Tender RFP
Tender RFP
Part I
Issued By
The Municipal Commissioner
Nagpur Municipal Corporation (NMC)
Nagpur
Page 1 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Confidentiality
This document has been designed for limited circulation only, amongst the interested parties
(Bidders) who have requested for RFP for “Selection of Master System Integrator (MSI) to
Design, Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years”. Information shared with
Bidders through this document, and any subsequent written document or verbally in this regard
is confidential in nature. Any further circulation of this information without prior permission
of NMC is prohibited and shall attract punishment / penalties.
Page 2 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Disclaimer
Nagpur Municipal Corporation, Maharashtra (hereinafter referred to as “NMC”) has issued this
Request for Proposal (hereinafter referred to as “RFP”) for “Selection of Master System
Integrator (MSI) to Design, Implement, Integrate, Operate and Maintain Intelligent and
Integrated Traffic Management System (IITMS) in Nagpur City for a period of 5 years” on
such terms and conditions as set out in this RFP document, including but not limited to the
Functional and Technical Specifications and requirements set out in different parts of this RFP
document.
This RFP has been prepared with an intention to invite prospective Bidders and to assist them
in making their decision of whether or not to submit a proposal.
It is hereby clarified that this RFP is not an agreement, and the purpose of this RFP is to provide
the bidder(s) with information to assist them in the formulation of their proposals. This RFP
document does not purport to contain all the information bidders may require. This RFP
document may not be appropriate for all persons, and it is not possible for NMC to consider
the investment objectives, financial situation and particular needs of each bidder. NMC has
taken due care in preparation of information contained herein. However, this information is not
intended to be exhaustive. Interested parties are required to make their own inquiries and
respondents shall be required to confirm in writing that they have done so, and they do not
solely rely on the information contained in this RFP in submitting their proposal. This RFP
includes statements, which reflect various assumptions and assessments arrived at by NMC in
relation to the project. Such assumptions, assessments and statements do not purport to contain
all the information that each Bidder may require.
This RFP is not an agreement by and between NMC and the prospective bidders or any other
person. The information contained in this RFP is provided on the basis that it is non–binding
on NMC, any of its authorities or agencies, or any of their respective officers, employees,
agents, or advisors. NMC makes no representation or warranty and shall incur no liability under
any law as to the accuracy, reliability or completeness of the information contained in the RFP
document. Each Bidder should conduct its own investigations and analysis to check the
accuracy, reliability and completeness of the information in this RFP Document, and where
necessary, obtain independent advice from appropriate sources. Each Bidder is advised to
consider the RFP document as per his understanding and capacity. The bidders are also advised
to do appropriate examination, enquiry and scrutiny of all aspects mentioned in the RFP
document before bidding. Bidders are encouraged to take professional help of experts on
financial, legal, technical, taxation, and any other matters / sectors appearing in the document
or specified work.
Bidders are also requested to go through the RFP document in detail and bring to notice of
NMC any kind of error, misprint, inaccuracies, or omission in the document. NMC reserves
the right not to proceed with the project, to alter the timetable reflected in this document, or to
change the process or procedure to be applied. NMC also reserves the right to decline to discuss
the Project further with any party submitting a proposal.
No reimbursement of cost of any type shall be paid to persons, entities submitting a Proposal.
The Bidder shall bear all costs arising from, associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, expenses associated
with any demonstrations or presentations which may be required by NMC, or any other costs
incurred in connection with or relating to its Bid.
Page 3 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Issue of this RFP does not imply that NMC is bound to select and pre-qualify Bids for Bid
Stage or to appoint the Agency for the project and NMC reserves the right to reject all or any
of the Bids without assigning any reasons whatsoever. NMC may, in its absolute discretion but
without being under any obligation to do so, update, amend or supplement the information,
assessment or assumptions contained in this RFP.
The information contained in this Request for Proposal (“RFP”) Document or subsequently
provided to Bidder, whether verbally or in documentary form by or on behalf of the NMC or
any of their employees is provided to the Bidder on the terms and conditions set out in this RFP
Document and any other terms and conditions subject to which such information is provided.
The NMC, their employees and advisors make no representation or warranty and shall incur
no liability under any law, statute, rules, or regulations as to the accuracy, reliability or
completeness of the RFP Document. The Government Representatives may in their absolute
discretion, but without being under any obligation to do so, update, amend or supplement the
information in this RFP Document.
Page 4 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Structure of the RFP
This RFP is meant to invite proposals from interested bidders capable of delivering the services
described herein. This Request for Proposal document consists of following parts viz:
Part I:
This part also describes various phases of the project and roles and responsibilities of
the Agency during the entire project duration including the implementation stage and
the Operations and Maintenance stage.
Various administrative aspects including timelines are also described in this part.
This part of the RFP provides various Terms and conditions of the contract, Draft Agreements
format such as Draft Non-Disclosure Agreement, Draft Master Service Agreement etc. which
would be entered into between the NMC and the Successful Bidder (Agency) at the start of the
project.
This is the Part I (Part IA and Part IB) of the RFP document.
Page 5 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Table of Contents
Confidentiality ....................................................................................................................................... 2
Disclaimer .............................................................................................................................................. 3
Structure of the RFP ............................................................................................................................. 5
Glossary ............................................................................................................................................ 10
Project Background ............................................................................................................................ 15
Page 6 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Scope of Work ..................................................................................................................................... 56
Page 8 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Annexure Set I – Envelope A ........................................................................................................... 218
Page 9 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Glossary
Page 10 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
EE Electrical and Electronics
EER Energy Efficiency Ratio
EMD Earnest Money Deposit
EMS Enterprise Management System
EN European Standard
EPF Employee Provident Fund
EPS Events per Second
FAQs Frequently Asked Questions
FAT Final Acceptance Test
FC/FCC Federal Communications Commission
FCoE Fibre Channel over Ethernet
FIPS Federal Information Processing Standards
Ft Feet
FTP File Transfer Protocol
GAD General Administration Department
GB Gigabytes
Gbps Gigabytes per second
GIS Geographic Information System
GoM Government of Maharashtra
GR Government Resolution
GST Goods and Service Tax
GUI Graphic User Interface
HA High Availability
HDD Hard Disk Drive
HDMI High-Definition Multimedia Interface
HR Human Resource
HTTP Hyper Text Transfer Protocol
HTTPS Hypertext Transfer Protocol Secure
Hz Hertz
ICMP Internet Control Message Protocol
ICR Infrared Cutfilter Removal
ICT Information and Communication Technology
IDC Internet Data Center
IEEE Institute of Electrical and Electronics Engineers
IGBT Insulated-Gate Bipolar Transistor
IGMP Internet Group Management Protocol
INR Indian Rupees
IP International (or Ingress) Protection
IPS In-plane switching
IPSec Internet Protocol Security
IPv4/IPv6 Internet Protocol version 4/ Internet Protocol version 6
IR Infra Red
IRDA Insurance Regulatory and Development Authority
IRE Institute of Radio Engineers
iSCSI Internet Small Computer Systems Interface
ISI Indian Standards Institute
ISMS Information Security Management System
Page 11 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
ISO/IEC International Organization for Standardization/International Electro technical
Commission
ISP Internet Service Provider
IST Indian Standard Time
IT Information Technology
ITA Information Technology Act
ITCC Information Technology Coordination Center
ITES Information Technology Enabled Services
ITSM Information Technology service management
Kbps Kilobits Per Second
KPI Key Performance Indicator
KVA Kilo Volt-Ampere
L2TP Layer 2 Tunneling Protocol
LACP Link Aggregation Control Protocol
LAN Local Area Network
LDAP Lightweight Directory Access
LED Light Emitting Diode
LLP Limited Liability Partnership
LOA Letter of Acceptance
LOI Letter of Intent
LUN Logical Unit Number
M.Tech Master of Technology
MAC Media Access Control
MAF Manufacturer Authorization Form
MBA Master of Business Administration
Mbps MegaBits Per Second
MCA Master of Computer Applications
MCSE Microsoft Certified Solutions Expert
MD5 Message Digest Algorithm 5
MIS Management Information System
Mm Millimeter
MMR Mumbai Metropolitan Region
MP Megapixel
MPEG Moving Picture Experts Group
MPLS Multiprotocol Label Switching
Mpps Mega Packet Per Second
MSA Master Service Agreement
MSME Ministry of Micro, Small & Medium Enterprises
MSWAN Maharashtra Statewide Area Network
NAS Network-attached storage
NAT Network Address Translation
NDA Non-Disclosure Agreement
NDMP Network Data Management Protocol
NEFT National Electronic Funds Transfer
NFS Network File System
NMC Nagpur Municipal Corporation
NMR Nagpur Metropolitan Region
Page 12 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
NOC Network Operation Center
NSIC National Small Industries Corporation
NTP Network Time Protocol
O&M Operation and Maintenance
OEM Original Equipment Manufacturer or OEM Authorized Vendor
OIR On-line Insertion and Removal
ONVIF Open Network Video Interface Forum
OS Operating System
OSPF Open Shortest Path First
OST Offline Storage Table
PAN Permanent Account Number
PBG / BG Performance Bank Guarantee / Bank Guarantee
PC Personal Computer
PDU Power Distribution Unit
Ph Phase
PMU Program Managements Unit
PoE Power over Ethernet
PPM Page Per Minute
PPP Point-to-Point Protocol
PPPOE Point-to-Point Protocol over Ethernet
PSU Public Sector Undertaking
PWM Pulse Width Modulation
QB Quarterly Bill
QoS Quality of Service
RAID Redundant Array of Independent Disks
RAM Random Access Memory
RFP Request for Proposal (Tender Document)
RIP Routing Information Protocol
RJ Registered Jack
RMON Remote Monitoring
RoHS Restriction of Hazardous Substances
ROM Read Only Memory
RPO Recovery Point Objective
RSVP Resource Reservation Protocol
RTGS Real Time Gross Settlement
RTO Recovery Time Objective
RTP Real-time Transport Protocol
RTSP Real Time Streaming Protocol
SAN Storage Area Network
SAS Serial Attached SCSI
SD Secure Digital
SDK Software Development Kit
SFP Small Form-factor Pluggable
SLA Service Level Agreement
SMF Sealed Maintenance Free
SMPS Switched-Mode Power Supply
SMS Short Message Service
Page 13 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
SMTP Simple Mail Transfer Protocol
SNMP Simple Network Management Protocol
SOAP Simple Object Access Protocol
SOP Standard Operating Procedure
SOW Scope of Work
SPOC Single Point of Contact
SRS System Requirement Specifications
SSD Solid-State drive
SSH Secure Shell
SSL Secure Sockets Layer
STP Shield Twisted Pair
STQC Standardization Testing and Quality Certification
TACACS Terminal Access Control System
TB Terabytes
TCP Transmission Control Protocol/Internet Protocol
TEC Tender Evaluation Committee
TFTP Trivial File Transfer Protocol
TIA Telecommunications Industry Association
TMC Traffic Management Center
TOS Type of Service
TPA Third Party Auditing
UAT User Acceptance Testing
UDP User Datagram Protocol
UHE Ultra-High Energy
UHP Ultra-High Pressure
UL Underwriters Laboratories
UOM Unit of Measurement
UPnP Universal Plug and Play
UPS Uninterruptible Power Supply
USB Universal Serial Bus
V Volts
VAPT Vulnerability Assessment and Penetration Testing
VAS Video Analytics System
VBR Variable Bitrate
VDS Violation Detection System
VESDA Very Early Smoke Detection Apparatus
VGA Video Graphics Array
VLAN Virtual LAN
VMS Variable Messaging Sign
ViMS Video Management System
VPN Virtual Private Network
W Watts
WAN Wide Area Network
WDR Wide Dynamic Range
Wi-Fi Wireless Fidelity
XML Extensible Markup Language
Page 14 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Project Background
Over the last few decades, economic growth of urban conglomerates has resulted in loss of
high-quality agricultural land, fragmentation of the ecosystem, inducing increased dependency
on private vehicles and unfavourable condition of the public transportation systems. In the
present situation, increasing the carrying capacity of the road space becomes overly difficult,
which leads to increased traffic congestion. This is also the case with City of Nagpur. A total
of 6,74,889 vehicles are registered in Nagpur City up to 2021, with another ~13 Lakh vehicles
registered in other parts of the Nagpur District with an average vehicle registration growth rate
of 7% per annum. 65% of modal share is private transport including two-wheeler and four-
wheeler. The city road network profile also invites high number of truck movements to pass
through the city due to its location acting as junction point for various important highways of
the country - NH6, NH69, NH9, SH260 and MSH 9. Nagpur district also witnesses large
number of road crashes and fatalities. In the year 2020 alone, despite COVID-19 lockdown,
Nagpur has witnessed 2163 Road Crashes of which 630 were fatal.
To counter this possibility, the authorities in Nagpur have started planning better Traffic
Management in the city by leveraging latest technologies. The Nagpur Municipal Corporation
has envisioned a project “Intelligent and Integrated Traffic Management System (IITMS)” for
the city. It is an endeavour for integrated approach for traffic management in the city. The
IITMS project envisions to revamp and upgrade all the traffic signals in the city of Nagpur and
connect them with central server for implementing centrally controlled Adaptive Traffic
Control System. The project also envisions to cover major junctions, and road of the city with
Violation Detection Systems for automatic enforcement such as Red-Light Violation, Speed
Violation, No Helmet, Triple seat riding and illegal parking at junctions etc. Successful Bidder
shall operate and maintain the IITMS project for a period of 5 years from date of Go-Live.
Nagpur city is equipped with CCTV Cameras, network backbone, City Operations Center and
other assets which are installed through the Nagpur Smart & Sustainable City Development
Corporation Ltd. Nagpur Municipal Corporation envisions to co-use existing infrastructure
wherever possible, so as to maximize utilization of existing IT / Non-IT assets, and saving on
cost as well as planning for one centralized integrated system for City’s Traffic Management.
The IITMS project is planned to address some of the traffic related challenges faced in
Nagpur City as briefed below:
• Inadequate real time information and management of traffic density, congestion etc.
• Road congestion and hinderance to regular flow of traffic due to on-street parking.
• Increased costs of travel due to lack of intelligent road traffic signalling system.
• Increase in traffic violations due to absence of systematic traffic management.
INSTRUCTIONS TO BIDDERS
Part 1A
Page 16 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Instructions to Bidders
1. RFP Notice
This RFP Document is being published by the Nagpur Municipal Corporation, for the Project
“Request for Proposal for Selection of Master System Integrator (MSI) to Design, Implement,
Integrate, Operate and Maintain Intelligent and Integrated Traffic Management System
(IITMS) in Nagpur City for a period of 5 years”. The notice inviting tender is published by
NMC.
2. Submissions of Bids
a. NMC invites bids for this Request for Proposals (RFP) from eligible bidders as per the
scope of work defined in the RFP.
b. Bids must be received not later than the time and date mentioned in the Notice Inviting
Tender (or as amended from time to time). Bidder shall not be able to submit bids post
Last date (deadline) for submission of bids and hence their bids shall not be considered.
c. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must perform their own
research and survey, and form conclusions about the solution needed to meet the
requirements.
d. NMC reserves the right to amend, at any given time during the bid process, any terms
and conditions in the RFP in larger public interest.
e. All information supplied by Bidders shall be treated as contractually binding on the
Bidders, on successful award of the assignment by NMC on the basis of this RFP.
Page 17 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
f. No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of NMC. Any notification of preferred
bidder status by NMC shall not give rise to any enforceable rights by the Bidder. NMC
may cancel this tendering process at any time, prior to a formal written contract being
executed by or on behalf of NMC, without assigning any reasons.
g. Any contract that may result from this bidding process shall be effective from the date of
Signing of Contract and shall, unless terminated earlier in accordance with its terms,
continue for a period till completion of Contract.
h. NMC reserves the right to amend at any given time during the contract period any terms
and conditions in the Contract Agreement in larger public interest on mutually agreed
terms and conditions between both the parties. NMC’s decision shall be final and binding
upon the Successful Bidder (Agency).
i. All figures of costs, project values and others shall be mentioned in Indian Rupees only.
j. An identified sub-contractor participating with more than one (1) Bidder shall furnish an
undertaking to the effect that there exists no conflict of interest and that any commercial
arrangement by and between the concerned Bidders and the identified sub-contractor is
purely contractual in nature and there is no undue influence, fraud or anti-competitive
activity. NMC bears no responsibility whatsoever, to any such fraudulent activities.
Bidders are advised to study this RFP document carefully before submitting their bids.
Submission of a bid in response to this RFP shall be deemed to have been done after careful
study and examination of this RFP, a visit to NMC office to understand the requirements, visits
to understand existing systems of Nagpur City, present civil conditions, expectations, current
scenario, processes, and other necessary considerations, in order to assess the efforts required
for the project. Failure to furnish all information required by the RFP or submission of a bid
not substantially responsive to the RFP requirement in every respect will be at the bidder's risk
and may result in rejection of its bids. For reference, Key documents to be submitted are
mentioned in Annexure Set III - Annexure I, which shall be submitted with proper indexing
of all submissions with exact page number / file name.
The bidder is responsible for all costs incurred in connection with participation in this process,
including, but not limited to, costs incurred in conduct of informative and other diligence
activities, participation in meetings, discussions, presentations, demonstration, any lodging and
boarding, preparation of bids, in providing any additional information required by NMC to
facilitate the evaluation process, and in negotiating a definitive Contract or all such activities
related to the bid process. The NMC will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process. This RFP does not commit the
NMC to award a contract or to engage in negotiations. No reimbursable cost may be incurred
in anticipation of award. All materials submitted by Bidder shall become property of NMC and
may be returned at its sole discretion.
Page 18 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
6. Pre Bid Meeting
a. NMC will organize a Pre-Bid meeting with all interested Bidders / OEM to answer queries.
b. All the Bidders are requested to submit their list of queries / suggestions / clarifications if
any, to the RFP and / or the Draft Contract Agreement only via email and in the format
prescribed in Annexure Set IV - Annexure 4 to [email protected], on or
before date specified in “NOTICE INVITING TENDER”.
c. NMC will not respond to the queries sent in any other format than prescribed as per
Annexure Set IV - Annexure 4 or queries sent after the stipulated date.
d. NMC shall consider the queries submitted by prospective bidders and may or may not
change the tender document / amend the tender document.
e. All such changes or amendments if any will be published online on tendering website and
shall be treated as inherent part of the tender requirement.
At any time before the deadline for submission of bids, NMC may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, modify the
RFP Document by an amendment. All the amendments made in the document would be made
available on the e-Tender website (www.mahatenders.gov.in). The bidders are advised to visit
this website on regular basis for checking necessary updates. The NMC also reserves the rights
to amend the dates mentioned in this RFP for bid process. In order to allow prospective Bidders
reasonable time to take any such amendments into account in preparing their bids, NMC may,
at its discretion, extend the last date for the submission of Bids.
8. Site Visit
The Bidder may wish to visit proposed sites of the existing and proposed traffic junctions and
other points of interests, TMC sites etc. to understand the user expectations and obtain for itself,
at its own cost, responsibility and risk, all information that may be necessary for preparing the
bid and entering into the Contract including the existing assets. The assessment of actual costs
including designing, engineering, financing, procurement, development, construction,
equipment, manpower, software development and IT Infrastructure including hardware and
software, services, integration with existing systems, co-use of existing systems, operation and
maintenance of the Project will have to be made by the Bidders. The Bidders are invited to
examine the Project in greater detail, and to carry out, at their cost, such studies as may be
required for submitting their respective Bids. The costs of visiting the proposed site shall be at
the Bidder’s own expense. NMC will arrange for the Bidder and any of its personnel or agents
to gain access to the relevant office of proposed site and information, provided that the Bidder
gives the NMC adequate notice of a proposed visit of Prior to at least Five (5) working days.
No site visits shall be arranged or scheduled after the Last Date (deadline) for the submission
of the Bids and prior to the award of Contract, unless specifically approved by NMC.
The NMC may terminate the RFP process at any time in line with relevant provisions prevalent
at that time. The NMC makes no commitments, express or implied, that this process will result
in a business transaction with anyone. This RFP does not constitute an offer by the NMC. The
bidder's participation in this process may result in NMC selecting the bidder to engage towards
execution of the contract. In the event of such termination of the RFP Process, EMD of all
bidders shall be returned, without any interest.
Page 19 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
10. Project Phases
Design, Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) for a period of 5 years be bifurcated in two Phase:
Phase Name Description Period
1 months after Signing of
Project Inception and Planning
Contract
Implementation 10 months after Signing of
Project Implementation
Stage Contract
Project Go-Live / Commencement of At end of the 11th month and
Operations start of 12th month
Operations and Operation and Maintenance of IITMS
For 60 Months from the date
Maintenance project as per requirements and Terms
of Go-Live.
Stage and Conditions.
The MSI is required to design, implement, integrate the IITMS system, shall operate and the
entire system for the entire contract period and shall be responsible for repair, maintenance and
all other allied services detailed in the RFP, as per terms, conditions, defined Service Levels
and the scope of the RFP. The MSI shall be paid by the NMC during the implementation Stage
and the O&M stage as per payment milestones defined in the RFP, subject to MSI’s adherence
to the requirement and terms and conditions of the RFP and resultant contract, and the SLAs.
NMC will provide all necessary support and permission required for erection of poles, fiber /
electric cable laying etc. All the required civil, electrical, and other work, equipment, cameras,
command, and control center etc. as detailed in this RFP document shall be responsibility of
the Successful Bidder including the maintenance of the same for entire contract period. The
MSI shall also be required to sign a tripartite agreement with Nagpur Municipal Corporation
and Nagpur Smart City to ensure smooth co-use of the existing assets.
The IITMS system built and operated by the MSI, shall assist the authorities (Nagpur Traffic
Police and RTO etc.) to detect incidents and manage as well as identify and penalise the traffic
violators on in the city.
The MSI shall be required to integrate with the Challaning system of the Traffic Police to
generate challan and collect specified penalty with respect to the traffic violation from the
citizens. Traffic Police and RTO will continue to collect such penalty and MSI shall have no
role in collection of penalty / any other charges from the citizens.
The above terms and conditions shall remain valid for the entire contract period unless
explicitly changed by NMC at its sole discretion. NMC reserves the right to modify the
engagement model at any given time as deemed fit as per mutually agreed terms and conditions
between MSI and NMC in the larger Public Interest. NMC’s decision shall be final and binding
upon the bidder.
Page 20 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
12. Earnest Money Deposit
a. Bidder shall submit an EMD of Rs. 1,00,00,000/- (Rs. One Crore Only), along with the
bids, which shall be paid online through RTGS / NEFT on Mahatenders portal.
b. EMD of non-successful bidder will be discharged / returned as promptly as possible, but
not later than 30 days after Signing of the Contract with the Successful Bidder. No interest
shall be payable on the EMD whatsoever.
c. Prior to expiry of the Bid validity Period, NMC may request the Bidders to extend the
period of Bid for a specified additional period. The Bid of any Bidder refusing to extend
validity as requested shall not be considered, and its EMD shall be returned within 30
(Thirty) days (with no interest). A bidder agreeing to the request will not be allowed to
modify its bid but would be required to extend the validity of its Bid and the EMD shall be
kept with NMC, till the extended period and comply with all clauses of this document in
all respects.
d. EMD of Successful Bidder shall be kept till the submission of the PBG.
NMC reserves right to forfeit the EMD as per any of the conditions as per clause 15
“Rejection Criteria” under “Instructions to Bidders”. Decision of the NMC regarding
forfeiture of the EMD and rejection of bid shall be final.
Page 21 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
13. Evaluation Criteria and Requirements
This tender is based on the Lowest Bid (L1) Based Selection for Technically Qualified Bidders.
To participate in Commercial Evaluation Process, Bidder is required to secure at least 60 marks
out of 100 in Technical Evaluation, of which 20 marks out of 30 should be from Demonstration.
The NMC shall appoint a Tender Evaluation Committee (TEC) to scrutinize and evaluate the
financial and technical strengths and commercial bids received. For purpose of Demonstration,
the NMC may invite other stakeholders such as Smart City Officials, Traffic Police Officials
etc. The TEC will examine the Bids to determine whether they are complete, responsive and
whether the Bid format conforms to the RFP requirements.
b. Commercial Evaluation: Bidder shall submit their Commercial Bids in Envelop B as per
format defined in Annexure Set III. Commercial bids of only technically qualified bidders
securing minimum 60 marks out of 100 marks shall be opened. Of such qualified bidders,
the bidder bidding lowest in the Commercial bid may be considered for award of contract.
# Term Definition
1 Net-worth As defined in Companies Act 1956 / 2013 as amended from time to time.
As defined in Maharashtra's Information Technology/Information
2 IT/ITeS Technology Enabled Services (IT / ITES) Policy – 2015 as amended
from time to time.
Supply / Design / Development, installation, testing, commissioning,
operations and maintenance of:
a. City or Highway Traffic enforcement / Management System AND /
OR
b. Intelligent Traffic Management System including Violation
Detection System AND / OR
c. Intelligent Traffic Management System including Adaptive Traffic
Control System AND / OR
“Similar
d. Safe City / City surveillance System
3 Projects” or
“ITMS”
This will include Smart City Project with ‘relevant scope.’
Relevant Scope: Any one or more of the above defined 4 points, along
with supporting infrastructure including Hosting, Network, ICCC etc.
The project cost / locations will be considered only for the ‘relevant
scope’, which will be excluding non-relevant scope such as Smart
Parking, Wi-Fi, Smart Street Light, Waste Management etc. NMC’s
decision in this regard shall be final and binding
FY 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23
Last five
4
financial years Financial Year shall mean period between from 1st April of that year to
31st March of immediate next year.
Page 22 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
# Term Definition
5 Last five years Last five years as on the last day (deadline) of the submission of Bid.
Last seven
6 Last seven years as on the last day (deadline) of the submission of Bid.
years
7 OEM Original Equipment Manufacturer or OEM Authorized Vendor
Installation, testing, commissioning of Information,
8 ICT Communication and Technology including IT and / or Telecom and /
or Hosting - Infrastructures involving active components.
Video Analytics As per RFP Clause 8.5 under Scope of Work and BoQ line item number
9
System 96.
13.2. Consortium
The Bidder for participation in the Selection Process, may be a single entity or a Consortium,
coming together to execute the project. No member at any given point of time, may assign or
delegate its rights, duties or obligations under the resultant Agreement except with prior written
consent of the NMC.
No bidder applying individually, or as a member of a Consortium, as the case may be, can be
member of another consortia bidding for the project. A consortium partner shall only participate
in one consortium bid.
In the event the Bidder is a Consortium, it shall, comply with the following additional
requirements:
a. Number of members in a consortium shall not exceed three (3) including the Lead
Bidder;
b. The Lead Bidder shall essentially be the Master System Integrator.
c. Members of the Consortium shall nominate one member as the Lead Member (the “Lead
Bidder”); further, the members shall not be a part of more than one consortium.
d. The Lead Bidder shall remain responsible for successful delivery of the project at all
times during the term of the resultant contract;
e. The Lead Bidder shall be authorized and shall be fully responsible for the accuracy and
veracity of the representations and information submitted by the Members respectively
from time to time in the response to this RFP.
f. Members of the Consortium shall enter into a binding Joint Bidding Agreement, for the
purposes of making the Application and submitting a Bid and executing the project if
declared as Successful Bidder as per Terms and Conditions of the RFP.
g. Subject to the provisions of sub-clause (f) above, the Joint Bidding Agreement shall
contain the information required for each member of the Consortium and shall, inter alia:
i. Undertake that each of the members of the Consortium shall have an independent,
definite and separate scope of work which was allocated as per each member’s field
of expertise;
ii. Commit to the profit and loss sharing ratio of each member;
iii. Commit to the scope of work, rights, obligations and liabilities to be held by each
member; specifically commit that the Lead Bidder shall be answerable on behalf of
other members for the performance of obligations under the resultant Agreement,
provide a brief description of the roles and responsibilities of individual members;
and clearly define the proposed administrative arrangements (organization chart) for
the management and execution.
iv. Include a statement to the effect that all members of the Consortium shall be severally
liable for all obligations in relation to the Assignment until the completion of the
Page 23 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Assignment in accordance with the resultant Agreement; undertake that all Members
shall comply with all lock-in requirements set forth in the RFP.
v.Undertake;
o That notwithstanding anything contrary contained in this RFP or the resultant
Agreement, the Lead Bidder shall always be liable for obligations of all the
consortium Members i.e. for both its own liability as well as the liability of other
Members and all the members of the consortium shall always be liable for
obligations limited to their scope of work. However, the members of the
consortium shall be severally liable for the completion of the project.
o That the Lead Bidder shall be liable for the entire scope of work and risks involved
and further shall be liable and responsible for ensuring the individual and
collective commitment of each of the Members of the Consortium in discharging
all of their respective general obligations under the resultant Agreement.
o Each Member further undertakes to be individually liable for the performance of
its part of the obligations without in any way limiting the scope of collective
liability envisaged in the resultant Agreement.
o That the Members of the Consortium shall alone be liable for all obligations of
the identified sub-contractor and clearly indemnify the NMC against any losses
or third-party claims arising due to the sub-contractor / consortium’s default.
o That the Lead Bidder is liable to manage the complete assignment by taking
responsibility of delivery as per scope and maintain transparency around
monetary terms.
h. The technical and commercial capacity of the Members shall satisfy the conditions of
eligibility as prescribed in this RFP;
i. The nomination of the Lead Bidder shall be supported by a Power of Attorney, as per the
format in this RFP signed by the other members of the Consortium. The duties,
responsibilities and powers of such Lead Bidder shall be specifically included in the
resultant Agreement. It is expected that the Lead Bidder shall be authorized to incur
liabilities and to receive instructions and payments for and on behalf of the Consortium.
The NMC expects that Lead Bidder shall have maximum responsibility pertaining to
execution of project;
j. Composition change of the consortium is NOT permitted any time before the award of
the contract. In case Consortium composition and / or a member is required to be changed,
the same shall be done only after prior written approval of NMC. Before on-boarding
new consortium member, who is expected to possess comparable or better qualifications
as the exiting member, the MSI shall take prior written approval of NMC. The Lead
Bidder is also responsible for incorporating relevant changes in the Joint Bidding
Agreement. Lead Bidder shall be responsible for the scope of work to be delivered by the
exiting member, whether it does it itself or through a new member of the consortium.
k. The bidder shall not subcontract any part of the scope without prior written consent of
NMC. Bidders are allowed to subcontract only certain scope of work as defined in clause
12 under “Administrative Aspects” of this RFP document.
l. Both during the process of award, and post award of contract, if there is a change in sub-
contractors or the activities being sub-contracted, Successful Bidder shall obtain prior
permission form NMC. NMC shall review the activities listed for sub-contracting and
any suggestions by the NMC shall be agreed upon and binding on the bidder. For any
deviation from suggestions made by NMC on Sub-Contracting, NMC reserves the right
to disqualify the bidder at any stage.
All members of consortium are required to follow the highest level of work ethics, if any
member of the consortium has a Conflict of Interest or indulges in “Corrupt or
Fraudulent Practices” as described in Clause 20 and 21 under “Instructions to Bidders”
during the tendering process (Selection Process); the whole Consortium is liable to be
disqualified.
Page 24 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
This invitation for bids is open to bidders who are eligible to do business in India under relevant Indian laws as is in force at the time of bidding as per the
criteria mentioned in the RFP. The bidder shall submit all the documents as mentioned below and additionally other documents as necessary. Only bids
qualifying the criteria below would be eligible for further technical evaluation.
Pre- Qualification Evaluation shall be done as per the parameters mentioned in the table below.
Page 25 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Page 26 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Page 27 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Page 28 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Below Criteria are to be satisfied by the OEM and not by any authorized vendor:
OEM Criteria: OEM supplying the Adaptive Traffic Control Software to the
Bidder should have supplied / operated the ATCS Software for
1.
Adaptive Traffic at least 50 Traffic Junctions for similar solutions in any one
Control Software operational “Similar Project” in India during last 7 years.
• OEM shall submit documental evidence of work order /
OEM Criteria: OEM supplying the Adaptive Traffic Control Controller to the agreement to the System Integrator mentioning the relevant
Bidder should have supplied the ATCS Controller for at least 150 scope of Work along with invoice/s raised to the System
2. Traffic Junctions for similar solutions in one or more Integration for the same project by OEM.
Adaptive Traffic (maximum 5) operational “Similar Projects” in India during
Signal Controller last 7 years. • Completion Certificate from the client
OR
OEM Criteria: OEM supplying LED Traffic Aspects to the Bidder should have In case of on-going project, a partial completion certificate
3.
supplied at least 5000 LED Traffic Aspects (Individual from the client on client’s letter head with scope of work
LED Traffic Aspect) for similar solutions in any one or more (maximum 5) matching the required criteria.
Aspects operational “Similar Project” in India during last 7 years.
OEM Criteria: Details mentioned in format as mentioned in Annexure Set 1 -
OEM supplying the Traffic Simulation Software to the Bidder Format 4 (4.3).
should have supplied / operated the Traffic Simulation Software
4. Traffic for at least 50 Traffic Junctions for similar solutions in any one
Simulation operational “Similar Project” during last 7 years.
Software
OEM supplying the Cameras to the Bidder, for using video
OEM Criteria: analytics based Adaptive Traffic Control System and Violation
5. Detection System should have supplied at least 2500 IP
IP Camera Cameras for similar solutions in one or more (maximum 5)
operational “Similar Projects” in India during last 7 years.
Page 29 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Page 30 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Note:
1. Any bid failing to meet the above eligibility criteria shall be disqualified and shall not be
considered for further Technical and Commercial Evaluation.
2. Change in Eligibility Criteria: If there is a change in the status of the bidder with reference
to any of the eligibility criterion specified above (or in the Technical Qualification
parameters below), during the bid process till the award of the project, the bidder shall
immediately bring the same to the notice of NMC. NMC reserves right to take necessary
action as it deems fit in such cases.
3. The bidder shall be disqualified, and its bid shall be summarily rejected if any details related
to Commercial Bid are provided in the Technical Bid.
4. The project value for ‘similar projects’ as described above shall be considered
inclusive of all applicable taxes of the relevant scope only in case the “Similar Project”
scope is part of larger project scope.
5. The bidder should on its own meet the technical experience as stipulated in RFP and should
not claim to be meeting the technical experience criteria basis its parent, subsidiary, co-
subsidiary, associated or other related entity.
6. In case bidder is claiming experience of a project where the bidder is a part of consortium,
then bidder has to be Lead Bidder of that consortium or Bidder shall have evidence of
clearly defined Role and Responsibility (to match what is asked for) in the said project as
part of Master Service Agreement and / or Joint Bidding Agreement.
7. In case bidder is claiming experience of a project where the bidder is a sub-contractor and
not the bidder, that experience will not be considered.
8. The OEM can offer its Product / Services to multiple bidders. MSI shall ensure the technical
qualification of the proposed OEM and proposed components of the new OEM, matches or
exceeds the required technical specifications. OEM should have existing registered service
/ support centre or establish in India within 30 days of Signing of Contract. The Bidder
should submit an undertaking from the OEM to that effect.
9. All proposed Camera models should comply with the latest BIS 13252:2010, BIS
16910:2018 and BIS 16910 (Part 5):2020 standards and detailed specification. Camera
OEM need to submit a compliance with proposed product datasheet page reference
against each of the 67 technical parameters.
10. All bidders and OEMs are required to comply to General Financial Rules (GFRs), 2017
(including Global Tender Enquiry Amendment Rule 161(IV) dated 15 May 2020 and
Amendment Rule 144 (xi) dated 23rd July 2020), all as amended from time to time. An
undertaking from all OEMs and Bidders in this respect shall be submitted.
11. The NMC shall follow Manual of Office Procedures for Procurement by the Government
Departments published by Government of Maharashtra vide Industries Department GR.
dated 01 December 2016 (as amended from time to time).
Page 31 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
13.5. Technical Evaluation
1. Post Pre-Qualification evaluation, NMC shall conduct Technical Evaluation against the
Technical Criteria defined in the RFP. NMC will only consider documents submitted as
part of Envelope A (including Annexure Set I and Annexure Set II) for Technical
Evaluation. No other documents shall be considered for evaluation.
2. This is Lowest Bid based Selection of technically qualified bidders.
3. The Technical Evaluation of Bidders’ proposals shall be based on below parameters and
the “Technical Score” shall be calculated out of 100 marks and shall be evaluated as
below:
C. OEM Experience 25
Page 32 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
The Technical Evaluation shall be done as per the parameters and marking system mentioned in the table below:
B. Technical Criteria 30
Total Project Value of maximum any three projects
submitted meeting the Criteria:
The Bidder (All Members jointly, in case of consortium)
should have experience of executing minimum number of Total Project Value Marks
2. 10
“Similar Project” with a minimum project value as per below < 160 Crore Disqualified
table, in India during last 7 years. >= 160 Crore and < 240 Crore 05 marks
>= 240 Crore and < 320 Crore 07 marks
>= 320 Crore 10 marks
Page 33 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Page 34 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
The Bidder (Any one member, in case of Consortium) should Total number of VDS locations / junctions
have experience implementing Minimum Violation Detection implemented in one or more (maximum 5) Similar
Systems (including Speed Violation at a location and / or Red- Projects submitted meeting the Criteria:
Light Violation at a junction and / or Stop Line Violation at a
junction and / or Wrong Way Driving at a location and / or Total VDS locations / junctions Marks
5. 05
Unauthorized Parking at a location including the Video < 100 00 Marks
Analytics Software), in any one or more (maximum 5) >= 100 and < 150 03 marks
“Similar Projects” in India, during last 7 years >= 150 and < 200 04 marks
>= 200 05 marks
Minimum Violation Detection Systems: 100
Page 35 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
OEM supplying the Cameras to the Bidder, for using video Number of IP Cameras supplied
Marks
9. analytics based Adaptive Traffic Control System and Violation meeting the criteria 05
Detection System should have supplied at least 2500 IP < 2500 Disqualified
Cameras for similar solutions in one or more (maximum 5) >= 2500 and < 3750 02 Marks
operational “Similar Projects” in India during last 7 years. >= 3750 and < 5000 03 Marks
>= 5000 05 Marks
Page 36 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
OEM Criteria: Video Analytics System Number of IP cameras for one or more (maximum 5)
operational project meeting the criteria:
OEM supplying the Video Analytics System to the Bidder should
have supplied / operated the VA for at least 1000 IP Cameras IP Cameras on VA Marks
11. 05
for similar solutions in one or more (maximum 5) operational < 1000 Disqualified
“Similar Projects” with varied model camera OEM in India >= 1000 and < 1500 02 Marks
during last 7 years. >= 1500 and < 2000 03 Marks
>= 2000 05 Marks
Mandatory Demonstration from Bidders 35
• Bidders shall be required to submit a document with detailed Approach and Methodology, make and model of all
components and software etc. before the Technical Evaluation of the System.
• All the costs towards such Technical Evaluation including the preparation, demonstration, manpower, lodging and
boarding, travelling, transportation etc. shall be sole responsibility of bidder.
• Sample size for below tests shall be as directed by NMC during the demo, until satisfaction of NMC.
• Marks for Technical Evaluation of the System shall be given based on the demonstration of the defined functionalities,
12. 35
and mandatory submission of corresponding document, photo, video evidence to be submitted by the bidder.
• Any changes in operations, solutions, quality or SOP required by NMC shall be incorporated by the Bidders.
• In case of failure of demo during any process until satisfaction of NMC, NMC reserves the right to reject the bid.
• Marks shall be allocated as per below for each criteria accurately captured, and Output demonstrated (percentage of total
sample size considered).
Page 37 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Page 38 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
13.5.2. Demonstration from Bidders
a. All the qualified bidders as per the pre-qualification criteria shall be asked to demonstrate
to the Technical Committee, the complete functioning of the system along with the software
deliverables as described in this document (as amended from time to time) during the
technical evaluation.
b. The complete working system comprising of all minimum necessary hardware, software,
network, accessories, PC / workstation etc. for capturing the output shall be asked to be
demonstrated. Such demo / POC will be for one or more junctions as directed by NMC.
c. All the hardware, software, components etc. of the Demo / POC (under evaluation)
shall be of the same make and model proposed by bidder as per the technical proposal
submitted.
d. The location of the demonstration shall be at one of the corridors of the Nagpur City as
decided by the NMC. The bidder can use the existing Pole and electricity for the
Demonstration if available. However, the entire responsibility for the same shall be of the
respective bidder. Any additional pole, electricity point or any other arrangements required
for the successful demonstration shall be sole responsibility of the respective bidders. All
the required permission will be given by NMC upon requests from bidders.
e. All the Bidders shall be given a period of around one week for preparation for the
demonstration before the day the demo starts. The demonstration may run for one or more
days until satisfaction of NMC, to technically assess the systems. The indicative details are
provided in the RFP document.
f. The marks for the Demo shall be given based on the demonstration of the defined
functionalities, and mandatory submission of corresponding document / photo / video
evidence to be submitted by the bidder.
g. Any changes in operations, solutions, quality or SOP required by NMC shall be
incorporated by the Bidders.
h. All the costs towards demonstration including the preparation, demonstration, manpower,
lodging and boarding, travelling, transportation etc. shall be sole responsibility of bidder.
i. In case of failure of demo during any process until satisfaction of NMC, NMC reserves the
right to reject the bid.
Bidder may propose different people of different skill sets for different responsibilities.
Following documentation is expected in this section:
a. Overall Project Team for Project Implementation and for Operations and Maintenance
stages as per requirement mentioned in the RFP.
b. Escalation Chart for the entire Project Duration.
c. Summary Table giving Qualification, Experiences, Certifications, Relevance
d. Detailed CVs in the format attached for as per Annexure Set II – Format 3.
e. Detailed CVs and the team deployment plan as a part of Project Plan Document.
Page 39 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
13.5.4. Technical Specification Compliance
a. The RFP has specified the benchmark / minimum specifications for various components.
Bidders are required to give a comprehensive compliance sheet for the components /
application proposed by them, as per Annexure Set II - Format 7.
b. Failure to which shall result in disqualification of the bid.
c. If a bidder is not complied with one or more specifications or requirements, NMC reserves
right to act such as disqualification of bid and / or forfeiture of EMD or any other action as
it deems fit, after reasonable chance to bidder for clarifications. Bidders are expected to
submit the reason for non-compliance, if any.
d. Technical Bid should be accompanied by OEM’s product brochure / datasheet with
complete make, model, version number for all system components, software and
applications proposed and all other required and necessary details, along with MAF as
applicable.
e. In case bidder (after declaration of the Successful Bidder, if at all) proposes to change any
make or model of any component / equipment / deliverable, the bidder shall provide with
reasonable justification along with necessary supporting documents to the NMC as directed
by NMC from time to time. NMC reserves right to either approve the change or reject the
same and the bidder (Successful Bidder) shall be bound to adhered to the same.
a. The RFP has specified the benchmark / minimum specifications and functional
requirements for various components, applications and systems. Bidders are required to
raise any non-compliance explicitly for the components, systems and application proposed
by them, as per Annexure Set II – Format 8, and alternative proposed. Such alternative
shall be at no extra cost to the NMC. All the points not covered in the deviation matrix
will be assumed to be all complied with and shall be delivered to the RFP requirements
by the Successful Bidder.
b. NMC may or may not consider the deviation and alternative proposed at its sole
discretion, and it shall be final and binding on the MSI. In the event, bidder is not
complied with one or more specifications or requirements, and NMC is not satisfied with
alternative proposed, NMC reserves right to take action such as disqualification of bid and
/ or forfeiture of EMD or any other action as it deems fit, after reasonable chance to bidder
for clarifications. Bidders are expected to present the non-compliance, if any, during the
Technical Presentation.
c. Bid should be accompanied by OEM’s product brochure / datasheet with complete make,
model, part numbers and sub-part numbers for all equipment / software quoted and all other
required and necessary details.
d. For all the point for which non-compliance is not raised, it will be implied that the bidder
has complied with all parts of the RFP requirements and shall be able to deliver as per the
requirements defined in the RFP.
Broad areas to be covered in the Technical Solution documentation are given below:
a. Bill of Quantity (un-priced commercial bid format): This document shall give indication of
all the proposed cost components, without specifying the costs as specified in the RFP.
Please note that the bid shall get disqualified if bidder gives price details in the
technical document (any Envelope A (Annexure Set I and Annexure Set II)
Documents).
Page 40 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
b. Describe the proposed Technical Solution for each component such CCTV Camera, ATCS
Controller, Radar (if proposed), Video Analytics Software, ATCS Algorithm etc. in a
structured manner. Following shall be captured in the same:
o Detailed description of the design and technical solution and various components and
applications including make and model of equipment, sizing of infrastructure
(including diagrams and calculations wherever applicable)
o Reasoning for selection of the proposed technology over other options
o Examples of successful implementation and operations
o Extent of compliance to technical requirements specified in the scope of work
o Technical Design and clear articulation of benefits to NMC of various components of
the solution vis-à-vis other options available
o Strength of the Bidder and OEMs to provide services including examples or case-
studies of similar solutions deployed for other clients
c. Provide detailed Approach and Methodology for Civil Work, Implementation and
Operation and Maintenance Phases.
d. Approach and Methodology for Management of SLA Requirements specified in the RFP.
Bidder is required to clearly articulate how each SLA requirements shall be adhered to.
e. Detailed Project Plan with timelines, resource allocation, milestones etc. for supply,
installation and commissioning of the physical, IT and Non-IT components.
f. Insights into best and latest Industry practices and standards.
Such Technical Solution Document should be brief and to the point, with relevant
screenshots of the system, photos etc. and should NOT exceed 50 pages (Additional 5 to 10
pages may be allowed. However, bidders shall ensure the document is concise).
a. The bidder shall submit an unpriced BOQ as part of Technical Qualification Bid (Envelop
A). Bidders are required to give a quantity of the components / application proposed by
them, as per Annexure Set II - Format 2.
b. The Bill of Quantities provided by NMC are high level estimates based on preliminary
understanding by NMC and have been provided for reference. The Bidders are encouraged
to conduct their own detailed assessment to study and validate the BoQ.
c. The Bidder shall add additional line items and / or modify the quantities of existing line
items under BoQ format, in case its study reveals that modifications are required in the
prescribed BOQ to meet NMC’s requirements and maintain SLAs.
d. The Bidder shall provide detailed explanation as a part of bid justifying the changes made
by Bidder in quantities and / or additional line items under BoQ format.
e. Only NMC approved additional line item (proposed by the bidder) during evaluation
against qualification criteria shall be considered for the commercial evaluation.
f. NMC reserves the right to reject the bids that are submitted without providing such
justification for changes or addition in line items.
g. Any additional quantity proposed by the Bidder / Successful Bidder shall be sole
responsibility of the Successful Bidder at no additional cost to the NMC.
All the “Qualified Bidders”, qualifying as per qualification criteria and in compliance with
all the above points shall be considered for commercial bid opening (Envelop B) and
Commercial evaluation.
Page 41 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
13.6. Commercial Evaluation and Declaration of Successful Bidder
1. The Commercial Bids (Envelop B) of all the technically qualified bidders (bidders scoring
minimum 60 marks and successful demonstration (minimum 20 marks)) as per Pre-
Qualification Criteria and technical evaluation will be opened on the prescribed date.
Bidders or their authorized representatives may choose to be present during the bid
opening.
2. The Commercial Bid should be in format mentioned in Annexure Set III - Format 2. Any
bid which does not conform to the formats prescribed shall be disqualified.
3. The Commercial Sheet consist of:
i. Priced BoQ - of each line item and arrived total project cost.
ii. Commercial Bid
The total of Priced BoQ and the Commercial Bid as per Annexure Set III –
Envelop B – Format 3 and Format 2 respectively, shall exactly match.
4. All the prices are to be entered in Indian Rupees ONLY.
5. The bid price should indicate all the applicable all the statutory government taxes and levies
separately. The evaluation shall be done on the “Commercial Bid Total” quoted, all
inclusive, excluding of GST. It is mandatory to provide breakup of all Taxes, Duties and
Levies wherever asked for. NMC reserves the right to direct the Bidder to submit proof of
payment against any of the taxes, duties, levies indicated.
6. Any conditional bid is liable for rejection.
7. The Commercial Evaluation shall happen as per below table:
in INR
(Up to two decimals
Sr. Item Description only)
In words
(all inclusive,
excluding GST)
Implementation “One Time Capex” as
1 E.g. XX. XX
Charges per the BoQ
Operations and
“Opex for 5 years” as per
2 Maintenance E.g. XX. XX
the BoQ
Charges
Commercial Bid Total
(all inclusive, excluding GST)
8. The commercial bid evaluation will be all inclusive, excluding GST. GST will be paid over
and above the commercial bid quoted.
9. The Bidder needs to account for all Out-of-Pocket expenses like Boarding, Lodging etc. in
the bid. No extra payment shall be made by NMC apart from the quoted rates.
10. Bidders shall quote for the entire scope of contract on a “overall responsibility” basis such
that the total bid price covers Bidder’s all obligations mentioned in or to be reasonably
inferred from the bidding documents in respect of providing the product / services.
11. The Capex shall not exceed 65% of the total project cost.
12. Prices quoted by the Bidder shall remain constant during the entire contract period. Any
change in any taxes, levies etc. as per prevailing law, shall be appropriately considered.
13. Errors and Rectification: If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail,
and the total price shall be corrected. If there is a discrepancy between words and figures,
amount in words shall prevail.
14. Prices in any form or by any reason before opening the Commercial Bid shall not be
revealed, failing which the bid shall be liable for rejection.
15. The selection is Lowest Bid based selection of technically qualified bidders.
16. The technically qualified bidder (securing minimum 60 marks and successfully
demonstrating the system as per requirement) who quotes lowest “Commercial Bid Total”
Page 42 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
of Annexure Set III – Format 2 may be considered as L1 bidder and be preferred for award
of contract.
17. The technically qualified bidders with subsequent lowest “Commercial Bid Total” will be
considered as L2, L3 and so on.
18. In the event of two or more Bidders quoting exactly the same “Commercial Bid Total”
and are considered for award of contract, then NMC reserves the right to declare the bidder
whose technical score is highest, among the bidders who have quoted exactly the same
“Commercial Bid Total” as preferred bidder.
19. In event of two or more Bidders quoting exactly the same “Commercial Bid Total” as well
as securing exactly same “Technical Score” and are considered for award of contract,
NMC reserves right to call for Re-Bid from only such bidders for only be for Commercial
Bid. However, such revised quotes shall not be greater than the rate quoted earlier by the
bidders in the Commercial Bid.
20. Within the bid validity period, if L1 bidder fails to perform the duty up to the satisfaction
of the NMC as mentioned in the RFP or is disqualified or not agreeing to undertake the
project for any reason, L2 bidder may be offered to match L1 bidder’s Commercial Bid. If
L2 bidder fails to match the L1 commercial bid price, or gets rejected or disqualified, then
the opportunity of matching may be given to next higher bidders in the order of sequence
L3, L4, L5 and so on. Post which, NMC reserves the right to take action as it deems fit.
21. On declaration of L1 bidder as Successful Bidder by NMC, NMC shall issue Letter of
Acceptance (LoA) of bid to Successful Bidder.
22. Within 8 days from date of receipt of LoA from NMC, Successful Bidder shall submit
Security Deposit / Performance Bank Guarantee.
23. Within next 5 working days from submission of Security Deposit, NMC and the Successful
Bidder will sign the contract and NMC will issue Work Order to the Successful Bidder.
The Successful Bidder shall ensure necessary documentation including the stamp paper etc.
for execution of the contract.
24. No Alternate Proposal: Bidder shall quote Unit of Measurement (UoM) and unit price for
each line item, only from single OEM / Type for hardware, software etc. Any bids, which
proposes multiple options in terms of quantity, Unit of Measurement (UoM), OEM / Type
and unit price for each line item shall be summarily rejected.
25. Bidder shall prepare the bid based on details provided in the tender documents. It must be
clearly understood that the Scope of Work is intended to give the Bidder an idea about the
order and magnitude of the work and is not in any way exhaustive and guaranteed by NMC.
26. If during the course of execution of the project any minor revisions to the work
requirements like technical specifications, equipment sizing, etc. are to be made to meet
the goals of the project, such changes shall be carried out within the proposed price.
27. Such rates quoted for each line item shall be in accordance with the prevailing market rates
and comparable with rates of the other bidders. NMC may verify the rates of each line item
and if found to be unreasonable compared to prevailing market rates and rates quoted by
other bidders, the NMC reserves right to call for necessary clarifications and may take
action as it deems fit, including rejection of bid / cancellation of the tender.
