 11 Infront Of St. Mary'S Near poornima Public school 3 1 0 12 At T Point Near Little Infants Montessori 3 1 0 13 At T Point Near Sec C 3 1 0 14 At T Point Near Surat Villa Farm 3 1 0 15 Infront Of Bikaner sweets ( At Abdul Gaffar Khan Marg) 3 1 0 16 At Chowk in Pocket 5 Musudpur 4 1 0 17 At T Point Near Nathu's Bazar 3 1 0 18 At T Point Near Malikpur Kohi Rangpuri 3 1 0 19 At Chowk Near Radisson City Centre 6 2 0 20 Near Sabdagiri 3 1 0 21 Infront of Radisson City Centre 2 2 0 22 Infront Of Complex Near Radisson City Centre 3 1 0 23 Infront Shiv Murti Near dalip farm 2 1 0 24 At T Point Near western Inn 3 1 0 25 Infront Of Aravali Nursery near Poultry farm 3 1 0 26 At turn Near Mehrauli Najafgarh road 3 1 0 27 Infron Of PO 1 0 0 28 Near PO, Rajokri Harjokri 2 0 0 29 At T Point Near PO, Rajokri Harjokri 2 1 0 30 At Y Point Near PO, Rajokri Harjokri 2 1 0 31 At Chowk Towards Kondli farm 4 1 0 32 At M.K Gang Public School 1 0 0 33 Near Sarvodhaya Vidhyalaya 3 2 0 34 At T Point Near Luthra Farm & ramkush Farm 3 1 0 35 At Delhi School 3 1 0 36 Infront Of Sch Near sarvodaya Vidyalaya 3 1 0 37 At Turn Near Harijan Basti 3 1 0 38 At T Point Near jagan Nath Foundary 3 0 0 39 Infront Of Rajokri Pahari Ashram 2 0 0 40 Infront Of Store Of Marbles 2 0 0 41 Infront of Park Near Store of marbles 1 1 0 42 At Sakshi Farm 2 1 0 43 At turn Near Pocket 5 Musudpur 3 1 0 44 Infront Of Chawla farm Near Pocket 5 Musudpur 2 0 0 45 Infront Of shanti sports club pocket 5 2 1 0 46 At T Point Towards Sector D 2 1 0 47 At Chowk of Pocket 7 & Pocket 8 3 1 0 48 At Turn Near jagannath Foundary 2 0 0 49 Near Golden jubilee farm 2 0 0 50 At turn Near Kevin Steels 3 1 0 51 At Turn Near Gupta Farm 3 1 0 52 At Turn Near Khanna Farm 3 1 0 53 At Turn Near Rajkunth Farm 1 1 0 54 At T point In Rang Puri colony 1 1 0 55 Near Ruchi Vihar 2 1 0 56 At T Point Towards Ruchi Vihar 2 0 0

Page 52 of 133

57 Infront Of Vasant Kunj DDA Flats 3 1 0 58 Near DDA Flats 1 1 0 59 At T Point Near DDA Park 3 1 0 60 Near Golden Shelter Homes 2 1 0 61 At turn near Rangpuri Nallapar 1 1 0 62 At Chowk near Ruchi Vihar 2 0 0 63 Near Nation Plant Guarantee Station 2 0 0 64 At Turn towards Air India Colony 2 1 0 65 At Turn Near J K Block Ruchi Vihar 1 1 0 66 Near Malakpuri Kothi Rangpuri 3 1 0 67 At Chowk Near Malakpuri Kothi Rangpuri 1 0 0 68 At Turn Near Rangpuri 3 0 0 69 At Ruchi vihar towards Golden shelter Homes 2 2 0 70 Near Rangapur nallapar 4 2 0 71 At Chowk Near Rangapur nallapar 4 1 0 72 At Chowk Near Stone Quarters 4 2 0 73 At Turn Towards Rangpuri Nallapar ahead of stone Marbles 5 2 0 74 Infront Of Dr. Estate 2 1 0 75 Behind VasantKunj DDA Flats 2 0 0 76 At T Point Near DDA Flats 4 1 0 77 At Turn infront of dairy ( Ahead of DDA flats ) 3 1 0 78 At Turn near East West AirLine cargo 5 2 0 79 At Chowk Infront Of East West AirLine cargo 3 1 0 80 Infront of Radisson City Centre 5 1 0 81 At Chowk Infront Of Radisson City Centre 6 2 0 82 At Turn Near Rangpuri malakPuri 4 1 0 83 At Turn Near Rangpuri malakPuri towards Rangpuri Nallapar 4 2 0 84 Near Western Inn 6 1 0 85 Near Shiv Murti 4 1 0 86 Near Mahajan Farm towards Shiv Murti 6 1 0 87 Infront Of Western Green 4 0 0 88 Infront Of Sun Villa Near Western Green 2 1 0 TOTAL 249 80 4

P.S. KISHANGARH

Sl. ALP Camera Locations Fix PTZ No. R 1 At T Point opp. Fortis Hospital on Aruna Asaf Ali Marg 3 1 0 2 At T Point of Gaushala Mandir Marg & Aruna Asaf Ali Marg 3 1 0 3 At T Point of B-4 Pocket Road with Aruna Asaf Ali Marg 3 1 0 Opp. Main Gate of India Institute of Mass Communication on 4 1 0 0 Aruna Asaf Ali Marg 5 Opp. East Gate of JNU on Aruna Asaf Ali Marg 2 1 0 6 T Point of Satsang Vihar Marg with Shaheed Jeet Singh Marg 3 1 0 T Point near Rashtriya Sanskrit Vidya Peeth. opp. Katwaria 7 2 1 0 Sarai on Shaheed Jeet Singh Marg T Point near Ministry of Science & Technology on Shaheed Jeet 8 1 1 0 Singh Marg 9 Outer Ring Road stretch from Ber Sarai Flyover to IIT Flyover 7 3 0 TOTAL 25 10 0

Page 53 of 133

WEST DISTRICT

P.S. MOTI NAGAR

Sl. Camera Locations Fix PTZ ALPR No. 1 Zakhira Goal Chakkar Road (At Goal Chakkar) 6 1 4 2 Rakh Market(Near Railway Line), Gali No.12 0 1 0 3 Gali No.9 infront (Rakh Market) 0 1 0 4 Sudarshan Park Road (Near shri Guru Raydas Mandir & 2 0 1 Maharshi Balmiki Chaupal) 5 Ring Road (Near Nala & Near Shiv Shakti Hanuman Mandir) 3 0 0 6 Sudarshan Park Road Div.3(T-point ,Near Sharma Building 3 0 0 Material & Timber Store) 7 Sudarshan Park (Near Police booth & Shiv fruit Juice) 4 0 2 8 Sudarshan Park (Near H.N D-48 & Tarun Store) 4 0 0 9 Najafgarh Road (Near Office of the Engg. Civil Div. No.2) 6 0 6 10 Zakhira Flyover (Near Masjid & Railway Track) 2 0 0 11 Near Zakira Bus Stand 0 1 0 12 Rama Road(Near Bajaj Allianz) 4 1 0 13 Rama Road(Near Grand Plaza & Near Police booth) 4 1 0 14 Rama Road Entry 2 0 2 15 Shadipur Flyover(Near kirti Nagar Metro station) 2 0 0 16 Patel Road (Near Subham motors) 2 0 4 17 Karampura(E-block,T-Point,Near hardayal municipal Public Lib. 3 0 0 & Om Shiv mandir) 18 Karampura (Near Subhash Park & IDIBI Bank) 0 1 0 19 Karampura (Near Milan watch) 2 0 2 20 At Motinagar Chowk (Near True value & Flyover) 7 1 8 21 Najafgarh Road(Near Bajaj motorcycles & X-ray lab.) 4 0 6 22 Ring Road & Bali Nagar Road 2 0 2 23 Ring Road (Near Rajdhani College) 1 0 0 24 Ring Road (Near ESI Hospital) 2 0 0 25 Bali Nagar Road (Sulakhul Mandir) 1 0 0 26 Najafgarh Road(Near khetupul Hospital) 0 1 0 27 Najafgarh Road(Near Abhaya Industrial Company Pvt. Ltd) 2 0 2 28 Najafgarh Road (Near kalra Hoaspital) 2 0 0 29 Shivnath Tyagi Marg(Near Basai Darapur village) 2 0 2 30 Najafgarh Road (At Corner & Fun Cinemas) 2 0 2 31 32, Moti Nagar Market & Tagore Stand (Near Krystta shop) 2 0 2 32 Moti Nagar market(At T-point, Acharya Bhikshu Hospital) 3 0 0 33 Moti Nagar Market (Near Sandhya Hospital) 2 0 0 34 At entry to Basai Darapur to village(Near ring Road) 2 0 1 35 Gov. School (Near Basai Darapur vill.) 1 0 0 36 Najafgarh Road(Near Big print Digital Studio) 2 0 0 37 Karampura Bus Terminal (Near A-One Shahi Chicken Corner) 2 0 0 38 Near Police Station Moti Nagar(Police Chowki) 2 0 0

Page 54 of 133

39 Infront of Dindayal Upadhaya college 2 0 0 TOTAL 92 9 46

P.S. TILAK NAGAR

Sl. Camera Locations Fix PTZ ALPR No. 1 Chaukhandi Road Towards Police Station 2 1 0 2 T Point Near Aggarwal sweets, Chaukhandi Road 2 1 0 3 T Point Near Raj Cinema, Chaukhandi Road 3 0 0 4 Chaukhandi Chowk 4 1 0 5 Ram Nagar Extension Chowk Near Shop No. WZ - 26 k 4 0 0 6 Infront Of RamLeela Park Chaukhandi 3 0 0 7 T Point At DDA Colony, Near Pratibha School Chaukhandi 3 0 0 8 T Point at Sant Nagar, Infront Of park Chaukhandi 3 1 0 9 Near New santNagar Police Post & Park, Chaukhandi 3 0 0 10 Near Pir Baba Mazar & MCD Office (Ward No. 107) 3 0 0 11 T Point Near Gurudwara, Chaukhandi 3 0 0 12 T Point Near S.B.I. Bank, Chaukhandi 1 1 0 13 T Point Near Sarvodhaya Bal Vidhalaya 3 0 0 14 T Point Near Sarvodhaya Kanya Vidhalaya 2 0 0 15 Infront Of Aggarwal sweets, Mangal Bazar Road Vishnu Chowk 2 0 0 16 Infront Of Sethi Hotel 2 0 0 17 T Point Near Mukherjee Park(Opp. Pacific Mall) 6 2 0 18 Turn Near Subhash Nagar Red Light (Behind Pacific Mall) 3 2 6 19 Infront Of Bikaner Sweets Shyam Nagar 1 1 0 20 Border T Point (PS Tilak Nagar & PS Khyala) Vishnu Garden, 3 0 0 Raghubir Nagar 21 Border Chowk at Shitla Mata Mandir Road 1 1 0 22 Infront Of Shitla Mata Mandir Chowk 3 0 0 23 Turn Near D Block & N Block Shyam Nagar 3 0 0 24 Infront Of BT Hospital 3 0 0 25 At Subhash Nagar Red Light (Infront Of Pacific Mall) 4 1 4 26 At Cut Infront Of Pacific mall 3 1 0 27 Chowk Infront Of PS Tilak Nagar 8 1 0 28 Ahead Of Chowk Infront Of PS Tilak Nagar 2 0 0 29 Chowk At Ganesh Dass Khatri Marg 4 1 4 30 T Point At Ganesh Dass Khatri Marg 4 2 0 31 Kabuli Chowk 5 1 0 32 Krishna Park (Border Park Near Vikas Point) 2 2 2 33 Service Road Near Outer Ring Road 2 0 0 34 T Point Towards CRPF Camp 2 1 0 35 T Point Infront Of CRPF Camp Gate 0 1 0 36 T Point Ahead Of CRPF Camp Gate 1 1 0 37 T Point Near B Block Park ( Tilak Vihar ) 3 0 0 38 Near Police Post Tilak Nagar 3 1 0 39 T Point Near Balmiki Chowk 3 0 0 40 At Balmiki Chowk 2 1 0 41 At 80 Sq Yard Chowk 4 0 0 42 At Sant Nagar Chowk 4 0 0 43 At Lakadwala Bridge 2 1 0 44 At Sabji Mandi Entry Gate 2 1 0

Page 55 of 133

45 At Sabji Mandi Exit Gate 2 1 0 46 At Service Road Near K P Depot Bus Stand (Infront Of Bindra 2 0 0 Motors) 47 At Service Road Near CRPF Camp 2 0 0 48 At Service Road Towards Krishna Park Extension(In Front Of 2 0 0 LG ShowRoom) 49 T Point At Service Road 2 0 0 50 T Point At Service Road Towards Mahavir Nagar 3 0 0 51 T Point To Kangra Mandir (Between Mahavir Nagar & District 3 0 0 Centre) 52 T Point Infront Of District centre Flyover 3 1 0 53 At Nazafgarh Road (At Start Of District Centre Flyover Near 4 1 0 Shyam Marble) 54 At Chowk Near Janakpuri east Metro Station 4 1 4 55 Infront Of S4,S3,S2 Block Near Janakpuri East Metro Station 3 0 0 56 T Point Towards Mahavir Nagar, Ganesh Nagar 3 0 0 57 Infront Of Bank Of Baroda (Ahead Of Tilak Nagar Metro Station) 2 0 0 TOTAL 161 31 20

P.S. RAJOURI GARDEN

Sl. Camera Locations Fix PTZ ALPR No. 1 At Shopper Shop Mall Back Side 3 1 0 2 At Shivaji College Chowk 4 1 0 3 At Rajdhani College Road To P.Bagh 4 1 0 4 At E.S.I Bus Stop On Front 3 1 0 5 At Sub Registrar Office Back 1 1 0 6 At E.S.J Toward Raja Garden 3 1 0 7 At Rajdhani College Front Bus Stop 3 1 0 8 At Ring Road Gurudwara Front Over B.S 4 1 0 9 Maya Puri Crossing (B.S) 2 1 0 10 At Bindra Park M.S Marg 2 1 0 11 At Janta Market Central Park 3 1 0 12 At Cambridge School M.S Marg 4 1 0 13 At S.B.M School J-8 Block 3 1 0 14 At G.G.H.S School J-8 Block 3 1 0 15 At Tagore Garden Metro Station Under 4 2 0 16 At Kisti Wala Park Metro To T Garden 3 1 0 17 At Govt. Girls School Near Woodland park 4 2 0 18 At Return Dairy Special Staff Off Pani Tanki 3 1 0 19 At Holy Child School T- Garden 4 1 0 20 At Central School T-Garden 2 1 0 21 At Primary School R.No-28 near Tittey Da Dhaba 4 1 0 22 At Shiv Mandir Vishal End 4 1 0 23 At Shubash Nagar Gol Chakkar Ram Leela Group 3 1 0 TOTAL 73 25 0

P.S. KHAYALA

Sl. Camera Locations Fix PTZ ALPR No. 1 At Gaon Wala Chowk (Near Ganesh Shop) 1 0 1 2 At (Near Veer ji Shop) B-573 Aggrwal General Shop Raghubir 1 0 0 Nagar 3 Near Sidh Ji (Hanuman Mandir) (F-D-63 To 72 &- FE 01 To 18 0 1 0

Page 56 of 133

Block 4 At H.No FB-21 & Jagat Motars Shop No - 1 2 0 0 5 At R-Block Jhuggi Near Nala 1 0 0 6 At R-Block Jhuggi Mod 2 0 0 7 At R-Block (Masjid ) Near IDBI ATM 1 0 0 8 At Near Raghuvir Nagar N - BlocK Bus Stand 2 0 0 9 At P-Block Raghuvir Nagar (Opposite 12 1/2 Gaj On Nala 1 0 0 10 At Nagar Nigam Vidyalaya B-3 RaghuVeer Nagar 2 0 0 11 At Ambedkar Market Road (Near Reliance Authorised & 0 1 0 Distributor 12 At B-1 & L-1 Block (Near New Prints Means Salon 0 1 0 13 At Baba Ram Dev Marg 2 0 4 14 At Baba Ram Dev Marg (Near Water Booster Pump ) 0 1 0 15 At Baba Ram Dev Marg (Near Training Center For Blind 1 1 0 16 Near Police Check Post ( Near Nala) 1 1 0 17 At N-W Chowk (Near G.B.S .S.S No-2 Khyala School) 0 1 0 18 At G.B.S .S.S No-2 Khyala School (Near Shyam Store 3 0 0 19 At Gurudwara Mandir Road (Near H.NA -246) 0 1 0 20 Near Kusal Photo Studio (Near F-Block ) 1 0 0 21 At Old Khyala Road ( Near CGMS Dispencary) 3 0 0 22 At Old Khyala Road ( Near AXIS Bank ATM) 3 0 0 23 Near Aggarwal Sweets (T-141 Yadav Ji Shoap 1 0 0 24 At Patel Chowk (Near Shad Mata Mandir) 0 1 0 25 At Patel Chowk (Near A-Block 535, 36 ) 1 0 0 26 At DDA Colony Khyala 3 0 0 27 At Govt.Boys/ Girls . Sen .Sec . School No-1 (J.J Colony ) 0 1 0 28 At South delhi Nagar Nigam (Girls/Boys Adarsh Vidhalay B- 2 0 0 Block Chand Nagar 29 At Near Raj , Sunny Jwellers & S.B.I Khyala Bank 0 1 0 30 At Khyala Masjid Road Near Aggrawal Sweets 4 1 2 31 At Holy Chowk (Near Madrasi Mandir) 4 0 0 32 At Keshavpur Mandi (Exit Gate No- 4) 2 0 0 33 Behind Keshavpur Depot. 2 0 2 34 R-Z Chowk (Near Techno. Traders RZ-2 3 0 0 35 Near Maa Durga Mandir D-Block 3 0 0 36 Near Sharama Sweets Corner D-34 , Daharam Puri 4 0 0 37 Near Style Hair Cutting Shop E-264 3 0 0 38 Near Doll Collection & Shiv Garments 0 1 0 39 At RZ-C (Near Jai Durga Welding ) 3 0 0 40 At Paschim Vihar Road Cut (Near Yadav Properties 4 0 0 41 At South Delhi Nagar Nigam School & Near S.K Steels 2 0 0 42 Near Chamli Park (A-Block Raghuveer Nagar) 3 0 0 TOTAL 71 13 9

P.S. MAYAPURI

Sl. Camera Locations Fix PTZ ALPR No. 1 Mayapuri Bus Stop 2 1 0 2 Near Police Check Post 2 1 1 3 FCI Red Light (T-point) 2 1 0 4 Near Red Light 1 1 0 5 FCI (T-point) 2 0 0 6 FCI Godown 2 1 0 7 Near Grand Plaza Banquet Hall 2 1 0 8 Between Grand Plaza Banquet Hall & Community Center 2 1 0

Page 57 of 133

Mayapuri Phase-1 9 Near BPO CSC Financial Services Pvt. Ltd. 4 1 0 10 Metal Forging 2 1 0 11 B-8 FCI Godown Back Gate 3 1 0 12 At Circle Mithun Park Gate 3 1 0 13 Mithun Park Gate 3 1 0 14 B-45(Way to BPO Qualtouch Sol. Pvt. Ltd. 2 1 0 15 BEAT-2 ,B-112 3 1 0 16 BEAT-2,B-104 3 1 0 17 Golden Gate 3 1 1 18 P.S Mayapuri 1 1 0 19 Ahead to P.S Mayapuri 2 1 0 20 Opposite Bus Stop 3 1 0 21 Railway Track (At Corner to Sikka Hundai) 3 1 0 22 Between 22 Acres Park & Cherish Banquet Hall 2 0 0 23 C-Block Park 1 1 0 24 Gulab House Bus Stop & Cherish Banquet Hall 2 0 0 25 Beat- 3 Signature Banquet Hall 1 0 0 26 Mata Mandir 2 0 0 27 Mata Mandir & Khalsa Pariva Bar & Restaurent 2 0 0 28 Kotak ATM 2 1 0 29 Petrol Pump 2 1 0 30 CNG Pump 2 1 0 31 Post Office (Junk Market) 2 1 0 32 Madina Masjid 3 1 0 33 Samsan Ghat 3 1 0 34 Salways Park (Near Satguru Ram Singh marg) 2 1 0 35 MCD Primary School 3 1 0 36 Gurudwara (Nearby MCD Primary School) 3 1 0 37 Sanatan Dharam Mandir 3 1 0 38 Sabji Mandi 3 1 0 39 Rail Fatak , Delhi cantt. Flyover 3 1 0 40 Vijay Hotel 2 1 0 41 Delhi Cantt. Market (Near Delhi Cantt. Flyover) 4 0 0 42 Satguru Ram Singh Marg 3 1 0 43 Tihar Jail Front Gate No- 1 2 1 0 44 HDFC Bank (Beat - 10 ) 3 1 0 45 Aggarwal Sweets 3 1 1 46 BSES Office in Front Of Police Check Post 3 1 1 47 Pankha Road Flyover 3 1 0 48 Post Office (Near DDA Market) 3 1 0 49 Girls School (Near DDA Market) 2 1 0 50 M.C.D Primary School (Near Motor Bike Halting Point) 2 1 0 51 Near MCD Bal- Balika Vidyalaya 2 1 0 TOTAL 123 44 4

P.S. HARI NAGAR

Sl. Camera Locations Fix PTZ ALPR No. 1 At All india institute of local self gov. Office 1 0 0 2 Towards Institute Road 3 1 0 3 TIHAR CENTRAL JAIL-Gate-no-3 2 1 0 4 TIHAR HAAT 1 0 0 5 Nirmal chhaya complex (Nari Niketan) 2 0 0 6 Hari Nagar Depot & Hari nagar gol chowk 4 1 0

Page 58 of 133

7 HND-1 Bus Stop 1 0 0 8 Lal Sai Mandir Marg Road 1 0 0 9 DILLI HAAT (Near petrol pump) 1 1 0 10 At Bharti College 0 1 0 11 Aggrawal sweets shop 1 0 0 12 Santoshi mata mandir 1 0 0 13 Jail road, Monday market road (Near Indian oil petrol pump) 2 0 0 14 At Virendra nagar road 1 0 0 15 Dashamesh Hospital (Guru tech nagar) 2 0 0 16 D.D.A market Red light 3 1 0 17 D.D.A market (park) 1 0 0 18 Shiv nagar, Sabji mandi chowk 4 0 0 19 Mira model school 1 1 0 20 Janak puri road (T-point ) 2 0 0 21 Happy model school gate 1 0 0 22 Chhoti sabji mandi , Gole chaker 3 0 0 23 Sai mandir (kali badi marg) 1 1 0 24 In front of Bikaner wala 2 0 0 25 Guru Nanak pura -Road (Near bikener wala) 1 0 0 26 At Ashok nagar (vaidik marg gali) 2 0 0 27 Near tilak nagar metro station 2 0 0 28 Tilak nagar metro station 2 2 0 29 Near Shop (Mithlesh Egg Corner) 1 2 0 30 Totaram marg 2 0 0 31 Tandur chowk (tandur road) 2 1 0 32 Jhil wala park (near school gate-2) 1 0 0 33 Sai mandir (T-point) 3 0 0 34 CB-block (Chunni Lal school) 2 1 0 35 Dindayal Hospital -(T-point ) 1 0 0 36 MTNL office 2 0 0 37 Round about beri wala chowk 4 1 0 38 Signature hotel (T-point) 2 0 0 39 B-block Hari nagar (near Masjid park ) 1 0 0 40 Hari nagar, Canara bank crossing 3 0 0 41 Hari nagar, Senior secondry public school 0 1 0 42 Clock -Tower 4 2 0 43 Jank market road,fire station b/w petrol pump 1 0 0 44 Near telephone exchange (police booth) 1 0 0 45 Puran singh dhaba ,Gate no-3 (maya enclave) 1 1 0 46 Clock-Tower to Hari Nagar Depot(near pratap nagar red light) 1 0 0 47 Swarga assram road ,gali no-6 ,BE -block Hari nagar 1 0 0 48 Satguru Ram Singh marg (aggrawaal sweets) 4 0 0 49 Hari enclave -T-point 1 0 0 50 Amit nursing home -T-point 1 0 0 51 Ajay enclave -T-point 1 1 0 52 S.B.I subhas nagar -T-point 1 0 0 53 Najab ghar road, Grower sweets 1 1 0 54 Ashok nagar (ajay enclave ), near graduate scooter plate 1 0 0 55 Monga sweets (near police booth) 2 0 0 56 Near Handi & Mc Donalds 2 0 0 TOTAL 95 21 0

P.S. PUNJABI BAGH

Sl. Camera Locations Fix PTZ ALPR No.

