Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid...

54
Response to Pre-bid Queries - CCTV Solution at Medical Colleges Sl. No. Bidding Document Reference(s) (Section Number/ Page) Content of RFP Requiring Clarification Points of Clarification Required Response by MCI 1 Vol 2, Page 23, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 5 The prime bidder should have valid ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for the services sought. This becomes relevant for IT company's providing services from own data centre and BCP. We area an SI specialising in Security & Surveillance solutions and ISO 27001:2013 is not relevant to our business expertise. No change. As per RFP 2 Vol 2, Page 23, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 6 The prime bidder should have valid CMMi Level 3 or above certificate as on bid submission date. We request you to drop this clause since this is not a relevant for the services sought. This becomes relevant for IT company's providing software development services. We area a SI specialising in Security & Surveillance solutions and CMM certifications are not relevant to our business. No change. As per RFP 3 Vol 2, Page 23, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 8 All active components for the project i.e. servers, storage, switches, routers, video surveillance software, IP Cameras, firewall should be from same OEM. This is done to have better and faster integration between all products and is mandatory for the success of this project. We request you to remove this clause because an optimum best of breed solution may not come from the same OEM. The choice should be left to the System Integrator to give you the best solution meeting your requirement. Let the System Integrator be responsible for providing and owing the best solution No change. As per RFP Bidder Name: TASEC 1

Transcript of Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid...

Page 1: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

Sl. No.

Bidding Document Reference(s) (Section Number/ Page)

Content of RFP Requiring Clarification

Points of Clarification Required Response by MCI

1 Vol 2, Page 23, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 5

The prime bidder should have valid ISO 27001:2013 certificate as on bid submission date.

We request you to drop this clause since this is not a relevant for the services sought. This becomes relevant for IT company's providing services from own data centre and BCP. We area an SI specialising in Security & Surveillance solutions and ISO 27001:2013 is not relevant to our business expertise.

No change. As per RFP

2 Vol 2, Page 23, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 6

The prime bidder should have valid CMMi Level 3 or above certificate as on bid submission date.

We request you to drop this clause since this is not a relevant for the services sought. This becomes relevant for IT company's providing software development services. We area a SI specialising in Security & Surveillance solutions and CMM certifications are not relevant to our business.

No change. As per RFP

3 Vol 2, Page 23, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 8

All active components for the project i.e. servers, storage, switches, routers, video surveillance software, IP Cameras, firewall should be from same OEM. This is done to have better and faster integration between all products and is mandatory for the success of this project.

We request you to remove this clause because an optimum best of breed solution may not come from the same OEM. The choice should be left to the System Integrator to give you the best solution meeting your requirement. Let the System Integrator be responsible for providing and owing the best solution

No change. As per RFP

Bidder Name: TASEC

1

Page 2: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

4 Vol 2, Page 24, Clause 3.2, Table 1 – Pre‐qualification criteria, Qualification Criteria for the Bidder, Clause 9

The prime bidder should have executed or currently ongoing at‐least 3 IT/ ITES project with any department of Central Government/ State Government/ PSU/Autonomous Bodies or Councils of Government of India. At least one of the 3 projects should have be multi locational in nature and the minimum number of locations covered under the project should be 200. The PO/ Agreements should be in the last ten year from the bid submission date.

We do not have any single project covering 200 locations. Because this is predominantly a CCTV / Video / Surveillance project rather then an IT/ITES project we suggest you to include here experience in handling projects with camera count above 200 and video analytics. Also request you to drop the 200 number of location of project to with capability to execute project in all parts of India viz " Should have executed CCTV/Surveillance projects in multiple parts of India ‐ at east 5 states.

Clause is Changed to below: The prime bidder should have executed or currently ongoing at‐least 3 IT/ ITES/Networking/CCTV project with any department of Central Government/ State Government/ PSU/Autonomous Bodies or Councils of Government of India. At least one of the 3 projects should have be multi locational in nature and the minimum number of locations covered under the project should be 60 or more. The PO/ Agreements should be in the last ten year from the bid submission date.

5 Vol 1, Clause 7.1, General Specification, Point no. 1, Page 31

All hardware including, but not limited to the servers provisioned, shall be branded and reputed. All active components i.e. cameras, servers, storage and control software, video management software should be from single OEM for easy integration and inter operability

Kindly remove this point for betterment of the solution and commercial advantage. It will create monopoly of the particular OEM at post warranty & AMC period .

No change. As per RFP

6 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 4, Page 42

Dynamic Range :‐ 100 dB Considering outdoor surveillance application, it is advisable to use cameras with minimum120dB WDR(Wide Dynamic Range) to avoid dark image of the object which is obtained under the influence of strong light source in the background . So, we request to add requirement of '120dB Sensor based WDR (Wide Dynamic Range)' to the Camera.

No change. As per RFP

2

Page 3: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

7 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 5, Page 42

Lens/ Iris :‐ 3‐10 mm p‐Iris, remote focus and zoom

2.8‐12mm lens is standard lens for surveillance standard and as per your requirement Piris lens is not required so request you to amend this point.

No change. As per RFP

8 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 16, Page 43

Video :‐ H.264 & Motion JPEG H.264 is the old video compression technology, whereas, H.265 is the latest video compression technology. This compression technology which is being used by many leading brands and helps to reduce the bandwidth and storage consumption. Thus, reducing the load over network and storage complexity. Thus will be more economical solution. Thus, kindly make it mandatory for the quoting H.265 compatible for the indoor and outdoor camera

No change. As per RFP

9 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 15, Page 43

Local Storage :‐ SD Card As the project includes Megapixels IP cameras & extended days of recording, requesting to amend SD storage to 128GB considering more storage.

No change. As per RFP

10 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 24, Page 43

Quality of Service (QoS) :‐ Differentiated Services Code Point (DSCP) marking and Class of Service (CoS) marking.

DSCP And CoS is std for Networking devices i.e. switch and router so Kindly request you to amend this point.

No change. As per RFP

11 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 25

UL60950‐I 1st edition CSA22.2‐No.60950‐1 IEC/ EN60950‐ 1 2nd edition IEC/EN60825

IEC/EN60825 is only applicable for Safety of laser products, while the requirement in the tender is not of laser, thus request you to delete this requirement

No change. As per RFP

3

Page 4: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

12 Vol 1, Clause 7.6, IP Camera For Indoor/Outdoor, Point no. 26

Certifications EMC‐Requirements‐CISPR22 Class B ICES‐003 EN50121‐4 EN50155 EN50130‐4 EN55022 EN55024 EN61000‐3‐2/‐3‐3 VCCI Class B KN22 Class B KN24CISPR 24 AS/NZS CISPR 22 FCC CFR Title 47 Part 15 Subpart B

1) CISPR22 is equivalent to EN55022 which is covered under the CE certification.2) Class B ICES‐003 is equivalent to EN std. covered under CE certificate3) EN50121‐4 EN50155 are std is specify vibration proof and mainly used in Railway application match railway std. not applicable for this project.4) EN55022 EN55024; EN55022 and EN55024 covered under CE certification; EN61000‐3‐2/‐3‐3; EN61000 std are covered under EN50130 std which falls under the CE certification.5) VCCI is Japanese std while FCC is US std which is globally accepted and are equivalent to each other6) Class B KN22 Class B KN24 are Korean std. and equivalent to EN std. covered under CE certification; CISPR 24 AS/NZS CISPR 22 as described above are equivalent to EN55022 and EN55024 covered under CE certification

Thus request you to amend certification to UL, CE, FCC which declares that the product complies with the essential requirements of the relevant health, safety and environmental protection legislation.

No change. As per RFP

1 Vol 1, Page no. 31, Note -Point No. 2

All active components i.e. cameras, VMS, switch, firewall, router, server, storage components should be from single OEM. The same is mandated for quick and robust integration.

Kindly change single OEM clause. i2V VMS is compatible with almost all cameras, server and storage.

No change. As per RFP

Bidder Name: i2V Systems Pvt. Ltd.

4

Page 5: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

2 Vol 1, Clause 7.1, General Specification, Point no.1, Page 31

All hardware including, but not limited to the server provisioned, shall be branded and reputed. All active components i.e. cameras, servers, storage and control software, video management software should be from single OEM for easy integration and inter operability.

Kindly change single OEM clause. i2V VMS is compatible with almost all cameras, server and storage.

No change. As per RFP

3 Vol 2, Qualification Criteria for the OEM, Point no. 3, Page 24

OEM of the video surveillance software, IP Cameras, N/W equipment's quoted for should have a minimum of 10 custom paid spare depots in India to support failure of equipment's

Kindly remove this clause as the same is not applicable for the products like Video Surveillance Software.

No change. As per RFP

4 Vol 2, Qualification Criteria for the OEM, Point no. 4, Page 24

OEM of video surveillance software, IP Cameras, N/W should have registered office in India at least for the last 10 years.

Kindly change it as should have registered office in India at least for the last 5 years.