28. The bidder shall submit commercial details in as much detail as possible. All line items
shall be clearly defined including manpower, maintenance and all the other costs and there
shall be no miscellaneous expenses.
The NMC reserves the right to accept or reject any bids, and to annul the bidding process and
reject all Bids at any time prior to award of Contract, without thereby incurring any liability to
the affected Bidder or Bidders or any obligation to inform the affected bidder or bidders of the
grounds for the NMC’s action. If bids received are deemed as exceptionally unreasonable as
the prevailing market rates, NMC may reject all the bids or annul the bidding process.
Page 43 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
14. Bid Submission and Evaluation Process
1. NMC shall constitute a Tender Evaluation Committee (TEC) to evaluate the responses of
the bidders.
2. TEC constituted by NMC shall evaluate the responses to the RFP (technical & commercial
bids – all Envelops) and all supporting documents / documentary evidence. Inability to
submit requisite supporting documents / documentary evidence, may lead to rejection.
3. The decision of the TEC in the evaluation of responses to the RFP shall be final. No
correspondence shall be entertained outside the defined process with the Committee.
4. The TEC may seek clarifications on their proposals and may visit Bidder’s client site at
NMC’s own cost to validate the credentials / citations claimed by the bidder.
5. The TEC reserves the right to reject any or all proposals based on any deviations.
6. Each of responses shall be evaluated as per criterions and requirements specified in RFP.
7. The TEC would submit its decision to the competent authority whose decision shall be final
and binding upon the bidders.
The Bid shall be strictly as per the format specified in this RFP document. Bids with deviation
from format are liable for rejection and EMD may be forfeited at sole discretion of NMC.
1. The bidder shall submit the bid online through Maharashtra state’s e-tendering portal.
2. No physical / hard copy is required to be submitted unless explicitly asked by the NMC.
3. All the details including Notice Inviting Tender, RFP Document and its supporting
documents, are uploaded on e-tendering portal.
4. The bids submitted by the Bidder shall comprise of the following two envelopes:
a. Envelope A: Tender Fees, EMD, Pre-Qualification Bid and Technical bid. (Annexure
Set I and Annexure Set II)
b. Envelope B: Commercial bid (Annexure Set III)
Page 44 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
5. The bidder shall ensure that all the required documents, as mentioned in this RFP are
submitted along with the bid and in the prescribed format only. NMC may reject submission
of any bid in any manner other than that specified in this RFP. Bid submitted in any other
manner shall be treated as defective, invalid, and rejected.
6. The Commercial Bid is to be submitted in Envelope B only. The Bidder shall be
disqualified if the bidder gives price details in the Technical Documents (Envelope A
(Annexure Set I and Annexure Set II)) that are submitted online.
7. Documents submitted for Envelope-A and Envelope-B shall be properly indexed. Each
page shall be numbered. In case of multiple documents for same envelope, numbering shall
be continuous and not separate for all documents. Index shall be done accordingly.
8. All the documents, materials, evidence, manuals, technical sheets, data etc. submitted by
the Bidders (and Successful Bidder post award of contact) shall be property of the NMC.
14.4. Clarifications
1. To assist in the process of evaluation of Bids, the NMC may, at its sole discretion, ask any
Bidder for clarification on its Bids.
2. No change in the substance of the Bids would be permitted by way of such clarifications.
3. Any such correspondence shall be by email only to [email protected]
4. NMC’s decision in this regard shall be final and binding on the bidders.
1. The Bidder may modify or withdraw its Bids before last date and time of bid submission
on the e-tendering website. No Bids shall be modified or withdrawn by the Bidder after the
last date and time of bid submission. Modification or withdrawal of Bids during the
intervening period between the last date & time of bid submission date and expiration of
the Bid Validity Period shall result in forfeiture of the EMD.
2. Prices quoted in the bid must be firm and final and shall not be subject to any upward
modifications, on any account whatsoever, unless explicitly mentioned in the RFP.
1. All Bids (all envelops A and B) received within the prescribed closing date and time shall
be opened in presence of bidder representatives (who choose to attend the opening of
tender), on the date, time and at the address communicated in the “Notice Inviting Tender”
2. Representatives of the bidders shall be advised to carry the identity card and a letter of
authority from tendering firms to identify their bonafide for attending opening of the bids.
3. Envelope B containing the Commercial Proposal of only Qualified Bidder shall be opened
at a date which will be declared later the e-tendering portal.
1. The Commercial Bid submitted by the Bidders shall be valid for minimum period of 120
days from the date of opening of the Commercial Bid.
2. On completion of the validity period, unless the Bidder withdraws its bid in writing,
bid validity shall be deemed to be extended until such time that the contract is
awarded to Successful Bidder or bidder formally (in writing) withdraws its bid. NMC
reserves the right to direct the bidder to extend the validity of Bid for consideration for
further evaluation post bid validity period, and keep the EMD in its possession during such
period.
Page 45 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
15. Bid Rejection Criteria
Rejection criteria are applicable during any stage including evaluation of bids, award of
contract, or execution of contract etc. NMC will determine whether each bid, bidder and the
execution are as per requirements, terms and conditions of the RFP Document. NMC reserves
the right to take necessary action as per below:
A. Following are the criteria for which Bidder’s bid shall be rejected and shall not be
considered for further evaluation, and award of contract.
i. The Tender Fee and EMD is not paid online.
ii. Bid does not contain the information and documents as per formats specified in the RFP
Document.
iii. Failure to furnish all information required by the Tender Document or submission of a
bid not as per the defined requirements as per the Tender Document in every respect;
iv. Bids are not received within the prescribed time and date for receipt of bids.
v. Bidders not complying with the Eligibility Criteria given in this RFP
vi. There is multiple bidding.
vii. Bids are not submitted with power of attorney / board resolution.
viii. Bid does not provide the information in reasonable detail.
Reasonable Detail means that, but for minor deviations, the information can be
reviewed and evaluated by NMC without communication with Bidder. NMC reserves
the right to determine whether the information has been provided in reasonable detail.
ix. There are inconsistencies between the Bids and the supporting documents & the Bidder
fails to provide clarifications related thereto, when sought.
x. A Bid that has a material deviation or reservation. A material deviation or reservation
is one:
a. which affects in any substantial way, the scope, quality, performance of the Project, or
b. which limits in any substantial way, NMC’s rights or the Bidder’s obligations under the
resultant Contract Agreement, or
c. which is substantially inconsistent with the RFP Document, or;
d. Which would affect unfairly the competitive position of other Bidders.
B. Following are the criteria for which Bidder’s bid shall be rejected and shall not be
considered for further evaluation, and award of contract, as well as EMD may be
forfeited at sole discretion of NMC
i. Bids mentioning Bid validity less than 120 days.
ii. If a Bidder withdraws their bid or increases their quoted prices during the period of bid
validity or its extended period, if any; or If a bidder submits a non-responsive bid
iii. In case of a Successful Bidder, if Bidder fails to sign the Contract or to furnish
Performance Bank Guarantee within specified time and as per Annexure set IV
Annexure 2
iv. During the bid process, if a Bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization.
v. During the bid process, if any information found wrong / manipulated / hidden / false /
mala-fide in the bid.
vi. During the bid process, if a Bidder indulges in any kind of corrupt or fraudulent
practices as defined in clause 21 under “Instructions to Bidders” or any other coercive,
undesirable or restrictive practice.
vii. Bidder requesting for modification or withdrawal of bid post last date (deadline) of
submission of bids or during the period of bid validity or its extended period, if any;
viii. Bid is found to include commercials in the qualification bid (Envelop A) and / or
Revelation of Prices in any form or by any reason before opening the Commercial Bid;
Page 46 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
ix. Bidders not quoting for the complete scope of Work as indicated in the Tender
documents, addendum (if any) and any subsequent information given to the Bidder;
x. Bidders not complying with the Technical and General Terms and conditions as stated
in the Tender Documents;
xi. The Bidder not confirming unconditional acceptance of full responsibility of providing
services in accordance with the Scope of work and Service Level Agreements of this
RFP document
xii. Incomplete Price Bid and Bid not conform to the RFP commercial Bid format
xiii. If bid costs are found to be unreasonable and / or unjustifiable by TEC.
xiv. Successful Bidder has breached the “Breach Level” as per Service Level Agreement.
C. Following are the criteria for which Bidder’s bid shall be rejected and shall not be
considered for further evaluation, and award of contract, as well as EMD shall be
forfeited.
i. If the information provided by the Bidder is found to be incorrect / misleading /
fraudulent at any stage / time during the RFP Process.
ii. Bidder indulges in any kind of corrupt or fraudulent practices as defined in clause 21
under “Instructions to Bidders” or any other coercive, undesirable or restrictive
practice.
iii. If it is found that the Demand Draft / FDR / BG as above submitted by the bidder
Performance Security is False / Forged.
iv. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or
contract award decisions.
v. Is found to canvass, influence or attempt to influence in any manner for the qualification
or selection process, including without limitation, by offering bribes or other illegal
gratification as per clause 21 under “Instructions to Bidders”.
vi. Has made misleading or false representations in the forms, statements and attachments
submitted in proof of the eligibility requirements. In such case, EMD of bidder shall be
forfeited.
vii. Bids are found to be Conditional.
viii. Failure of the Successful Bidder to furnish the Performance Guarantee or execute the
Agreement within the prescribed time.
Reject and Disqualification of bids or bidder and forfeiture of EMD due to above cited reasons
will be at a sole discretion of NMC. NMC may also consider bidder for blacklisting. Decision
of the NMC shall be final and binding on the Bidder / Successful Bidder / Agency. The Bidder
/ Successful Bidder / Agency may approach the Municipal Commissioner, Nagpur Municipal
Corporation and Additional Chief Secretary, Urban Development Dept. for appeal against any
grievance.
Page 47 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
16. Declaration of Successful Bidder and Award of Contract
1. The technically qualified bidder with minimum technical score of 60 marks and
successfully demonstrating (with minimum score of 20 out of 30), quoting the lowest
“Commercial Bid Total” may be considered as L1 bidder and be preferred for award of
contract.
2. On declaration of L1 bidder as Successful Bidder by NMC, NMC shall issue Letter of
Acceptance (LoA) of bid to Successful Bidder.
3. Within 7 days from date of receipt of LoA from NMC, Successful Bidder shall submit
Security Deposit / Performance Bank Guarantee.
4. With next 5 working days from submission of Security Deposit, NMC and the Successful
Bidder will sign the contract and NMC will issue Work Order to the Successful Bidder.
1. Subsequent to the above, the NMC and the Successful Bidder shall execute the Contract
Agreement and other agreements.
2. Signing of Contract shall include Contract Agreement, Non – Disclosure Agreement,
tripartite agreement etc. as per the requirements of NMC.
3. Failure of the Successful Bidder to furnish the Performance Guarantee or execute the
Agreement within the prescribed time shall cause the EMD of the Successful Bidder to be
forfeited & the LoI to be withdrawn.
4. The Successful Bidder shall be liable to indemnify NMC for any additional cost or expense,
incurred on account of failure of the Successful Bidder to execute the Agreement.
5. Notwithstanding anything to the contrary mentioned above, NMC at its sole discretion shall
have the right to extend the timelines for execution of Agreement on the request of the
Successful Bidder, provided the same is bona fide.
# Description Timelines
1 Declaration of L1 Bidder T0
Declaration of L1 Bidder as Successful Bidder and
2 T1
Issue of Letter of Acceptance of bid by NMC
3 Submission of Security Deposit by Successful Bidder T2 = T1 + 7 days
4 Signing of Contract/s and Issuance of Work Order T2 + 5 working days
All the material / information shared with the Bidder during the course of tendering process as
well as the subsequent resulting engagement following this process with the successful bidder
(Agency), whether shared by NMC or any other authority or generated during the project
period, shall be treated as confidential and should not be disclosed in any manner to any
unauthorized person under any circumstances. Every resource of the Successful Bidder
(Agency) associated with this project will have to sign the Non-Disclosure Agreement with the
Agency. The Agency shall in turn sign Non-Disclosure Agreement (NDA) with the NMC,
while Signing of Contract as per format mentioned in Part II of the Tender Document.
Successful Bidder shall be liable for any breach of this clause on behalf of all of its employees,
agents, vendors, subcontractors etc.
Page 48 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
16.5. Term of the Contract Agreement
1. Contract term shall be a period of 71 months from the date of Signing of Contract including
implementation period 11 Months) and O&M period (60 months from date of Go-Live).
2. In the event of implementation period gets extended beyond 11 months, NMC reserves the
right to extend the term of the Agreement by corresponding period to allow validity of
contract for 60 months from the date of successful Go-Live.
3. In the event of such an extension, NMC shall not reimburse the bidder for the any expenses
incurred, unless explicitly agreed by NMC in writing. NMC’s decision in this regard shall
be final and binding on the Successful Bidder.
4. NMC may direct the Successful Bidder to extend the validity of the Security Deposit /
Performance Bank Guarantee and Successful Bidder is bound to accept the same.
17. Taxes
1 NMC shall be responsible for deducting / withholding taxes from the amounts due and
payable to the Successful Bidder wherever applicable. The Successful Bidder shall pay
for all other taxes in connection with the resultant MSA (including SLA, scope of work
and any other engagement required to be undertaken as a part of the resultant MSA),
including, but not limited to property, sales, excise, value-added, goods and services,
consumption and other similar taxes or duties.
2 Unless explicitly provided for, all payment to the MSI shall be deemed to be all inclusive.
3 NMC shall provide Successful Bidder with the original tax receipt of any deducting /
withholding taxes paid by NMC on payments under the resultant MSA. The Successful
Bidder agrees to reimburse and hold the NMC and any other stakeholder harmless from
any deficiency including penalties and interest relating to taxes, which are Successful
Bidder’s responsibility. Such taxes shall include taxes incurred on transactions between
and among the NMC, the Successful Bidder, any other stakeholder department and third-
party subcontractors, existing vendors etc.
4 The rates quoted by the Successful Bidder (“Agency”) shall remain constant throughout
the contract period. Any change in any taxes, levies etc. as per prevailing law, shall be
appropriately considered.
5 Both Agency and NMC shall cooperate to enable each other to accurately determine its
own tax liability and to minimize such liability to the extent legally permissible. In
connection therewith, both Agency and NMC shall provide each other with the following:
(i) Any resale certificates;
(ii) Any relevant information regarding out-of-state / out-of-country or use of materials,
equipment or services; and
(iii) Any direct pay permits, exemption certificates or information reasonably requested
by the other Party.
The Successful Bidder's / Bidder’s liability under the resultant Contract Agreement shall be
determined as per the Law in force for the time being. The Bidder / Successful Bidder shall be
liable to the NMC for loss or damage occurred or caused or likely to occur on account of any
act of omission on the part of the Bidder / Successful Bidder and its employees, including loss
caused to NMC and / or any other stakeholder department or any third party, on account of
defect in goods or deficiency in services on the part of Bidder / Successful Bidder or his agents
or any person / persons claiming through or under said Bidder / Successful Bidder. However,
the liability of Successful Bidder shall not exceed the total payment made to the Successful
Bidder till the date of such losses, damages, defects or any other liability incidents.
Page 49 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
19. Performance Security
a. Within One (1) week of the receipt of Letter of Intent (LoI) from the NMC, the Performance
Security in the form of BG / DD / FDR shall be submitted in the form of an irrevocable
Bank Guarantee issued by a Nationalised or Scheduled Bank in favour of “The Municipal
Commissioner, Nagpur Municipal Corporation” – Nagpur, as per the format set out in
as per the format in Annexure Set IV - Annexure 2 by the Bidder (Lead bidder in case
of consortium).
b. Performance Security should be the amount as described below (Part A + Part B)
If the tender submitted is more than 10% below, the calculations of Additional
Performance Security shall be as under:
If tender submitted is more than 15% below the estimated cost, the amount of additional
performance security for the balance percentage over 15% shall be doubled & will be as
under:
c. The Perforce Security shall be from a Nationalized / Scheduled bank having Head Office
in India.
d. The Performance Security should be valid for entire duration of contract (or extended
period, if any) and 6 months thereafter.
e. The Successful Bidder may be asked by the NMC to extend the validity of Performance
Security to ensure the Terms and Conditions of the Contract are met with and Successful
Bidder is bound to accept the same.
f. The Performance Security shall be discharged to the Successful Bidder 6 months after
successful completion of project after deducting penalties if any as applicable. The project
will be considered completed when Successful Bidder has discharged of all obligations as
per the contract and terms and conditions.
g. The Earnest Money Deposit submitted by the Bidder along with the bid, shall be returned
to the Successful Bidder in exchange of Performance Bank Guarantee. No interest shall be
payable on the Earnest Money Deposit so returned.
Page 50 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
h. Prior to expiry of the Performance Security, within the contract period, NMC may direct
the Successful Bidders to extend the period of validity of Performance Security for a
specified additional period. The Bidder shall be required to comply with such directions of
NMC.
i. No interest shall be payable on any Performance Security whatsoever.
j. The Performance Security shall be forfeited and en-cashed either wholly or partly,
inter alia, in the following cases:
i. If the Successful Bidder withdraws from the project midway during the project term,
ii. If during the project term, there is any incident of gross professional negligence
resulting in delayed service, or adversely affecting the quality of the work.
iii. Any act or acts of the successful bidder which render the project un-operational and
NMC establishes sufficient reasons to forfeit the Performance Bank Guarantee.
iv. Successful Bidder defaults on any conditions(s) laid in this document, or breach SLAs
as defined in the RFP or violated of any provision of the Contract Agreement.
v. Successful Bidder is found to have made misleading or false representation in the forms,
statements and attachments submitted or attached to the bid, or,
vi. The bidder is found indulging in corrupt or fraudulent practices as described in Clause
21 under “Instructions to Bidders”.
Page 51 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
20. Conflict of Interest
i. A Bidder (all members in case of consortium) shall not have a conflict of interest that
may affect the Selection Process or the Implementation or Operations process for the entire
process (the “Conflict of Interest”).
ii. Any Bidder / member found to have a Conflict of Interest shall be disqualified. In the event
of disqualification, NMC shall forfeit the EMD / Performance Security for damages
payable to the NMC for the time, cost and effort of the NMC including consideration of
such Bidder’s Bids, without prejudice to any other right or remedy that may be available to
the NMC hereunder or otherwise.
iii. NMC requires that the Successful Bidder provides solutions which always hold NMC’s
interest paramount, avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The Successful Bidder shall not accept or engage
in any assignment that would conflict with its prior or current obligations to other clients,
or that may place it in a position of not being able to carry out the assignment in the best
interests of NMC.
iv. The Successful Bidder shall disclose to the NMC in writing, all actual and potential
conflicts of interest that exist, arise or may arise in due course of performing the Services
as soon as it becomes aware of such a conflict. Successful Bidder shall hold NMC’s interest
paramount, without any consideration for future work, and strictly avoid conflict of interest
with other assignments
v. Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict
of Interest affecting the Evaluation and Selection Process, if:
i. the Bidder and any other Bidder or have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in cases where
the direct or indirect shareholding or ownership interest of a Bidder, its Member or
Associate (or any shareholder thereof having a shareholding of more than 5 per cent
of the paid up and subscribed share capital of such Bidder, Member or Associate, as
the case may be) in the other Bidder, its Associate is less than 5% (five per cent) of
the subscribed and paid up equity share capital thereof. For the purposes of this
Clause, indirect shareholding held through one or more intermediate persons shall be
computed as:
• where any intermediary controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary in any
other person (the “Subject Person”) shall be considered for computing the
shareholding of such controlling person in the Subject Person;
• where a person does not exercise control over an intermediary, which has
shareholding in the Subject Person, the computation of indirect shareholding of
such person in the Subject Person shall be undertaken on a proportionate basis;
provided, however, that no such shareholding shall be reckoned under this Sub-
clause if the shareholding of such person in the intermediary is less than 26%
(twenty six per cent) of the subscribed and paid up equity shareholding of such
intermediary; or
ii. constituent of such Bidder is also a constituent of another Bidder; or
iii. such Bidder or its Associate receives or has received any direct or indirect subsidy or
grant from any other Bidder or its Associate; or
iv. such Bidder has the same legal representative for purposes of this Application as any
other Bidder; or
v. such Bidder has a relationship with another Bidder, directly or through common third
parties, that puts them in a position to have access to each other’s information about,
or to influence the Application of either or each of the other Bidder; or
vi. There is a conflict among this and other solution and services assignments of the
Bidder (including its personnel and other members, if any) and any subsidiaries or
Page 52 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
entities controlled by such Bidder or having common controlling shareholders. The
duties of the Successful Bidder shall depend on the circumstances of each case. While
providing implementation and related solutions to the NMC for this assignment, the
Agency shall not take up any assignment that by its nature shall result in conflict with
the present assignment; or
vii. A firm hired to provide solution and services for the implementation of a project, and
its Members or Associates, shall be disqualified from subsequently providing goods
or works or services related to the same project
vi. A Bidder eventually appointed to implement the solutions for this Project, its Associates,
affiliates and the Financial Expert, shall be disqualified from subsequently providing goods
or works or services related to the implementation and operation of the same Project and
any breach of this obligation shall be construed as Conflict of Interest; provided that the
restriction herein shall not apply after a period of 12 months from the completion of the
contract period; provided further that this restriction shall not apply to solutions delivered
to NMC in continuation of this systems implementation or to any subsequent systems
implementation executed for the NMC in accordance with the rules of the NMC.
vii. All the Bidders shall give an undertaking as per Annexure Set I – Annexure 6 for not
having any conflict of interest and shall also disclose to the NMC in writing, all actual and
potential conflicts of interest that exist, arise or may arise in due course of performing the
Services as soon as it becomes aware of such a conflict.
The Bidders, Successful Bidder and their respective officers, employees, agents and advisers
shall observe the highest standards of ethics during tender submission, evaluation, contract
execution and project implementation, operations for the entire contract period.
Notwithstanding anything to the contrary, contained in this RFP, the NMC shall reject a Bid
without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder
has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice (collectively the “Prohibited
Practices”) in the Selection Process. For the purposes of this provision, the terms are defined
as follows:
a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any person connected with the
Selection Process (for avoidance of doubt, offering of employment to or employing or
engaging in any manner whatsoever, directly or indirectly, any official of the NMC who is
or has been associated in any manner, directly or indirectly with the Selection Process or
the LOI or has dealt with matters concerning the Agreement or arising there from, before
or after the execution thereof, at any time prior to the expiry of one year from the date such
official resigns or retires from or otherwise ceases to be in the service of the NMC, shall be
deemed to constitute influencing the actions of a person connected with the Selection
Process); or (ii) save as provided herein, engaging in any manner whatsoever, whether
during the Selection Process or after the issue of the Letter of Intent or after the execution
of the Agreement, as the case may be, any person in respect of any matter relating to the
Project or the LoI or the Agreement, who at any time has been or is a legal, financial or
technical consultant / adviser of the NMC in relation to any matter concerning the Project;
b. “fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence a procurement / selection process or an execution of
a contract to the detriment of the NMC, and includes collusive practice among bidders
(prior to or after bid submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the NMC of the benefits of the free and open competition.
Page 53 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
c. “Coercive practice” means impairing or harming or threatening to impair or harm, directly
or indirectly, any persons or property to influence any person, participation or action in the
Selection Process;
d. “Undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by NMC or other relevant stakeholders including the Smart City
(NSSCDCL), or any existing service providers to the NMC, with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence the Selection
Process; or (ii) having a Conflict of Interest; and
e. “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Bidders with the objective of restricting or manipulating a full and fair
competition in the Selection Process.
The NMC will reject a bid for award if it determines that the bidder recommended for award
has engaged in corrupt or fraudulent practices in competing for the said project. In such an
event, the NMC shall, without prejudice to its any other rights or remedies, forfeit and
appropriate the Bid Security (EMD) or Performance Bank Guarantee as mutually agreed
genuine pre-estimated compensation and damages payable to the NMC for, inter alia, time,
cost and effort of the NMC, with regards to the RFP, including consideration and evaluation of
such Bidders Bids.
Without prejudice to the rights of the NMC under Clause above and the rights and remedies
which the NMC may have under the LOI or the Agreement, if an Bidder or Implementation
Agency (Agency), as the case may be, is found by the NMC to have directly or indirectly or
through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice during the Selection Process, or after the
issue of the LOI or the execution of the Agreement or implementation of the project, such
Bidder or Successful Bidder (Agency) may not be eligible to participate in any tender or RFP
issued by the NMC during a period of 2 (two) years from the date such Bidder or Successful
Bidder (Agency), as the case may be, is found by the NMC to have directly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as the case may be.
Page 54 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
SCOPE OF WORK
Part IB
Page 55 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Scope of Work
There is increasing Traffic congestions in the City of Nagpur. A total of 6,74,889 vehicles are
registered in Nagpur City up to 2021, with another ~13 Lakh vehicles registered in other parts
of the Nagpur District with an average vehicle registration growth rate of 7% per annum. 65%
of modal share is private transport including two-wheeler and four-wheeler. The city road
network profile also invites high number of truck movements to pass through the city due to
its location acting as junction point for various important highways of the country - NH6,
NH69, NH9, SH260 and MSH 9. Nagpur district also witnesses large number of road crashes
and fatalities. In the year 2020 alone, despite COVID-19 lockdown, Nagpur has witnessed 2163
Road Crashes of which 630 were fatal.
To counter this congestion, the authorities in Nagpur have started planning better Traffic
Management in the city by leveraging latest technologies. The Nagpur Municipal Corporation
has envisioned a project “Intelligent and Integrated Traffic Management System (IITMS)” for
the city. It is an endeavour for integrated approach for traffic management in the city. The
IITMS project envisions to revamp and upgrade all the traffic signals in the city of Nagpur and
connect them with central server for implementing centrally controlled Adaptive Traffic
Control System. The project also intends to cover major junctions, and road of the city with
Violation Detection Systems for automatic enforcement such as Red-Light Violation, Speed
Violation, No Helmet, Triple seat riding and illegal parking at junctions etc.
Nagpur city is equipped with CCTV Cameras, network backbone, City Operations Center and
other assets which are installed through the Nagpur Smart & Sustainable City Development
Corporation Ltd. The Nagpur Municipal Corporation envisages to co-use maximum possible
infrastructure, so as to maximize the utilization of existing IT / Non-IT assets, saving on the
cost as well as planning for one centralized integrated system for Traffic Management.
The MSI shall be required to conduct a survey on all the identified locations of the city and
submit a report with proposed locations, identified solution and implementation and operations
plan. The total minimum quantity of field components is indicatively defined in the RFP. MSI
shall not restrict its offering to the total quantity / type of components / system and may propose
any other solution beyond the proposed BoQ and RFP scope. MSI shall ensure all the
recommendations of the NMC are incorporated and only after approval from the NMC, shall
commence the work. All the required and necessary civil work, infrastructure, cameras,
sensors, network, video analytics application etc. as detailed in this RFP and required for the
project, shall be the responsibility of the Successful Bidder. MSI shall operate and maintain
the IITMS project for a period of 5 years from date of Go-Live.
The IITMS project envisages to upgrade existing ~160 junctions and instal Traffic Signals and
systems at other identified new locations. The brief and spatial snapshot of existing junctions
is shown in the below picture:
Page 56 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
The MSI is expected to run a simulation before finalization of the new locations at the proposed
junctions to understand the traffic pattern and whether traffic signal establishment is required.
The NMC shall finalised locations for new junctions (During implementation or anytime
during the contract period) based on the simulation and matching the quantity specified in the
BoQ.
Apart from Adaptive Traffic Control System (ATCS), the IITMS system shall also be capable
of detecting various traffic violations such as Red Light and Stop Line violation, Speed
Violation, Unauthorized parking, Wrong way driving, driving without helmet / seal-belt, Using
mobile phone while driving etc. The traffic enforcement challans are managed through the
NIC’s e-challan system. The Successful Bidder is expected to integrate the IITMS systems with
the existing framework of challaning system.
The MSI shall provide necessary manpower, tools and accessories to maintain the system as
per requirement of the RFP and to maintain the SLA throughout the contract period. MSI shall
provide all the services related to hosting, electricity, network and security and ensure to clear
all the third-party utility bills on time.
The RFP document details the scope of work for the MSI and the functional and non-functional
requirements. However, these details are indicative and in no manner be treated exhaustive.
The MSI shall be responsible for all the necessary equipment, accessories, components,
software, hardware, manpower etc. required for the successful implementation of the project,
irrespective of whether it is defined in this RFP document or not.
IITMS project will integrate various subsystems (Vehicle detection cameras / sensors,
communication, variable message signs etc.) in a coherent single interface to provide real-time
data on the status of traffic and predict traffic conditions for more efficient planning and
operations. Thus, a system such as IITMS shall aim to help police /other stakeholder
departments to take proactive/ reactive measures and ensure a safe & smooth environment on
road.
Page 57 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
1. Brief scope of Work
The Successful Bidder shall be the Master System Integrator for the Designing,
Implementation, Integration, operation, and maintenance of the entire Project for a period of 5
years from date of Go-Live. All the required hardware and software solutions to keep the
IITMS system secured and operational shall form part of the scope of the MSI. The MSI shall
be responsible for Procurement, Installation, integration, commissioning, operations, and
maintenance of:
Type of Work Indicative Scope for the MSI
• Conduct Field Surveys, installation of cameras, ATCS controllers,
Traffic Signal Aspects, Violation detection systems, ANPR systems,
sensors, network, provisioning of electricity (power), electric cabling,
Field
network cabling, UPS, junction box, required civil infrastructure like
Components,
Poles, cantilever and other non-IT components etc.
Network and
• The existing field components including civil infrastructure, pole,
Civil
junction box, Traffic Signals, VMS, Camera etc. are proposed to be co-
Infrastructure
used. The MSI shall ensure necessary integration with the same.
• The minimum indicative list of the components for the project are
defined in the subsequent sections
• The entire IITMS system be integrated, managed, and monitored
Integrated
through Integrated TMC by hosting various applications.
Traffic
• Integration with existing equipment and components like video wall,
Management
workstations, network etc.
Center
• Installation of other components like printers, workstations etc.
• Development, Installation, Integration, and commissioning of various
applications including TMC Application, Video Management &
Analysis applications, Traffic Signal Management System, Asset
Management, SLA Management, Security applications etc. with
Software and
integration capabilities with 3rd party Apps.
Security
• Applications for data backup and recovery, access control, analytical
tools, dashboards, data and network management tool etc.
• Detailed and summary reports including usage of all systems,
components, network, DC and DR, collection, authorized usage etc.
• The MSI will be responsible for hosting all the application and data
center on-premise DC at a co-located premises of Nagpur Smart City,
and provide and Cloud based DR.
• MSI shall be provided space in existing DC of Nagpur Smart City to
setup on-premise Data Center using the co-location model.
Data Center • The existing on-premise Data Center is connected to the Smart City
and Data Network and the network, primary power, HVAC, access control etc.
Recovery is managed by the existing service provider under Smart City Contract.
Centre • The available physical space is limited and hence MSI (during bidding)
is expected to visit the site and understand the ground situation before
proposing any solution.
• MSI shall be responsible to ensure timely and adequate Backup,
conduct DR Drill, Security of the data and applications hosted and
other operational requirements with respect to DC-DR.
• MSI shall ensure that during the entire contract period all equipment
Repair, are well maintained and are supported by OEM warranty support. Any
Maintenance equipment approaching end of life cycle as per its OEM's policy,
and Upgrade should be replaced with new equipment, at no extra cost to NMC as per
terms defined in the RFP. Any technology upgrade, replacement of
Page 58 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Type of Work Indicative Scope for the MSI
hardware, software etc. required for the same, shall be provided by MSI
at no extra cost to NMC.
• Provide regular preventive maintenance and corrective maintenance of
all the hardware, software, solutions, components, cables, security
components, network components, civil and infrastructure etc.
• Provide replacement of any component if not repairable and keeping
stock of minimum number of spare components as described.
• Necessary manpower and tools for repair and maintenance.
• Add components, equipment and other ancillary hardware and
integrate with the current system in case of system upgrade.
• Manage the co-used components to clearly divide the responsibility
and the costs towards repair and maintenance of the same throughout
the contract period.
• Deploy required manpower for implementation, installation,
commissioning, operations, and maintenance etc.
Manpower • Manpower indicatively includes operators for TMC, repair &
maintenance staff, including technical and managerial staff as detailed
in the RFP document for the entire project period.
• Train the authorities and officials from time to time for effective usage
of system, mobile app and various other solutions and applications.
• To provide all manuals, data sheets, technical sheets, technical
Capacity
manuals, maintenance and repair manuals, spare part manuals etc. to
Building and
the NMC in soft and hard copies in English language.
KT
• To ensure complete knowledge transfer of operations, repair, and
maintenance to the NMC and its nominated agency from time to time
and at the completion of the project.
Page 59 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
1.2. Solution Scope
MSI shall be responsible to implement various components and solutions for IITMS Project.
Following table indicates broad level Solution Requirements with respect to IITMS project.
Indicative Solutions /
Solution Broad Level Solution Requirements
Components
• Traffic Signals, aspects,
Adaptive
video detector, controllers,
Traffic • MSI shall be required to conduct the
Traffic Management
Control survey and finalize the exact location for
System
System erection of Traffic Pole.
• Traffic Simulation
(ATCS)
Software
• Speed Violation • Ability to define various violations in the
• Lane Violation system with multiple parameters.
• Red Light Violation and • MSI must detect all such violations
Stop Line through technologies like Video
• Seat Belt and Mobile Analytics etc., and it should have manual
Traffic Phone violation intervention only for verification and
Violation • Unauthorized parking approval.
Detection • Wrong Way Driving • Appropriate alarm at the TMC,
and • Triple Seat Driving responder’s mobile app, message on
Management • Without Helmet Driving VMS as required.
• Non-standard number • Ability to define SOP and take
plate appropriate actions
• Fitness expire, tax due, • Ability to gather evidence, issuance of
Insurance, PUC, permit challan and maintain records of violation
non valid etc. and penalty etc.
• Multiple systems such as VMS, Mobile
App etc. for communication with
commuters.
• Deployment of VMS at strategic
locations, assistance for promotion of
mobile app to maximize the
• Variable Messaging
Citizen communication reach.
System (VMS)
Interaction • Provide static and dynamic messages to
• Mobile App for Citizens
the commuters based on any incidents,
violation etc. (modalities to be defined at
later date)
• Develop various features of mobile app
such as violation check, incident
reporting, general information etc.
• Ability to generate challans based on
Penalty
• NIC’s eChallan system inputs from IITMS system along with
Collection
photo / video evidence.
• Ability to view video feeds on the Video
Wall as well as Workstations and web-
• Command and Control
portal in various formats and
Officer’s Center
combinations
Interface • Web-portal
• Ability to select a particular sensor or
• Mobile App for Officials
camera for detailed view from the list or
from the GIS based map.
Page 60 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Indicative Solutions /
Solution Broad Level Solution Requirements
Components
• Define SOP, take actions as per the
requirements
• Zoom into the video, control of cameras.
• Monitor all the assets, resources, system
user logins, infrastructure including field
components, network, DC-DR etc. for
appropriate actions.
• Monitor entire system for security
aspects and take appropriate action.
• Display web-based dashboard with
various reports, MIS in tabular, graphical
and multiple other manner, with ability to
select parameters dynamically.
• The MSI shall host the IITMS solution at
on-premise Data Center (and DR on the
Cloud) as per the system architecture
prepared by MSI and approved by NMC.
• All the timely payments, SLA
requirements, sizing, hosting procedure,
DR Drill, backup, security and all other
operational aspects shall be
responsibility of MSI.
• MSI shall provide for entire network and
bandwidth for the IITMS project
including last mile connectivity for all
• Hosting and Storage
the components, network at TMC,
• Network and Bandwidth
network for DC-DR connectivity etc.
• Security Infrastructure
Supporting • All the security components for
and IT Audit
Infrastructur protecting entire IITMS system against
e • Electricity Supply and
any threats in the form of any software,
Power back up
hardware, regular updates and patches
Requirements
shall be responsibility of MSI.
• Poles and Gantries
• All the scope related to provisioning for
electricity (power) to all the devices,
equipment, wiring, cabling, earthing
requirements for IITMS system shall be
sole responsibility of MSI as per terms
defined in RFP.
• Provisioning for power backup for all
field components through UPS, and
TMC through UPS, DG Set etc. shall be
sole responsibility of MSI.
• Erection of all the poles, cantilever poles,
gantries shall be responsibility of MSI.
• NIC’s eChallan • The IITMS system shall be integrated
• Vahan and Sarathi with eChallan application. Entire
External
Integration responsibility of the integration shall be
Integrations
• Public Announcement of the MSI.
Capabilities
System • MSI shall provide capabilities to
• SMS integration integrate with various other 3rd party
Page 61 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Indicative Solutions /
Solution Broad Level Solution Requirements
Components
• Drones / Unmanned applications such as Vahan and Sarathi
Aerial Vehicles (UAV) system, PA system, SMS gateway,
UAVs etc.
• MSI shall carry out such integration with
any 3rd party app as and when directed by
NMC at no extra costs.
• The scope of such integration shall be
defined by NMC on case to case basis.
• A Video wall and operator terminals for
centralized monitoring, controlling, and
• Command and Control
managing all IITMS project related
Center Application (at
activities in real time and taking various
TMC)
decisions during project execution,
• Geographic Information
partially co-used from Smart City.
System (GIS)
• Ability to view, record, perform
• Video Management
operations like zoom, cut, save etc. on the
Software (VMS) and
video which is live, recorded or through
Recording Server
other sources.
• Video Analytics Software
• Ability to automatically perform video
Software (VAS)
analysis to detect violation, incidents etc.
Applications • Enterprise Management generate alert and provide for appropriate
System including Alarm actions like messages, dispatch etc.
Management, Assets
• A centralized dashboard for depicting
Management, SLA
updates of IITMS project
Management etc.
• A centralized interface for monitoring
• Network and Security
Network, Hosting (DC and DR) and
Management
Security aspects of the project.
• Server and Storage
• A centralized interface for monitoring all
Management
applications and services for the IITMS.
• Web Portal
• A centralized interface for all project
metric, trend analysis etc.
• The MSI shall provide various
Management Information System
reports, pre-defined and dynamically
• Tabular, Graphical and generated reports as per requirements of
various other formats NMC from time to time.
• Static pre-defined as well • Such reports shall be in various required
as dynamic reports format such as tabular, graphical etc.
• Export options in various • Reports shall be about various
MIS and
formats (NMC design parameters such as vehicle counts,
Reports
requirement for PDF, violation count, IITMS project’s assets
CSV and Spreadsheet and resources report, revenue, penalty,
etc.) and other reports as per requirements of
• Reports of multiple NMC from time to time.
parameters • Such reports shall be available on various
platforms such as web portal, at TMC,
mobile app for responders etc. as directed
by NMC from time to time.
Page 62 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
2. Co-Use of Existing Assets
The IITMS project envisions to co-use existing assets that are available, usable and feasible to
use for the project. These assets include the ones installed and commissioned under the Smart
City Project in the city and the those installed / maintained by other services providers over the
past few years. NMC has studied the feasibility and have finalised certain key assets which are
proposed to be co-used either partially or wholly. These include Network, the existing City
Operations center, certain field components like traffic signals etc. A detailed list and attributes
of these assets are mentioned in this clause and other relevant clauses of the RFP.
While the RFP has designed to cover the foreseen and unforeseen challenges in co-using of
these exiting assets in terms of their age, present condition, wear and tear, contractual
obligations by signing a multi-party agreements for responsibility distribution, and the
applicable Service Levels, the MSI shall ensure that the co-use of these assets is done in a
careful manner with best industry standards practice, and the cost towards the same is covered
in the commercial bid. NMC, or any of the other stakeholders shall not be liable for any extra
cost for smooth functioning of the project as per expectations set in the RFP document and
MSI’s adherence to the agreed SLAs and other terms and conditions. MSI is expected to
conduct a comprehensive survey to understand the as-is status and implications of co-use
of the assets and its possible impact on the IITMS project.
The below table summarizes the components which the MSI is required to co-use with
the existing service providers:
Existing Assets to be
Sr. Total Quantity Remarks
Component Leveraged
Total Non ATCS Controllers = 103,
10 – ATCS to be replaced.
supportive Versa
TraC controllers Total ATCS Supportive Controllers
under Smart City = 61
with CDAC’s
TraMM application Of 61 ATCS complaint controller, 10
ATCS under Smart City are
connected and are controlled centrally
10 – Other ATCS with CDAC’s TraMM application.
Supportive Versa
TraC Controllers of MSI Scope: MSI shall integrate 61
NMC with CDAC’s Controllers and / or with existing
without application Adaptive Traffic Control System
Signal
1. 61 Application (as required) for 10
Controller
33 ATCS supportive controllers to manage Traffic Signals
Onnyx CoSiCoSt-W at 61 junctions at no extra cost to
– WiTraC controllers NMC. Rest junctions, completely in
under Smart City MSI scope. In case MSI fails to
integrate with existing Controllers
without ATCS
and / or ATCS application to meet the
application RFP requirements, MSI shall replace
these controllers at its own cost with
8 ATCS supportive the one proposed by the MSI for
Onnyx CoSiCoSt-W respective junctions. This additional
– WiTraC controllers procurement, supply, installation,
under NMC without integration, commissioning, operation
ATCS application and maintenance shall be at no extra
cost to NMC
Page 63 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Existing Assets to be
Sr. Total Quantity Remarks
Component Leveraged
NMC is in process of procuring more
LED aspects, and more aspects may
be available for co-use over and above
Total LED Aspects at All 14 LED
14, and the actual implementation of
162 of 164 junctions. aspects
LED aspects and its cost shall be
Signal which are
2. accordingly adjusted.
Aspects At 14 junctions, LED under
installed within last 10 working
MSI Scope: Apart from the above,
years. condition
the MSI shall replace all the Traffic
Signal Aspects (and install new
aspects wherever proposed)
Presently there is no Video Analytics
Software provided by the SI.
However, VA license for these
RLVDs will be made available by the
Nagpur Smart City.
Page 64 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Existing Assets to be
Sr. Total Quantity Remarks
Component Leveraged
MSI Scope: The MSI may be
required to integrate with existing SI’s
system (either VA or ITMS or ICCC
system as per project requirement and
feasibility) to pull the suspected
Existing SI Wrong Way and Parking violations
has built with evidence and other details
Video (including the ANPR wherever
Analytics for available) for 4+24 locations or more
Wrong Way and raise an incident for the Traffic
and Parking Police to validate.
CCTV
700 locations with Violation
5. Camera for
~3700 cameras detection at 5 At all other proposed locations, MSI
surveillance
locations shall setup entire system as per the
each, and RFP.
Traffic
Congestion MSI shall utilize Traffic Density /
at 24 Congestion data from 10 ATCS
locations. locations. However, MSI may or may
not rely on data from existing SI and
may choose to implement new setup
for capturing Traffic Congestion at all
junctions, with prior written approval
from NMC.
Currently this is an independent
system, no integration with any other
Smart City applications.
Variable 50 provided
6. Message 50 they are
MSI Scope: The MSI shall integrate
Sign (VMS) operational
with existing SI’s system to manage
new and existing VMS from the same
interface. API document available.
MSI Scope: Dismantling, and re-
Standard 184 at 61 locations for
7. 0 affixation wherever required along
Poles Enforcement System
with all civil work, excavation etc.
There are 166 6-meter standard poles
which are to be co-used. Another 128
~166 6-meter standard poles at 33 junctions
6-meter Pole
(rest older are to be co-used.
8. installed for 1156
than 10
Signals
years) All the 20 9-meter cantilever poles are
to be co-used.
Page 65 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Existing Assets to be
Sr. Total Quantity Remarks
Component Leveraged
Out of 164 locations, there are new
installations of 23 junction
infrastructure since year 2013, i.e.,
last 10 years. These may be
considered for continuing to use if
10. Junction Box 164 locations 23
possible.
MSI may assess and decide, however,
otherwise it will be in the scope of
MSI to provide junction box at no
extra cost to NMC.
Network is available in all point of interest except few.
Maximum two Cores will be made available at all the locations where network
is available.
Network
11.
Backbone MSI Scope:
Connecting to existing network backbone using required cabling, trenching,
ducting, last mile connectivity and connections to the junction box and edge
device. Integration with Network Management System of existing network.
City 2 operator workstations and 3x3
Operations matrix video wall can be co-used.
3x3 – 55” out of 8x3 Video wall
Centre as
12. 12 operator workstations with 3 screen
Traffic MSI Scope: MSI shall integrate with
each – network and power connected.
Management existing SI’s system to utilize 3x3
Centre video wall for IITMS project.
DC- COC
Video Storage: 30%
Application Storage: 100%
MSI Scope: Physical Space for
Application (VA + FR): 100% - active
setting up Racks (2-3 (smart) racks
Compute for recording: 100%
maximum) will be made available.
Compute for Analytics: 100% - active
MSI shall be required to setup
Co-Location
required Racks, connect to the
13. of on- DR - CoC (under commissioning)
existing network and power supply.
premises DC Video Storage: 100%
All other necessary hardware,
Application Storage: 0%
software, monitoring tool, UPS etc.
Application (VA + FR): 100% -
shall be responsibility of the MSI as
passive
defined in the RFP.
Compute for recording: 100%
Compute for Analytics: 100% -
passive
MSI Scope: MSI may utilize existing
Existing SI has leased the internet from hardware and augment the bandwidth
the ISP. at its own cost as per project
Bandwidth
requirement.
for
14. 256 MBPS bandwidth is available –
replication
primary and secondary. Or MSI may opt for entire new setup
at DR
for Cloud DR replication and any
Hardware is capable to carry 1 GBPS. other requirement of Internet for the
project at its own cost.
NMC shall provide necessary support and coordination for obtaining all the required API /
SDK of the existing components, applications and systems proposed to be co-used. The Make
and Model of the co-used IT components are as per the Annexure. Co-used camera
recording is not in the scope of this project.
Page 66 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
There is a possibility that some of the above component may not be available for co-use during
the implementation, or more components may be made available for co-use. The quantity of
such line item will be adjusted accordingly during the implementation, and the NMC shall pay
the MSI after required adjustment as per rate quoted by MSI and duly agreed by NMC.
The above clause will exclude failure to integrate with the existing operational
components to meet the RFP functionality, in which case, it shall be MSI’s sole
responsibility to supply, install, integrate, commission, operate and maintain any
additional items (including ATCS controllers) required for the project at no extra cost to
the NMC.
All the existing assets in the city which are planned to be co-used are covered under contract
with one of the service providers.
N.B.: Maintenance of Co-used assets are under existing vendors / NMC. Any SLA non-
compliance is attributable to bidder, or any other stakeholder will be as per mutually designed
and signed tripartite SLA agreement (Refer point h of Annexure Set IV, Annexure 3, Point 3.2
(1)) and shall be dealt in accordance to the same.
Page 67 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
3. Adaptive Traffic Control Systems (ATCS)
Nagpur city has urbanized rapidly in recent years and has witnessed enormous growth in traffic
volumes which resulted in several traffic problems in and around the city, such as traffic jams,
increase in number of road accidents etc. A need was felt to develop an Adaptive Traffic
Management System (ATMS), for improving the efficiency and effectiveness of the traffic on
Nagpur roads and thereby help Nagpur traffic police in ensuring smooth traffic flow and
informed road users.
ATCS integrates various sub systems (such as CCTV, Vehicle detection, communication etc.)
in a coherent single interface that provides real time data on status of traffic and predicts traffic
conditions for more efficient planning and operations. The ATCS system shall calculate and
send optimum signal timings to all intersections in the corridor. System shall aim to help police
and security agencies to take proactive/ reactive measures and ensure safe & smooth
environment on road.
Nagpur City has over the last few years put in a multi-layered structure of traffic signals to help
commuters navigate traffic with ease. The Nagpur Municipal Corporation and Nagpur Traffic
Police has already put Traffic Signals at 164 junctions across the city. These signals are fixed
time based, some of them have been equipped with ATCS controller, however not connected
to the network and hence not operational. Some of the Traffic Signals are network connected
as well. The NMC envisages to convert all the 164 junctions completely on ATCS, and
additionally proposes to signalised other shortlisted junctions which are as on date not
signalised, and bring them as well under the ATCS. MSI, under the scope of IITMS project is
expected to upgrade these existing signals and erect new signals at the defined locations.
The ATCS services will include strengthening of three key areas of traffic management
within the city:
• Enhance Situational Awareness of existing traffic conditions on real time basis
• Develop ability to Assimilate and Analyze in real-time traffic information and historic
trends to enable automated adaptive traffic control and support decision making on traffic
management strategies
• Create linkages to support Information Dissemination of traffic management strategies and
user information through traffic controllers, Information Portal, Web Services and APIs.
Page 68 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
The schematic diagram below shows the systems envisaged under ATCS:
The MSI shall ensure to select the most suitable adaptive control systems from SCOOT,
SCATS, RHODES, OPAC, ACS-LITE, ITACA, InSync, CoSiCoSt etc. or in any other manner
ensure to fully comply with requirements specified in the RFP. For Nagpur IITMS Project, the
MSI may propose most suitable solution with reasonable justification and successful
implementation and operations example during the technical bid submission.
This clause details the requirement of Traffic Signal Aspects, Pole / Cantilever mounting
requirements and traffic islands.
• The NMC envisages to upgrade existing ~160 junctions with some of the poles and
aspects marked to be co-used, while most of it to be replaced under the IITMS project
scope.
• NMC also envisage to install signals at some of the presently non-signalised junctions.
The MSI shall be responsible for procuring new aspects including pedestrian signal,
countdown timer etc. as per defined BoQ.
• Detailed list of locations of existing and proposed signals is provided in the Annexure
Set IV - Annexure 5.
• The IITMS project plans to install the Traffic Signal for each arm in two sets for
different type of junctions
o “Major Junctions”: 5 or more arms OR 3 or more lanes for any two arms per
junction
▪ Primary signal: Cantilever Pole with two set of aspects (of which one
will be only vehicular)
▪ Secondary signal (at diagonally opposite side / median as per site
conditions): cantilever pole with one set of aspects.
Page 69 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• The New Traffic Signals are proposed to be installed with Pedestrian signals and
countdown timer.
• MSI shall be responsible to conduct the survey as
per scope defined in Clause 1 under “Project
Activities” and submit the junction drawing for each
of the junctions under the scope of IITMS project
(whether existing or new). Such drawing shall be
including proposed type of mounting arrangement,
island requirement and aspect sets for each arm.
• Each new junction shall be equipped with ATCS
Controller which will be grouped with corridor /
area traffic signal for Adaptive signal configuration.
• Each traffic arm is proposed to be equipped with
Video Detector for ATCS Traffic Volume
Estimation.
• The image indicatively shows the placement of the
aspects on the cantilever pole.
• The Pole, Cantilever and Aspects etc. shall be as per
minimum specifications defined in the RFP
document.
Figure 4: Indicative Aspect placement on Cantilever
Page 70 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
3.2. Traffic Signal Controller
• The MSI shall supply Traffic Signal Controller as per minimum
specifications defined in Annexure Set II - Annexure 7.
• The MSI shall also be required to integrate with existing ATCS
supportive Signal Controller. NMC shall provide necessary support
and coordination for obtaining all the required API / SDK of the
existing components, applications and systems proposed to be co-used.
• It shall have solid state traffic signal lamp switching module with the
ability to program any combination of traffic signal stages, phases and
junction groups.
• Controller shall be configurable centrally through TMC. It may also
have an option of connecting to PC Programming tool to make it easy
to configure the controller from the site. Bidder may propose any
alternative for site level configuration to meet the RFP requirements.
• The controller shall have a conflict monitoring facility to ensure that
conflicting, dangerous are pre-flagged at the programming stage and
these are disallowed even during manual override phase.
• In case of any configuration change, the same shall go through multiple
level (minimum two) of operator hierarchy to ensure preventive
unintentional conflicts or intentional sabotage.
• The Traffic Signal Controller shall be adaptive so that it can be
controlled through the TMC as an individual junction or as part of
group of traffic junctions along a corridor or an area.
• Controller shall support ATCS algorithms to calculate traffic flow for
every cycle and optimizes cycle time and green split for a single
intersection or for a corridor.
Functional
• The controller design shall be flexible for the junction to be easily
Requirements
configured to be part of any corridor or group definition and could be
changed through the TMC easily.