Page 59 of 133

1 Shivaji park metor station 2 1 0 2 Rohatak road, bus stand (nerar shivaji park metro station) 2 0 0 3 Maharaja Agrasen Hospital (Rohatak road) 1 0 0 4 Rohatak road, bus stand (near Maharaja Agrasen Hospital) 2 0 0 5 Rohatk Road M.G.S hospital 2 0 0 6 Ring road over bridge under the chowk 4 2 0 7 slip lane (side of roahatak road) 2 0 0 8 Rohatak road (near ring road over bridge ) 2 0 0 9 Bus stand (Rohatak road ), near punjabi bagh metro station 2 0 0 10 Punjabi bagh metro station 4 1 0 11 Rohatak road power house 1 0 0 12 Rohatak road 3 0 0 13 Ashok park main metro station 3 1 0 14 Nala end point of punjabi bagh 2 0 0 15 Vishnu mandir marg 2 0 0 16 Maharishi road & vishnu mandir Chowk 2 1 0 17 Vishnu Mandir marg, market area (two sides) 2 0 0 18 Vishnu Mandir marg, D-block ,T-point 4 0 0 19 Vishnu Mandir marg, market area (two sides) 4 0 0 20 Vishnu Mandir marg, sabji mandi 2 1 0 21 Madipur police chowki &Pachim puri, T-point 3 1 0 22 Pachim puri chowk 2 1 0 23 CLUB ROAD, Raghubir marg 1 0 0 24 CLUB ROAD, Bombay JK-tyres 1 1 0 25 CLUB ROAD, Road no-4(entry & exit both) 2 0 0 26 Madi pur bus stop, Rohatak road (two sides) 2 0 0 27 Madi pur metro staion (stair exit point 4 sides) 4 0 0 28 Ramdev marg chowk (near metro station) 2 0 0 29 Baba ramdev marg T-point 2 0 0 TOTAL 67 10 0

DWARKA DISTRICT

P.S. UTTAM NAGAR

S. No. Camera Locations Fix PTZ ALPR 1. Entry towards Hastal Road 1 0 0 2. Punjab National Bank ATM, Hastsal Road 1 0 0 3. Shani Bazar Chowk, Hastsal Road 2 1 0 4. Near Gurudwara, Hastsal Road 2 0 0 5. T point A-2 Block, Hastsal Road 2 0 0 6. Connecting lane of Hastsal road and Dall Mill Road near BOB 1 0 0 ATM 7. Holi chowk, Dall Mill Road 2 1 0 8. Chowk area, Dall Mill Road 2 0 0 9. Main entry of Dall Mill Road 1 0 0 10. Exit of Uttam Nagar west metro station 1 1 0 11. Kabadi market road, main entry 2 1 0 12. Kabadi market road 2 0 0 13. 40 feet road near Hastsal village 2 0 0 14. T point near Maharani Enclave, 40 feet road 2 1 0 15. Purana Nawada Road (crossing) 1 0 0 16. J.J. Colony (near Uttam Nagar police station) 1 0 0 17. Uttam Nagar metro station (under pass area) 2 0 3 TOTAL 27 5 3

Page 60 of 133

P.S. DABRI

S. No. Camera Locations Fix PTZ ALPR 1. RZ-9 (near Dabri Crossing Bus Stand) 1 0 0 2. Gali No.4 (near Ram Pal General Store C-120 Sitapuri) 1 0 0 3. C-21 Gali No.3 Sitapuri 1 0 0 4. Chankya Place 25 Feet Road T-Point 2 1 0 5. Chankya Puri 25 Feet Road (near Kakkad Traders) 2 0 0 6. 40 Feet Road Mahavir Enclave (near Nala Road T-Point) 2 1 0 7. 40 Feet Road (near Masjid) 1 0 0 8. Near Maurya Building Chowk 0 1 0 9. Saturday Bazar Chowk Gali No.13, 14 Front 0 1 0 10. Main Power House (near Vicky properties) 1 0 0 11. Main Power House T-Point 2 1 0 12. Aggarwal Sweets, 60 Feed Road (near Prakash Modern 2 0 0 School) 13. Saturday Bazar Chowk Gali Aggarwal Sweets Chowk 2 0 0 14. Thursday Market Chowk (near Shanni Mandir) 0 1 0 15. Gali No.81 Mahavir Enclave 0 1 0 16. Fauji Model School Mahavir Enclave Part-3 1 0 0 17. Raja Puri, 5 Nos. Gali (near Rajkiya School) 2 1 0 18. Rajapuri Bharat Vihar Road Madhu Vihar 2 0 0 19. Main Raja Puri Near J.K.F 3 1 0 20. Monday Market Road Rajapuri 3 1 0 21. Raja Puri Red Light (near Bus Stop-2) 3 0 0 22. Raja Puri Petrol Pump Back Side 3 1 0 23. Dwarka Tent House (near Sahid Bhagat Singh Marg) 2 1 0 24. Solanki Market Madhu Vihar 2 0 0 25. Sai Baba Mandir Madhu Vihar 0 1 0 26. Janki Puri School 2 0 0 27. Old age Home New Jankipuri Colony (near Shiv Mandir) 3 1 0 28. Brindapur Ext B-85 3 1 0 29. J.J. Colony Brindapur C-Block (near Community Lane) 3 0 2 30. Jagdamba Sweets (near Parsh Public School T-Point 40 Feet 2 1 0 Road) 31. 40 Feet Road (near Rahul Medicos Shop) 2 0 0 32. D-2 Block Jeewan Park 2 0 0 33. Monday Market Road Jeewan Park (near SBI ATM) 2 0 0 34. F-Block Jeewan Park (near Om Vihar) 2 0 0 35. 30 Feet Road Chanakyapuri 1 0 0 36. AVI Model School 30 Feet Road, Chankyapuri 2 0 0 37. Back Side of Sitapuri Bus Stand 2 1 2 38. South Delhi Prathibha Child Girls School 0 1 0 39. Bus Stop Dabri Village 2 1 2 40. Pancha Road, Syndicate Enclave RZ-7A T-Point 2 1 2 41. Vaishali Gali No.2T Point Palam Dabri Road 2 1 2 42. Mother Dairy (near Bharat Vihar Enclave) 1 0 0 43. Jindal Public School Vijay Enclave (near MRF Showroom) 2 0 0 44. Mohit Brekan Wala Mahavir Enclave part-1 2 0 0 45. Private Toilet Mahavir Enclave 2 0 0 46. Subash Public School 1 0 2 47. Vijay Enclave Bus Stop Madrasi Mandir 1 0 2 TOTAL 79 21 14

P.S. NAJAFGARH

Page 61 of 133

S. No. Camera Locations Fix PTZ ALPR 1. At Market entry near Police Station 1 1 0 2. Infront of Computer world Shop, Police Station Road 2 1 0 3. Infront of Chandra Gas Agency, near Pizza Shop Police Station 2 0 0 Road 4. Infront of Petrol Pump & market entry old khera Road 3 0 0 5. T Point infront of MTNL Office 3 1 2 6. At Entry of Som Bazar 1 0 0 7. At Chowk of Som Bazar 3 0 2 8. Infront of old Anaj Mandi 2 0 0 9. At Jawahar Chowk 4 1 0 10. At Som Bazar Exit, Nagloi Road 3 0 0 11. At Entry to Delhi Gate near Church, Nagloi Road 1 0 1 12. Infront of Furniture Market Najafgarh Road 3 0 0 13. Infront of Rural Health Training Centre Bus Stand 2 0 0 14. Infront of Govt School Near Delhi gate, Uttam Nagar Road 3 1 0 15. Entry of Delhi gate, Najafgarh Gurgaon Road 2 0 0 16. Infront of Jewellery Shop Najafgarh 2 0 0 17. Nawada Bazar Main Entry Darampur 2 0 0 18. T Point infront of Chhawla Stand 3 1 0 19. Roshanpur Entry Road 3 1 0 20. Infront of Reliance Fresh Shop 2 0 2 21. At Entry to Naya Bazar Uttam Nagar Road 1 0 0 22. At Entry to Stadium School Uttam Nagar Road 2 0 2 23. At Tooda Mandi Chowk 4 1 0 24. At Delhi Jal Board near DDA Park 2 0 0 25. Infront of Sai Mandir Najafgarh 2 1 2 26. Chowk infront of HDFC ATM Roshan Garden 4 1 0 27. Infront of Sarvodya Vidhyalaya Dharampura 2 0 0 28. Near Sant Ram Dairy Chowk 0 1 2 29. Kakrola Road near Nala 2 0 2 30. Infront of Ramji Enclave near Nala 2 1 2 31. At Dhansipur Chowk Budh Bazar Road 4 1 0 32. At Som Bazar Road Arjun Park 2 0 0 33. Infront of wine shop Nagli Sabrawati Chowk 2 0 0 34. Infront of Sukhbir tubewell near Kant Darshandarbar 2 0 0 35. Infront of Jai Vihar Mata Mandir Near Nala Road 3 0 0 36. Near Jai Vihar Bus Stand Nagloi Road 3 0 2 37. Near Prem Nursery, Jai Vihar 2 0 0 TOTAL 86 13 19

P.S. BINDAPUR

S. No. Camera Locations Fix PTZ ALPR 1. Near Kiran Garden, near Hanuman Mandir & SBI ATM (Beat 3 0 0 No.10) 2. Matiyala Road (near Agarwal Sweet Corner, T-Point) 2 0 0 3. Near Rajkiya Sarvodaya Bal Vidyalaya 4 1 0 4. Matiyala Road (near Shiv Mandir) 1 0 0 5. Near Mahendru Hospital (inside Gali Entry) 2 0 0 6. Matiyala Road (near Oro Dental) T-Point 2 0 0 7. Main Nazab Road (near Agarwal Sweets) 2 0 2 8. Sahyog Vihar (near Shanti Garden Y-Point) 3 1 2 9. Infront of Gov. Girls Sr. Sec. School 3 1 0 10. T-Point, Machhi Market (JJ Colony, Phase-II) 3 1 0 11. Opp. To DPS School, T-Point (Beat-9) 3 1 0 12. (near Entry & Exit Gate) 3 1 2

Page 62 of 133

13. Matiyala T-Point (near Metro Pillar No.722) 2 0 0 14. Nawada Metro Stn. (near Metro Pillar No.760) 2 1 0 15. Near Uttam Nagar West Metro Station 2 1 0 16. Near Uttam Nagar East Metro Station 2 1 2 17. Parampuri Chowk, near H.No.S-31 & SBI ATM 3 1 0 18. Near Shanti Nursing Home (chowk) 3 0 0 19. Near Gov. Sr. Sec. School (D-Block, Bindapur) 2 1 0 20. T-Point, Infront of Coffee Home (DDA Flat, Bindapur) 2 1 0 21. At Kali Ghata Chowk, Arya Samaj Road 2 0 2 22. Mangal Bazar, near Kamal Chat Bhandar 2 0 0 23. Near DDA Flat (E-Block T-Point) 2 0 0 24. Shiv Mandir, near 60 Foot Road (DDA Flat, T-Point) 2 0 2 25. Near Himalaya Sagar Restaurant (T-Point) 2 1 2 26. Near 2 1 2 27. Service Road Parallel to Dwarka Mor 2 0 0 TOTAL 63 14 16

P.S. DWARKA SECTOR-23

S. No. Camera Locations Fix PTZ ALPR 1. Janki Chowk 2 0 0 2. Infront of Sector-22 mall 2 1 0 3. Presidium School 3 0 0 4. Govt. Co. Education School 4 0 0 5. In Front of Sec-21 Metro 2 1 2 6. Sector-20 Pankaj Plaza 2 1 0 7. Sector-8 Metro 2 1 2 8. Sahbad Fatak 2 1 0 9. Near Metro Secto-9 0 1 2 10. Dwarka Court Red Light 3 1 2 11. Near Kargil Chowk (Sec 10 & Sec 19 Red Light) 2 1 2 12. Vardhaman Mall Sec-19 2 1 0 13. Saint Mary School 3 1 0 14. Sect-19 Gola Dairy Cut 2 1 2 15. Sec-23 Mall 3 1 0 16. Near Under Pass T-Point 3 0 0 17. Barthal Chowk 0 1 2 18. Dhul Siras Chowk 2 1 2 19. Dhul Siras Nala 4 0 2 20. Hotel Anand Lok (near Mandir Entry) 0 1 0 21. Near Turn to nala Dhul Siras Gaon 1 0 0 22. Dhul Siras School 0 1 0 23. Bamdoli School 3 0 2 24. Bamdoli Bus Stand Najafgarh Road 3 0 2 25. Chawala Nahar Najafgarh Road Dhul Siras Farm House 3 1 2 26. Pochanpur Gaon Bus Stand 3 1 2 27. Infront of State Bank 2 0 0 TOTAL 58 18 26

P.S. MOHAN GARDEN

S. No. Camera Locations Fix PTZ ALPR 1. R.P. Memorial School 40 Feet Road 2 0 0 2. Madan Bharti Chowk (R-Block Road) 4 1 0 3. Gagan Bharti School (R-Block Road) 2 0 0

Page 63 of 133

4. Pipal Chowk (surrounded) 2 1 0 5. Pipal Wala Chowk (T-Point) 3 0 0 6. Rama Park Chowk (T-Point) 3 0 0 7. Monday Market Road Chowk 3 1 0 8. Monday Market wali Gali 1 0 0 9. Church road Crossing 1 0 0 10. Atul Chowk (Atul Marg) 2 0 0 11. Atul Marg (Entry and Exit complete) 3 0 0 12. Jain Road Entry Point (near ICICI Bank ATM) 2 1 0 13. Jain Road Chowk (near Ananda) 2 1 0 14. Jain Road Chowk (near Shani Market) 2 1 0 15. Jain Road Chowk (near Aggarwal General Store) 3 1 0 16. Dwarka Mor (Najafgarh Road) 3 1 0 17. Dwarka Mor Metro Station (One side) 2 0 3 18. Sheesha Godam Road Entry Point 2 0 0 19. Opposite Metro Pillar No.798, Som Bazar Road, Vipin Garden 2 1 0 20. Gandhi Chowk, Mohan Garden 1 0 0 TOTAL 45 9 3

NORTH -WEST DISTRICT

P.S. SHALIMAR BAGH

Sl. Camera Locations Fix PTZ ALPR No. 1 At Chowk Near Police Colony 4 0 0 2 At Chowk Ahead of Police Colony 4 1 0 3 Infront Of Consumer Court & Community Hall 3 2 0 4 At Chowk Towards Shalimar Village 4 1 0 5 At Entry of Underpass 2 2 0 6 At Underpass 4 0 4 7 Towards Shamshan Ghat 3 0 0 8 Near Madina Masjid 2 1 0 9 At Turn Towards Taxi Stand 4 1 0 10 At Chowk Infront Of max Hospital 4 1 0 11 At Turn towards Outer Ring Road(Including Service lane) 4 1 0 Near Ravidas Ashram (Turn from Outer Ring road near Badli 12 4 2 2 red Light) 13 Infront Of MGF Mall 2 1 0 14 At Turn near Premier Hotel towards Haiderpur 2 1 0 15 At Turn towards Haiderpur 3 0 0 16 Infront Of Haiderpur Govt. School 1 1 0 17 Towards Gali Near Kudaghar 3 0 0 18 Near Rainbasera 2 1 0 19 Near Kachiwala Park 2 1 0 20 At Turn Towards Haiderpur Village (Near Ekta Camp) 2 1 0 21 At Turn Towards Haiderpur Factory Area 2 0 0 22 At Haiderpur Chowk 3 0 0 23 At Turn To haiderpur School (Behind gate) 1 1 0 24 At Turn to Govind Mohalla 3 0 0 25 Infront Of Turn To Govind Mohalla gali No 6 2 0 0 26 Near Jhuggi Area 2 1 0 27 At Swach Govt Public school Haiderpur Village 3 0 0 28 At Iron Bridge Check Post 2 0 0

Page 64 of 133

29 Near Temple & JJ Cluster 2 2 0 30 At U & V Block Chowk 3 1 0 31 Towards U & V market 2 1 0 32 Infront Of Jaspal kaur School 3 0 0 33 Infront of Turn Towards Jaspal kaur School 2 0 0 34 Infront Of Punjabi Bhawan 2 1 0 35 Infront Of Gyan shakti Mandir 2 0 0 36 Ahead of Punjabi bhawan Near Local park Punjabi Bhawan 2 1 0 37 On road towards Jhulle lal mandir 1 0 0 38 Infront of Jhulle lal mandir 2 1 0 39 Infront Of Modern School near Club road Parking 1 1 0 40 Infront of ramleela Park 2 0 0 41 Near woodland school 2 1 0 42 Infront of Arya samaj mandir 2 0 0 43 Near BP market 2 0 0 44 At Chowk near BP Block 2 1 0 45 Near ram bagh Towards DT Mall 2 0 0 46 Infront Of Gurudwara Near Club road 2 0 0 47 At Chowk Near shalimar Club 2 1 0 48 Near Mount Abu School 3 0 0 49 Near gate No. 1 of Jaspal kaur School 2 0 0 50 At Chowk Near Punjab & Sind Bank 2 1 0 51 Infront Of Tagore Modern school 2 0 0 52 Towards RWA infront Of Tagore Modern school 1 0 0 53 Towards DDA Market infront of Shalimar Public school 3 1 0 54 At Chowk Towards JHULLE LAL Mandir 3 1 0 55 Near Rajkiya sarvodhya School 2 0 0 56 Infront Of Mahavir Vatika 2 1 0 57 Infront Of BF Market 2 1 0 58 Near Muthoot Finance & SBI 2 1 0 59 Infront Of DT mall 4 1 0 60 Towards Prem Badli Bridge 3 0 0 61 At Outer Ring Road Infront Of Haldiram 2 1 0 62 Near Central School 1 0 0 63 Near nagar nigam school 3 1 0 64 Near DharamShala BS Block 3 2 0 65 Infront Of Everbrick market & Bikaner sweets 4 2 0 66 Infront Of Gufa waala Temple 1 1 0 67 At Chowk Near Gufa waala Temple 4 1 0 68 Near shiv Shakti Park towards Al Market 3 1 0 69 At mahrishi Dayanand marg towards Ring road 2 1 4 70 Infront of Chawla Restaurant 2 1 0 71 Towards BT Block 0 1 0 72 At Central School 1 0 0 73 Infront Of ramji lal Complex 2 1 0 74 Towarsd RWA Block DA near Tinku Transport 3 0 0 75 Towarsd Gali No. 2 Shalimar Factory Area 3 0 0 76 At Govt School infront of GALI No 1 2 0 0 77 At Gali No 2 Shalimar village 3 0 0 78 At Top Of Underpass 2 2 0 79 Infront Of Beer Shop 2 1 0 80 Infront Of Kali Bari Mandir School 2 1 0 81 Infront Of Railway Reservation center 2 1 0 82 At Chowk near rain Basera & Fortis Hospital 2 1 0 83 At Chowk Near Bharat Sweets 3 1 0 84 Infront Of Chitra Gupta market 3 2 0

Page 65 of 133

85 At Chowk Near PrabhuDayal School 2 1 0 86 At Turn to AJ Block 1 1 0 87 Bikaner Chowk 3 1 0 88 At Swami dayananad marg (Near PWD Office) 3 0 0 89 Towards AC Block Market 3 1 0 90 Towards AD Block Market 1 0 0 TOTAL 214 64 10

OUTER DISTRICT

P.S. SULTANPURI

Sl. Camera Locations Fix PTZ ALPR No. Sultanpuri Bus Terminal Out Sultanpuri Bus Terminal T- Point 1. 4 2 0 Out 2. At 908 Bus Stand T- Point Main Jagdama Market 3 1 0 3. At Purana Macchi Chowk T- Point 3 1 0 4. At Jalebi Chowk 3 1 0 5. At T-Point Shani Bazar Road 3 1 0 6. At Shani Bazar Road near Telephone Booth 2 0 0 7. At Shani Bazar Chowk Police Booth Near Govt. School 4 1 0 8. Near Singhla Medical T-Point Hari Hospital Mansuri Hospital 4 1 0 9. At Panjab Sindh ATM Budh Bazar Road 2 1 0 10. At Jagdamba Market Road Near Mother Dairy 2 1 0 11. At D-7 Police Booth 4 1 0 12. At Basanta Chowk in front of Kamal Studio SBI ATM 4 1 0 13. At T-Point F - Block Jhuggi Towards Sunny Bazar Road 2 1 0 14. At Bharat BuIlding Material Supplier Near Railway Under Pass 3 1 0 15. At Hansa Park Service Road 1 1 0 16. At A-B Extension Near Tikona Park 3 1 1 17. At A-b Extension Masjid Road T- Point 2 1 0 At B.C Chowk Sarvodaya Kanya School Near Sachin Book 18. 4 1 0 Depot. 19. At Nirmal Hospital Police Station Road Near Agarwal Sweets 3 1 0 20. At T1 Gandanala (Police Entry Point ) 2 1 1 21. At Kanjawala Road (Opposite Wine Shop ) 3 1 1 22. At Rakhi Properties ( Kanjawala Road ) 2 0 0 23. At Lakshmi Dairy Kanjawala Road 2 1 0 24. At Rajni Gupta Hospital Kanjawala Road 3 1 0 25. At State Bank Of Patiyala, Kanjawala Road (Orthojan Hospital) 3 0 0 At Sai Baba Chowk Puth Kala (Near Nagar Nigam Prathmik 26. 4 1 0 Vidyalaya) 27. At Choudhari Jagram Chowk (Opposite Wine Shop ) 3 1 1 28. At Thane Wala Road Near Mother Dairy 2 1 0 29. At B-Block S.B.I 2 1 0 TOTAL 82 27 4

P.S. MANGOLPURI

Sl. Camera Locations Fix PTZ ALPR No. 1. Mangolpuri Flyover(Outer Ring Road) 5 2 8 2. Mangolpuri F2 Block bus Stop (In Front Of Vidya Vihar 2 1 4

Page 66 of 133

Appartment ) 3. Kanjawala link Road Chowk (In Front Of Sharda Appartment) 4 1 0 4. Police Line Chowk Pritam Pura 4 1 0 5. Jaipur Golden Hospital (Near Red Light) 4 1 0 6. Kali Mata Mandir (Near Vardhman Premium Mall ) 2 1 0 7. Depali Chowk 4 1 0 8. Tarun Enclave Entry Point 2 0 0 9. Puspanjali Enclave Service Road 2 0 0 10. Parvana Road (Pushpanjali Gate No -5 , In Front Of Police 2 1 0 Booth ) 11. Bal Bharti Public School & Brilliant Convent School 3 1 0 12. Guru Nanak Public School (Lotus Enclave ,& Max Fort Convent 1 1 0 School ) 13. Tarun Enclave & Bhagwan Budha Appartment (Parvana Road ) 2 1 0 14. St. Prayag Public School & Deepali Enclave Gate No-3 2 1 0 15. Sharda Niketan chowk 0 1 0 16. Keshav Mahavidyalaya Road No. 43 (Hari Kishan Marg ) 2 1 0 17. Bhagwan Mahaveera Hospital(Near Red Light) 2 1 0 18. KIIT World School & Agrasen Dharam Shala 4 1 0 19. Entry Mangolpuri Vidhanshabha Area 1 1 0 20. Mangolpuri Police Station T-Point 3 1 0 21. N-Block Bank Road T- Point Lal Building 3 1 0 22. Shant Shri Dubal Nath ji Maharaj I-Block 1 0 0 23. Mother Dairy N-Block Community Center 1 0 0 24. Hussain Chowk Bhagatsingh Stadium (Indira Park ) 4 1 0 25. L-Block Road Near M.C.D Office 2 1 0 26. Rajkiya Sarvodaya Balika Vidyalaya (K-Block) 2 1 4 27. X-Block Balmiki Mandir (Near Ganda Nala) 2 1 0 28. Sanjay Gandhi Hospital 2 1 0 29. S-block Chowk 4 1 4 30. Kharbanda Chowk L-Block 4 1 0 31. Intersection Road L - Block Pani Ki Tanki 2 0 0 32. Sarvodaya Kanya Vidyalaya ,M-Block(Near Chhat Park ) 2 1 0 33. O-Block Near ESI Dispensary 2 0 0 34. O-Block Chowk 4 1 0 35. Akhada Wala Chowk , C- Block, T-Point 3 1 4 36. P-Block Kattar Market 4 1 4 37. Between Sarvodya Bal Vidyalaya & Sarvodya Kanya Vidyalaya 2 0 0 38. M.C.D Office Chowk 4 1 0 39. Balmiki Chowk 4 1 0 40. Sarvodaya Kanya Vidyalaya Opposite Mangolpur Khurd 2 1 0 41. Avantika Chowk Near Kam Dhenu School 4 1 0 TOTAL 109 35 28