No change. As per RFP

5

Page 6: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

1 Clause 7.27, Point No-3, Page no. 99

Minimum 1.78 (litres/ hr). Complete with level indicator, fuel inlet and outlet, air vent, drain plug, inlet arrangement for direct filling and set of fuel hoses for inlet and return.

It is not possible to have a fuel consumption of 1.78(litres/hr.) on a 100 kVA SDG Set. DG Set should be operated with at least 50 % load and at 50 % load a 100 kVA DG Set will have a fuel consumption of 13-14 litres/hr.

Please refer to the clause. It is mentioned as Minimum.

2 Clause 7.27, Point No-7, Page no. 100

Maximum AC Output 3000 VA Maximum AC output for a 100 kVA DG is 100000VA Accepted

1 Volume I – Section 5.9, Page 17

SI’s project team We see that MCI has defined the list of resources required for the project. Please clarify in addition to the list provided by MCI, do we have to provision for any other resources.

Resource list mentioned in the RFP document are the minimum required for the project implementation. However it will be the responsibility of the successful bidder to depute the required resources for successfully implementing the project.

2 Volume II – Section 3.2, Page 23, Point 3

The prime bidder should have a positive net worth during the financial year ending 31stMarch, 2016 as evidenced by the audited accounts of the company.

Request you to please allow exemption of this criteria for public sector undertaking.

No change. As per RFP

3 Volume II – Section 2, Page 8

The total number of consortium partners is restricted to two (1 Prime Bidder + 1 Consortium Partner).

Request you to please allow 2 consortium partners other than the prime bidder.

No change. As per RFP

4 Volume I – Section 5, Page 10

Scope of work Please clarify who will be responsible for providing the required network connectivity at colleges.

Please refer to the tender document. Providing the required network connectivity at colleges is the responsibility of the respective colleges.

5 Volume II – Section 7.1, Page 35

Performance bank guarantee As per our understanding of the scope of work, we understand that the estimated cost of the project is nearly 220 Crores. We request MCI to allow submission of PBG for CAPEX and OPEX separately.

No change. As per RFP

Bidder Name: Integre Solutions

Bidder Name: Kendriya Bhandar

Bidder Name: Hikvision

6

Page 7: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

1 7.1 General Specification Point no 1

All hardware including, but not limited to the servers provisioned, shall be branded and reputed. All active components ie cameras, servers, storage and control software, video management software should be from single OEM for easy integration and inter operability

Kindly request you to remove this point as all major OEM gives solution in combination of different HW and SW so kindly ammend this point for healthy Competition

No change. As per RFP

2 7.6 IP Camera For Indoor/Outdoor Point no 4

Dynamic Range :- 100 dB Considering outdoor surveillance application, it is advisable to use cameras with minimum 120dB WDR(Wide Dynamic Range) to avoid dark image of the object which is obtained under the influence of strong light source in the background . So, we request to add requirement of '120dB Sensor based WDR (Wide Dynamic Range)' to the Camera.

No change. As per RFP

3 7.6 IP Camera For Indoor/Outdoor Point no 5

Lens/ Iris :- 3-10 mm p-Iris, remote focus and zoom

2.8-12mm lens is standard lens for surveillance standard and as per your requirement P-iris lens is not required so request you to ammend this point.

No change. As per RFP

7

Page 8: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

4 7.6 IP Camera For Indoor/Outdoor Point no 16

Video :- H.264 & Motion JPEG H.264 is the old video compression technology, whereas, H.265 is the latest video compression technology. This compression technology which is being used by many leading brands and helps to reduce the bandwidth and storage consumption. Thus, reducing the load over network and storage complexity. Thus will be more economical solution. Thus, kindly make it mandatory for the quoting H.265 compatible for the indoor and outdoor camera

No change. As per RFP

5 7.6 IP Camera For Indoor/Outdoor Point no 15

Local Storage :- SD Card As the project includes Megapixels IP cameras & extended days of recording,requesting to ammend SD storage to 128GB considering more storage.

No change. As per RFP

6 7.6 IP Camera For Indoor/Outdoor Point no 24

Quality of Service (QoS) :- Differentiated Services Code Point (DSCP) marking and Class of Service (CoS) marking.

DSCP And CoS is std for Networking devices i.e. switch and router so Kinldy request you to ammend this point.

No change. As per RFP

7 7.6 IP Camera For Indoor/Outdoor Point no 25

UL60950-I 1st edition CSA22.2-No.60950-1 IEC/EN60950-1 2nd edition IEC/EN60825

IEC/EN60825 is only applicable for Safety of laser products, while the requirement in the tender is not of laser, thus request you to delete this requirement

No change. As per RFP

8

Page 9: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

8 7.6 IP Camera For Indoor/Outdoor Point no 26

Certifications EMC-Requirements-CISPR22 Class B ICES-003 EN50121-4 EN50155 EN50130-4 EN55022 EN55024 EN61000-3-2/-3-3 VCCI Class B KN22 Class B KN24 CISPR 24 AS/NZS CISPR 22 FCC CFR Title 47 Part 15 Subpart B

1)CISPR22 is equivalent to EN55022 which is covered under the CE certification.2)Class B ICES-003 is equivalent to EN std. covered under CE certifcate3)EN50121-4 EN50155 are std is specify vibration proof and mainly used in Railway application match railway std. not applicable for this project.4)EN55022 EN55024; EN55022 and EN55024 covered under CE certification; EN61000-3-2/-3-3; EN61000 std are covered under EN50130 std which falls under the CE certification.5) VCCI is japanese std while FCC is US std which is globally accepted and are equivalent to each other6)Class B KN22 Class B KN24 are Korean std. and equivalent to EN std. covered under CE certification; CISPR 24 AS/NZS CISPR 22 as described above are equivalent to EN55022 and EN55024 covered under CE certification

Thus request you to ammend certification to UL, CE, FCC which declares that the product complies with the essential requirements of the relevant health, safety and environmental protection legislation.

No change. As per RFP

1 Volume 1, Section 5.2 (Implementation of CCTV Solution), Page 13

Central Control Room (CCR) will be established at the office of MCI at Dwaraka, New Delhi.

Request MCI to please clarify who will be responsible for provisioning of network connectivity and bandwidth requirement for the CCR.

SI will be responsible for provisioning of network connectivity and bandwidth requirement for CCR

Bidder Name: KPMG

9

Page 10: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

2 Volume 2, Section 7.1 (Performance Bank Guarantee), Page 35

A PBG of 5 % of value of the agreement would be furnished by the Prime bidder/legal consortium partner in the form of a Bank Guarantee as per the format provided in this RFP from Nationalized Banks or scheduled bank.

For implementing such a big project with an estimated value of 160 crores, it will be difficult for the SI to provide PBG at 5% as the SI will have to take care of other initial investments as well as part of the project.

In view of the above, we request MCI to change the PBG percentage to 2%.

No change. As per RFP

3 Volume 2, Section 3.2 (Pre-qualification Criteria), Point no. 1, Page 22

The prime bidder should have an average annual turnover of Rs.40 Crores (rounded off to zero decimal) or more in the last five financial years (each year) ending 31st March, 2016 as evidenced by the audited accounts of the company.

Since the financial year for 2016-17 is over, we request MCI to consider year ending 31st March, 2017 also.

Agreed. This clause is modified as:

The prime bidder should have an average annual turnover of Rs.40 Crores (rounded off to zero decimal) or more in the last five financial years (each year) ending 31st March, 2017 as evidenced by the audited accounts of the company.

4 Volume 2, Section 3.2 (Pre-qualification Criteria), Page 23, Point No.6

The prime bidder should have valid CMMi Level 3 or above certificate as on bid submission date.

Normally CMMi certification is required for project that are related to software development.

Since the tender is not related to any software development activity, we request MCI to remove this clause as the same is not relevant for this tender.

No change. As per RFP

1 Vol 2, Page no. 23, Point no. 5

You have asked that the bidder should have valid ISO 27001:2013 certification.

This point is generally asked from the bidder who is in the flied of software cum IT. ISO 27001:2013/9001 certification should be ask from OEM/SI

No change. As per RFPBidder Name: Broadcast Engineering Consultants India Limited

10

Page 11: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

2 Vol 2, Page no. 23, Point no. 6

You have asked CMMi Level 3 or above certification from bidder.

This point is also generally applicable to the bidder who is in the field of IT/ software development. CMMi Level 3 of above certification should be ask from OEM/SI. Rather this should be diluted

No change. As per RFP

3 Vol 2, Page no. 23, Point no. 8

All active components for the project server, storage, switches, router, video surveillance software, IP cameras, firewall should be from same OEM.

Most of the major camera manufacturing OEM like Honeywell, Pelco, Bosch, Avigilon are not a manufacture of switches, server, storage, router and firewall. So that camera component, i.e. software, NVR and video management software should be from same OEM and rest of the active components may be from other OEM. To our best knowledge only D-Link or Cisco are the companies who have the entire above mentioned component. Today is the time of open platform. THis clause is only restricting and increase the barrier to participate. This should be the right of the bidder. We request you to dilute the clause.