• It shall have memory to store site specific configuration data and shall
be easily programmable at the site through keypad or laptop.
• It shall also have separate memory for storing the junction specific
plans or signal timings.
• The IITMS system shall have provision for integration with Public
Announcement Systems, existing and any new that may come up
during the project period, (installation of PA system not in the scope of
IITMS MSI) for broadcasting of pre-recorded voice messages. There
should be provision to switch on and switch off the audio from
centralized application.
• The controller and entire IITMS system shall be configured on Network
Time Protocol (NTP). All timings generated within a controller shall
be digitally derived from a crystal clock which shall be highly accurate
(+100 ms).
• In case of power failure, network failure, the controller shall have a
secondary battery based real-time clock for maintaining the time.
• The controller shall be capable of communicating with the ATCS
server through Smart City’s network.
• The traffic signal controller shall accept commands for remote selection
/ de-selection of the following from the TMC:
o Hurry Call
o Flashing Amber / Flashing Red
o Junction Off
Page 71 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• If not reverted to the normal operation within the time period
configured, the traffic signal controllers shall timeout the commands
and operate normally. Such time period shall be different for different
arms and junctions.
• The traffic signal controller shall report the following to the TMC every
cycle or on an event as appropriate.
o Green time actually exercised for each approach (stage
preemption timing) against the green running period set for the
approach by the Traffic Management System.
o Mode of Operation
o Lamp failure, if any
o Output short circuit, if any
o Detector failure, if any
• The controller shall respond to vehicle detectors with associated
phases/signal groups which may be:
o demand a phase/signal group.
o extend a phase/signal group.
o demand and extend a phase/signal group.
o introduce a hurry call facility.
o be associated with an all red condition.
o demand via call/cancel.
o priority demand of stage/phase;
o uni-directional demand for stage/phase;
• Shall identify a communication failure with the central computer within
a specified time period, the controller shall revert to the fall back mode
of operation after a user configurable time period. On restoration of the
communication with central computer the traffic signal controller shall
automatically resort to adaptive mode.
The controller shall provide the following facilities in a separate panel with
provision for lock and key arrangements for use by the Traffic Police.
• Four Hurry Call switches: The Hurry Call mode will provide the
means to force the controller to a defined stage, without violating safety
clearances. A preemption input may be used to demand the Hurry Call
mode to give right of way to emergency vehicles. It should be possible
to configure the Hurry Call switches to any stage as per site
requirements.
• One Forced Flash Switch: Activation of this switch should force the
signal to Flashing Amber / Flashing Red.
• One Auto / Manual Switch: Activation of this switch should enable
Police Panel
manual operation of the controller. Deactivation of the manual switch
shall continue from the current stage without interruption.
• One Manual Advance Pushbutton Switch: In manual operation
mode, the stages appear in the sequence specified in the signal plan
timetable. Activating the pushbutton switch shall terminate the
currently running stage and start the next, without violating safety
clearances.
• One Junction OFF Switch: Activating this switch should put OFF all
signal lamps. On deactivation of the switch the traffic signal controller
shall resume its normal operation without violating any safety
clearances.
These switches shall be operable remotely through TMC, however, manual
operations from the panel at the field shall override the remote settings.
Page 72 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
The traffic signal controller shall have the following modes of
operation:
Page 73 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• Phases: The controller shall have facility to configure minimum
phases as defined in the technical specifications. Phases either for
vehicular movement, filter green, indicative green, pedestrian
movement or a combination thereof.
o It shall be possible to operate the filter green (turning right
signal) along with a vehicular phase. The filter green signal
shall flash for a time period equal to the clearance amber period
at timeout when operated with a vehicular phase.
o The pedestrian phase signal shall be configured for flashing red
or flashing green aspect during pedestrian clearance.
o It shall be possible to configure any phase to the given lamp
numbers at the site. MSI is expected to plan the same as per
number of arms per square / junction. The details are as per
Annexure Set IV – Annexure 5.
Page 74 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
condition (due to faulty devices or short circuit in the output)
shall force the signal into Flashing Amber/ Flashing Red.
o Cable less Synchronization: It shall be possible to synchronize
the traffic signal controllers installed in a corridor in the
following modes of operation, without physically linking them
and without communication network. GPS enabled RTC shall
be the reference for the cable less synchronization.
▪ Fixed Time mode with fixed offsets
▪ Vehicle Actuated mode with fixed offsets
The controller shall have the facility to synchronize the priority phases/
stages of the corridor.
• Lamp Switching: Controller shall have minimum number of
individual outputs for signal lamp switching as defined in the technical
specifications and it shall be configurable from number of lamp groups
(RED, AMBER & GREEN). The MSI shall be responsible to check the
operating voltage (AC / DC) as per applicable rating for each such
signal lamps.
• Detector Interface: MSI shall propose a solution to either configure
input from all the Vehicle Detector Cameras at a particular junction OR
capture the entire vehicular traffic data generated using Vehicle
Detector Camera at the junction to feed into the controller over TCP/IP
or similar technology.
• Communication Interface: Controller shall be connected to the ATCS
System through network backbone of the Smart City.
• Power Saving: MSI shall propose appropriate energy saving
mechanisms and approaches. The traffic signal controller shall have a
facility to regulate the intensity of signal lamps during different
Input and
ambient light conditions.
Output
• Network Time Protocol (NTP): The controller shall be synced to a
facilities
common time – Network Time Protocol (NTP).
• Real-time Clock (RTC): In case of network failure, the GPS receiver
for updating time, date and day of the week information of the traffic
signal controller should be an integral part of the traffic signal
controller. Traffic signal controller shall update the date, time and day
of the week automatically from GPS during power ON and at scheduled
intervals.
o Manual entry for date, time and day of week shall be
provisioned for setting the controller RTC (Real Time Clock).
o It shall be possible to set RTC from the TMC when networked.
• Keypad (optional): The traffic signal controller shall have a custom-
made keypad or should have provision for plan upload and download
using Mobile app and TMC.
• Operator Display (optional): The traffic signal controller shall
optionally have a LED backlit Liquid Crystal Display (LCD) as the
operator interface
Page 75 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
3.3. Vehicle Detector
• The MSI (while bidding) shall propose appropriate technical solution / product to count
vehicles at each arm of the traffic junctions. This shall be based on High-Resolution CCTV
Camera coupled with Video Analytics or Thermal Camera or any other technology.
• The outputs of the detectors shall indicate the presence of vehicles, generate traffic data,
and shall use to influence the operation of the traffic signal controller and shall generate
counts, demands and extensions for right-of-way. Means shall be provided so that a detector
may be connected to demand and / or extend a phase movement as specified.
• The generated traffic data and traffic flow data (Levels of Service) shall also be sent to the
Traffic Monitoring and Management System. The TMC operator shall be able to view the
streaming video images of the detection system, using a standard web browser or via an
RTSP video stream, or any other mechanism.
• The Vehicle detector shall support detection of vehicles on multiple lanes.
• The MSI shall clearly specify the placement of the detector (upstream, downstream, stop-
line, exit etc.) for independent straight and right turn signals.
• The detector shall be able to count vehicles in non-lane based mixed traffic flow conditions
and differentiate between different vehicle types (two-wheeler, three-wheeler, car, HGV,
etc.). Accuracy of counts and classification shall be minimum 90% over all light and
weather conditions. MSI (while bidding) shall clearly specify in technical proposal how
this will be accomplished.
• The detector shall be able to detect and identify emergency vehicles (Eg. Ambulance) and
provide a green corridor till the vehicle is passed.
• The MSI shall give an estimate of the total number of vehicle presence detection zones and
vehicle detectors required and the type of detection system recommended.
• A detector that does not change its status at least once during a stage execution shall be
notified to the TMC (in ATCS mode) at the termination of the associated stage.
• It should automatically calibrate itself from time to time as per environment, and raise a
system alert to the TMC operator in case failed to automatically calibrate due to any
technical reasons.
The component will be connected to the controller, which is in-turn connected to the Traffic
Management Center for centralised management. All the controller and components will be
connected to the TMC through a network. The minimum technical specifications, certifications
required, accuracy etc. of the components are defined in the RFP documents. The MSI shall be
solely responsible for all the equipment / component including that of power and network
required for making the ATCS system and entire IITMS system fully functional.
Page 76 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
4. Traffic Violation Detection and Management
• All the violation Detection System shall be fully encrypted and non-
intrusive. The system shall have appropriate certified technology with
proper test reports, certificates. The MSI shall clearly propose the
system as a part of Technical Bid.
• System shall be able to detect violations as per defined rules.
• The system shall have provision at Traffic Management Center (TMC)
to centrally define the criteria such as minimum speed, maximum
allowed speed etc. for alert on speeding which shall be configurable for
all or specific set of systems. All vehicles passing through the control
section at a speed greater than a determined speed limit, by a specified
margin, shall be detected as violation.
• The system shall allow speed limit / threshold configuration for
different lanes, different time of the day or any other parameter as per
requirement of the NMC or Traffic Police.
• The system shall have capability of capturing multiple infracting
vehicles simultaneously, irrespective of class of vehicle.
• System shall automatically detect the lane on which vehicle is driven.
• System shall be able to classify between minimum 5 types of vehicles
(Light Motor Vehicle - Car, Heavy Motor Vehicle - Truck, Light and
Medium Vehicle Truck, Bus, Two-Wheeler etc.)
• All the Violation Detection System along with its cameras etc. shall be
able to maintain same accuracy of detection and evidence during the
nighttime as daytime. For ANPR, accuracy during the nighttime shall
Functional be as defined in the RFP. All necessary IR, lighting requirement shall
Requirements be sole responsibility of the MSI, at no additional cost to NMC.
• VDS shall be coupled with Automatic Number Plate Recognition
(ANPR) System which shall help determine registration number of the
vehicle for issuance of challan and any other purpose.
• In case the ANPR fails to recognize the registration number, it must be
possible to manually enter the registration number of the violating
vehicle, validated by two matching images of registration plate.
• The system shall capture, and process registration number of each
vehicle identified for violation using ANPR system.
• The system should ensure maximum violation detection rate also for
vehicles plates that are not readable with ANPR systems, for example
broken plates, dirty plates, other languages, nonstandard plates.
• The violation detection and accuracy should not vary on the basis of
the type of plate, height of plate, nature of plate etc. The systems would
have proper simulators to cross check the system during tests.
• The system shall have image processing abilities to:
o match registration plates for all types of vehicles, independent
of ANPR, and thus providing very high detection rate.
o blur certain parts of the image for privacy reasons, such as the
registration plate of any other vehicle.
o ensure clear images including illumination of registration plate
o capture the violation image under low light and low visibility
conditions and night-time, irrespective of weather conditions,
using IR illuminator and / or any other technology.
Page 77 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• The system should be equipped with a camera system to record a
digitized image and video frames of the violation, covering the
violating vehicle with its surrounding.
• System shall produce minimum two images relative to any vehicle in
violation along with video evidence.
• Basic image viewing tools (Pan, zoom etc.) should be provided for the
displayed image without edit options.
• The system shall be equipped with IR Illuminator and / or any other
technology to ensure clear images including illumination of the
registration plate and capture the violation image under low light and
low visibility conditions and at nighttime. The system should perform
in rain, bad weather & day and night conditions.
• Image should have a header and footer depicting the information about
the site IP and violation details like date, time, equipment ID, location
ID, GPS, Unique ID of each violation, lane number, Registration
Number of violating vehicle & violation type of violating vehicle etc.
• System shall also have provision to define SOP dynamically, for
different CoVs, corridors or for any other parameter including
providing exemption in certain cases.
• System shall provide for setting thresholds for a violation, setting up
exemptions for certain vehicles or type of road or at certain time of day.
• Seamless integration with the NIC’s eChallan Application for vehicle
and driver info and challaning.
• As per the criteria, the system shall alert the TMC operators to validate
and book a violation against a vehicle based on an approved SOP.
• Shall have provision to automatically, or if directed by NMC / Traffic
Police, manually (after confirmation from official) confirm the
violation and share the details with the NIC’s eChallan App for further
processing of challan.
• NMC may direct the MSI to provide Auto- Authentication of captured
suspected violations (along with number plate) based on AI enabled
system confidence check to reduce efforts of TMC operators. MSI shall
ensure to implement the same as per requirement of NMC anytime
during the contract period.
• Ability to auto generate reports as per requirements.
• System will be synced using NTP (or GPS if NTP unavailable for a
particular location) time synchronization for accurate readings.
• Violation detection systems shall be in line with road safety standards
complying with norms of road safety regulations and enforcement
standards (which can stand in court of law in India)
• CE and homologation certificate from Ministry of Transport /ARAI/
ICAT/ VRDE / GARC, OIML D11, IEC, OIML R91 etc. or equivalent
department from respective country of origin (in English) or Certificate
from internationally accredited organization (approved for speed
calibration and for India) shall be submitted.
• System must be approved by relevant authorities such as traffic or
infrastructure department and provided with proper test and calibration
reports & certifications of their systems that can stand in the court of
law in India.
Page 78 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
4.1. Red Light Violation and Stop Line Violation Detection System
• Nagpur City presently has ~160 junctions which are signalized and are
to be upgraded, additionally few junctions are to be signalized as listed
in Annexure Set IV – Annexure 5.
• These junctions are prone to Red Light and Stop Line Violations.
• System will capture the violation when a vehicle has violated the stop
Business line / zebra crossing or the Red-light signal.
Requirements • MSI shall convert these junctions adaptive as per the scope defined in
Clause 3 above. The MSI shall ensure necessary integration with these
signals to capture the red light while detecting the violations.
• MSI shall be responsible to do the road marking (Stop line and Zebra
crossing paint) on the roads on all arms regularly throughout the project
period, as per scope defined in the Clause 11 under “Project Activities”.
• System shall capture the violation when a vehicle has violated the stop
line/zebra crossing or the Red-light signal.
• Cameras shall record a digitized image and video frames of the
violation covering defined junctions on each approach arm at any point
of time simultaneously with relevant data about the offence.
• System shall take necessary evidence of the offending vehicle along
with photo and video of traffic light being red (colour evidence).
• The MSI shall ensure the Red-Light Violation is also detected during
the night time. Any integration required with the Signal Controller shall
be responsibility of the MSI.
Functional
• MSI may opt to connect the system with traffic light, however, red-
Requirements
light status shall be detected with or without any physical connection
to traffic light.
• The evidence camera shall clearly capture the Traffic Signal status
along with the violating vehicle in the single frame.
• The MSI shall give provision for defining approach for a particular
junction in the system dynamically. There would be different
combinations of the junctions at different locations. The system shall
have modular settings to allow such configuration.
• Such rules can differ for different locations or corridors, and hence the
rules shall be configurable for one or group of systems.
• Red Light Violation Detection System Accuracy:
RLVD detection for at least 90% vehicles passing through the junction.
Accuracy
• Stop Line Violation Detection System Accuracy:
Stop Line detection for at least 90% vehicles passing through the junction.
Page 79 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
4.2. Speed Violation Detection System
Page 80 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• Speed Violation Detection System Accuracy:
Accuracy
150 KMPH + 3% for at least 95% vehicles passed through the system.
• MSI shall be required to supply, install and commission Speed Display
signboards at some of the identified locations along with Speed
Violation Detection System, as per minimum specifications mentioned
in the RFP.
• Such system shall be able to display 3-digit whole number speed of the
vehicles passing by, which should be legible and visible from a distance
of 50 meters as well.
• The system shall display higher speed in case of two or more vehicles
approaching are detected simultaneously.
Speed Display
• The Message Signs shall be based on Light Emitting Diode (LED)
technology possessing a proven track record suitable for this
(envisaged at
application. The LED technology shall not require external or
certain
supplementary illumination.
locations as
per BoQ) • The speed text must be readable even in broad daylight. The system
should allow to set the brightness dynamically for day light or low light
and low visibility conditions.
• Auto dimming feature to adjust to ambient light level with brightness
control for each VMS controlled from TMC. The displayed image shall
not appear to flicker to the normal human eye.
• Any new similar speed displays procured separately by NMC, MSI
shall integrate the same with the larger system for all the above
functionality anytime during the contract period as per directions from
NMC.
Page 81 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
4.3. Lane Discipline Violation Detection System
• The NMC envisages to setup a Lane Violation Detection System to
detect any violation related to lanes as described in the RFP.
• NMC has planned Lane Discipline Violation Detection along with all
Speed VDS. MSI shall utilized same systems (including Radar) with
necessary addition to detect the Lane Discipline Violation.
• Lane Violation Detection shall be configured for multiple use cases
Business
depending on the location requirements. The Lane Discipline violation
Requirements
shall include “Improper Lane Change”, “Wrong Lane Driving”,
“Overtaking from the Left” etc. Nagpur Traffic Police and NMC shall
decide on location wise type of Lane violation to be captured.
• System shall be approved by some traffic or infrastructure department
and provided with proper test reports & certifications of their systems
that can stand in the court of law in India.
• MSI System will have provision for defining lane rules dynamically in
the system based on the requirement which can be different for different
squares / road, hence rules can be configurable for one or group of
Functional
cameras / systems.
Requirements
• Automatically detect the lane on which a vehicle is driven.
• System will have provision to define SOP dynamically, for different
class of vehicle, stretch of road or for any other parameter.
Page 83 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
4.7. Two Wheeler Violations
• All the new vehicles registered in India from 1st April 2019 are required
to be affixed by High Security Registration Plate (HSRP).
• Vehicles registered before the said date are also required to have a
number plate in a particular defined and standard manner.
• Various vehicles are plying on the road with non-standard number plate
Business
in different font and style (Fancy Plate) which makes it difficult for the
Requirements
Enforcement agencies as well as ANPR systems to recognize number
plate properly.
• Any vehicle plying with non-standard number plate (Fancy Plate) or
dilapidated number plate shall be detected and shall be captured by the
system with necessary evidence.
• ANPR cameras deployed at all the locations for any violation detection
system under the IITMS project shall have capability to automatically
detect these violations for all types of vehicles.
• Non-Standard Number plate: The accuracy of capturing such
violation should not vary on the basis of the type of plate, height of
plate, nature of plate, type of vehicle, plate colour, varying contrast,
language of plate, Double row plate etc.
• Dilapidated number plates / no plate: The system shall accurately
identify and generate alerts whenever broken plate, Dirty / disfigured
Functional plate, dilapidated number plates are captured. The system shall capture
Requirements other attributes of the vehicle (such as colour, class, make etc. as
defined in the RFP) which will help in identification of the vehicle.
• The system shall allow defining parameters for such detection.
• The system shall alert the TMC operator as per requirements for the
detection possible violation.
• Ability to provide illumination for night-time scenarios using IR
illuminators or any other technologies for registration plate to be
captured with very high accuracy.
• Suspected violation may be considered as violation and TMC operator
shall be given provision to process it further as per pre-defined SOP.
Page 84 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
4.9. Other Vehicle document related violation
• Unless otherwise specified for a particular system component / violation detection system,
the violation detection system shall have accuracy as defined below:
• More than 90% vehicle detection accurately of the total vehicles violated (or passed) as
applicable.
Page 85 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
5. Field Components of the IITMS System
The Nagpur city already has about 50 Variable Messaging Signboards / System (VMS). NMC
envisage to setup additional VMS and integrate all the existing and new VMS through common
platform. APIs for the same will be made available to MSI. The VMS shall be used for
communicating with the citizens of Nagpur, informing citizens about real-time traffic
information, awareness, vehicle speed limits etc. The locations for the new VMS shall be
finalized by the MSI in consultation with NMC and Traffic Police.
• VMS system shall be used to denote the speed limit, or current speed
of the vehicle passing by, providing various other information to the
citizens.
• MSI is expected to integrate with the existing VMS which are
commissioned under the Smart City Project.
Business
• VMS shall be capable of rendering any number of messages and are
Requirements
located within the corridor in view of key motorist decision points,
such as interchanges, set dynamically from the TMC.
• VMS can be used to provide dynamic, real-time traffic related
information, traffic notifications, awareness, event messages, vehicle
speed, etc. to commuters at strategic locations and main entrance
Page 86 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
roads. There could be separate message on one or more of the VMS,
which can be for a specific time.
• VMS software application shall provide the TMC operator to publish
predefined sets of messages (textual as well image). The application
shall also provide an option to write in free-text mode.
• The VMS can be proposed to be installed on a pole or cantilever as
per locations defined in this document.
• The VMS shall consist of variable message signboard with local
controller, and a power backup with UPS along with other power and
network components.
• VMS application shall be provided to the TMC operators for message
preparation, monitoring and control of the VMS through network.
• The system shall have provision for setting pre-defined message or to
set message in a free-text mode.
• The system should be capable of displaying warnings, details of
violating vehicles, traffic advice, route guidance and emergency
messages etc. to citizens from the TMC in real time.
• VMS shall be based on Light Emitting Diode (LED) technology
possessing a proven track record suitable for this application. LED
technology shall not require external or supplementary illumination.
• The message (text) on the VMS must be readable even in broad
daylight. The system should allow to set the brightness dynamically
for day light or low light and low visibility conditions.
• Auto dimming feature to adjust to ambient light level with brightness
control for each VMS controlled from TMC. The displayed image
shall not appear to flicker to the normal human eye.
• VMS software application shall allow an operator to seamlessly
toggle between multiple VMS points at each workstation in order to
send specific messages to specific locations, as well as sending
Functional
common message to all VMS. Software should be GUI based, and
Requirements
capable to handle multiple VMS.
• It shall be capable of setting an individual VMS or group of VMSs to
display either one of the pre-set messages or symbols entered the
computer via the control computer keyboard or by another means.
• The system shall also give provision to set the way a message is
displayed including more than one message for pre-defined time, in
scroll fashion, or flashing etc. configurable at TMC.
• VMS should display text (multilingual – Marathi, Hindi & English)
and graphic messages using Light Emitting Diode (LED) arrays.
• The VMS controllers should continuously monitor the operation of
the VMS via the provided communication network.
• If the controller is unable to connect to the server for the next message,
it shall not display the old message, which has passed its expiry time.
Instead, it shall be programmed to display a default message.
• The system shall maintain history of message achieved for future
reference and analysis.
• System should have a report generation facility for individual / group
/ all VMSs with date and time which includes summary of messages,
dynamic changes, fault / repair report and system accessed logs, link
breakage logs, down time reports or any other customized report.
• System shall be able to integrate with any third-party VMS. All above
functionalities shall also be possible for external VMS.
Page 87 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
5.3. Intelligent Traffic Sensor - Radar
Page 88 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
5.4. Automatic Number Plate Recognition System
NMC envisage to setup Automatic Number Plate Recognition system to read vehicle
registration plates. ANPR system shall enable capturing number plate of violating vehicles.
There are multiple Violation Detection System and other CCTV Camera systems proposed for
different purpose in the city. All the Violation Detection System shall be coupled with ANPR
system for recognizing the vehicle registration plate along with photo.
Page 89 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• Ability to mark vehicle as whitelisted only after written approval from
Traffic Police. In case of identification of whitelisted vehicles, no
challan and penalty shall be accounted for.
• Ability to generate automatic alarm to alert the TMC on successful
recognition of registration plates on the basis of pre-defined rules.
• System shall capture all vehicles passing through the installed location.
All vehicle images and numbers are kept in database for real time alerts
/ search for crime analysis. Vehicle images should be captured even if
the registration plate is not automatically detected.
• It is the percentage of total number of vehicle registration plates
automatically captured and recognized without any character errors by
ANPR system (X), against the total number of vehicle passing (Y).
• ANPR Accuracy = (X / Y) * 100
• ANPR accuracy should be maintained for English language, for
ANPR
standard number plates.
Accuracy
• Minimum ANPR Accuracy: Day Time: 95%+ and Night-time 90%+
• ANPR accuracy for non-standard, irrespective of vehicle registration
plate’s orientation & size, font type & font size, speed of the vehicle
(within the defined requirements) shall be: Day Time: 75%+ and Night
time 70%+
• IITMS system shall be capable to capture video and images with high
clarity even at the night-time and during low light & visibility condition
Business • The IITMS system also shall be capable to clearly detect the
Requirements registration plate of a vehicle with same accuracy even in the night-
time, low light and low visibility conditions for at least 100 to 150
meters
• The IR Illuminators shall be coupled with all the CCTV video cameras
inbuilt or externally, for indoor and outdoor both to capture clear
images of the vehicle, object, people etc. even during the night-time.
Functional • The system shall be capable of switching IR illuminators on / off
Requirements automatically depending on the light conditions, as well as manually
directly controlled from the TMC and even from the IR device itself.
• It may be affixed with white LED flash of low intensity to influence the
driver behaviour, however not to dazzle the driver.
Page 90 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
6. Indicative Components Details
a. The following is a summary of the geographical extent of the project. The detailed location
is as per Annexure Set IV – Annexure 5.
b. MSI shall conduct a survey on the field to study the proposed locations and shall suggest for
any updates or changes considering better proposed solution and / or any practical challenges
for implementation. The updates, if any in the proposed location and technical solution shall
be submitted and approved by NMC along with other Implementation and Operations
Plan Document, post which the MSI shall implement the solution.
c. NMC reserves the right to change to location of any component before the commencement
of implementation on field, which shall be final and binding on the MSI, at no extra cost to
NMC.
d. The upward / downward variation in the total proposed locations, quantity and total
proposed technical solution and its updates shall be allowed with prior approval of NMC
and the payment for corresponding components shall be dealt with in accordance to the price
quoted by the MSI and duly approved by NMC.
e. Any upward variation with regards to technical solution, any additional requirement of any
component / equipment at any identified location shall be at no extra cost to NMC.
f. Any upward variation with regards to the location and quantity, i.e. any new location
identified by NMC anytime during the project period, shall be dealt in accordance with the
Clause 6, Change Request Management under Administrative Aspects.
g. Any change of make or model from the submitted bid shall be allowed as per discretion of
the NMC. MSI may propose any such change with reasonable justification, which may or
may not be accepted by the NMC. The decision of NMC shall be final and binding.
Existing
Proposed
Quantity
Unit of new
Sr. Components SITC of following items proposed Total
Measurement Quantity
to be co-
(Indicative)
used
Set (Per
1. ATCS Controller 61 103 164
junction)
Vehicle Detector 5 MP
CCTV Camera including
Video Analytics
2. Number 20 618 638
OR
Vehicle Detector
Thermal Camera
Traffic Signal Aspects -
3. Number 175 926 1101
Red
Traffic Signal Aspects –
4. Number 175 926 1101
Amber
Adaptive Traffic Traffic Signal Aspects -
5. Control System Green Arrow, Straight, Number 175 2778 2953
Right & Left
Existing Signals Vehicle Countdown
6. upgradation Timer (Vehicle & Number 48 590 638
Pedestrian)
Pedestrian Countdown
7. Timer (Vehicle & Number 0 638 638
Pedestrian)
Pedestrian Walk Man
8. and Stop Man Number 260 1020 1280
(combined)
Manual Override
9. 0 164 164
switch for Traffic Police
Set
Disabled Friendly
10. (per junction) 0 41 41
Audio Tactile Device
11. Pedestrian Push Button 0 41 41
Page 91 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Existing
Proposed
Quantity
Unit of new
Sr. Components SITC of following items proposed Total
Measurement Quantity
to be co-
(Indicative)
used
Set (per
12. ATCS Controller 0 7 7
junction)
Vehicle Detector 5 MP
CCTV Camera including
Video Analytics
13. Number 0 24 24
OR
Vehicle Detector
Thermal Camera
Traffic Signal Aspects -
14. Number 0 48 48
Red
Traffic Signal Aspects –
15. Number 0 48 48
Amber
Adaptive Traffic Traffic Signal Aspects -
16. Control System Green Arrow, Straight, Number 0 120 120
Right & Left
Vehicle Countdown
17. New Junctions Timer (Vehicle & Number 0 24 24
Pedestrian)
Pedestrian Countdown
18. Timer (Vehicle & Number 0 24 24
Pedestrian)
Pedestrian Walk Man
19. and Stop Man Number 0 48 48
(combined)
Manual Override
20. 0 7 7
switch for Traffic Police
Set
Disabled Friendly
21. (per junction) 0 3 3
Audio Tactile Device
22. Pedestrian Push Button 0 3 3
Red-Light Violation Number / Set
Detection (RLVD) per arm
23.
System with Evidence (as per bidder
Red Light, Stop
Camera and IR solution) 171 491 662
Line Violation
Video Analytics for
Detection System
24. RLVD and Stop Line Number
Violation Detection
25. ANPR Camera with IR Number 257 1068 1325
Seat Belt Seat Belt Violation
Violation Detection and Mobile
Detection and phone use violation
26. Number 0 662 662
Mobile phone use Detection System
violation (Analytics Seat Belt and
Detection System Mobile Phone)
Speed Detection Sensor Number per
27. 0 12 12
Radar location
Spot Speed
Evidence Camera with Number per
28. Violation 0 12 12
IR location
Detection System
Number per
29. ANPR Camera with IR 0 36 36
lane
3 Lane
Number per
30. Speed Display 0 24 24
lane
Speed Detection Sensor Number per
31. Spot Speed 0 18 18
Radar location
Violation
Evidence Camera with Number per
32. Detection System 0 18 18
IR location
Number per
33. 2 Lanes ANPR Camera with IR 0 36 36
lane
Page 92 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Existing
Proposed
Quantity
Unit of new
Sr. Components SITC of following items proposed Total
Measurement Quantity
to be co-
(Indicative)
used
Number per
34. Speed Display 0 10 10
lane
Speed Detection Sensor Number per
35. 0 2 2
Radar location
Spot Speed
Evidence Camera with Number per
36. Violation 0 2 2
IR location
Detection System
Number per
37. ANPR Camera with IR 0 2 2
lane
1 Lane
Number per
38. Speed Display 0 2 2
lane
Video Analytics for
Number per
Lane Discipline
39. location (all 0 32 32
Violation Detection
lanes)
System
Video Analytics for No
Parking and Wrong
40. 0 694 694
Direction Violation
Analytics for
Detection Number per
other violations
Video Analytics for No- location
41. 0 694 694
Helmet (all arms + all
Video Analytics for Spot speed
42. 0 694 694
Triple Riding locations)
Video Analytics for Non
43. – Standard Number 0 694 694
Plates
Variable
Messaging Variable Messaging Set per
44. 50 50 100
Signages Signages location
60 to 65 sq. ft.
Galvanized Cantilever
Poles –
45. Number 148 0 148
(6- 9) mtr x (3.5 to 5)
mtr
Galvanized Standard
46. Poles – Number 294 0 294
Poles and
(6 - 9) mtr.
Cantilever:
SITC of Galvanized
Signal
LED Cantilever Poles
with Foundation - (6 - 9)
47. mtr as per site Number 0 1036 1036
requirement (for
existing and new
signals)
Poles and
Cantilever:
Galvanized Cantilever
48. Number 0 642 642
ATCS Vehicle Poles - 9 mtr
detection + VDS
at junctions
Poles and
Cantilever:
Galvanized Cantilever
49. Number 0 32 32
Poles - 9 mtr
Spot Speed
Locations
Galvanized Standard
Poles and
Poles - 6 to 9 mtr
Cantilever:
50. Number 0 50 50
Ensuring minimum
For VMS
clearance from RTL of
Page 93 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Existing
Proposed
Quantity
Unit of new
Sr. Components SITC of following items proposed Total
Measurement Quantity
to be co-
(Indicative)
used
5.5 / 6.1 mtrs based on
the road type, as per
requirement of NMC at
different site locations
SITC of Extra Desktop
51. Number 6 6 12
for Challans Validation
Network Colour
52. Traffic Printer + consumables Number 0 3 3
Management (Paper, Cartridge)
Center Multifunction Printer +
53. consumables (Paper, Number 0 3 3
Cartridge)
54. Desk Phone Setup Number 0 6 6
Note: All location (whether existing or new) shall implicitly have required junction box,
electric and networking components, cabling, civil components necessary for sturdy erection
of the poles, cantilevers, gantries and components on the poles and gantries etc. and will be
powered by the Electricity with necessary backup.
There is a possibility that some of the above component may not be available for co-use
during the implementation, or more components may be made available for co-use. The
quantity of the items may change (increase or decrease) as per site requirement. The
quantity of such line item will be adjusted accordingly during the implementation, and
the NMC shall pay the MSI after required adjustment, as per actual quantity deployed,
as per rate quoted by MSI and duly agreed by NMC. This will exclude cost for any
deliverable and / or activity which is clearly defined in the RFP, which shall be delivered
at no extra cost to NMC. NMC’s decision shall be final and binding.
Page 94 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
7. Traffic Management Center
a. Nagpur City has two Centres which are developed under the Smart City Project – City
Operations Center – NMC office and Command and Control Center (Traffic Police Office).
b. In accordance with the NMC’s plan to co-use maximum assets, it is decided that the MSI
shall setup its Traffic Management Center (TMC) within the Smart City’s City Operations
Center established at Nagpur Municipal Corporation’s office. NMC reserves right to
change this location to any other suitable location (say CCC at Traffic Police Office) as it
deems fit which shall be final and binding on the MSI.
c. The TMC under the IITMS project shall be required to monitor, manage, control, analyse,
and communicate to and fro regarding operations and management, respond to daily
scheduled activities, events and incidents of the activities under IITMS scope.
d. There will be 6 Workstations with network and power connection and three screens each,
which will be made available to setup the users and applications etc. The bidders are
expected to conduct site visit before bidding for the project to understand the current
status of the assets.
e. The TMC shall be integrated with all the components of the Intelligent and Integrated
Traffic Management System (IITMS) such as Traffic Signals, Controllers, cameras,
message system etc. and enable the operators to carry out the coordinated response plan
effectively.
f. The solution shall allow NMC and TMC operator to monitor the video feeds from cameras
and inputs from other sensors, dissect and disseminate information and make actionable
recommendations.
g. The Traffic Management Center at the heart of the system will comprise of the TMC
Application which have important features such as the incident management and reporting
system, Standard Operating Procedures (SOPs) for pre-defined events such as traffic
violation and systems for interaction with citizens etc.
h. The TMC shall provide situational awareness of the traffic and security situation across the
city. This shall enable the NMC, other stakeholders and TMC operators to take coordinated
and planned response actions.
i. The system shall provide configurable rules with tailored alerts, dashboard visualizations,
intelligent role based work flow, response tools and situation collaboration.
j. TMC will comprise of various terminals dedicated for specific purposes and a centralized
dashboard with all real-time data available on fingertips.
Page 95 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
7.1. TMC Components
The Video Wall and Operator Terminals are installed at the CoC. The MSI is expected to use
the workstations, part of Video Wall and used for viewing, reporting, monitoring, controlling
and management of all events, incidents, alerts, and updates for IITMS Projects. Following are
the setup requirements:
a. NMC shall provide a designated area at the already operational City Operations Center
(CoC) (or any other location as it deems fit), where,
i. A Video Wall is installed by the Smart City SI and, the IITMS MSI is expected to
integrate it with its system for centralized display of the required and necessary
information on the 3x3 matrix video wall.
ii. 06 Operator Terminals (workstations with 3 screens each) shall be provided for
centralized management of all TMC operations.
iii. The operator terminals and the Video Wall are network and power connected, and
have required UPS and batteries, DG set etc. along with required furniture, air
conditioning etc.
iv. Present day City Operations Center under Nagpur Smart City
b. The basic electricity, network, cabling, flooring, false ceiling, UPS, DG set, refuelling of
DG set etc. will be under the scope of the Smart City SI and not under the scope of MSI.
However, MSI shall be responsible for planning, procuring, commissioning, and setting up
any additional components and equipment etc. required for the TMC including all the new
hardware, software, network (Establishment of LAN and WAN connectivity as required),
electrical, furniture etc., and appropriately integrating it with the existing Smart City setup
upon appropriate approvals from NMC. MSI shall obtain for itself all the necessary
information of the TMC to understand requirement of additional line items required to be
procured by MSI over and above the setup provided by Smart City SI.
c. All the necessary infrastructural requirements and civil work, furniture over and above the
existing provided from the Smart City shall be sole responsibility of the MSI. This may
include but not limited to seating arrangement, extra Workstations (Furniture and Fixtures),
chairs, tables, aesthetics, partitioning etc.
Page 96 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
d. MSI will ensure that the existing CoC facility is used and maintained well by its operators
and representatives and no damage to the existing facility during the implementation as
well as operations and maintenance activities.
e. MSI shall be responsible for procurement of any additional or replacement workstations or
any other TMC assets required anytime during the project period to the keep the project
operational and maintain the SLAs.
f. Electricity (one time connection as well as recurring charges) at the TMC will be provided
for. However, any additional requirement of cabling, electrical switches, modules, UPS and
DG Set shall be responsibility of the MSI.
g. The CoC is connected to the Local Area Network (and on premise DC). However, any
additional requirement of cabling, CAT5/6, routers, switches, WiFi modules, any other
networking components, internet connection etc. shall be sole responsibility of the MSI.
h. The Traffic Management Center shall be manned 24 x 7 x 365 by the MSI, i.e. TMC
operators. The TMC shall be supervised by the officials from the Traffic Police and Nagpur
Municipal Corporation officials.
i. The TMC shall have multiple components including but not limited to:
Sr. Component Indicative Requirements
• A workstation shall enable the users to view and control various
Workstations
applications, control cameras views, define rules, control view of
the video wall etc., and for managing, controlling, monitoring,
1. 06
reporting the operations and taking appropriate actions.
Workstations
• These workstations will also be used by the Traffic Police and
to be co-used.
NMC officials.
• A desktop terminal for Traffic Police to view and verify
Extra recommendations of the ATCS for unusual traffic jams, violations
2. Terminals for captured by the system, verify the registration number captured by
Traffic Police the ANPR system, violation evidence and other details, and
manually override the entry in case of any issues.
• MSI shall be required to install new Network Colour Printers as per
Network quantity and specs defined in the RFP document.
3.
Printer • These network printers shall be coupled with all the 6 existing and
new workstations as well as terminals for Traffic Police for printing
• A video wall shall depict visualizations, real-time view, analytics,
Video wall of reports and flashing alerts to highlight where attention is required.
3x3 matrix of • The Video Wall shall be configurable to display rotating views.
55” each • Video wall shall be used to display following combination of things
screen is o Live and recorded feeds of video cameras across the city
4.
available for o Centralized dashboard for all the monitoring and management.
IITMS • Any necessary integration with the system of existing SI of Smart
purpose to be City as required to connect the complete video wall and operator
co-used terminals shall be responsibility of the MSI. Necessary and
reasonable support will be provided by NMC.
• MSI shall be responsible for providing other necessary and
required components like KVM Switch, active and passive
Other
5. network components such as switches and routers etc.
Components
• CoC is equipped with Fire Detection and Control system, CCTV
etc. which shall be responsibility of the existing SI / Smart City.
• CoC is Access Controlled and registered MSI personnel shall be
allowed access. However, MSI shall ensure its personnel shall
Access
6. sign required non-disclosure agreement and ensure professional
Control
behaviour so as to not interrupt operations of Smart City and not
misuse the access in any manner.
Page 97 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
7.2. TMC Use Cases
a. TMC operators shall operate the controls of the Traffic Management Center under
supervision of the Nagpur Municipal Corporation officials and Nagpur Traffic Police and
other stakeholders.
b. TMC operators shall not perform any action without consent of the NMC Officials and
Traffic Police as per SOP defined by direction from NMC.
c. This list is an indicative list and not exhaustive list. MSI shall be required to ensure to serve
any other use cases that may be required from time to time.
d. Following use cases are expected to be operated at the TMC:
Sr. Solution Integration and operation brief
• All the IITMS cameras at the junctions (including certain existing
camera installed under Smart City) will be equipped with
sophisticated video analytics based traffic density estimation system.
• The system will be capable of calculating traffic density in real-time
and provide necessary feedback to the TMC.
• The TMC ATCS application will be Machine Learning and AI based
application which will be capable of detect unusual traffics, usual
traffic, maintain and self-learn traffic logs at each junction at different
time of day, different days of the week and provide necessary signal
timing inputs to the controller.
• All dedicated video camera and other sensors at the junctions shall
capture traffic density and shall send details and video feeds to TMC.
• The timing of the Traffic Signals shall be managed through TMC.
• The system shall allow to define parameters for managing junction
signal timings including for vehicular as well as pedestrian traffic for
Traffic
1. multi-arm junctions, and defining upper and lower limits of the time
Management
for each arm, time of day, day of week wise, and define special days
such as for holidays, or any planned event etc.
• The system shall also allow defining SOP for various typical events
expected at a junction.
• System shall have option to create a Green Corridor for emergency
vehicles from the TMC.
• The application will be supported by underlying algorithm which will
deciding signal timing on real-time basis by calculating the usual,
unusual traffic density and self-learned Machine Learning Inputs to
scientifically calculate the traffic signal and pedestrian signal timings.
• The system is capable to view and manage one or more signals, in the
corridor or area depending on the usual traffic pattern of the city.
• In case of unusual traffic at junction, the system shall be able to raise
an alert and display relevant video feeds to the TMC operators and
authorities for necessary action.
• Multiple Violation Detection System including Speed Detection
system, Lane violation detection system, Red Light Violation
detection system, and other violation detection systems setup as part
of this project shall be integrated with the TMC.
Violation
• The system detects any vehicle violating the traffic laws as per
2. Detection
defined parameter.
System
• The system shall allow to define parameters for detection of violation.
• The system shall provide for interface for the operator to take
appropriate action as per defined SOP.
• The system shall allow defining of SOPs
Page 98 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Sr. Solution Integration and operation brief
• All the traffic violations and the false alarms shall be recorded for
generating appropriate reports.
• Authorities shall be able to view and verify violations captured by the
system, verify the registration number captured by the ANPR system,
violation evidence and other details, and manually override the entry
in case of any issues using standard Web browsers.
• An audit trail would be maintained to record such editing activities.
• No deletion / addition without validation through authorized user.
• All the IITMS systems shall be capable of detecting any incidents
Incident such as traffic accidents, unusual traffic, cattle on the road,
3.
Detection unattended goods on road etc. and raise an alert to the TMC operator
for necessary action.
• TMC will have Mobile App management interface.
• Any update of the application will be managed from TMC.
• TMC will have provision to update the content on the mobile app.
4. Mobile App • Any information regarding Traffic updates, road blockage, traffic
accidents, weather etc. which is to be disseminated to the citizens of
the Nagpur City will be managed through TMC which will be made
available on the mobile app through push notifications.
• The TMC shall also have report for usage of the mobile app.
• TMC shall be integrated with Variable Messaging System to publish
specific messages, general information and alerts to the commuters.
• VMS shall include both the new under the scope of MSI and the
Variable
existing VMS which MSI shall integrate, with same functionalities.
5. Messaging
• TMC operator shall be able to select and / or type the message and
System
select the manner in which message is displayed.
• Message can be for one or more VMS. Provision to select VMS from
list or location wise or on GIS shall be made available.
• TMC operator shall be able to manage the entire project using
software applications installed at the TMC including Command and
Control Center Application, Video Management Software, Video
Analytics Software, Traffic Management Software, Traffic
Simulation System, Geographic Information System, Asset
Management, Network Management, Storage and Server
Management, System Security Management etc. and shall jointly
perform required operations of Traffic and Violation Management.
• All of these applications shall be able to integrate with each other for
smooth flow of information.
• The TMC operators, NMC Officials, Traffic Police and all other
TMC
6. stakeholders shall be given a common user interface to access all of
Applications
these applications. Such applications shall have user based restricted
access with logins, single sign-on and other features as described.
• All applications shall be hosted at hosting infrastructure created by
the MSI for this project.
• Functional and Technical Requirements of all the applications shall
be as defined in RFP.
• Any other applications and functionality not explicitly mentioned in
the RFP document but are required for the smooth and entire
functioning of the IITMS project requirements, shall also be supplied
by the MSI as per standards and requirements set out in the RFP.
• TMC shall get integrated with third party apps as described in RFP.
Page 99 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
8. Software Applications
It is necessary for complete IITMS system to have a wide range of software technologies across
platforms and systems, capable of working together to deliver complex systems and solutions.
Consequently, IITMS needs robust and resilient software technologies that:
1. Facilitate heterogeneous ICT-systems of different make and model to work together
2. Allow for greater automation to enable the core function to be delivered reliably and
transparently.
3. Facilitate instrumentation through the use of multiple types of devices for sensing, capturing,
storing, and utilizing data from multiple sources, fixed as well as mobile.
4. Make data exchange fluid and rapid between different types of devices, applications and
network topology using different types of communication and transmission.
5. Facilitate use & aggregation of data by systems & services even if generated by other systems
6. Allow for data to be presented in a variety of formats, depending on the context and the
person or the technical system needing it, allowing it to be analysed, visualized, accessed,
and acted upon more easily.
The implementation also envisions adhering to guidelines and standards set by guiding
government bodies of Government of Maharashtra and Government of India. The requirements
are designed to ensure adequate availability & sustainability of the software application during
the contract period and beyond the contract period.
a. The software for the system shall be designed and developed for adequate scalability of
existing system functionality, addition of new functionality and easy maintainability.
b. Software development methodology used shall ensure the development of modular software.
c. The MSI shall ensure that the development and testing environment is adequately maintained
during the contract period to ensure adequate support for the maintenance of the software
under use and further additions / modifications to its functionality as may be required.
d. All documentation, diagrams (including software schematics or automated tool output) and
specifications, shall be produced to recognize standards, shall use conventions, symbols and
terminology defined as per international standards.
e. The MSI shall hold at least two sets of all operational programs including, wherever
appropriate, site-specific data and programs held in appropriate media.
f. All programs being deployed shall be clearly identified and include appropriate issue details
and date, and license to use submitted to NMC for all such applications.
g. The documentation copy shall be submitted to the NMC by MSI as a part of Project
Implementation Plan and documentation. It shall be annotated with issue number, date
and section reference including:
i. A concise description of the overall function of the software.
ii. Compliance and challenges against the RFP requirements.
iii. Details of the computer hardware of the system, on which the software is installed,
and any proprietary software products used, including databases, OS and their
version/issue, License details etc.
iv. A complete list of all modules with their functional description and cross interactions.
v. Clear operating instructions.
h. All Functional Requirements shall be met in totality by MSI by combining one or more
solutions, and integrate the same with Command and Control Center Application for
single interface for the users.
i. All the software systems must have built-in fault tolerance, load balancing and high
availability & must be certified by the OEM.
j. All the software system shall be network and protocol agonistic and provide option to
connect legacy system through API’s and be able to integrate with any type of sensor
platform being used irrespective of the technology used.
k. All the software system must provide a comprehensive API (Application Program Interface)
or SDK (Software Development’s Kit) to allow interfacing and integration with third-party
systems.
Page 100 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
8.1. Control Center Application for TMC
• The application shall provide the TMC operator a unified user interface
for various sub-systems such as the Traffic Management System, Video
Management System, Video Analytics System, Violation Detection and
Management, Asset monitoring, VMS, ITMS, Dashboarding, etc.
• The TMC application shall allow to define standard Operating
Procedures (SoPs) with an option to modify and define the unlimited
SOPs dynamically.
• The application shall support the UTF-8 encoding standard, which adds
multi-lingual capabilities to the user interface. Standard Operating
Procedures (SoPs) shall be presented in vernacular languages for the
Business operator to understand the actions to be taken.
Requirements • The user interface shall include a cutting-edge UI and UX. The
architecture, internal layouts and menu operations shall supply fast and
intuitive UI for quick and efficient incident and violation management
and other features of the IITMS system, offering operators one-click
access to flows / tools that help them complete tasks faster and more
efficiently.
• Various users should be able to access the system using single sign on
and should be role based. Different roles which could be defined (from
time to time) could be Administrator, Supervisor, Officer, Operator, etc.
• Bidder may be required to integrate with existing ICCC application of
Nagpur Smart City.
• The user interface (UI) to present customized information in various
preconfigured views in common formats. All information to be
displayed through easy-to-use dashboards.
• Control Center Application should be able to correlate two or more
events coming from different subsystems (incoming sensors) based on
time, place, custom attribute and provide correlation notifications to the
operators based on predefined business and operational rules in the
configurable and customizable rule engine.
• The system shall provide supervisors with a KPI driven dashboard that
measures the quality of service of the control centre. The dashboard
shall include counters and graphs displaying number of alarms and
incidents as well as graphical representation on a map.
• The system will be designed so as to provide the authorized users to
view key performance indicators, standard operating procedures,
Functional
notifications, and reports, spatial-temporal data on a geospatial map, or
Requirements
view specific details that represent a road or stretch of it, or an area of
the Nagpur City either on a location map, or in a list view.
• The system shall include an advanced rule engine layer in order to
correlate and match information from different data sources, sensors,
analyse them for detection of pre-defined activities, suspicious &
unusual activities etc. and produce smarter and more accurate alerts for
the operators and other concerned dynamically.
• Data sources and parameters that can be defined in a rule shall include
correlation with historical data retained in the system, external data
sources, events from physical devices connected to the system, distance
between events, time between the events.
• The rule engine automatically creates incidents that may be
automatically executed and managed by the system to save time and
increase efficiency. The rule engine will be designed to send the relevant
Page 101 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
alarms to the 3rd party systems. As an example, send the alarm to the
VMS to pop up the relevant message or send mobile notification to
citizens, display relevant video on the video wall etc.
• The Control Center Application will be integrated with all the other
systems, field components, third party applications etc.
• TMC Operator shall be provided with functionality to select desired
location in GIS map, and this should enable user to see the live status of
field components such as Camera, VDS, Traffic and VMS etc.
• The Control Center Application will comprise of a comprehensive view
of the incident or a group of related incidents as on a specific date and
time which should include but not be limited to the following:
o Tasks assignment and their status
o Responders involved
o Resources deployed
o Incident status across relevant parameters of the incident e.g. traffic
condition due to an incident
o Timeline view of the situation suggested actions from the system
with their status
• SOP Tool should have capability to define the following activity types
o Manual Activity - An activity that is done manually and provide
details in the description field.
o Automation Activity - An activity that initiates and tracks a
particular standard operating procedure and select a predefined
SOP from the list.
o If-Then-Else Activity - A conditional activity that allows
branching based on specific criteria. Either enter or select values
for Then and Else.
o Notification Activity - An activity that displays a notification
window that contains an email template for the activity owner to
complete, and then sends an email notification.
o SOP Activity - An activity that launches another standard
operating procedure.
• When a condition is triggered, the operator shall be presented with a list
of possible actions to take based on past activities and defined SOP.
• Key Performance Indicator: TMC Control Center Application should
be able to facilitate measurement or criteria to assay the condition or
performance of departmental processes & policies.
o Green indicates that the status is acceptable, based on the
parameters for that KPI, no action is required.
o Yellow indicates that caution or monitoring is required, action
may be required.
o Red indicates that the status is critical and action is
recommended.
• The alarm management system shall allow for continuous monitoring
of the operational status and event-triggered alarms from various
system servers, cameras, and other devices.
Alarm
• The alarm management system shall provide a real-time overview of
Management
alarm status or technical problems while allowing for immediate visual
System
verification and troubleshooting.
• The alarm management system shall provide interface and navigational
tools including;
This can be a separate Licensed product, or may be part of proposed ICCC application, or MSI
can propose to integrate existing GIS module of Nagpur Smart City as per bidder solution to
meet the below requirements.
• The MSI shall provide Geographical Information System (GIS) to map
physical location of all the field components, location of incidents,
violations, locating site of faulty devices (through EMS) and
corresponding geographic analysis etc. of the IITMS system.
• The MSI shall undertake detail assessment for integration of the IITMS
system with the existing GIS system if it is proposed to be used by MSI.
MSI shall leverage industry leading Maps and GIS related Shared
Services for integration with IITMS system.
• MSI shall check the source and reliability, position, accuracy, attribute,
authenticity, and methods have to be advised to reduce the error to carry
out the seamless integration to ensure ease of use of GIS in Control
Centres by TMC operators, NMC and other stake holders.
• It should also help higher management of NMC, Nagpur Traffic Police
etc. to analyse the events on a spatial perspective.
• The GIS system, procurement / creation of Latest Satellite Imagery,
vector data, base map etc. shall be sole responsibility of the MSI. The
Satellite Imagery shall be of minimum 30 cm resolution. The base map
shall be created with scale of 1:1000 for entire Nagpur Municipal
Corporation jurisdiction.
• Details of available layers related to administrative boundaries will be
provided by NMC, however, ground truthing on new Satellite Imagery
shall be sole responsibility of the MSI. the concerned department.
Please confirm our understanding. The Satellite Imagery shall be made
Business available in required format for any other use by NMC.