OUTER NORTH DISTRICT

P.S. S.B. DAIRY

Sl. Camera Locations Fix PTZ ALPR No. 1 80 -Feet Chowk & Pehladpur Chowk (Near Rudra Associates) 4 2 4 2 Shahbad Dairy Bus Stand (Near Aggrawal Associates) 4 2 0 3 Shahbad Dairy Market, Entry Point (Near T.T Garments ) 1 0 0 4 Shahbad Dairy Market Next Chowk (Near Pawan Cosmetics & 4 1 0

Page 67 of 133

School) 5 Delhi Technological University 2 0 0 6 Main Maharana Chowk (Near Ganga Medicos) 3 0 0 7 Govt.Co-ed . Sen. Sec. School 2 0 0 8 Begum Pur Bawrala Road 3 1 4 9 Govt.Sarvodaya Girls School Prahladpur delhi (Main Bavana 2 1 0 Road) 10 Kheda Khudra Market (Near SJ.Jons Kids World School) 6 1 0 11 Holambi Kala (Railway Fatak Crossing) 3 0 0 12 Holambi Khudra Dird (Crossing) 3 0 0 13 P.P Metro Vihar (Police Chowki) 2 1 0 14 Metro Vihar Holambi Kala Phase-2 2 0 0 15 L-Block Sector-5 DSIIDC Bavana 6 1 0 16 Samosa Chowk Sec-5 6 1 4 17 New Police Chowki Sec-5 DSIIDC Bavana 3 1 0 18 Bavana Main Stand 2 1 0 19 Bus Stand Shahbad Dairy To Sec-28 Road 2 1 0 TOTAL 60 14 12

P.S. S.P. BADLI

Sl. Camera Locations Fix PTZ ALPR No. 1. Badli Bus Stop 6 2 4 2. Badli Gaon Entry - Exit Point 3 1 0 3. Fatak No 8 0 1 4 4. Nagar Nigam Balika Vidyalay 2 0 0 5. Badli j.j Colony - Entry Point 2 1 0 6. Sec-18 Metro Station (Around Area) 4 1 4 7. Jail Road to T-Point Sector 18, Red Ling (via Rohini Jail) 7 0 0 8. Crime Branch Office Sec -18 3 1 4 9. Badli Indstrial Area (Gate No -4 , T- Point ) 3 1 0 10. Raja Vihar Entry Point 1 1 0 11. Raja Vihar Entry T- Point 1 3 1 0 12. Raja Vihar Entry T- Point 2 3 1 0 13. Infront Akash Medicos T- Point Raja Vihar 3 1 0 14. Near Raja Vihar To SirasPur Fatak Road 3 1 0 15. Suraj park, Badli Railway & Badli Metro Station 5 1 4 16. LibasPur T - point 0 1 0 TOTAL 48 15 20

P.S. BHALSWA DIARY

Sl. Camera Locations Fix PTZ ALPR No. 1 Gujjar Chowk Near Bikanerwala 4 1 0 2 At LAL Border Chowk 2 1 0 3 Prachin Shiv mandir 1 1 0 4 Prathmik baal Vidhalaya 1 1 0 5 B Block gali 2 0 0 6 B Block bhalswa dairy 3 0 0 7 C Block Bhalswa dairy 2 0 0 8 Delhi Urban shelter 1 1 0 9 Gurudwara Bridge Side 3 1 0

Page 68 of 133

10 A -2 Block 4 1 0 11 A-2 Block T point 3 0 0 12 A-4, A-5 Block 2 0 0 13 A-2, B-4 Tea stall 2 1 0 14 A-2 Block T point 1 1 0 15 C-2 T point 3 1 0 16 Infront of Ram Manohar Sarawati Sch. Gurudwara Vijay Chowk 2 0 0 17 Rajeev Nagar makka masjid 3 0 0 18 Durga chowk 4 0 0 19 Yadav chowk 4 0 0 20 Vasat dada patil nagar cut point 2 1 0 21 Tandoor Wali Gali Shani bazaar road 3 0 0 22 Bajranj Chowk, Shani bazar road 1 1 0 23 Shani bazar Road, near Gupta properties 1 1 0 24 Lal Bus stand 2 1 0 25 Burari road Swaroop nagar 1 1 0 26 Jj colony D Block entry 1 1 0 27 Nigam Prathmik Vidhalaya JJ colony 2 1 0 28 Swaroop nagar Extension Colony 4 1 0 29 Sheetal Dharam kata 0 1 0 30 Gali no 8 near hari mandir 1 1 0 31 Gali no 3 & gali no 8 T point 3 0 0 32 At Gali No.5 Swarup nagar Extension 0 1 0 33 At Gali No.4 Swarup nagar Extension 2 0 0 34 Near Livaspur Bus Stand towards Highway 3 1 4 35 Infront of Libaspur Bus Stand 2 0 3 36 Ahead of Libaspur Bus Stand 2 0 0 37 On highway 0 1 0 38 At T Point Near Sanjay gandhi Transport Nagar 2 1 0 39 At Mukarba Chowk 2 1 0 40 At subway near Mukarba Chowk 0 1 0 41 At subway near Mukarba Chowk towards Khad Plant 2 0 0 42 At subway towards Khad Plant 4 1 0 43 Infront Of Khad Plant 2 1 0 44 At Turn to Tandoorwaali gali 3 0 0 45 At Turn to gali no. 8 3 0 0 46 At T Point near Mukarba chowk 0 1 0 47 Near Prepaid Auto Booth 0 1 0 48 At Turn To Bhalswa Bridge 1 1 0 49 At New Road Under Construction near Bhalswa bridge 6 1 0 50 Infront Of Bhalswa Golf Course 1 1 0 51 Near Shamshan Ghat 2 1 0 52 Infront Of Boat Club 2 1 0 53 Ahead Of Boat Club 2 1 0 54 At Jheel road near Manasthali mukund Vihar 2 0 0 55 At Mahrana pratap Chowk 4 1 0 56 At Jahangirpuri Village road 2 0 0 57 At Jahangirpuri Village road towarsd chowk 2 0 0 58 At Jahangirpuri Village chowk 1 1 0 59 At Gov. Girls school Mukundpur 2 0 0 60 At Janta Vihar gali No. 8 2 0 0 61 At Janta Vihar gali No. 6 2 0 0 62 At Nyaya Chowk near lal bahadur shastri marg 3 0 0 63 At radha Vihar bridge 4 0 0 64 At Satyagrah public School 1 1 0 65 At veer bazar A Block Mukundpur 4 0 0

Page 69 of 133

66 At Shiv Mandir Mukundpur 3 1 0 67 At Back gali Shiv Mandir Mukundpur 2 0 0 68 At Chowk near samta Vihar shamshan ghat 4 0 0 69 At Gurjar Chowk Near Mukund Pur 3 0 0 70 At Suryavanshi Chowk 4 0 0 71 At Authority road 2 0 0 72 At Manav Shakti Resident welfare 1 1 0 73 At Mukund Pur gali No 12 1 1 0 74 At entry to Mukund Pur Village 1 1 0 75 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 76 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 77 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 78 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 79 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 80 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 81 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 82 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 83 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 84 At New Road near Golf Course (Mukund Pur to Bhilswa) 2 0 0 TOTAL 179 43 7

ROHINI DISTRICT P.S. AMAN VIHAR

S.No CAMERA LOCATION FIX PTZ ALPR 1. Nithari Chowk 3 1 0 2. MCD Public School (Near Dukhi Ram Samosa) 3 1 0 3. Kiradi Chowk (Near Pond) 3 1 0 4. Near Bal Sthali Public School 3 1 0 5. Ramesh Enclave Near Jai Mata Stock 2 1 0 6. Karan Vihar Chowk Phase-5 near Shiv Properties 3 1 0 7. T-Point near Rajkiya Sarvodya Balika Vidhayalaya near shop 3 1 0 No.5/10 8. Near Jahaj Wali Kothi (Near Tula Ram Public School) 3 1 0 9. Karan Public School Karan Vihar T-Point 2 1 0 10. Sunday Market Chowk Krishan Pradhan Road (Near Brijwasi 3 1 0 Builders) 11. Near Jeevan Public School Pratap Vihar 2 1 0 12. Gabbar Ji Chowmin (Near Pratap Vihar) 2 1 0 13. Gali No.4 Friday Market (Near Hari Ji Garments) 2 1 0 TOTAL 34 13 0

P.S. NORTH ROHINI

S.No CAMERA LOCATION FIX PTZ ALP R 1. T-Point at Rajiv Gandhi Cancer Institute 1 1 0 2. Ambedkar Hospital Bus Stop 2 0 0 3. Exits of Rohini West Metro Station 4 1 0 4. Mahaveer Chowk 3 1 0 5. Bus Stop Sector-9 3 0 0 6. Sai Baba Bus Stop 2 0 0 7. T-Point near Char Dham Appartment 3 0 0 8. Sai Baba Chowk 3 1 0

Page 70 of 133

9. Exits of Rohini East Metro Station 4 1 0 10. Parking lane of Rohini East Metro Station 1 0 0 11. Fire Station Bus Stop 2 0 0 12. Fire Station Chowk 3 1 0 13. Madhuban Chowk 3 1 0 14. Service lane between Madhuban Chowk & Rohini West Metro 8 0 0 Station 15. Madhuban Chowk Bus stop 1 0 0 16. Entry point of Pocket C-8, Sec-8 Lane 1 0 0 17. Entry point of Gurudwara Road 1 0 0 18. Entry lane near Himalaya Public School 1 0 0 19. Entry lane near Sindhi Hiranand Ghoriwala 1 0 0 20. Entry lane near Garg Sweets 1 0 0 21. Entry lane near Cake Café 1 0 0 22. Entry near Geeta Rattan Jindal Public School 1 0 0 23. Entry lane near Moti Mahal Restaurant 1 0 0 24. Entry lane of Block-H-182 1 0 0 25. G-20 Traffic light of Parshuram Marg 4 1 0 26. Bhagwan Mahavir Marg, Near Madhuban Chowk 0 0 6 27. Bhagwan Mahavir Marg near Rohini East Metro Station 0 0 6 28. Bhagwan Mahavir Marg near Rohini West Metro Station 0 0 6 TOTAL 56 8 18

PS PREM NAGAR

S.No CAMERA LOCATION FIX PTZ ALPR 1. PCR Point, L-27 near Sai Baba Mandir 3 1 2 2. T-Point Dhrove Enclave 2 1 0 3. Police Check Post Dhrove Enclave 2 1 0 4. Baljeet Vihar DTC Bus stand T-Point 2 1 0 5. Navin Public School 3 1 0 6. Akash Model Sr. Sec.School 2 1 0 7. Rajkiya Sarvodaya Vidhayalaya + Sarvodaya Balika 2 1 0 Vidhayalaya 8. PCR Van Base L-25 3 1 0 9. Pride Academy (Near Shri Balaji School Uniform, Holi Father 2 1 0 School) 10. Arshi Plaza Mubarakpur Road 3 1 0 11. Bikaner Sweets Corner T-Point (Near L-25, Holting point) 3 1 0 12. Sanjivani Medicare Hospital, Ration office 4 1 0 13. Near Railway Line Sukhi Pond (Near Shivbhole Garments) 2 1 0 14. Durga Chowk T-Point Part-2 3 1 0 15. Mundka Road Railway Fatak (Near Hind Vihar Fatak) 3 1 0 16. Nag Mandir Y-Point (Near Yadav Building Material Supplier) 3 1 0 17. Mundka Marg Prem Nagar Part-3 Chouraha 3 1 0 18. Near Kumar Sweets T-Point Main Mubarakpur Road 3 1 0 19. Chanchal Nursing Home T-Point Mubarakpur 3 1 0 20. T-Point Sish Mahal Enclave Prem Nagar-3 2 1 0 21. MCD Sr.Sec. School Mubarakpur Road Sunny Properties 4 1 0 22. MCD School Mubarakpur Dabbas 2 1 0 23. Near Chirag Motors T-Point 2 1 0 24. In front of PNB ATM Rani Kheda 2 1 0 25. Mubarkpur Main Bus stand near Hanuman Mandir 3 1 0 TOTAL 66 25 2

Page 71 of 133

EAST DISTRICT

P.S. GHAZIPUR

Sl. Camera Locations Fix PTZ ALPR No. 1. At Ghazipur Underpass 4 2 4 2. At NH 24 Entry to Bridge 6 3 0 3. Infront Of Fish Market 4 1 0 4. At T Point Near Buffalo mandi 3 0 0 5. At Hindon canal Chowk 6 0 0 6. At Entry To Bulla Colony 3 1 0 7. At Entry To Rajveer Colony From Hindon Cut 3 1 0 8. Near Starting Point From Kondli Bridge 1 0 0 9. At Kondli Bridge Near Fish Market 1 1 0 10. At Road No. 56 Near Shamshan Ghat 2 0 0 11. T Point at Road No. 56 Near Kamal Hotel 3 0 0 12. At T Point towards Raja Ram Hospital Gali Near State Bank Of 1 0 0 India 13. At T Point Of Sabji Mandi, Kondli 3 0 0 14. Infront Of DDA Janta Flat , Pocket 2 1 1 0 15. At Kahuturia Chowk 1 1 0 16. Near Shiv Mandir, B Block 3 0 0 17. At Labour Chowk, Safeda Park 1 1 0 18. At Chowk Infront of Aggarwal sweets 1 1 0 19. Near Hanuman Mandir , A Block 4 0 0 20. At T Point near Gautam Public School 3 0 0 21. Near Ryan Public school 1 1 0 22. At T Point Near A R Jewellers 3 0 0 23. Near beer Shop (Mayur Vihar ph 1) 2 0 0 24. At Shiv Mandir Chowk, Ghadoli Village 3 1 0 25. At Khoda Chowk,Paper Market 3 1 0 26. At Ambedkar Chowk,Paper Market 4 1 0 27. Infront Of DDA Park 3 1 0 28. At Entry Gate Of Smiriti Van park From Ruchika Petrol Pump 1 0 1 29. Main Entry Gate Of Park From B Block SFS Flats Side 1 1 0 30. DDA Market SFS (Near Wine Shop) 2 1 0 31. T-Point Near Sai Mandir 1 0 1 32. Near Gurudwara Facing Community Center, Mayur Vihar PH.3 3 1 0 33. CRPF Camp Side Entry Inside Smiriti Van Park (Northen Side 2 0 0 Of Park) 34. Labour Chowk Mayur Vihar PH.3 Delhi 4 1 0 35. Near Bank Of Baroda DDA Market Mayur Vihar PH.3 Delhi 3 1 0 36. Pankaj Plaza T-Point 3 0 0 37. Near Pocket A-3 Main Road Crossing 3 0 0 38. At Main Entrance Gate Of CRPF Camp 2 0 0 39. Khoda Colony Chowk 4 1 2 40. Near Kerala Public School , Facing Towards Paper Market 2 1 0 41. Near Ryan International School Chowk Facing towards Bus 1 0 0 Depot. 42. Near Petrol Pump, Pocket A-1 Mayur Vihar PH- 3 2 1 0 43. Near Sant Marry School & SFS Flats Crossing MV -3 3 0 0 44. Near Life Care PKT. A-3 , Wednesday Market Area , MV -3 , 3 0 0

Page 72 of 133

Facing Paper Market 45. Safeda Park Main Road , MV-3 2 0 0 46. In Front of St. James Church, A-1, MV-3 2 0 0 TOTAL 117 26 8

P.S. MANDAWALI

Sl. Camera Locations Fix PTZ ALPR No. 1. Pandav Nagar Main Entry 3 1 0 2. Honda Chowk (Near Bank of Baroda) 7 1 0 3. At Chowk Near Hero Honda Showroom 3 1 5 4. Akshardham Mod 2 0 0 5. Near Foot Over Bridge 1 1 0 6. At Bridge Near Dhobhi Ghat Nala 3 1 1 1 7. Near Hanuman Mandir 1 0 0 8. Near NDDB Godown 4 1 0 9. Aggarwal Sweets 1 0 0 10. Ganesh Nagar chowk 2 0 0 11. HDFC Atm 1 0 0 12. Near Dharam Kata 1 1 0 13. Near Sonu Builder 1 1 0 14. Near Dharam Kata 1 1 0 15. Near D Park (pandav Nagar) 2 1 0 16. Near Balaji Complex 0 1 0 17. Near Bajaj Showroom 2 1 0 18. Uarja Vihar Apts.(Near Under Pass & 3 1 0 Mandir) 19. Near Gali No -1 1 1 0 20. Near Gali No-6 1 1 0 21. Railway Lines (Near Gali No -1) 1 1 0 22. Near Pump House 1 0 0 23. T-Point Sabji Mandi 2 1 0 24. Chandrvihar Station Mandawali 1 1 0 25. Near Sulabh Toilet 2 1 0 26. Near Gali No -1 Krishna Park 2 0 0 27. Near Adarsh Bal Bharti School 1 1 0 28. Budhamarg Shiv Mandir T-Point 0 1 0 29. Near Muni Chowk (D D Park) 3 1 0 30. Near Deshbandhu Society Apts. 2 0 0 31. Dhruva Apts. 0 1 0 32. T-Point Sarva Dharma Apts. 3 1 6 33. Chetna Apts. 2 1 0 34. Near Tarang Apts. Stand 1 1 0 35. Opposite Tarang Apts. Stand 2 1 0 36. T-Point At Shanti Marg 1 1 0 37. Manglam Red Light 1 1 0 38. Near Gate No-7 4 0 0 39. Near Hanuman Mandir , Gali No- 9 0 1 0 40. Budha Shanti Marg (Chowk) 4 0 0 41. Near Naina Devi Mandir 3 0 0 42. Near Mother Convent School 2 0 0 43. Gauri Shankar Mandir 4 1 0

Page 73 of 133

44. Near Dena Bank (Navkala Apts.) 2 1 0 45. Mayur Public School (Near Budha Marg) 3 1 0 46. T-Point Shanti Mandir Wali Gali (Near 3 0 0 MCD primary School ) 47. Gali No -5 Saket Road 2 0 0 48. Main Mandawali Road Gali No -2 2 0 0 49. IN Front Of Badi Masjid 2 0 0 50. At Nalanda Chowk 0 1 0 51. At Shri Ram Chowk 2 1 0 52. Gali No -8 Kalyan Marg (Mandawali) 2 1 0 53. Kalyan Marg (Talab Park Gate-1 ) 4 1 0 54. Talab Park Gate No -2 1 1 0 55. Near Wine Shop 1 1 0 56. Gate No. 3 Kalyanpur Railway Colony 2 0 0 57. Near Railway Puliya 3 0 0 58. Near Gym (Transformer) 2 0 0 59. Mohan Baba Mandir 2 0 0 60. Bada Chowk 0 1 0 61. Chhota Chowk 1 1 0 62. Near Mata Ka Mandir 0 1 0 63. Near Pandit Chowk 0 1 0 64. Near Railway Colony 0 1 0 65. Near Rain Basera 0 1 0 TOTAL 114 45 12

P.S. KALYANPURI

Sl. Camera Locations Fix PTZ ALPR No. 1. On Chowk, near Rajkiya Sarvodya Kanya/Bal Vidyalaya & Super 4 1 0 bazar bus stand 2. In front of Govt. Girls/Boys Ser.Sec. School (Near Mohit 1 0 0 Property) 3. In front of Mother Dairy Milk shop No.792(Near Voter Center) 0 1 0 4. In Front of E.D.M.C (Primery school, Trilok Puri, Block no.3 2 0 0 5. At Bhim Rao Ambedkar Road, Near Shri Shayam medical Store 4 1 0 6. At 6 Civil Line, Near Delhi Bal kalayan Prishad 3 0 0 7. Near Chinease food Corner & Arise Mayur Electrical Shop 0 1 0 8. Near Agarwal Sweets & 15 Chowk 4 1 2 9. Near Block 14 & 15 Main Road,Near H.No.16/4 & near Masjid 4 0 0 10. In Front Road of DDA, Near Shri nav Durga Mandir & Sanjay 2 1 4 Lake, Triliok Puri 11. Near 25- Block, H.No.250 to 231 & Near Jayaka Chicken 4 0 0 corner, Trilok Puri 12. At Sant Nirankari Road, Near Sant Nirankari Bhawan 2 0 0 13. AT 23- Block Chowk, Near Garg Garments 2 0 0 14. Near 2,3,& 15 Block, Near TM Taylor 0 1 0 15. between H.No.24 &231 Near State Bank Atm 1 0 0 16. At trilok Puri Road, near Mother Dairy Shop No.750 1 0 0 17. At Trilok Puri Road, near 11,12 Chowk & Shri Shayam Baba ka 4 0 0 Bhandar 18. Near Mother Dairy shop No.713, Near RWA Residence 1 0 0 19. Near Chandar Jewellery & Parkash Medical Store,4- block, trilok 4 0 0 Puri 20. At Trilok puri Road, near delhi Govt. Dispensary health & 4 0 0

Page 74 of 133

Baghwati Property 21. At Trilok Puri Road, near Sant digital Studio Shop 3 0 0 22. At Trilok Puri Road, Near Gulshan Store 4 0 0 23. Subhash Market Association Gate Near BSES(Yamuna Power 4 1 0 Ltd.) 24. At kalayan Puri Road, near(Mother dairy Shop No.756) 2 0 0 25. At kalayan Puri Road, near kailash Foot Wear & Agarwal Book 4 0 0 Bhandar 26. At kalayan Puri Road, near Shri Sai Garments & Goyal Vastar 4 0 0 Vaitika 27. At kalayan Puri Road, near Gupta Sweets & Galaxy Foot Wear 4 0 0 28. At Indira Gandhi Mahila Park 0 1 0 29. At kalayan Puri Road, near Chetanalaya Sadan & OM Coaching 0 1 0 Center & Computer Institute 30. Vidhan Sabha 56, (Voters Center), near Savita Beauty Parlor 4 0 0 31. At Kalayan Puri Road,near ambedkar camp school, Block no. 1 0 0 14, Kalayan Puri 32. At Kalayan Puri Road, Ending of Block No.18 2 0 0 33. At Kalayan puri near ambedkar Park & Ashok Tailor 0 4 0 34. At Block No.18, near Ambedkar Park 0 1 0 35. In Kalayan Puri, In front of Ashudeep Foundatoin 0 1 0 36. At Kalayan Puri Terminal Bus Stand, near Perfect Net Service & 4 1 4 Samsung Whirlpool 37. At Bhagat Singh market (Near Vishvakarma Steel Fabricate) 1 0 0 38. At Kalayan puri (juggi), near Block-8 0 1 0 39. At Kalayan puri,Near Apey Parlor & DSIIDS Entrepreneurs 0 1 0 Welfare Ass. 40. At Kalayan puri, Juggi Chowk no.11, & Block-18 0 1 0 41. At Kalayan puri, 11 block Park 0 1 0 42. Block No. 12 School, Kalayan puri 1 0 0 43. At Block No. 15 Park, Near Aggarwal Trades 0 1 0 44. At Block No. 16 Park 0 1 0 45. At Kalayan Puri, Pratibha Bal Vidalaya, near Malaria office 0 1 0 Mirighat 46. At Block-19 0 1 0 47. At Block -19 (T-Point) Beetwen (19&15) 0 1 0 48. At 19 Block, near Sai mandir 1 0 0 49. Near Chand Cinema & Kanak Shop 2 0 0 50. At Nehru market (Near Shiv Shakti Mandir) 1 0 0 51. Rawal Plywood & Glass (Nehru market) 1 0 0 52. At T-Point,near Block No.20 & 21 Azad Medicos Shop 3 0 0 53. At JK Chowk Between 17 & 21 Block 4 0 0 54. Near Kali mata Mandir & 17- Block 3 0 0 55. AT kalayanvas Road near DCV Photo studio 3 0 0 56. At Kalayanvas Road, In front of Lal Bahadur Shastri Hosp. Gate 2 0 0 57. At Kalayanvas Road, In Backside of Lal Bahadur Shastri 3 0 0 Hospital Gate 58. At Kalayanvas Road, near Subzimandi(Between Block 14 & 17) 3 0 0 59. At Ram Kumar Marg (East Vinod Nagar) near Super Shine 5 1 4 Chowk & mother Dairy Shop No.1703 60. Ram Leela Ground, Near Mayur Public School & Backside of 0 1 0 RSKV School) 61. At Kalyanvas Road, near G-1 & G6 (East Vinod Nagar), Near 0 2 0 highway 62. At Kalyanvas Road, At Backside Block-F, near Gali no.3 & 2 0 0 Highway 63. EMY Delhi Muncipal Co-opreation Primery School, Near 3 0 0