No change. As per RFP

11

Page 12: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

4 Vol 2, Page no. 23, Point no. 9

You are asking 2 IT/ITES project of Govt./ PSU/ Autonomous and one of the 3 projects should be multi-location and min number of the location should be 200. PO agreement should be last 3 years from the date of bid submission.

The tender is of security surveillance and not of IT. As per my suggestion it should be CCTV order/Projects in place of IT/ ITES projects, and as per CVC you should ask 1 order which is equivalent of 80% of the project value or 2 orders worth 60% of the project value or 3 orders worth 40% of the project value. All order should be related to security surveillance.

Clause is Changed to below: The prime bidder should have executed or currently ongoing at‐least 3 IT/ ITES/Networking/CCTV project with any department of Central Government/ State Government/ PSU/Autonomous Bodies or Councils of Government of India. At least one of the 3 projects should have be multi locational in nature and the minimum number of locations covered under the project should be 60 or more. The PO/ Agreements should be in the last ten year from the bid submission date.

1 Volume II, Page No. 23, 3.2 Table 1 – Pre-qualification criteria

The prime bidder should have valid CMMi Level 3 or above certificate as on bid submission date.

Please make CMMI Level 3 Certificate as optional only,Since your giving marking for certification in 4.4 Table 1: Technical evaluation criteria makes it optional only.Also note that ISO 9001:2008 and ISO 27001:2013 certificates only for Eligibility as CMMI certificates are for IT Software part and this project is of IT Hardware and Infrastructure

No change. As per RFP

1 3.2 Table 1 – Pre-qualification criteriaPage No. 23

The prime bidder should have an average annual turnover of Rs.40 Crores (rounded off to zero decimal) or more in the last five financial years (each year) ending 31st March, 2016 as evidenced by the audited accounts of the company.

We request you to kindly amend this clause as “The prime bidder should have an average annual turnover of Rs.40 Crores (rounded off to zero decimal) or more in the last three financial years ending 31st March, 2017 as evidenced by the audited accounts of the company”.

The prime bidder should have an average annual turnover of Rs.40 Crores (rounded off to zero decimal) or more in the last five financial years (each year) ending 31st March, 2017 as evidenced by the audited accounts of the company.

Bidder Name: Trimax IT Infrastructure & Services Limited

Bidder Name: NETXCELL LIMITED

Bidder Name: Tableau

12

Page 13: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

1 General The RFP very well outlines the Scope of work as SI. However, we find one of the most important component 'BI and Analytics' missing.

We would request you to include BI and Analytics as a section to benefit the entire project. The benefit of BI and Analytics can be accrued right from the the first day.

No change in RFP

13

Page 14: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

1 Vol_2 , 3.2 Table 1 – Pre-qualification criteria/Qualification Criteria for the Bidder/pg.no.23

The prime bidder should have a positive net worth during the financial year ending 31st March, 2016 as evidenced by the audited accounts of the company

We, Ricoh India Limited , having turn over of 900 + Cr and whose parent company Ricoh Inc Japan is present in 203 countries world wide and having total global turnover of more than 25 billion USD and become part of few prestigious projects in INDIA ( Mulitple Educational ICT projects under MHRD - 1100 schools in Delhi Govt . , 2000+ Schools in Odisha , 3500+ Virtual classroom / Live Two way in Seven /7 states , 200 schools in Telangana , 1000 schools in Gujarat ) across the country having CMMI Level 5 company , ISO 9001:2008 ,ISO 14001:2004 , ISO 27001:2005 ,etc. unable to bid due to the Pre Qualification challenge in regards to the Net Worth.

"Request you to ask for a positive net worth in any two consecutive years during the last three Financial Years (FY 15-16, FY 14-15, FY 13-14) as evidenced by the audited accounts of the company"

No change. As per RFP

1 7.13 Network Switch , Page 56 , Point 9

Switch should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4.

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

Bidder Name: Huawei

Bidder Name: Ricoh India Limited

14

Page 15: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

2 7.13 Network Switch , Page 57 , Point 16

Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner.

VTP is an OEM specific Protocol Suggest making clause as VTP or equivalent

Please read this clause "Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner or equivalent secure protocol with MD5 hashing."

3 7.13 Network Switch , Page 57 , Point 20

Switch shall have Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP), Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP)

Equivalent protocols for DTP , UDLD , PagP are availible with Certein OEM so for inclusivness in the bidding process suggest to allow equivalent protocols for DTP ,UDLD, PagP in the specifications

Please read clause as"Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

4 7.14 WAN Routers at Central Location , Page 58 , Point 3

Router should have minimum 8 GB RAM and 8 GB flash from day-1

Each OEM adopts different algorithm/File System for storage and calculation hence the amount of storage and Processing needed for optimal functioning is different for each OEM. Suggest going for performance requirement rather than RAM and Flash memory , Every OEM has different file system and hence need of storage and processing capabilties varies. Router has “Optimum flash and RAM ” where Router can deliver all required functions at required speed .Please relax this clause to " Router Should have Optimum RAM and Flash "

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

15

Page 16: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

5 7.14 WAN Routers at Central Location , Page 58 , Point 4

Router should have DES, 3DES and AES standards through dedicated encryption module/ processor. Should support IPSec with IKEv2 and suite-B encryption.

Suite B cryptography has been recomeneded by US based Agency and which may not hold much relevance in other parts of the globe moreover standards like DES 3DES and AES , IKE v2 are widely accpeted standards and easily avilible across the OEM s , so suggest removing the Suite-B encryption to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

6 7.14 WAN Routers at Central Location , Page 59 , Point 13

Router should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

7 7.14 WAN Routers at Central Location , Page 59 , Point 18

Should support extensive support for IP SLA and best path selection for metrics like delay, latency, jitter, packet loss to assure business-critical IP applications.

IP SLA is OEM specific suggest removing this clause so to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

8 7.14 WAN Routers at Central Location , Page 59 , Point 19

Router should support monitoring of network traffic with application level insight with deep packet visibility into web traffic, RTP-Based VoIP traffic and cRTP.

Application level filtering and deep packet inspection for VoiP traffic and cRTP idealy should be done on the firewall instead of Router so we suggest to remove this clause from the router specifications

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

9 7.14 WAN Routers at Central Location , Page 59 , Point 23

Router/ router’s operating system should be tested and certified for EAL 4/ NDPP or above under common criteria certification

EAL 2 Certificate is suffice in terms of assuring design information and security level provided by the OEM where in device has been Structurally tested so suggest changing clause as EAL 2 instead of EAL 4

No change. Asked certifications are minimum from router hardware and software evaluation perspective.

16

Page 17: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

10 7.15 Internet Router at Central Location , Page 60 , Point 3

Router should have minimum 8 GB RAM and 8 GB flash from day-1

Each OEM adopts different algorithm/File System for storage and calculation hence the amount of storage and Processing needed for optimal functioning is different for each OEM. Suggest going for performance requirement rather than RAM and Flash memory , Every OEM has different file system and hence need of storage and processing capabilties varies. Router has “Optimum flash and RAM ” where Router can deliver all required functions at required speed .Please relax this clause to " Router Should have Optimum RAM and Flash "

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

11 7.15 Internet Router at Central Location , Page 60 , Point 4

Router should have DES, 3DES and AES standards through dedicated encryption module/ processor. Should support IPSec with IKEv2 and suite-B encryption.

EAL 2 Certificate is suffice in terms of assuring design information and security level provided by the OEM where in device has been Structurally tested so suggest changing clause as EAL 2 instead of EAL 4

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

12 7.15 Internet Router at Central Location , Page 60 , Point 12

Router should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

13 7.15 Internet Router at Central Location , Page 61 , Point 17

Should support extensive support for IP SLA and best path selection for metrics like delay, latency, jitter, packet loss to assure business-critical IP applications

IP SLA is OEM specific suggest removing this clause so to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

14 7.15 Internet Router at Central Location , Page 61 , Point 18

Router should support monitoring of network traffic with application level insight with deep packet visibility into web traffic, RTP-Based VoIP traffic and cRTP.

Application level filtering and deep packet inspection for VoiP traffic and cRTP idealy should be done on the firewall instead of Router so we suggest to remove this clause from the router specifications

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

17

Page 18: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

15 7.15 Internet Router at Central Location , Page 61 , Point 23

Router/ router’s operating system should be tested and certified for EAL 4/ NDPP or above under common criteria certification

EAL 2 Certificate is suffice in terms assuring design information and security level provided by the OEM where in device has been Structurally tested so suggest changing clause as EAL 2 instead of EAL 4

No change. Asked certifications are minimum from router hardware and software evaluation perspective.

`16 7.16 Aggregation Switches at Central Location , Page 62 , Point 18

Switch should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

17 7.16 Aggregation Switches at Central Location , Page 63 , Point 27

Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors and troubleshooting in secure manner

VTP is an OEM specific Protocol Suggest making clause as VTP or equivalent

Please read this clause "Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner or equivalent secure protocol with MD5 hashing."