Requirements • The base map shall also include rivers, water bodies, contour, slope,
land use, land cover, Transport network (Rail and Road),
Administrative boundaries (districts, city, wards) and any other base
which may be required for better understanding of the system on GIS
as per NMC’s requirement for entire Nagpur City and Area of interest
under this project.
• MSI is required to update GIS maps (including the additional layers of
data as required for proposed solution) from time to time.
• Nagpur Smart City’s GIS Satellite Imagery and Base Maps (road, water
bodies, contour, land cover, rail network, administrative boundaries
etc.) can be leveraged, and necessary integration shall be responsibility
of the MSI with support from Smart City SI. However, the MSI shall
ensure the GIS spatial data shall be latest and updated.
• Necessary vector data, mapping of IITMS assets, and any existing
assets of the Nagpur city on separate GIS layers shall be sole
responsibility of the MSI.
• MSI shall ensure that GIS application is integrated with Video
Management System to support the TMC personnel to navigate on the
map and use it for better spatial understanding.
• Satellite imagery needs to be procured by MSI.
• Use of GIS tool which allows easy map editing for wide area
monitoring.
• The system shall allow to define user and user groups and
corresponding permissions.
Page 105 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• The System shall provide an interface to the system admin for system
configuration and day-to-day administration of the system.
• The System shall support different logs related to the IITMS system.
• The MSI shall accurately map the spatial attributes such as resources,
objects, sensors and elements etc. on the map.
• The GIS application shall be integrated with VMS to support the
Control Centre and TMC operator to navigate on the map and use it for
better spatial understanding.
• All the CCTV camera, and other sensors locations shall be mapped on
to the geospatial map as a separate GIS layer.
• Operator shall be able to see the video feed and other output from
specific camera(s) / sensors by clicking on the camera icon on the
geospatial map of TMC client interface.
• The system shall have provision to visually display an alarming sensor
on map and visually differentiate sensor alarm severities on map
through different colour and icon identifiers.
• The TMC operator shall have provision to view alarm details (including
description, video, etc.) and investigate the alarm from the map
• The system shall have provision view sensor and related name from the
displayed map. The operator shall be able to choose sensors from map
to view live video and the data and it should allow to redirect to
respective application for further operations such as take live video
image snapshot and save to file, play, pause, stop, fast- forward, rewind,
and play recorded video from pre-set time, take recorded video image
snapshot and save to file or print from any live or recorded video.
• The system shall allow map information to be displayed / hidden on the
Functional map including but not limited to
Requirements o Sensors type and name
o Sensor range (e.g. camera – orientation, range, field of view angle)
o Locations and zones
o Perimeter ranges
o Resource tracks
o Allow Authorized user to zoom in/out on different regions of map
graphic
• The system shall have provision to have multiple layers on the map
including but not limited to
o Sensors, Cameras, VMS etc.
o Power and Network cabling and RoW
o Black Spots and accident-prone zones
o Incident intensity map in the city
o Violation intensity map in the city
o High Traffic Density map in the city
o Filters for incidents / violation / traffic by road type, date, time,
type, reason etc. on the Map
o Major Buildings / Structures / Roads / intersections
• Such layers are indicative and NMC may direct the MSI to add / edit
one or more layers anytime during the project period, which MSI shall
implement as per the requirements.
• Should support Geo Spatial Standards like GML & KML/KMZ etc.
• NMC may direct the MSI to incorporate other information available
with the NMC to map it on the GIS map, such as mapping of all the
road infrastructure, inventories on the road, entire Right of Way etc.
Video management system shall constitute of a platform which will be designed for viewing,
recording and replaying acquired video as part of overall project solution. This platform will be
based on the Internet Protocol (IP) open platform concept. Major functionalities are as under:
A Traffic Monitoring and Management System application shall provide seamless integration
to multi-vendor devices and disparate system across the enterprise platform to provide a holistic
view of the situation.
The system shall provide real time traffic flow modelling/management capability based on
periodic inputs from realistic traffic simulation with interface/integration with the
proposed Traffic Simulation Software with the capacity to calculate traffic flows, OD
movements, and queues and turning movement along entire primary road transport
network in the Nagpur City covering the ATCS junctions and beyond (General traffic trend
should be analysed even beyond Junction, i.e. stretch between two junctions etc.)
The system shall be able to predict traffic flow in the network for the near term over various
interval horizons (e.g., T+5, T+10 … T+30 mins). The system shall provide estimated traffic
flow for each of the junction to calculate optimal cycle times, effective green time ratios, and
change intervals for all system traffic signal controllers connected to it either as individual
junctions or groups of junctions. These calculations will be based up on assessments carried out
by the ATCS System based on the data and information gathered by vehicle detectors at the
junctions and other strategic intersections controlled by the system in the Nagpur City.
The system shall support all the industry leading algorithm. The proposed system shall be easy-
to-use, modular platform with an intuitive, user-friendly interface that makes it quicker and
easier for operators to proactively manage traffic rather than reacting to incidents. The platform
shall also scalable so new features can be added as and when they are needed.
• The IITMS system (Video Analytics System and / or Traffic
Management System) shall be able to analyse the video captured at
the field for all the arms and junctions and analyse the vehicular count
and density at each arm in real-time.
• The system shall be integrated with all field systems at the junctions.
System shall also be capable of integrating with IITMS systems at
junctions as well as other IITMS system components not at
junctions to provide overall approach for traffic management.
• The system shall collect the Traffic Data including Date and time,
Junction / Square Name, Arm Name, Lane number, Vehicle
classification, Number of vehicles per lane and per vehicle class,
Average speed per lane and per vehicle class, Zone occupancy.
• The system shall be able to analyse the vehicle density data from all
Business
the arms and junctions of a particular corridor or area and be able to
Requirements
predict the required signal timing at each arm and each junction.
• The system shall be able to highlight in event of unusual traffic at a
particular arm / junction.
• The system shall allow to set lower and upper time limit for each arm
and junction for signal timing, and shall be adaptive between those
limits as per Realtime traffic conditions.
• The system shall be equipped with advanced analytics technologies,
Machine Learning technology to determine the traffic patterns at the
junctions over a period of time and recommend the operators to set
the time limits on arm or junction or corridor or area.
• The system shall operate the traffic lights with the adaptive traffic
controls, based on the current and forecasted traffic demand from the
above Traffic Simulation Software and / or ATCS application,
The SLA Management System along with the Enterprise Management System (EMS) will
enable Nagpur Municipal Corporation and other authorities to capture all the System based
Service Level Agreements as agreed between the NMC and the MSI while entering into the
contract. The system will assist NMC to automatically calculate the downtime and penalty.
Measuring service performance requires incorporation of a wide variety of data sources of the
project. The SLA Management System shall be required to support the collection data from
various sources in order to calculate Uptime / Performance / Security SLAs.
• The SLA Management System should enable to capture all the System
based SLAs defined in the RFP and any other parameters as directed
by NMC from time to time, and calculate penalty automatically.
• Should support the collection data from various sources in order to
calculate Uptime / Performance / Security SLAs.
Business • The system shall be capable of monitoring functional SLAs as well as
Requirements technical SLAs
• The system shall have provision to define various SLA parameters and
their respective penalties as defined in the SLA in this document.
• System shall work in conjunction with the EMS and ensure capturing
all the details of the asset to calculate SLA.
• The system must support technical audit of the complete IT system
• Must centrally monitor all IT assets (including field components, on-
premise / cloud DC / DR, network equipment, network backbone of
Nagpur Smart City etc.)
• Shall have role based security model to provide access to only
authenticated users.
• Should accept Data from a variety of formats; provide pre-configured
connectors and adapters.
• Must support Service Level Agreements & Lifecycle Management
including Version Control, Status Control, Effectively and audit Trail
to ensure accountability for the project.
• Must have the ability to define and calculate key performance
indicators from an End to End Service delivery perspective.
• Shall show real-time status of all events, incidents, issues lodged.
• Should support SLA alerts escalation process.
Functional
Requirements • Shall capture, monitor and track all the system-based SLAs from all
components and systems and calculate penalties accordingly
• Support for defining and calculating payment due and penalty based as
per defined SLAs.
• Shall have an integrated, highly customizable single-view dashboard
listing and co-relating all contract parties, service type, SLA
performance, violations, penalties incurred etc.
• Shall support root cause analysis to clearly define the type and severity
of SLA failure
• Must have integrated dashboard providing view of non-performing
components and assets / issues with related to service on any active
components.
• Must have facility to display all the SLAs being triggered in case of
multiple SLAs and select event that triggered the delay to drive the
penalty calculations.
Page 123 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• Should be pre-configured so as to allow the users to generate timely
reports (daily, weekly, monthly, quarterly etc.) on various parameters.
• Shall be able to generate web based SLP reports highlighting violations,
penalty, action taken, frequency of occurrence etc.
• Reports (Indicative but not limited to)
o Ability to generate reports on payment due and penalty, to check
on non-compliance of SLAs for the project.
o Monetary penalties to be levied for non-compliance of SLA, thus
the system must provide Service Level Performance Report over
time, contract, service and more.
o Historical and concurrent service level reports for the project in
order to ensure accountability of the MSI’s performance.
o Automatic Report creation, execution and Scheduling, must
support variety of export formats including Spreadsheet,
Word/Docs, Adobe PDF etc.
o Templates for report generation, Report Filtering and
Consolidation and Context sensitive Drill-down on specific report
data to drive standardisation and governance of the project
o Drill-down capabilities in dashboard reports ensuring visibility for
only relevant personnel of the project.
• The system shall be designed to capture downtime incident with
relevant details of the downtime. It shall allow authorized users of
NMC to tag any particular downtime as “no-penalty” or “partial
penalty”, which has arisen due to reasons not completely attributable to
the MSI. Some examples includes downtime for the co-used
components / system including the network under Nagpur Smart City.
The NMC’s decision shall be final and binding.
• Must follow governance, compliance, and content validations to
improve standardization of service level contracts.
• Should support requirements of the auditors requiring technical audit
of the whole system.
• The MSI will have supply and commissioning of an automated system
for Incident Ticketing in its scope, which shall be able to automatically
track SLAs of all IITMS project components and automatically
generate logs as per predefined events and corresponding norms for
SLA tracking.
• Support the creation, modification and closure of Incident records for
both IT & Facility Infrastructure. Tool should be capable to log the
Incidents both automatically (on threshold breach) and manually (by
the service personnel)
Incident • This automated mechanism of triggering SLA and reporting shall be
Ticketing configured in tool as automated ticket logging, the time of occurrence
System of such an event shall be considered as the time of incident logging, and
Requirements time required for resolution shall be considered as SLA closure.
• In case there are events that cannot be logged automatically, provision
will be given to TMC operators, NMC officials and other authorities
for raising the ticket.
• Incident should record the source of reporting of the incident
(such as Alarm trigger, Email, person or group, Phone etc.).
• Incident records shall be classified according to Impact, Urgency,
Priority.
• Incident can be linked to another Incident, parent child relation between
Incidents should be defined.
Page 124 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
• Support creation and access of a knowledge base for closed incidents
and use of the knowledge base to resolve recurring incidents.
• Tool should be capable to update on incident resolution progress.
• Restrict the ability to open, modify and close Incident records to
authorized staff only.
• Facilitate flexible report generation based on selected filtering
parameters such as location, incident type, priority, escalation, SLA
breach and enable reports to be viewed, printed or exported to other file
formats.
• Solution should facilitate the production of management reports from
historical Incident records and analysis of Incident to identify trends.
• Ability to generate reports for the IT equipment's on which maximum
number of incidents have been logged.
• The calculations of response time and resolution time shall be counted
from the time of call logging and shall be pre-configured in the tool as
per the SLAs agreed between the MSI and NMC.
The IITMS project envisages to design a web portal for the Officials and the Citizens of the
Nagpur city providing real-time information about the traffic situation in the city, and other
important traffic updates. A Web Portal is also envisaged for the authorities with all the
information about the project, all reports, and ability to dynamically generate reports about
the project.
The MSI shall be required to develop and maintain the mobile app for citizens as per below
indicative requirements. The MSI shall submit at least three designs for the functional flow,
application GUI etc., and get it approved from NMC. The application shall to be adding more
services as and when required by the NMC.
The Traffic Management Center shall have multiple applications running for smooth operations
of the project, including but not limited to:
a. The entire IITMS system is proposed to be integrated with two core application of the
Transport Department, Vahan and Sarathi.
b. Both the applications are developed by National Informatics Center. Vahan application
essentially maintains vehicle records whereas Sarathi maintains Driver’s records.
c. NMC shall support MSI for study of both the applications and the integration. MSI is
expected to design IITMS system to pull and push relevant data to and fro the system.
d. The integration may be for various use cases such as fetching details of the fitness and tax
validity of the vehicle identified. Such use cases shall be defined by NMC at the later date
and MSI shall ensure to be in compliance with the requirements as directed by NMC.
e. The existing systems are updated from time to time. In case of any modifications which are
required to be made in the APIs, it shall be sole responsibility of the MSI.
a. The MSI shall be required to integrate with NIC’s eChallan System (One Nation One
Challan system) used in the state of Maharashtra.
b. The integration shall enable these systems to generate challans and send to the respective
vehicle owner.
c. IITMS system shall be capable of sending respective office id, vehicle number, date, time,
location, photo / video evidence and other challan & violation details to eChallan system.
d. The offense id shall be as per requirement of existing systems, and hence necessary
configuration shall be made in the IITMS system.
e. The system shall also have backward integration of details of challans with action taken,
such as challan generated, challan paid, unpaid, challan sent to court etc.
f. Multiple offences on the same vehicle shall be separated automatically and each one is given
an additional unique number by the system.
g. The existing systems are updated from time to time. In case of any modifications which are
required to be made in the APIs, it shall be sole responsibility of the MSI.
h. Nagpur City has witnessed 7 to 10 Lakh challans per year (manual on road, or manual
through Smart City Camera, or automated with few ITMS system delivered by Smart City)
without any city wide automated ITMS system. It is expected that challan would increase
after the implementation, and may increase Y-o-Y.
a. MSI shall integrate with industry leading External Gateways related Shared Services to send
bulk and customized SMSs and emails automatically or manually for system notifications,
incident notifications, failure notifications, transaction notifications, etc. to system admin,
system operators, commuters through IITMS applications.
b. The detail use cases and events to send SMS shall be shared with MSI at later date.
c. MSI shall ensure to clear payment dues to the SMS service provider to ensure continuity of
the service, throughout the contract period.
a. The entire IITMS system as whole, shall be designed and built on open standards.
b. The IITMS system shall be able to accept data from external systems and shall be able to
push data to the third party systems, view, analyse and process. Such data may include meta
data, video, images or any other kind of data.
a. It is envisaged the premises / location of the existing the Data Center established by Nagpur
Smart City (Tier III) shall be used for establishment of IITMS Data Center. The Smart City
will allow MSI to use the space as co-location wherein the racks, servers, storage,
manpower etc. shall be brought in by MSI, while access-controlled premises, network,
power (recurring charges) and HVAC will be provided by Smart City (or NMC). The MSI
shall ensure that for all the required components / equipment / resources for on-premise
DC, unless explicitly mentioned in the RFP document or agreed by NMC in writing, the
MSI shall be solely responsible for the scope. All the required civil, electrical, cabling
etc. work for setting up co-located on-premise Data Center and any other part of
Hosting Infrastructure shall be sole responsibility of the MSI at no extra cost. It is
expected that MSI shall conduct a study and obtain for itself all required information.
b. The Successful Bidder (MSI) is required to host entire solution including all the
applications, video feeds, security applications and all other data, including storage,
processing etc. on its hosting Infrastructure.
c. The DR is proposed to be on cloud (in the name of NMC), with one of the MeitY
Empaneled Cloud Service Providers (valid throughout the contract period) whose services
are STQC audited.
d. NMC retains ownership of all virtual machines, templates, clones, and scripts/applications
created for the NMC’s application. NMC retains the right to request (or should be able to
retrieve) full copies of these virtual machines at any time.
e. Payment to the Cloud Service Provider (CSP) shall be directly done by the MSI.
f. All the Bidders are required to estimate the sizing requirements for hosting in all respects.
g. The Bidder must consider the size of the application, quality of the video, number of days
the video is required to be stored, data from other sensors and components, computing
requirements for Traffic Controllers, Traffic Simulation, ANPR, video management and
video analytics along with all the other applications and systems while arriving at the sizing
requirements. Bidders shall independently estimate calculation of the camera storage and
bandwidth requirement and computing hardware requirement such as management servers,
recording servers, enterprise servers etc. Bidders shall submit their respective rationale,
vetted by the camera and other respective OEMs, for the said calculations as a part of
Technical Proposal. The bidder & the OEM shall justify the rationale in the “Technical
Solution Proposed Document” as per clause 13.5.6 under “Instructions to Bidders”.
h. The entire responsibility of hosting shall be with the MSI.
i. The Cloud Service Provider would be required to agree to additional terms and conditions,
reporting requirements, SLAs etc. as may be required and defined in the tender document.
j. The MSI shall also ensure to adhere to the SLAs of the Project.
k. The MSI may be required to sign tripartite agreement with NMC and Smart City
(NSSCDCL) for DC and with NMC and Cloud Service Provider for DR, if directed by
NMC. However, MSI shall be the sole responsible agency for all claims arising from the
liabilities statutory or otherwise, concerning the sub-contractors with respect to hosting,
storage etc. The MSI shall be required to undertake to indemnify NMC, Smart City or its
nominated agencies from any claims.
l. Storage, computing and network etc. needs to be scalable with a provision to add at later
period. MSI shall submit usage details of all the components on monthly basis to the NMC.
m. The hardware and software components configured for the computing and data processing
systems must support latest computing standards for security, multicore architecture,
parallel processing, distributed computing, and fast real-time processing.
n. The proposed DC/DR solution must adhere to all regulatory and security standards with for
hosting Government services as directed in the guidelines of Government of India (GoI)
and Government of Maharashtra (GoM).
Page 132 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
All software application licenses required for entire hosting infrastructure arrangements
shall be perpetual and / or lifetime license and should be procured on the name of NMC.
All software updates and patches shall be sole responsibility of the MSI.
Blade SERVER
NMC IITMS FARM
Core L3 SWITCHES
Server Farm
& SAN Switch Storage
SERVER LOAD
BALANCER And WAF
Figure 5: Logical Representation of DC - indicative
i. This is to ensure that all the applications at DR site are available during any major disaster
at the primary DC for all the active transactions.
j. However, the MSI shall ensure that all modules are up and ensure SLA compliance and
RPO and RTO as per requirements.
k. The Data Center (DC) and Disaster Recovery Center (DR) shall be highly secure, have
availability as per requirement defined for hosting IITMS applications, data, and storage.
l. DC shall have built-in redundancy mechanisms for high availability.
m. NMC shall have secured and seamless access to data, applications, services, and storage.
n. MSI shall provide adequate backup mechanism (power, bandwidth, application, data) in
DC and DR so as to maintain the defined SLAs.
o. The bandwidth at the DC and DR shall be scalable as per requirement of the IITMS project.
p. The Composite Service Availability shall be as per the defined SLAs. In case of a disaster,
when DR is operational, RTO shall be Maximum 1 hour and RPO shall be Maximum
30 minutes. MSI shall propose any change in the suggested RPO and RTO as a part of
technical solution, to which NMC may approve if found reasonable. The period for full
backup shall be proposed by the MSI which shall be as approved by the NMC.
q. The DR capabilities shall be sporadically and periodically validated during project
implementation to ensure apt DC to DR interoperability.
r. Data Retention Policy shall be as defined in the RFP document and may change from time
to time as per requirement of the NMC. MSI shall make the provisioning of replication of
data from DC to DR.
s. During normal operations, the DC Site shall serve the requests. The DR site shall remain
on standby.
t. The application environment shall be installed and ready for use. Database Storage shall be
replicated on an ongoing basis and shall be available in full as per defined RTO / RPO
requirements and replication strategy.
u. The MSI shall ensure that the proposed solution under IITMS project should facilitate
workflow based, single-click recovery mechanism for single or multiple applications.
v. In the event of a site failover or switchover:
Page 134 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
o The DR site shall take over the active role, and all requests shall be routed through that
site, route traffic seamlessly from DC to DR. Application data and application states
shall be replicated between DC and DR so that when an outage occurs, failover to the
surviving data centre can be accomplished within agreed RTO / RPO.
o The installed application instance and the database shall be usable and the same SLAs
as DC shall be considered. The use of this Compute DR environment can be done for
specific periods for the purposes of DC failure or DR Drills or DC maintenance.
o The MSI shall be responsible for sizing the DC-DR replication software to meet
RTO/RPO requirements and the SLAs.
The MSI shall deploy solution to point out precise replication details such as which server and
which volume has how much data changes in a day, week, month, year etc. and also how much
bandwidth is being consumed.
10.1.2. DR Drill
a. The DR drill shall happen at the time of final Go-Live and shall be an acceptance criterion.
b. Post that a DR drill shall happen once 6 months, manageable from centralised location,
preferably TMC. The report for the same shall be shared by MSI to NMC.
c. DR drill shall ensure that in case of a disaster, a smooth and proper transition happens from
DC to DR within RTO / RPO timelines.
d. Following parameters shall be looked into & maintained during a DR Drill:
o The transition time between DC to DR shift is maintained as per the RTO.
o If DR is on low compute, it should be scaled to full compute within the RTO timelines.
o The network connectivity and traffic re-routing is taken care with in the RTO timelines.
o The data loss is within the define RPO.
o Period of DR drill shall as per pre-decided time by NMC, not less than 6 hrs.
e. NMC may engage any 3rd party Audit firm for independent audit tests and security
certifications at its own discretion. MSI shall ensure that reasonable access is provided to
3rd Party Auditor for conducting such audits/compliance on approval from NMC.
• The proposed Storage Management Solution shall enable the MSI and
NMC to manage all storage related activities, updates, alterations,
dynamic allocations, backup, etc. virtually, from the TMC.
• The system shall store video feeds and data from all the deployed
cameras and other system as described below:
Co-Location on-premises DC
Still images,
Sr Type of demand Video
Analytics and
Feeds
Meta data
Business General Video feeds from
Requirement Traffic Management Cameras
s (Evidence Camera) and
a) 15 days NA
Violation Detection Systems
(for all unique field of view - as
applicable)
Unusual Traffic Evidence
b) Permanent (Entire Project Tenure)
(Eg. 30+ / 60+ sec)
Violation evidence
c) Permanent (Entire Project Tenure)
(Eg. 30+ / 60+ sec)
Any other incident evidences
d) Permanent (Entire Project Tenure)
(Eg. 30+ / 60+ sec)
For storage at DR, will be as per Clause 10.1.1. (h) above
• Monitoring & management of storage resources, status, configuration
management, & performance reporting on single centralized interface.
• Vendor independent and industry recognized open data standards.
• Highly scalable to dynamically accommodate storage requirements.
Functional • Ability to auto configure storage based on industry best practices.
Requirement • Storage consumption reports and patterns, by various users, devices and
s subsystems, for capacity planning.
• Ability to put constraints on storage limits for users and user groups
• Logical Unit Number (LUN) management.
• Detect & report configuration changes and threshold violations.
• Auto archiving & auto recovery of data in case there is a system failure.
10.1.4. Server
MSI shall ensure prompt execution of on-demand backups of volumes, files and database
applications whenever required by NMC.
a. Provisioning of the Data Administration and Management Services will serve as a central
platform for all data related activities including data management, aggregation,
normalization, and abstraction.
b. There shall be single Data Administration and Management Services even in case of hybrid
setup of Hosting Infrastructure.
c. The system shall enable MSI for monitoring and reporting the performance of the database
and recommend modifications to improve the database performance.
d. The MSI shall suggest, maintain and implement database backup procedures to recover
from a database outage or corrupted databases within time frames specified in the
Implementation and Operations Plan Document.
e. The MSI shall manage end-to-end database on an ongoing basis to ensure smooth
functioning, including changes to database schema, disk space, storage, user roles.
f. MSI shall be responsible for conducting code and configuration reviews for tuning inputs
in order to improve the application performance or resolve bottlenecks if any.
g. The MSI shall be responsible for performance monitoring and tuning of the databases on a
regular basis including, preventive maintenance of the database as required. The system
shall auto-detect database problems and auto fine tune them to ensure high performance.
h. MSI shall be responsible for management of database upgrade or patch upgrade within 15
days of availability from the OEM with minimal downtime. The MSI shall inform the NMC
about the same before updation.
Page 140 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
i. MSI shall be responsible for implementing the database encryption solution in high
availability mode in DC and Standalone mode in DR to ensure data security.
j. MSI shall provide Licensed RDBMS, enterprise / full version as required for the IITMS
project and following all standard industry norms for performance, data security,
authentication and database shall be exportable into XML.
k. The data security shall be sole responsibility of the MSI.
l. The system shall
o Optimize performance by identifying resource intensive procedures, generate alerts
and take necessary action
o Monitor key operational activities to identify and report any anomalous behaviour
o Monitor and frequently generate reports for industry standard KPIs (throughput, CPU
utilization, availability of database, daily workload, service fulfilment time)
o Aggregate and store data from all the filed components, network components, and
front end applications
o Normalize data that is collected from various sources for utilization for computation
o Abstract the data in a way that it can be leveraged simultaneously by multiple software
integration components.
o Be able to handle large volumes of data without resulting in undue delay
o Be able to perform fact based and detailed analysis of various data elements based on
historical trends.
o Be able to generate dynamic reports based on pre-set queries and also be able to
generate dynamic reports based on various user defined query parameters. Shall have
a highly customizable, powerful reporting engine to create batches for large reports
o Adhere to latest industry standards related to data privacy and maintain confidentiality
of NMC data as well as Commuters data.
a. The entire IITMS system shall be connected through a communication network as per
requirements of the project.
b. MSI may use the services of any TRAI approved Internet service providers (ISPs) as per
project requirement at one or more junction / location and to meet minimum specifications
and the SLAs mentioned in the RFP. MSI may be required to sign a Tripartite Agreement
with NMC and ISP as per direction of NMC.
c. The MSI shall use the Network Backbone laid by Nagpur Smart and Safe City Development
Corporation Ltd. (NSSCDCL) through its System Integrator, which shall be made available
with certain (Two) free core, at free of cost. MSI shall be responsible for required switch/s,
router/s, cables, ducts and any other passive equipment etc. for last mile connectivity and
connection to the edge devices.
d. The NMC has conducted preliminary study and has concluded that the network is available
in near vicinity at most of the point of interest for the IITMS project. MSI shall be required
to take care of last mile connectivity only most of the cases, wherein there will be 2 Core
of the fiber be made available to MSI at most of the locations. There are certain points
where fiber connectivity may NOT be available and the MSI shall be responsible to
ensure those points of interest are connected to the TMC, either through network
backbone connectivity or any other suitable option, as per plan submitted by MSI and
approved by NMC. MSI shall have to connect to nearest available 2 free core of the Smart
City Network Backbone for the same.
e. The tentative network availability is detailed in Annexure Set IV – Annexure 10.
f. MSI is expected to do the site surveys and estimate for the network requirement for each
point of interest, existing network provisions available and last mile infrastructure and
propose suitable network design and network service provider. The MSI shall submit the
plan for the same as part of Technical Solution Proposed as per clause 13.4.5 under
“Instructions to Bidders”. Successful Bidder shall conduct survey to understand exact
availability of network and power and submit the same to NMC as part of
Implementation Plan before commencing the work.
g. MSI may propose an appropriate network redundancy to maintain the SLA at no extra cost
at one or more locations as per requirement. It is upto MSI to select the service provider,
and the network arrangements. Recurring charges, if any, for the Network connectivity
taken on lease or as a service or maintenance of such infrastructure shall be sole
responsibility of the MSI throughout the duration of the project including O&M.
h. MSI shall ensure that the failover to the redundant network connectivity is undertaken
immediately and seamlessly without any data loss.
i. In case existing Network Backbone of the Smart City fails anytime during the project
period, for one or more or all project locations, MSI and NMC shall mutually decide on the
best possible alternative. MSI may propose suitable alternatives with necessary changes,
cost implication for entire project period etc., which NMC may accept / reject at its sole
discretion. Any new cabling, last mile connectivity, hardware & software upgradation
and any other changes required as part of such alternative solution, shall be sole
responsibility of the MSI. MSI shall also be responsible for any one-time charges, as
applicable. Any recurring charges only in such case will be borne by NMC. NMC’s
decision shall be final and binding on the MSI.
j. For the purpose of laying cables wherever required, MSI shall be required to seek
permission for RoW/RI etc. from the NMC and other relevant authorities. The MSI shall
provide details regarding same based on the Survey.
k. The MSI shall prepare the network connectivity plan and bandwidth requirement plan for
the project, including the plan for deployment of network equipment at the junctions to be
connected over network. The network architecture proposed should be scalable and in
adherence to network security standards.
a. All the field components, Traffic Management Center, DC-DR and any other component,
shall all be connected to the network irrespective of the geographic location. The bandwidth
shall be designed by the MSI to meet the requirements as per the local requirements as well
as central requirements.
b. The MSI shall consider output from all the cameras, sensors etc. as well as TMC, DC-DR
etc. and video compression as per compression technology as defined in the RFP for
calculating the minimum traffic for bandwidth requirement calculations.
c. MSI may propose to use edge based processing of the cameras and other field components.
d. MSI shall provide two different ISP connectivity service, Primary and Secondary lines
to ensure redundancy at DC for the purpose of DR replication.
e. The actual bandwidth requirement to cater the above-mentioned bandwidth
parameters and to meet SLAs would be calculated by the MSI and the same shall be
clearly proposed in the technical proposal with detail calculations.
f. Cloud services should be accessible via Dedicated Lease Line of minimum 1 GBPS
each.
MSI shall be responsible to ensure monitoring and adherence to all SLAs for bandwidth
services by the ISP / Telecom Service Provider as per defined service Level Agreements
(SLAs) in this RFP. If any upward revision required in the bandwidth anytime during the
project period, shall be sole responsibility of the MSI. MSI shall be adhere to directions from
the NMC from time to time.
a. The MSI shall design the entire system to ensure that the system, data, application, all
hardware, software, database, network component and everything else that comprises the
IITMS system, are secured from internal as well as external vulnerabilities.
b. MSI shall implement the latest, industry and Government of India (GOI) agencies like
MeitY, ISO, IEEE, EAL and DIT approved standards, strong, reliable, state of the art,
security software(s) that shall monitor and manage the security of the entire system.
c. The security system shall be able to detect, withstand, and prevent any strong attacks and
threats to the IITMS system.
d. Systems like access management system, security of physical and digital assets, data and
network security, backup and recovery etc. shall be implemented.
e. Data security, audit controls and integrity must be ensured across the data life cycle
management from creation, accessed, viewed, updated and when deleted (or inactivated).
f. MSI shall also deploy solutions with self-healing and self-diagnostic capabilities. The
system shall self-learn and update benchmarking configurations for security based upon
historic reports on various parameters of attacks, health, performance, security.
g. The system shall be able to detect anomalies in functioning of system and immediately
generate alerts.
h. The MSI shall build defenses against possible security vulnerabilities and threats, allowing
errors to be corrected and system misuse to be minimized.
i. MSI shall ensure to have relevant systems and checks in place to protect data, application,
network and all other components under this project against unauthorized access, denial of
service (DDoS) and remediation, both intentional and accidental modification, rouge SSID
/ rouge code detection etc.
j. The following should be implemented including proper patches and rules for the IITMS
Project including data center and DR:
o Authentication modules, Web Single Sign-on, Centralized Identity and Access
Management System.
o Behavioral Analysis Systems for Anomaly Detection
o Correlation Engine
o Denial of Service Prevention System
o Enterprise Firewall (Next Generation Firewall) and Web Application Firewalls to
prevent threats related to Cross-Site Scripting (XSS) and (Structured Query Language)
SQL injection.
o Intrusion Detection & Intrusion Prevention Systems on the perimeter, key points of the
network and host IDS to critical systems etc.
o Advanced Persistent Threat notification mechanism,
o Virus protection and vulnerability protection for all workstations and servers etc.
o Encrypted communication channels, virtual tunneling
o Malware detection and prevention capabilities,
o Lockdown Capabilities: Isolate the security breaches and attacks, if any, from other
system components and not let the threat spread in the system, independently handling
resolution.
o Content filtering and blocking to prevent threats from compromised websites to help
identify and block potentially risky web pages.
o Activities such as anti-spoofing (no one should be able to masquerade for inappropriate
access), anti-sniffing (no one should be able get data and interpret it), anti-tampering
(no one should be able to put/change data which was not meant to be put/changed)
should be taken care for data in transit, as well as data at rest, from internal and external
threats.
While designing the IITMS system, the MSI shall take into consideration the following
requirements of the IT Security System points:
• Authentication of sensors, cameras and controllers etc. should happen
at the time of provisioning and adding them into the system. It should
be based on physical characteristics of the field components like MAC
Field
ID, Device ID etc.
Component
• Field Components and other sensors deployed in solutions to set up
Security
IITMS should be hardened devices with the ability to be upgraded
Requirements
remotely for firmware through encrypted image files with
authentication mechanism.
• System shall ensure that once recorded, video shall not be altered or
tampered, ensuring that the audit trail is intact for evidential purposes.
• Architecture of Information Technology systems deployed IITMS
project need to be open, interoperable and scalable.
• All data communications taking place within the network need to be
AES (256 bit) encrypted or better, and SSL authenticated or higher, so
that any unauthorized access to video data can be prevented.
• The message exchange between various applications in the System
Data
should be fully encrypted and authenticated. Any external application
Exchange
should talk to the system only through predefined secured APls.
Requirements
• Shall monitor, manage and authenticate every incoming and outgoing
communication to and from the IITMS system.
• Adequate security checks and mechanisms like authentication and
encryption mechanism to be deployed for data exchange between
various sensors, cameras, controllers and their management appls to
protect data confidentiality breach and unauthorized access.
• All information that flows on the network should be encrypted to ensure
safety and privacy of confidential data.
• MSI shall ensure to study the encryption mechanism implemented for
the network under the Smart City Project, and accordingly propose
suitable and compatible mechanism which shall adhere to the
requirements laid in this RFP. In case of any challenges due to
compatibility issues with the existing network and its security features,
the MSI shall raise it to NMC, with proposed alternative, which shall
be reviewed and may be approved by NMC. MSI shall adhere to the
directions from NMC from time to time.
• The devices at each endpoint of the network (implemented by MSI
Network
under IITMS scope) should be authenticated (using mechanisms based
Security
on attributes like passwords etc.)
Requirements
• The authentication system so used on these endpoint devices should
ensure that only authorized users are sending data over the network,
and there is no rogue data that is sent to the control systems to generate
false alarms or sabotage the systems.
• All components deployed and integrated as part of IITMS systems
should talk only to the authorized wired or wireless network, and do
not hook on to rogue networks. MSI shall be responsible to configure
any wireless network installed in the project. The wireless network or
any hardware shall not be accessible to external network. AAA
authentication is also required for all network hardware, in case of
wireless network being used.
Data exchange should take data privacy and data protection into consideration. The MSI shall
design the system to ensure industry standard security architecture are deployed that protect
confidentiality, integrity and availability of information and services for all the stakeholders.
a. All the Audit trails or audit logs shall be properly stored & archived for future analysis and
forensics whenever desired. Log information is critical in identifying and tracking threats
and compromises to the environment.
b. All the devices and software should be logged which include hardware & software based
firewalls, web servers, authentication servers, central/domain controllers, database servers,
mail servers, file servers, routers, DHCP servers etc., as applicable.
c. Audit Capabilities: The system shall provide for a system-wide audit control mechanism
that works in conjunction with the Database Management System.
d. Maintaining Date/Time Stamp and User Id: Every transaction, with a date and time and
User ID and IP address, shall be captured. The system shall allow generating various audit
reports for verification.
e. Following activities and events shall be logged at minimum.
i. Create, read, update and delete of confidential information;
ii. User authentication and authorization activities in the system, granting, modification or
revoking of user access rights;
iii. Network or service configuration changes;
iv. Application process start up, shutdown or restart, abort, failure or abnormal
terminations, failure of network services;
v. Detection of suspicious activities such as from Intrusion Detection and Prevention
system, anti-virus, anti-spyware systems etc.
a. Solution shall support multiple remote installations even for field components.
b. The MSI shall design the system to update for virus definitions, program updates, patches,
fixes etc. (automatic periodically and in push-updates in case of outbreaks) without
bringing server off-line, remotely over network / internet.
c. MSI shall ensure security policies is maintained and updates to the same are made regularly.
d. MSI shall protect all the IT assets to prevent any known & unknown attacks by maintaining
an updated knowledge base of all the published security vulnerabilities and virus threats.
e. MSI shall define process to tune, update, and monitor IDS information.
f. MSI shall ensure patches for identified vulnerabilities are patched/blocked immediately.
g. MSI shall respond to security breaches or other security incidents and coordinate with
respective OEM/service provider in case of a new threat is observed to ensure that patch is
made available.
h. MSI shall ensure OS security through appropriate configuration and patch updates.
i. Updates shall be capable of being rolled back, if required.
j. MSI shall plan system maintenance only in accordance with schedule pre-defined and
approved by NMC.
k. MSI shall obtain permission from NMC and other stakeholders before making any changes
and / or updates to the production environment.
a. Deploy technology to actively monitor and manage perimeter and internal information
security of all components of IITMS system and network remotely from TMC.
b. The security system shall be monitored at the TMC with auto alerts in cases such as attempt
to gain unauthorized access and provide a facility to virtually isolate the system / solution
in case of the breach from other layers of the system.
c. Establish processes for viewing logs and alerts which are critical to identify and track
threats and compromises to the environment. The granularity and level of logging must be
configured to meet the security management requirements.
d. Provide real-time product Performance Monitor and Built-in Debug and Diagnostic tools
and context - sensitive help.
e. Appropriate teams may be set up to monitor cyber incidents and mitigation of same.
f. MSI shall share all the information on incidents regularly with Indian Computer Emergency
Response Team (CERT-In) and NCIPC (National Critical Information Infrastructure
Protection Centre) and take help to mitigate and recover from the incidents after prior
written approval from NMC.
g. The Network Security system shall seamlessly integrate with, and be able to monitor and
manage, networking devices, equipment, components provided by the OEM
h. MSI shall provide a dashboard view with all critical metrics of security in a single
consolidated window.
i. System shall be capable of recognizing network and other vulnerabilities and immediately
send alerts to the TMC and dynamically fix them and send intimations to the TMC.
j. Shall support various types of reporting formats such as CSV, HTML and text files.
a. All the field components and other equipment deployed at Traffic Management Center by
the MSI, data center and DR etc. as a part of IITMS project should be power efficient.
b. MSI shall ensure power to provide primary power supply for all the field components,
TMC etc. This includes Energy Meter (any charges associated with the same), cabling
including any cables, piping, trenching etc. from the nearest available supply. MSI is
expected to conduct its own survey and understand the availability and efforts
required for the same.
c. The recurring expense for primary power consumption (for all field components, DC
and TMC) shall be borne by NMC throughout the contract period and shall be paid
to the electricity board directly. However, cabling, its maintenance and replacement
as per requirement shall be sole responsibility of the MSI. MSI shall also be required
to deploy sub-meter to understand power consumption as per directions from NMC
from time to time.
d. MSI shall have to provide resource and support to NMC for getting electricity connection
and for bill submission. All meter connections shall be in name of NMC.
e. Cabling, earthing and all the equipment related to power supply, including installation and
commissioning shall be sole responsibility of the MSI.
f. Apart from primary supply, power backup such as UPS, DG Set etc. as specified in the
tender document and as necessary shall also be responsibility of the MSI.
g. The MSI shall also ensure cabling for backup power supply such as UPS and DG set etc.
h. The MSI shall submit the Plan for laying of all the Electric cables required for the Project
“Cable Plan”, which shall be approved by the NMC.
i. The surge arrestor shall be provided to protect all electrical, digital and data devices from
voltage spikes, and the proposed surge arrestor shall meet IEC 61643-1 standards.
j. In case of power failure, the system shall be capable of automatically resuming operations
once power resumes.
10.4.1. UPS
• All the filed components, whether newly installed under IITMS project
or existing component co-used (Traffic Signal aspects, violation
detection system etc.) shall be coupled with sufficient capacity of the
power backup through Uninterrupted Power Supply.
• UPS sets shall also be required for all the components in Traffic
Business
Management Center. All the existing components at TMC are coupled
Requirements
with UPS and DG set, however, any additional components (on-
premise co-location DC), or additional requirement for existing
components shall be sole responsibility of the MSI.
• UPS shall be installed for each set of systems for proper protection
against power surges and ensure power stabilization to the equipment.
UPS shall Protect components against:
• Power Failure by providing immediate backup power when the input
power source fails
Functional • Voltage spike or sustained overvoltage
Requirements • Momentary or sustained reduction in input voltage
• Voltage sag
• Noise, Harmonic distortion
• Instability of the mains frequency
a. The Traffic Management Center is already coupled with additional power back up in the
form of Diesel Generator Set (DG Set).
b. However, new component / equipment including on-premise co-location DC shall be
coupled with DG-set of sufficient capacity. MSI may liaison with Smart City SI or
NSSCDCL to upgrade the existing DG set if required and as possible. However, meeting
the SLAs shall be sole responsibility of the MSI.
c. The MSI shall ensure the DG set is always ready including the fuelling requirements for any
unforeseen power failures at TMC and DC.
d. Fuelling and Re-fuelling of the DG Set setup by MSI, throughout the contract period shall
be sole responsibility of MSI.
e. The power uptime at Traffic Management Center is required to be 100% (24x7)
without an exception.
f. The Technical Specifications of the DG set shall be as per defined in the RFP.
Certain Junction Box are proposed to be co-used, for which MSI may assess and decide,
however, otherwise it will be in the scope of MSI to provide junction box at no extra cost to
NMC.
• The junction box shall be sized at least 50% more than the actual
requirements considering scalability to accommodate future
requirements.
• The junction box should be designed in a way that, separate
compartment will be available for separate system (i.e. ATCS
controller, ITMS LPU, Active component, etc.). Each compartment
shall have lock & key facility. There should be provision made to
Business integrate the systems if required.
Requirements • In addition, the junction box design shall be modular, and each
component shall be well organized and clamped inside to ensure
components do not heat up or fall out on opening.
• The quantity of the Junction box mentioned in the RFP document is
indicative. MSI may propose higher number of Junction Box as per
requirement of the project at its own cost.
• Any separate junction box required for electric / power supply shall be
in the scope of the MSI.
• Junction box shall be protected from dust, environment and other
external factors, lockable / sealable with rack, and shall be installed
appropriately sized for housing the power supply, Energy meter, power
cable, earthing cable with chemical earthing strips, UPS (including
isolations) & required communication equipment.
• The electrical & the data cabling at the field location shall be done as
Functional per the relevant ISO/IEC guidelines for outdoor cabling.
Requirements • The aim will be to protect the cable from Mechanical damages,
Rodents, moisture ingress & Electronic Magnetic Induction (EMI).
• All outdoor field equipment shall be suitable for outdoor use under
harsh environmental conditions (including heavy monsoons, 95%
relative humidity & corrosive environment).
• All junction box should be equipped with cooling fans so as to avoid
increase in air temperature inside the junction box.
Any other Junction Box, DB Box, Termination Box, UPS and Battery Box shall be accounted
by the bidder as per bidder solution at no extra cost to NMC.
Page 155 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
10.4.4. Cabling Infrastructure
a. The MSI shall provide standardized cabling (for electric power and network) for all
devices and subsystems in the field and TMC.
b. All work under passive cabling shall be governed by a set of standards that specify
wiring electric, data or voice communications, using category 5 (CAT 5E) category 6
cable (CAT 6), category 6A (CAT 6A) and category 7 (CAT 7) and modular sockets.
All material used shall be conforming to relevant standard as per ISO.
c. The proposed cables shall meet the valid directives and standards (including BIS).
d. MSI shall ensure the installation of all necessary cables and connectors between the
field components, junction box and other equipment of the system.
e. The MSI shall ensure that the cable layouts are neat and distinguishable. The
termination of cables needs to be planned for future expansion of scope.
f. For pole mounted field components, the cables shall be preferred to be routed down the
inside of the pole and through underground duct to the outstation cabinet. MSI shall
submit details about pole (and cantilever as applicable) and the cabling plan.
g. All cables shall be clearly labelled with indelible indications that can clearly be
identified by maintenance personnel.
h. All cabling shall be documented in a Cable Plan by the MSI.
i. The MSI is required to follow the industry standards for any PVC Conduits and Wiring
work to be carried out under the scope of IITMS project. The PVC conduits shall
comply with I.E.E regulations and all materials used shall conform to relevant standard
as per BIS and shall carry ISI mark.
j. All electrical components shall be design manufactured and tested in accordance with
relevant Indian Standard IECSs.
k. Electrical components shall be of minimum standard ANSI TIA 568 C for all structured
cabling components. OEM Certification and Warranty of 10-15 years as per standards.
l. The cable laying should be a depth of minimum 500 mm and width of trench should
not exceed 300 mm. Before using the machinery for trenching in the junction, proper
marking to be done to ensure MSI complies to aforementioned requirement.
a. All electrical components are to be earthen by connecting two earth tapes from the
frame of the component ring and will be connected via several earth electrodes.
b. The cable arm will be earthen through the cable glands. The entire applicable IT
infrastructure i.e. field components or TMC shall have adequate earthing. Further,
earthing should be done as per Local - state - national standard in relevance with IS
standard.
c. Earthing should be done for the entire power system and provisioning should be there
to earth UPS systems, Power distribution units, AC units, etc. so as to avoid a ground
differential. NMC shall provide the necessary space required to prepare the earthing
pits. The details for the same shall be submitted by MSI in the Cable Plan.
d. All metallic objects on the premises that are likely to be energized by electric currents
should be effectively grounded.
e. There should be enough space between data and power cabling and there should not be
any cross wiring of the two, in order to avoid any interference, or corruption of data.
f. The earth connections shall be properly made.
g. A complete copper mesh earthing grid needs to be installed for the server farm area,
every rack needs to be connected to this earthing grid. A separate earthing pit needs to
be in place for this copper mesh.
h. Provide separate Earthing pits for Servers, & UPS as per the standards.
i. MSI shall follow required earthing standards (e.g. IS-3043) carrying ISI mark and
ensure that pole /cantilever and edge level components are protected against lightning.
Page 156 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
10.4.6. Lightning-proof measures
a. The MSI shall comply with lightning-protection and anti –interference measures for
system structure, equipment type selection, equipment earthing, power, signal cables
laying. The MSI shall describe the planned lightning-protection and anti –interference
measures Cable Plan.
b. Corresponding lightning arrester shall be erected for the entrance cables of power line,
video line, data transmission cables. All crates shall have firm, durable shell. Shell shall
have dustproof, antifouling, waterproof function & should capable to bear certain
mechanical external force. Signal separation of low and high frequency; equipment’s
protective field shall be connected with its own public equal power bodies; small
size/equipment signal lightning arrester shall be erected before the earthling.
c. The Internal Surge Protection Device for Data Line Protection shall be selected as per
zone of protection described in IEC 62305, 61643-11/12/21, 60364-4/5.
d. Data line protection shall be used for security system, server data path and other
communication equipment.
e. Data line protection shall be installed as per zone defined in IEC 62305.
a. All the field components of the IITMS project are required to be erected on the field at
various squares and roads of the city.
b. Poles and Cantilever have been proposed at multiple locations for erection of sensors and
camera-based system in the city. These field components are to be erected at certain height
for optimum results.
c. MSI will be required to provide the Pole and Cantilever with necessary height as per site
conditions as directed by NMC on case to case basis, at no extra cost to NMC.
d. Any requirement of closing the lanes during the installation and Maintenance of the field
components shall be avoided.
e. NMC will support for acquiring necessary permissions for erection of such infrastructure.
f. The poles and cantilever are required to be sturdy enough to withstand the extreme
environment conditions and high wind speeds in the city as per IS 875-Part 3 and protect
the field components as well against the same for entire project period.
g. MSI shall ensure minimum clearance from RTL of 5.5 / 6.1 mtrs based on the road type, as
per requirement of NMC at different site locations.
h. The MSI has to provide structural safety certificate from qualified structural engineers
approved / certified by Govt. Agency.
i. Such structure shall be painted with one coat of primer and two coats of PU paint. MSI
shall apply paints at least once each year as part of the maintenance, for the entire contract
period.
j. The equipment including poles, mountings should have an aesthetic feel keeping in mind
the standards road Infrastructure (e.g. Poles, Navigation boards etc.) currently installed at
these locations. The equipment should look “one” with the surroundings of the location and
not look out of place.
k. The MSI shall be required to submit a detailed Implementation and Operations Plan
Document and get it approved from NMC.
l. The MSI shall also submit a detailed installation report post installation of all equipment at
approved locations. The report shall be utilized during the acceptance testing period of
project to verify actual quantity of equipment supplied and commissioned under the project.
m. The NMC may direct MSI to allow re-use infrastructure of project for other purposes. The
design life of Pole and cantilever shall be minimum of 25 years from the date of Installation.
n. MSI shall be required to take up operation and maintenance of all the existing poles
along with new poles under the IITMS project scope.
The system shall give users, user specific, role-based, and secure access to all the applications,
services and information with a full‐fledged Role Based Access Control (RBAC) model. User
shall also be configurable as per jurisdiction.
a. The system shall have provision to organize users by business-defined categories such as
traffic management officials, enforcement officials, jurisdiction wise such as traffic police
chowky jurisdiction, municipal ward jurisdiction etc. Each stakeholder department can
inherit or define its own permissions, group and manage roles for the various applications
it chooses to include.
b. System users include all the authorised employees of the NMC and Nagpur Traffic Police.
c. These users would be accessing the system based on the roles and responsibilities. These
set of users are based on current assessment and can be further extended / modified. Based
on the type and role of user the system will provide the proper accessibility level.
d. System shall grant suitable viewing / data editing rights to various users through Active
Directory, LDAP, or other security source
a. Guest users shall not be required to login and shall not be allowed to modify any system
data. All the information stored in the system shall not be available to the Guests users. The
information in the public domain will be restricted and the fields that will be visible to the
public shall be finalised by NMC during the SRS stage.
b. The modules and functionalities to be made available to public users shall be decided later
by NMC which shall form part of Project Plan Document and SRS Document.
a. The system shall provide for minimum one admin user for the entire proposed system for
the NMC, which shall manage the user logins, passwords, sessions, role assignment,
hierarchy etc. for entire IITMS system.
b. Shall allow admin to monitor and provide access to other stakeholders such as NMC
officials, Traffic Police officials, MSI personnel, consultant personnel, etc. who would be
undertaking projects on behalf of Departments NMC.
Identity, Access management, Single-Sign-On (SSO) and Role based access would be achieved
through the identity assertion, credential management and directory services components.
Single Sign on: The system should enable single‐sign‐on so that any user once authenticated
and authorized by system is not required to be re‐authorized for completing any of the services
in the same session. MSI shall provide browser-based application accessed on the internet,
through single‐sign‐on mechanism, will provide access to all the services of the system, based
on their pre-defined roles and responsibilities.
Master Data Manager: System shall create few “Master Data Manager” users and allow only
such users to modify the master data in the database directly in case of any correction required
at the later date.
a. The entire IITMS system in the City of Nagpur will generate a lot of data every moment.
It is hence imperative to have a strong, well-designed reporting system which will auto
generate reports as per pre-defined parameters and allows user to derive desired customized
reports based upon the selection of any available parameters from the system through web
portal.
b. To effectively analyse various information related to IITMS project, commuters, vehicles,
assets, systems etc., MSI shall utilize web-based Analytics services and provide dashboard
views at the Traffic Management Center and on the web-portal to the authorized users.
c. These analytics services shall help perform various types of predictive analysis and
assessments like vehicle trend analysis, Traffic Analysis, incident and incident trend
analysis, violations and violation trend analysis, utilization analysis, peak and off-peak load
analysis, revenue projections, seasonal escalations and downfalls etc.