Page 75 of 133

Hanuman mandir AB- Block 64. At Bhati Chowk, near Fiza Juice Corner 4 0 0 65. AT Happy Chowk, Indira Gandhi Marg, Near Union bank ATM 4 0 0 66. In Front of Sanjay Public School & Upadhaya School (D-Block), 3 0 0 Near Star Studio 67. At Gurdawara Road ( Near Janki Devi Polytechnic & Infront of 4 1 2 Highway Road) 68. Near Matrix Classes & neelkanth timbers 2 0 0 69. In Khichripur Village near Partibha School& JJ Sarvodaya bal 1 1 0 Vidalaya 70. At Khichripur Road, near Govt. Co-ed Sr. Sec. School & Indian 3 0 0 Furniture 71. At Kalyanvasd Road, near mother dairy shop no.776 4 1 0 72. At kalayanvas Main Gate in East Vinod Nagar, near Sports 1 0 0 Complex & Gurdwara 73. In East Vinod Nagar, near Govt. School 3 0 0 74. At Kalyan puri bus Stand near Shani Sheela Mandir 1 0 0 75. IN Kayakpur Khichripur, In front of Post Office near mahindra 2 3 1 4 wheeler shop 76. In Kayakpur Khchripur,10-9 block dugra Market, Near Talwar 3 0 0 Electronics 77. In Khichripur 2-point (Near Avinash Gautam) Block- 10 2 0 0 78. At Block 10,5,4 Chowk, near SBI & Union Bank ATM, khichripur 2 0 0 79. In Khichripur Village, Block-5 ,near Baba Telecom & T- Camp 4 0 0 80. In Khichripur Village,Block-6, Near Maha Maya Shiv Mandir 2 0 0 81. At Block 7 to 6, Near Juggi Side & SBI ATM 2 0 0 82. In Khichripur Village, Near Metro Building & 1 0 0 83. Backside of Block-8`1 2 0 0 84. At NH-24, 8 Block Service Road 3 0 4 85. At Nh-24 Road Near CNG Petrol Pump 4 1 2 86. AT 8 Block Gali Service road, Near Shiv Telecom 2 0 0 87. AT 7 Block Gali Service road, near Dhobhi ghat 2 0 0 88. At between Block 5 & 6 service Road, Near Agarwal Corner (T- 3 0 0 Point) 89. At between Block 4 & 5 service Road, Near Kali Mandir 3 0 1 90. Near Service Road, Near Gaur Property Dealer, T- Point 3 0 0 91. At 2,3,9 Block, Near Ganga Tent House 4 0 0 92. At Block 10,4,9,3 Khichripur Resident Colony 4 0 0 TOTAL 200 35 27

P.S. NEW ASHOK NAGAR

Sl. Camera Locations Fix PTZ ALPR No. 1. Nagarjuna Appt. Towards Main Road, NAN. 3 1 4 2. Dutta Bhawan NAN 3 0 0 3. B-1 Nala Road 3 1 0 4. Sangal Gali T-Point 1 1 0 5. Sarpanch Chowk 3 1 4 6. Entry Point A -Block 2 0 0 7. Bharti Builder 0 1 0 8. C-Block Masjid Wali Gali 1 0 0 9. C & A Block Crossing Road 4 1 0 10. Kali Bari Mandir Service Road 1 0 0 11. C-Block Mother Dairy 3 1 0 12. T-Point Teksal Road, near Aggarwal Sweets 2 1 4

Page 76 of 133

13. GYM Wali Gali E-Block 3 1 0 14. Fish Market E-Block (Near Nala) 3 1 0 15. Entry To New Ashok Nagar 2 0 0 16. Samrat Appt. Pulia , V. Enclave 2 0 2 17. Mod Appt. V.Enclave 2 1 0 18. Vishal Appt. V.Enclave 3 1 0 19. Somer Villa Road Entry, V.Enclave 2 0 0 20. Palaza Market Vasundhra Enclave Market 4 1 0 21. Dharma Shila Cancer Hospital, Dallupura 4 1 0 22. Hindan Canal Road Dallu Pura 2 0 2 23. Shahid Budh Ram Marg Pulia , Dallupura 3 1 0 24. Shahid Raj Guru Girls College , V. Enclave 2 1 0 25. Noida T-Point 2 0 4 26. City Market Vasundhra Enclave 3 1 0 27. Maharaja Aggrasen Collage, V.Enclave 2 0 0 28. Chilla Sport Complex T-Point V. Enclave 4 1 0 29. Shahid Budh Ram Marg Entry Point 2 1 0 30. Kondli Bridge 2 0 2 31. Red Light Near Chilla Sports Complex 3 1 0 32. Main Market New Kondli (Near Indira Chowk Facing Main 4 1 0 Market) 33. Bal Bharti Public School Red Light , N.Kondli 4 1 0 34. C-Block T-Point Nala Road 3 1 0 35. Near AXIS Bank ATM Facing Towards Kondli Bridge 3 1 0 36. Kali Bari Road T- Point 2 0 0 37. Outside New Ashok Nagar Metro Station on Nala Road 1 1 0 38. Gali No - 6 B-1 2 1 0 39. Nala Road side B & C Block Crossing Road 3 0 0 40. C-Block Masjid Wali Gali 2 1 0 41. A-Block Nala Road 4 0 0 42. C & D Block Crossing Road 4 0 0 43. Sai Mandir 1 1 0 44. DDA market Vasundhra Enclave 2 0 0 45. Shahid Raj Guru Girls College T-Point 1 0 0 46. South Indian Temple Vasundhara Enclave 1 1 0 47. T-Point Kondali 3 1 0 48. Kheda Devta Mandir Dallu Pura 3 1 0 49. Timber Market Corner Dallu Pura 3 0 0 50. T-Point At Canera Bank 3 1 0 51. Govt. Sec. School 2 1 0 52. Pocket D-1 Corner Near Mother Dairy Booth 2 0 0 53. Near New Community Center , Facing Shani Bazar Road 3 1 0 54. Near New Community Center , Facing Mangal Bazar Road 2 0 0 55. Near Police Station New Ashok Nagar , Kondli RD. 2 0 0 56. Near Chhat Pooja Ghat, Vasundhara 2 1 0 57. In Front Of Church B Block 2 0 0 58. Peeple Chowk , Dallupura 3 0 0 59. Durga Chowk , Dallupura 4 1 0 60. Ambedker Park Chowk, Kondli 2 0 0 61. Main Gate Pocket 6, Mix Mig , mv -3 0 1 0 TOTAL 149 37 22

Page 77 of 133

P.S. SHAKARPUR

Sl. Camera Locations Fix PTZ ALPR No. 1. At Pusta road (Nehru enclave flyover) 2 0 0 2. At Yamuna Bank Depot. 1 0 0 3. At Yamuna Bank resident quarter 2 0 0 4. At Pusta road footover bridge (Near Yamuna bank depot) 2 1 4 5. At Vikas Marg (Near reini well bus depo) 2 0 0 6. At Yamuna bridge towards geeta colony 0 1 0 7. At Chungi shakrpur towards laxmi nagar 1 1 0 8. At Nehru enclave towards Pandav Nagar near Railway line 1 0 0 9. At Shiv Mandir school Nehru Enclave 1 0 0 10. At Noida Link road 0 1 0 11. At Laxmi Nagar metro station Vikas marg 2 1 0 12. At Ganesh Kachori Shakarpur 1 0 0 13. At Mother dairy road, Bikaner Sweets 0 1 0 14. At Aggarwal Sweets Ganesh nagar 2 0 0 15. At Mother dairy flyover 2 1 0 16. At Krishna Mandir WA Block, Shakarpur 0 1 0 17. At Mother dairy road under pass 2 0 0 18. At EDMC school Ganesh Nagar extn. 2 1 0 19. AT PSKV School east Shakarpur 2 0 0 20. AT Master chowk block 3 0 0 21. AT Dayanand block 1 0 0 22. At Sunder block 1 0 0 23. At WC Block 1 0 0 24. At Ganesh nagar extn. 2 0 0 25. At Madhuban chowk 2 1 0 26. At Shakarpur main market 1 1 0 27. At wine shop shakarpur 1 0 0 28. At Sanjay park 1 0 0 29. At Upadhaye block 1 0 0 30. At Veer Sawarkar road 2 0 0 31. At Vikas Marg Akshar Dham 0 1 0 32. At Mother dairy school block 1 0 0 TOTAL 42 12 4

P.S. PATPARGANJ INDUSTRIAL AERA

Sl. Camera Locations Fix PTZ ALPR No. 1. Infront Of EDM Mall 3 1 4 2. At Entry Towards Sabji Mandi 3 1 2 3. At Warehouse 2 0 0 4. Cut Towards Hasanpur (Below Bridge ) 3 1 0 5. At Khada devta Chowk, Ghazipur Village 3 0 0 6. Infront Of Kalka Niketan School 4 2 0 (Below foot Over bridge) 7. Gate Of DDA Market 3 0 0 8. T Point Near Highway Apartments 2 0 0 9. Near Mother Dairy (Behind DDA market) 4 0 0 10. At T Point Towards Sabji Mandi 2 0 0 11. At Phul Mandi Gate 1 1 0

Page 78 of 133

12. At Sabji Mandi Gate No. 1 2 1 0 13. At Sabji Mandi Gate No. 2 0 1 0 TOTAL 32 8 6

P.S. LAXMI NAGAR

Sl. Camera Locations Fix PTZ ALPR No. 1. AT Maharaja Banquet hall 1 0 0 2. At RSKV govt. School west Angand nagar 1 0 0 3. AT Gurudwara road West Angand nagar 1 0 0 4. At Railway Dharamshala 1 1 0 5. At T-point WGA nagar 2 1 0 6. At Mukand hospital 1 1 0 7. At nala road to Mangal bazar 1 1 0 8. At JK Mittal house 1 0 0 9. At SBI Bank Mangal bazar 2 0 0 10. At Vikas Marg near Valiya Nursing Jome 1 0 0 11. At Heera Sweets 1 0 0 12. At Nathu Sweets 1 0 0 13. At Vijay chowk red light 3 1 0 14. At Shiv Mandir Vikas marg 1 0 0 15. At Pusta road near Galanee Hotel 1 1 0 16. At Ek Minar Maszid 1 0 0 17. At Lalita park CR road 1 0 0 18. At Lalita park church 1 0 0 19. At Metro station Laxmi nagar subway 2 0 0 20. At main road J&K block 1 0 0 21. At Bangali School j&k Block 1 0 0 22. At Vinay sweets 1 0 0 23. At Naryan nagar Lalita park 1 0 0 24. At Pusta road Ramesh park community Center 1 0 0 25. At Anarwali Masjid 1 0 0 26. At Govt. school Kishan Ganj 1 0 0 27. At Ramesh Park 1 0 0 28. At Krishna park 1 0 0 29. At Jagat ram park 1 0 0 30. At GRD nagar 1 0 0 31. At Gagan hotel 1 0 0 32. At Gyan Kunj 1 0 0 33. At Lovely Public school 2 0 0 34. At Grover Nursing home 1 0 0 35. At Kundan nagar crossing 1 0 0 36. At Bank Enclave 1 0 0 37. At Lakshmi Naryan mandir 1 0 0 38. At SDM office 1 0 0 39. At DDA ground 1 0 0 40. At SDM Office Flyover 1 0 0 TOTAL 46 6 0

SHAHDARA DISTRICT

Page 79 of 133

P.S. KRISHNA NAGAR

Sl. No. Camera Locations Fix PTZ ALPR 1. At Maharana Pratap Marg Near Police station corner 2 1 0 2. At Maharana Pratap Marg Near Mother Dairy 2 1 0 3. At Maharana Pratap Marg Corner 2 1 0 4. At Maharana Pratap Marg Near Gali Towards Raghupura Road 2 1 0 5. At T Point Towards Chowki road 3 1 1 6. At Chowk Near Gali No. 1, Kaushikpuri Chowki Road 4 0 0 7. Infront Of Gali No. 4, Kaushikpuri 1 1 0 8. Infront Of Gali No. 2, Old Seelampur 1 0 0 9. Near Police Post, Gali No 6 3 0 0 10. Infront Of Gali No. 7 1 0 0 11. Infront Of Gali No. 4, Old Seelam Pur 1 1 0 12. Infront Of Gali No. 19, New Shanti Colony 2 0 0 13. T Point At Nala Road (Near Old Shiv mandir) 6 1 0 14. At Adarsh Nehru School Gate 4 0 0 15. At Gali No 1 Towards Pandit Park residential area 2 1 0 16. At Gali No 2 Towards Pandit Park residential area 2 0 0 17. At Gali No 3 Towards Pandit Park residential area 2 1 0 18. At Raghupura Road Near Chacha Builder 1 0 0 19. At T Point Towards Krishna Nagar Police station 2 0 0 20. Chowk Infront Of Temple Towards Krishna Nagar Police station 4 0 0 21. Near Park Corner Towards Krishna Nagar Police station 2 0 0 22. At T Point On Nala Road Infront Of Mandi (Near BSES) 3 1 0 23. At Nala Road Near Railway Line 4 0 0 24. At Corner Of Nala Road 2 0 0 25. At Mandi Road Corner Near BSES 3 1 0 26. Infront Of Khadh Deptt. Gate 2 1 0 27. Near Shankar Nagar Community Centre 2 0 0 28. Infront Of DJB Office 2 1 0 29. Infront Of Gov. Hospital gate , Nala Road 2 1 0 30. Nala Road T Point, Infront Of Gali No. 8 6 2 2 31. Nala Road Infront Of Gali No. 3 4 0 0 32. Turn To Nala Road 4 2 2 33. Turn To Kanti Nagar Extension 1 1 1 34. Near Sunehri Masjid, kanti Nagar Extension 1 1 0 35. Central Park D Block Gate No. 1 2 1 0 36. Central Park D Block Gate No. 2 2 1 0 37. Central Park D Block Gate No. 3, infront of 2 0 0 Punjab & Sind Bank 38. Chowk Infront Of Raja Chat Bhandar 4 1 0 39. At turn Towards F Block Gurudwara 3 1 0 40. At Chowk near Gurudwara Corner 3 1 0 41. Infront Of Gurudwara Gate 1 1 0 42. Near Gurudwara Gate(Back Side) 2 0 0 43. At Geeta Co- Educational School 2 1 0 44. In Front Of Gali No. 5 2 0 0 45. Near ICICI Atm gali No. 4 2 0 0 46. Infront Of Pimpleshwar Temple 2 1 0 47. Infront Of DAV Public School 2 0 0 48. Infront Of Mother's Pride School 1 1 0

Page 80 of 133

49. At Chinta Poorni temple 4 1 0 50. Infront Of Balaji Dairy 4 1 0 51. At Gotewala mandir Road (Infront Of Radhey Properties) 3 0 0 52. At Gotewala mandir Road (Infront Of Evergreen school) 2 1 0 53. At Gotewala mandir Road (Infront Of Community Centre) 2 1 0 54. At Gotewala mandir Road T Point Towards main road 3 0 0 TOTAL 133 34 6

P.S. JAGATPURI

Sl. No. Camera Locations Fix PTZ ALPR 1. At Gagan vihar near DAV school 3 1 2 2. At Tikona park near new brijesh brijwasi mishtan bhandar 2 0 0 3. At Tikona park near anil sanitary pvt. ltd. 0 1 0 4. At TRJ T-point near dj studio 4 1 4 5. At Karkari road near tripati stone hospital 2 1 0 6. At Dr. B.R. Ambedkar gate, jagat puri 2 1 0 7. At Jagat puri red light 2 1 4 8. At Arjun nagar t-point 2 1 0 9. At PNB bank radhey pur extn. 1 0 0 10. At Vijay chowk near tansen sangeet Mahavidyalaya 2 1 3 11. At Sethi building Ram Nagar Anadpur trust 1 1 0 12. At Ram Nagar mod near Punjabi juti shop 2 1 0 13. At Balaji chowk 3 1 2 14. At Sai Baba Mandir Chandan Nagar 2 1 0 15. At Shiv puri t-point near hotel Golden Petal 2 1 2 16. At Labour chowk Shiv puri 2 1 2 17. At Gurdwara Rasid Market T-point 1 1 0 18. At Khuraji t-point parwana road to PPG 1 1 0 19. At Maaki Masjid Parwana road 2 1 0 20. At Rasid market chowk 3 1 2 21. At Mother dairy Baldev park T-point 2 1 2 22. At Som Bazar chowk 3 1 3 23. At Chandhu Park Som bazar road 0 1 0 24. At som bazar road T-point near prem sweets 2 1 2 25. At Balmiki chowk Hanuman mandir 2 1 0 26. At Peer wali gali veer bazar road 2 1 2 27. At jain mandir arjun nagar 2 1 0 28. At 40 foota road 2 1 2 29. At Krishna dairy khanna wali gali chowk 2 1 0 30. At Parvana road baldev park chowk 2 1 0 31. At Radhey park shayam near muthoot fianance 2 0 0 32. At Khuraji red light 2 1 2 Total 62 29 34

NORTH-EAST DISTRICT P.S. GOKALPURI

SI. No. Camera Locations Fixed PTZ ANPR 1. Ganga Vihar Chock Near Kuredan 4 1 0 2. Gokalpuri Police Booth 4 1 0 3. Tyre Market near Police Station 5 1 0 4. Secondry School mian Wazirabad road 3 1 4

Page 81 of 133

5. Ganga Vihar E Block Market 4 1 0 6. Bhagirathi Vihar Pal Chock 6 0 0 7. Gali No. 5 in front of Parking, Bhagirathi Vihar 3 1 0 8. Gokalpur Gaon Kuan Chock 4 1 0 9. Above Gokalpuri Flyover 4 2 8 10. Metro Pillor NO-11Gokalpur Gaon 5 1 0 11. Lakhan Chock Bhagirathi Vihar 4 1 0 12. MCD School Gali No. 6 Bhagirathi Vihar 4 1 0 13. Chand Bagh Pulia E-Block 4 0 0 14. E & F Block, 25 Ft. Road, Gali No. 5 3 0 0 15. Brijpuri 33 Ft. Road Mustafabad 4 1 0 16. Tirpal Factory Mustafabad 4 1 0 17. Service Road flyover side old Police Station 3 1 0 18. Gokalpuri Main Market near SBI Bank 4 1 0 19. Gokalpuri A to D Block 4 0 0 20. F-Block Ganga Vihar T-point near pipe line 3 0 0 21. A-Block Ganga Vihar Gali No.1 3 1 0 22. Gokalpur Market main Chowk 5 1 0 23. Infront of Tall Tax near Johri Pur pulia 3 0 0 24. H-Block Ganga Vihar Pulia 6 1 0 25. Ganga Vihar Gali No. 12 Chawk cut of 40 Ft. Road 4 1 0 26. Nala Road Bhagirathi Vihar 4 0 0 27. BSES Office Wazirabad Road 4 1 0 28. Shiv Mandir Chaman park 3 0 0 29. MCD School C-Block Gokalpuri 4 0 0 30. Ganga Vihar E-Block Pulia 5 0 0 31. Ganga Vihar Nala Road 3 0 0 32. Ganga Vihar H-Block 5 0 0 Total 128 21 12

P.S. KHAJURI KHAS

SI. No. Camera Locations Fixed PTZ ANPR 1. In front of old Police Station Location 4 0 0 2. Near Ram Leela Ground 6 1 0 3. Rajeev Vihar Pulia Dhalan 6 1 2 4. Chand Bagh Pulia 3 0 0 5. Back Gate Water Plant 2 1 0 6. 20 Ft. West Karawal Nagar 4 1 0 7. Tukmir Pur Road, David School 4 0 0 8. Tukmir Pur Road Zile ki kothi 3 0 0 9. C & D Block Nala Road 3 0 0 10. Gyani Market 4 0 0 11. Satish Kaushik Chowk 5 1 0 12. F-Block Geetanjali School 4 0 0 13. E & F Block SB School 4 0 0 14. Rush Point in between Khajuri Khas Chowk and old Police Station cut. 6 0 0 15. PTS Wazirabad jungle Gate 100 Meter ahead 4 0 0 16. Infront of Jal Board near Signature Bridge 6 0 0 17. Infront of Wine Shoap under Khajuri flyover 4 1 0 Total 72 6 2

P.S. KARAWAL NAGAR

Page 82 of 133

SI. No. Camera Locations Fixed PTZ ANPR 1. PMC Factory road Mukund Vihar Chowk 3 1 0 2. Govt. Sr. secondary school Mukund Vihar new Shivapur 3 1 0 3. Khadde Wala School Mukund Vihar 2 1 0 4. Alok Punj Secondary School 2 1 0 5. PNB Bank Mukund Vihar T- Point 3 0 0 6. Lal Bagh Mandi Road PS Karawal Nagar T-Point 3 0 0 7. Lal Bagh Pulia near Samshan Ghat 2 1 0 8. MCD Toll Tax Khajuri Pusta Road 0 0 4 9. Karawal Nagar Chowk near murali wala sweets 0 0 4 10. Johripur road chest Clinic 2 1 0 11. Amar Vihar Gali No.1, T-Point 3 0 0 12. Shiv Vhar T-Point 2 1 0 13. Johripur Extension Jagdamba Colony Pulia 2 1 0 14. Hanuman Mandir 3 0 0 15. Shiv Vihar Pulia Towards Samshan Ghat Near Ganda Nala 2 1 0 16. Shiv Vihar Pulia Gali No.16 Service road Near Ganda Nala 3 1 0 17. Pulia 25 foota road Phase-7 Shiv Vihar 3 0 0 18. Ambedkar Gali Near Shani Bazar Chowk 4 1 0 19. Sarvodhya Dharam Kanta Loni road 2 0 0 20. Loni road Jawahar Nagar ( Near Bhushan Factory) Near wine 3 0 0 shop 21. Loni road Ambedkar Gali Jawahar nagar Picket 3 0 0 22. Indrapuri chowk toll tax 2 1 0 23. Ambika Vihar Kali Mata Mandir 2 0 0 Total 54 12 8

Page 83 of 133

CHAPTER – 4

TECHNICAL SPECIFICATIONS OF CCTV CAMERAS SYSTEM PROPOSED TO INSTAL AT 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI

(1) 2.4 MEGA PIXEL FIXED CAMERA S. No Specifications Description 1 Image sensor 1/2.8" Progressive scan CMOS sensor with WDR - P-iRIS Lens 2 Resolution 2.4MP or Better; 2048 X 1536 3 Lens 9-22 mm varifocal motorized 4 Minimum Illumination Colour - 0.008 Lux , Black & White- 0.0025 Lux 5 IR Illumination Adaptive 30mtr range IR illuminator 6 Signal to Noise Ratio >60dB 7 Compression Dual H.264 compression standards. 8 Wide Dynamic Range 130db or more 9 Day/Night Camera Auto day/night configuration. 10 Frame per Second Min 20 FPS or better 11 Stream Configuration Independently configurable primary and secondary streams plus service stream 12 Shutter speed 1/20,000 sec (or faster) to 2 sec 13 Tamper detection ON/OFF 14 Analytics Abandoned Object, Adaptive Motion Detection, Camera Sabotage, Directional Motion, Loitering Detection, Object Counting, Object Removal, Stopped Vehicle. 15 Bit rate 64Kbps to 8Mbps. Camera should able to give stream in both CBR and VBR 16 Streaming Camera should support uncast and multicast streams. 17 Anti-Blooming Yes 18 Text superimposing Super imposing the title and date & time on the video. 19 Alarm One alarm input & output. 20 Audio Bidirectional: full or half duplex 21 Edge Storage With 128 GB SD Card. 22 Ethernet, Network protocols RJ-45 connector for 100Base-TXAuto MDI/MDI-X, TCP/IP, UDP/IP (Unicast, Multicast IGMP),UPnP, DNS, DHCP, RTP, RTSP, NTP, IPv4, IPv6, SNMP v2c/v3, QoS, HTTP, HTTPS, SSH, SSL, SMTP, FTP, ARP, ICMP, and 802.1x (EAP),NTCIP 1205 23 Discovery interface OEM interface to detect the cameras automatically and configure network settings. 24 Power requirement Power over Ethernet (PoE), IEEE 802.3af, 24 VAC, 12 VDC 25 Power Consumption Below 9 W 26 Environmental Protection Ingress for Water & Dust - IP66 or higher & Tye 4x 27 Vandal Proof Certification IK10 or higher 28 Privacy Mask 16 29 Operating Temperature 0 C to 55 C Degrees. 30 Operating Humidity 5 to 95% RH non-condensing. 31 Regulatory Approvals • CE,FCC,UL/cUL,BIS • ONVIF Profile S and Profile G conformant

Page 84 of 133

(2) OUTDOOR PTZ CAMERA (4MP) S.No Specifications Description 1 Image sensor 1/2.5-inch Exmor R CMOS 2 Resolution 3840 x 2160 or 4 MP or Better 3 Frame per Second Min 20 FPS or better 4 Dynamic Range upto 72 dB 5 Signal to Noise Ratio >45 dB 6 Minimum Illumination Color 0.3lux ; Mono 0.2 lux 7 IR Illumination 150 Meter or better 8 Lens 4.4 mm (wide) ~ 88.4 mm (tele) 9 Optical Zoom 20X 10 Digital Zoom 12x 11 Horizontal Angle of View 70.2° (wide) ~ 4.1° (tele) 12 Iris Control Auto iris with manual override 13 Back Light Compensation Yes 14 Electronic Image Stabilization Yes 15 Active Noise Filtering 3D Nose Filtering 16 Presets 256preset 17 Tours 16 18 Window Blanks 16 19 Pattern 4 20 Preset Accuracy ±0.1° 21 Pan & Tilt Speed Up to 300° per second/Up to 145° per second 22 Vertical Tilt +15° to –90° degrees 23 Video Streams Up to 3 simultaneous streams

24 Audio Line level/external microphone input; 1Vp-p maximum signal level 25 Streaming Embedded Audio TCP/IP, UDP/IP (Unicast, Multicast IGMP), UPnP, DNS, DHCP, RTP, 26 Supported Protocols RTSP, NTP, IPv4, IPv6, SNMP v2c/v3, QoS, HTTP, HTTPS, SSH, SSL, SMTP, FTP, and 802.1x (EAP) 27 Local Storage with 500GB storage card. Provisioning of 2 TB Storage. 28 Analytics Motion Detection and Camera Sabotage 29 Pan Movement 360° continuous pan rotation 30 Alarms 2 X inputs and 2 X relay output 31 Input Power 802.3bt,24 VAC and 48 VDC *Current Capacity 4A *Meets NEMA Type 4X/IP66 Standards for Weatherproof Enclosure 32 Power Supply *CE & UL/cUL Listed * It Should be same make of as Camera OEM to ensure faultless operation 33 Operating Humidity 0 to 90% RH (condensing) Ingress for Water & Dust - IP66 or higher & 34 Environmental Protection Type 4X environmental protection. 35 Certificates CE & FCC & UL & cUL & BIS 36 ONVIF Compliant ONVIF Profile S and Profile G conformant 37 Operating Temperature minus 40 to 60 Deg C

Page 85 of 133

(3) ANPR OUTDOOR FIXED BOX CAMERA

S. No Specifications Description 1 Image sensor 1/2.8-inch CMOS or better 2 Resolution 2048 x 1536 or better 3 Lens 15-50 mm or better 4 Wide Dynamic Range 130dB or better 5 White balance Range 2,000° to 10,000°K 6 Signal to Noise Ratio >60 dB 7 Electronic Shutter Range 2 ~ 1/20,000 sec 8 Minimum Illumination Color (500 ms) 0.005 lux ; Mono (500 ms) 0.001 lux 9 Anti-Bloom Technology Yes Advanced Low-Light 10 Performance Yes 11 Lens Mount CS mount with ABF 12 Auto Iris Type DC Auto IRIS H: 20 °(W)-6 °(T) 13 Field of View V: 15 °(W)-4 °(T) Independently configurable primary and 14 Video Streams secondary streams plus service stream 2048x1536,1984x1488,1600x1200,1280x960,800x600,704x480, 15 Available resolution 640x480, 320x240 16 Frame rates 60,30, 25, 15, 12.5, 10, 5, 1 17 Bit rate control CBR , CVBR 18 Window Blanking 16 Bidirectional: full or half duplex Line level/external microphone input 19 Audio built-in microphone G.711 PCM 8 bit, 8 kHz mono at 64 kbit/s TCP/IP, UDP/IP (Unicast, Multicast IGMP), UPnP, DNS, DHCP, RTP, 20 Supported Protocols RTSP, NTP, IPv4, IPv6, SNMP v2c/v3, QoS, HTTP, HTTPS, SSH, SSL, SMTP, FTP, ARP, ICMP, and 802.1x (EAP), NTCIP 1205 RJ-45 connector for 100Base-TX 21 Network Port Auto MDI/MDI-X 22 Power Input PoE (IEEE 802.3af, Class 3), 24 VAC ±10%, 12 VDC ±10% 23 Power Consumption Up to 12W nominal 24 Local Storage Micro SD, SDHC upto 128 GB 25 Alarm Input and output 1 X input , 1 X output 26 Construction Aluminum 27 Operating Temperature 0° to 55°C 28 Operating Humidity 5 to 95%, RH non-condensing Abandoned Object, Intrusion Detection, Adaptive Motion Detection, 29 Edge Analytics Wrong Direction, Camera Sabotage, Directional Motion, Loitering Detection, Object Counting, Object Removal, Stopped Vehicle. 30 ONVIF Compliant ONVIF Profile S, G & Q Conformant 31 Certification CE, FCC, UL , ROHS, CUL, BIS *Meets IP66 and Type 4X Standards *IK10 Mechanical Impact Resistance, Vandal Resistant *CE,FCC,UL/CUL 32 Housing *Inbuilt 110 VAC to 230 VAC power Supply *Die Cast Construction *Heater & FAN

Page 86 of 133

(4) IR ILLUMINATOR S.No Specification Description 1 Wavelength 850 nm 2 Optics Surface mount technology LED’s 3 Technology Hot Spot Reduction 4 Distance upto 65 Mtr (10° x 10°) 5 Angle of Illumination 10, 35, 60, 80, 120 degrees(Interchangeable) 6 Integrated Power Supply 12 VDC or 24 VAC 7 Construction Aluminum body, stainless steel bracket, polycarbonate cover 8 Maximum Consumption 12W 9 Certifications CE, FCC,UL/cUL, IP66 10 IR Illumination To Ensure flawless perfomance, it should be same Camera OEM.

(5) 3 MEGA PIXEL FIXED CAMERA FOR DRIVER IMAGE

S.No Specification Description 1 Image sensor 1/2.8" Progressive scan CMOS sensor with WDR, P-iRIS Lens 2 Resolution 2048 X 1536 or better 3 Lens 9-22 mm varifocal motorized 4 Minimum Illumination Colour - 0.008 Lux , Black & White- 0.0025 Lux 5 IR Illumination Adaptive 30mtr range IR illuminator 6 Signal to Noise Ratio >60dB 7 Compression Dual H.264 compression standards. 8 Wide Dynamic Range 130db or more 9 Day/Night Camera Auto day/night configuration. 10 Frame per Second Min 20 FPS or better 11 Stream Configuration Independently configurable primary and secondary streams plus service stream 12 Shutter speed 1/20,000 sec (or faster) to 2 sec 13 Tamper detection ON/OFF 14 Analytics Abandoned Object, Adaptive Motion Detection, Camera Sabotage, Directional Motion, Loitering Detection, Object Counting, Object Removal, Stopped Vehicle. 15 Bit rate 64Kbps to 8Mbps. Camera should able to give stream in both CBR and VBR 16 Streaming Camera should support uncast and multicast streams. 17 Anti-Blooming Yes 18 Text superimposing Super imposing the title and date & time on the video. 19 Alarm One alarm input & output. 20 Audio Bidirectional: full or half duplex 21 Edge Storage With 128 GB SD Card. 22 Ethernet, Network protocols RJ-45 connector for 100Base-TX Auto MDI/MDI-X,TCP/IP, UDP/IP (Unicast, Multicast IGMP),UPnP, DNS, DHCP, RTP, RTSP, NTP, IPv4, IPv6, SNMP v2c/v3, QoS, HTTP, HTTPS, SSH, SSL, SMTP, FTP, ARP, ICMP, and 802.1x (EAP), NTCIP 1205 23 Discovery interface OEM interface to detect the cameras automatically and configure network settings. 24 Power requirement Power over Ethernet (PoE), IEEE 802.3af, 24 VAC, 12 VDC 25 Power Consumption Below 9 W 26 Environmental Protection Ingress for Water & Dust - IP66 or higher & Tye 4x 27 Vandal Proof Certification IK10 or higher

Page 87 of 133

28 Privacy Mask 16 29 Operating Temperature 0 C to 55 C Degrees. 30 Operating Humidity 5 to 95% RH non-condensing. 31 Regulatory Approvals • CE,FCC,UL/cUL,BIS • ONVIF Profile S and Profile G conformant

(6) 5 KVA ONLINE UPS SYSTEM S.No PARAMETERS Description 1 CAPACITY 5KVA/4.5 [email protected] P.F 5KVA RACK MOUNTABLE DOUBLE CONVERSION TRUE ONLINE UPS 2 TECHNOLOGY WITH INSULATED GATE BI-POLAR TRANSISTOR(IGBT) TECHNOLOGY BASED RECTIFIER & INVERTER BOTH. UPS MUST CREST FACTOR 3:1 3 FORM FACTOR 3U 4 AC INPUT VOLTAGE RANGE 160-285 V , SINGLE PHASE UPS( WIDE VOLTAGE RANGE REQUIRED) UPS EFFICIENCY AT FULL 5 MIN 91% OR MORE LOAD 6 INPUT FREQUENCY RANGE 40-70HZ (AUTO SENSING) 7 AC OUTPUT VOLTAGE CONFIGURABLE FOR 220:230:240 V 8 OUTPUT FREQUENCY 50Hz ± 0.01% 9 WAVE FORM PURE SINE WAVE (OUTPUT) INPUT OVER VOLTAGE PROTECTION, INPUT UNDER VOLTAGE PROTECTION, OVER VOLTAGE CUT OFF. SHORT CIRCUIT PROTECTION, 10 PROTECTION OVER TEMPERATURE, LOW BATTRY & BATTERY OVER CHARGE PROTECTION SHOULD BE PROVIDED. BUILT IN BYPASS SWITCH MUST. 11 SURGE ENERGY RATING MIN 450 JOULES UPS MONITORING SOFTWARE WITH AUTO SHUTDOWN SHOULD BE 12 SOFTWARE GIVEN IN OEM CD 125% 1 Minute 30 Second > 150% to 175% 25 line cycles, > 175% 5 line 13 OVERLOAD CAPACITY cycle 14 HARMONIE DISTORTION LESS THEN 3% 15 CREST FACTOR 3:1 INDICATIONS & AUDIBLE MAINS ON, INVERTER ON, OVERLOAD, LOAD ON MAINS, LOAD ON 16 ALARMS BATTERY, BATTERY LOW ETC. LCD DISPLAY FOR MEASUREMENT OF AC VOLTAGE, BATTERY 17 DIGITAL METERING VOLTAGE, BATTERY CURRENT, LOAD CURRENT, OUTPUT FREQUENCY ETC. BATTERY BACKUP OF 60 MIN USING 12V SMF OR FLOODED BATTERY COMPATIBILITY. VAH SHOULD BE MINIMUM 4992 VAH. BATTERY AH 18 BATTERY BACK-UP TO BE MENTIONED ALONG. (FIRMS WILL BE BLACKLISTED FOR SUPPLING TRACTOR BATTERIES OR LOCAL STICKERED BATTERY) INBUILT CHARGER SHOULD BE MIN 6.5AMPS OR GREATER . CHARGER 19 IN-BUILT CHARGER AMPS TO BE MENTIONED EXTERNAL CHARGER WILL NOT BE ACCEPTED. BATTERY MAKE:EXIDE/ROCKET/QUANTA, WITH WARRANTY CERTIFICATE FROM OEM SUITABLE RACKS & LINK CABLES HAS TO BE 20 BATTERY MAKE SUPPLIED ALONG. ( FIRMS WILL BE BLACKLISTED FOR SUPPLING TRACTOR BATTERIES) 21 ENVIRONMENTAL OPERATING TEMPERATURE : 0-40C, NOISE LEVEL< 55DB 22 OTHER DETAILS IEC 320 STANDARDS CABLE TO BE USED 23 CERTIFICATION BIS CERTIFICATION & PRODUCT MANUAL IS MUST . TO BE ATTACHED

Page 88 of 133

WITH TENDER DOCUMENTS. ISO 9001, ISO 14001, OHSAS 18001 CERTIFIED AND CERTIFICATE OF ROHS COMPLIANCE PRODUCT USER MANUAL TO BE SUBMITTED ALONG WITH TECHNICAL BID. THE SAME IS INHERENTLY REQUIRED TO EVALUATE TECHNICAL SPECIFICATION. THE USER MANUAL SHOULD BE EASILY ACCESSABLE IN OEM WEBSITE

(7) DOUBLE DOOR POWER DISTRIBUTION BOARD S No. Specifications Description Double door Power Distribution Board with 1 No. of 63A SPN MCB & 1 Distribution Board 16 Nos. of 6A SPN MCBs

(8) WEATHERPROOF JUNCTION BOX S.No Specifications Description 1 Make Make & Model 2 Size Cabinet dimension 400 ( W) x 400 (D) x 8U in mm 3 Cert Confirms DIN 41494, EIA 310D Outdoor cabinet shall be made out of HDG OR CRCA IS: 513 Grade 4 Thickness Steel and Welded construction of 1.5 mm thickness. 5 Protection Construction should be IP 55 with Roof Canopy 6 Construction Single skin construction. 7 Quality Front door steel with three point lock 8 Angle Depth with recesible 19” angles 9 Support Provided for equipment mounting. 10 Sturdiness Vandal proof design. 11 Finishing Finish: - 80-100 micron Nano ceramic power coating Air inlet provision with external IP Hood & Filter media shall be of 12 Air Inlet “Synthetic non-woven” With an efficiency of 80% to 90% down to 20microns particle size. 13 Efficiency Filter arrangement shall be provided on the door. 14 Fans Four 90 cfm, 230 VAC fans provided on top cover for hot air exhaust. · 1U PDU Horizontal Power distribution unit with 6 nos. of 5 Amp 15 Power Distribution sockets with 16 Amp MCB & 3Mtr main cord. 16 ISO ISO 9001-2000, ISO 14001-2004 Certification Compliance with ROHS standards (Restriction of Hazardous 17 Standards Substances).

(9) INDUSTRIAL GRADE EDGE SWITCH WITH PORT DENSITY 8X1G BASE-T POE + AND 4 X 1G BASE-X PORTS. S. No Specification Description 1 Port Density 8x1G Base-T PoE+ and 4x1G Base-X Ports 2 PoE Support Should support PoE+ with PoE budget of 240w 3 Switching Capacity Should support switching fabric of 24Gbps or more 4 Forwarding rate Should support min forwarding rate of 17 Mpps Should support Loop protection & loop detection Should support 9KB jumbo packets Hardware redundancy & 5 Should support Unidirectional Link Detection (UDLD) or equivalent to Resiliency detect unidirectional links caused by incorrect fibre optic wiring or port faults and disable on fibre optics interfaces

Page 89 of 133

Should support ITU-T G.8032 for sub 50ms ring protection/Equivalent Support 802.1D, 802.1S, 802.1w, Rate limiting Support 802.1X Security standards 6 Layer 2 Features Support 802.1Q VLAN encapsulation, IGMP v1,v2 and v3 snooping, MLD snooping,4096 active VLANs Support IGMP Snooping and IGMP Querying, STP, RSTP, MSTP Should support Static routing, shall be scalable to support following features: 1) RIP for IPv4 and RIPng for IPv6 7 Layer 3 Features 2) OSPFv2 for IPv4 & OSPFv3 for IPv6 3) BGP for IPv4 & IPv6 4) PIM for IPv4 SM, DM and SSM, PIMv6-SM, IEEE 802.3az 5) VRRP for IPv4 & VRRPv3 for IPv6 Should Support 802.1Q Tagged VLAN, port based VLANs and Private VLAN 8 VLAN Should Support IEEE 802.1v VLAN classification by protocol and port Should Support IEEE 802.1ad Provider bridges (VLAN stacking, Q-in-Q) Should Support VLAN trunking or equivalent, IEEE802.1ac Switch needs to have a console port for management Must have support SNMP V1, V2 and V3 Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration 9 Management management through CLI, GUI based software utility or using web interface, USB interface for configuration backup Support SNMPv6, Telnetv6 and SSHv6, DHCPv6 relay, DHCPv6 client, Support SDN Open Flow v1.3 from day 1 Should support ACLs Support DHCP snooping, IP source guard and Dynamic ARP Inspection 10 Security (DAI), Support Tri-authentication: MAC-based, web-based and IEEE 802.1x,Support DHCPv4 (server, relay and client Supports flow, Port mirroring, RSPAN EN 50022, EN 60715, EN55024, EN61000-4-3, EN61000-4-5, EN55032 Electrical/Mechanical 11 Class A, EN60068-2-27; EN60068-2-31, NEMA TS2, EN/IEC/UL 60950-1, Approvals IP 30 rating Operating Temperature: -10 to 75C with installation inside a sealed 12 Environment enclosure Should be DC powered and supplied with required AC/DC power adapter 1 Gigabit SFP Modules LC SMF, 10KM Distance, 1310 nm wavelength, 13 SFP Modules operating temperature: 0°C to 70°C. For Seamless Integration and Interoperability all the switches and SFP 14 Seamless Integration Modules should be from the same make.

(10) NETWORK MANAGEMENT SOFTWARE (NMS) S.No Specifications 1 Intuitive single-pane-of-glass interface 2 Centralized network and device management 3 Simplified VLAN creation and management 4 Should support for automated services include firmware upgrades, backup, recovery and provisioning. 5 Should support for automatically-created device topology maps 6 Should support for SNMP plugin for broad device/3rd party device support 7 Auto-discover and manage a wide range of devices with the Simple Network Management Protocol

Page 90 of 133

(SNMP) 8 Should support for real-time monitoring and measurement of network status and performance 9 Real-time traffic monitoring across all links Support to monitoring and managing all the network elements with respect to their operational status 10 and performance Should support for network monitoring with automated notifications and alerts for pro-active 11 management. 12 Provide failure alarm information 13 Provide network availability on a real-time basis 14 Provide network utilization on a real-time basis Should provide report on network availability, utilization and performance on demand and periodically 15 based HIGH END SERVER 1 Intel® or Equivalent 8 Core™ E5-26xx V4 @ 2.4 GHz or better, 8MB internal cache or better 2 32 GB DDR3 or better/server should be of latest generation 3 1 TB SAS @ 7200 RPM or better 4 Integrated SATA CONTROLLER 5 16x DVD+ RW Drive with dual layer 6 Minimum 104 keys Standard with Palm Rest 7 USB Laser Scroll Mouse with Mouse Pad 8 NVIDIA® QUADRO K620 2-GB Graphic card or better HDMI/DP Port 9 2 Serial; keyboard; mouse; 4 USB. Video Output - RGB and HDMI Support 10/100 Base -TX Redundant LAN Interface

10 Dual integrated 10/100/1000 Mbps Ethernet 11 21.5"/22”/23” with LED monitor; 1920 x 1080p Full HD resolution; full display; Aspect Ratio 16:9; Contrast Ratio: 1000:1; Color Support - 16.7 mill colors; Video Input - RGB, and HDMI Support; Power Supply - AC 100 to 240V~ (+/- 10%), 50/60 MHz; Operating Temperature - 0 to 50 deg; Suitable for 24 x 7 operations 12 Microsoft Windows 2017 13 Antivirus program defender required 14 SMPS Redundancy required

(11) OUTDOOR CABINET WITH PDU & EXHAUST FANS FOR 5 KVA & 10 KVA UPS WITH BATTERIES (42U RACK)

S.No Specifications Description 1 Make Make & Model 2 Size Cabinet dimension 800 ( W) x 800 (D) x 2000(H) in mm 3 Cert Confirms DIN 41494, EIA 310D Outdoor cabinet shall be made out of HDG OR CRCA IS: 513 Grade 4 Thickness Steel and Welded construction of 1.5 mm thickness. 5 Protection Construction should be IP 55 with Roof Canopy 6 Construction Single skin construction. 7 Quality Front door steel with three point lock 8 Angle Depth with recesible 19” angles 9 Support Provided for equipment mounting. 10 Sturdiness Vandal proof design. 11 Finishing Finish: - 80-100 micron Nano ceramic power coating

Page 91 of 133

Air inlet provision with external IP Hood & Filter media shall be of 12 Air Inlet “Synthetic non-woven” With an efficiency of 80% to 90% down to 20microns particle size. 13 Efficiency Filter arrangement shall be provided on the door. 14 Fans Four 90 cfm, 230 VAC fans provided on top cover for hot air exhaust. · 1U PDU Horizontal Power distribution unit with 6 nos. of 5 Amp 15 Power Distribution sockets with 16 Amp MCB & 3Mtr main cord. Compliance with ROHS standards (Restriction of Hazardous 16 Standards Substances).