18 7.16 Aggregation Switches at Central Location , Page 63 , Point 29

Switch shall have Unidirectional Link Detection Protocol (UDLD), Aggressive UDLD, Link Aggregation Control Protocol (LACP), Port Aggregation Protocol (PAgP) and Dynamic Trunking Protocol (DTP).

Equivalent protocols for DTP , UDLD , PagP are availible with Certein OEM so for inclusivness in the bidding process suggest to allow equivalent protocols for DTP ,UDLD, PagP in the specifications

Please read clause as"Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

18

Page 19: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

19 7.17 Internet Firewall and IPS at Central Location , Page 64 , Point 3

Router should have minimum 8 GB RAM and 8 GB flash from day 1

Each OEM adopts different algorithm/File System for storage and calculation hence the amount of storage and Processing needed for optimal functioning is different for each OEM. Suggest going for performance requirement rather than RAM and Flash memory , Every OEM has different file system and hence need of storage and processing capabilties varies. Equipement has “Optimum flash and RAM ” where it can deliver all required functions at required speed .Please relax this clause to " Equipment Should have Optimum RAM and Flash "

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

20 7.17 Internet Firewall and IPS at Central Location , Page 65 , Point 22

Firewall should provide application inspection for DNS, FTP, HTTP, SMTP, ESMTP, LDAP, MGCP, RTSP, SIP, SCCP, SQLNET, TFTP, H.323, SNMP etc

SMTP is an prominent choice as Transport Protocol to send and receive Email compared with EMSTP which is not so populer yet ,Moreover SCCP is OEM specific terminal control protocol so suggest removing ESMTP and SCCP from the clause to encourage inclusivness in the bidding

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

21 7.17 Internet Firewall and IPS at Central Location , Page 65 ,66 Point 31

Firewall should support RFC 6379 based Suite-B cryptography suites/ algorithms like AES-GCM/GMAC support (128-, 192-, and 256-bit keys), ECDH support (groups 19, 20, and 21), ECDSA support (256-, 384 -, and 521 - bit elliptic curves) for enhanced VPN security

Suite B cryptography has been recomeneded by US based Agency and which may not hold much relevance in other parts of the globe moreover standards like DES 3DES and AES , IKE v2 are widely accpeted standards and easily avilible across the OEM s , so suggest removing the Suite-B encryption to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

19

Page 20: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

22 7.17 Internet Firewall and IPS at Central Location , Page 66 Point 35

Firewall should support RFC 6379 based Suite-B cryptography suites/ algorithms like AES-GCM/GMAC support (128 -, 192-, and 256-bit keys), ECDH support (groups 19, 20, and 21), ECDSA support (256-, 384 -, and 521 - bit elliptic curves) for enhanced VPN security.

Suite B cryptography has been recomeneded by US based Agency and which may not hold much relevance in other parts of the globe moreover standards like DES 3DES and AES , IKE v2 are widely accpeted standards and easily avilible across the OEM s , so suggest removing the Suite-B encryption to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

23 7.17 Internet Firewall and IPS at Central Location , Page 66 Point 42

Should support reputation- and category-based URL filtering offering comprehensive alerting and control over suspect web traffic and enforces policies on more than 280 million of URLs in more than 80 categories.

280 million of URL s is a way too high number and generaly on Firewall with this specifications and capacity 50-80 Million URL are enough to provide security from maliious websites , suggest making the clause 50-80 Million of URL so OEM can come up with their right mix of techno commercial product

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

24 7.19 48 Port Access Switch at Central Location Page 71 , Point 19

Switch should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

25 7.19 48 Port Access Switch at Central Location Page 72 , Point 28

Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors and troubleshooting in secure manner

VTP is an OEM specific Protocol Suggest making clause as VTP or equivalent

Please read this clause "Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner or equivalent secure protocol with MD5 hashing."

20

Page 21: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

26 7.19 48 Port Access Switch at Central Location Page 72 , Point 30

Switch shall have UDLD, aggressive UDLD, LACP, PAgP and DTP

Equivalent protocols for DTP , UDLD , PagP are availible with Certein OEM so for inclusivness in the bidding process suggest to allow equivalent protocols for DTP ,UDLD, PagP in the specifications

Please read clause as"Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

21

Page 22: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

1 Under Make in India, GoI Policy

We would like to bring to your notice that Government of India has come up with a Gazette Preferential Market Access Policy vide notification no.8(78)/2010/IPHW dated 10th Feb,2012 which clearly mandates vide clause 2.2.2 that all central government funded projects would have to come under PMA policy. In addition, the policy dated 23rd December,2013 vide clause 4.3.4 states that the tender conditions would ensure that domestically manufactured electronic products are encouraged and are not subjected to restrictive product specifications or mandatory requirement of prior experience. In view of above, we request you for Implementation GOI Preferential Market Access Policy to promote domestic manufacturing under Make in India- as per the following notificationsa. Notification No.8(78)/2010‐IPHW dated 10 Feb 2012b. DoT notification No.18‐07/2010‐IPdated 05 Oct 2012c. Guidelines issued by DeitY vide No.8(78)/2010‐IPHW dated 12Jun 2013.d. Notification issued by DeitY vide No.33(3)/2013‐IPHW dated 23Dec 2013.e. Guidelines issued by DeitY vide No.33(7)/2015‐IPHW dated 16th November,2015.Below are some of the Surveillance Tender references where PMA policy has been

No change. As per RFPBidder Name: Tejas Networks Ltd.

22

Page 23: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

2 MCI_CCTV_Vol_1, Page-9 of 140

IP video surveillance system should support for Network Time Protocol (NTP) services. IP cameras should be attached to a switch port that supports FastEthernet (10/100Mbps). The recommendation is a speed of 100Mbps, full duplex. If the cameras require PoE, the switch must support the IEEE 802.3af—PoE standard. The 100BASE-TX standard specifies a minimum of Category 5/ 6 copper cabling with two twisted pairs.

We recommend to have switches that support 10/100/1000Mbps ports i.e. Gigabit Ethernet. It will allow to accommodate future bandwidth requirement from the same port. Also, we request to consider 802.3af/at-PoE since .af is older standard powering upto 15.4W whereas .at supports up to 30W and is crucial considering power requirements of PTZ cameras. Please confirm changes.

No change. Network switch are asked with PoE+ capability but if camera can work on PoE then PoE should be preferred due to lower power consumption.

3 MCI_CCTV_Vol_1, Page-31 of 140

All active components i.e. cameras, VMS, switch, firewall, router, server, storage components should be from single OEM. The same is mandated for quick and robust integration requirements.

We request to reconsider the clause as in industry no single OEM is manufacturing all active components. Moreover it deters buyer to have price competition advantage during procurement. The classification for cameras and VMS can be for one OEM, Switches for another and Firewall, servers etc for some other OEM. The condition can be laid that OEM needs to ensure the integrated solution works satisfactorily in compliance to SLAs and KPIs laid in the tender. Please confirm changes.

No change. This clause is must for end to end integration and successful implementation for such a critical security and monitoring project.

4 MCI_CCTV_Vol_1, Page-56 of 140

Shall have minimum 20 Gbps of switching fabric and 15 Mpps of forwarding rate.

Forwarding rate is calculated by multiplying 1.48 with no. of ports a switch has in case of gigabit ethernet ports. For a 8 port switch having 2 uplinks, maximum possible forwarding rate is 14.8 Mpps. Kindly consider the same for the specification. Please confirm.

Please read clause as "Shall have minimum 20 Gbps of switching fabric and 14.8 Mpps of forwarding rate."

23

Page 24: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

5 MCI_CCTV_Vol_1, Page-56 of 140

Link Aggregation Control Protocol (LACP), Port Aggregation Protocol(PagP) and Dynamic Trunking Protocol (DTP).

PagP serves the same purpose as LACP does but PagP is a CISCO Proprietary protocol, we request thereby to remove the same. Also, DTP is a cisco proprietary and is not used now a days since VLANs are configured as per 802.1Q and VLANs can be advertised by using GVRP/GARP. Kindly consider to remove the same. Please confirm.

Please read clause as"Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

6 MCI_CCTV_Vol_1, Page-56 of 140

Switch/ switch’s operating system should be tested and certified for EAL 2/NDPP or above under common criteria certification.

We request you to accept compliances against the UL/EAL/ NDPP specifications.It is important to mention that compliance against EAL/NDPP specifications was even acceptable in the most stratgic and secure Network for Spectrum tender for the Tri Services.Moreover,most of the Surveillance tenders floated by States do not insist for such certifications.Hence request you to confirm that compliance against the EAL/NDPP specifications is acceptable for domestic manufacturers. Also, as per MoUD guidelines for Safe cities where surveilliance is a critical component, such restrictive certifications have been removed to ensure a level playing of domestic players. Please confirm removal.

No change. Asked certifications are minimum from switch hardware and software evaluation perspective.