The MSI shall strictly adhere to the standards set by the NMC. The MSI shall ensure that he is
solely implementing the project and shall not franchise / sublet / subcontract it to any third
party under any circumstances without prior written consent of NMC.
i. MSI shall be responsible for procurement of all required hardware, software, network
infrastructure and all other components as defined in the BoQ sheet. The MSI shall be
responsible for end-to-end implementation and shall consider and provide / supply any
items not included in the BoQ but required for commissioning of the IITMS project and
meet the requirements of the proposed IITMS System. MSI shall submit the same as
part of technical proposal. NMC shall not pay for any of the equipment not part of BoQ
but are required for successful completion of the project. However, the same has to be
supplied by the MSI without any additional cost to NMC.
ii. The specifications provided in this RFP are indicative and carry guiding rule. The MSI
is free to offer products and solutions which meet requirements of the RFP focusing on
the outcome, future scalability, security, reliability and adherence to specified SLA
under this RFP, in line with applicable standards & best practices adopted in the
industry. The MSI is encouraged to design an Optimized solution which is technically
superior, innovative, proven, better in terms of functionality and is cost effective. Any
specified parameters mentioned in the scope/technical requirement in the RFP may be
considered if it is required for meeting current & future requirements during the contract
period. Necessary justification should be given in Technical solution accordingly. The
MSI is fully responsible for the specified outcome to be achieved.
iii. The specifications mentioned for various IT / Non-IT components are indicative
requirements and should be treated for benchmarking purpose only. Each such
component shall meet or exceed the minimum technical specifications defined in the
RFP document in the Annexure Set II – Format 7.
iv. MSIs are required to undertake their own requirement analysis and may propose higher
specifications that are better suited to the requirements, and the deployed systems shall
exactly meet the Technical Specifications, make and model proposed by the MSI while
bidding and agreed by the NMC. In case of deviation, a detailed explanation from the
bidder shall be expected, one which written approval from the NMC may be given as
NMC deems fit. MSI shall adhere to the same.
v. The MSI would be required to install and configure / integrate every component and
subsystem component, required for functioning of the IITMS System.
vi. All hardware procured for the project shall be as per the latest industry standards and
brand new with warranty as per defined specifications in the RFP, replacement,
software assurance and shall not have end-of-support as defined in the RFP.
vii. Any components / equipment approaching end of life cycle as per its OEM's policy,
should be replaced with new equipment, at no extra cost to NMC. Any technology
upgrade, replacement of hardware, software etc. required for the same, shall be
provided by MSI at no extra cost to NMC. MSI shall submit the proposal to the NMC
with reasonable justification and proposed alternative (preferably same make) which
may or may not be considered by NMC. NMC's decision shall be final and binding on
MSI. If so directed by NMC, MSI will be required to replace the product / solution with
an equivalent or better product / solution and meeting the Minimum Specifications of
the RFP, at no extra cost to NMC.
viii. In order to decrease the workload for operation and maintenance, each component /
equipment shall be supplied just once or shall be from the same batch so that calibration
and verification has high probability of success (any deviation shall be discussed with
NMC and MSI shall proceed only after written approval from NMC).
ix. MSI shall ensure investment protection of the IITMS system. MSI shall ensure
compatibility of applications across OS releases and generations of system technology
Page 164 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
and upgrades. OEM shall be required to ensure for binary compatibility /
interoperability of applications across release of the operating system and architectural
generations of CPU and system platforms; today and in the future for a period of at least
7 years for the server architecture and other IT systems under IITMS project including
the applications, data, operational management, people skills etc.
x. The proposed software, solutions, and applications shall not be proprietary, support
open data standards, be secure, bug free, crash resistant, modular, and provide interfaces
for various shared services. Overall and individual solutions proposed by the MSI shall
have open data standards for interoperability and 3rd party integrations and shall not
get limited due to proprietary issues.
xi. Database structure (including of the bespoke solution) should be according to open
standards.
xii. Architecture of the systems deployed for the project need to be open, interoperable and
scalable. Data interoperability shall be ensured.
xiii. All the software licenses shall be non-exclusive, perpetual, fully paid up and
irrevocable, valid throughout Maharashtra, with required technical support from the
OEM for the project period and shall have software assurance and in the name of the
NMC, on or before Go-Live of the project.
xiv. MSI shall procure all hardware, software etc. in the name of NMC, which are free from
any financial obligations etc.
xv. Any customized application / module developed for NMC, the source code for the same
shall be shared with NMC and the said application / module shall be property of the
NMC. All components should be in code level and not in binded form like a DLL or
exe. Software assets along with codebase like - sliced html, GUI assets, etc. For COTS
product, all the licenses shall be perpetual and in the name of NMC as per RFP terms.
xvi. Also, such customized application / module shall be developed without use of any
external services support, and in case if external services are used, the said application
/ module shall be available perpetually independent of such external services
irrespective of external services support availability. No COTS component should be a
part of bespoke solution.
xvii. MSI shall remotely update and upgrade all the software applications as and when
updates are available (or developed as a part of requirements). Such updates shall be
only after due approvals from NMC. MSI shall maintain version control for any and all
such updates and upgrades.
xviii. The OEM Software license / subscription shall allow the software to be deployed on
physical, virtual or cloud based servers.
xix. The MSI shall be responsible for any copyright infringement. NMC bears no
responsibility towards the same or towards any consequence resulting from non-
conformance or non-compliance.
xx. No Vendor lock-in and Replaceability: Specific OEM products may only be used
when necessary to achieve scale, performance and reliability. Every such OEM
component/service/product/framework/SI pre-existing product or work must be
wrapped in a vendor neutral API so that at any time the OEM product can be replaced
without affecting rest of the system. In addition, there must be at least 2 independent
OEM products available using same standard before it can be used to ensure system is
not locked in to single vendor implementation.
xxi. Since the applications and its data generated and being dealt with is sensitive in nature,
the MSI shall provide robust network and system security features. All the data created
/ captured under this project shall also be the property of the NMC only. MSI, under no
circumstances shall use, distribute, sell, and extract the data.
xxii. The system shall give users, user specific, role-based, and secure access to all the
applications, services and information with a full‐fledged Role Based Access Control
(RBAC) model. System shall grant suitable viewing / data editing rights to various users
through Active Directory, LDAP, or other security source using single sign on.
Page 165 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
xxiii. All devices, components, hardware, software, equipment etc. shall be synced to a
common time – Network Time Protocol (NTP).
xxiv. The indicative architecture of the system is given in this volume. The Successful MSI
must provide the architecture of the solution it is proposing.
xxv. The system architecture should be built on sound architectural principles enabling fault-
tolerance, high-performance, availability and scalability both on the software and
hardware levels through load balancing and “fail-over” mechanisms.
xxvi. The system shall be able to independently test the signal to simulate self test
measurements such as camera calibration, power supply to all connected equipment etc.
xxvii. The proposed system (infrastructure, hardware, software, communication, network,
equipment etc.) shall not be exposed due to any single point of failure. In case of any
failure have redundancy built into the system to bring the overall system back up in the
minimum amount of time.
xxviii. The communication between the field systems, LPU / processors at Junction box shall
be through appropriate secured technology.
xxix. The system should have the capability to transfer the data to TMC through proper
encryption in real time and batch mode for verification of the infraction and processing
of challan. Call forwarding architecture shall be followed to avoid any data loss during
transfer. In the event that the connectivity to the TMC is not established due to network
/ connectivity failures, then all data pertaining to the infraction shall be stored on site
and will be transferred once the connectivity is re-established automatically. There shall
also be a facility of physical transfer of data on portable device whenever required.
There should be a provision to store minimum one week of data at each site on a 24x7
basis.
xxx. MSI shall be fully responsible for maintaining these components as per the Warranty
and AMC Clauses and shall be fully accountable for the same for entire project period.
The MSI must pass on the standard OEM’s warranty which comes bundled with
proposed or purchased OEM solutions. In addition, MSI has to provide documentary
evidence for back-to back support agreement with proposed OEM, as applicable.
xxxi. MSI shall ensure all components are duly covered with IRDA approved Insurance
Company for entire duration of contract period as detailed in the RFP.
xxxii. MSI shall supply all the installation material / accessories / consumables (e.g. screws,
clamps, fasteners, ties anchors, supports, grounding strips, wires etc.) and proper casing
and mounting, necessary for the installation and operation of all the hardware,
components, NOC hardware, and network components etc. forming part of the Project.
xxxiii. Materials, fixings and fastenings used shall be inherently corrosion resistant.
xxxiv. All the hardware, software, and network components may have adequate spare during
entire project duration to maintain the SLA.
xxxv. All the components of the Technical Architecture which should comply with the
published eGovernance standards, frameworks, policies and guidelines available on
http://egovstandards.gov.in, MeITY guidelines for state data center and leading
industry standards.
xxxvi. In addition to above, the proposed solution should comply with industry standards (their
latest versions as on date) wherever applicable. Listed below is for reference and is not
to be treated as exhaustive.
• Guidelines for Indian Government Website https://web.guidelines.gov.in/
• Guidelines from http:// www.cert-in.org.in
• W3C specifications
• Information access/transfer protocols SOAP, HTTP/HTTPS
• MeitY, GoI guidelines on Application Development.
• Latest HTML standards
• Information Security to be ISO 27001 compliant
• Interface Definition
• Interface Owner
• Interface Type
• Interface Format
• Frequency
• Source System
• API/Service/Store Procedure
• Entitlement Service
• Consuming System
• Interface Layout (or) Schema
▪ Should have provision for exceptional scenarios
▪ Should have syntax details such as data type, length,
mandatory/option, default values, range values etc.
▪ Error code should be defined for every validation or business
rule
▪ Inputs and outputs should be defined
▪ Should be backward compatible to earlier datasets
▪ Data exchange should provide transactional assurance
▪ Response time and performance characteristics should be
defined for data exchange
▪ The failover scenarios should be identified
• Data exchange should be auditable
Data Integrity • The MSI has to ensure and comply with Data integrity compliance
through the entire contract.
• Data integrity is a fundamental component of information security. In
its broadest use, “data integrity” refers to the accuracy and consistency
of data stored in a database, data warehouse, data mart or other
construct. The term – Data Integrity - is used to describe a state, a
process or a function – and is used as a proxy for “data quality”. Data
with “integrity” is said to have a complete or whole structure. Data
values are standardized according to a data model and/or data type. All
characteristics of data must be correct include business rules, relations,
dates, definitions & lineage – for data to be compile & process.
• Data integrity is imposed within a database when it is designed and is
authenticated through the ongoing use of error checking and validation
routines. As a simple example, to maintain data integrity numeric
columns/cells should not accept alphabetic data.
• As a process, data integrity verifies that data has remained unaltered in
transit from creation to reception.
NMC at its discretion, may also engage independent auditors to audit any/some/all
standards/processes. The MSI shall support all such audits as per calendar agreed in advance.
The result of the audit shall be shared with the MSI who has to provide an effective action
plan for mitigations of observations/non-compliances, if any.
The RFP document details the BoQ for each junction and other locations across the city for
setting up of Intelligent and Integrated Traffic Management System. However, the
requirements and the quantity are indicative. The MSI shall conduct a comprehensive and
independent study of all the sides, the existing infrastructure of traffic junctions /intersections,
traffic conditions, re-validate exact locations of the proposed solutions, availability of the
network, electricity, RoW etc. estimate exact efforts for the IITMS project. The actual
deployment of hardware and software components and the civil work shall be based on the
comprehensive field survey to be conducted by the MSI and approved by NMC.
a. MSI shall conduct a survey of existing traffic operating conditions and movements
across all required junctions:
• MSI shall collect data of existing operating conditions, black spots, accident prone
areas, traffic volumes across various time periods of a day, which will cover all peak
and non-peak hours, weekends, etc., saturation flow rates, on individual lanes, free flow
travel time through the junction and actual travel time in peak operating conditions,
directional distribution, delays between different points of the network, locations and
height of normal poles, cantilever poles, junction box, trenching route and cable routing
etc.
• MSI shall conduct Journey time surveys for As-Is conditions along designated 11
corridors which should be designed such that all junctions are picked in at least one
corridor. For major junctions, both directions (e.g east- west and north-south) and key
turning movements should also be covered.
(MSI may propose alternate methodology for collecting travel time survey along all
major corridors and junction delays at each of the junctions.)
• The MSI shall ensure the ATCS system is accordingly configured to cover traffic signal
at each of the junction along with development of signal control plan for individual
operations, coordinated signal plan for the junction in sync with the area wide signal
plan for different operating conditions. The operating conditions may include different
peak and off-peak conditions, special events, contingency plans etc.
• The MSI shall also study challan volume in the city, types of violations, location and
time for the violations etc.
• MSI shall survey the amount and extent of the demolition and site clearance required,
identify need for site preparation activities like erection of poles, cantilevers, cabling
for power and network last mile connectivity, location and direction for installation of
camera and other sensors, affixation of TMC components etc.
• Identify need for junction improvement, junction signages, lane markings and other
necessary site infrastructure.
• The survey shall also include availability of electricity supply and network at the
location, optimized number of solutions, exact location for mounting of pole, cantilever,
and gantries etc. The MSI shall be submit Junction Geometry, Junction Plan for
installation of Traffic Signals and VDS for each junction as part of the report.
• The MSI shall study the existing traffic management systems and processes deployed
by the Nagpur Traffic Police and NMC, MIS reporting requirements, problem areas and
expectations of Nagpur Traffic Police.
• The MSI will be responsible to propose transition strategy for dismantling of existing
signal and setting up of new signals and field components. The proposed strategy
should clearly provide approach and plan for implementing the new signals and field
The MSI shall plan the project implementation in detail and should provide a micro level view
of the tasks and activities that they are going to undertake in consultation with the NMC. The
MSI shall submit the specifications of the hardware and furniture proposed etc. and a Detailed
Technical Architecture as a part of Project Planning document within the timelines specified
in the RFP. Any change in the proposed hardware, software or any other component / solutions
shall be submitted by the MSI along with reasonable justification. This may be considered by
the NMC as it deems fit. Any directions from NMC in this regard shall be adhered to by the
MSI. An indicative list of planning related documentation that the MSI should make is as
described below. Any changes recommended by NMC in the project planning and management
document shall be incorporated and adhered to throughout the contract period.
a. The MSI shall submit a detailed Survey Report within the timelines specified in the RFP.
b. MSI shall also submit a detailed report on the Implementation Plan and Operations &
Maintenance Plan for the project.
c. The Implementation Plan shall be comprehensive including, but not limited to:
i. Infrastructure requirement analysis
2. Deployment of Manpower
1. The MSI shall deploy required and adequate manpower for various purpose such for
operating, management and maintenance of all IT and Non-IT Components., minimum as
per requirement defined in below Clause 2.3 under Project Phases below.
2. The MSI shall ensure that the resource availability shall be maintained as per requirements
defined in the SLA during the entire contract period. MSI may plan alternate trained
resource/s to ensure the SLAs are maintained. In case of failure to comply, MSI shall be
liable for penalty as defined in the SLA in this document.
3. For all the staff deployed as a part of the project, the MSI shall be responsible to pay the
deployed staff and shall meet or exceed the minimum wages as per Minimum Wages Act
and comply with labour laws of Govt. of Maharashtra. The MSI shall also be responsible
for ensuring compliance to the provisions of other applicable labour laws, EPF laws and
other relevant laws.
4. MSI shall ensure appropriate provisions for safety and security measures of all the
personnel deployed on the project. In case of any eventualities (including disability, death
etc.) anytime during the contract period including any incidents, accidents with the
personnel deployed by the MSI for the project, MSI shall ensure appropriate measure to
control the damage, if any and to do good to the personnel or its family as applicable. MSI
shall hold NMC indemnified for any claim may be arising out of the same.
5. MSI should at all times indemnify, defend and hold NMC, its officers, employees, agents,
consultants, etc. harmless against all claims, liabilities, loss, expenses, damages or
compensation under the provisions of Payment of Wages Act; Minimum Wages Act;
Employer’s Liability Act; The Employees Compensation Act; Industrial Disputes Act;
Maternity Benefit Act; or any modification thereof or any other Labour laws relating
thereto, and rules made hereunder from time to time. NMC will not own any responsibility
in this regard.
6. The MSI shall ensure that the salary of deployed manpower shall be credited directly
through online banking mechanisms like ECS / NEFT / RTGS etc. A record of the payments
made in this regard should be maintained by the MSI.
7. Manpower is required to be deployed at the TMC and other manpower (may be floating)
for the purpose of maintenance of all the hardware, software, and other components and
equipment throughout the contract period as per requirements defined in the RFP.
1. NMC can ask the MSI to replace any of its resources on the ground of non-performance
anytime during the project period, and MSI shall replace the resource with an equivalent or
better resume within two weeks, on approval of NMC.
2. MSI shall provide replacement resource of equal or better qualification and experience. If
NMC objects to the appointment, MSI shall not assign the individual to that position and
shall seek an alternative candidate.
3. The MSI may request any replacement of resource in writing and replace a resource only
upon written approval from NMC.
4. MSI all ensure proper handover of at least one week (considering replacement time period
of maximum two weeks) at no extra cost to NMC and shall not make further replacement
within minimum six months.
5. MSI shall ensure role of any resource is not vacant at any point during the contract period.
6. MSI may plan adequate extra resources for manning the project as contingency.
1. Manpower resources deployed by the MSI shall not divulge or disclose to any person, any
details of office, operational processes, technical know-how, security arrangements and
administrative / organizational matters as most are of confidential / secret nature. Each
manpower deployed shall be required to sign an NDA with the MSI to this effect.
2. Manpower resources deployed shall be polite, cordial, positive and efficient, while
handling the assigned work so that their actions promote. Be it private or public areas, MSI
deployed manpower resources shall be liable to be frisked / checked by the security
personnel at NMC premises at any time during performance of their duties.
3. MSI personnel shall wear ID card all the time while in TMC premises.
4. MSI shall ensure proper conduct of his personnel in office premises, and enforce strict
prohibition of consumption of alcoholic drinks, paan, gutkha, tobacco, smoking, loitering.
5. NMC shall not be liable for any loss, damage, theft, burglary or robbery of any personal
belongings, equipment or vehicles of the manpower resources deployed by the MSI.
6. The manpower resources deployed by MSI under this RFP shall not claim nor shall be
entitled for any perks and other facilities admissible to regular / confirmed employees of
the NMC during or after contractual period. These manpower resources shall not have right
to demand for any type of permanent employment with NMC or its allied Offices. These
manpower resources shall not claim any benefit / compensation / absorption / regularization
of services with NMC. All the resources deployed under this project anytime during the
contract period shall be sole responsibility of MSI and NMC shall not be responsible for
providing employment of such resources.
7. Manpower can be sub-contracted by MSI if required, only after prior approval of NMC.
However, overall responsibility of the project delivery and entire liability including that of
sub-contracted staff shall be of the MSI. The MSI shall indemnify NMC from any claims,
litigation or disputes from the deployed manpower (own or sub-contracted).
Note: The resources deployed by the MSI shall be responsible for various activities as defined in the RFP document. The resources deployed shall strictly
work under the supervision of the NMC and Traffic Police officials and their role and responsibility may change from time to time as per requirements of
NMC. MSI may propose additional manpower to meet the SLA and to ensure smooth implementation, O&M of the project at no extra cost to the NMC.
a. The MSI shall be solely responsible for entire design, development, construction,
procurement, supply, delivery, installation, integration, testing, commissioning, Operation
and Maintenance of entire system including all the components, both IT and Non-IT
hardware, networking components, and other components at TMC, installation of
applications, integration of 3rd party applications etc.
b. This would also include necessary junction box, UPS, network components, power
requirements, poles, any other civil work on ground including re-furbishing, installation
workstations at TMC, required furniture, accessories, other components for TMC etc.
c. The MSI shall ensure that the execution shall be strictly as per the NMC approved
Implementation Plan. If there is any deviation, MSI shall bring it to the notice of NMC and
shall continue execution only upon written approval from NMC.
d. MSI shall be required to ensure that all civil work, systems, network, software applications,
hosting infrastructure etc. are working in completeness as required and the system is able
to function as desired. During implementation period, in case any camera or any other
sensor, pole or any other component is damaged by a vehicular accident or any other
incident and needs repair or replacement, then the MSI shall repair / replace with new
component within 15 days of the incident. Damages are to be borne by MSI in such cases,
through proper insurance or otherwise.
3.1.1. Signboards
a. MSI shall be required to place various signboards for proper guidance of the citizens such
as “You are under CCTV Surveillance”, “Don’t overspeed” etc.
b. Such sign boards shall be mounted at various relevant locations including the poles.
c. The same shall be as per requirement of NMC and Nagpur Traffic Police from time to time.
It will be as per relevant IRC guidelines.
d. MSI shall also put warning signboards during the construction and maintenance activities
for safety of citizens as well as MSI personnel.
e. The size, design, colour etc. shall be finalized in consultation with the NMC.
f. Existing signboard: All existing road signs which are likely to be affected by the works are
to be carefully taken down and stored. Signs to be re-commissioned shall be cleaned,
provided with new fixings where necessary and the posts re-painted in accordance with
NMC guidelines. Road signs, street name plate, etc. damaged by the MSI during their
operation shall be repaired or replaced by MSI at no additional cost. MSI has to take
necessary step to implement necessary road safety reflectors/traffic signages at junctions /
locations For example: Traffic Enforcement system - wrong way, speed limit, RLVD, etc.
Necessary road markings (Zebra crossing and Stop line) needs to be done by MSI wherever
required
The MSI shall abide by the job safety measures prevalent in India and will free the NMC from
all demands or responsibilities arising from accidents or loss of life, the cause of which is the
MSI’s negligence. MSI must ensure fitment and regular maintenance of safety equipment and
measures like fire extinguishers, emergency exits, and any other such safety measures
recommended at the facility. The MSI shall pay all indemnities arising from such incidents and
will not hold the NMC responsible or obligated.
MSI shall ensure safety precautions when excavating or working in excavations close to
electric cables, working in Public Street and along railway lines, danger from falling material,
care when working in Excavations, danger of cave in, protection of Excavations etc.
After getting proper approval from NMC, MSI will be responsible for dismantling the existing
traffic infrastructure and replace them with new systems. The dismantled infrastructure shall
be delivered at the NMC designated location, or any designated place as agreed by authority
without damage at no extra cost.
a. Trenching:
i. MSI shall exercise due care that soil from trenching intended to be loose for back
filling is not mixed with loose debris.
ii. MSI should not cause damage to any underground installations belonging to other
project / agencies. Any damage caused be made good at its own cost and expense.
Page 180 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
iii. The MSI should provide sufficient width in the trench at all such places, where it is
likely to cave in due to soil conditions without any extra payment.
iv. A minimum free clearance of 15 cm. should be maintained above or below any
existing underground installations. No extra payment will be made towards this.
v. In order to prevent damage to HDPE Pipe/PLB Blowing Type/Pre-installed rope
over a period of time, due to the growth of trees, roots, bushes, etc., the MSI shall
cut them if encountered in the path of alignment of trench without any additional
charges and with written permission from NMC.
vi. In large borrow pits, excavation shall be done not less than 165 cms. In depth and
both sides of borrow pit shall be excavated more than 165 cms in depth to keep
gradient of bed less than 15 degree with horizontal.
vii. If not possible as stated in sub clause above, alignment of trench shall be changed
to avoid borrow pit completely.
b. Optical Fiber Cable to be laid through HDPE / PLB HDPE Pipes buried at a nominal
depth of 165 cms. The steps involved in OF cable construction are as under:
i. Excavation of trench up to a nominal depth of 165 cms, according to Construction
specifications in city limits.
ii. Laying of HDPE / PLB HDPE pipes / coils coupled by HDPE / PLB HDPE sockets
in excavated trenches, on bridges and culverts, drawing of 6 mm Polypropylene
Para rope (P.P.rope) through the HDPE/PLB HDPE pipes/coils as per Construction
Specifications and Sealing of HDPE/PLB HDPE pipe ends at every manhole by
HDPE/PLB HDPE end caps of suitable size.
iii. Providing of mechanical protection by R.C.C. Pipes / GI pipes and / or
concreting/chambering according to construction specifications, wherever required.
iv. Fixing of GI pipes / through with clamps at culvert /bridges and/or chambering or
concreting of GI pipes/through, wherever necessary.
v. Back filling and dressing of the excavated trenches according to construction
specification.
vi. Opening of manholes (of size 1 meters x 1 meters x 0.5 meters depth), for ensuring
smooth passage for pulling the cable. The size of the manhole may vary depending
on site condition. The same shall be dealt on case-to-case basis, as directed by
NMC. Pulling of Optical Fiber Cable with proper tools and accessories as per
construction specifications. Sealing of both ends of the manholes by hard rubber
bush of suitable size to avoid entry of rodents into the HDPE/PLB HDPE pipes,
putting split HDPE/PLB HDPE pipes and split RCC pipes with proper fixtures over
cable in the manhole to protect the bare cable in the pulling manhole. Back filling
and dressing of manholes.
vii. In case the MSI is required to pull the fiber connectivity from the nearest available
point which is away from the IITMS project point, the MSI shall ensure that it shall
dig a pit of the size as required by NMC as per site conditions (The same shall be
dealt on case to case basis, as directed by NMC.), for construction of jointing
chamber (every ~500 mtr) using bricks and mortar or fixing pre-cast jointing
chamber of internal diameter of 1.2 meter filling of jointing chamber with clean
sand, placing either pre-cast RCC cover or stone of suitable size on jointing
chamber to protect the joint and back filling of jointing chamber with excavated
soil.
viii. Digging of pits 1 meter at every manhole and jointing chamber to a depth of 75 cms,
fixing of route indictor/joint indicator, concerning and back filling of pits. Painting
of route indicators with yellow colour and joint indicator by red colour and sign
writing denoting route/ joint indicator number, as per construction specifications.
c. Near Culverts/Bridge, the HDPE Pipe/PLB Blowing Type/Pre-installed ropes shall be laid
below the bed at the depth not less than 165 cms. protected by G.I. Pipes and bricks or
concrete chamber as decided NMC.
Page 181 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
d. Both ends of culverts shall be excavated more than 165cms. in depth to keep the gradient
not less than 15 degree with horizon. The bed of trench should be as smooth as possible.
e. Location and Augmentation of the Trench: In city areas the trench will normally follow
the foot path of the road except where it may have to come to the edge of the carriage way
when cutting across road with specific permissions from the authorities responsible for
maintenance of that road (such permissions will be obtained from NMC).
f. Dewatering: The MSI shall be responsible for all necessary arrangements to remove or
pump out water from trench. The MSI should survey the soil condition encountering the
section and make his own assessment about dewatering arrangements that may be
necessary. No extra payment shall be admissible for this.
h. Ducting
After completing trenching, HDPE/PLB/GI/ RCC Pipe laying and refilling of section:
i. For HDPE Pipe in 200 meters section rope is to be replaced by new one.
ii. For pre-installed rope type: - The rope is to be replaced in coil length
iii. PLB Pipe (blowing type) entire length of section allotted to the SI should be checked
by passing the mandrel of suitable size from one end of section to other end by
blowing the air with the help of compressor of suitable capacity. It is the
responsibility of the SI to arrange the compressor and other necessary accessories
at his cost.
k. Cable Laying
l. Jointing/Splicing: The OFC cable drums are usually of 500 mtr in length hence optical
fiber joints will be at every 500 mtr approx.
n. Joint Chamber: The joint chamber is provided at every joint normally at a distance of 500
mtr to keep the O.F.C. joint well protected and also to keep extra length of cable which
may be required in the event of faults at a later date. The joint chambers are made at site
using bricks and mortar or are of pre-cast RCC type.
o. Marking
i. The route/ joint indicators are co-located with each manhole/joint chamber. In
addition route indicators are also to be placed where route changes direction like
road crossings etc. The route/joint indicators made of pre cast RCC should have the
following dimensions:
• Base - 250 mm x 150 mm
• Top - 200 mm x 75 mm
• Height - 1250mm
ii. The word ‘NMC OFC’ should be engraved on the route/joint indicators.
iii. The route indicators are painted yellow and the same are placed at 2 ft. away from
the center of the trench towards jungle side.
iv. The joint indicators are placed at OFC joints and placed 1 ft. away from wall of the
joint chamber and are painted red.
v. The engraved word ‘NMC OFC’ should be painted in white, on route as well as
joint indicators. Numbering of route indicators/joint indicators should also be done
in white paint. The numbering scheme for route indicators will be joint No./Route
Indicator No. for that joint. For example, 2/6 marking on a route indicator means
6th route indicator after 2nd joint.
vi. Additional joints on account of faults at a later date should be given number of
preceding joint with suffix A, B, C, D. For example sign writing 2A on a joint
indicator means, additional joint between joint No.2 and 3.
vii. The numbering of existing route/joint indicator should not be disturbed on account
of additional joints. Enamel paints of reputed brands should be used for painting
and sign writing of route as well joint indicators.
p. Back Filling
i. Provided that the HDPE Pipe/PLB Blowing Type/Pre-installed ropes have been
properly laid in the trench at the specified depth, the back filling operation shall
follow as closely as practicable. The back filling operation shall be performed in
such a manner as to provide firm support under & above the pipes and avoid bend
or deformation of the HDPE Pipe/PLB Blowing Type/Pre-installed ropes when the
Page 184 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
HDPE Pipe/PLB Blowing Type/Pre-installed ropes get loaded with the back filled
earth. In locations where the back filling is not done properly by the SI or done
unevenly it shall be redressed and back filled properly by the NMC at SI’s expense.
No debris shall be allowed in the back fill at any time.
ii. At locations where the back filled material contains hard clods, rock fragments and
other materials which may cause injury to HDPE Pipe/PLB Blowing Type/Pre-
installed rope & where excavated or rock fragment are intended to refill the trench
in whole or in part, the trench should be initially filled, with a layer of ordinary soil
or derocked loose earth of not less than 10 cms. above pipes, without any extra cost.
iii. Back filling on public, private roads, railway crossings, and foot paths in city areas
shall be performed immediately after laying the HDPE Pipe/PLB Blowing
Type/Pre-installed ropes. Back filling at such locations shall be thoroughly rammed,
so as to ensure original condition & made safe to traffic. All excess soil/ material
left out on road/footpath/railway crossing shall be removed without any extra cost.
However, along the high ways and cross country, the dug up material left out should
be kept as heap above the trench while refilling.
iv. In city limits, no part of the trench should be kept open for more than 50 meters
length at any time and in all places where excavation has been done, no part of the
trench should be kept open over-night to prevent any mishap or accident in
darkness.
q. Other Backfilling
r. Restoration
i. If the trench comes under Asphalt, then 30 cm soil from the trench should have be
removed and compacted.10cm has to be backfilled by 40mm aggregate as first layer
and compacted, 10cm has to be backfilled by 20mm aggregate Tar as second layer
and compacted, 10cm seal coat as final layer and compacted.
ii. If it is in concrete portion, then 15cm soil should be removed and compacted, pour
concrete of M20 grade or better with the proper mix of 1:2:4.
iii. If it is in Tiles, then 15cm soil should be removed and compacted, the tiles should
be laid (of similar tiles and specify) by using the cement mortar in the ratio of 1:2.
Except for construction of Traffic Island, which is in the scope of NMC, erection of Poles and
cantilever (including its foundation work), cabling for network and electric, junction box etc.
and its RI etc. shall be in the scope of MSI. Also, MSI shall submit Junction geometry, finalize
the same with NMC, post which NMC may commence the work on islands. Any change
required in existing island structure, shall also be suggested by MSI, which may or may not be
accepted by NMC as per its discretion.
On Completion of the Works, the MSI shall clear away and remove from the Project Sites all
equipment’s, surplus materials, rubbish and temporary works of every kind and leave the whole
of the Project Sites and the Works clean and in a workmanship condition, tidy and in an
aesthetically pleasing appearance to the satisfaction of NMC. The MSI shall, unless otherwise
instructed in writing by NMC, remove all signs of temporary construction facilities such as
haul roads, work areas, structures, foundations of temporary works, stockpiles of excess or
waste materials and other vestiges of construction prior to the issue of the Completion
Certificate.
The MSI shall be required to procure and install all the required and necessary IT infrastructure
including CCTV cameras, sensors, Traffic Signal Aspects, ATCS controllers, Variable
Messaging Sign, workstations, servers, storage units and any other equipment along with its
accessories for recording and monitoring, storage, retrieval and analysis of video feeds & other
inputs and provide requisite systems to monitor and enforce the traffic violations and incidents
in the city through the TMC. All the cabling, accessories, installation, and commissioning of
the hardware at all the sites as per requirement of the project shall be sole responsibility of the
MSI. The supply / delivery of Hardware, its safety, security, logistics, warehousing etc. shall
be sole responsibility of the MSI.
The MSI shall be responsible for the various activities including but not limited to:
a. Procure all the required hardware including field components, TMC etc.
b. Ensure appropriate casing / housing is provided to protect Traffic Signal Aspects, camera
and other sensors from the on-field challenges including extreme weather conditions and
manual physical damage and vehicle accidents.
c. Ensure project objectives are met while positioning the cameras, creating the required field
of view, finalizing the height at which any sensor is installed etc.
d. Carry out proper adjustments to have the best possible image and sensor readings and best
view.
e. MSI shall undertake due diligence for selection and placement of cameras and sensors to
ensure optimized coverage of the strategic field of view accuracy of information captured.
f. Prepare and submit a delivery report for all sites including details of components supplied.
The delivery report may be validated by the NMC authorized person at each site. All the
solution / hardware procured, delivered and installed at the respective site shall be of
exactly same make and model and as per specifications (as per format defined in Annexure
Set II – Annexure 7) as proposed and submitted by the bidder during the technical
evaluation (or later as change) and as accepted by the NMC.
g. Connecting to the network backbone of Nagpur Smart City. Making final connections to
the junction box and necessary equipment with proper connectivity of the on-field
components with the control room components and other components to ensure smooth
monitoring of the feeds.
h. All hardware procured for this project shall be as per the latest industry standards and brand
new with warranty, comprehensive AMC, replacement, and software assurance and end of
life only after end of project period.
i. Manufacturing month of offered component should not be greater than 12 Month at the
time of signing of contract.
j. MSI shall place orders on various OEMs or OEM Authorized Vendor directly and not
through any sub-contractor / partner. All licenses should be in the name of the NMC.
k. OEM shall provide installation support and certification for pilot installation for few
installations of the products for mandatory ones as defined in Annexure Set II- Format 6.
l. The MSI shall be responsible for any copyright infringement. NMC bears no responsibility
towards the same or towards any consequence resulting from non-conformance or non-
compliance thereof.
m. MSI shall be fully responsible for maintaining these assets as per the Warranty and AMC
Clauses and shall be fully accountable for the same for entire project period.
n. MSI shall cover all components with IRDA approved Insurance Company for entire
duration of MSI contract period as detailed in the RFP (Read with Clause 11 under
“Administrative Aspects”)
o. All the hardware and network components shall have adequate spare during entire project
duration to maintain the SLA.
p. All hardware devices shall be compatible with all weather conditions of the Nagpur City.
q. All filed components shall be coupled with suitable lighting arrester.
Page 187 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
3.3. Procurement and Installation of Software
The MSI shall be required to procure and install all the required and necessary software
applications for recording and monitoring, video analytics, storage & retrieval of video feeds,
Traffic Management, and provide requisite systems to monitor Traffic situation, manage traffic
signals and enforce the traffic violations in the City. All ancillary software and security
applications necessary shall be sole responsibility of the MSI.
a. MSI shall procure and install all the required software application with necessary number
of licenses as applicable on the hosting infrastructure, as well all any the required software
at client machine level (such as in the workstation).
b. All such applications shall be integrated with each other as per requirement as applicable
for smooth exchange of data and information between various systems.
c. MSI shall ensure the system is well integrated with all the 3rd party applications including
integration with NIC’s eChallan and Vahan. MSI shall also make available SDKs, APIs,
other tools for collaboration with 3rd party apps.
d. MSI shall be required to ensure all the components are up and running and video feeds,
analytics, data from other sensors etc. are received in the desired format and are processed
as per requirements.
e. MSI shall ensure all the required functionalities as mentioned in the RFP and agreed upon
during the Implementation and Operations Plan stage are working as expected.
f. MSI shall be responsible for development, testing and commissioning of all the applications
including security applications.
g. MSI shall create role based login of all the system users including MSI staff, NMC staff,
Traffic Police Staff or any other stakeholder as directed by NMC.
a. MSI shall be responsible for procurement and installation of network and power cables,
wiring, switches, routers, terminals, and all other equipment, components etc. as required.
b. The MSI shall plan the procurement and installation as per availability of the existing
network and power connections to the point of interest under IITMS project.
c. MSI shall ensure to get sufficient power supply for all the field components and other
device in the IITMS system, install the DG set as well UPS for the entire project as per
defined requirements. MSI shall also be responsible for earthing requirement of the project.
d. MSI shall ensure the network and power are working as per the requirements to ensure
smooth running of the IITMS system.
a. ATCS: Bringing the existing controller under IITMS ATCS. The exact count and Make,
Model and Specifications of the existing controllers will be shared with MSI at later date.
Tentative count of such existing controller is mentioned in Clause 2 under Scope of Work.
Once integrated, MSI shall ensure smooth operations. In case of issues with the controller,
MSI shall ensure the same is raised to the NMC immediately, and coordinate with existing
vendor for getting it repaired / replaced as per requirement.
b. Traffic Signal Aspects: Some of the identified aspects are to be co-used under IITMS.
Details of such location wise aspects will be shared with MSI at later date. The dismantling
of existing assets, and affixation at required location and height along with last mile cabling,
connections etc. shall be in the scope of MSI.
The MSI shall ensure that any existing system in the Nagpur city is not disturbed. Eg.
Operations Smart city cameras, their field of view, network etc. shall not be disturbed. MSI
shall read this clause along with Clause 2 under “Scope of Work” as well as relevant clauses
of each section. The MSI may conduct a site survey before bidding to understand the as-is
situation and the expectations, efforts for co-use and integration. No extra cost shall be
admissible at later date. The locations for which co-used is proposed may vary as per condition.
The procurement of any new system will be as directed by NMC from time to time, as per rates
quoted by the MSI and duly approved by NMC.
MSI shall demonstrate the following mentioned acceptance criteria prior to acceptance of the
proposed solution as well as during project operations phase. The Acceptance criteria
parameters may get revised and finalized with mutual agreement, however, the decision of
NMC would be final and binding in this regard.
a. MSI shall log and track the testing results, upload & maintain the test cases and log and
track issues / bugs identified through required tools.
b. MSI to prepare test plan and test cases and may be required to share the test cases and
results with NMC as per NMC requirements.
c. Should be performed through manual as well as automated methods. MSI needs to provide
the details of the testing strategy and approach including details of intended
tools/environment to be used by MSI for testing in its technical proposal.
d. Automation testing tools to be provided by MSI. NMC doesn’t intend to own these tools.
e. Testing and UAT to be carried out in the exact same environment / architecture that would
be set up for production.
f. It should be noted that MSI has to arrange all the necessary equipment / tools / other
resources / manpower / power etc., which are required for carrying out such testing of the
IITMS. Cost of such shall be borne by the MSI itself.
g. NMC if required, could involve third party auditors (TPA) to monitor/validate various
testing parameters. Cost for such audits to be paid by NMC. However, the cost of any
rectification of noncompliance shall be borne by the MSI.
5. IT Security Audit
a. MSI shall conduct a proper Training Needs Analysis of all the concerned staff and draw up
a systematic training plan in line with the overall project plan.
b. MSI shall provide training to officials of NMC, other stakeholders and users before UAT
and Go-Live of the IITMS Project for the operation and maintenance of all the equipment
and ancillary components.
c. Training shall be designed to familiarize the MSI’s own Operations & Maintenance
personnel and NMC’s representatives with the design, installation, operation and
maintenance of the equipment, TMC etc.
d. To provide training to officers and staff of the NMC, Traffic Police and any other
stakeholder from time to time, for effective usage of the system and various applications.
e. The training shall also cover functionality, theory of operation, calibration, testing,
performance and operating parameters.
f. Training should also cover do’s & don’ts for the usage of the system.
g. Training shall be role based. Details for the same shall be shared with MSI at later date.
h. A single organized training shall be conducted by MSI at a location decided by NMC.
i. The MSI shall ensure all of its resources are adequately trained and equipped to operate
and maintain the IITMS Project. Any resource replaced, must also be trained by the MSI.
j. Deployed resources will also be responsible to ensure smooth functioning of the entire
project. MSI shall ensure that the deployed resources are trained to operate IITMS Systems
by the OEM / Application developers or its authorized representative for troubleshooting.
k. MSI shall prepare necessary documentation and aids required for successful trainings. For
all these training programs the MSI has to provide necessary course material and reference
manuals (user / maintenance / administration).
l. The MSI shall also conduct training for NMC and its designated officers after installation
and commissioning has been completed. The detailed scope of the training program would
be decided by NMC at later date. All the training material will be provided by the MSI. The
training shall cover both IT and Non-IT components involved in the project. However, the
training should include:
o Guidelines and other backend processes
o Basic functionalities of Application
o Overview of all IT and Non – IT components installed for the IITMS project
o Process to review, extract the traffic data and violation data.
o Do’s & Don’ts for the usage
o Practical training on the system including for operations of IITMS.
o SLA Monitoring
o Basic troubleshooting activities in case of problems.
m. The training materials shall be provided in English & Marathi by the MSI.
n. One copy on digital format and three copies in hard prints are to be provided, including all
manuals, data sheets, technical sheets, technical manuals, maintenance and repair manuals,
spare part manuals etc. to the NMC in English language.
o. Training room shall be provided by NMC. Any food, beverages etc. during the training will
be taken care by NMC.
p. Trainings shall be provided to any new officials as and when required by the NMC.
q. MSI shall be responsible for Refresher Trainings at least once every year as per requirement
of NMC and Traffic Police.
r. The MSI shall ensure complete knowledge transfer of operations, repair and maintenance
to the NMC and to any other party that may be appointed by the corporation from time to
time and at the completion of the project. A system hand-over, explaining the configuration
of the storage & Backup Infrastructure as documented in the relevant Build Specification,
to the appropriate staff before project completion.
s. MSI shall submit completion report to NMC on completion of training as per schedule.
a. Final Acceptance Test Certificate (FAT) shall be issued by the NMC to the MSI.
b. Prerequisite for Carrying out FAT activity
o Detailed test plan shall be defined by the MSI in consultation with NMC.
o All documentation related to IITMS along with all relevant acceptance test document
(including IT Components, Non-IT Components etc.) should be completed & submitted
before the final acceptance test to NMC.
o MSI shall submit report of components, furniture etc. installed at each site location in
the format as specified by NMC. Indicative format is mentioned below:
Installation and
Junction Name
required as per
Commissionin
(if applicable)
Delivery date
OEM / Make
Description
Item Name
MAC IDs
Total Qty
Total qty
supplied
Item ID
Model
g date
Item
RFP
Sr.
1
2
.
o All perpetual licenses shall be fully paid up, in the name of NMC and shall be confirmed
from respective applications along with submission of paper license on OEM
Letterhead by the MSI.
o Training requirements should be completed before the final acceptance test.
o Successful hosting and testing of all the applications.
o The MSI shall submit the details of both IT & Non-IT equipment / software manuals /
brochures / Data Sheets / CD / DVD / media for all the IITMS supplied components.
o All user logins are created and given to the respective users.
9. Stabilization Period
a. The stabilization period shall be in force for a period of 1 (one) month succeeding the Final
Acceptance, during which the entire IITMS system shall be operational in all aspects.
b. Any minor defects in the system identified by the NMC and / or the NMC’s nominated
representative or by MSI during the testing or during stabilization period shall be recorded
shall be rectified during the Stabilization Period.
c. Suitable tests for confirming the rectification of defects shall be performed by the MSI to
the satisfaction of the NMC and / or the NMC’s nominated representative.
d. No SLAs penalty shall be applicable with respect to performance, however MSI shall
ensure the system is up and running to adhere to the SLA requirements.
e. MSI shall not be paid for O&M during the Stabilization Period of 1 month.
f. Only upon successful completion of one month Stabilization Period, NMC shall issue Go-
Live Certificate. The date of this certificate shall be considered as “Date of
Commissioning” / “Go-Live Date”.
The MSI has to adhere to the operating policies and procedures, as directed by Government of
Maharashtra (GoM) and NMC, for managing and operating the IITMS Centres. This includes
(but not limited to) activities related to manpower, vendor management, security, services,
repair and maintenance and other primary functions, training programs to staff, deliverables,
administrative policies and procedures etc. for entire IITMS project.
a. The MSI shall be responsible for assisting NMC officials and Traffic Police at Traffic
Management Center on continuous basis for various operations on the IITMS systems such
as defining parameters for Traffic Signal Management, violations on dynamic basis,
defining SOPs for violation and incident, set messages for the VMS, validating suspected
violations for first level, manually detecting violations, manually identify vehicle and
recognize registration plates in case of ANPR fails, extracting reports for the authorities
etc. and other use case as defined in the RFP document.
b. MSI shall be responsible for the following activities:
i. Deploy required resources for appropriate up-keeping, maintenance, and operation
of all networks, hardware, and software components, and ensure smooth
functioning of the IITMS System during the entire O and M period.
ii. MSI shall deploy manpower for the entire operations period for various functions
as defined in the RFP including the operators at TMC, repair and maintenance staff
at various locations, other manpower for day-to-day activities, including managerial
and technical staff.
iii. Monitor and manage utilities like network, electricity etc.
iv. Liaison with existing service providers of the co-used assets for smooth operations
and SLA management.
v. Ensure regular payment dues to Cloud, Network, SMS Service provider etc. as
applicable.
vi. Re-fuel the DG set and keep it ready for use all time.
vii. Provide product upgrades, virus definition updates, OS updates and other updates
of any COTS applications, whenever they are available. Any downtime caused due
to upgrading of patches shall be to the account of the MSI and it shall not be
considered as ‘Planned Service Down-Time’.
viii. Keep a watch on the health of the system to ensure minimum downtime of each of
the components and system as whole.
ix. Maintain the database, server, cloud storage and perform regular backup as per
stipulated policies and test them on regular basis.
x. Maintain a log of the performance monitoring of hosting infrastructure including
but not limited to monitoring CPU, disk space, memory and I/O utilization, etc.
xi. Identification, diagnosis and resolution of problem areas pertaining to the Hosting
Infrastructure, application and maintenance of assured SLA levels.
xii. Security and safety arrangements for safe custody of the backup data shall also be
the responsibility of MSI and Maintain system audit logs.
xiii. Recording of any system failure and report the same to concerned person for
immediate action so as to ensure smooth operations as per defined SLAs.
c. MSI shall be responsible to report any issues, bugs, threats, attacks, loopholes, system
failures, warnings etc. to the concerned person and coordinate for necessary action.
d. MSI shall also be responsible for regular monitoring of entire system, all equipment,
proactively perform warranty checks, and generate SLA reports from SLA monitoring tool.
e. MSI shall manage and coordinate with 3rd party vendors for any requirements, integration,
technical issues etc.; escalate to NMC in case of any problems in such management.
f. MSI shall ensure that safety and security of all users of the premises is maintained at all
times related to the MSI's scope of work.
MSI shall perform minimum following activities with regards to the Maintenance:
a. Civil and Electrical
o Undertaking routine maintenance including prompt repairs of poles, cantilevers,
road signs, Road marking, furniture and fixtures etc. at least once in every six
months, or as directed by NMC from time to time. The marking shall meet minimum
specifications as per Annexure Set II – Annexure 7.
o MSI shall be required to take up operation and maintenance of all the existing
poles along with new poles under the IITMS project scope.
o Undertaking routine maintenance including prompt repairs / replacement of all
electrical works / services and electronic equipment.
o Cleaning of all lamp heads, retrofits, warning blinkers and other aspects - remove
dust and mud from lamps of the junction using blower, water etc., once in every six
months.
o Painting of signal poles including lamp heads and plinth with synthetic enamel paint
of approved colour once in every one year;
o Replacement of cables if they are damaged / non-working
The MSI shall understand that the Nagpur City is under constant development. There are
development works on-going across the city involving widening of roads, construction of
bridges etc. For any such up-coming projects anytime during the Implementation and O&M
period, MSI shall bring any potential damage to the assets (IITMS or co-used assets) to the
notice of NMC. Both NMC and MSI shall explore best possible endeavours to ensure no or
minimum damage by appropriate planning and actions (at least 2 weeks prior to
commencement of such development works), such as relocation of assets, dismantling the
assets for specific agreed period, and its re-installation etc. Any cost towards dismantling, and
warehousing / logistics of assets to NMC specified space in Nagpur city shall be in the scope
of MSI. NMC may pay the MSI for re-installation of the assets proportionately as per quoted
Page 198 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
rates. NMC may also consider DSR charges for the same. Both NMC and MSI shall enter into
a negotiation and finalise the plan on case to case basis in a good faith. MSI shall ensure to
bring to the notice of the NMC about any such requirement. Failure of MSI to bring to the
notice and any subsequent damage shall be sole responsibility of the MSI.
Urgent Repairs
If, by reason of any accident or failure or an emergency or other event occurring to, in or in
connection with the Project or any part thereof during the period of the Contract, any repair
shall, in the opinion of NMC, be urgently necessary and the MSI is unable or unwilling or not
available at once to do such repair, NMC may by its own or other workmen do such repair as
NMC may consider necessary. If the repair so done by NMC is work which, in the opinion of
the NMC, the MSI was liable to do at its own expense under the Contract, all costs and charges
properly incurred by NMC in so doing shall within 14 days from the date of receipt of the claim
be paid by the MSI to NMC or their authorized representative or may without prejudice to any
other method of recovery, be deducted by NMC from any monies due or which may become
due to the MSI or may be recovered as a debt.
In addition to the MIS and Reports which shall be extracted from the system itself, MSI shall
submit quarterly project report to NMC including (not limited to following):
a. Attendance Report of deployed manpower, along with compliance to labour law and other
requirement.
b. Clearance report of all the utility charges including network, power etc.
c. Tax clearance certificate for all applicable taxes
d. Traffic Reports as finalised by NMC
e. Violation detected, missed, false alarm, penalty collection, incident detected, weather
reports, trend analysis of traffic, and other SLA parameters.
f. Repair and maintenance activities, count of spare kept.
g. Uptime of the system, network, Hosting Infrastructure etc.
h. Audit report for Network, Server and Application (frequency as applicable)
i. Challenges and Risk and their mitigation.
j. Any other report demanded by NMC from time to time.
The roles of the stakeholders shall change over a period of time as the project will evolve from
design to implementation to the operations phase. With this background, stakeholders’
responsibilities, illustrative organizational structure for the design & implementation phase,
operational phase is given below.
The MSI shall identify resources who will be available on-site at TMC and one at project level
who shall act as Single Point of Contact (SPOC) for NMC for all the issues, incidents and
service requests with regards to IITMS Project.
Below mentioned Table 1 summarizes the roles and responsibilities of stakeholders involved
in the project.
Stakeholder Role
NMC • Oversee and review overall IITMS Project Activities
• Strategic and Policy level decision taking, Tactical decisions taking
• High level guidance, management and decision making
• Interface with external, public, enforcement and other strategic bodies
• Handle dispute resolution, governance and risk related issues of the
project.
• Setting up Project Monitoring Unit (PMU): A PMU will be formed by
the NMC which shall be responsible for keeping track of the progress
during the implementation phase and O&M phase of the project. Such
PMU may comprise of officials from NMC, Nagpur Traffic Police,
Smart City officials, and other authorities, experts, consultants or
advisors etc.
• Appointing nodal person to address issues raised by the MSI during the
project execution.
• To provide necessary permissions and approvals for installation of
equipment, electricity, network etc. and other scope under the project.
• To provide electricity connection (excluding last mile connectivity)
and recurring charges for primary electricity for field components
and TMC.
• To provide network backbone of Smart City for the project at all
the IITMS project point of interest (excluding last mile connectivity)
for primary network connection.
• To provide traffic island wherever required as per junction plan
submitted by MSI and duly approved by NMC.
• To provide access to existing assets for co-use, and coordinate with
different stakeholders for the same.
• To finalise co-used count and new component count as per status of the
components and project requirements.
• To review and monitor civil works at field and TMC and DC (if any),
etc.
• Reviewing and approving all the deliverables of the MSI including SRS
document, Project Plan Document etc.
• Coordinating with Smart City for providing necessary permissions to
MSI for hosting and necessary permission for onboarding Cloud Service
Provider and other services related to Hosting Infrastructure.
Note: Based on the above, typical responsibility matrix will need to be finalized by NMC
depending upon the functions from time to time. All the decisions, approvals, and status
updates related to this project shall be routed through NMC’s key designated officials only.
NMC’s decision shall be final and binding on the MSI.