(12) 6 PORT LIU WITH SINGLE MODE DUPLEX COUPLER AND PIGTAILS

S.No Specifications Description 1 Fibre Mode Single Mode OFC Pigtails 2 Insertion Loss (in dB) ≤0.2 3 Return Loss (in dB) ≥45dB ( PC ), ≥50dB (UPC), ≥60dB (APC) 4 Temperature (°C) -40~+85 5 Repeatability (dB) ≤0.1 6 Durability (dB) ≤0.2 (1000 mattings) 7 Cable diameter (mm) 0.9mm 8 Ferrule Material Zirconium Ceramic 9 Compliance Complaint with telecordia GR-326-core, TIA/EIA and IEC 10 Environment Should be Environmental stable No. of Ports: 6 Ports Duplex 11 OFC Patch Panel Features Complete with Fibre management kit Coupling options: FC, SC, ST, LC Shall be 2 cutout / 4 Cutout Sliding Type 12 OFC Adaptors 13 Durability (500 Mating) ≤0.2dB 14 Storage Temperature -40°C to +90°C 15 Operating temperature -40°C to +85°C 16 Insertion loss SM: <0.3dB 17 Housing material Plastic

(13) 24 PORT LIU WITH SINGLE MODE DUPLEX COUPLER AND PIGTAILS

S.No Specification Description 1 Fibre Mode Single Mode OFC Pigtails 2 Insertion Loss (in dB) ≤0.2 3 Return Loss (in dB) ≥45dB ( PC ), ≥50dB (UPC), ≥60dB (APC) 4 Temperature (°C) -40~+85 5 Repeatability (dB) ≤0.1 6 Durability (dB) ≤0.2 (1000 mattings) 7 Cable diameter (mm) 0.9mm 8 Ferrule Material Zirconium Ceramic 9 Compliance Complaint with telecordia GR-326-core, TIA/EIA and IEC 10 Environment Should be Environmental stable No. of Ports: 24 Ports 11 OFC Patch Panel Features Duplex Complete with Fibre management kit

Page 92 of 133

Coupling options: FC, SC, ST, LC Shall be 2 cutout / 4 Cutout Sliding Type 12 OFC Adaptors 13 Durability (500 Mating) ≤0.2dB 14 Storage Temperature -40°C to +90°C 15 Operating temperature -40°C to +85°C 16 Insertion loss SM: <0.3dB 17 Housing material Plastic

(14) INDUSTRIAL GRADE DISTRIBUTION SWITCH WITH PORT DENSITY 24X1G BASE-SFP AND 4X1G/10G SFP+ PORTS

S.No Specifications Description 1 Port Density Switch should have minimum 24x 1G (RJ-45) Base-T & 4x1G/10G SFP+ 2 Switching Capacity Should support switching fabric of 128 Gbps or more 3 Forwarding rate Should support min forwarding rate of 95Mpps Two or more Switches in stack should be capable to operate as one logical L3 Virtual switch with synchronization of L3 & L2 protocols for higher availability Switch should be supplied with required stacking cables Hardware redundancy & 4 Should support Unidirectional Link Detection (UDLD) or equivalent to Resiliency detect unidirectional links caused by incorrect fibre optic wiring or port faults and disable on fibre optics interfaces Should support ITU-T G.8032 for sub 50ms ring protection/Equivalent Support 802.1D, 802.1S, 802.1w, Rate limiting Support 802.1X Security standards Support 802.1Q VLAN encapsulation, IGMP v1,v2 and v3 snooping, MLD 5 Layer 2 Features snooping Support up to 4096 VLANs Support IGMP Snooping and IGMP Querying Should support STP, RSTP, MSTP Should support Static routing, shall be scalable to support following features: Support RIP for IPv4 and RIPng for IPv6 6 Layer 3 Features Support OSPFv2 for IPv4 & OSPFv3 for IPv6 Support PIM for IPv4 SM, DM and SSM, PIMv6-SM, IEEE 802.3az Support VRRP for IPv4 & VRRPv3 for IPv6 Support IPV4 & IPV6 dual stack Should Support 802.1Q Tagged VLAN, port based VLANs and Private VLAN Should Support IEEE 802.1v VLAN classification by protocol and port 7 VLAN Should Support IEEE 802.1ad Provider bridges (VLAN stacking, Q-in-Q) Should Support dynamic VLAN Registration or equivalent Should Support VLAN trunking or equivalent Switch needs to have a console port for management via a console terminal or PC, SNMP V1, V2 and V3 Should support 4 groups of RMON Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration 8 Management management through CLI, GUI using web interface, USB interface Support SNMPv6, Telnetv6 and SSHv6, DHCPv6 relay, DHCPv6 client, NTPv6 client and server, Support NTP/SNTP Support SDN open flow v1.3 from day-1 Should support ACLs, VLAN ACL's Support DHCP snooping, IP source guard and Dynamic ARP Inspection 9 Security (DAI), Support MAC address filtering and MAC address lock-down, Support Tri-authentication: MAC-based, web-based and IEEE 802.1x, Support DHCPv4 (server, relay and client

Page 93 of 133

Supports flow, Port mirroring EN 50024, CISPR 32, EN55024, EN55032 Class A Electrical & Mechanical EN61000-3-2, EN61000-3-3, EN61000-4-2 (ESD), EN61000-4-3 (RS) 10 Approvals EN61000-4-4,EN61000-4-5,FCC Part 15B, Class A ICES-003, Class A, VCCI, Class A, EN/IEC/UL 60950-1, IP 30 rating Operating Temperature: -10 to 75C,Should be DC powered and supplied 11 Environment with required AC/DC power adapter 1 Gigabit SFP Modules LC SMF, 10KM Distance, 1310 nm wavelength, 12 SFP Modules operating temperature: 0°C to 70°C. For Seamless Integration and Interoperability all the switches and SFP 13 Seamless Integration Modules should be from the same make.

(15) CORE SWITCH WITH PORT DENSITY 24X1G BASE-SFP/BASE-T AND 4X1G/10G SFP+ PORTS S.No Specifications Description L3 Switch with 24x1G SFP slots equipped 12x1G Base-T Modules and 1 Port Density 12x1G SFP Modules and 4x1G/10G SFP+ Slots 2 Switching Capacity Should support switching fabric of 288 Gbps or more 3 Forwarding rate Should support min forwarding rate of 214 Mpps Two or more Switches in stack should be capable to operate as one logical L3 Virtual switch with synchronization of L3 & L2 protocols for higher availability with stacking bandwidth of min 160Gpbs per switch. Switch should be supplied with required stacking cables Core Switch will be equipped with two core switches in HA mode which should operate as logical one L3 Switch Hardware redundancy & The connected servers or switches should be dual homed to core switches 4 Resiliency using standard LACP for automatic load balancing and high availability Should equipped with internal redundant power supplies Should support Unidirectional Link Detection (UDLD) or equivalent to detect unidirectional links caused by incorrect fibre optic wiring or port faults and disable on fibre optics interfaces Should support ITU-T G.8032 for sub 50ms ring protection/Equivalent with seamless integration with industrial grade switches Support 802.1D, 802.1S, 802.1w, Rate limiting Support 802.1X Security standards Support 802.1Q VLAN encapsulation, IGMP v1,v2 and v3 snooping, MLD 5 Layer 2 Features snooping Support up to 4096 VLANs Support IGMP Snooping and IGMP Querying Should support STP, RSTP, MSTP Should support Static routing, Support RIP for IPv4 and RIPng for IPv6 Support OSPFv2 for IPv4 & OSPFv3 for IPv6 6 Layer 3 Features Support BGP for IPv4 & IPv6 Support PIM for IPv4 SM, DM and SSM, PIMv6-SM, IEEE 802.3az Support VRRP for IPv4 & VRRPv3 for IPv6 Support IPV4 & IPV6 dual stack Should Support 802.1Q Tagged VLAN, port based VLANs and Private VLAN Should Support IEEE 802.1v VLAN classification by protocol and port 7 VLAN Should Support IEEE 802.1ad Provider bridges (VLAN stacking, Q-in-Q) Should Support dynamic VLAN Registration or equivalent Should Support VLAN trunking or equivalent, IEEE802.1ac Switch needs to have a console port for management via a console terminal or PC 8 Management Must have support SNMP V1, V2 and V3 Should support 4 groups of RMON

Page 94 of 133

Should have accessibility using Telnet, SSH, Console access, easier software upgrade through network using TFTP etc. Configuration management through CLI, GUI based software utility or using web interface, USB interface for configuration backup Support SNMPv6, Telnetv6 and SSHv6, DHCPv6 relay, DHCPv6 client, NTPv6 client and server, Support NTP/SNTP Support SDN open flow v1.3 from day-1 Should support ACLs, VLAN ACL's Support DHCP snooping, IP source guard and Dynamic ARP Inspection (DAI), Support MAC address filtering and MAC address lock-down, 9 Security Support Tri-authentication: MAC-based, web-based and IEEE 802.1x, Support DHCPv4 (server, relay and client Supports flow, Port mirroring 10 Environment Operating Temperature- 0-50C 11 SFP Modules 1 Gigabit SFP Modules LC SMF, 10KM Distance, 1310 nm wavelength. For Seamless Integration and Interoperability all the switches and SFP 12 Seamless Integration Modules should be from the same make.

(16) NETWORK STORAGE S. No Specifications Description 1 Processor Intel Xeon E3-1275 v3 2 Operating System Microsoft Windows Server OS (Latest Edition) 3 RAM 32 GB DDR RAM ECC 4 SSD Storage 240 GB upto (16x6)96 TB or better(each box) with minimum 30 days 5 Storage recording. 6 RAID Level RAID 6 7 Video Output 2X Display Port, DVI-D,VGA 1) Display Port: 3840 x 2160 @ 60 Hz 8 Resolution Capability: 2) DVI-D, VGA: 1920 x 1200 @ 60 Hz 9 Standards (1) NTSC 60 Hz (2) PAL 75 Hz 1) Windows OS: Internet Explorer 8.0 (or later) 10 Acceptable Web Browser 2) Mac OS: Firefox 3.5 (or later) a. USB 2.0: 1x Front, 2x Rear 11 USB Ports b. USB 3.0: 2x Rear 12 Interface 2x Gigabit Ethernet (1000Base-T) ports 450 Mbps Recording / 176 Mbps playback (simultaneously), 13 Throughput Downloading:250 Mbps 14 IP version IPv4 and IPv6 15 Power Supply Redundant Power Supply 16 FAN Redundant FANS 17 Operating Temperature 10° to 35°C Operating Relative 18 Humidity 20% to 80% non-condensing

(17) VIDEO MANAGEMENT & RECORDING SERVERS (VMS) S. No. Specification Description 1 Processor Intel Xeon E3-1275 v3/latest generation 2 Operating System Microsoft Windows Server OS (Latest Edition) 3 RAM 32 GB DDR RAM ECC 4 SSD Storage 240 GB 5 HDD 1 TB 6 Video Graphics (For Intel HD Graphics P47400

Page 95 of 133

Management Server) 7 Video Output 2X Display Port, DVI-D, VGA 1) Display Port: 3840 x 2160 @ 60 Hz 8 Resolution Capability: 2) DVI-D, VGA: 1920 x 1200 @ 60 Hz 9 Standards (1) NTSC 60 Hz (2) PAL 75 Hz 1) Windows OS: Internet Explorer 8.0 (or later) 10 Acceptable Web Browser 2) Mac OS: Firefox 3.5 (or later) a. USB 2.0: 1x Front, 2x Rear 11 USB Ports b. USB 3.0: 2x Rear 12 Interface 2x Gigabit Ethernet (1000Base-T) ports 13 IP version IPv4 and IPv6 14 Operating Temperature 10° to 35°C Operating Relative 15 Humidity 20% to 80% non-condensing It shall have hot standby failover at Database, management, 16 Hot Standby Failover storage, recording level.

(18) ALPR SOFTWARE S.No Specifications Description 1 ALPR Engine Type Free-flow, unlimited reading, not trigger required 2 PC average performance 640 x 480 (VGA) 14 ms for image reads 752 x 480 (PAL) 22 ms 1024 x 768 (.75 Mpx) 29 ms 1280 x 960 (1.2 Mpx) 29-33 ms 1980 x 1080 (2.0 Mpx) 30-50 ms 3 License plate image operating capabilities 4 Input image formats BMP24 (Windows bitmap), JPEG, YUY2, RGB (raw), Gray8 (raw) 5 Maximum image size 5.0 MG 6 Minimum character height 14 pixels (recommend 18 pixels 7 Maximum character 70 pixels height 8 Maximum rotation X ± 35° (pitch) 9 Maximum rotation Y (yaw) ± 40° 10 Maximum rotation Z (roll) ± 35° Number of plates per 11 image 8 Maximum Plate number, ASCII or unicode – Country of origin, if grammar constraint is defined – OCR processing time in milliseconds 12 Plate read results – Number of plate lines (1, 2, 3...) – Plate bouding rectangle – Isolated plate image in RGB format Rectangle, squared (2 and 3 lines), dark characters on light 13 Plate Type Supported background, light characters on dark background 14 Vehicle Detection Speed ANPR should detect and capture plates up to 150 MPH/250Kmph. SERVER Intel® or Equivalent 8 Core™ E5-26xx V4 @ 2.4 GHz or better, 8MB 1 Processor internal cache or better 2 Memory 32 GB DDR3 or better/server should be of latest genration 3 Hard Drives 1 TB SAS @ 7200 RPM or better 4 Hard Disk Controller Integrated SATA CONTROLLER

Page 96 of 133

5 Optical Drive 16x DVD+ RW Drive with dual layer 6 Keyboards Minimum 104 keys Standard with Palm Rest 7 Mouse USB Laser Scroll Mouse with Mouse Pad 8 Graphic Card NVIDIA® QUADRO K620 2-GB Graphic card or better HDMI/DP Port 9 Built In I/O Ports 2 Serial; keyboard; mouse; 4 USB. Video Output - RGB and HDMI Support 10/100 Base -TX Redundant LAN Interface 10 Ethernet Dual integrated 10/100/1000 Mbps Ethernet 11 21.5"/22”/23” with LED monitor; 1920 x 1080p Full HD resolution; full display; Aspect Ratio 16:9; Contrast Ratio: 1000:1; Color Support - 16.7 mill colors; Video Input - RGB, and HDMI Support; Power Supply - AC 100 to 240V~ (+/- 10%), 50/60 MHz; Operating Monitor Temperature - 0 to 50 deg; Suitable for 24 x 7 operations 12 Operating system Microsoft Windows 2008 13 Antivirus program Required 14 SMPS Redundancy Required

(19) CLIENT WORKSTATION & DECODER S. No Specifications Description 1 Processor Intel® Xeon® E3-1275 v3 2 Operating System Microsoft® Windows® 7 (64-bit) or 10 (64-bit) / latest edition 3 RAM 8 GB DDR3 Non-ECC 4 SSD Storage 120 GB 5 Optical Drive DVD ± RW 6 Graphics Intel HD Graphics P4700, supports optional upgrade 7 Memory Shared, 1 GB 8 Outputs (1) 2x Display Port (2) DVI-D (3) VGA (4) Supports up to 6 outputs 9 Resolution Capability 1) Display Port: 3840 x 2160 @ 60 Hz 2) DVI-D, VGA: 1920 x 1200 @ 60 Hz 10 1) Windows OS: Internet Explorer 8.0 (or later)/ Acceptable Web Browsers 2) Mac OS: Firefox 3.5 (or later)/ 3) All web browers like Mozilla, Google chrome etc 11 1) NTSC 60 Hz Standards 2) PAL 75 Hz 12 a. USB 2.0: 1x Front, 2x Rear USB Ports b. USB 3.0: 2x Rear 13 a. Interface 2x Gigabit Ethernet (1000Base-T) ports Networking b. IP version IPv4 and IPv6 a. Input 100 to 240 VAC 50/60 Hz, autoranging 14 Power b. Supply Internal 15 Operating Temperature 10° to 35°C (50° to 95°F) 16 Operating Relative Humidity 20% to 80% non-condensing 17 Decoder Hardware 18 The HD video decoder shall support any digital video stream on the network and allow for the decoding of up to 25 simultaneous streams from any video encoder or recorder. It shall also allow for simultaneous and independent viewing of both live and recorded video 19 Video Decoder Hardware will be of compact size, allowing it to be mounted behind the Monitor on a standard 100x100 VESA Mount included in the Decoder Hardware supply. VGA/DVI/HDMI cable extensions will not be accepted 20 The HD video decoder shall allow the creation of Video Wall capability within the VMS. 21 The HD video decoder hardware shall not require a login, and shall be synchronized with the

Page 97 of 133

VMS Client application 22 The HD video decoder must decode H.264 or H.265 in High, Main, or Base profiles; and MJPEG and MPEG-4 encoded video streams. 23 The HD video decoder shall have the capability to decode up to sixteen 4CIF resolution, 30 images per second (ips) MPEG-4 encoded video streams simultaneously; or up to twelve H.264 or H.265 Baseline, 4CIF resolution, 30 ips video streams simultaneously; or up to four 1080p streams at 30 ips encoded in H.264 or H.265 Baseline profile. De-warping of views for fish eye or multi sensor cameras will be supported. Decoder hardware can optimize bandwidth consumption and CPU processing requirements by automatically subscribing to a lower resolution, lower bit-rate stream from a given camera depending on current load and screen configuration 24 The HD video decoder will drive one high-resolution monitor through HDMI connections for displaying the video footage. 25 The HD video decoder will allow for a maximum of five (5) additional monitors to be connected, and allow control of the monitors from a single Client application. This shall include the ability to use a mouse and keyboard for the workspace that has a total of six (6) monitors—five (5) with decoder and one (1) with the Client PC 26 The HD video decoder hardware shall be small enough to be installed behind the monitor VESA mount. This allows the monitor to be installed further from the Client machines than possible with the usual cable limitations of VGA/DVI/HDMI cables 27 Diagnostics to be systemized with other system components. Any faults shall be reported to users that have subscribed to diagnostic alarms regardless of where the user is located. In addition, the HD video decoder shall also support SNMP messages and traps and be compatible with SNMP versions 1 and 2 28 Hardware 29 Processor Intel® Core™ i7-7700T 30 Operating System Windows IoT Enterprise 31 RAM 8GB DDR4 32 SSD Storage 128 GB 33 Video System Intel HD 34 Video Memory Shared 35 1) DisplayPort Video Output 2) HDMI -- 2 HDMI-to-VGA adapters supplied 36 1) Display Port: 3840 x 2160 at 60 Hz 2) DVI-D, VGA: 1920 x 1200 at 60 Hz Resolution Capability: 3) NTSC 2560 x 1600 resolution at 60 Hz 4) PAL 2560 x 1600 resolution at 50 Hz 5) For the Enhanced Decoder : 1920 x 1080 at 560 Hz 37 Video Coding H.264 in High, Main, or Base profiles; MPEG-4; or H.265 38 16X real-time MPEG-4 streams at 704 x 480/576 (NTSC/PAL); 16X real-time H.264 or H.265 Baseline streams at 704 x 480/576 Decoding Performance (NTSC/PAL); 8X 720p H.264 or H.265 Baseline streams; 4X 1080p H.264 or H.265 Baseline streams 39 On each monitor: 1 image (1 x 1), 4 images (2 x 2),9 images (3 x 3), 16 images (4 x 4), 6 images (1 large + 5 small), 10 images (2 Screen Configuration large + 8 small), 13 images (1 large + 8 small); Each high definition monitor (16:9 aspect ratio) can also display 6 images (3 x 2) and 12 images (4 x 3) 40 a. USB 3.1: 1x Front, 4x Rear USB Ports b. USB 3.1 Type-C: 1x Front 41 a. Interface 1x Gigabit Ethernet (1000Base-T) ports Networking b. IP version IPv4 42 Power a. Input 100 to 240 VAC, 50/60 Hz, autoranging

Page 98 of 133

b. Supply External, 65 W c. Consumption 19.5 VDC, 3.34 A 43 Operating Temperature 5° to 35°C (41° to 95°F)

(20) PC WORKSTATION

S. No Specifications Description 1 Processor Latest 6th Gen Intel Core i7 or equivalent – 6700 Quad Core Processor @ 3.4 GHz or better, 4.0 Ghz Turbo, HD Graphics 530 or equivalent 2 Cache Minimum 8 MB Cache 3 Chipset Latest Intel Q150 Chipset or better 4 Memory Minimum 16 GB DDR 4 memory expandable to 64 GB or Higher 5 HDD Minimum 500GB HDD or Higher 6 Optical Drive DVD +/- RW (from the same make of Desktop) 7 Graphics 4GB of Nvidia Graphic Card or better 8 Audio Integrated Audio 9 Ethernet Integrated Gigabit Ethernet 10 Slots Minimum 2 PCI/e slots or more 11 Ports Minimum 3 - USB 2.0 and 1 - USB 3.0, 1 - Microphone ; 2 - PS2;1 – Headphone, 1 - VGA; 1 - RJ45, 1 HDMI etc. 12 Keyboard Keyboard PS/2/USB (from the same make of Desktop) 13 Mouse Optical Mouse - PS/2/USB (from the same make of Desktop) 14 Software Recovery Software 15 Operating System Pre-installed Genuine Windows 10 Professional or latest 64 Bit with restore or recovery CD with each PC / latest edition

(21) VIDEO MANAGEMENT SOFTWARE (VMS) S. No. Specifications Description The VMS shall be designed for reliability through fault-tolerant, 1 Architecture distributed architecture, and multiple levels of redundancy The VMS shall provide an open interface that facilitates the creation and deployment of user interface plug-ins including, but not limited to, mapping, video information overlays, access control, license plate 2 Interface recognition, and video content analysis with the option to integrate other 3rd party applications (such as advanced GIS Mapping Interfaces) Support recording of MJPEG, MPEG-4, H.264, and H.265 IP video 3 Video Stream streams Support megapixel video cameras at least 28 Mbps at 12 MP 4 Resolution resolution Detection of objects that move within, enter, or exit a scene and 5 Motion triggering an event Detection of physical alarms from cameras within the system, 6 Alarm triggering an event Detection of analytic events and edge analytic events from cameras, 7 Analytics including those that are free of charge

Page 99 of 133

Each VMS component shall operate on standard commercial off-the- 8 VMS Functionality shelf (COTS) hardware VMS software updates shall be downloadable from a publicly 9 Updates available website. The VMS shall indicate system performance and operation status 10 Reports utilizing a variety of reports in csv format. The Manufacturer shall offer a mobile application with the capability 11 Mobile Application to access live video from up to 500 cameras in both iOS and Android/OS platforms. The VMS shall be accessible via a web browser with no software 12 Web Browser installed for live and playback functionality. 13 Database Management Maintain a database of cameras and recording devices 14 Web Interface Provide an administrative Web interface Define and administer level user accounts, their associated roles, 15 User Accounts and permissions for the system functions and devices users can access The VMS application user interface shall support client 16 Client Authentication authentication. The VMS application user interface shall support TLS-based 17 TLS Encryption encryption over HTTPS. The VMS core server shall support configurable roles and 18 Roles and Permissions permissions. 19 Report Retrieval System shall support retrieving a report of user actions. 20 Antivirus Software shall support running alongside antivirus. 21 Password Encryption Server shall not store passwords in an unencrypted format. 22 Video Exports Encryption System shall support encrypting exports. Management & Database The VMS Accessory Server shall support HTTPS when acting as a 23 Redundancy proxy load balancer for the VMS core server The VMS server components shall support synchronized system 24 NTP Synchronization clocks using NTP. 25 FIPS Incorporates FIPS 140-2 validated cryptographic modules VMS should be design as per FISMA/NIST Configuration Guidance 26 FISM /NIST Compliance Compliance Support LDAP to associate users in a Microsoft Active Directory with 27 LDAP a user and role within the VMS system Provide basic access to video streaming resources, ensuring that 28 User Permissions users with appropriate permissions can view video from the system without installed video client software Supports audio associations with video devices ensuring that users 29 Audio Capabilities with appropriate permissions can listen to audio associated with video within the Client software application 30 Network Search Search the network for relevant devices 31 Adding Cameras Add discovered cameras to systems by IP address or DNS hostname 32 Resources Assign resources to video recording schedules Store videos that operators elect to export from network storage devices for safe keeping, supporting the storage of video clips 33 Video Storage relevant to an investigation independent of standard recording devices, and locking/unlocking the clips Create and assign “tags” to efficiently organize cameras and devices 34 Tags & Device tree within the system, and use tags to create a device tree view 35 Event Configuration Configure and respond to events within the system Download reports from the system in csv format contained within a 36 Reports ZIP archive 37 Backup Perform daily backup at a specified time