24

Page 25: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

7 MCI_CCTV_Vol_1, Page-68 of 140

All critical components like supervisor modules, fabric modules and controller modules should be redundant. Failure of one component must not degrade performance of switch.

We request to consider CLOS architecture based fixed 1RU switches since chassis based switches require upfront investment are not optimally utilized. Putting a CLOS based architecture helps save upfront payment for large switch and makes it a pay as you grow model wherein the future expansion of switch can be done depeding upon the actual requirement. The multiple switches are connected together back to back and it makes the architecture more robust and scalable. In lieu of same, we request to remove the clause. Please confirm.

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

8 MCI_CCTV_Vol_1, Page-68 of 140

Switch should be modular chassis and shall have minimum 2 blank slot for scalability in addition to asked ports.

We request to consider CLOS architecture based fixed 1RU switches since chassis based switches require upfront investment are not optimally utilized. Putting a CLOS based architecture helps save upfront payment for large switch and makes it a pay as you grow model wherein the future expansion of switch can be done depeding upon the actual requirement. The multiple switches are connected together back to back and it makes the architecture more robust and scalable. In lieu of same, we request to remove the clause. Please confirm.

No change. These are minimum requirement. Bidders are free to provide equivalnent or better.

25

Page 26: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

9 MCI_CCTV_Vol_1, Page-72 of 140

PAgP and DTP. PagP serves the same purpose as LACP does but PagP is a CISCO Proprietary protocol, we request thereby to remove the same. Also, DTP is a cisco proprietary and is not used now a days since VLANs are configured as per 802.1Q and VLANs can be advertised by using GVRP/GARP. Kindly consider to remove the same. Please confirm.

Please read clause as"Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

10 MCI_CCTV_Vol_1, Page-72 of 140

Switch/ switch’s operating system should be tested and certified for EAL 2/NDPP or above under common criteria certification.

We request you to accept compliances against the UL/ EAL/ NDPP specifications.It is important to mention that compliance against EAL/NDPP specifications was even acceptable in the most stratgic and secure Network for Spectrum tender for the Tri Services.Moreover,most of the Surveillance tenders floated by States do not insist for such certifications.Hence request you to confirm that compliance against the EAL/NDPP specifications is acceptable for domestic manufacturers. Also, as per MoUD guidelines for Safe cities where surveilliance is a critical component, such restrictive certifications have been removed to ensure a level playing of domestic players. Please confirm removal.

No change. Asked certifications are minimum from switch hardware and software evaluation perspective.

11 MCI_CCTV_Vol_1, Page-72 of 140

NMS has to be from the same OEM as of switches and routers.

We request to reconsider the clause as switches are SNMP managed and they can be easily integrated with other NMS. Having such clause locks in a OEM for equipment supply and deters cost advantage which is possible by keeping flexibility of OEMs during procurement. Please confirm.

No change. As per RFP

26

Page 27: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

12 Tender Ref. No: MCI/DMMP-II/2017 page no 23 of 66

All active components for the project i.e. servers, storage, switches, routers, video surveillance software, IP Cameras, firewall should be from same OEM. This is done to have better and faster integration between all products and is mandatory for the success of this project.

We request to allow multiple makes of each products i.e. servers, storage, switches, routers, video surveillance software, IP Cameras, firewall should not be from same OEM

No change. This clause is must for end to end integration and successful implementation for such a critical security and monitoring project.

1 Vol-I (3/10) Though 3 cameras are provisioned at colleges, the architecture and centralized components are scalable up to handling 15 cameras at colleges

Kindly clarify if the additional software licenses and hardware to be considered on day one or this is just a future provision to scale the system to upto 15 cameras.

Yes. MCI requires SI to provision for scalability upto 15 cameras.

2 Vol-I (5/10) HQ level location should have opensourcevideo management software like Red Hat Enterprise Linux, which should support min 10,000 ofthat HQ for management and storing the video as per policy.

Most of the reputed Video Management System are based on Windows OS. Therefore we request you to make these specifications open and allow support for any of the OS- Windows/ Linux/ RHEL.

No change. As per RFP

3 Vol-I (7.1/31) All hardware including, but not limited to the servers provisioned, shall be branded and reputed. All active components ie cameras, servers, storage and control software, video management software should be from single OEM for easy integration and inter operability

Kindly modify this clause. This is specific to an OEM. Most of the reputed VMS and Camera OEMs does not manufacture Servers, Storage and Switches. Therefore we request you to modify this clause.

No change. As per RFP

4 Vol-I (7.1, 8/31) The proposed solution components should be enabled with complete IPv6 functionality from day-1.

We understand that IPv6 functionality is not required in the Video Management System. Please confirm.

No change. As per RFP

Bidder Name: Honeywell

27

Page 28: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

5 Vol-I (2/31) Note - All active components i.e. cameras, VMS, switch, firewall, router, server, storage components should be from single OEM. The same is mandated for quick and robust integration requirements.

Kindly modify this clause. This is specific to an OEM. Most of the reputed VMS and Camera OEMs does not manufacture Servers, Storage and Switches. Therefore we request you to modify this clause.

No change. As per RFP

6 Vol-I (7.2/32) MCI requires an integrated security solution that includes a command and control style operator console;a Linux/ RHEL based Video Management Software (VMS) system, standard and high definition IP-based cameras, and system should meet the following requirements.

Most of the reputed Video Management System are based on Windows OS. Therefore we request you to make these specifications open and allow support for Windows/ Linux/ RHEL. We request you to update clause as " a Windows server/Linux or RHEL based Video Management Software (VMS) system, standard and high definition IP-based cameras, and system should meet the following requirements."

No change. As per RFP

7 Vol-I (7.2, 5/33) VMS review player should support stand-alone Windows utility that plays video archive clips without a browser. The review player should should also support MP4 files into a tamper-proof MPX (tamper proof MP4 file format) formats. MPX file should include a password while creating the file. Application should ask thepassword to open and view the video file.

Kindly add .wmv file format in the clause.We export file in *.ASF and *.WMV format. All exported video clips are Digitally Signed and are temper proof. These exported clips can be vied in any windows media player. This is a better solution than what is asked in the RFP specifications therefore we understand that this should be acceptable.

Bidder can propose this as part of their solution.

28

Page 29: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

8 Vol-I (7.2, 6/33) VMS application should mobile application for Andirod & Apple devices. App features should include recorded video playback, thumbnail video preview, and user profiles that allow multiple users to share a single device.

Thumbnail Video Preview in the mobile app is specific to an OEM. We request you modify the same.

No change. As per RFP

9 Vol-I (7.2, 8/33) The system shall support the scalability of additional camera installation beyond the originally planned capacity. One single video management system shall be expandable to 10,000 cameras.

We understand that video management system shall be expandable to 10000 or more cameras with multiple database management and recording servers. Kindly confirm.

Yes

10 Vol-I (7.2, 15/34) VMS application should mobile application for Andirod & Apple devices. App features should include recorded video playback, thumbnail video preview, and user profiles that allow multiple users to share a single device.

Kindly change clause as mentioned here. "VMS application should mobile application for Android OR Apple devices. App features should include recorded video playback."

No change. As per RFP

11 Vol-I (7.2, 19/34) The system shall supports Bulk Action to allow to search and perform administration activities on multiple camera.

Kindly elaborate the required functionality achieved by this clause.

Requirement is self explanatory

12 Vol-I (7.2, 21/35) VMS software should support 10,000 Camera in single management software.

We understand that the support for 4000 cameras in each video management server and scalable upto 10000 cameras with multiple video management servers is acceptable. Please confirm.

10000 camera in single management software. As per clause.

29

Page 30: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

13 Vol-I (7.4, 7a/37) Thumbnail search – To quickly locate specific scenes or events in recorded video without fast-forwarding or rewinding. Thumbnail search should display a range of video as thumbnail images, should allow to identify a portion of the recording to review.

We can provide motion based advanced search option and bookmarking feature to review hours of videos in minutes. Kindly confirm if that is acceptable against this clause.

No change. As per RFP

14 Vol-I (7.4, 8/37) Clip management – To view, download and modify MP4 clips that are stored on the server.

Exported clips are stored in *.ASF or *.WMV format. Clip management is available for these clips stored in the server by directly accessing the defined folder for clips. We understand that this is acceptable.

Bidder can propose this as part of their solution.

15 Vol-I (7.5, 7/39) Should have demonstrated in previous deployments to successfully scale up to 3,000 cameras in total throughout the city.

Since the VMS scalability upto 3000 cameras is no where associated to the geography, We request you to amend the clause as listed below ."Should have demonstrated in previous deployments to successfully scale up to 3,000 cameras in total."

No change. As per RFP

16 Vol-I (7.5, 13/39) The remote viewing stations will be viewing with multiple configurations of tiles (2X2, 4X4, 6X6 and even 10X10).

Practically 25 video tiles on a single screen in 5x5 matrix are more that enough. Most of the VMS OEM can provide upto 5x5 matrix only. Therefore we request you to modify 6x6 and 10 x 10 tiles.