2. Violation Definition
Name of
Definition as per ACT and
Sr. Violation to Description Fine / Penalty Exemption / variation allowed
description
be included
• The Speed limit for all types of • NMC / Traffic Police may also direct MSI to given
vehicle at different locations / exemption to vehicles violating speed limit within
different stretch of road in the certain range (eg.. +5%)
Nagpur City may be different and • NMC / Traffic Police may give exemption to
as per prevailing rules. u/s 112 r/w 183 (1) MVA A. 2/3 wheeler - 1000 vehicles violating speed limits for some reasons
• The speed limit may change from The motor vehicle shall not be B. Tractor - 1500 (due to unexpected object / vehicle / pedestrian /
Over
1. time to time. driven at a speed exceeding the C. LMV - 2000 cattle etc., due to traffic conditions, to emergency
speeding
• MSI shall set the parameters in the maximum speed limit notify by the D. Other vehicles - service vehicles etc.).
system for detecting violation of the authority) 4000 • The final call to declare detected speed violation as
vehicles depending on such “Violation” shall be on the Traffic Police.
prevailing rules, which should be • All such changes during the implementation phase
configurable for each SVDS as well as operation and maintenance phase shall be
system. as directed by NMC and binding on the MSI.
1st offense – Rs. 500
2nd offense – Rs. 1500 • Exemption to Emergency vehicles may be
MMVR 239/177 MVA
Red Light provided.
Jumping signal
Violation / • Jumping signal or not stopping Irrespective of 1st • If a vehicle has crossed Stop Line during a slow
2.
Stop line before stop line challan generated moving traffic and is waiting for Signal to turn
MMVR 237/177 MVA
violation location, within 3 yrs, green, the same may not be treated as Stop Line
Not Stopping before stop line
2nd offense will be Rs. Violation
1500.
MVDR 22(2)(c)/177A MVA
Parking the vehicle on footpath / cycle track & zebra crossing
Name of
Definition as per ACT and
Sr. Violation to Description Fine / Penalty Exemption / variation allowed
description
be included
MVDR 22(2)(n)/177A MVA
Parking the vehicle alongside another parked vehicle/ Double parking
Name of
Definition as per ACT and
Sr. Violation to Description Fine / Penalty Exemption / variation allowed
description
be included
1st offense – Rs. 500
Section 184 C MVA 2nd offense – Rs. 1500
Motor Vehicles driver using hand held
Using
communication device while driving
Handheld No driver while driving or riding a Irrespective of 1st
9.
communicati motor vehicle (including two challan generated
Excluding Bluetooth / earphone
on device wheelers) shall use a hand held location, within 3 yrs,
connected communication
communication device. 2nd offense will be Rs.
1500.
u/s 194(B) MVA
1st offense – Rs. 500
(u/r 138(3) CMVR - In a motor
2nd offense – Rs. 1500
vehicle, in which seats belts have
been provided It shall be ensured
Not using Front row drivers & passengers not Irrespective of 1st
10. that the driver and the person
seat belt wearing seat belt (excluding Child) challan generated
seated in the front seat or the
location, within 3 yrs,
persons occupying front facing
2nd offense will be Rs.
rear seats, s the cases may be, wear
1500.
the seats belts while the vehicle is
in motion.
CMVR 51 / 177: Dada Baba Mama Plates – Rs. 1000
dCMVR 50 / 177:
a. Number plate bears personal name or pictures or symbols
etc. - 1st offense 500, 2nd offense onwards – Rs. 1500
Motor Vehicles having a number plate
Unauthorized
11. Number Plate
which is not authorized and not as per
b. Number plate letters not in English and figures not in
guidelines
Arabic Numerals - 1st offense 500, 2nd offense onwards – Rs.
1500
Name of
Definition as per ACT and
Sr. Violation to Description Fine / Penalty Exemption / variation allowed
description
be included
128(1)/194(C) MVA
Two wheeler Driving motor cycle with triple seat
13. Rs. 1000
– triple seat anywhere is an offense Drive a motorcycle in excess of
seating capacity - with triple seat.
• Multiple violation of same type: Multiple violation count of the same type of violation can be taken once the penalty is levied and commuter is informed
of the violation. However, the final call shall be taken in this regard by Traffic Police.
• Whitelisting of numbers: NMC may direct MSI to whitelist certain vehicles from consideration in violation detection (Eg. Emergency Vehicles, VIP
vehicles etc.). MSI shall have provision to whitelist vehicles in the IITMS system. All such changes during the implementation phase as well as operation
and maintenance phase shall be as directed by NMC.
14. General
• Any additional type of violations: NMC may direct MSI to configure IITMS system to include any additional type of violation to be detected through
the IITMs system. All the rules, parameters, SOPs, guidelines shall be shared by NMC and MSI shall include them in the IITMS system, at no extra cost
to the NMC.
• NMC / Traffic Police may exempt violator any other reasons if so desired for any exceptional reasons. The MSI shall make necessary provisions in the
system.
The tentative list of main deliverables that are expected during the implementation of the
proposed system from the MSI at various stages of the project are given in this section along
with the proposed timelines. The list shall be finalized at the time of approval of Project Plan
submitted by the MSI and can be updated as per requirements of NMC from time to time.
Total Payment on
Maximum
Phase Responsibility / Deliverables Timeline
Project Successful
Time Completion
Project Inception Stage – 1.5 months
• Contract Agreement/s – including contract
Signing of T0 = 0
agreement between Smart City and shared 0 month NA
Contract month
SLA.
• Field Survey + Requirements Gathering
• Discussion with Stakeholders to finalize the
requirement and SOPs
Project • Preparation and submission of Project Plan T0 + 1
1 month NA
Inception Document / Project Implementation and month
Operation Plan Document along with
Junction Geometry.
• Insurance as per Clause 11 below.
• Letter of Approval for Project Plan Document
Approval NA
from NMC
• Formal permission for allocation of space at
TMC, access to TMC premises, access to T1 = T0 + 1.5
Formal existing assets to an extent of IITMS project, 1.5 month month
NA
Permissions electrical junction box, network connectors
from City’s network backbone and RoW for
new installations.
Project Implementation Stage – 7 months
10% of
quoted and
• On supply of field components at MSI warehouse accepted
followed by inspection and acceptance by NMC. CapEx
Supply of • Triplicate Delivery Challan (along with original)
T1 + 3 4.5
Field clearly mentioning the project name, delivery Maximum
months months
Components date, country of origin, MSI name, OEM name, 3 parts and
model, serial number etc. should contain the invoice are
serial number of the equipment being supplied. allowed on
pro-rata
basis.
Dismantling of existing
• Site Preparation Traffic Signals, Installation,
(including Civil co-use and
Work, cabling for operationalization of all 10% of
last mile Traffic Signals (100%) and T1 + 6 7.5 quoted and
electricity, allied components months months accepted
network etc.) Aspects, Signal Poles, CapEx
Implementatio
• Procurement, Signal Cantilevers,
n of Field
installation, electricity, network,
Components
configuration, junction box etc.
integration, At least 50% of all other
testing and field components including
10% of
commissioning of Vehicle Detector, RLVD,
T1 + 6 7.5 quoted and
I.T. and Non I.T. SVDS, ANPR systems
months months accepted
field components, along with pole, cantilever,
CapEx
etc. electricity, network,
junction box etc.
Page 207 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Total Payment on
Maximum
Phase Responsibility / Deliverables Timeline
Project Successful
Time Completion
All Balance field
components, 15% of
Configuration, integration, T1 + 6 7.5 quoted and
testing and commissioning months months accepted
of I.T. and Non I.T. infra, CapEx
applications etc.
5% of
Implementatio • Delivery, Development, installation,
T1 + 6 7.5 quoted and
n of Software configuration, integration, testing and
months months accepted
Applications commissioning of all software applications etc.
CapEx
Integration
Integration and connections with existing network, camera feeds, Signal
with existing 10% of
Controllers, RLVD, ANPR and other field components
assets quoted and
Traffic • Delivery and installation of any new hardware, networking components, accepted
Management power backup etc. at TMC. CapEx
Center Setup • Integration with all required third party application.
Testing Test Report
Report • Change Request & Compliance Report, if any T1 + 6.5 8
NA
Documentatio • Technical Manuals (Operational Procedures, months months
n Hardware, Network manuals etc.)
• UAT Test Cases and other details to be
provided by SI.
T1 + 7 8.5
• Getting the system ready for UAT including NA
month months
User integration and connections to the existing
Customization assets.
and UAT • UAT by NMC, Traffic Police and Smart City 20% of
T2 = T1 +
officials, PMU and other stakeholders 9 quoted and
7.5
including on-field UAT and UAT certificate months accepted
months
from the NMC. CapEx
• Submission of the Report of Security Audit
T2 + 1 10
Security Audit including VAPT by CERT-In emplaned NA
month months
auditing agency.
• Training by SI to NMC and all other
stakeholders
• Creation of login credentials, assigning roles,
Training and
configuration. T2 + 1 10
Capacity NA
• Training by SI to its resources month months
Building
• Learning Materials (User Manual,
Administrator Manual, SOP etc.)
• Training Completion Report by SI
• Deployment of SI resources.
Deployment of T2 + 1 10
Resources • Submission of CVs, contact details, month months
NA
escalation matrix etc.
Final Final acceptance of the project implementation on
10
Acceptance by successful completion of all the proposed NA NA
months
NMC activities.
Stabilization Period
20% of
Report on all the issues, Bugs, etc. Changes
Stabilization T3 = T2 + 11 quoted and
committed in the System due to issues or
Period 2 months months accepted
functional changes requirements etc.
CapEx
Start of
Commissionin T3 = T2 + 12th
Commencement of Operations NA
g 2 months Month
Note: MSI should complete all the activities within the defined timelines as indicated above.
The timeline will be reviewed regularly during implementation phase and may be extended
incase NMC feels that extension in a particular Milestone is imperative, for the reason beyond
the control of the MSI. In all such cases NMC’s decision shall be final and binding. The MSI
will be eligible for the payment based on the completion of activities and approval of the
relevant deliverables.
4. Suspension of Work
The MSI shall, on receipt of the order in writing from NMC (whose decision shall be final and
binding on the MSI), suspend the progress of the works or any part thereof for such time and
in such manner as the NMC may consider necessary so as not to cause any damage or injury
to the work already done or endanger the safety thereof the following reasons:
• On account of any default on the part of the MSI or;
• For improper execution of the works or part thereof for reasons other than the default
of the MSI; or
• For safety of the works or part thereof.
The MSI shall, during such suspension, properly protect and secure the works to the extent
necessary and carry out the instructions given in the behalf by the NMC. The NMC may give
time extension for the completion of the work once the suspension is lifted, for a period as it
deems fit. NMC shall not pay any additional payment / compensation during such suspension
period or any payment with respect to such suspension.
1. The MSI shall be paid as per agreed rates quoted by the MSI as per Commercial Bid format
as per Annexure III - Format 2, during the bidding stage and duly agreed by NMC.
2. MSI shall be required to submit invoice of each stage for NMC to process payments.
3. The MSI shall submit an invoice duly enclosing all the information required for the
processing of the invoice along with a certificate of completion issued by the person
authorized by the NMC. The MSI shall enclose the entire supporting document along with
invoice including Labor Clearance Certificate.
4. NMC reserves right to involve third party auditors for audit, technical examination and
evaluation of works completed against the invoice raised. Cost of such third party auditor
shall be borne by NMC.
5. MSI shall be paid for as per following timelines
a) For Implementation activities as defined above in clause 3, under “Administrative
Aspects”
i) The NMC shall make payment during the Implementation Phase as per total
Implementation Charges quoted by the Bidder and accepted by the NMC and
successful completion of milestone as defined in Clause 3 above.
ii) NMC shall reserve right to deduct TDS and also withheld the Retention of at least
10% per bill, which will be cleared altogether post successful completion of the
next milestone.
b) For Operation and Maintenance Charges: The OpEx charges will be paid quarterly
(distributed equally in 20 (=4 quarters x 5 years) quarters).
6. Payment of the undisputed amount shall be released against the due amount, after deduction
of applicable penalties as per SLA parameters.
7. No interest shall be paid by NMC to MSI on any pending payment, whatsoever. However,
it will be responsibility of NMC for timely payment to MSI.
8. With-holding and lien in respect of sums due from / to MSI: During the audit and
technical examination for the final bills of MSI, if it is found that the MSI is
overpaid/underpaid for any work done, the same shall be adjusted during the clearance of
subsequent Bill. MSI shall also be liable to refund NMC the amount over-paid and NMC
shall liable to pay the amount under paid to the MSI for the work done, without any interest.
9. The MSI shall be solely responsible to make any payments to its sub- contractors.
10. No mobilization advance shall be payable to the MSI.
11. All the deduction will be calculated based on the SLA and will be deducted from the invoice
amount and the remaining amount will be paid to the MSI.
12. All the penalty that is collected from the violators shall be collected by the Traffic Police
Officials. MSI shall have no role to play except for technical integration and data exchange.
13. Based on findings of the site survey activity done by the MSI as part of Clause 1 under
“Project Activities”, the MSI may propose a change in the number of sites or individual
units to be deployed in each phase as well as overall scope and a consequent change in
phasing. NMC also retains the right to suo-moto change the number of sites or individual
units to be deployed for each scope item. The final decision on change in phasing shall be
at the discretion of NMC, and binding on the MSI. The payment schedule in such cases
shall be proportionately adjusted.
The NMC shall have the right to deduct the calculated liquidated damages, penalties as per SLA
from the payments due to the MSI. Apart from penalties and Liquidated damages, the NMC has
the right to deduct any other amount deemed fit from payment to the MSI.
NMC may at any time, give written order to the MSI to scale up one or more junction or stretch
of road with new and / or additional systems as per requirement of NMC. MSI shall ensure
accommodation of additional requirements of the NMC, if any, which is specifically required,
but not falling within the general scope of this document. This will also include any proposed
co-used systems which may not be available for co-use during the implementation phase.
• In such case, the MSI shall add / upgrade / replace the current infrastructure in order to
meet the new requirements. The cost for any new additional components / service in such
case shall be borne by the NMC. However, the MSI shall note that no additional
implementation or charges for security audit etc. will be provided for this change. NMC
will provide one-time cost of any additional component or service as per the rate defined
in the BoQ submitted by the MSI (Successful Bidder) while bidding for the project and
duly accepted by the NMC. The Commercial Bid quoted by the bidder and duly
accepted by NMC, shall be deemed to be valid for entire contract / extended contract
period. In case any component not part of the BoQ and required for the project as part of
new requirement meeting the other terms of this clause, NMC’s DSR Rate effective at the
time shall be taken as a base, under which NMC reserves right to negotiate with the MSI.
In either case, NMC shall not pay any additional charges for installation, commissioning,
testing etc. for any such new component/s, however, it would still be responsibility of the
MSI. However, for both cases, NMC shall pay for Operations and Maintenance of such
component on pro-rata basis. The new component / solution shall be part of SLA
calculation as well under the relevant category.
• MSI shall provide necessary manpower for managing the Change Requests.
The change order/management procedure will follow the following steps:
Any change request proposed by the MSI shall be considered by NMC only when the efforts
involved are greater than 0.5% and less than 5% of the total work order value.
Efforts lesser than the above shall not be considered under change request management and the
MSI shall be required to do the required changes at no extra cost to the NMC. Total change
request cost shall not exceed the above limits in the entire duration of the contract. If the efforts
are greater than the above defined limits, NMC reserves the right to either approve the request
or go to market for price discovery and award, as it deems fit.
MSI shall ensure all the necessary configuration, calibration, testing, UAT, Audits, certification
and all other applicable stages as defined in the RFP are completed with no extra cost to NMC.
Within maximum of 7 working days of the receipt of such written order, MSI shall
communicate in writing to the NMC the changes, if any, which may be caused to the delivery
schedule, costs, technology, etc. and the parties shall mutually agree on the same before giving
effect to such changes, if the changes requested are outside the scope of MSI agreed to herein.
All changes which may have likely financial implications in terms of the overall cost / time of
the project shall be undertaken by the MSI only after securing the express consent of NMC. In
the event the consent of NMC is not received within a period of 3 month from the date of
communication of MSI, then the change will NOT be carried out and same shall be
communicated to NMC. The impact of the change in terms of the cost and schedule will be re-
estimated and such approval on the new cost and schedule will be taken, if the change is
approved after the 3 months.
If any of such change causes an increase or decrease in cost of or the time required for MSI’s
performance of any provisions under the resultant Agreement, equitable adjustments shall be
made in the Agreement Price or Delivery Schedule, or both and the resultant Agreement shall
accordingly be amended. Any claims by MSI for adjustment under this must be asserted within
1 month from the date of MSI receiving the NMC change order.
Any changes in the scope of work shall be finalized with the NMC’s approval. The MSI shall
detail out and discuss specific changes in the scope of work with the NMC before incorporating
them in the plan of action. Any deviations from the scope of work shall be highlighted at the
earliest.
The MSI shall be responsible to submit Exit Management Plan as per timelines defined in the
RFP, with the details as defined in the RFP. The Exit Management Plan will be reviewed by
NMC. Any suggestions and directions of NMC shall be adhered to.
At the successful completion of the project, following activities including but not limited
to below points shall be in force:
1. MSI shall peacefully vacate all the premises of NMC and all the components of IITMS
system as it is, leave all the hardware, furniture and any other equipment setup, all the
software applications, data, network arrangements etc. deployed as a part of the Project by
the MSI on as-is where-is basis.
2. All the software licenses shall be perpetual. MSI shall coordinate between NMC and
respective OEMs and other service providers and sub-contractors for executing new
contracts, if NMC wishes to.
3. All the utility charges like Internet, power etc., or any other recurring charges such as
hosting infrastructure, SMS etc. if responsibility of the MSI, must be cleared by the MSI
and lines be transferred to the name of NMC (if not in the name of NMC already).
4. Transfer all hardware, software license, after clearing all liens and liabilities on any
financial institute, if any. All documents regarding the discharge of such lien and liabilities
shall be furnished to the NMC.
5. MSI shall ensure, all the login, access to any system of the project to any of the MSI’s
personnel shall be revoked, and logical access to the database, applications or any other
system has been revoked.
6. Any on-going auditing, maintenance activities etc. shall be planned in such a way to ensure
all such activities are completed on or before last day of the contract, and the system is up
and running as per business usual.
7. MSI shall train NMC or its nominated agencies for running the entire operations including
repair, maintenance etc.
8. All the payment due till midnight of the last day of the Project (or extended project period)
to the MSI shall be paid as per terms and conditions of the RFP, subject to SLA.
MSI shall follow Exit Management Plan submitted by MSI and duly approved by NMC.
1. Post the term defined above, NMC reserves the right to extend the contract to the existing
MSI based on mutual agreement between NMC and MSI by a further period of 1 year. The
MSI may submit a proposal for Operation and Maintenance of the IITMS system
expressing its interest in continuing the Contract for a further period of 1 year. NMC may
consider this proposal after satisfying itself about the technological and commercial
soundness of the proposal. Based on the satisfaction of NMC, it may enter into negotiations
with the MSI for extension of Contract. Upon successful conclusion of negotiations, the
MSI shall upgrade the systems / technology, as required and as mutually agreed during the
negotiation between NMC and MSI and operate the same for a further period of 1 year as
agreed between the MSI and NMC.
2. Extension term shall have substantially same terms and conditions and payment terms as
the original contract. The MSI shall submit fresh Performance Security of for the new
period and execute agreements as directed by NMC.
3. Such extension shall be completed three (3) months prior to expiry of the agreement date.
1. Applicable Law: Laws and any other instruments / subordinate legislation having the force
of law having been published in India. For the avoidance of doubt, Applicable Law shall
include any applicable statute, ordinance, decree, regulation, or by-law or any rule, circular,
directive or any licenses, consent, permit, authorization, concession or other approval
issued by any authority which has appropriate jurisdiction.
2. Change of Law: Any change in the Applicable Law; or any applicable judgment of a
relevant court of law which changes the interpretation of the Applicable Law and is a
binding precedent which directly and adversely affects the MSI performance / obligations
under the Contract in a material way, coming into effect after the date of signing of resultant
Contract entered by the MSI or after the bid submission date.
3. Effect of Change of Law during tendering process: The provisions of this RFP are
governed by applicable laws, sub-ordinate legislation, statute, rules, or regulations
prevalent at the time of floating of this tender. In the event of any change in such applicable
laws, sub-ordinate legislation, statute, rules, or regulations which necessitate modification
in any of the provisions of this RFP, the NMC reserves right and discretion to modify the
provisions or terminate the tendering process altogether, without any obligations
whatsoever.
4. Effect of Change of Law during contract period: In event of any change in applicable
law, laws, sub-ordinate legislation, statute, rules, or regulations leading to change in
requirements, processes w.r.t to the scope of this RFP, necessitating either change in terms
and conditions, payment terms, and scope of work or termination of the contract, the NMC
may do so by giving one month notice to the MSI from the date of such change of applicable
laws, sub-ordinate legislation, statutes, rules, or regulations coming in to effect. Any change
required in the scope of MSI due to change of law shall be binding on the MSI.
5. Any change request which may be raised due to this shall be in accordance with the Clause
7 under “Administrative Aspects”. The Change request shall be considered as per upper
and lower limits defined in the said clause.
10. Insurance
1. Utmost care must be taken while implementing the system at any point to make sure that
no damage occurs to the any asset of the NMC, Smart City and other assets of Nagpur City.
2. Any damage to IITMS project Assets, assets of Smart City and / or any other assets
of NMC or any other authority in the Nagpur City connected to the project during
the Implementation Stage and / or Operations and Maintenance Phase shall be
complete liability of the MSI. Such damages can be because of natural wear and tear,
road accidents, natural calamity or any other kind of unintentional damage
(excluding theft). Such damages claimed by the NMC and MSI is liable to pay for such
damages and / or do good for the same.
3. MSI shall have insurance with IRDA approved Insurance Company, valid for entire project
period (date of Signing of Agreement till Contract end date) so as to protect itself and NMC
from any damages described above in point 2 of this clause. MSI shall be required to submit
the Insurance as per timelines mentioned in Clause 3 under “Administrative Aspects”
4. The MSI shall be required to procure and maintain valid and enforceable insurance
coverage for the entire Agreement Period, at its sole cost and expense, upto such maximum
sums as may be required under and in accordance with applicable laws and such insurance
as may be considered necessary in accordance with Good Industry Practice, including 3rd
party insurance, as approved by NMC. Sufficient Insurance coverage shall be responsibility
of MSI, and any insufficiency shall be dealt by MSI only.
5. In case any damage which are not covered under Insurance for any reasonable justifiable
reasons, not violating any of the terms and conditions of this RFP, and for the reasons not
attributable to MSI, and for the reasons attributable to Government authorities, NMC may
Page 214 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
decide to pay for the damages as per rates discovered in the tender or the DSR rates.
However, in case, assets under such damage is within the scope of the IITMS project, the
repair execution shall be sole responsibility of the MSI, unless directed otherwise by NMC.
6. The following types of insurance from an insurance company acceptable to NMC (or
meeting alternative insurance specifications as NMC may from time to time reasonably
require):
i) Public liability insurance for an insured amount equivalent to the value of resultant
contract per occurrence and not less than the total contract value in aggregate;
ii) Either professional indemnity or errors and omissions insurance for an insured
amount equivalent to the value of resultant contract per occurrence and not less than
the total contract value in aggregate;
iii) Product liability for an insured amount equivalent to the value of resultant contract
per occurrence and not less than the total contract value in aggregate;
Damage can be including but not limited to the following, for IITMS assets
or other co-used assets:
• Natural Wear and Tear
• Natural Calamity
• Road Accident
Damage will explicitly exclude any damage due to –construction / development
work across the city. The cost for which shall be borne by NMC, subject to
failing to conditions mentioned under clause 11 under “Project Activities”
iv) Commercial General Liability (CGL) Insurance covering the Agency as a named
insured in the amount equivalent to the total value of the contract in aggregate and
per occurrence, and naming NMC, its officers, agents and employees also as
additional insured thereunder, and endorsed to cover liabilities for financial loss
resulting or arising from acts, errors, or omissions in connection with the services
provided under the resultant contract.
v) Employer’s liability and Worker’s Compensation insurance in respect of the
Personnel of the MSI as well as with respect to such personnel, health, life, accident,
travel or other insurance as may be deemed appropriate by the relevant laws in effect
or NMC;
vi) Any other insurance as required by law and directed by NMC from time to time.
7. All insurance as listed above shall be primarily with respect to MSI’s activities and NMC’s
insurance policies shall be non-contributing. Such policies shall contain a provision
waiving the insurer’s right of subrogation against NMC.
8. MSI shall furnish NMC with certificates of insurance which evidence the minimum levels
of insurance set forth above. NMC shall be notified in writing at least thirty (30) days prior
to cancellation of or any change in the policy.
9. All such insurance shall meet the applicable laws of India. MSI shall at all times comply
with the terms of such insurance policies and all requirements of the insurer under any such
insurance policies. The limits of coverage under each insurance policy maintained by the
MSI shall not be interpreted as limiting or expanding the MSI’s liability and obligations
under the resultant contract.
10. Within 30 days of the execution of the resultant contract, MSI must, on request by the
NMC, provide current relevant confirmation of insurance documentation from its insurance
brokers certifying that it has insurance as required by this Clause.
11. MSI shall replace any coverage prior to the date of expiry/cancellation. MSI must notify
the NMC immediately of any material adverse change in insurance coverage, including,
but not limited to, changes in limits, coverage, or status of the policy with a 30 days prior
written notice.
The MSI shall be liable for, and shall indemnify, defend and hold the NMC, its officers, agents,
and employees harmless from, any and all claims or damages to persons, data, or property by
any reason.
1. This RFP document, Master Service Agreement, NDA, Tripartite Agreements and any
other resultant contract agreements resulting out of this RFP, shall be governed by Service
Level Agreement (hereinafter referred to as SLA).
2. The purpose of SLA is to clearly define the performance levels for the MSI for the duration
of the project, and ensure the responsibility is clearly defined in case of co-used assets. The
MSI must comply with Service Levels requirements to ensure adherence to project
timelines, quality and availability of services, throughout the period of the contract i.e.
during implementation stage and Operations and Maintenance stage.
3. Each of the service parameters has an associate level of performance, expected to be met
by the MSI. There is also an associated penalty mentioned for not meeting the performance
level.
4. Detailed Service Level Parameters and required performance level are as Annexure Set IV
– Annexure 3 of this Document.
5. The MSI shall develop, supply appropriate software / automated tools including the SLA
Management System to monitor the performance indicators and all the SLAs Parameters
as per requirements of the RFP document.
6. Auditing agency shall verify the accuracy and completeness of the information captured by
the SLA monitoring system implemented by the MSI and shall certify the same.
7. The application deployed for the project, based on SLAs, shall be configured by the MSI
to calculate the applicable penalties and payment due after deducting the penalties.
8. Power to impose penalties shall be at sole discretion of NMC and bounding on the MSI.
9. Service levels shall include but not limited to:
o Uptime of entire system
o Uptime of individual components
o Time taken for bug fixing / repair / replacement after call logged
10. Service levels shall be defined along with the penalty based on the business loss due to not
meeting the service level and considering the cost of operations. Service levels shall also
include breach levels beyond which the agreement is liable for termination.
1. The MSI shall not sub-contract / sub- lease any part of the scope of the project to any
external service provider, without prior written approval of NMC, MSI may be allowed to
subcontract following works to India Registered Firm:
a. Civil Work
b. Electrical work
c. Network / Internet
d. Cloud / Hosting
e. Facility Management
f. Manpower (except for Project Director, Project Manager, Lead TMC Operator)
2. NMC may approve, at its own discretion, sub-contracting of any scope or services. NMC’s
decision shall be final and binding on the MSI.
3. In case NMC approves subcontracting, the MSI is encouraged to include Medium and
Small and Medium Enterprises (MSMEs) in the delivery of the project by Subcontracting
or Outsourcing part of the scope as per RFP Terms and Conditions. The MSME partner
shall be registered under the Micro Small Medium Enterprise Act, 2006 or later.
4. The MSI shall submit all the details of sub-contractors (shall be in India only) to NMC as
a part of Project Plan Document and specify the activities that the MSI’s plans to sub-
contract. NMC shall review the same and any suggestions by NMC shall be agreed upon.
5. Anytime during the process of award, Implementation Stage or Operations and
Maintenance stage, if there is a change in sub-contractors or the activities being sub-
contracted, MSI shall obtain prior permission form NMC. NMC shall review the activities
listed for sub-contracting and any suggestions by the NMC shall be agreed upon and
binding on the MSI. For any deviation from suggestions made by NMC on Sub-
Contracting, NMC reserves the right to initiate action as it deems fit at any stage.
6. However, the entire responsibility of the project delivery, operations, maintenance
etc., payment to sub-contractor shall be of the MSI. MSI shall be sole responsible
agency for any non-compliance anytime during the contract period.
7. MSI shall ensure to maintain the smooth operations of the project and maintain the SLA
requirements.
<< To be printed on Bidder (Lead Bidder in case of consortium) Company’s Letter Head and
Signed by Authorised Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Dear Sir,
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years- Bid Submission
Covering Letter
We, the undersigned bidders, having read and examined in detail all the bidding documents for
Tender “Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic Management
System (IITMS) in Nagpur City for a period of 5 years”, do hereby propose to provide our
services as specified in the RFP.
We confirm that we have made all the necessary inquires and assessment and have conducted
investigations and analysis to check the accuracy, reliability and completeness of the
information in this RFP Document, and wherever necessary, we have obtained independent
advice from appropriate sources with regards to the project and the NMC’s requirements and
have not solely rely on the information contained in this RFP.
We attach hereto our responses to the requirements and technical and commercial proposals as
required by the RFP. We confirm that the information contained in these responses or any part
thereof, including the exhibits, and other documents and instruments delivered or to be
delivered to NMC are true, accurate, verifiable and complete. This response includes all
information necessary to ensure that the statements therein do not in whole or in part mislead
the NMC in its shortlisting process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the selection process, we are liable to be disqualified from the
selection process or termination of the contract during the project, if selected to do so. We also
understand, this may lead to forfeiture of the EMD / Performance Security as applicable.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document and also agree to abide by this tender response being valid for a period of 120 days
from the date fixed for commercial bid opening. We hereby declare that in case the contract is
awarded to us, we shall submit the Performance Security in the form prescribed the RFP.
Page 218 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
We agree that you are not bound to accept any tender response you may receive. We also agree
that you reserve the right in absolute sense to reject all or any of the products / services specified
in the tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company / corporation /
firm / organization and empowered to sign this document as well as such other documents,
which may be required in this connection.
Thanking you,
Yours faithfully
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
<< To be printed on Bidder (all members, in case of consortium) Company’s Letter Head and
Signed by Authorised Signatory>>
Please find below the details of Bidder for participating “Request for Proposal for Selection
of Master System Integrator (MSI) to Design, Implement, Integrate, Operate and
Maintain Intelligent and Integrated Traffic Management System (IITMS) in Nagpur City
for a period of 5 years”
Particulars Details
Name of the Organization
Type of Organization (Pvt. Ltd/ Public Ltd)
Address of Registered Office in India
(or in Maharashtra)
Company Registration Details
Date of Registration
Details of
Thanking you,
Yours faithfully
Format 3A: Format for Power of Attorney to appoint and authorized Attorney
Power of Attorney
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney
shall and shall always be deemed to have been done by us.
For _________________________
Accepted
(Signature)
Note:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
• In case the Application is signed by a Partner / authorised Director of the Applicant, a
certified copy of the appropriate resolution / document conveying such authority may be
enclosed in lieu of the Power of Attorney.
Power of Attorney
Whereas the Nagpur Municipal Corporation, Nagpur (NMC) has invited applications from
eligible bidders for “Request for Proposal for Selection of Master System Integrator (MSI)
to Design, Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years”, (the “Project”)
AND
Whereas, it is necessary for the Members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Consortium,
all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the
Project and its execution.
being one of the Members of the Consortium, as the Lead Bidder and true and lawful attorney
of the Consortium (hereinafter referred to as the “Attorney”).
We hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all
business for and on behalf of the Consortium and any one of us during the bidding process and,
in the event the Consortium is awarded the contract, during the execution of the Project and in
this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds
or things as are necessary or required or incidental to the pre-qualification of the Consortium
and submission of its bid for the Project, including but not limited to signing and submission
of all applications, bids and other documents and writings, participate in bidders and other
conferences, respond to queries, submit information / documents, sign and execute contracts
and undertakings consequent to acceptance of the bid of the Consortium and generally to
represent the Consortium in all its dealings with the NMC, and / or any other Government
Agency or any person, in all matters in connection with or relating to or arising out of the
Consortium’s bid for the Project and / or upon award thereof till the Master Service Agreement
is entered into with the NMC.
AND
hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us / Consortium.
For _______________________________________________________________________
(Signature)
Name & Title _______________________________________________________________
For ____________________________________________________________________
(Signature)
Name & Title ______________________________________________________________
Witnesses:
1.
2.
_________________________________________________________________________
(Executants)
(To be executed by all the Members of the Consortium)
Notes:
1. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, lay down by the applicable law and the charter documents of the
executants(s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in
favour of the person executing this Power of Attorney for the delegation of power hereunder
on behalf of the Bidder.
<On a letter head of Statutory Auditors of the bidder (all members, in case of consortium)>
Total Turnover
Net Worth
from IT / ITeS / ICT / ITMS
OR As defined in
Financial Year from ICT business / Equipment Companies Act 1956 /
manufacturing and supplying as 2013 as amended from
OEM (supplying one or more product time to time
for this project)
Rupees in Crore
2018-19 (Audited)
NA
As on 31st March 2019
2019-20 (Audited)
NA
As on 31st March 2020
2020-21 (Audited)
NA
As on 31st March 2021
2021-22 (Audited)
NA
As on 31st March 2022
2022-23 (Audited)
As on 31st March 2023
As on 31st March 2023
Supporting Document Reference for the above is as follows: _______<Page number, file
name>_____________________________________
Authorized Signatory:
Name:
Designation:
Membership Number:
Place:
Date:
Stamp:
(To be executed on Non-judicial stamp paper of relevant value by Bidder (All members (as applicable) in case of Consortium))
M/s________________________ (name and registered office address of Bidder) acting through ____________________ (name and address of the authorized
representative of the Bidder), do hereby solemnly affirm and undertake as under;
That the below table represents the list of projects matching the definition as per clause 13.1 for “Similar Projects”
Number of
Type and number of
Project Name of Email ID and Project Start Total Project locations of
locations of Violation
Name / authorized Contact Number Date Project value of the Adaptive Traffic
# Detection Systems
Client person from of Authorized (Operations End Date “Similar Control System
implemented
Name Client persons start date) Project” implemented
(as applicable)
(as applicable)
40 junctions
On –
ABC [email protected] RLVD - 23 3 arms – 10
going
E.g. ITMS Mr. Abc Xyz 022 XXXXX th
15 Jan 2016 INR 120 Crore SVDD - 12 4 arm – 25
14th Jan
Project +91 XXXXX No Helmet - 23 5 arms - 3
2025
6 arms - 2
1
2
Supporting Document Reference for the above is as follows: _________________<Page number, File name>_________________
I / We declare that all the above information is correct and best of my / our knowledge. I / We understand that the NMC may cross verify any and all information
provided above and any false representation, or false information provided may be liable for action as deem fit to the NMC under relevant act / rules, or as per
RFP Terms and Conditions, including but not limited to disqualification of Bid / withdrawal of LoI and forfeiture of EMD or Termination of contract and
Performance Security forfeited, whichever is applicable.
(To be executed on Non-judicial stamp paper of relevant value by OEM / OEM Authorized Vendor)
M/s________________________ (name and registered office address of OEM / OEM Authorized Vendor) supplying to ____________________ (name and
address of the authorized representative of the Bidder / Lead Bidder of Consortium), do hereby solemnly affirm and undertake as under;
Supporting Document Reference for the above is as follows :_________________<Page number, File name>_________________
I / We declare that all the above information is correct and best of my / our knowledge. I / We understand that the NMC may cross verify any and all information
provided above and any false representation, or false information provided may be liable for action as deem fit to the NMC under relevant act / rules, and as
per RFP terms and conditions, including but not limited to disqualification of Bid / withdrawal of LoI and forfeiture of EMD or Termination of contract and
PBG forfeited of the Bidder, whichever is applicable.
<< To be printed on Bidder (all members in case of consortium)’s Letter Head and Signed by
Authorized Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Sub: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years –Non-Blacklisting
Undertaking.
<< To be printed on Bidder (All members in case of consortium) Company’s Letter Head and
Signed by Authorized Signatory>>
Tender No. Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years – Non-Conflict of
Interest Undertaking.
We do hereby confirm that we, our consortium partners, OEMs, ISPs, sub-contractors are not
involved in any actual or perceived conflict of interest situation with one or more parties in this
bidding process, including but not limited to:
1. receive or have received any direct or indirect subsidy from any of them; or
2. have common controlling shareholders; or have the same legal representative for
purposes of this Bid; or have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to information about or
influence on Bid of another Bidder, or influence the decisions of NMC regarding this
bidding process; or
3. Bidder participates in more than one bid in this bidding process. Participation in more
than one Bid shall result in the disqualification of all Bids in which the bidder is
involved. However, this does not limit the inclusion of the same product (commercially
available hardware, software or network product manufactured or produced by the
firm), as well as purely incidental services such as installation, configuration, routine
training and ongoing maintenance / support, in more than one bid; or
4. Bidder participated as a consultant in the preparation of the design or technical
specifications of the goods and services that are the subject of the bid. Bidder gets
associated as Consultant / Advisor / Third party independent evaluating agency with
any of the agencies taking part in the bid process; or
5. Have an existing contract with the NMC
6. Have a clear and certain possibility that the services executed / delivered by the bidder
as part of the scope of work would lead to outcomes wherein the bidder can have vested
business interests / benefits
7. Have a position in a business or personal interest that could improperly influence the
judgment in the exercise of bidder’s duties.
8. Is not privy to information from the NMC which is not available to other bidders.
9. Has not recently worked for the NMC overseeing the project in a role which is even
perceived as “influential role” for drafting of SOW and evaluation criterion
10. Have an ownership interest or a continuing business interest or an on-going relationship
with an existing Consultant working with the NMC and interacting with the same
officials of the NMC.
Page 228 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
We also confirm to disclose to the NMC in writing, all actual and potential conflicts of interest
that exist, arise or may arise in due course of performing the Services as soon as it becomes
aware of such a conflict.
Sincerely,
<< To be printed on Bidder (all members in case of consortium) Company’s Letter Head and
Signed by Authorized Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years – Experienced
Manpower Declaration.
We also understand that NMC reserves right to ask for EPF payment receipts of all declared
employees.
Sincerely,
1. That I / we have read through the entire Tender document number _______________,
regarding ________<Name of the Tender>_________, and agree that we have read
each and every page and clause mentioned in the said tender document including all the
parts of RFP, any corrigendum, pre-bid responses, amendments etc.
2. That the infrastructure required and necessary for carrying out the work as prescribed
under the scope of the RFP document shall be made operational within the period
stipulated in the RFP document.
3. That I / We shall appoint the requisite manpower with necessary qualifications and
experience as stipulated in the RFP.
4. That I, shall implement the project myself and shall not franchise / sublet / subcontract
it, if awarded to me, without prior written consent of the NMC.
5. That I / We shall comply with, and always observe, the terms and conditions of the RFP
document and with the direction and orders issued by the NMC from time to time.
6. That I / We hereby certify that the proposal submitted by us is non-conditional and is
without any deviation from the RFP requirements.
7. That all the statements, submissions made by me / us and the documents submitted by
me / us are genuine to the best of my / our knowledge and that the same reflects the
facts as on the date.
8. That I / We shall ensure that the key staff deployed (as identified by NMC at the start
of project execution) for the Project shall formally sign the Non-disclosure Agreement
in the format specified by NMC and further shall comply with all the requirements of
Information Technology Act 2000 (ITA-2000) of Government of India, IT
(Amendment) Act 2008 and any such amendments and requirements from time to time.
9. We have read and understood the General Financial Rules (GFRs), 2017 (including
Global Tender Enquiry Amendment Rule 161(IV) dated 15 May 2020 and Amendment
Rule 144 (xi) dated 23rd July 2020), all as amended from time to time, and we agree
that we comply to the same as on date of this letter. We also agree, that we will bring
to the notice of the NMC as applicable from time to time in case of change of any status
with respect to this.
10. I / We shall ensure that all the software, application licenses provided and deployed by
us for the project shall be as described in the RFP document.
Date:
Place:
(To be submitted on the Letter Head of the Bidder (Lead Bidder in case of consortium), duly
signed by the Authorized Signatory)
Anti-Collusion Certificate
We hereby certify and confirm that in the preparation and submission of this Proposal for RFP
“Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years”, we have not acted
in concert or in collusion with any other Bidder or other person/s and also not done any act,
deed or thing which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or
kind to any person or agency in connection with the instant Proposal.
This Joint Bidding Undertaking is entered into on this the _____ day of __________ 202__,
(“Undertaking”)
AMONGST
1. _____________________________________________________________ Limited,
a company incorporated under the Companies Act, 1956 / 2013 and having its
registered office / office at ____________________________________________
hereinafter referred to as the “First Part” which expression shall, unless repugnant to
the context include its successors and permitted assigns);
[Note: Party selected by Bidding Consortium as Lead Bidder should be party of the ‘First
Part’.]
2. ____________________________________________________________ Limited, a
company incorporated under the Companies Act, 1956 / 2013 and having its registered
office / office at _____________________________________________ hereinafter
referred to as the “Second Part” which expression shall, unless repugnant to the
context include its successors and permitted assigns);
AND
3. ____________________________________________________________ Limited, a
company incorporated under the Companies Act, 1956 / 2013 and having its registered
office / office at _____________________________________________ hereinafter
referred to as the “Third Part” which expression shall, unless repugnant to the context
include its successors and permitted assigns);
The above-mentioned parties of the FIRST, SECOND and THIRD PARTS are collectively
referred to as the “Parties” and each is individually referred to as a “Party”.
Note: All members of the Bidding Consortium are required to execute the Joint Bidding
Undertaking.
IN FAVOR OF:
The Nagpur Municipal Commissioner, Nagpur and having its principal offices
at__________________________________, (hereinafter referred to as the “Authority” which
expression shall, unless repugnant to the context include the successors and assigns).
WHEREAS
Page 234 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
A. The Authority has invited Bids from the Bidders by its Request for Proposal No. ______
dated ____________ (the “RFP”) for selection of a Master System Integrator (MSI) for
the Project on terms specified in the RFP (the “Proposals”).
B. The Parties are interested in jointly bidding for the Project in accordance with the terms
and conditions of the RFP, as members of a Consortium.
C. It is a condition to participation in the RFP that all members of the Consortium furnish
a Joint Bidding Undertaking to the Authority as below.
Now therefore, the Parties hereby agree with and undertake to, the Authority as follows:
In this Undertaking, the capitalized terms shall, unless the context otherwise requires, have
the meanings ascribed to them in the RFP Document.
2. Consortium
2.1.The Parties do hereby irrevocably constitute a Consortium in accordance with the terms
of the RFP for the purposes of jointly participating in the RFP process.
2.2.The Parties hereby undertake to participate in the bidding process only through this
Consortium comprising of the Parties (the “Bidding Consortium”) and each Party
agrees and undertakes that it shall not, whether directly or indirectly (including through
one or more of its Affiliates), participate as, or otherwise be interested in the Bid of,
any other Bidder, whether as a member of another Consortium, or a partner, director,
shareholder of another Bidder or member of another Consortium or otherwise, except
otherwise provided in the RFP explicitly.
“Affiliate” means, with respect to any person, any other person that directly or
indirectly, controls, is controlled by, or is under common control with, the first
mentioned person, where
“control” means the ability to control the management and policies of a person, whether
directly or indirectly, through the ownership of voting securities or the power to appoint
a majority of the members of the board of directors or equivalent governing body of
such person, or through contract or otherwise. The term Affiliate includes without
limitation subsidiary companies, holding companies, and subsidiaries of the holding
companies, of a person.
The roles and responsibilities of each consortium member along with reference to
financial, technical and O&M obligations is mentioned as below:
We hereby agree and undertake to obey the roles and responsibilities mentioned above
in all respect throughout the contractual period.
3.1.The Parties hereby undertake and agree that _____________________ [insert name of
party], Party of the First Part shall be the Lead Entity of the Bidding Consortium and
the Parties represent and warrant that the Party specified as the Lead Entity of the
Bidding Consortium in the preceding sentence has the power of attorney from all other
Parties for conducting all business for and on behalf of the Bidding Consortium during
the bidding process and for the entire duration of the contract.
3.2.The Parties undertake that there shall be no change in composition of the Bidder during
the entire contract period without written consent of NMC, in accordance with Clause
13.2 under “Instructions to Bidders” of the RFP.
Each Party represents and warrants as of the date of this undertaking that:
4.1.Such party is duly organized, validly existing and in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this Undertaking;
4.2.The execution, delivery and performance by such Party of this Undertaking has been
authorized by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution / power of attorney
in favour of the person executing this Undertaking for the delegation of power and
authority to execute this Undertaking on behalf of the Parties is annexed to this
Undertaking, and shall not, to the best of its knowledge:
i. require any consent or approval not already obtained;
ii. violate any Applicable Law presently in effect and having applicability to it;
iii. violate the memorandum and articles of association, by-laws or other applicable
organizational documents thereof;
iv. violate any clearance, permit, concession, grant, license or other governmental
authorization, approval, judgment, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable to
such Party; or
v. create or impose any liens, mortgages, pledges, claims, security interests, charges
or Encumbrances or obligations to create a lien, charge, pledge, security interest,
encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party so
as to prevent such Party from fulfilling its obligations under this Undertaking;
4.3.this Undertaking is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
4.4.there is no litigation pending or, to the best of such Party’s knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such Party
in the fulfilment of its obligations under this Undertaking.
5. Termination
This Undertaking shall be effective from the date hereof and shall, (i) in case the Bidding
Consortium is declared the Successful Bidder, continue in full force and effect from the
date hereof until the end of the Contract Period (ii) in case the Bidding Consortium is not
declared the Successful Bidder, continue in full force and effect from the date hereof until
the date of return of the Earnest Money Deposit by the NMC to the Bidder.
6.1. The Parties hereby undertake that they shall be jointly and severally responsible and
liable for compliance with the terms and conditions of the RFP and the representations,
warranties, covenants, undertakings and obligations of the Bidding Consortium or any
of its members, pursuant to the RFP, including without limitation the Bidding
Consortium’s Proposal and this Undertaking.
6.2. Without prejudice to the generality of the foregoing, the Bidding Consortium agrees to
the forfeiture of the EMD / PBG under the circumstances set forth in the RFP which
shall include without limitation any breach of any term by any Party to this
Undertaking.
6.3. The Parties hereby undertake that in the event the Bidding Consortium is the Successful
Bidder, they shall be jointly and severally liable for ensuring the due and timely
performance and compliance by the Bidder of the terms and conditions of the Contract
Agreement including without limitation in respect of its representations, warranties,
covenants, undertakings and obligations hereunder.
6.4. The Parties hereby undertake that they shall be jointly and severally liable for ensuring
that all the conditions set out in the RFP document is complied with, including number
of proposals, management restrictions etc., failing which they will be liable for penalty
as per SLAs defined in the RFP or withdrawal of LOI and forfeiting of EMD or
termination of contract and forfeiting PBG as applicable.
7. Miscellaneous
7.1. This Undertaking shall be governed by laws of India. Courts of Nagpur (Nagpur Bench
of Bombay High Court) shall have exclusive jurisdiction in respect of this Undertaking.
7.2. The Parties acknowledge and accept that this Undertaking shall not be amended by the
Parties without the prior written consent of the NMC.
Party of the FIRST PART by: Party of the SECOND PART by: Party of the THIRD PART by:
[Note: The mode of the execution of the Joint Bidding Undertaking should be in accordance
with the procedure, if any, laid down by the Applicable Law and the charter documents of the
executants(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.]
<< To be printed on Bidder (Lead Bidder in case of consortium) Company’s Letter Head and
Signed by Authorised Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Dear Sir,
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years – Technical Proposal
Covering Letter
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the professional services as required and outlined in the RFP for
the aforementioned Project.
We confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered to NMC is true,
accurate, verifiable and complete. This Proposal includes all information necessary to ensure
that the statements therein do not in whole or in part mislead NMC in its evaluation and
selection process.
We fully understand and agree to comply that on verification, if any of the information provided
here is found to be misleading the evaluation and selection process, we are liable to be
disqualified from the selection process or be terminated during the Contract, if selected to sign
and execute the Contract.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document but for the suggestions provided by us along with our Proposal and also agree to
abide by this Bid for a period of 120 days from the date of opening of Bids at NMC.
We understand that, the suggestions provided by us are subject to review by NMC during the
proposal review stage and NMC reserves the right to reject the suggestions made.
We hereby declare that in case the Contract is awarded to us, we shall submit the Performance
Security the format prescribed in the RFP within the specified time as per the RFP Terms.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which
shall be required in this connection.
Thanking you,
Yours faithfully
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
<< To be printed on the Bidder (Lead Bidder in case of Consortium)’s Letter Head and shall
be signed by Authorized Signatory>>
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years – Un-priced Bill of
Material
Please find attached detailed Un-priced Bill of Material for the project.
Model, Manufacturer
Version Authorization Compliance
Unit of
Sr. Item Quantity Make Details Form Submitted
Measurement
(if Submitted (Yes / No)
applicable) (Yes / No)
Additional line items over the above BoQ, if any, to deliver the entire scope as per RFP
Model, Manufacturer
Remarks
Version Authorization
Unit of (Reason for
Sr. Item Quantity Make Details Form
Measurement additional
(if Submitted
line item)
applicable) (Yes / No)
Note: For detailed reasoning for additional line item, Bidder may attach additional sheets and
give reference in the above table.
“We confirm that there is no Alternate Proposal for any line items / same components, we
understand and accept the clause.”
The bidder shall mention only one quantity and Unit of Measurement (UOM) for each line item
and quote each line item / same component from single OEM as part of this un-priced bill of
material. Any bids, which propose multiple options in terms of quantity, UOM and OEM/ Type
for each line item / same component shall be summarily rejected. For example, in case of VMS,
the bidder submitting two options of VMS with different options for quantity, UOM and OEM/
Type shall be summarily rejected.”
Thanking you,
Yours faithfully
<< To be printed on Bidder (Lead Bidder in case of consortium) Company’s Letter Head and
Signed by Authorized Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years - Team Deployment
Undertaking
Dear Sir,
We, having read and examined in detail all the bidding documents for Request for Proposal
for Selection of Master System Integrator (MSI) to Design, Implement, Integrate,
Operate and Maintain Intelligent and Integrated Traffic Management System (IITMS)
in Nagpur City for a period of 5 years do hereby propose to provide our services as specified
in the RFP.
In order to submit the bids and execute the project, it is understood that we are required to give
details of the team being deployed as part of this initiative. Accordingly, we are providing the
details of the team, and also the CVs, as per the format prescribed in the RFP are attached.
The same team shall be deployed, in the event of signing of the contract, and the members of
the team shall not be replaced, without prior approval of NMC.
Please find below, details of Project Team proposed to be deployed for executing of this
project.
Compliance to Manpower Qualifications (as per RFP Clause 2 under “Project Activities”
Compliance
Sr. Manpower
Minimum Qualifications Check
No. Designation
(Yes/no)
1. Project Manager
NOTE:
1 Names of only the Key Personnel shall be mentioned in the table above. If more than one
Key Personnel is provided for a particular role, all the names shall be mentioned in separate
rows.
2 One Key Personnel can be assigned more than one role.
3 The compliance to manpower qualifications of Key Personnel shall be mentioned as per
formats below.
Curriculum Vitae (CV) of Key Personnel (of minimum 5 resources as per requirement
defined in Clause 13.3 under “Instruction to Bidders”)
1. Proposed Position
2. Name of Staff
3. Current Job Title/ Designation
4. Date of Birth
5. Nationality
6. Education S. Degree University/ Dates
No Obtained Institute
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any wilful
miss-statement described herein shall lead to my disqualification or dismissal, if
engaged.
Date:
Place:
NOTE: For Key Personnel, it is mandatory to provide name of proposed resource along with
details desired as per format given above. CV for every resource is to be submitted in this
format only.