Page 100 of 133

Stores exported video, or allows the user to export video to an 38 Video Exports external location for safe keeping The stream management shall be deployed within the VMS in 39 Stream Management modular fashion to allow expansion of system capabilities or to build redundancies within the system to maximize video availability The Client application shall be Windows-based, providing an environment from which authorized users can watch live and recorded video on a computer in which the application has been installed. *The Client application shall be comprised of a main Control panel, which may be hidden, working in unison with a series of windows (workspaces), each providing a tab-based experience. 40 Client Application *The Client application shall be capable of being used only for the application, with no other access provided to other applications or the internet. *The Client application shall be capable of being setup as either unicast or multicast *The Client application shall be able to connect with multi-server access (MSA). 1. The Client interface shall be based upon workspaces and tabs. a. A tab shall be a configurable layout populated with sources of content and plug-ins contained in cells. b. A collection of one or more tabs shall constitute a workspace. c. The Client shall allow configuration and recall of complete workspaces. 1) An operator with appropriate permissions shall be able to send a saved workspace to other clients, causing their system to launch the saved workspace. d. Any layout of video can be saved as tab to be later recalled by an operator. 41 Workspaces and Tabs 1) An operator with appropriate permissions shall be able to send a saved tab to other clients, causing their system to launch the saved tab. e. Cells shall have the capability for system management, live view, playback search options, and lockable bookmarks. f. an operator with appropriate permissions can choose to send a saved tab to one or more operators’ clients, causing their system to launch the saved tab. g. an operator with appropriate permissions can view a designated collaborative tab so that multiple operators at different stations can see the exact same content and can make changes to live and playback video on this tab that other operators can see in real time. *Plug-ins can be created by the manufacturer or 3rd party developers using a vendor-provided API that is a RESTful open- standard architecture to communicate with the VMS system. 42 Plugins *Plug-ins shall be built using programming languages that can make HTTP requests and parse JSON responses. *API clients shall interact with VMS using the HTTP methods of GET, POST, PATCH, PUT, and DELETE User Roles, as assigned by a System Administrator, shall define the 43 User Roles limits of a user’s ability to access live or recorded video and to export video and other standard client operations Authorized users shall be able to share views, including window 44 Authentication arrangements and camera selections, with other users, for purposes of collaboration

Page 101 of 133

*The user shall be able to create a sequence of cameras by dragging and dropping camera names in a single user interface. *The user shall be able to configure a sequence of cameras that appear on alarm, allowing the application to cycle cameras when an 45 Camera Sequence event or alarm relevant to the user occurs *The user shall be able to configure a rotating sequence of cameras, allowing the application to cycle through cameras relevant to the operator without intervention. Relays – For devices that have a physical relay that is enabled on the 46 Relays VX System, the Client application shall enable operators to activate or deactivate relays. 47 RMF Enables and supports Risk Management Framework (RMF) The VMS Client Application also provides an Investigation Mode, through which users can create playlists from multiple video clips encompassing important scenes from an investigation. Users can 48 Investigation Mode export and encrypt their investigations, storing clips relevant to their investigation independent of the system’s network video storage for evidentiary safe-keeping and quick access. VMS can integrate with physical security systems and other building 49 Integration systems to deliver situational awareness and control. Built around open standards, VMS includes a complete application programing interface (API), software development kits (SDKs), and 50 VMS Standards dedicated technical support, allowing other systems’ manufacturers to develop interfaces leveraging VMS capabilities Software should support Face Recognition System. FRS should 51 Face Recognition Software become part of VMS. VMS should also supports third-party IP cameras, allowing users to Third Party Camera 52 choose across hundreds of third-party partners when configuring a Supports system. 53 Certifications CE,FCC,UL/cUL,ICES

(22) ALPR SOFTWARE S.No Specification Description 1 ALPR Engine Type Free-flow, unlimited reading, not trigger required 2 PC average performance 640 x 480 (VGA) 14 ms for image reads 752 x 480 (PAL) 22 ms 1024 x 768 (.75 Mpx) 29 ms 1280 x 960 (1.2 Mpx) 29-33 ms 1980 x 1080 (2.0 Mpx) 30-50 ms 3 License plate image operating capabilities 4 Input image formats BMP24 (Windows bitmap), JPEG, YUY2, RGB (raw), Gray8 (raw) 5 Maximum image size 5.0 MG 6 Minimum character height 14 pixels (recommend 18 pixels 7 Maximum character 70 pixels height 8 Maximum rotation X ± 35° (pitch) 9 Maximum rotation Y (yaw) ± 40° 10 Maximum rotation Z (roll) ± 35° Number of plates per 11 image 8 Maximum

Page 102 of 133

Plate number, ASCII or unicode – Country of origin, if grammar constraint is defined – OCR processing time in milliseconds 12 Plate read results – Number of plate lines (1, 2, 3...) – Plate bouding rectangle – Isolated plate image in RGB format Rectangle, squared (2 and 3 lines), dark characters on light 13 Plate Type Supported background, light characters on dark background

14 Vehicle Detection Speed ANPR should detect and capture plates up to 150 MPH/250Kmph.

(23) LED HD MONITOR

S. No Specifications Description 1 Size of Monitor 55 inch diagonal ( Thin bezel) 2 Technology LED (LCD Backlit) 3 Aspect Ratio 16.09 4 Resolution Full HD (1920x1080) 5 Working Capacity 24x7x365 Days 6 Input 1 x DVI, 1 x HDMI, 1 x Composite, 1 x Component 7 Control RS232 control via Lan port 8 Brightness 600 NITS 9 Power Consumption Less than 200 watts 10 Slots Minimum 2 PCI/e slots or more 11 Ports Minimum 3 - USB 2.0 and 1 - USB 3.0, 1 - Microphone ; 2 - PS2;1 – Headphone, 1 - VGA; 1 - RJ45, 1 HDMI etc. 12 Keyboard Keyboard PS/2/USB (from the same make of Desktop) 13 Mouse Optical Mouse - PS/2/USB (from the same make of Desktop) 14 Software Recovery Software

(24) JOYSTICK & KEYBOARD

S.No Specification Description 1 VMS Compatibility The Joystick must be compatible with all distributed network video management components. 2 Technology Six-degrees-of-freedom (6DoF) sensor – Intuitively and precisely navigate digital models or camera positions in 3D space. 3 Design The full-size, soft-coated hand rest positions the hand comfortably, and 15 large, soft-touch, function keys allow quick access to frequently used commands. 4 Quick View Keys Fingertip access to 12 views makes it easier to switch cameras 5 Function Keys Easy access to 4 application commands for an optimized workflow. 6 Display Provides a visual reminder of function key assignments on your computer screen 7 Modifier Fingertip access to Ctrl, Shift, Alt and Esc keys saves time by reducing the need to move your hand between mouse and Joystick 8 Numpad Allows direct numerical input into your application using your standard mouse rather than the Joystick 9 System flexibility The Joystick must be part of an integrated system and shall be configured so any number can be added to the system. When combined with user interfaces (UIs), network storage managers

Page 103 of 133

(NSM’s), encoders, IP cameras, and video consoles, the Joystick forms an integral part of a complete network-based video control system 10 Input Connector type Universal Inter changeable (power Supply) 11 Joystick Interface USB 2.0 12 Cable USB Fully proportional PTZ, variable speed; with zoom, iris and focus 13 Joystick Module controls 14 Operating temperature 0 to 40C *VMS shall also provide functionality when connected to a keyboard *The keyboard must be compatible with all distributed network 15 Keyboard video management systems. *The keyboard must support USB 2.0 protocol, and the USB must operate at full-speed

(25) POWER CABLE 2.5 SQ MM 3 CORE

S. No Specifications Description 1 Cable Description 2.5 Sq mm 3 core Armoured PVC Coated Power Cable 2 Color One particular color for the entire systems 3 Weathering Condition As Per Normal 4 Operating Temperature -5ºC to +50ºC 5 Integration Capable of Integration with the overall architecture of Surveillance & Access Control System 6 Compliance EMI/EMC compliant

(26) POWER CABLE 1.5 SQ MM 3 CORE

S. No Specifications Description 1 Cable Description 1.5 Sq mm 3 core Armoured PVC Coated Power Cable 2 Color One particular color for the entire systems 3 Weathering Condition As Per Normal 4 Operating Temperature -5ºC to +50ºC 5 Integration Capable of Integration with the overall architecture of Surveillance & Access Control System 6 Compliance EMI/EMC compliant

(27) SINGLE MODE FIBER OPTIC CABLE

S. No Specifications Description 1 Cable Type 24-core, Single mode Single HDPE Sheath, Armored, loose-tube, Multi Tube, CST armour, Gel Filled 2 Fiber type 9/ 125, Telcordia’s GR-20, ITU-T 652.D Compliance 3 No. of cores (2-8) per tube 4 No of Tube (1-6)

Page 104 of 133

5 Cable Construction BELLCORE GR 20 / IEC 794-1 Attenuation 6 @1310nm < = 0.38 dB/Km 7 @1550nm < = 0.24 dB/Km 8 Coating / Cladding non- <= 12 microns circularity 9 Tensile rating 2670 N 10 Maximum Crush 4000 N resistance 11 Operating Temperature -10 Degree C to +70 Degree C 12 Armor ECCS 13 Colour Black 14 Outer jacket High density polyethylene 15 Secondary Buffer Material Gel filled Loose Tube. 16 Min Bend 20 X Outer Diameter 17 Marking Identification marking at regular intervals of 1 meter 18 Fiber Core Fiber Core should be Silica Glass. 19 Length of cable drum standard factory length and can be supplied is max 4 Kms 20 Fiber Optic Patch Panel 19-inch, Rack mounted Fiber optic patch panel 21 Height 1 U, 1.75 inches 22 No. of fibers 6,12,24 23 Dimensions 44 * 410 * 280 mm (H*W*D) 24 Material Complete Aluminum Alloy housing, fully powder coated Splice tray and cable spools to be included Fully cushioned splice holder containing grooves for fixing splice protective sleeves 27 No. of OSP Cables for Minimum 2 termination 28 Grounding 2 Nos. of earthing lugs, pre-loaded 29 Cable Management rings Front and rear cable management rings, pre-loaded No. of 6-port adapter 4 max 30 plates 31 Sliding Panel cover is of slide out for easy maintenance 32 Fiber Optic Patch Cords Single Mode Patch Cord patch cord LC-SC / LC-LC TYPE 33 Type 1.6mm or 3mm simplex or Duplex Zipcord. Qualifies as per ITU-T G652 D Fiber 35 Outside Diameter (Simplex): 1.6mm x 3.0mm (Duplex): 1.6mm x 3.3mm 37 Minimum Cable Retention 1.6mm: 11.24 lbs (50 N) Strength

(28) CAT 6 UTP CABLE FOR INDOOR & OUTDOOR APPLICATION

S. No Specifications Description 1 Make Please mention Make Model No. or Part Code 2 Uniformity The cable shall comprise of four (4) uniformly twisted insulated conductor pairs. Each pair shall have different colour insulation for identification and the two cores of any one pair shall have different coloured insulation for the identification of a specific core. 3 Standards Should confirm / comply or exceed the TIA / EIA 568-C.2 (1 Gigabit) standards for physical & Electrical specifications / standards

Page 105 of 133

4 Type Corrugated ECCS Tape Black HDPE Jacket 4 Pair 23 AWG Copper Cable with integral cross member pair separator and should support bandwidth of 250 MHz Min 5 Conduction Copper conductor Insulation diameter nominal: 1.08 +/- 0.5mm 6 TIA Standard Each conductor in the cable shall consist of #23 AWG (0.54 +/- 0.2 mm) stranded as per EIA/TIA standard 7 The Cable Diameter 9 mm and should be suitable for outdoor direct burial application For Indoor Application 8 Category The high-performance Category 6 UTP LSZH cable shall be of the traditional round design with bisector tape. 9 Certificate Certificate for ETL Verified 4-Connector Channel to ANSI/TIA-568- C.2 Category 6 (1 Gigabit) standards for physical & Electrical specifications / standards 10 Protection The cable shall be made available in awe-tote box, which protects the environment. 11 Type To be read as "LSZH PVC White Jacket 4 Pair 23 AWG Copper Cable with integral cross member pair separator and should support bandwidth of 600 MHz" 12 Performance Category 6 UTP cable performance guaranteed up to 6 connections in any length channel configuration up to 100 meters 13 Channel Channel optimized using Modal Decomposition Modeling 14 Supports Supports IEEE 802.3 1 000Base -T TIA-854-A 1 000Base -TX ATM Forum CB1G plus other legacy LANs and applications (Video BAS) 15 Listings "The Cable Should be UL/ETL certified (certificate required)" 16 Supporting accessories Cat 6 Jack, Cat 6 Patch Panel loaded/unloaded, Cat 6 Face Plate, Cat 6 Patch Cord to be of same Make

(29) GI POLE

S. No Specifications Description 1 Standard Pole should be of latest Indian Standard 2 Climatic Condition Pole should withstand all climatic condition of good tensile strength. 3 Type, Size and Pole shall be of GI. Pole should be in between 4 to 5 Mtrs. Proper Construction foundation of pole required to withstand wind speed. 4 Earthing Arrangement It should be Proper

(30) GI PIPE

S. No Specifications Description 1 Nominal Bore 2 Inch 2 Outside diameter in mm Maximum 60 3 Outside diameter in mm Minimum 59 4 Thickness in mm 3.6 5 Mass of Screwed and 5 socketted tube (Kg/m)

(31). HDPE PIPE

S. No Specification Description

Page 106 of 133

1 Surface Finish Satisfactory and smooth 2 Dimensions and Tolerances As per relevant BIS Standards 3 Outside Diameter, Wall BIS Standards Thickness of Pipe, Quality 4 Heat Reversion Longitudinal reversion

(32) 10 KVA ONLINE UPS SYSTEM

S.No. Specifications Description 1 CAPACITY 10KVA / 9KW LOAD WITH 0.9 P.F 10KVA RACK MOUNTABLE DOUBLE CONVERSION TRUE ONLINE UPS WITH INSULATED GATE BI-POLAR TRANSISTOR (IGBT) TECHNOLOGY BASED RECTIFIER & INVERTER BOTH. UPS MUST BE HAVING DUAL 2 TECHNOLOGY MAINS INPUT CONNECTED TO TWO DIFFERENT POWER SOURCES & HOT SWAPPABLE BATTERIES FOR CONTINOUS OPERATIONS WHEN THE BATTERIES ARE BEING REPLACED. 3 FORM FACTOR 4U AC INPUT VOLTAGE 4 100-285 V WITH 1:1 & 3:1 OPTIONS IN SAME UPS RANGE/PHASE UPS EFFICIENCY in green 5 MIN 98% OR MORE mode AT FULL LOAD 6 INPUT FREQUENCY RANGE 40-70HZ (AUTO SENSING) 7 AC OUTPUT VOLTAGE CONFIGURABLE FOR 220:230:240 V 8 OUTPUT FREQUENCY 50Hz ± 0.01% 9 WAVE FORM PURE SINE WAVE (OUTPUT) INPUT OVER VOLTAGE PROTECTION, INPUT UNDER VOLTAGE PROTECTION, OVER VOLTAGE CUT OFF. SHORT CIRCUIT PROTECTION, 10 PROTECTION OVER TEMPERATURE, LOW BATTRY & BATTERY OVER CHARGE PROTECTION SHOULD BE PROVIDED. BUILT IN BYPASS SWITCH MUST. 11 SURGE ENERGY RATING MIN 450 JOULES UPS MONITORING SOFTWARE WITH AUTO SHUTDOWN SHOULD BE 12 SOFTWARE GIVEN IN OEM CD 125% 1 Minute 30 Second > 150% to 175% 25 line cycles, > 175% 5 line 13 OVERLOAD CAPACITY cycle 14 HARMONIE DISTORTION LESS THEN 3% 15 CREST FACTOR 3:1 INDICATIONS & AUDIBLE MAINS ON, INVERTER ON, OVERLOAD, LOAD ON MAINS, LOAD ON 16 ALARMS BATTERY, BATTERY LOW ETC. LCD DISPLAY FOR MEASUREMENT OF AC VOLTAGE, BATTERY VOLTAGE, 17 DIGITAL METERING BATTERY CURRENT, LOAD CURRENT, OUTPUT FREQUENCY ETC. BATTERY BACKUP OF 60 MIN USING 12V SMF OR FLOODED BATTERY COMPATIBILITY. VAH SHOULD BE MINIMUM 19200 VAH. BATTERY AH 18 BATTERY FEATURES TO BE MENTIONED ALONG WITH QUANTITY & BATTERY PARALLELING WILL NOT BE ACCEPTED . ( FIRMS WILL BE BLACKLISTED FOR SUPPLING TRACTOR BATTERIES OR LOCAL STICKERED BATTERY) INBUILT CHARGER SHOULD BE MIN 12AMPS OR GREATER . CHARGER 19 IN-BUILT CHARGER AMPS TO BE MENTIONED EXTERNAL CHARGER WILL NOT BE ACCEPTED. BATTERY MAKE:EXIDE/ROCKET/QUANTA, WITH WARRANTY CERTIFICATE FROM OEM 20 BATTERY MAKE SUITABLE RACKS & LINK CABLES HAS TO BE SUPPLIED ALONG.( FIRMS WILL BE BLACKLISTED FOR SUPPLING TRACTOR BATTERIES)

Page 107 of 133

21 ENVIRONMENTAL OPERATING TEMPERATURE : 0-40C, NOISE LEVEL< 55DB 22 OTHER DETAILS IEC 320 STANDARDS CABLE TO BE USED PRODUCT MANUAL IS MUST BE ATTACHED WITH TENDER DOCUMENTS. ISO 9001, ISO 14001, OHSAS 18001 CERTIFIED AND CERTIFICATE OF 23 CERTIFICATION ROHS COMPLIANCE PRODUCT USER MANUAL TO BE SUBMITTED ALONG WITH TECHNICAL BID. THE SAME IS INHERENTLY REQUIRED TO EVALUATE TECHNICAL SPECIFICATION. THE USER MANUAL SHOULD BE EASILY ACCESSABLE IN OEM WEBSITE

*********

Page 108 of 133

CHAPTER – 5 PERFORMA FOR PRICE SCHEDULE (Attach with price bid) TENDER FOR SUPPLY, INSTALLATION & COMMISSIONING OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI

Date of opening ...... Time ...... Hrs.

We______hereby certify that we are established manufacturers/ authorized distributor/dealer of M/s______with factories at ______which are fitted with modern equipment and where production methods, quality control and testing of all materials manufactured or used by us are open to inspection by the representative of the purchaser. We hereby offer to supply the following items at the prices indicated below: SPECIMEN PRICE SCHEDULE TO BE FILLED BY THE BIDDER IN EXCEL SHEET PROVIDED IN THE FINANCIAL/COMMERCIAL BID FOLDER S. Description of work/item Qty. Unit Unit Price GST on Total Unit Total No. In Indian Unit Price FOR Extended Price Rupees Price Destination FOR including In Indian Including Destination incidental Rupees taxes including charges (In Indian Taxes, Levies, and other Rupees) Duties and Govt. others levies Charges [In Indian Rupees] 1 2 3 4 5 6 7 8 1. 2.4 Megapixel or better outdoor Fixed Bullet camera with required 4820 No. housing wall mount & Pole bracket etc 2. 4 Megapixel or better Outdoor PTZ Camera with 1271 No. required housing wall mount & Pole bracket etc 3. ANPR Outdoor Fixed Box camera with required 535 No. housing wall mount & Pole bracket etc 4. IR illuminator 535 No. 5. Fixed Camera for Driver Image with required 535 No. housing wall mount & Pole bracket etc 6. 5KVA Online UPS System 238 No. 7. Double door Power 238 No. Distribution Board 8. Weather Proof Junction 4426 No. Box with all accessories 9. Industrial Grade Edge 2213 No.

Page 109 of 133

Switch with port density 8x1G Base-T PoE+ and 4x1G Base-X Ports. modules should be from the same make 10. Network Management 50 No. Software and Server 11. 42 U Rack 100 No. 12. 6 Port LIU with single mode duplex coupler and 2213 No. pigtails 13. 24 Port LIU with single mode duplex coupler and 829 No. pigtails 14. Industrial Grade Distribution Switch with port density 24x1G Base- 236 No. SFP and 4x1G/10G SFP+ Ports. (Layer 2 Switch) 15. Core Switch with port density 24x1G Base- SFP/Base-T and 50 No. 4x1G/10G SFP+ Ports (Layer 3 Switch) 16. Network Storage and 132 No. Redundant Storage 17. Video Management / 100 No. Recording servers 18. ALPR Server 50 No. 19. PC Work Station 50 No. 20. Client Workstation & 50 No. Decoder 21. Video Management 50 Set Software 22. ALPR Application 50 Set Software 23. LED HD Monitor 352 No. 24. Joystick and Keyboard 50 No. 25. Power Cable 2.5 Sq mm x 328000 Mtrs 3 Core (Estimated) 26. Power Cable 1.5 Sq mm x 984500 Mtrs 3 Core (Estimated) 27. Single Mode Fiber Optical 1312500 Mtrs Cable (Estimated) 28. Cat 6 UTP Cable for 1008000 Indoor & Outdoor Mtrs

Application (Estimated) 29. 5/4/3 Mtr GI Pole/Gantry/Cantilever with accessories (Pole- 2844 No. 2300 Nos., Gantry - 144 Nos., Cantilever - 400 Nos.-Estimated) 30. GI Pipe (Estimated) 1282000 Mtrs 31. HDPE Pipe (Estimated) 1282000 Mtrs

Page 110 of 133

32. 10KVA Online UPS 50 No. System 33. Power Distribution Board 50 No. 34. Installation and commissioning Charges of entire system (Attach Separate sheet 1 Lot with item-wise/work-wise price schedule in PDF format with price bid) 35. Any Other item to complete the project (Attach Separate sheet 1 Lot item-wise with price schedule in PDF format with price bid) SUB-TOTAL (1) 36. Comprehensive Annual Maintenance Charges for 1st year after expiry of 3 1 Lot years guarantee/warranty (entire project) 37 Comprehensive Annual Maintenance Charges for 2nd year after expiry of 3 1 Lot years guarantee/warranty (entire project) 38 Comprehensive Annual Maintenance Charges for 3rd year after expiry of 3 1 Lot years guarantee/warranty (entire project) 39 Comprehensive Annual Maintenance Charges for 4th year after expiry of 3 1 Lot years guarantee/warranty (entire project) 40 Comprehensive Annual Maintenance Charges for 5th year after expiry of 3 1 Lot years guarantee/warranty (entire project) SUB-TOTAL (2) GRANT TOTAL (1 + 2)

NOTE: - 1. RATE SHOULD BE OFFERED ONLY FOR ONE MODEL. 2. OPTIONAL BID/CONDITIONAL BID WILL NOT BE ENTERTAINED AS CLARIFIED IN CHAPTER-1 (INSTRUCTIONS TO BIDDERS). 3. THE ABOVE QUOTED PRICE FOR THE ENTIRE PROJECT WILL BE FINAL AND NOTHING OVER AND OBOVE THE QUOTED PRICE SHALL BE PAID TO THE BIDDER ON ANY GROUND WHATSOEVER. HOWEVER, REDUCTION IN CONSUMPTION/INSTALLATION OF ACTUAL QUANTITY WILL BE PASSED OVER TO DELHI POLICE. 4. SITE-WISE CAMC CHARGES WILL BE CALCULATED ON THE BASIS OF PERCENTILE CALCULATED/RECIVED ON THE BASIS OF TOTAL COST OF

Page 111 of 133

SUPPLY, INSTALLATION AND COMMISSIONER OF PROJECT (SUB-TOTAL 1}.

It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done and goods/items to be supplied. We agree to abide by all the tender terms and conditions.

We hereby offer to carry out the job and (or) supply the goods/items detailed above or such portion(s) thereof as you specify in the notification of award.

A Standard EXCEL Sheet of Price Schedule format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the EXCEL Sheet of Price Schedule file, open it and complete the while coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Standard EXCEL Sheet of Price Schedule format file is found to be modified by the bidder, the bid will be rejected.

(Signature and seal of Bidder) Dated: ______

*******

Page 112 of 133

CHAPTER-6

Contract Form

CONTRACT No. ------

This Contract made on the ------day of ------, (hereinafter referred to as the “Contract Date”) between the President of India acting through the Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 (hereinafter referred to as the “Purchaser” which term will include its representatives, successors and permitted assignees) of the one part and M/s ------, a Company incorporated under the Companies Act, 1956 and having its office at ------(hereinafter referred to as the “Supplier” which term will include its representatives, successors and permitted assignees) of the other part.

WHEREAS

A. The Purchaser is desirous to procure ------(hereinafter referred to as the “Stores”) for Delhi Police and had sought a commercial offer for the supply of the System. B. With respect to the enquiry issued by the Purchaser ------, the Supplier had submitted its Price Bid dated ------C. The Purchaser has accepted the Supplier‟s Commercial offer read with the clarifications/confirmation (if any) submitted by the Supplier vide letter ------for the supply of the Stores and associated services at a total cost of Indian Rs.------/- (Indian Rupees ------only).

NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree as follows:

1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same meaning as respectively assigned to them in the conditions of Contract herein.

2. CONTRACT DOCUMENTS: The following documents, (each a “Contract Document” and collectively, the “Contract Documents”) are hereby expressly incorporated into this Contract and shall form and be read and construed as part of this Contract viz: - Exhibit-A: Tender enquiry No.------dated ------Exhibit-B: Supplier‟s commercial offer dated ------Exhibit-C: Supplier‟s written clarification and confirmation letter dated ------(if any) Exhibit-E: Purchaser‟s Letter of Intent No------/ ____/------

2.2 Order of Precedence: In case of conflict between the terms in this Contract and the Contract Documents, the terms of this Contract shall prevail. In case of conflict between the terms in any two Contract Documents, the Contract Document mentioned later in the above list shall prevail.

Page 113 of 133

3. SCOPE OF WORK: The Scope of Work shall include supply, packing, transportation, scheduling of transportation, transit insurance, delivery at site, unloading, storage till delivery of stores at Purchaser‟s Delivery Site, any other services associated with the delivery of Stores, providing warranty services for the Stores. All Stores deliverable under this Contract shall be referred to interchangeably as the “Goods” or the “Items” or the “Stores”.

4. CONTRACT PRICE

4.1 The prices for supply of the Stores and other associated services is detailed specifically in the Supplier‟s Commercial offer (Exhibit-B) read with Supplier‟s written clarification and confirmation letter dated ----–------( Exhibit-C). The contract price is Indian Rs.------/- (Indian Rupees ------only). This price excludes existing Central Sales Tax/Service Tax as applicable and any new Government levies/taxes imposed in India after the Contract Date, which the Purchaser shall bear and pay at actual.

5. CONTRACT PERFORMANCE BANK GUARANTEE 6. PAYMENT SCHEDULE 7. SITE READYNESS 8. RESPONSIBILITY OF COMPLETITON & SOFTWARE OPTIMIZATION 9. DELIVERY, INSTALLATION AND COMMISSIONING 10. INSPECTION AND TEST 11. TRAINING 12. DELIVERY OF GOODS 13. GUARANTEE/WARRANTY 14. POST WARRANTY SERVICE AND MAINTENANCE 15. DELAY IN SUPPLIER PERFORMANCE 16. LIQUIDATED DAMAGES 17. FORCE MAJEURE 18. PATENT/INDEMNIFICATION 19. CONFIDENTIALITY 20. WAIVER 21. ASSIGNABILITY 22. SEVERABILITY 23. GOVERNING LAW 24. TERMINATION FOR DEFAULT 25. TERMINATION FOR INSOLVENCY 26. TERMINATION FOR CONVENIENCE 27. RESOLUTION OF DISPUTES

(The clauses 2 to 24 shall be according to the Conditions of Contract in Chapter-2)

23. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the final expression of agreement between the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the Contract. This

Page 114 of 133

Contract may not be altered, amended, or modified except in writing, signed by the duly authorized representatives of both parties.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives as of the last day and year written below:

Signed by: Signed by:

Name: ------Name: ------Title: Title: ------Date: Date: For and on behalf of The President of For and on behalf of ------India ------

Witness Witness Signature: Signature:

Name: Name: Address: Address: ------Date: Date:

Page 115 of 133

CHAPTER - 7

OTHER STANDARD FORMS ______ANNEXURE-C1

BIDDER PARTICULARS (Attach with Technical Bid)

1. Name of the Bidder :

2. Address of the Bidder :

3 Name of the Manufacturer(s) :

4. Address of the Manufacturer :

5. Name & address of the person : to whom all references shall be made regarding this tender enquiry.

Telephone : Fax : e-mail :

Witness:

Signature Signature

Name Name

Address Designation

Date Company Seal

Date

Page 116 of 133

ANNEXURE-C2 BID FORM (Attach with Technical Bid)

Date: ___/___/___ To

The Deputy Commissioner of Police Prov. & Logistics, 5, Rajpur Road, Delhi-110 054.

Sir,

Having examined the Bid Documents of TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI We, ______, offer to supply and deliver______(Name of the Firm) (Description of Stores and Services) in conformity with the said tender provisions for sums as may be ascertained in accordance with the Schedule of Prices provided in the Price Bid.

We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the System as per the schedule specified in the Tender.

We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Commercial Bank in a sum equivalent to 10% of the Contract Price for the due Performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of 365 days from the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid you may receive. We also understand that you have the right to vary the quantities and/or split the total order among the Bidders and/or procure the available and compatible items/ equipments under DGS&D Rate Contract.

SIGNATURE AND SEAL OF BIDDER

Page 117 of 133

Annexure – C3 G U A R A N T E E (Attach with Technical Bid)

To The Deputy Commissioner of Police, Prov. & Logistics, 5,Rajpur Road, Delhi-110054.

REF: TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI

We guarantee that everything to be supplied and fabricated by us hereunder shall be brand new, free from all encumbrances, defects and faults in material, workmanship and manufacturer and shall be of the highest grade and quality and consistent with the established and generally accepted standards for materials of the type ordered and shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. We shall be fully responsible for its efficient and effective operation. This guarantee shall survive inspection of and payment for, and acceptance of the goods, but shall expire 36 months after their acceptance by the Purchaser.

The obligations under the Guarantee expressed above shall include all costs relating to labour, repair, maintenance (preventive and unscheduled), and transport charges from site to manufacturers‟ works and back and for repair/adjustment or replacement at site of any part of the equipment/ item which under normal care and proper use and maintenance proves defective in design, material or workmanship or fails to operate effectively and efficiently or conform to the specifications and for which notice is promptly given by the Purchaser to the Supplier.

SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER

DATE ______

Page 118 of 133

ANNEXURE- C4 BID LETTER (Attach with Price Bid) To The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur road, Delhi-110054.

REF: TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI Sir,

We declare:

1. a) That we are manufacturers/authorized agents of ______. b) That we /our principals are equipped with adequate machinery for production, quality control and testing of materials manufactured and used by us and that our factory is open for inspection by your representatives. 2. We hereby offer to supply the Stores at the prices and rates quoted in price bid excel sheet provided with tender document. 3. Period of Delivery: We do hereby undertake that in the event of acceptance of our bid, the supply and installation of CCTV camera system shall be completed at site within stipulated period from the date of Award of Contract, and that we shall perform all the incidental services as per contract. 4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the location (site) to be indicated by Delhi Police. 5. We enclose herewith the complete Price Bid as required by you and also enclosed the Check List. 6. We agree to abide by our offer for a period of 365 days from the date fixed for opening of the Price Bids and that we shall remain bound by a communication of acceptance within that time. 7. We have carefully read and understood the terms and conditions of the tender and the conditions of the Contract applicable to the tender and we do hereby undertake to supply as per these terms and conditions. 8. Certified that the Bidder is: a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor. or a partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney. or a company and the person signing the tender is the constituted attorney. NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the person authorized to sign the tender document. 9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding Contract between us.

Dated this ______day of______2019. Signature of the Bidder Details of enclosures: Full address: Telephone Fax No. Mobile No. Email address:

Page 119 of 133

ANNEXURE – C5 (A) BANK GUARANTEE BID SECURITY

To, The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur road, Delhi-110054.

Whereas ______(hereinafter called “the Bidder”) for the supply of ______vide Tender No. ______, KNOW ALL MEN by these presents that WE, ______having our registered office at ______, (hereinafter called “the Bank”) are bound by the DY. COMMISSIONER OF POLICE, Prov. & Logistic, 5, Rajpur Road, Delhi – 110054 (hereinafter called “the Purchaser”) in the sum of Rs. ______(in words ) for the tender documents, for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present.

THE CONDITIONS of the obligation are:-

1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or

2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity i.e. twelve (12) calendar months from the date of opening of the tender.

(a) Fails or refuses to execute the Contract, if required; or (b) Fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders. (c) If at any stage any of the information/ declaration is found false.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force of the Bid Document upto ______and any demand in respect thereof should reach the Bank not later than the specified date.

Notwithstanding anything contained herein above, our Liability under this Guarantee shall not exceed Rs. ______(in words). This Bank guarantee shall be valid till Forty Five (45) days beyond the Bid validity period of Twelve (12) months i.e. ___/___/___-.

We are liable to pay guarantee amount or part thereof under this bank guarantee only and only if you serve upon us a written claim or demand on or before ______.

Dated this ______day of______2019______at WITNESS (Signature)______(Signature)______(Name)______

NAME______(Banker‟s Rubber Stamp)______(Official address) ______Attorney as per Power of Attorney______

Page 120 of 133

ANNEXURE- C5(B) PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE (To be stamped in accordance with Stamp Act)

Bank Guarantee No______Date______Ref______

To, The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Dear Sir,

In consideration of the Dy. Commissioner of Police (Prov. & Logistics, Delhi (hereinafter referred to as the „Purchaser‟ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assignees) having awarded to M/s______with its Registered/ Head Office at______(hereinafter referred to as the „Contractor‟ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees), a Contract by issue of the Purchaser‟s letter No.______dated __/__/____ entering into a formal contract to that effect with the Purchaser and the Contractor having agreed to provide a Contract Performance Bank Guarantee for the faithful performance of the entire Contract equivalent to______*______Ten percent of the said value of the Contract to the Purchaser.

We______(Name & Address of the bank) having its Head office at______(hereinafter referred to as the „Bank‟ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees) do hereby guarantee and undertake to pay the Purchaser, on mere demand any and all moneys payable by the Contractor to the extent of Rs____*____as aforesaid at any time upto ______(day/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Contractor or any dispute pending before any court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Purchaser and further agrees that the guarantee herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractors, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied in the Contract between the Purchaser and the Contractor or any other course or remedy or security available to the Purchaser. The bank shall not be relieved of its obligations under these presents by any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the bank.

The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Purchaser may have in

Page 121 of 133 relation to the Contractor‟s liabilities. We undertake to pay to the Government any amount so demanded by the Government, notwithstanding.

a) any dispute or difference between the Government or the Contractor or any other person or between the Contractor or any person or any suit or proceeding pending before any court or tribunal or arbitration relating thereto; or b) the invalidity, irregularity or un-enforceability of the contract; or c) in any other circumstances which might otherwise constitute discharge of this Guarantee, including any act of omission or commission on the part of the Government to enforce the obligations by the Contractors or any other person for any reason whatsoever.

We, the Bank further agree that the guarantee herein contained shall be continued on and remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Purchaser, certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

We______hereby agree and undertake that any claim which (indicate the name of the bank) the Bank may have against the Contractor shall be subject and subordinate to the prior payment and performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written consent of the Government exercise any legal rights or remedies of any kind in respect of any such payment or performance so long as the obligations of the Bank hereunder remain owing and outstanding, regardless of the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We will not counter claim or set off against its liabilities to the Government hereunder any sum outstanding to the credit of the Government with it.

Notwithstanding anything contained herein above our liability under this guarantee is limited to total amount of Rs______*______and it shall remain in force upto and including______**______and shall be extended from time to time for such further period as desired by M/s______on whose behalf this guarantee has been given.

Dated this ______day of______2019______at

WITNESS (Signature)______(Signature)______(Name)______

NAME______(Banker‟s Rubber Stamp)______(Official address)______Attorney as per Power of Attorney______

* This sum shall be ten percent (10%) of the Contract Price. ** The date will be 03 (three) year and six months from the date of award of the contract. In case of Bank guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank in India.

Page 122 of 133

Annexure – C6 TENDER ACCEPTANCE LETTER (To be given on Company Letter Head) (Attach with Technical Bid) Date: ______

To,

The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ______

Name of Tender/Work: -

TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 6630 NOS. CCTV CAMERA SYSTEM AT THE VULNERABLE POINTS IN JURISDICTION OF 50 POLICE STATIONS OF DELHI POLICE IN DIFFERENT PARTS/AREAS OF DELHI.

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned „Tender/Work‟ from the web site(s) namely: ______as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/we have read the entire terms and conditions of the tender documents from Page No. ______to ______(including all documents like annexure(s), schedule(s), etc.), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated, then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 123 of 133

ANNEXURE – C7

CHECK LIST - TECHNICAL BID (Enclose with Technical Bid)

Sl. Description of document Yes/No Page No. No. 1 Application Fee of Rs.5000/- (Clause 4.1, Yes /No Chapter-1). 2 Earnest Money Deposit of Yes /No Rs.10,00,00,000/- (Clause-4.2, Chapter-1). 3 Undertaking for live demonstration within 7 Yes /No days of opening of Technical Bid (Clause 2.4, Chapter-1). 4 Proof for Application Fee & EMD Yes /No exemption, if any (Clause-4.3 of Chapter-1). 5 Certificate/undertaking as per clause 6.2 & Yes /No 6.3 chapter-1. 6 Copy of GST Regn. Certificate (Clause-190 Yes /No (i) of Chapter-1). 7 Copy of latest GST deposit Yes /No receipt/challan/return.(Clause-10(ii) of Chapter-1) 8 List of the firm‟s owners/partners/directors Yes /No etc. as per clause 11.3 of Chapter-1 9 Undertaking for non-blacklisting of firm and Yes /No non-registration of criminal case, as per clause 11.3 of Chapter-1. 10 Documents/certificate as per pre- Yes /No qualification criteria {Clause 14 (A), Chpater-1} 11 Certificate/undertaking regarding local Yes /No office/service centre in Delhi/NCR {Clause 14 (A) (8), Chpater-1} 12 All technical brochures/documents relevant Yes /No to the Bid {Clause 14 (B), Chpater-1}. 13 Schedule of Requirements (Chapter-3). Yes /No 14 Compliance of Technical Specifications of Yes /No the Equipments/items (Chapter-4). 15 Bidders Particulars (Annexure C1 of Yes /No Chapter-7). 16 Bid Form (Annexure C2 of Chapter-7). Yes /No 17 Guarantee/Warranty (Annexure C3 of Yes /No Chapter-7). 18 Bid Letter (Annexure C4 of Chapter-7). Yes /No 19 Tender Acceptance Letter (Annexure C6 of Yes /No Chapter-7). 20 Ingirity Pact (duly stamped and signed on Yes/No each page) (Annexure C9 of Chapter-7).

Page 124 of 133

Annexure- C8

Form No. E-5

ELECTRONIC CLEARING SERVICE (CREDIT CLEARING) (MODEL MANDATE FORM) (INVESTOR/CUSTOMER‟S OPTION TO RECEIVE PAYMENTS TRHOUGH CREDIT CLEARING MECHANISM) (Scheme name and the periodicity of payment)

1. INVESTOR/CUSTOMER‟S NAME :

2. PARTICULARS OF BANK ACCOUNT

A. BANK NAME :

B. BRANCH NAME : Address with Tel. No. :

C. 9-DIGIT CODE NUMBER OF THE : BANK AND BRANCH (Appearing on the MICR cheque issued by the bank)

D. ACCOUNT TYPE : (S.B. Account/Current Account or Cash credit with code 10/11/13

E. LEDGER NO./LEDGER FOLIO NO. :

F. ACCOUNT NUMBER : (As appearing on the cheque Book)

G. IFSC CODE NUMBER/RTGS No. : (In lieu of the bank certificate to be obtained as under, Please attach a blank cancelled cheque, or photocopy of a cheque or front page of your saving bank passbook issued by your bank for verification of the above particulars.)

3. DATE OF EFFECT

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the User institution responsible. I have read the option invitation letter and agree to discharge responsibility expected of me as a participant under the Scheme.

Date: Signature of the Investor/Customer

Certified that the particulars furnished above are correct as per our records.

Signature of the Authorized Official from the Bank

Page 125 of 133

ANNEXURE-C9 (Format of Integrity Pact) (TO BE ATTACHED WITH TECHNICAL BID DULY FILLED, STAMPED AND SIGNED ON EACH PAGE OF THE PACT)

PRE CONTRACT INTEGRITY PACT

Between

______, a company incorporated under the relevant law in the matter and having its registered office at ______, hereinafter referred to as “The Employer” which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns of the First Part. And

M/s ______, a company/ firm/ individual (status of the company) constituted in accordance with the relevant law in the matter and having its registered office at ______represented by Shri ______, hereinafter referred to as “The Bidder/Contractor” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns of the Second Part.

WHEREAS the Employer proposes to procure under laid down organizational procedures, contract/s for ------(Name of the work/ goods/ services) and the Bidder/Contractor is willing to offer against NIT No. ______

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-

Enabling the Employer to obtain the desired said (work/ goods/ services) at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

Enabling the Bidder(s)/Contractor(s) to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the Employer will commit to prevent corruption, in any form, by its officials by following transparent procedures.

1.0 Commitments of the Employer

1.1 The Employer undertakes that no official of the Employer, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the Bidder/Contractor, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contact.

Page 126 of 133

1.2. The Employer will, during the pre-contract stage, treat all the Bidders/Contractors alike, and will provide to all the Bidders/Contractors the same information and will not provide any such information to any particular Bidder/Contractor which could afford an advantage to that particular Bidder/Contractor in comparison to other Bidders/Contractors.

1.3. All the officials of the Employer will report to the appropriate Authority any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

1.4 In case any such preceding misconduct on the part of such official(s) is reported by the Bidder to the Employer with full and verifiable facts and the same is prima facie found to be correct by the Employer, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the Employer or Independent External Monitor and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the Employer the proceedings under the contract would not be stalled.

2.0 Commitments of the Bidder(s)/Contractor(s)

The Bidder(s)/Contractor(s) commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following :-

2.1 The Bidder(s)/Contractor(s) will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Employer, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

2.2 The Bidder/Contractor further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Employer or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with Employer for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with Employer.

2.3 The Bidder(s)/Contractor(s) shall disclose the name and address of agents and representatives and Indian Bidder(s)/Contractor(s) shall disclose their foreign principals or associates.

2.4 The Bidder(s)/Contractor(s) shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract

2.5 The Bidder, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the Employer or their family

Page 127 of 133

members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

2.6 The Bidder/Contractor will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

2.7 The Bidder/Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

2.8 The Bidder/Contractor shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained in electronic data carrier. The Bidder/Contractor also undertakes to exercise due and adequate care lest any such information is divulged.

2.9 The Bidder(s)/Contractor(s) commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

2.10 The Bidder(s)/Contractor(s) shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

2.11 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person acting on behalf of the Bidder/Contractor, either directly or indirectly, is a relative of any of the officers of the Employer, or alternatively, if any relative of an officer of the Employer has financial interest/stake in the Bidder(s)/Contractor(s) firm(excluding Public Ltd. Company listed on Stock Exchange), the same shall be disclosed by the Bidder/Contractor at the time of filling of tender.

The term „relative‟ for this purpose would be as defined in Section 2(77) of the Companies Act 2013.

2.12 The Bidder(s)/Contractor(s) shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the Employer. . 2.13 The Bidder/supplier shall follow all rules and regulations of India.

3.0 Previous Transgression

3.1 The Bidder(s)/Contractor(s) declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect on any corrupt practices envisaged hereunder or with any Public Sector Enterprise / Government Department in India and in ______(Employer’s country).

3.2 The Bidder agrees that if it makes incorrect statement on this subject, Bidder can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

Page 128 of 133

4.0 Earnest Money (Security Deposit)

The provision regarding Earnest Money/Security Deposit as detailed in the Notice Inviting Tender (NIT) and Instruction to Bidders (ITB) section of the Bid Document is to be referred.

5.0 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the Bidder/Contractor or any one employed by it or acting on its behalf shall entitle the Employer to take action as per the procedure mentioned in the “Guidelines on Banning of Business Dealings” and initiate all or any one of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the Bidder/Contractor. However, the proceedings with the other Bidder(s)/Contractor(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is Signed) shall stand forfeited either fully or partially, as decided by the Employer and the Employer shall not be required to assign any reason thereof.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the Contractor. The Bidder/Contractor shall be liable to pay compensation for any loss or damage to the Employer resulting from such cancellation/rescission and the Employer shall be entitled to deduct the amount so payable from the money(s) due to the Bidder/Contractor.

(iv) To encash the Bank guarantee, in order to recover the dues if any by the Employer, along with interest as per the provision of contract.

(v) To debar the Bidder/Contractor from participating in future bidding processes of Employer, as per provisions of “Guidelines on Banning of Business Dealings” which may be further extended at the discretion of the Employer.

(vi) To recover all sums paid in violation of this Pact by Bidder(s)/Contractor(s) to any middleman or agent or broker with a view to securing the contract.

(vii) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the Employer with the Bidder/ Contractor, the same shall not be opened/operated.

(viii) Forfeiture of Performance Security in case of a decision by the Employer to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

5.2 The Employer will be entitled to take all or any of the actions mentioned at para 6.1 (i) to (viii) of this Pact also on the Commission by the Bidder/Contractor or any one employed by it or acting on its behalf (whether with or without the knowledge of the Bidder/Contractor), of an offence as defined in Chapter IX of the Indian Penal Code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption in Employer‟s country.

Page 129 of 133

5.3 The decision of the Employer to the effect that a breach of the provisions of this Pact has been committed by the Bidder / Contractor shall be final and conclusive on the Bidder / Contractor. However, the Bidder/Contractor can approach the Independent External Monitor(s) appointed for the purposes of this Pact.

6.0 Independent External Monitor(s)

6.1 The Employer has appointed Independent External Monitor(s) (hereinafter referred to as Monitors) for this Pact.

6.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings. The right to access records should only be limited to the extent absolutely necessary to investigate the issue related to the subject tender/contract.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform CMD/CEO/MD of Employer and request Employer to discontinue or take corrective action, or to take other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

6.6 The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction, to all Project documentation of the Employer including that provided by the Bidder/Contractor. The Bidder/Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractor(s). The Monitor shall be under contractual obligation to treat the information and documents of the Bidder/Contractor/Subcontractor(s) with confidentiality.

6.7 The Employer will provide to the Monitor sufficient information about all meetings among the parties related to the project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings as and when required.

6.8 The Monitor will submit a written report to the CMD/CEO/MD of Employer within 10 days from the date of reference or intimation to him by the Employer/Bidder and should the occasion arise, submit proposals for correcting problematic situations.

6.9 The word „Monitor‟ would include both singular and plural.

Page 130 of 133

7.0 Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the Employer or its agencies shall be entitled to examine all the documents including the Books of Accounts of the Bidder/Contractor and the Bidder/Contractor shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8.0 Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the Registered Office of the Employer. The arbitration clause provided in the tender document/contract shall not be applicable for any issue/dispute arising under Integrity Pact.

9.0 Other Legal Actions

9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

9.2 Changes and supplements as well as termination notice need to be made in writing.

9.3 If the Contractor is a partnership or a consortium or a joint venture, this pact must be signed by all partners of the consortium/joint venture.

10.0 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the Employer and the Bidder/Contractor/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract or six months from the date of opening of price bids, whichever is earlier.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intention.

The Parties hereby sign this Integrity Pact at ______on ______.

Page 131 of 133

Employer Bidder

Name of the Officer (Authorised Person)

Designation (Name of the Person)

Designation

Place------Place------

Date------Date------

Witness1.______Witness1.______

(Name and address) (Name and address)

Page 132 of 133

Annexure-C10

PROCUREMENT GUIDELINES

Hierarchy Level I – Statutory The Constitution of India Framework Indian Contract Act, 1872; Sale of Goods Act, 1930 and Mercantile Laws

Laws relevant to Public Procurement (Right To Information Act, 2005; The Micro, Small and Medium Enterprises Development Act, 2006; Prevention of Corruption Act, 1988) II – Rules and General Financial Rules, 2017 Regulations Delegation of Financial Power Rules Any other financial, vigilance, security, safety, counter- trade and other regulatory aspects; orders and guidelines of the Government on the subject of Public Procurement III –Ministry of Ministry of Finance‟s Manual of Policies and Procedures for the Finance‟s Manuals Procurement of Good/Works and Consultancy Services (including non-consultancy services) IV – Procuring More Comprehensive and detailed Codes and Manuals for Public Entities‟ Codes/ Procurement for various categories issued by „Procuring Entities‟ for Manuals and their own use Standard Bidding Standard Bidding Documents for Procurement of Goods/Works/ Documents Consultancy Services etc.

Page 133 of 133