No change. As per RFP

17 Vol-I (7.5, 17/39) Should be able to integrate well with existing Video management software Should be able to access the CCTV sources both from CCTV camera and from video management software.

Please provide existing video management system details like Make, model , licenses, integration platform, protocols to be used.

Not applicable. Integration clause with existing Video Management Software is deleted.

30

Page 31: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

18 Vol-I (7.5, 23/39) Application should zoom to the camera location on the map automatically when there is a high priority alert.

We understand that the Application will flash an alert icon on the camera location on the map in case of high priority alert. Pls confirm.

Bidder can propose this as part of their solution.

19 Vol-I (7.5, 33/41) Should support integration with smart lighting systems which are policy based two way communication.

Kindly elaborate the required functionality achieved by this clause.

Clause is self explanatory.

20 Vol-I (7.5, 37/41) Software security should prevent any data loss from physical removal by providing encrypted handshake for physical memory. If removed, the data at rest should become unusable. System should direct access only via SSL-VPN.

We understand that SSL-VPN connectivity shall be provided by customer.

Yes

21 Vol-I (7.6, 38/42) 3-10 mm p-Iris, remote focus and zoom

P-iris term is specific to a specific OEM. Request you to make it generic so that other OEMs of cameras can also qualify.

No change. As per RFP

22 Vol-I (7.6, 8/42) Field of View - 33° to 104° (horizontal)19° to 56° (vertical)39° to 121° (diagonal)

These specifications are specific to an OEM. We request you to keep the specifications limited to Lens focal length only.

No change. As per RFP

23 Vol-I (7.6, 9/42) Camera Adjustment - Pan: 350°Tilt: 80°Rotate: 350°

We understand that all of the required cameras are fixed dome cameras only and therefore camera adjustment required in the specifications is manual mechanical adjustment of camera module inside the dome.

Yes

31

Page 32: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

24 Vol-I (7.6, 22/43) Protocol-sDynamic Host Control Protocol (DHCP), Hypertext Transfer Protocol (HTTP), Secure HTTP (HTTPS), Network Time Protocol (NTP), Real-Time Transport Protocol (RTP), Real-Time Streaming Protocol (RTSP), Simple Mail Transfer Protocol (SMTP), Secure Sockets Layer/ Transport Layer Security (SSL/ TLS), Transmission Control Protocol/ Internet Protocol (TCP/IP), Secure Real-Time Transport Protocol (SRTP), Discovery Protocol, Bonjour, Simple Network Management Protocol (SNMP), and Secure Shell (SSH)

RTP, SSL/TLS, SRTP, Discovery protocol, SSH are not relevant in this scenarios. Kindly make this optional.

No change. As per RFP

25 Vol-I (7.6, 24/43) Quality of Service (QoS) -Differentiated Services Code Point (DSCP) marking and Class of Service (CoS) marking.

We request you to modify this requirement. Or kindly elaborate in detail.

No change. As per RFP

26 Vol-I (7.6, 26/43, 44) CISPR22Class B ICES-003, EN50121-4, EN50155, EN50130-4,EN55022, EN55024, EN61000-3-2/-3-3 Class A, VCCI Class B, KN22 Class B, KN24

Kindly Open these clause listed standards here, Since these are OEM specific.CISPR22 Class B ICES-003, EN50121-4, EN50155, EN55024, EN61000-3-2/-3-3 Class A, VCCI Class B, KN22 Class B, KN24,

No change. As per RFP

27 Vol-I (7.6, 28/44) OEM Criteria - All proposed cameras and VMs should be from single OEM and OEM should have registration in India minimum from 10 years.

We request you to make this clause open by single OEM for cameras and VMS.

No change. As per RFP

28 Vol-I (7.6, 1/45) Audio Detection - Camera should support to trigger events when it detects noise that exceeds a set volume threshold.

Kindly make this clause open for all OEM. No change. As per RFP

32

Page 33: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

29 Vol-I (7.6, 3/45) Camera should support to view video from continuous recordings from the IP camera web-based user interface.

Kindly make this clause open for all OEM. No change. As per RFP

30 Vol-I (7.6, 4/45) Camera should support to enables an IP camera to run scripts that are created in the Lua programming language.

Kindly make this clause open for all OEM. No change. As per RFP

31 Vol-I (7.6, 5/45) Camera should support to send and receive audio to and from an external SIP client device.

Kindly make this clause open for all OEM. No change. As per RFP

32 Vol-I (7.6, 6/45) Camera should support to send and receive audio to and from, and send video to, an external SIP client device.

Kindly make this clause open for all OEM. No change. As per RFP

33 Vol-I (7.6, 8/45) Camera should support to applies a tag (which appears as onscreen text) to a live video image based on an external trigger.

Kindly make this clause open for all OEM. No change. As per RFP

34 Vol-I (7.5/47) The storage should be configured with usable 1900 TB usable capacity using 4TB 7.2K RPM NL-SAS disk with dual parity and 1 nos of global hot spare disks every 30 drives

Do we need to quote only 1900 TB or we need to calculate recording based on nos of cameras?Kindly confirm recording parameters like resolution, compression, video format and FPS.

Please calculate and propose the optimum storage.

35 Vol-I (7.2/72) NMS has to be from the same OEM as of switches and routers.

Can it be third party EMS Tool which can monitors heterogeneous network, Like Switchs, Firewall, Servers, Routers, Workstations, IP Camaras etc. Please confirm

No change. As per RFP

36 Vol-I (7.2/74) 22.The NMS should support troubleshooting assistant with guided workflows.

Should NMS be integrated with Help Desk and SLA and manage the Workflow or a Complete EMS solution has to be provided.

Clause is self explainatory.

33

Page 34: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

37 Vol-I (7.2/75) 45. The NMS should support an unattended install.

Do internet connection will be provided to the server on which NMS is installed?

Internet can be provided for updates and upgradation but installation should be independent of internet.

38 Vol-I (7.2/75) 48. The NMS should support high availability solution via inetrnal or 3rd party software components if required in future.

Can you please let us know which 3rd party sofware to be integrated in future.

Clause is self explainatory.

39 Vol-I (7.2/75) 49. Get comprehensive network-based visibility into application performance and enduser experience.

Dose Enduser experience includes End to end monitoring which include all the hardware and software infrastructure (eg:- IP Camera , Database etc

Please read this clause as "Get comprehensive network-based visibility into application performance and enduser experience from switches, routers and wireless (if deployed in future) prespective"

40 Vol-I (7.2/75) 50. Quickly adopt and utilize embedded instrumentation.

Can you please elobrate more on this line item. Clause is self explainatory.

41 Vol-I, Page 13, Point 7 120 kva 1+1 Mode The standard rating is 125 kVA. If rating reqd is 125 kva in 1+1 mode then is auto synchronising also reqd taking total output to 250 kva or not?

Bidder can propose 125 KVA

42 Vol-I, Page 99, Point 7.7 DG Set Please clarify whether single set of 100 kva reqd or 120 kva in 1+1 mode required?

Single set is required

43 Vol-I, Page 99, Point 7.8 Sl No. 1 mentions recoil & electric starting sysyem

Pl note in 100 kva recoil ( rope or hand starting) is not possible, only electric starting

Bidder can propose the same

44 Vol-I, Page 99, Point 7.9 Sl No. 2 mentions 50 degree ambient. What is the height above mean sea level ? Name of place? Please share the details.

Bidder to propose as per standards

45 Vol-I, Page 99, Point 7.10 Sl No. 3 against Fuel mentions Minimum 1.78 Ltrs/hr.

Kindly clarify. Bidder to propose as per standards

34

Page 35: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

46 Vol-I, 7.17 point no.6 Proposed firewall should not be proprietary ASIC based in nature & should be open architecture based on multi-core cpu's to protect & scale against dynamic latest security threats.

Purpose-built security processors ASIC radically boost performance and scalability to enable the fastest network security appliance available.And on the top of it, there is Multicore CPU to protect & scale against dynamic latest security threats. So kindly modify the ASIC point.

No change. As per RFP

47 Vol-I, 7.17 point no.50 Should support OpenAppID for access to community resources and ability to easily customize security to address new and specific threats and applications quickly.

Specific to one OEM request you to kindly modify. No change. As per RFP

48 Vol-I, 7.17 point no.8 Firewall should have minimum 1 Gbps of multi-protocol real-world throughput (TCP based Multi-protocol traffic profile).

Kindly increase the firewall throught to 6 Gbps because you are mention 6x 1GbE interface

No change. This is minimum requirement. Bidders are free to provide equivalent or better.

49 MCI_CCTV_Vol_1, Page-9 of 140

IP video surveillance system should support for Network Time Protocol (NTP) services. IP cameras should be attached to a switch port that supports FastEthernet (10/100Mbps). The recommendation is a speed of 100Mbps, full duplex. If the cameras require PoE, the switch must support the IEEE 802.3af—PoE standard. The 100BASE-TX standard specifies a minimum of Category 5/ 6 copper cabling with two twisted pairs.