Thanking you,
<< To be printed on Bidder (Lead Bidder in case of Consortium) Company’s Letter Head and
Signed by Authorized Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years - Details of Solutions
Partners
Dear Sir,
Please find below the list of all the Key Solution Partners of <<<Bidder Name>>> for the
project “Design, Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years”
Thanking you,
<< To be printed on Bidder (Lead Bidder in case of Consortium) Company’s Letter Head,
signed by Authorized Signatory>>
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years - Technical Support
Arrangement with OEM
Dear Sir,
We, the undersigned, having read and examined the requirements of the project, have licensed
all our products / COTS that shall complement the solution in the best possible way and that
all the requirements shall be fulfilled either by the products / COTS or through customizations.
We have/shall enter(ed) into requisite arrangements with the OEMs for the following:
• Professional Services and Technical Support: We confirm that we have chosen the
products from OEMs who have professional support services in India (or through their
authorized channel partners) as per requirements of the RFP. These professionals shall
be made available physically as and when required for supporting all technical aspects
of project implementation, solution maintenance and support during entire period of
Project including extended period if any as stated in RFP.
• Vetting of solution: We confirm that OEM’s support shall be taken for vetting of the
technical solution as proposed and implemented.
It is hereby confirmed that I/We are entitled to act on behalf of our company and empowered
to sign this document as well as such other documents, which shall be required in this
connection.
Date:
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Dear Sir,
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years - Manufacturer
Authorization Form (MAF) from OEM
We, who are established and reputed developers / producers of __________________ having
development facilities at (address of factory / facility) do hereby authorize M/s
___________________ (Name and address of Bidder) to submit a Bid, and sign the contract
with you against the above Bid Invitation.
• We hereby agree to the following with regards to the Solution, Products and services
offered by us through the above firm against this Bid Invitation.
o We extend full on-site guarantee and warranty
o OEM Warranty for the offered product(s), is for minimum Six Years from the
date of this letter.
o We have read and understood the said RFP and the functional and technical
requirements and the offered product(s), as mentioned above, is complying with
the respective requirements.
o Confirm that the offered product(s) is not likely to be declared as
▪ End-of-sale will not be within next 24 months from the date of this letter
▪ End-of-Support within next six years from the date of this letter
o Confirm that the support including spares, patches, upgrades for the quoted
products shall be available for the period of the Project.
o We will provide all the necessary and latest security and version updates as
applicable
• We duly authorize the bidder <Bidder name> to act on our behalf in fulfilling all
installations, Technical support and maintenance obligations required by the contract.
• We have read and understood the General Financial Rules (GFRs), 2017 (including Global
Tender Enquiry Amendment Rule 161(IV) dated 15 May 2020 and Amendment Rule 144
(xi) dated 23rd July 2020), all as amended from time to time, and we agree that we comply
to the same as on date of this letter. We also agree, that we will bring to the notice of the
Bidder and / or NMC as applicable from time to time in case of change of any status with
respect to this.
• We, as OEM of _____<product, applicable if listed in the table below>____, agree to
provide onsite installation support to <Bidder name> and shall physically visit as and
when required & certify installation as per standards and best practices of at least 3
pilot locations / junction (or DC) and submit our satisfactory report, which is one of
the mandatory requirements for MSI to proceed with further SITC activities.
We also confirm that we have an existing registered service / support centre in India at
______________________________________________________________________
OR
We also conform we shall establish registered service / support centre in India within 30 days
of award of contract to the Bidder __<Name of the Lead Bidder>__.
Yours faithfully,
For and on behalf of M/s __________________________ (Name of the manufacturer / OEM)
Signature :
Name :
Designation :
Address :
Date :
Company Seal
Thanking you,
Any other product / component for which MAF may be mandated by NMC during Technical
Bid Evaluation shall be provided by Bidders.
<< To be printed on Bidder (Lead Bidder in case of Consortium) Company’s Letter Head and Signed
by Authorized Signatory>>
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design, Implement,
Integrate, Operate and Maintain Intelligent and Integrated Traffic Management System (IITMS) in
Nagpur City for a period of 5 years – Technical Specifications and Compliance Matrix.
Please find below, duly filled Technical Compliance Matrix. We understand, the following are the
minimum technical specifications and the make and model proposed for the project shall ensure to meet
all the requirements and the quality as described in the RFP. We have also submitted datasheet and
other Product Documentation for each and every product.
All these components are with OEM Warranty / support from MSI for entire contract period, i.e. 5 years
from Go-Live. We agree that, wherever required, we will replace the product with same or better make
and model as per directions of NMC.
If there is any deviation to the Minimum specifications, we have highlighted the same with
appropriate remarks (in a separate remarks column) for consideration of the NMC. We
understand NMC may or may not agree to the deviation, and we agree to provide other product
as per directions of NMC to meet or exceed the minimum specifications.
i. Road Marking with Hot Applied Thermoplastic Compound with Reflectorizing Glass Beads
on Bituminous Surface (Providing and laying of hot applied thermoplastic compound 2.5 mm
thick including reflectorizing glass beads @ 250 gms. per sqm area, thickness of 2.5 mm is
exclusive of surface applied glass beads as per IRC:35. The finished surface to be level, uniform
and free from streaks and holes.)
Compliance
# Parameter Minimum Specifications
(Yes / No)
1. Size Board Width = 12” / 18”
Corrosion resistant Aluminum Alloy as per IRC
2. Plate Material 67:2001 (Code of Practice for Road signs) or latest
specification
3. Plate Thickness Minimum 1.5 mm
Retro-Reflective
4. Weather-resistant, having colour fastness
sheeting for sign-plate
As per IRC 67:2001 (Code of Practice for Road
5. Other Specifications
signs)
Can be mounted on wall or pole
6. Mounting
(Appropriate mounting brackets to be provided)
Yellow Rectangular or circular plate with message
7. Design as directed by NMC
Eg. “You are under CCTV Surveillance”
As per the requirement the message can be in
8. Message Language
English or Marathi
Compliance
Sr. Parameter Minimum Specifications
(Yes / No)
Hot Dip Galvanized after Fabrication with Silver
Pole Type & Pole coating of 86-micron standard (IS 2713 (1980), IS
1.
Dimensions :2629)
7-10 mtrs 2'/3' MS Poles with concrete foundation
2. Height 7-10 mtrs (as per site requirement)
3. Pole Bottom OD 150 - 180 mm
4. Pole Top OD 60- 75 mm
5. Pole Thickness 10 mm
6. Pole Shape Round / Octagonal as per site requirement
7. Breakway Base Required Yes
Pole Base Bolt
8. 180 mm
Dimensions
9. Pole Base Depth 1000 mm
10. Pole Number of Arms 1
Pole Wing Load in Wind
11. Minimum 60 KMPH
velocity KMPH
Rustproof Materials to be used for Harsh weather
12. Material
in outdoor use.
Provision of Electrical
13. Yes
Ground
Provision for Cable
14. Yes
Routing
15. Mounting facilities To mount Cameras.
16. Pole Pit 600 X 900 X 1500
17. Bottom Base Plate Minimum base plate size: 30 x 30 x 1.5 cm
18. Base Foundation Concrete base foundation to be used
Required in accordance with the Pole specs and
19. Camera Stand
similar rustproof material
Each Pole will have junction box IP 65 rated,
20. Junction Box
installed at 3-meter height.
Ensure vibration free erection (basic aim is to
21. Foundation ensure that video feed quality is not impacted due
to winds in different climatic conditions).
Lightning arrestors with proper grounding.
22. Protection
Protect pole from any vehicle hit.
A sign board describing words such as “This area
23. Sign Board under surveillance” and with serial number of the
pole.
24. Certifications BS EN ISO 1461/y IS: 875/1987
Compliance
Sr. Parameter
(Yes / No)
Make
Model
A. CANTILEVER POLE (MAIN STRUCTURE)
Fabrication, Supply of New Type LED cantilever Traffic Signal pole of
25. GI ERW Rectangle pipe including necessary arrangements for Aspects,
Junction box, etc.
Signal poles shall be made of type with Galvanized Iron Rectangle
26.
section pipes.
Signal poles shall have the dimensions as stated below:
• Vertical Pole shaft: OD 140mm x 4.5 mm (Thickness) and 6.6
mtr height.
• Horizontal Arm: OD 100 x 4.5-4mm thick and 4.3 mtr length.
27.
• Fixture Arm for Aspects at Center: OD 76mm x 1300mm.
• Base Plate: 400 x400 x 20mm (Thickness).
Gussets should be of size 250 X 50 X10 mm thick to be welded on all
four sides.
28. Foundation Bolts: M30 / 850mm
Hood for horizontal and vertical LED Light fixture module from 3 sides
1197mm x 50mm x 3mm thickness. The base plate section shall have a
29.
FRP base cover for better aesthetic look the color should match the pole
color.
The pole shall have welded plates on both sides of size 270 x 260 x
30. 16/20mm with appropriate holes and SS304 bolts for holding a 4.250M
length Cantilever arm
The Joint section on the top side of the pole shall be covered with a
31. metal box enclosure having reflective NMC logo on the front and
backside.
The joint section on the top side of the pole shall have provision for
32. placement and installation of signal light circuits, LED light modules,
control units etc.
The box at the joint section on the topside of the pole shall be made of
CRCA material with dimension of SQ 600 x 380 with 1.2 mm thick.
33. The front door shall also have hinged frames for easy maintenance
accessibility. There should be an internal additional box also which is
minimum IP rated.
The Pole shall have provision for retrofitting Directional Light Fixtures
as per required design (i.e., Unidirectional / Bi-Directional). The pole
34. with all fittings shall be made IP compatible LED Light Modules. The
IP 65 test certificates shall be submitted along with the bid certified by
NABL approved independent lab.
The pole shall have provision for and supply with M8/34mm long bolts
35.
with 25mm dia holes for cable entry for signal aspect mounting.
The pole should be tested and certified for Structural stability through
36.
authorized and certified Structural agencies in this field.
The pole shall have a provision for locking Traffic signal and Pedestrian
37.
signal aspects.
The cantilever arm shall have proper SS wire rope arrangement to avoid
38.
bending moment at the cantilever end.
Page 251 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameter
(Yes / No)
The pole shall have provision for additional support through rope wire
39.
looping and locking with 50 x 50 x12mm thick welding.
40. The wire rope of 8mm dia shall be used of Suitable length
The rope shall have its own Turn buckle with hook and wire rope clip
41.
kit.
All the rectangular Pipe material used shall be of IS standard
42. conforming to IS:4923 and YST 210 & Base Plate should conform to
IS2062: 2011.
The pole shall be painted with approved PU color Shade RAL 7016
(Anthracite Grey) and standard process of 3 coats should be followed as
per below posts and blasting & cleaning of material is done.
• First coat shall be of etch primer.
43.
• Second coat shall be of Zinc phosphate primer.
• Final coat shall be of Polyurethane Paint.
• Coating thickness shall be minimum 80 microns (+ /- 10microns
).
44. Provision for Cable Routing
Provision of Electrical Ground
45. Providing & erecting Pipe type earthing 25 mm dia 1.5 mtr long G.I.
pipe by driving with double G.I. wire
Protection: Lightning arrestors with proper grounding. Protect pole
46.
from any vehicle hit.
47. Pole Wing Load in Wind velocity: As per RFP and relevant IRC
48. Pole Pit: Minimum 600 X 900 X 1500
B. FOUNDATION
Making cement concrete foundation in 1:3:6 cement concrete, (20 to 25)
49. mm. stone metal duly plastered with necessary curing for complete.
(pole muffing or any other purpose).
Making M- 20 grade reinforced cement concrete foundation by
considering the safe soil bearing capacity at site as 10 T/sq.m at 1.5 m
50. depth including supply of steel, concrete, excavation and fixing
provided nut bolts with the help of template, duly plastered as per design
complete
C. LED LIGHT MODULE
The LED light modules design should be easy to assemble, install and
51.
maintain.
The LED Light Module should be made of Extruded Al of Grade 6063
52. with Test Certificate for better performance and longer life of the
Modules.
The LED Light Module should emit very uniform Glare free light and
53.
there should be no visible patches nor hot spots of the LED.
The LED Light module should be provided with optical grade diffuser
54.
for greater efficiency of the light modules at minimum wattage.
55. The LED light modules should also enhance street aesthetics.
The LED light modules should synchronize / integrate with existing
signal control programs and emit the Red, Green, Amber colors in
accordance to the wave length of existing Signal LED aspects
56.
LED Chromaticity values need to specify as below:
RED: 613-631nm
Page 252 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameter
(Yes / No)
GREEN: 498-508nm and
AMBER/YELLOW: 585-597nm.
The LED light modules should be robust, Light weight, rustproof, long
57.
life, wind resistant, weatherproof and heat resistant.
58. The installation of LED light modules should be user friendly.
The LED light modules should be antiglare and shall not hurt the eyes
of drivers & pedestrians.
59. The power consumption of the LED light modules should be between
12-20W watts per color per module and voltage should be 12 VDC or
24 V DC as applicable on switch mode power supply.
60. The LED light modules should work on a common power supply source.
The LED light modules should be compatible for both Unidirectional
61.
and Multi-Directional Signals.
The LED light modules should work on constant voltage + constant
current system, High efficiency up to 90 %,
Voltage tolerance ±2%,
Line Regulation ± 0.5%,
62.
Load Regulation ± 1 %,
Setup / Rise time100ms/230Vac,
Hold uptime10ms/230Vac,
Power Factor>=0.9
Total Harmonic Distortion < 10%, Suitable for dry, damp, and wet
63. location, Protections: Short circuit/Overload/ Overvoltage/Over
temperature
The LED light modules should be IP 65 rated, and all internal
64.
connections should be with waterproof connectors.
The LED used in led modules should be the latest high-power ceramic
65.
package SMD led with silicone lens and with LM80 report.
The LED should have low thermal resistance and high ESD with stand
66.
capability (min 8KV).
LED light module frame material should to 100% copper lead for better
67.
heat dissipation.
The LED Wavelength tolerance should be within 3nm for consistency
68.
in color throughout the lifespan of the fixture.
69. The Enclosure for electrical accessories should be IP65 rated.
Power supply should be isolated and not interfere with existing traffic
70. signal lights, and need not connected through the UPS, but directly
connected to the primary source of power (Mains 230 V).
The product should meet the engineering and safety parameters as laid
71.
down as per relevant standard
D. CONTROL UNIT (APART FROM THE ATCS CONTROLLER)
Control Unit for LED light Modules shall have 09 no's Relays with
Socket for controlling 3 (Red – Amber - Green) signal for each direction
i.e. Left-Straight-Right):
Relay (CRP type-Voltage polarized relay)
72.
Interface Pluggable
Operating Voltage 230 VAC
Contact Rated current 16A
Output 1 c/o SPDT
All the Relays shall be properly fixed on a base plate inside the
termination box.
E. LED Driver
LED Driver shall have Constant Voltage and Constant Current
Input:
• Voltage range: 100-300VAC
• Frequency range: 50-60Hz
• No Load/Stand by power consumption <0.5 W
Output:
73.
• Voltage: 12/24VDC
• Rated power 150-200W
Compliance
Sr. Parameter Minimum Specifications
(Yes / No)
Make
Model
All specifications of the Pole as per above point iii (for vertical pole), and additionally
below points for horizontal pole.
1. Galvanization thickness for the cantilever structure should be avg 85 microns.
Shall have upto 3 to 5 mtr horizontal lane coverage with appropriate vertical
2. clearance (minimum 6 mtrs) under the system from the Road surface to ensure
no obstruction to vehicular traffic.
300 NB vertical post of circular shape overhead cantilever structure with hot
3. dip galvanizing along with suitable foundation bolt sets made up of High
Tensile sheet confirming to BS EN 100025 / S-Grade / IS and or equivalent.
It should be capable to withstand high wind speeds and for structural safety,
4. the successful bidder has to provide structural safety certificate from qualified
structural engineers approved/ certified by Govt. Agency.
Suitable for mounting of overhead Traffic Signal aspects along with Junction
5.
Box / Controller Box.
6. Suitable Tensioning cable for supporting horizontal pole as per requirement
7. Based on the location requirement suitable size cantilevers to be considered.
v. Junction Box
Compliance
Sr. Minimum Specifications
(Yes / No)
Make:
Model:
Page 255 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Minimum Specifications
(Yes / No)
• IP65 or better junction box
• Junction Box design should ensure to keep the temperature within suitable
operating range for equipment's and should also avoid intentional water
splash and dust intake and dust intake
• Minimum JB size 900 cm x 900 cm x 600 cm suitable for outdoor
application, suitable for use in extreme weather conditions.
1. • Material Thickness: Min 1.2mm
• Pole mounted type having all the mounting accessories with Compact LIU
- 12 Core fully loaded with Splice box, Tray, Adaptor, Pigtail -6 Nos, Patch
cord-3 Nos and Cable spool, Splicing, I/c termination etc. complete as
required for connectivity to single mode fiber cable Surge protection
device along with other necessary protection & isolation switchgears to be
provided.
2. The box shall have customized locking mechanism.
3. The box shall have wire management (including OFC, power, Ethernet Loop).
The box shall fit all the field equipment (Media Converter / Switch, Power
4. Supply, LIU, PoE injector, Patch Panels etc.) with proper mounting
arrangements.
The door shall be surface mounted with 130° opening. It shall have concealed
5. removable hinges with captive pin. Hinges can be mounted to allow left- or
right-hand opening.
6. Sealing shall be ensured by an injected one-piece polyurethane gasket or better.
Size, as per site requirement - shall accommodate all the equipment installed
7.
on the field for any location.
The junction box shall be of SS construction complete with SS mounting
8.
arrangements, accessories, bolts, nuts, washers, screws, etc.
JB shall have power isolation provisions using Double pole MCB for incomers
9.
& outgoings in addition to RCCB’s.
JB shall have terminal blocks (WAGO) for power wiring & for connection of
10.
communication wires (part of OFC cable), properly segregated.
All individual components in the Junction Box shall be provided with clear &
11.
legible printed acrylic labels indicating the component type.
The junction box shall also have a drawing pocket complete with all as-built
12.
drawings for the relevant Junction Box.
All cable entries shall be through double compression SS cable glands (only
13.
from the bottom of Junction Box).
14. Unused cable entries shall be provided with SS plugs.
Junction box shall be provided with an additional FRP canopy to completely
15. cover the Junction Box from rainfall (in any direction). The Canopy shall have
suitable coverage.
vi. ATCS and VDS Outdoor Cabinet (to be considered as part of entire ATCS System)
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
Provide the housing of various equipment such as controller, detector cards,
1. flasher, DC power supply, circuit breakers and AC power, signal monitor,
switch packs, and flash transfer relay as shown below.
Shall be located along minor street approach to provide ease of viewing inside
2. the cabinet and display of signal indications, trouble shooting, and carrying
out the filed observations, simultaneously.
Installation spot shall be away from roadway to minimize the likelihood of
3.
crashes.
Page 256 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
# Parameter Minimum Specifications
(Yes / No)
All schematic wiring diagrams of the controller units and auxiliary
equipment, all cabinet diagrams and all operation manuals shall be submitted
4.
at the time the controller assemblies are delivered. The diagrams shall show
in detail all circuits and parts.
Conductors within the traffic signal cabinets shall be neatly arranged and
5. shall be cabled together with self-clinching nylon cable ties, or other similar
equal method.
The cabinet shall be electrically and mechanically robust and shall have a
6. degree of protection of IP65 or higher specified in “IEC60529 Degrees of
Protection Provided by Enclosures (IP Code)”.
The cabinet shall have the provision for temperature controlling for optimal
7.
performance of equipment.
A right hinged door shall be provided on the front to realize easy maintenance
8.
work. The turning direction of the handle shall be counter clockwise.
9. Cabinet shall have separate access to Police panel with below switches
Tamper Alert: The Controller and its cabinet should have facility of
10. generating & dispatching door open alarm to Control Room every time the
Controller-cabinet door is opened.
11. The power supply including UPS shall be provided with a circuit breaker.
The anti-lightning and surge protection complying with the IEC61643-1 shall
12.
be provided.
13. Protection under/overvoltage condition shall be provided.
14. The cabinet shall be finished with the anticorrosive treatment
15. An internal lighting system
16. 220VAC plugs protected by a differential circuit breaker
Any other Junction Box, DB Box, Termination Box, UPS and Battery Box shall be accounted
by the bidder as per bidder solution at no extra cost to NMC.
Compliance
Sr. Parameter Minimum Specifications
(Yes / No)
Make
Model
1 No’s of core 7 and 14 core 1.5 sq. mm. 3 Core 2.5 sq. mm.
PVC /XLPE insulated and PVC /XLPE sheathed armoured
2 Materials
cable with copper conductor of suitable size
3 Certification ISI Marked
4 Standards Indian Electricity Act and Rules
IS:1554
5 Insulation
XLPE insulated and sheathed
# Feature
1 40M HDPE conduit for OFC cable: it should have Low Coefficient of Friction
Temperature Resistance, Ultraviolet (UV) protection
Should meet all the requirements of TEC Specifications as well as IS 4984-1995
Permanently lubricated HDPE Telecom Ducts have special lubricated compound on Inner Side
for Conveying Optical Fibre cables with extremely low friction
2 Cable to be laid inside HD pipe in Median, at a depth of 1.5- 2 feet below ground. For bridges
/ culverts, it should be wall clamped.
Page 257 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
7.2. Common Specifications for IT Field components
(below specifications applicable for all IT field components (7.3) unless explicitly specified otherwise)
Compliance
for all
# Parameter Minimum Specifications
components
(Yes / No)
Operating &
1. 95% or less (non-condensing)
Storage Humidity
Operating
2. 10 Deg C to 60 Deg C
temperature
24 VDC ± 20% / 220 to 240 VAC
3. Power Supply
Preferably powered through POE
< 30 W per equipment
Power
4.
Consumption Power over Ethernet (POE) (802.3 af) wherever
application
RoHS compliant RoHS compliant certificate with third party test report (for
5.
certificate components with battery / power source)
6. Protection Level Minimum IP65 or better
The field equipment should come with concealed cabling
7.
and connectors, with no exposed wiring or connector.
Protection
The housing should be of composite or Stainless-Steel
8.
Material without heater/fan.
All IT equipment on field should have Password
9. Security
protection, IP address Filtering
As per requirement
Communication
10. IPv4 / IPv6 / NTCIP /RJ-45 / RS232 / RS485 / Ethernet
Protocol
etc.
Traffic Aspects, Timer etc. – Light Grey / Black
11. Body Colour
Others: White / Light Grey / Black
Approvals /
12. EN / CE / UL / BIS / IRC
Certifications
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1. CPU Microcontroller or Microprocessors based
2. Structural Material Polycarbonate strengthened against UV rays
440 mm x 360 mm x 135 mm with 130 mm
3. Housing Dimensions
hood on the top
4. Display Type RGB
5. No. of digits Minimum 2 & ½ digit
Page 259 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
# Parameter Minimum Specifications
(Yes / No)
6. LED Type package SMD 3 in 1
7. Pixel Pitch P10 or better
8. Viewing angle 30 degrees
9. Visibility 200 mtrs
LED Module
10. 32 X 32 dots
Resolution
11. Brightness 7000 cd/m2
The Vehicular countdown timer should be dual colour and options should
be available to display digital time and words:
12.
1. Red for STOP
2. Green for GO
There should be alternate Red and Balance phase time for STOP in
13.
Flashing & Balance Phase Time for GO in Flashing
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1. CPU Microcontroller or Micro processor based
300mm dia.
2. Structural Material
Polycarbonate strengthened against UV rays
Stop man and count down and animated walking
3. Display Visual effect
man
4. Display Type Dual Colour (Red and Green)
5. No. of digit 2 & ½ digit
6. LED Wave Length 615-665 nm (Red), 490nm - 520nm (Green)
7. Power Consumption 20 - 30 Watt Per Lamp
Pedestrian Timers & Aspects should be in a
8. Enclosure
combined single enclosure
9. Standards EN 12966 compliant
300mm PEDESTRIAN LED aspect - 2 in 1 Pedestrian Red Man standing and
10.
Pedestrian animated Green walking man with Display for pedestrian timing
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
Shall be with a non-contact touch button, more hygienic in public places, with
1.
high sensitivity and long life
Shall Voice prompts loud, volume can be adjusted
2.
Switch automatically - day and night volume
3. Shall have LED display for “WAIT”
4. Housing Modular design
5. Material ABS + PC/GI/MS powder coated
6. Touch sensitivity < 2 cm
7. Mounting options Pole (accessories included)
8. Power consumption <6W
9. Voice distribution 30 – 90 DB
10. Voice speaker power 8Ω2W
Page 260 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
# Parameters Minimum Specifications
(Yes / No)
Make
Model
1. Camera Type Vehicle Detection Camera
Active Pixels: 5MP/2560 X 1920 @ 20 fps in
2. Active Pixels main-stream and 1920 X 1080P @ 50 fps in
sub stream
5MP, 2/3-inch Sensor or equivalent (Satisfying
3. Image Sensor Type
other relevant parameters)
4. Shutter Speed 50 μs to 20,000 μs or better
Digital Noise
5. 2D / 3D DNR
Reduction
6. Lens focal length 08 to 50 mm or better
7. IR Range 30m or better
8. Video Compression H.265, H.264
9. SNR 60 dB
To cover all arms at respective locations (upto
10. Coverage
3 lanes)
• 24 virtual loops for presence detection
11. Detection Zones • 8 traffic data zones for classification and
counting
12. Image Enhancement BLC, HLC should support
Dual Stream with full resolution, can be
13. Video Stream
configured individually
External I/O trigger / Radar trigger / Video
14. Trigger Mode
trigger
15. Digital I/O 2-ch inputs, 2-ch outputs
TF card/Built-in micro SD, up to 128 GB
16. Storage
(critical in case of network downtime)
OR
Compliance
# Parameters Minimum Specifications
(Yes / No)
Make
Model
1. Camera Type Vehicle Detection Thermal Camera
• Object detection: 2 wheelers, LMV, MCV,
HCV
2. Functionalities
• Traffic Data Collection
• Queue Length Monitoring
• 24 virtual loops for presence detection
3. Detection Zones • 8 traffic data zones for classification and
counting
• Focal Plane Array (FPA)
4. Type • Uncooled VOx microbolometer long wave
infrared (7 – 14 μm)
5. Resolution QVGA (320 x 240)
6. Frame Rate 30 fps
7. Compression H.264, H.265
8. Streaming Video RTSP
Detection Distance for
9. 30m or better
Vehicle Presence
Compliance
Sr. Minimum Specifications
(Yes / No)
Make
Model
The controller should preferably have two CPUs and one of them should be
used as a Safety CPUs to monitor the following:
• Signal Conflicts
1. • Flash periods
• Plan cycles
• Signal state timings
• Lamp Minimum / Maximum loads
Shall have minimum 32 bit / 64- bit micro-processor with solid state traffic
signal lamp switching module that has the ability to program any
2.
combination of traffic signal stages, phases junction groups.
RAM and Storage as per bidder solution to meet RFP requirement.
3. Controllers shall be based on the Linux/Windows/RTOS platform
Shall have in-built CPU and all required hardware to facilitate vehicle
4.
control at an intersection in a single rack.
Shall have / support conflict monitoring with CPU/Group card to monitor,
5. notify and resolve the conflicts at programming stage itself and even during
the phase of manual over-ride.
Shall have the facility to store the site-specific configuration data in a non-
6. volatile memory device (FLASH memory).
A minimum of 512KB flash memory and 128KB RAM shall be provided.
Should have following interfaces- 1X Ethernet, 2 USB, 1 RS 485 and 1 RS
232, 4X Slaves & 16X Lamps per slave (Or any combination, which allows
7.
to connect all the lamps and interface connectivity requirement for each
junction to a single controller. )
The Controller should support GPS, Clock Pulse 1 Sec, NTP and RTC with
8.
battery backup up to 7 years.
Shall facilitate to configure 24 Cycle Plans and the Amber Flashing / Red
9.
Flashing plan.
10. Capability for a minimum 32 cycle-switching per day in fixed mode.
A minimum of 24 vehicle detector inputs, via an integral detector rack or
ethernet port and 16 buffered additional inputs for connection of external
devices such as push buttons shall be available in the controller.
11.
All inputs shall be isolated either optically or by other means and provided
with LED indication. All 16 inputs for external devices shall be wired to the
field terminal blocks in the controller housing.
Simulation of inputs shall be provided. IT shall be possible to set an input
12. to the ON (short-circuit), OFF (open-circuit) or NORMAL state. It shall
also be possible to examine the status of any input.
Fault Detection - The controller must employ a number of different faults
checking processes, including both hardware and software checks using the
13.
processors. In general, the signal displays must be switched off within 500
milliseconds of the occurrence of a fault, except for certain conditions.
Page 262 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Minimum Specifications
(Yes / No)
14. Error Logs sent to Traffic Monitoring Centre when networked
Controller shall have / support ATCS algorithms to calculate traffic flow
15. for every cycle and optimizes cycle time and green split for a single
intersection or controls the right settings offset and split for a corridor.
Timing generated within a traffic signal controller shall be digitally derived
16.
shall be accurate to +100 ms.
Should be EN 12675 compliant Traffic signal controller with functional
17. safety requirements with EN 12675 or equivalent certificate. The MSI shall
ensure the necessary certification is submitted before supply.
Should be EN 50293 compliant Traffic signal controller with
18. electromagnetic compatibility with EN 50293 or equivalent certificate. The
MSI shall ensure the necessary certification is submitted before supply.
Should be IEC 60950-1 compliant Traffic signal controller with IT – safety
19. with IEC 60950-1 or equivalent certificate. The MSI shall ensure the
necessary certification is submitted before supply.
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1. Active Pixels 3840 × 2160 @ 25/30fps in main stream
8MP/4K, 1-inch Sensor or equivalent
2. Image Sensor Type
(Satisfying other relevant parameters)
3. Shutter Speed 50 μs to 20,000 μs or better
4. Digital Noise Reduction 2D / 3D DNR
5. Lens focal length 12- 40 mm/equivalent
6. IR Range 25m or better
7. Video Compression H.265, H.264
8. SNR 60 dB
To cover all arms at respective locations (upto 3
9. Coverage
lanes)
10. Video Capture of vehicles Minimum upto vehicle speed of 150 km/h
11. Image Enhancement BLC, HLC should support
Dual Stream with can be configured
12. Video Stream
individually
13. Trigger Mode External I/O trigger/Radar trigger/Video trigger
14. Digital I/O 2-ch inputs, 2-ch outputs
Built-in micro SD, up to 128 GB
15. Storage
(Critical in case of network downtime)
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1. Active Pixels 2560 x 1440 at 20 fps
2. Image Sensor Type 1/3 inch Progressive Scan CMOS or better
3. Shutter Speed 1/3s to 1/100,000 s
4. WDR 120dB Min.
5. Digital Noise Reduction 3D DNR
6. IRIS Auto Iris DC Drive
7. Lens 8-50 mm , C/CS Mount
8. IR Range up to 80m using external IR Illuminator
9. Video Compression H.265, H.264, MJEPG
10. Video Stream 3 Stream with can be configured individually
11. 1st Stream 2560 x 1440 at 20 FPS
12. Edge Storage MicroSD slot supporting mmc for min. 256 GB
Anti-flicker, mirror, password protection, privacy
13. General Feature
mask, watermark, IP address filter
Upload to FTP / memory card, notify TMC, trigger
14. Alarm Notification
recording, trigger capture, trigger alarm output
15. White Balance Yes
16. Automatic Gain Control Yes
17. Day / Night Switch Day, Night, Auto, Schedule
18. Backlight compensation Yes
19. Region of Interest Yes
20. Simultaneous Live View upto 6 channels
21. Alarm 1 input interfaces, 1 output interfaces
ix. IR Illuminator
Compliance
# Parameters Minimum Specifications
(Yes / No)
Make
Model
High efficiency ultimate SMD LED technology
1. Type
(Covert IR Wavelengths: 850 nm or 940 nm)
2. Distance Upto 95-100 m
3. Construction Rugged Weatherproof, IP 66 or better
4. Power Input Power 230 VAC/POE++
Automatic On/Off facility
5. Other feature
Beam pattern up to 60 Deg or better
6. Certification CE & FCC and UL
As per design requirement to ensure night vision for all the Camera systems, ANPR system etc. MSI
shall provide IR at one or more location with better specifications as per field requirement as directed
by NMC from time to time, at no extra cost to NMC.
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1. Sign size 1000mm X 1000mm
2. Matrix Pixel Pitch 25mm
3. Brightness > 8000 CD/m2
4. Dual colour Red (violation) and Green / Amber (within limit)
5. Viewing angle >30 degrees
Compliance
Sr. Parameter Minimum Specifications
(Yes / No)
Make
Model
1 Colour True Colour
2 Brightness and The displayed image shall not appear to flicker to the
Legibility normal human eye.
Auto dimming feature to adjusts to ambient light level.
3 Pixel Density Minimum 10,000 pixels per sqm or higher
4 Luminance L3 as per IRC/EN 12966 standards.
Class
5 Luminance a. Should be automatically provide different luminance
Control & auto levels but shall also be controllable from the traffic
Diming Centre using software.
b. Auto dimming capability to adjust to ambient light
level (sensor based automatic control)
c. Photoelectric sensor shall be positioned at the sign front
and sign rear to measure ambient light. Capable of
being continually exposed to direct sunlight without
impairment of performance.
6 Contrast Ratio R3 as per IRC/EN 12966
5000:1 or better
7 Brightness 6500 cd/m² or better
(Calibrated)
Page 265 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameter Minimum Specifications
(Yes / No)
8 Beam Width B6 / B6+ as per IRC/EN12966 standards: Viewing angle
shall ensure message readability for citizens, motorists,
pedestrians, etc. on the respective locations
9 Display Fully programmable, full colour, full matrix, LED displays
capability Alpha-numeric, Pictorials, Graphical and video
10 Display To support both pictograms and bilingual (English and
Language Marathi - Devanagari) text
11 Display Front It shall utilize a front face that is flat, scratch-resistant,
Panel wipe-clean, 100% anti-glare
12 Flicker Refresh Frequency should not be less 90 Hz. No visible
flicker to naked eye.
13 Message Dynamic message creation through the Control Room
Creation VMS application. The VMS shall also support message
creation through Laptop / Device loaded with relevant
software.
14 In built Sensor Photoelectric sensor, Ambient light sensor.
15 Storage Minimum 60 GB
capacity Embedded VMS controller should be capable to store at
least 100 messages and symbols/pictograms to allow
display to run in isolated mode on a predefined-structures /
timings, in case of connectivity failure.
16 Display Area 3 meters length x 1.5 meters height (+ - 5% )
17 Pixel Pitch P10 Each pixel should be encapsulated with prismatic lens.
18 Picture Display a. At least 300mm as per IRC /EN 12966 standards
b. Full Matrix: Number of lines & characters adjustable,
active area: 2.88mX1.2m at least
c. Synchronized Dot to Dot display.
d. Capable of displaying real time message generated by
Traffic Monitoring Centre (TCC).
e. Special frontal design to avoid reflection.
f. Display shall be UV resistant.
19 Viewing Suitable for readability from 150 Mtrs. or more at the
Distance character size of 240mm, from moving vehicles.
20 Number of The number of lines and characters can be customized as
Lines and per the requirement (Min 3 Lines and 10 Characters)
Characters
21 Display Direct current control driving circuit. Driver card of display
Driving method applies, Direct Current Technology
22 Display Style Steady, flash, partial flash, right entry, left entry, top entry,
bottom entry, canter spread, blank, and dimming
23 Operating At least should support MPEG-4, WMV, QuickTime, AVI
System Video (without sound)
24 Image JPEG, PNG, BMP, GIF, PDF etc
25 Text Multiple fonts, Speeds, colours, animations
26 Access Control Access control mechanism would be also required to
establish so that the usage is regulated.
27 Integration integration with the TMC application
28 Battery 230VAC+ 15%, 50Hz, Single Phase (automatically re-start
in the event of an electricity supply failure) / at least 2 hours
UPS backup.
Batteries with solar charging options can also be
recommended as back up
29 Casing Weather-proof display for VMS
Compliance
# Parameter Minimum Specifications
(Yes/No)
Adequate capacity to cover all above IT
Components at respective location. UPS can be
either DIN Rail mount / Rack Type / Tower
1. Capacity & Type
Mount type suitable for outdoor locations,
considering the space constraints inside the
Junction Box as per site conditions.
2. Output Wave Form Pure Sine wave
Input Power Factor
3. >0.90
at Full Load
4. Input Single Phase 3 Wire for over 6 KVA/6KW
Input Voltage
5. 140-270 VAC
Range
6. Input Frequency 50Hz +/- 3 Hz
7. Output Voltage 230VAC, 3 Wire Single Phase
8. Output Frequency 50Hz+/- 0.5% (Free running); +/- 3% (Sync. Mode)
9. Inverter efficiency >90%
Overall AC-AC
10. >85%
Efficiency
UPS should shutdown with an alarm and indication on
following conditions 1) Output over voltage 2) Output
11. UPS shutdown
under voltage 3) Battery low 4) Inverter overload 5)
Over temperature 6) Output short
12. Battery Backup 60 minutes in full load
13. Battery Li-Ion only
Indicators for AC Mains, Load on Battery, Fault, Load
14. Indicators Level, Battery Low Warning, Inverter On, UPS on
Bypass, Overload, etc.
Battery low, Mains Failure, Over temperature,
15. Audio Alarm
Inverter overload, Fault etc.
Compliance
# Parameter Minimum Specifications or better
(Yes/No)
• On site-out station processing unit, should be a DIN rail mount industrial
grade unit
1. • Only single LPU is preferred per site requirement for each junction.
• Should be scalable and latest Gen CPU, RAM, SSD and OS to be offered.
SATA or any other HDD not acceptable.
• System be equipped with appropriate storage capacity for
7 days 24X7 recording, with overwriting capability.
Data
2. Storage on
• The images should be stored in tamper proof format only.
site • It should be noted that at any point of time the local
storage at the base station should have the data of previous
7 days irrespective of availability of network connectivity.
3. Network Wired & GSM based wireless technology with 4G capability.
Minimum 2(two) USB Port to support the latest external mass storage devices
4. and Ethernet (10/100) Port for network connectivity. However, all logs of
data transfer through the ports shall be maintained by the system.
5. Advanced Encryption Standard (AES) shall be followed for data encryption
on site and TMC, and its access will protected by a password.
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1 Processor Latest generation 64bit X86 Quad core processor (3Ghz)
AMD 64 Bit or better / with min 10 Mb Cache memory
2 Chipset Latest series 64bit Chipset
3 Motherboard OEM Motherboard
4 RAM Minimum 2x8 GB DDR3 ECC Memory @ 3200 Mhz.
Slots should be free for future upgrade. Minimum 4
DIMM slots, supporting up to 32GB ECC
5 Graphics card 8 GB GDDR5 AMD/NVIDIA Professional Series
Graphics Card supporting 3 no. of 4K/UHD Monitor
output
6 HDD 1 TB SATA-3 Hard drive
@10000 rpm with Flash Cache of 64GB SSD
7 Media Drive NO CD / DVD Drive
8 Network 10/100/1000 Mbps autosensing on board integrated RJ-45
interface Ethernet port.
9 Audio Line/Mic IN, Line- out / Spr Out (3.5 mm)
10 Ports Minimum 6 USB ports (out of that 2 in front)
11 Keyboard 104 keys minimum OEM keyboard
12 Mouse 2 button optical scroll mouse (USB)
14 Monitor • Three Monitors of 24” TFT LED monitor,
• Minimum 1920 x1080 resolution, 5 ms or better
response time
• Thin bezel not exceeding ½ inch
• Minimum input of 1xDP, 1x HDMI, 1xDVI
• Energy Saving
• Allow tilt and swivel motion
• Black colour
• TCO 05 (or higher) certified
• Monitor shall have high refresh rate to eliminate
screen flicker causing eyestrain and headache
• Monitor shall have adjustment controls (e.g.
brightness/contrast) easily accessible, easy to locate
and easy to use
• The TFT Monitor, CPU, Mouse and keyboard
workstation shall be of same make.
15 Certification Energy star 5.0/BEE star certified
16 Operating 64-bit OS with recovery disc
System Preferably Windows 11 or above.
Software Microsoft Office Word, Excel and PPT, and any
Leading End Point Protection software with license for
5 years pre-loaded.
17 Security BIOS controlled electro-mechanical internal chassis lock
for the system.
18 Antivirus Advanced antivirus, antispyware, desktop firewall,
feature intrusion prevention (comprising of a single, deployable
agent) which can be managed by a central server.
(Support, updates, patches and errata for the entire
contract / project period)
Compliance
# Parameter Minimum Specifications
(Yes / No)
Make
Model
1 Print Speed Black: 16 ppm or above on A3, 24 ppm or above on A4
Color: 8 ppm or above on A3, 12 ppm or above on A4
2 Resolution 600 X 600 DPI
3 Memory 8 MB or more
4 Paper Size A3, A4, Legal, Letter, Executive, custom sizes
5 Paper 250 sheets or above on standard input tray, 100 Sheet or above on
Capacity Output Tray
6 Duty Cycle 25,000 sheets or better per month
7 OS Support Windows 8 and above
8 Interface Ethernet Interface
Compliance
Sr. Parameter Minimum Specifications
(Yes / No)
Make
Model
1. Printer Type Laser
All in one with auto document feeder and auto
2. Function Type
duplexing feature
3. Function Print, Scan and copy
4. Printer Output Monochrome
5. Paper Size supported A4, A5, A6, letter
6. Printer speed Minimum of 15 PPM
7. Printer resolution 1200 X 1200 DPI
8. Connectivity USB 2.0/WIFI/LAN
9. Monthly print volume Minimum of 2000 pages
10. Scanning Resolution 300 Dpi or better
11. Display out LED Monochrome
12. OS support Windows 10 or Higher
13. Accessories Power cord, USB connector cord, SDK
Compliance
Sr. Parameter Minimum Specifications
(Yes/No)
1 UPS Topology On line double conversion
Modular, scalable, redundant based on 25kw
2 Architecture of the UPS Power Modules, Pluggable type within Single
Frame
3 Modular chasis rating 125 KW
Modules required
4 50 KW, using 2 nos of 25 KW Power Modules
capacity
Each Module must have its own Controller /
5 UPS Module
Rectifier / Inverter / Static Bypass / Charger
In/Out phase
6 Three phase-Three phase
Configuration
7 Neutral Neutral Passing through
Output wave form on
8 Sinusoidal
mains run
Automatic, Distributed Type (Common Bypass
9 Bypass type
not accepted)
Maintenance Bypass
10 Should be provided inbuilt
Switch
11 Transfer time Zero
Each Frame should be able to run in Parallel
12 Paralleling mode and share the load, even during Control
communication failure between them
B Input
1 Nominal Voltage 400 V three phase
2 Voltage range -20% to + 15%
3 Frequency 50 Hz to 60Hz (autosensing)
THDIin (Current
4 < 3% at 100% of nominal load
Harmonics)
5 Power Factor > 0.99
UPS should work on Mains & charge the
Phase Sequence
6 battery during any Phase Reversal at Input
Correction
(It should not go to battery)
C Output with mains (AC-AC)
1 Nominal voltage 400 V three phase
2 Nominal power 50 kw
3 Active power 50 KW
AC-AC Efficiency (On
4 >96%
Line)
5 Voltage variation (static) ± 1%
Voltage variation
6 (dynamic 0-100%; 100- ± 1%
0%)
THDv on nominal power
7 <0.5%
(linear load)
THDv on nominal power
8 <1%
(non linear load P.F.=1)
9 Frequency 50 Hz o 60 Hz (autosensing or selectable)
Synchronized with input frequency or
10 Frequency tolerance
± 1% free run
11 Current Crest Factor 3:1 accordingly with IEC EN62040-3
10 min - 125% load rate with no bypass
12 Overload capability
intervention
All network passive components should be from same OEM (except Field Termination plug). Any
exception shall be upon written approval of NMC.
Compliance
Sr. Minimum Specification
(Yes/No)
Make
Model
1 Industrial Grade POE Surge Protector
Should support 1 x 10/100/1000Base-T(x) RJ45 Port In-Line, 60W PoE
2
Support.
3 Should not require additional ground cables
4 Should Support PoE Pass-Through up to 60W
Transparent to all types of traffic and protocols including VLAN’s,
5
Jumbo Frames, Multicast etc.
The product should be EN 61000-4-2, EN 61000-4-5 and IEC 61643-
6
11 certified
7 To be used for each camera end and controller end connectivity
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
12 Core Single mode (OS2), Stranded Loose tube, Gel-free,
1 Core outdoor armoured, Fiber Optic Cable for backbone cabling in
outdoor ducts or direct buried applications.
Qualification ANSI/ICEA-S-87-640, EN 187105 and Telcordia GR-20
Standards Standards
2
Fiber ITU-T G.652.D, ITU-T G.657.A1 (bend insensitive) and TIA-
Compliance 492CAAB (OS2)
3 Fiber size 9/125/250 micron coated fibers.
4 No. of Fibers 12
No. of Tubes 2
a) Jacket Material: PE / MDPE outer sheath
b) Armor Type: ECCS tape min thickness 0.15mm
Construction c) Number of fibers per tube: 6
5
Materials d) Jacket Color: Black
e) Jacket UV Resistance: UV Stabilized
f) Subunit Type: Gel-free
Page 275 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
g) No. of Rip cords: 2
h) Water Swellable Tape: Yes
a) Cable Diameter: 10.0 – 12.0 mm
6 Dimensions
b) Cable Weight: 100 - 160 kg/km ± 10% or more
a) Minimum Bend Radius, loaded: 20X OD
Physical b) Minimum Bend Radius, unloaded: 10X OD
Specifications c) Tensile Load, long term: 800 N or better
7
d) Tensile Load, short term: 2700 N or better
Environmental
Aerial, lashed or Buried
Space
a) Compression: 40 N/mm (as per IEC 60794-1 E3)
Mechanical b) Flex: 35 Cycles (as per IEC 60794-1 E6)
8 Test c) Impact: 2.8 – 3.0 N-m (as per IEC 60794-1 E4)
Specifications d) Water Penetration Test Method: 24 h (as per IEC 60794-
1 F5)
Attenuation, Maximum
Optical a) 0.22 dB/km @ 1550 nm
9
Specifications b) 0.34 dB/km @ 1310 nm
c) 0.31 dB/Km @ 1385nm
Fiber Colour TIA 598 colour code for fiber strands and Loose tubes – Blue,
10
coding Orange, Green, Brown, Slate & White.
Central – non metallic FRP or GRP rod, 1.70 +/- 0.20 mm.
Strength
11 Peripheral – Water blocking threads and Swellable tape wrap
members
around the loose tubes.
PBTP loose tubes shall be gel-free. Tube diameter of 2.1mm
12 Loose tubes
nominal.
Compliance
Sr. Minimum Specification
(Yes/No)
Make
Model
Modular type configurable Fiber shelf enclosure, shall accommodate 4 pigtail
1.
cassettes/adapters for a total of 48 fiber terminations.
The width shall be 19 inches and height of 1U/2U, with a minimum of 18-inch
2.
depth.
3. The shelf/LIU shall have front sliding access.
The Fiber shelf must be intelligent ready and must support field upgrade to
4. intelligent fiber panels without removal of existing patch cords and without
disruption of network services.
5. Shall have splice trays to splice minimum 48 / 32 fibers.
6. Shelf shall have integrated front patch cord trough and admin label window.
Shall be supplied with Factory fitted fiber cassette assembly pre-installed with 6
7. duplex LC SM adapters and 12xLC SM pigtails/shall accommodate 4 pigtail
cassettes/adapters plates for a total of 48 fiber terminations.
8. Pigtail shall be 900 micron tight buffered SM as per G.652.D and G.657.A1, OS2
Pigtails on each port shall be individually color coded as per TIA 598 for easy
9.
identification
10. LC ports should be supplied with external dust covers.
11. Insertion loss: 0.30dB or less
12. Return Loss: 50 dB or higher
No of Cassettes/Adapter plates per LIU shall be matched with the required LIU
13.
configuration.
v. Outdoor Fiber Distribution enclosure (field side / for outdoor junctions)
Page 276 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
vi. Outdoor Fiber Joint Closure (same OEM as of the fiber cables)
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
Fiber Optic Joint closure shall be of single ended
1 Type environmentally sealed enclosure for fiber management in the
outside plant network
Shall be available for 12 fiber / 24 fiber / 48 fiber splice
2 Size options
options.
Base and dome to be sealed with a clamp and O-ring system.
3 Sealings The sealing agent must be of re-usable mechanical type. Heat
shrink type is not accepted.
Multiple cable inlet options from upto 4 round cable ports and
4 Cable inlets
atleast 1 oval port shall be provided
Splice trays to be hinged for access to any splice without
5 Splice trays
disturbing other trays
Closure shall be compatible with most common cable types:
6
Cable e.g. loose tube, central core, slotted core, ribbon fiber
Handling Shall be capable of receiving cable OD of 15-19mm 2 nos and
7
9-12mm cables OD upto 4 nos.
The closure shall be suitable for usage in aerial, pedestal and
9 Environment underground (up to 5 meters) environments.
Shall be IP 65 or better rated for outdoor usages.
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
LC/UPC to LC/UPC Duplex tuned Fiber Optic Patch Cord,
1. Type
9/125 Micron, 2.0 X 4.0 +/- 0.20 mm duplex
ITU-T G.652.D and ITU-T G.657.A1 Bend Insensitive
2. Standard
Singlemode OS2 Fiber compliant to Telcordia GR 409.
Cable
3. LSZH
Sheath
Flame Test
4. NEC OFNR/ (ETL) listed.
Listing
Flame test
5. IEC 60332-3, IEC 61034-2 and IEC 60754-2
compliance
6. UL Listings Shall be UL 1666 and UL 1685 compliant.
Insertion
7. < 0.3 dB
Loss
8. Return Loss > 50 dB
End face
9. Shall be UPC polished.
geometry
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
CAT6 U/UTP 4 pair Outdoor Armored Cable, solid bare
copper with cross filler pair separator exceeding
1 Type
ANSI/TIA 568 CAT6 and ISO/IEC 11801 Class E
standard
23 AWG solid Copper, 4 Pair UTP, Outdoor double
2 Construction
jacketed
Support 1000BASE-T application at 250 MHz as per
3 Application
CAT6 channel upto 70 mtr.
4 Inner Jacket – Polyethylene (PE) / PVC.
Jacketing
5 Outer jacket – UV resistant LSZH sheath
Outer jacket
6 1.4mm or better
thickness
7 Armor ECCS tape armor
8 Armor thickness Min 0.125mm or better
9 Outer Diameter 10.0 - 12.0 mm
10 Packaging 305 Mtr Reel
11 Frequency Tested upto 250 MHz
Min NEXT – 33.1dB
Performance
Max Insertion Loss – 35.9dB
12 @250Mhz for
Min Return Loss – 8.0dB
70m channel
Min PSNEXT – 30.2dB
Max DC resistance: 9.38 Ohm/100m
Electrical
13 Mutual Capacitance: 5.6 nF/100m
parameters
Delay Skew: <45 ns
14 Tensile rating 1000N or better
15 Crush resistance 1000N or better
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
Category 6, UTP Modular Outlet Jack, Complying
1. Type
to ANSI/TIA 568.2-D and ISO/IEC 11801
Min Mating cycle
2. 750 mating cycles
life
Min termination
3. 200 termination cycles
Punch down support
Min Plug Retention
4. 50 N or higher.
force
Cable strain Integrated bend-limiting and strain-relief unit for
5.
protection cable entry
6. Clutter free access Jack shall not have any internal shutter or dust cap.
Bidder should have a mechanism to maintain the
Termination
7. quality of the termination ir-respective of the skill
procedure
level of the termination staff.
8. Housing Polyphenylene oxide, UL 94V-2 rated ,Or better.
9. Jack contacts Beryllium copper, and plated
(b) Shall be Intertek / ETL certified for 4 connector
channel performance in compliance with –
10.
ANSI/TIA 568-C.2
Standards ISO/IEC 11801
(c) Zero BER certified to IEEE 802.3 for
11. 1000BASE-T applications.
Tested for PoE and PoE+ applications.
Shall be IEC 60603-7 compliant
12. Plug performance
Min Insulation resistance 500 mOhm.
13. Current rating 1.5A
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
MiniPod, 6 port, unloaded with angled port adapters,
1 Type
unshielded.
Shall be designed for use with all standard flexible conduit
2 Application
systems
3 Mounting Mounting type shall be surface mount, Black colour
Shall be supplied with admin labels, mounting screws and
4 Accessories
accessories.