We recommend to have switches that support 10/100/1000Mbps ports i.e. Gigabit Ethernet. It will allow to accommodate future bandwidth requirement from the same port. Also, we request to consider 802.3af/at-PoE since .af is older standard powering upto 15.4W whereas .at supports up to 30W and is crucial considering power requirements of PTZ cameras. Please confirm changes.

Bidder can propose

35

Page 36: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

50 MCI_CCTV_Vol_1, Page-31 of 140

All active components i.e. cameras, VMS, switch, firewall, router, server, storage components should be from single OEM. The same is mandated for quick and robust integration requirements.

We request to reconsider the clause as in industry no single OEM is manufacturing all active components. Moreover it deters buyer to have price competition advantage during procurement. The classification for cameras and VMS can be for one OEM, Switches for another and Firewall, servers etc for some other OEM. The condition can be laid that OEM needs to ensure the integrated solution works satisfactorily in compliance to SLAs and KPIs laid in the tender. Please confirm changes.

No change. As per RFP

51 MCI_CCTV_Vol_1, Page-56 of 140

Shall have minimum 20 Gbps of switching fabric and 15 Mpps of forwarding rate.

Forwarding rate is calculated by multiplying 1.48 with no. of ports a switch has in case of gigabit ethernet ports. For a 8 port switch having 2 uplinks, maximum possible forwarding rate is 14.8 Mpps. Kindly consider the same for the specification. Please confirm.

Please read clause as "Shall have minimum 20 Gbps of switching fabric and 14.8 Mpps of forwarding rate."

52 MCI_CCTV_Vol_1, Page-56 of 140

Link Aggregation Control Protocol (LACP), Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP).

PagP serves the same purpose as LACP does but PagP is a OEM Proprietary protocol, we request thereby to remove the same. Also, DTP is a OEM proprietary and is not used now a days since VLANs are configured as per 802.1Q and VLANs can be advertised by using GVRP/GARP. Kindly consider to remove the same. Please confirm.

Please read clause as"Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

36

Page 37: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

53 MCI_CCTV_Vol_1, Page-56 of 140

Switch/ switch’s operating system should be tested and certified for EAL 2/NDPP or above under common criteria certification.

We request you to accept compliances against the UL/EAL/ NDPP specifications.It is important to mention that compliance against EAL/NDPP specifications was even acceptable in the most stratgic and secure Network for Spectrum tender for the Tri Services.Moreover,most of the Surveillance tenders floated by States do not insist for such certifications.Hence request you to confirm that compliance against the EAL/NDPP specifications is acceptable for domestic manufacturers. Also, as per MoUD guidelines for Safe cities where surveilliance is a critical component, such restrictive certifications have been removed to ensure a level playing of domestic players. Please confirm removal.

No change. Asked certifications are minimum from switch hardware and software evaluation perspective.

54 MCI_CCTV_Vol_1, Page-68 of 140

All critical components like supervisor modules, fabric modules and controller modules should be redundant. Failure of one component must not degrade performance of switch.

We request to consider CLOS architecture based fixed 1RU switches since chassis based switches require upfront investment are not optimally utilized. Putting a CLOS based architecture helps save upfront payment for large switch and makes it a pay as you grow model wherein the future expansion of switch can be done depeding upon the actual requirement. The multiple switches are connected together back to back and it makes the architecture more robust and scalable. In lieu of same, we request to remove the clause. Please confirm.

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

37

Page 38: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

55 MCI_CCTV_Vol_1, Page-68 of 140

Switch should be modular chassis and shall have minimum 2 blank slot for scalability in addition to asked ports.

We request to consider CLOS architecture based fixed 1RU switches since chassis based switches require upfront investment are not optimally utilized. Putting a CLOS based architecture helps save upfront payment for large switch and makes it a pay as you grow model wherein the future expansion of switch can be done depeding upon the actual requirement. The multiple switches are connected together back to back and it makes the architecture more robust and scalable. In lieu of same, we request to remove the clause. Please confirm.

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

56 MCI_CCTV_Vol_1, Page-72 of 140

PAgP and DTP. PagP serves the same purpose as LACP does but PagP is a OEM Proprietary protocol, we request thereby to remove the same. Also, DTP is a OEM proprietary and is not used now a days since VLANs are configured as per 802.1Q and VLANs can be advertised by using GVRP/GARP. Kindly consider to remove the same. Please confirm.

Please read clause as"Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

38

Page 39: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

57 MCI_CCTV_Vol_1, Page-72 of 140

Switch/ switch’s operating system should be tested and certified for EAL 2/NDPP or above under common criteria certification.

We request you to accept compliances against the UL/ EAL/ NDPP specifications.It is important to mention that compliance against EAL/NDPP specifications was even acceptable in the most stratgic and secure Network for Spectrum tender for the Tri Services.Moreover,most of the Surveillance tenders floated by States do not insist for such certifications.Hence request you to confirm that compliance against the EAL/NDPP specifications is acceptable for domestic manufacturers. Also, as per MoUD guidelines for Safe cities where surveilliance is a critical component, such restrictive certifications have been removed to ensure a level playing of domestic players. Please confirm removal.

No change. Asked certifications are minimum from switch hardware and software evaluation perspective.

58 MCI_CCTV_Vol_1, Page-72 of 140

NMS has to be from the same OEM as of switches and routers.

We request to reconsider the clause as switches are SNMP managed and they can be easily integrated with other NMS. Having such clause locks in a OEM for equipment supply and deters cost advantage which is possible by keeping flexibility of OEMs during procurement. Please confirm.

No change. As per RFP

59 Vol I(Section 7.23 Pg 84) 19” Rack frame with sturdy frame construction made of sixteen fold

Racks are 6 foldded Frame capable of withstanding 1500Kg's. Kindly change the clause.

Bidder can propose

60 Vol I(Section 7.23 Pg 85) Top cover plain, bottom cover with cut out of 400Wx150D with wire brush insert at back side for cable entry.

Will a cutout of 300mm width and 85mm depth be sufficient for bottom cover cutout. Please clarify.

Bidder can propose the best solution

61 Vol I(Section 7.23 Pg 85) Vertical shielding foam shielding (2 nos/ rack).

More Technical details along wth drawing is required to effeciently quote. Please provide the same.

Bidder can include

62 Vol I(Section 7.23 Pg 85) All rear doors must be equipped with automatic door opening system in case of cooling failures.

Is door opening required at Rack or Data center level. Please clairfy.

Data center

39

Page 40: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

63 Vol I(Section 7.23 Pg 84) Maximum Width-600 mm Kinldy change the clause as "Maximum Width-600/800 mm"

Accepted

64 Vol-I Pg no 102 of 140 (Point 7.8 - 4)

Efficiency AC to AC: > 85% (AC to AC) The efficiency shall be asked min. 95 on full load. Request to kindly evaluate & amend

Bidder can propose

65 Vol-I Pg no 102 of 140 (Point 7.8 - 8)

Minimum 60 min. backup on rated load.

It shall be asked for 30 min on each UPS or else there would large space requirement. OR else it can be asked with Common Battery Bank type for 60 min back-up time. Request to kindly clarify

No change. As per RFP

66 Vol-I Pg no 102 of 140 (Point 7.8 - 11)

Load current Request for change to "Output Current". Accepted

67 Vol-I Pg no 102 of 140 (Point 7.8 - 11)

LED display for: UPS on, battery operation, bypass, alarm battery charge level, etc.

Request you to kindly allow this either on LED or LCD display

Accepted

68 Vol-I Pg no 103 of 140 (Point 7.8 - 12)

Temperature 0-40C operating Request you to kindly modify 0 to 60 deg C from this line

Accepted

69 Vol-I Pg no 103 of 140 (Point 7.8 - 12)

Audible noise < 50 dB (A) Request you to kindly amend this to "68Db or less" Accepted

70 Vol-I Pg no 103 of 140 (Point 7.8 - 13)

EMC certified to IEC standards. "CE" certificate defines all IEC standards which a UPS shall follow. It is requested to kindly ask CE certificate with this clause mandatorily.

Bidder can propose

71 Vol-I Pg no 103 of 140 (Point 7.8 - 13)

ISO certificate Additionally OHSAS 18001 shall be asked for OEM. Kindly remove.

No change. As per RFP

72 5. Scope of Work: Clause - 5.2 Implementation of CCTV Solution: S. no.-6/ Page No.-13

UPS – Roughly 80 KVA in N + 1 mode for power supply to: Servers, Network devices, Workstationsfor Operators, Video wall etc

It is requested to kindly clarify the rating of UPS required. As in Scope of work it is mentioned as 80 KVA in N+1 mode & in BOM & compliance the rating mentioned is 115 KVA. Request you to kindly clarify the same & oblige.

115 KVA in N + 1 Mode

40

Page 41: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

73 7 Technical Specifications: Clause - 7.28 UPS System: S. No. - 9/ Page No. - 103

DC Voltage - Min.: 360 V/ 384V Since different manufacturers have different DC bus voltages and hence provide different batteries as per their designs. Hence DC bus voltage of the UPS System may be left to discretion of UPS vendor.