6 Dust protection Each port shall feature integrated sliding dust covers
7 Material ABS UL 94V-0 rated
8 Port performance CAT6 UTP as per ANSI/TIA 568-C.2 and ISO/IEC 11801.
Ports shall deliver 1.5A current rating;
Electrical Insulation resistance min. 500+-20% MOhm.
9
parameter Contact Resistance, maximum 100,+-20% MOhm .
IEC 60603-7-4 compliant
Shall support re-entry of cables for future changes and
10 Cable handling
expansions.
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
Make
Model
24-port, Modular, 1U, UTP Patch Panel, Category 6,
1. Type
ANSI/TIA 568-C.2 and ISO/IEC 11801
Configured as 6 Port Module with individually
2. Port arrangement
replaceable CAT-6 Jacks
9mm or 12mm Labels on each of 24-ports (to be
3. Port Identification
included in supply
4. Mating cycle life 750 mating cycles
Punch downs
5. Min 200 times
supported
Integrated bend-limiting strain-relief unit for cable
6. Accessories
entry
7. Cable support Shall be supplied with removable rear cable manager.
8. Housing Polyphenylene oxide, 94V-0 rated
9. Jack contacts Beryllium copper and plated
10. Panel Black, powder coated steel
11. Approvals UL and cUL listed.
12. Termination Pattern T568 A and B;
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
CAT6 UTP RJ45 Patch Cord complying to ANSI/TIA
1 Type
568.2-D, ISO/IEC 11801 and IEEE 802.3bt (Type 4)
2 Conductor 24 AWG 7 / 32, stranded copper conductors 100 Ohm
3 Length Shall be available in multiple length and jacket colour.
4 Plug Protection Factory fitted strain relief boots on either side
5 Jacket LSZH as per IEC 60332-1
6 Wiring Shall be available in universal B-wiring
7 Performance In Compliance with IEC 60603-7
Intertek - ETL 4 connector channel compliant.
8 Approval
UL 1863 compliant.
Compliance
Sr. Parameters Minimum Specification
(Yes/No)
1 Standardization Compliant with Cat.6/Cat6A
2 Cable shield U/UTP
3 Number of conductors 8
4 Termination IDC type Tool less field termination plug
PC UL 94V-0/Copper alloy High-impact, flame
5 Material
retardant, thermoplastic
6 Contact material Metal
7 Mating cycle 750 cycle min
Compliance
Sr. Minimum Specification
(Yes/No)
ATCS/ITMS/RLVD/VMS/Application / Database/ Recording / Viewing
1.
/EMS & NMS Other Servers
2x Intel Xeon/AMD 24 Core 64 Bit Processor 2.8 GHz or better base
2.
performance
3. 64 GB of RAM @ 2933 MHz DDR4 ECC or better Server Class Memory
At least 5 blade server to be configured with 20TB usable space using
4.
suitable drives configured in RAID 5 from Day 1.
5. 4x GbE Network Interface Card or higher bandwidth interfaces
To be supplied with suitable HBA/VIC cards from day 1 as per solution
6.
requirement without any additional cost
Operating System: Licensed version of 64 bit Server Edition latest version
7.
of Microsoft® Windows based Operating system
Form Factor-Blade. *All Server scaling/sizing to be done in such a manner
that the it should fit inside 1 single supplied Server Rack and get connected
8.
with the Storage box in the same Rack. No separate Rack will be considered
for Servers and Storage box.
Virtualization-Shall support Industry standard virtualization hypervisor like
9.
Hyper-V/ VMware.
To be supplied with required latest version of Enterprise level OS, Database,
10. Virtualization license as per offered solution for entire project period from
Day 1
11. Redundant Hot Swappable PSU as per Blade Chasis offering from OEM
12. The Server should be ASHRAE certified
Compliance
Sr. Parameter Minimum Specification
(Yes/No)
1. Offered storage shall be an enterprise storage array & 99.9999%
data availability guaranteed architecture. Shall be published as
enterprise array on the vendor web site.
Data 2. 99.9999% data availability guaranty shall be clearly mentioned on
1
Availability vendor web site for the offered model. If vendors are not supporting
the 99.9999% data availability as per their website, then vendor shall
quote additional Controller and 10% additional capacity as cold spare
along with array for mitigating the failure situations.
The storage array should support industry-leading Operating System
OS &
platforms & clustering including: Windows Server 2019 / 2022,
2 Clustering
VMware 7, Linux and HP-UX (subject to RFP functional
Support
requirement)etc.
1. Offered Array shall be scalable to at-least 4PB native raw capacity
in a single storage system. 1 PB Usable capacity should be provided
from Day 1.
2. Offered array shall support at-least 900 drives.
3. Offered Storage array shall be supplied minimum with 1PB
Capacity &
3 Capacity using 14TB encrypted drives and shall be configured in Raid
Scalability
6. Vendor shall not use more than 10D+2P while sizing the array.
4. Offered Storage shall be able to protect at-least 2 drives failure
simultaneously within a given raid group.
5. Offered storage shall support both SSD and HDD. HDD shall
support both SAS and NL SAS drives.
1. Vendor shall offer only the encrypted drives with appropriate
encryption licenses and shall meet FIPS 140-2 – Level 2 security
requirements. Vendor shall not offer any controller based or Software
Storage
4 based encryption.
Encryption
2. Offered FIPS 140-2 Validated encryption drives shall support both
KMIP 1.3 and KMIP 1.4 for key management solutions. Vendor shall
offer at-least internal Key manager engine for key management.
1. Offered Storage shall be supplied with at-least Dual controllers per
array in true symmetrical active-active mode with automatic failover
to each other in case of failure and shall be scalable to at-least Quad
controllers in a true symmetrical active-active mode without changing
the existing controllers.
2. Vendor shall ensure that all controllers with and without scalability
No. of should be connected to a common backplane and shall not use any
5
Controllers loosely connected architecture like through SAN Switches, Ethernet
Switches, InfiniBand switches etc.
3. The storage architecture must support the required performance and
capacity scalability as a single enterprise storage system with the
common backplane and not a storage solution with multiple
silo/groups of the dual controller storage in a clustered configuration
proposed to meet the performance and scalability requirement.
1. Offered Storage array should have at-least 1TB protected DRAM
cache and shall be scalable to at-least 2TB without replacing the
existing controllers.
Cache and 2. Complete offered cache shall be both Global and coherent.
CPU 3. DRAM Cache shall be completely dynamic for read and write
6
Processing operations and vendor shall not offer any additional card / module /
Power drive for write cache operations
4. Offered storage shall be supplied with at-least 80 numbers of CPU
cores and shall be scalable to at-least 160 Cores without replacing the
existing controllers.
Page 283 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameter Minimum Specification
(Yes/No)
5. The cache should be capable of mirroring all writes and keeping a
single cached copy of read data, thereby eliminating cache wastage
for mirrored reads, and optimizing cache resources utilization. In case
both read and write cache is mirrored by storage, the vendor must
provide a solution with at least 50% additional cache required for
mirroring read data.
1. Offered Storage shall have dedicated, separated parallel processing
engines, apart from CPU cores for effectively handling Raid-
Processing Rebuilding and data striping, thin re-claim etc.
Power - 2. Storage array shall be supplied with at-least 8 dedicated above
7 Parallel processing engines either in the form of ASICs or other equivalent
processing technologies and shall be scalable to at-least 16 such engines without
engine replacing the existing controllers.
3. If vendor doesn’t support above critical feature, then additional 16
CPU Cores shall be supplied.
1. Controllers shall be true symmetric active-active so that a single
logical unit can be shared across all offered controllers in symmetrical
Architecture & fashion, while supporting all the major functionalities like Thin
8 Processing Provisioning etc.
Power 2. Offered storage array shall have native virtualization support so that
Raid can be carved out from a logical space instead of dedicating
separate physical disks for each application.
1. Offered Storage Array shall be configured in a No Single Point of
No Single configuration including Array Controller card, Cache memory, FAN,
9 point of Power supply etc.
Failure 2. Offered Storage Array shall be configured with High Availability
at Cage Level.
a. Providing Firmware upgrade and patch upgrade recommendations
proactively along with release notes and with awareness of the
peripheral infrastructure connected to the array.
b. Dashboard shall clearly highlight whether there is any issue with
array with respect to best practices and shall recommend the required
action, if any.
c. Providing extremely granular per-minute historical capacity and
performance trend analysis by default, without the need to enable
extra logging, install any appliances (physical or virtual), or install
Cloud Enabled
any software.
10 Monitoring
d. Vendor cloud enabled monitoring and analytics engine shall be
and Analytics
completely integrated with their support team so that it can provide
history of support cases logged with Support team under different
column like Critical, Normal and low severity along with closed
cases. Cloud monitoring tool shall be able to provide the complete
month-wise breakup.
e. Shall be able to provide the executive Dashboard covering various
critical and must aspects of Total Capacity, overall health / wellness
score of array. De-duplication and compression ratio, over-all front-
end performance etc.
Cloud enabled Analytics engine shall have capability to provide
following:
a. Shall have capability of global learning – Analytics engine shall
collect control information from at-least 50000+ arrays across vendor
Cloud Enabled
11 installed base for meaningful output. Vendor shall provide the
- Analytics
documentary proof for it.
b. Analytics engine shall have capability of proactive
recommendation for arresting the issues / problems noticed at other
install base of vendor after identifying the problematic signature.
Page 284 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameter Minimum Specification
(Yes/No)
Cloud enabled monitoring and analytics engine integration with
Hypervisor
a. Offered Cloud enabled monitoring and analytics engine shall be
tightly integrated with Hypervisor layer and shall be certified to work
with at-least VMware.
b. Hypervisor integration shall be able to provide end to end
monitoring of hypervisor Datacenter, Data-store, Hypervisor Host
and VMs running within the hypervisor datacenter and shall be able
Cloud Enabled to link with offered storage array.
12 - HyperVisor c. Cloud monitoring and integration tool shall provide the detailed
Integration analysis of CPU Contention, Memory contention, IO contention for
each VM – including the latency.
d. Cloud monitoring and integration tool shall have capability to
identify the top VMs which are contributing towards maximum IOs
and Latency.
e. In case vendor doesn’t support the above offered functionality then
Vendor shall supply the enterprise license for VMware vRealize suite
for at-least 20 Physical servers, each running with dual physical
CPUs.
Offered Storage array should have cloud native data console for
managing unlimited number of arrays. Cloud native console shall
provide following functionalities:
a. Common Dashboard for all managing multiple arrays through a
single cloud native data console.
b. Main Dashboard shall provide the information of Total number of
Arrays, Volumes, hosts, Capacity and performance information of top
Arrays and Volumes.
c. Common role based access control for managing multiple arrays
through a single data console instead of creating users and assigning
Cloud native
roles individually at each array.
13 data console
d. Common Audit management for all arrays
(Management)
e. Shall have capability for tagging the Storage volume to given host
applications so that performance charts can be drawn for application
instance for easy management and troubleshooting.
f. Offered console shall advise about Placement of application on best
fit system based on workload after application tagging.
g. Shall be able to provide the context aware software updates on the
storage array.
h. Shall be able to offer storage management and configuration as a
service instead of controlling, patching and upgrading the
management application by onsite team
1. Management application shall be truly cloud native so that there
shall be no need to configure, upgrade, patching of management
application during the life-cycle of support contract and shall be
Cloud Native
offered as a service.
data console
14 2. In case, vendor need any additional service like clustering /
Management -
federation for managing multiple arrays from a single console and
Life Cycle
doesn’t have cloud native data console – then all required accessories
like dual Ethernet switches, cables, at-least dual management server
in HA etc. shall be provided upfront for at-least 16 arrays.
1. Vendor shall do comprehensive Cloud based assessment, at-least
for VMware environment on a quarterly basis and shall factor the
Site required services for it.
15
Assessment 2. Assessment shall provide the detailed analysis of VMware Hosts –
CPU & Memory utilization, Storage analysis and relevant findings of
contention, Culprit and Victim VMs in the environment attached to
Page 285 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Compliance
Sr. Parameter Minimum Specification
(Yes/No)
offered storage. Offered assessment shall do complete analysis of
licensing as well.
1. In case of power failure, storage subsystem shall have de-staged
mode so that un-committed information can be protected. De-staging
Data shall happen to vault drives and vault drives shall be encrypted.
16
Protection 2. Vendor shall not use any Vault drive as data drives for capacity
calculation. Offered Vault drives shall not be the part of supplied disk
enclosures.
1. Offered Storage array shall have minimum of 16 x 32Gbps Fiber
Channel ports 8 x 25Gbps ISCSI ports. All ports shall have capability
to work at line speed.
Compliance
Sr. Minimum Specification
(Yes/No)
Racks should be self-Contained.
Proper Air circulation within Rack Cooling solution should
be provided
General Rack should have 100% assured compatibility with all
1
Requirements equipment’s conforming to DIN 41494 (General Industrial
Standard for equipment’s) or Equivalent EIA /ISO / EN
Standard
The Racks should be not more than 42U in height with
800X1200 for Network/ Server application
The Rack unit supported by Plinth should support a static
load of at least 1,500 kg, total installed equipment weight.
The rack should have Front Glass door and Back Metal
Physical door
2
Specifications The Rack should have two side panels, top Cover, four
vertical frame posts, four adjustable 19” verticals and
grounding and bonding accessories pre-installed by the
manufacturer.
The Rack should have 31U usable Space
The Rack should have 4No’s adjustable, 19” verticals with
punched square hole and Universal size alternating hole
pattern offers greater mounting flexibility, with Numbered
U positions
Equipment
Mounting hardware for equipment fixing included
3 Access &
Installation The front and rare doors should be easily detachable
The front and rear doors should be openable to allow easy
access
Side panels should flush with the frame, so the overall
width of the unit does not change with the side panels
installed.
All weight bearing components should be made from steel
Material
4 All sheet metal parts should be Pre Treated and powder
Requirements
coated meeting ASTM Standard.
All enclosure components i.e. frame and door should be
bonded together and to rack ground point
Grounding OEM to provide rack ground point, Provision to further
5
Requirements ground to Telecom Ground bus bar System
Grounding and bonding as per UL Standards
Compliance
Sr. Minimum Specification
(Yes/No)
Make
Model
GENERAL
Proposed hardware platform should be of high performance, highly scalable, and
purpose-built next Generation platform for application security with integrated
functionalities of Application Load Balancer and Web Application Firewall (WAF)
1
from same OEM running on same OEM OS version and platform; Web Application
solution should not be virtual WAF and it should not white labelled WAF running on
third party hardware.
The appliance must support Programmability to support Automation, native integration
and orchestration.
2
Support of JSON and Rest API for the automated-on boarding of layer2-3 objects such
as routes, virtual servers, VLAN’s, pools and layer7 configurations
The solution should support template/script driven configurations to abstract the
3
complexity and reduce the misconfigurations for the on boarding of applications
HARDWARE
Virtualization feature that virtualizes the device resources – including CPU, memory,
network, operating system and acceleration resources. Each virtual SLB instance
contains a complete and separated environment of the following:
5 i. Resources
ii. Configurations
iii. Management
iv. Operating System
The ADC must use it's own Hypervisor which should be a specialized purpose build
6 hypervisor and NOT a commercially available hypervisor like XEN, KVM etc. It
should NOT use Open Source/3rd party Network Functions.
1. Minimum 8 X 10G SFP+ ports provisioned from day one (1) with SR transceivers
and same should be upgradeable to 25Gig Speed with change of Transceivers only.
Appliance must support 40G and 100G ports for future scalability
2. The proposed hardware must support minimum 50 Gbps of SSL throughput (bulk
7 encryption)
3. Appliance must provide minimum SSL TPS of 80K with RSA 2K keys and 60K
TPS with ECC ECDSA P-256
4. Minimum compression throughput of 40 Gbps
5. Minimum L7 throughput- 90Gbps
The solution shall be provided in High Availability in Active-Active and Active-
8 Passive Mode configuration, when deployed in dual mode and should have seamless
takeover in-case if one device fails. It should also support in transparent failover
Compliance
Sr. Specification Description
(Yes/No)
The proposed solution should be software based solution
1 which can be installed on bare metal or on VM and should be
capable of Managing API platform from central window.
The proposed solution should support installation on Public
2 Cloud Linux, CentOS, Debian, Oracle Linux, RHEL and
Ubuntu etc.
In proposed architecture data plane should deliver minimum
but not limited to following functions:
1. API Traffic routing
3
2. API end-points load balancing
3. Application security and API Security
4. Integration with third party solution if required.
The proposed API Gateway solution should be modular as
separate API control plane & Data Plane for programmable
4
and faster API communication between API Endpoints and
API Gateway API Consumers.
Architecture The solution should not have any capping on the no. of API
5
calls
The API Gateway should be lightweight and efficient
6
software to reduce latency to every API request
API gateway should support latest protocol HTTP/2 server
7
push, PROXYv2, TLS 1.3
API gateway should support gRPC for last mile end-point
8 computing in mobile and web client by using HTTP/2
transport to allow and traverse proxies and firewalls.
The API Gateway should support Reverse Proxy,
9
JWT/OpenID.
The API Gateway Solution should have Active-active and
10 active-passive High-Availability with API Session State
sharing with session persistence and API key-value.
The API Gateway should support Configuration
11
synchronization.
Note: Bidder / OEM may propose any equivalent or better specification than RFP as per project
requirements at no extra cost to NMC.
We agree and understand that the NMC reserves right to ask bidder to show any or all the compliances
in the product data sheet or any other document from the OEM. The bid may be rejected and EMD may
be forfeited and / or contract may be terminated, and Performance Security may be forfeited as
applicable, at sole discretion of NMC in case of any inconsistency found / observed anytime during the
tendering process of contract period.
Thanking you,
Yours faithfully
<< To be printed on Bidder /Lead Bidder Company’s Letter Head and Signed by Authorized
Signatory>>
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years – Functional
Requirements Deviation Matrix.
We agree and understand that the NMC may or may not consider the deviation and
alternative proposed at its sole discretion, and it shall be final and binding on the MSI.
NMC reserves right to ask bidder to show any or all the compliances in the product data sheet
or any other document from the OEM. The bid may be rejected and EMD may be forfeited and
/ or contract may be terminated and PBG may be forfeited as applicable, at sole discretion of
NMC in case any inconsistency found / observed anytime during the tendering process of
contract period.
We assure that all the points not covered above in the deviation are all complied with and
we will be able to deliver to the RPF requirements if selected as Successful Bidder.
Thanking you,
Yours faithfully
<< To be printed on the Bidder’s (Lead Bidder in case of Consortium) Letter Head and shall
be signed by Authorized Signatory>>
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Dear Sir,
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years- Commercial Bid
Covering Letter
1) I, the undersigned Bidder, having read and examined in detail all the bidding documents
in respect to “Request for Proposal for Selection of Master System Integrator (MSI) to
Design, Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years”, do hereby
propose to provide our services as specified in the RFP.
2) Price and Validity: 2A. All the prices mentioned in our bid are in accordance with the
terms as specified in the bidding documents. All the prices and other terms and
conditions of this bid are valid for a period of 120 days from the date of opening of the
Commercial Bid.
2B. On completion of the validity period, unless the Bidder withdraws its bid in writing,
bid validity shall be deemed to be extended until such time that the contract is awarded
to Successful Bidder or bidder formally (in writing) withdraws its bid. NMC reserves
the right to direct the bidder to extend the validity of Bid for consideration for further
evaluation post bid validity period, and keep the EMD in its possession during such
period.
3) Taxes: We have studied the clause relating to Indian Income Tax and hereby declare
that if any applicable direct or indirect taxes (Foreign, Central or State or Local), rates,
duties, charges and levies (Foreign, Central or State or Local), is altered under the law,
we shall pay the same. If applicable, all taxes, duties, levies and charges which are to
be paid for the delivery of services have been paid by the Bidders in their respective
countries.
4) Deviations: I hereby declare that all terms and conditions mentioned in RFP (all
volumes, Annexures and Corrigendum) are acceptable to us without any deviation and
all the services shall be performed strictly in accordance with the bid documents.
5) Unit Rates: I have provided in the relevant schedules enclosed, the unit rates for the
purpose of price adjustment in case of any increase to / decrease from the scope of work
under the contract. We shall abide by the rates provided by us for all the line items for
the entire duration of Contract period for any increase / decrease in scope of work as
approved by NMC.
Page 299 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
6) Qualifying Data: I confirm having submitted the information as required by you under
Instruction to Bidders. In case you require any other further information / documentary
proof in this regard before evaluation of our Tender, we agree to furnish the same in
time to your satisfaction.
7) Performance Security: I hereby declare that in case the contract is awarded to us, we
shall submit the Performance Security in the form prescribed in the RFP.
8) Bid Prices: I hereby declare that our Bid Price of Amount as mentioned in the
Commercial Bid is all inclusive covering all the expenditure for the entire project period
is for the entire scope of the work as specified in the RFP documents, and shall not vary
throughout the entire contract period unless specifically agreed by NMC in writing, and
that Commercial Bid is exclusive of GST.
9) I hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and
belief.
10) I understand that our bid is binding on us and that you are not bound to accept a Bid
you receive. I confirm that I am severally responsible for this commercial offer.
Thanking you,
Yours faithfully
Name:
Designation:
Seal:
Date:
Place:
Business Address:
<< To be printed on the Bidder’s (Lead Bidder in case of consortium) Letter Head and shall
be signed by Authorized Signatory>>
Commercial Bid
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design,
Implement, Integrate, Operate and Maintain Intelligent and Integrated Traffic
Management System (IITMS) in Nagpur City for a period of 5 years
Please find below detailed Commercial Bid for the subject project. This bid is exhaustive and
includes all the required components and services to be consumed during the execution of this
project. The rates quoted are all inclusive, i.e. inclusive of all taxes, levies, other expenses
in INR
(Up to two decimals only)
Sr. Item Description
(all inclusive, excluding In words
GST)
Implementation “One Time Capex” as per
1 E.g. XX. XX
Charges the BoQ
Operations and “Opex for 5 years” as per
2 E.g. XX. XX
Maintenance Charges the BoQ
Commercial Bid Total
(all inclusive, excluding GST) E.g. XX. XX
(“A = CapEx + OpEx” from Annexure Set III – Format 3)
Note:
• The above mentioned “One Time Capex” and “Opex for 5 years” are exactly as per the BoQ in
Annexure Set III – Format 3.
• All the prices are to be entered in Indian Rupees ONLY
• The commercial bid evaluation will be all inclusive, excluding GST. GST will be paid over and
above the commercial bid quoted.
• Prices indicated in the schedules shall be inclusive of all taxes, Levies, duties and other charges
and NMC shall not pay any sum over and above the quoted rates in case of Successful Bidder.
• We agree, anytime during the project period, NMC reserves the right to ask the Bidder to submit
proof of payment against any of the taxes, duties, levies indicated.
Further, we are aware that project duration is for 71 months i.e. 11 months of Implementation Stage and
five (5) years post Go-Live, and the above rates shall hold good for the entire contract period, we shall
be paid as per above quoted rates as agreed by NMC as per payment terms defined in the said RFP.
Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder)
(Name, Designation, Seal, Date, Place, Business Address)
<< To be printed on the Bidder’s (Lead Bidder in case of Consortium) Letter Head and shall be signed by Authorized Signatory>>
Commercial Bid
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Subject: Request for Proposal for Selection of Master System Integrator (MSI) to Design, Implement, Integrate, Operate and Maintain Intelligent
and Integrated Traffic Management System (IITMS) in Nagpur City for a period of 5 years– Commercial Bid submission
Please find detailed Bill of Quantity for each line item and entire project. We have also added additional line item separately with all the necessary justification
and details (if any). All the rates are all inclusive, i.e. inclusive of all taxes, levies, other expenses and charges.
Bidder may insert additional line item here, if any with all the required details}
{Bidder may insert all the assumptions here}
We fully understand that we will be paid only according to the above commercial Bid and NMC shall pay nothing over and above the same and we declare
that entire scope mentioned in the RFP document will be delivered within the quoted Commercial Bid. We also understand the quantity of the items are
subjected to change (increase or decrease) as per site requirement, and the payment shall be made as per actual quantity deploy on the project as per commercial
rates quoted by us in the above table and duly accepted by NMC.
Additional requirement
25. • Board Resolution authorizing a person from Bidder or Power of Attorney to sign / execute the bid as a binding document and execute all relevant
agreements forming part of bid.
• Self-Declaration as per Annexure Set I - Format 8.
OEM supplying the Adaptive Traffic Control Software to the Bidder should
have supplied / operated the ATCS Software for at least 50 Traffic
26.
Junctions for similar solutions in any one operational “Similar Project”
in India during last 7 years.
OEM supplying the Video Management System to the Bidder should have
supplied / operated the VMS for at least 2500 IP Cameras for similar
solutions in one or more (maximum 5) operational “Similar Projects”
with varied model camera OEM in India during last 7 years.
31.
Number of IP cameras for one or more (maximum 5) operational
project meeting the criteria:
OEM supplying the “Video Analytics System” to the Bidder should have
supplied / operated the VA for at least 1000 IP Cameras for similar
solutions in one or more (maximum 5) operational “Similar Projects”
with varied model camera OEM in India during last 7 years.
OEM supplying the EMS solution to the Bidder should have supplied /
operated the EMS System for monitoring & managing at least 2500 devices
33. (including IT assets – Camera, Switch, server, etc.; Non-IT Assets, UPS,
KVM etc.) for similar solutions in one or more (maximum 3) operational
“Similar Projects”
OEM supplying the Variable Messaging Signages to the Bidder should
have supplied at least 50 VMS of minimum size 4.5 sq. mtr. each for similar
34.
outdoor solutions in one or more (maximum 3) operational “Similar
Project” in India during last 7 years.
Ref. No. :
Date :
Bank Guarantee No. :
To,
The Municipal Commissioner
Nagpur Municipal Corporation Building,
Mahanagar Palika Marg,
Collectors Colony, Civil Lines.
Nagpur 440001
Email: [email protected]
Against Letter of Intent / Work Order number _________ dated _________ relating to Tender
No. << >> for the project “Request for Proposal for Selection of Master System Integrator
(MSI) to Design, Implement, Integrate, Operate and Maintain Intelligent and Integrated
Traffic Management System (IITMS) in Nagpur City for a period of 5 years” (hereinafter
referred as 'LoI’ / ‘Work Order’) and the contract to be executed between the Nagpur Municipal
Corporation, Nagpur (hereinafter referred as "NMC") and _________________ (hereinafter
called the “Successful Bidder” / “MSI”), this is to certify that at the request of the Successful
Bidder we ______________________ Bank, and having one of the branches at ____________
(hereinafter called the “Bank”) are holding in trust in favour of NMC, the amount of Rs.
___________________________ (write the sum here in words) to indemnify and keep
indemnified the NMC against any loss or damage that may be caused to or suffered by the
NMC by reason of any breach by the Successful Bidder of any of the terms and conditions of
the contract that will be entered subsequently and / or in the performance thereof.
We agree that the decision of NMC, whether any breach of any of the terms and conditions of
the contract and/or in the performance thereof has been committed by the Successful Bidder
and the amount of loss or damage that has been caused or suffered by NMC shall be final and
binding on us and the amount of the said loss or damage shall be paid by us forthwith on
demand and without demur to NMC.
Payment under this letter of guarantee shall be made promptly, within one month of our receipt
of notice to that effect from NMC.
It is fully understood that this guarantee is effective from the date of the said LoI / Work Order
and that we _________________________ Bank, undertake not to revoke this guarantee
during its currency without the consent in writing of NMC.
The payment so made by us under this guarantee shall be a valid discharge of our liability for
payment there under.
We _____________________________ Bank, further agree that NMC shall have the fullest
liberty, without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the Successful Bidder from
time to time or to postpone for any time or from time to time any of the powers exercisable by
NMC against the said Successful Bidder and to forebear or enforce any of the terms and
conditions relating to the said contract and we, ________________________ Bank, shall not
be released from liability of NMC under this guarantee by reason of any such variation or
extension being granted to the said Successful Bidder or for any forbearance by NMC to the
said Successful Bidder or for any forbearance and or omission on the part of NMC or any other
matter or thing whatsoever, which under the law relating to sureties, would, but for this
provision have the effect of so releasing us from our liability under this guarantee.
This guarantee will not be discharged due to the change in the constitution of the Bank or the
Successful Bidder or any absorption, merger or amalgamation of the Bank or the Successful
Bidder with any other person.
Our liability under this Bank Guarantee shall not exceed and is restricted to Rs. ________only.
The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, the undersigned is duly authorized and has full power to execute this
Guarantee for and on behalf of the Bank.
_____________________________________
Signature of Authorized Signatory (with official seal)
Date :
Place :
Name :
Designation :
Address :
Telephone & Fax :
E-mail address :
Bank details of NMC is mentioned below can be used for Bank Guarantee:
a) Name of Account Holder: ___________________
b) Bank Name: ______________________________
c) Branch Name: ____________________________
d) Account No.: _____________________________
e) IFSC Code: ______________________________
Page 337 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
3. Annexure 3: Service Levels
8.1. Definitions
Total Time It is the total number of hours available in the SLA Period (Eg. SLA Period
is quarterly) being considered for evaluation of SLA performance.
Response time for incidents for above mentioned severity levels is as below:
Type of Incident Response Time Resolution Time
Critical <=30 minutes from the time <=8 hours from the time incident
incident is reported is reported
High <=1 minute from the time <=12 hours from the time
incident is reported incident is reported
Medium <=2 hour from the time <=24 hours from the time
incident is reported incident is reported
Low <=4 hours from the time <=48 hours from the time
incident is reported incident is reported
Note:
• In case of dispute regarding severity, NMC’s decision shall be final & binding on MSI.
• Incident logging shall not be limited to raising the incident ticket by the MSI / NMC staff,
the time of occurrence shall be taken as the base time of incident logging and shall be used
for calculations of SLAs.
a. The MSI shall configure the SLA Monitoring Tool as per definitions and conditions
mentioned under this section.
b. Payment to the MSI shall be impacted by the penalty levied for non-performance as
per SLA requirements.
c. The MSI shall be imposed a penalty on the payment due to the MSI for, at end of each
SLA Period Cycle for that respective SLA Period cycle, for every deviation of the
desired levels / non-compliance as defined in the SLA parameter table.
d. The afore mentioned SLA parameters shall be measured as per the individual SLA
parameter requirements and measurement methods, through appropriate SLA
Measurement tools to be provided by the MSI. The MSI shall need to configure the
Page 339 of 353
IITMS by NMC Nagpur Municipal Corporation, Nagpur
SLA Measurement Tools such that all the parameters as defined under SLA matrix
given below are captured and calculated.
e. Apart from SLA monitoring tool, Incident Management System and Issues raised by
Traffic Police and NMC officials shall also be taken into account.
f. During O&M Stage SLAs, shall be measured and appropriate reports be generated for
monitoring the compliance.
g. In case, the downtime of any service or application is not resolved at the end of any
quarter, the downtime for the same needs to be highlighted and carried forward to the
next quarter from the time of call logging.
h. The SLA on the MSI shall be applicable only if the downtime / issues are attributable
to the MSI. In case of co-used assets and components, the SLA shall be governed by
Tripartite SLA agreement to be signed between MSI, NMC and the owner of co-used
asset.
a. Parameters: The SLA parameters for the Implementation Stage shall be directly
related to the Project Deliverable and Timelines as mentioned in the clause 2 under
“Administrative Aspects”.
b. Period: These SLAs shall be applicable until “Commencement of Operations” / “Go-
Live”.
c. Penalty Value: As defined in SLA Parameters table. Week / Month period shall be
considered as whole week (7 days together) or whole month as per calendar dates
including the holidays.
a. Parameters: The SLA parameters for the post-implementation stage shall be related
to the ongoing operations and management of the project. The SLA Parameters table
specifies performance parameters as ‘Required’, ‘Acceptable’ and ‘Breach Level’.
The measurements of individual SLAs shall differ as mentioned in the table.
b. Required parameter has the value that is always desired by NMC.
c. Period: These SLAs shall be applicable for the entire contract period post
“Commencement of Operations” / “Go-Live”.
d. Penalty Value: As defined in SLA parameter table.
e. In the event of non-compliance to the above conditions, NMC reserves to terminate
the contract as per provisions in the resultant MSA.
f. In case, the downtime of any service or application is not resolved at the end of any
quarter, the downtime for the same needs to be highlighted and carried forward to the
next quarter from the time of call logging.
g. In the event of a single event triggers multiple service level failure, only specific set
of SLA shall be imposed. This SLA dependencies shall be considered as mutually
agreed between MSI and NMC. E.g. If the there is a Electricity failure due to which
few camera systems are down, then the SLAs will be applicable for the electric
cabling part only and not for other related parameters.
NMC’s decision in this regard shall be final and binding on the MSI.
Breach Level
Required
Acceptable Penalty during Acceptable (Beyond
Sr. Service Parameter Performance
Performance Level Performance Level Performance
Level
Level)
PROJECT IMPLEMENTATION PHASE
• Field Survey + Requirements Gathering
• Discussion with Stakeholders to finalise the
requirement and SOPs.
Within 2 weeks
• Preparation and submission of Project Plan from signing of Within 4 weeks
1. Rs. 5,000 Per day delay > 4 weeks
Document / Project Implementation and contract
Operation Plan Document along with
Junction Geometry.
• Insurance
T1 = Date of Start of Installation and Commissioning Phase
Post Approval for Project Plan Document and for allocation of space at TMC, access to existing assets.
• Site Preparation (including Civil Work,
cabling for electricity, network etc.)
• Procurement, installation, Development,
configuration, testing and commissioning
of I.T. and Non I.T. infra, applications etc.
• Integration and connections with existing
network, camera feeds, Signal Controllers, Within 6 Within 8 months > 8 months
2. Rs. 10,000 per day
RLVD, ANPR and other field components months from T1 from T1 from T1
• Delivery and installation of any new
hardware, networking components, power
backup etc. at TMC.
• Software applications.
• Integration with all required third party
application.
Breach Level
Required
Acceptable Penalty during Acceptable (Beyond
Sr. Service Parameter Performance
Performance Level Performance Level Performance
Level
Level)
• Testing Report
Within 6.5 Within 7.5 months > 7.5 months
3. • Documentation Rs. 1,000 per day delay for each case.
months from T1 from T1 from T1
• User Customization and UAT
T2 = UAT certificate from the NMC
• Security Audit
Within 1 Within 2 months > 2 months
4. • Training and Capacity Building Rs. 1,000 per day delay for each case.
months from T2 from T2 from T2
• Deployment of Resources
PROJECT OPERATIONS AND MAINTENANCE PHASE
5. Components
Uptime for individually each Field
Components including but not limited to
• Cameras of all types
• Traffic Signal aspects
Uptime of Uptime Uptime
• ANPR Camera Rs. 10,000 per SLA Period Cycle per
A
• Violation Detection System field component
>=95% >=90% and <95% < 90%
• VMS
• Controller, Local Processing Unit, IR, UPS
• Switch
• Other fields components
Uptime for individually each TMC
Components including but not limited to
Uptime of Uptime Uptime
Rs. 1,00,000 per SLA Period Cycle per
B
• Workstation and accessories including TMC component
>=98% >=95% and <98% < 95%
keyboard, mouse etc.
• Other TMC components
Percentage Failure of a particular Component Immediate repair / replacement and
C <= 2% >2% to <=5% > 5%
(Downtime percentage) Rs. 10,000 per SLA Period Cycle
Breach Level
Required
Acceptable Penalty during Acceptable (Beyond
Sr. Service Parameter Performance
Performance Level Performance Level Performance
Level
Level)
6. Regularly scheduled civil works
Completion at
Within 15 days from
the scheduled
Road Markings, Pole painting and other the last date of the Rs. 1,000 per day delay per pole / > 15 days
date as agreed
regularly scheduled civil works. scheduled cantilever / arm / per component event delay pe event
by NMC as part
completion
of Project Plan
7. Network (last mile)
Uptime of
Uptime for network services including but network at
not limited to individual
Rs. 10,00,000 per SLA Period Cycle for
component /
Uptime individual component connectivity Uptime
group of
A • Last Mile cabling and connections for all downtime or individual group of
components /
field components >=95% and <98% connected components connectivity < 95%
partial of full
• Routers and Switches downtime or DC to DR link downtime
network
• DC and DR link
>=98%
8. DC – DR Services and related services
Uptime of Uptime Rs. 10,00,000 per SLA Period Cycle for
Uptime for each component of the on-premise Uptime
A each component or group of
Data Center (or DR if applicable) < 95%
>=98% >=95% and <98% components
Availability Availability
Availability of the services of Cloud DR (and Rs. 10,00,000 per SLA Period Cycle for Availability
B
DC if applicable) each service or group of services <95%
>=99.5% >=95% and <99.5
Appropriates scaling up of DC and / DR Non scaling of
Utilization
as per requirement by next SLA cycle hosting infra
C CPU and Disk Utilisation – per event <= 75%
in case of occurrence of more than 100 as per
> 75%
events per server / storage. requirement
Breach Level
Required
Acceptable Penalty during Acceptable (Beyond
Sr. Service Parameter Performance
Performance Level Performance Level Performance
Level
Level)
Uptime for Software Applications – applicable for all software applications, Mobile App for Commuters and Responders, security
9.
applications etc.
Availability / Availability / Uptime
Uptime
Availability / Uptime of software and other Uptime of of Rs. 1,00,000 per SLA Period cycle per
A
applications/tools (per application) application
< 95%
>=98% >=95% and <98%
Maximum time for Application response to
B
user (per application) on 1 mbps connection
i 3 sec for welcome page <=3 sec. > 3 to <= 15 sec.
ii 5 sec for static pages <=5 sec. > 5 to <= 30 sec.
iii 10 sec for dynamic pages <=10 sec. >10 to <= 45 sec.
Beyond
Simple search Rs. 10,000 per SLA Period Cycle per
Acceptable
application for more than 250 reported
iv <=10 sec. > 10 to <= 45 sec. Performance
(regardless of the storage capacity or number response delay
level
of files and records on the system.)
Complex Search
v <=15 sec. > 5 to <= 60 sec.
(regardless of the storage capacity or number
of files and records on the system.)
10. Accuracy and False Alarms
+ 5% variation
Accuracy of Violation Detection System / > +5% and <= +10% > +10%
A than the defined Rs. 1,00,000 per SLA Period Cycle
ANPR variation variation
values
11. Spare Parts
Spare Parts of each component maintained as Upto 15 days delay Rs. 5,000 per component per incident
A All the time > 15 Days
per requirement and as agreed by NMC. for each component of non availability of spare component
Breach Level
Required
Acceptable Penalty during Acceptable (Beyond
Sr. Service Parameter Performance
Performance Level Performance Level Performance
Level
Level)
12. Calibration
Calibration of
Regular Calibration of each component as per component as
Upto 7 days delay Rs. 5,000 per component delayed for
A requirement as per Calibration schedule per pre-defined > 7 days
per component calibration
defined by MSI and agreed by NMC. & agreed
schedule
Within 7 days
Replacement of components with failed > 7 days to <=15 Rs. 5,000 per component per day delay
B of calibration > 15 Days
Calibration days for replacement
failed
13. Security
Virus / Malware Attack / Hacking incident and
A its Resolution <=4 hrs >4 hrs to <=8 hrs Rs. 1,00,000 per such incident reported >8 hrs
(Detection and Quarantine / Removal)
14. Resolution for all above components, software, hardware, network, DC-DR, Manpower etc. based on severity level of impact
A Critical <=4 hours >4 to <=8 >8
B High <=8 hours >8 to <=12 Rs. 1,00,000 per such resolution delay >12
C Medium <=12 hours >12 to <=24 reported >24
D Low <=24 hours >24 to <=36 >36
15. Manpower Availability
Availability Availability Availability
Applicable for all the manpower required as Rs. 10,000 per SLA Period Cycle per
A
defined in the RFP manpower resources
>=99.5% >=95% and <99.5 <95%
16. Liquidated Damages (Severe issues may directly lead to termination. NMC’s decision in this regards shall be final and binding on MSI)
• Information Security Breach, Data
Leakages Resolution time
A >3 to <=6 Rs. 10,00,000 per such breach reported >6 hours
• Guidelines and Requirements Breach <=3 hour
• Network and System Security Breach
In case of SLA reaching the breach level post “Commencement of Operations”, either due to
individual Service Parameter or due to exceeding maximum limit, NMC may give ‘Grace
Period’ to the MSI for immediate next SLA Period Cycle for improving its performance, at
its own discretion.
• MSI shall make necessary corrections in the operations and maintenance of the IITMS
system to ensure that during such Grace Period, the quarterly SLA penalty liability for
the MSI shall be less than 2% of the quarterly payment.
• MSI shall ensure that the quarterly SLA penalty liability for the MSI shall reduce even
post such Grace Period.
Failing which, NMC may invoke the termination clause as per MSA. The Grace Period also
shall be inclusive of the Total Contract Period.
Signature:
Name of the Authorized signatory:
Company seal:
Date and Stamped
Note: To be submitted in the specified format in excel only to email id as mentioned in Clause
6 under “Instructions to Bidders”
Note: Nagpur city is constantly under development, and the number and / or location of one or
more junction/s may change during the implementation phase, which shall be as per
requirement of NMC and binding on the MSI. The quantity of the items is subjected to change
(increase or decrease) as per site requirement, and the payment shall be made as per actual
quantity deploy on the project as per commercial rates quoted by MSI and duly accepted by
NMC.
Lanes
Sr. Name Arm Name Arms per Lat Long
arm
Manewada Road to Krida Sq 2
Siddheswar Manewada Road to manewada Sq 2
1 4 21.1176 79.10454
Hall Sq Jadu Mahal rd 1
Juna Subhedar rd 1
Nagpur Bhadara Rd to HB Town 2
Nagpur Bhadara Rd to Khapsi sq 2
2 Pardi Sq 3 21.14966 79.15787
Bhandewadi railway station rd 1
Hanuman Sq 1
Tekdi Road 2
3 Manas sq Subhash Rd 3 2 21.1457 79.08816
Bhichua Rd 2
Darshan colony Main rd to Darshan
1
colony Chowk
Darshan colony Main rd to Chhatrapati
Shri Krishna 1
4 Shivaji Maharaji Chowk 4 21.13412 79.13068
Nagar Sq
Middle Ring Rd to Vardhaman Nagar
2
chowk
Middle Ring Rd to Shitla Chowk 2
Masurkar Rd to dahi Bazaar Bridge 2
Marwadi Masurkar Rd to Azamshah Chowk 2
5 4 21.15635 79.11548
Chowk Karanjikar lane Rd 1
Dhakka Rd 1
S Ambazari Rd to 1
6 IT Park S Ambazari Rd to 3 1 21.12198 79.04826
Gayatri Nagar Rd 1
Kingsway Rd to Nagpur Market 2
Jaystambh
7 Kingsway Rd to LIC Sq 3 2 21.15352 79.08722
chowk
Tekdi Rd 2
Note: Nagpur city is constantly under development, and the number and / or location of one or
more junction/s or all junctions may change, or NMC may decide to not implement any new
junctions, during the implementation phase, which shall be as per requirement of NMC and
binding on the MSI. The quantity of the items is subjected to change (increase or decrease) as
per site requirement, and the payment shall be made as per actual quantity deploy on the project
as per commercial rates quoted by MSI and duly accepted by NMC.
Available
Sr. Category Lat Long Lane Network
(Yes/ Not)
1. Shatabdi to Omkar Nagar Sq 21.105708 79.090770 2+2 Spot
2. Omkar Nagar to Manewada 21.105342 79.098108 2+2 Spot
3. Umred Rd to Dighori 21.099061 79.150826 2+2 Spot
4. Wathoda to Wardhaman 21.137209 79.144271 3+3 Spot
5. Koradi Rd 21.204514 79.077406 3+3 Spot
6. Katol Rd - Wadi Sq 21.179989 79.031806 3+3 Spot
Airport to Maruti Sq
7. 21.101502 79.067657 2+2 Spot
Radisson Hotel to Airport
8. Chinchbhavan 21.069805 79.059290 3+3 Spot
9. Subhash Nagar 21.114259 79.042709 3+3 Spot
Flyover - Kalpana Talkies to
10. 21.1752424 79.0791855 1+1 Spot
Chhavani
11. Futala lake to WCL Building 21.158234 79.049270 2+2 Spot
Chhaoni flyover to MSEB Y point
12. 21.176488 79.079142 2+2 Spot
Flyover
Chhaoni flyover to old katol naka
13. 21.171150 79.070177 2+2 Spot
Flyover
14. Walker street point 21.158170 79.062291 2+2 Spot
Alexis Hospital
15. 21.185800 79.079008 3+3 Spot
Flyover
16. Bardi flyover bridge 21.143510 79.080850 2+2 Spot
Components License
Sr. Line Items Quantity Units Make Model Location
Category Expiry Date
ATCS Traffic Controller
Supplied and installed through 41 Onnyx CoSiCoSt-W - WiTraC Field
1. separate RFP by NMC
Adaptive Traffic Control System
41 Not Available
Application
ATCS Supportive Traffic
Controller and installed through 10 Keltron Versa TraC Field
2. separate RFP by NMC
Adaptive Traffic Control System
10 Not Available
ATCS Application
ATCS Supportive Traffic
Controller and installed through
10 Keltron Versa TraC Field
separate RFP by Nagpur Smart
3.
City
Adaptive Traffic Control System TraMM (Traffic Signal and
10 C-DAC NA
Application Managing Software) 6.0
TRAFICAM X-STREAM- Camera
4. Traffic Detection camera 10 FLIR support Resolution: 640 x 480 pixels Field
(VGA) with Frame Rate of 25 FPS
24 Core rack mounted LIU with
R&M India
5. all accessories including fibre, 377 Nos GIT 9461M-24F Field NA
Pvt Ltd.
patch card etc.
48 Core rack mounted LIU with
R&M India
6. all accessories including fibre, 81 Nos GIT 9461M-48F Field NA
Pvt Ltd.
patch card etc.
Field Network
8 no. ASR 9006
7. Aggregation Router 10 Nos Cisco Zone Perpetual
2 no. ASR 9010
9 no ASR 920
8. Aggregation Switch 10 Nos Cisco Zone Perpetual
1 no ASR 903
9. Network Access Switch 5 Nos Cisco Cisco 3850 Zone Perpetual
10. Network Switch Ruggedised 5 Nos Cisco IE 4000 Zone Perpetual
Components License
Sr. Line Items Quantity Units Make Model Location
Category Expiry Date
11. SFP Module 199 Nos Cisco Cisco GLCs Zone NA
Power Equipment (-48 Volt
12. power source with battery, 10 Lot Cisco PWR1E170W Zone NA
distribution box etc.)
13. UPS 20 Nos Hitachi IP11 Series Zone NA
14. Access Router 136 Nos Cisco ASR 903 Ward Perpetual
15. A2. Access Layer Network Access Switch 71 Nos Cisco Cisco 3850 Ward Perpetual
16. - Ward Level Network Switch Ruggedised 155 Nos Cisco IE 4000 Ward Perpetual
17. covering 136 SFP Module 1088 Nos Cisco Cisco GLCs Ward Perpetual
wards UPS (sizing as per proposed
18. 272 Nos Hitachi IP11 Series Ward NA
solution)
19. Core Router 2 Nos Cisco ASR 1009-X COC Perpetual
20. Core Switch 2 Nos Cisco Nexus 9508 COC Perpetual
21. Internet Router 2 Nos Cisco ASR 1006- X COC Perpetual
22. Intranet Firewall 2 Nos Cisco FPR4120 COC Perpetual
23. Internet Firewall 1 Nos Cisco FPR4121 COC Perpetual
24. IPS / IDS 2 Nos Cisco Cisco Firepower 8350 COC Perpetual
Array
25. Link Load Balancer 2 Nos APV 3600 Series COC Perpetual
Networks
B. City Operation Security Incident & Event
26. 1 Nos HPE Arcsight L7600 COC Perpetual
Centre Monitoring Solution (SIEM)
Unified Threat Management Valid till
27. 1 Nos FortiGate FG-3000D COC
B1. Core (UTM) 2024
28. Infrastructure Network Access Switch 4 Nos Cisco 3850 COC Perpetual
29. Network Switch Ruggedised 2 Nos Cisco IE 4000 COC Perpetual
30. Blade Chassis 5 Nos Cisco Cisco UCS 5108AC2 COC Perpetual
31. SAN Switch 2 Nos Cisco MDS 9148S COC Perpetual
HM33-90-3X (90KVA)- 2 Nos
(SNIHMH02171675002,
UPS (sizing as per proposed
32. 4 Nos Hitachi SNIHMH02171675001) COC NA
solution)
HM33-30 (30KVA)- 2 Nos
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Components License
Sr. Line Items Quantity Units Make Model Location
Category Expiry Date
(IHSH02171676001,
IHSH02171676002)
Integrated Operation Platform
33. 1 Nos Qognify Situator 8.5.301 COC Perpetual
(IOP)
MAP MY
34. GIS Map 1 Units Arc GIS 10.8 COC Perpetual
INDIA
SiteScope(11.40)
Perpetual
Network Node
B2. Core Microfocus / Manager(10.10.543) Except
35. Enterprise Management System 1 Lot COC
Solutions OpenText Service Manager (9.50.0025) Operations
Cloud Optimizer (03.02.004) Manager
Universal CMDB (2021.05) i(10.63)
Operations Manager i(10.63)
36. Network Access Switch 1 Nos Cisco Cisco 3850 COC Perpetual
37. Server Operating System 1 Nos Microsoft Windows 2012 Std Edition COC Perpetual
38. PA System 1 Nos Commend CCT800 9.1 COC Perpetual
39. VMS System 1 Nos Ador VMS Control System V 1.1.0.21 COC Perpetual
Infinova+
40. Fixed Camera + IR Illuminator 2790 Nos VT210-A2-B0 Field NA
Sparsh
41. Variable Message 53 Nos Ador AP-D10-1R1G1B- 4S Field NA
42. Network Switch Ruggedised 819 Nos Cisco IE 4000 Field Perpetual
R&M India
43. Rack Mounted LIU 1025 Nos 24 Core and 48 Core Field NA
Pvt Ltd
D. City
44. UPS 2 KVA 711 Nos Emerson Emerson Field NA
Surveillance
Edge Processing Infrastructure Valid till 01-
45. 25 Set Videonetics Videonetics ANPR Suits Field
(ANPR) 02-2099
Edge Processing Infrastructure Valid till 01-
46. 95 Set Videonetics Videonetics RLVD Suits Field
(RLVD) 02-2099
47. Workstation Desktop 24 Nos Dell Pecision Tower 5820 CCC NA
48. Video Wall 1 Units Delta DVS‐5080R9IA + Icon Pro CCC NA
49. Datacenter Network Switch 2 Nos Cisco N9K-C9372PX-E CCC Perpetual
IITMS by NMC Nagpur Municipal Corporation, Nagpur
Components License
Sr. Line Items Quantity Units Make Model Location
Category Expiry Date
50. Access Router 2 Nos Cisco ASR1009-X CCC Perpetual
F1. Server Infra
51. Internet Router 2 Nos Cisco ASR1006-X CCC Perpetual
(with
52. Intranet Firewall 2 Nos Cisco FPR-4120-K9 CCC Perpetual
redundancy)
53. Internet Firewall 2 Nos Cisco FPR-4120-K9 CCC Perpetual
54. Server OS License 120 Nos Microsoft Windows 2012 Std Edition CCC Perpetual
Enterprise Management System
55. 1 Lot HP Open view CCC Perpetual
License
56. Virtualization Software License 1 Lot Vmware Vsphere CCC Perpetual
Video Management Software
57. 1 Lot Cisco Cisco VSOM/VMS CCC Perpetual
License
Video Analytics Software
58. F2. Software 1 Lot iOmniscient iQ-SME 4.6.3 CCC Perpetual
License
Solutions
Valid till 01-
59. ANPR Software License 1 Lot Videonetics Videonetics ANPR Suits CCC
02-2099
Valid till 01-
60. RLVD Software License 1 Lot Videonetics Videonetics RLVD Suits CCC
02-2099
61. PA Software License 1 Lot Commend Commend CCC Perpetual
Variable Message Software Ador
62. 1 Lot V.1.1.0.21 CCC Perpetual
License Powertron
Note:
Remaining Smart City infrastructure item details can be shared with the Successful Bidder prior to signing of MSA.
Integration / Co-Use as will be as per RFP Conditions