Accepted

74 Vol-II (5/23) The prime bidder should have valid ISO 27001: 2013 certificate as on bid submission date.

Kindly modify this clause. This certification is mostly available with IT service providers only. Since the primary requirement of the project is Video Surveillance, this certification should not be required as pre-qualification. This will bar many prospective bidders to participate in the bid.

No Change. Data Security is very important for MCI.

75 Vol-II (8/23) All active components for the project i.e. servers, storage, switches, routers, video surveillance software, IP Cameras, firewall should be from same OEM. This is done to have better and faster integration between all products and is mandatory for the success of this project.

Kindly modify this clause. This is specific to an OEM. Most of the reputed VMS and Camera OEMs does not manufacture Servers, Storage and Switches. Therefore we request you to modify this clause.

No change. As per RFP

41

Page 42: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

76 Vol-II (9/24) The prime bidder should have executed or currently ongoing at-least 3 IT/ ITES project with any department of Central Government/ State Government/ PSU/Autonomous Bodies or Councils of Government of India. At least one of the 3 projects should have be multi locational in nature and the minimum number of locations covered under the project should be 200. The PO/ Agreements should be in the last ten year from the bid submission date.

We understand that IT/ITES project are with CCTV cameras. Kindly confirm. We assume that different junctions of city surveillance of different locations. Kindly confirm.

Please refer to Corrigendum

77 Vol-II (4/24) OEM of the video surveillance software, IP Cameras, N/W equipment’s quoted for should have a minimum of 10 custom paid spare depots in India to support failure of equipment’s.

Since no spares required for the software. We request you to modify Video Surveillance Software from this clause.

No change. As per RFP

78 Vol-II (5/24) OEM of video surveillance software, IP Cameras, N/Wequipment’s should support next business day deliveryagainst defective spares in major locations in India. OEMshould have 24x7x365 support in India.

Since no spares required for the software. We request you to modify Video Surveillance Software from this clause.

No change. As per RFP

42

Page 43: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

79 Vol-II (7/25) OEM of video surveillance software, IP Cameras, N/Wshould have option of supporting customers directly ifneeded & the support information including delivery against defectives or status of case should be available through web portals. OEM should have industry leading service supply chain in this regard.

We request you to modify Video Surveillance Software from this clause.

No change. As per RFP

80 Vol-II (8/25) OEM of video surveillance software, IP Cameras, N/W shall have certification ISO 9001:2000 & ISO 14001 as on bid submission date.

Kindly remove ISO 14001 certification from this clause. This certification is mostly available with IT service providers only. Since the primary requirement of the project is Video Surveillance, this certification should not be required as pre-qualification. This will bar many prospective bidders to participate in the bid.

No change. As per RFP

81 Vol-II (1/29) The bidder should have successfully beenassessed and certified for the below1. CMMi Level 3 or above2. ISO 9001:20083. ISO 27001 (year 2013)

Kindly remove ISO 27001 certification from this clause. This certification is mostly available with IT service providers only. Since the primary requirement of the project is Video Surveillance, this certification should not be required as pre-qualification. This will bar many prospective bidders to participate in the bid.

No change. As per RFP

82 Vol-II (7.2/36) Payment Milestones The total of all payments against defined milestones become 101%. We request you to kindly check and rectify the error.

Please refer to Corrigendum

43

Page 44: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

83 General Switches As per BOQ, There is no switches considered at college location. How cameras will be connect to centre location. Please confirm scope of switches at college locations.?

Please read the tender document. It is responsibility of colleges.

84 General No items (Like workstation, monitors, etc.) considered for monitoring/recording at Locally, College locations

As per BOQ, we understand that you do not need monitoring and recording of cameras at College locations. Kindly confirm

Tender is clear, please read the same carefully

85 General UPS power at College location We understand that UPS power to all Cameras and other equipments shall be provided by customer. Please confirm.

Please read the tender document. It is responsibility of colleges.

86 General RAW power at Central DC Location We understand that RAW power would be provided by customer at central DC at various location. Please confirm.

Please read the tender document. It is responsibility of colleges.

87 BOQ item no. 11 Mobile user license How many Mobile user license required. please confirm.

Bidder to propose as per Scope of Work and number of locations etc

88 6 Minimum BoM: Clause -6.2 Central Location – NOC: S. No.-17/ Page No. - 31

UPS 115KVA with 1 hr backup (At control room and DC) - 2 Nos.

It is requested to kindly clarify the rating of UPS required. As in Scope of work it is mentioned as 80 KVA in N+1 mode & in BOM & compliance the rating mentioned is 115 KVA. Request you to kindly clarify the same & oblige.

Answered above

89 7.6 IP Camera for Indoor/ Outdoor Monitoring, pag 43/141, Point No.5

Lens/ Iris: 3-10 mm p-Iris, remote focus and zoom

Suggest to Change it to Auto-iris/ DC-Iris, as Auto iris cameras are suitable for Indoor & outdoor locations both, there is no challenge. But Precise-iris (P-iris) cameras are suited for recording in locations where light is constantly and quickly changing, & P-iris cameras are commercially also expansive

No change. As per RFP

90 7.6 IP Camera for Indoor/ Outdoor Monitoring, pag 43/141, Point No.9

Camera Adjustment: Pan: 350°Tilt: 80°Rotate: 350°

Does camera's rqeuired separate Motor?? Or you are looking for Speed Dome Functionality

Clause is self explainatory.

44

Page 45: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

91 7.7 Video Management/ Database/ Application Server

The server should support the technology of 40-Gbps unified network fabric which aggregates both the Ethernet and FC connectivity on a single controller using low-latency, lossless, 10- Gbps Ethernet and industry-standard fibre channel over Ethernet(FCoE) fabric

Can you please elaborate how do you want to achieve 40Gbps. Can we propose 4 X 10Gbps FCOE ports to achieve that. We would also suggest you to ask FC connectivity as an option along with FCOE connectivity as FC gives better performance.

Clause is self explainatory.

92 7.13 Network Switch , Page 56 , Point 9

Switch should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4.

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

93 7.13 Network Switch , Page 57 , Point 16

Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner.

VTP is an OEM specific Protocol Suggest making clause as VTP or equivalent

Please read this clause "Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner or equivalent secure protocol with MD5 hashing."

94 7.13 Network Switch , Page 57 , Point 20

Switch shall have Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP), Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP)

Equivalent protocols for DTP , UDLD , PagP are availible with Certein OEM so for inclusivness in the bidding process suggest to allow equivalent protocols for DTP ,UDLD, PagP in the specifications

Please read clause as"Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

45

Page 46: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

95 7.14 WAN Routers at Central Location , Page 58 , Point 3

Router should have minimum 8 GB RAM and 8 GB flash from day-1

Each OEM adopts different algorithm/File System for storage and calculation hence the amount of storage and Processing needed for optimal functioning is different for each OEM. Suggest going for performance requirement rather than RAM and Flash memory , Every OEM has different file system and hence need of storage and processing capabilties varies. Router has “Optimum flash and RAM ” where Router can deliver all required functions at required speed .Please relax this clause to " Router Should have Optimum RAM and Flash "

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

96 7.14 WAN Routers at Central Location , Page 58 , Point 4

Router should have DES, 3DES and AES standards through dedicated encryption module/ processor. Should support IPSec with IKEv2 and suite-B encryption.

Suite B cryptography has been recomeneded by US based Agency and which may not hold much relevance in other parts of the globe moreover standards like DES 3DES and AES , IKE v2 are widely accpeted standards and easily avilible across the OEM s , so suggest removing the Suite-B encryption to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

97 7.14 WAN Routers at Central Location , Page 59 , Point 13

Router should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

98 7.14 WAN Routers at Central Location , Page 59 , Point 18

Should support extensive support for IP SLA and best path selection for metrics like delay, latency, jitter, packet loss to assure business-critical IP applications.

IP SLA is OEM specific suggest removing this clause so to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

46

Page 47: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

99 7.14 WAN Routers at Central Location , Page 59 , Point 19

Router should support monitoring of network traffic with application level insight with deep packet visibility into web traffic, RTP-Based VoIP traffic and cRTP.

Application level filtering and deep packet inspection for VoiP traffic and cRTP idealy should be done on the firewall instead of Router so we suggest to remove this clause from the router specifications

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

100 7.14 WAN Routers at Central Location , Page 59 , Point 23

Router/ router’s operating system should be tested and certified for EAL 4/ NDPP or above under common criteria certification

EAL 2 Certificate is suffice in terms of assuring design information and security level provided by the OEM where in device has been Structurally tested so suggest changing clause as EAL 2 instead of EAL 4

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

101 7.15 Internet Router at Central Location , Page 60 , Point 3

Router should have minimum 8 GB RAM and 8 GB flash from day-1

Each OEM adopts different algorithm/File System for storage and calculation hence the amount of storage and Processing needed for optimal functioning is different for each OEM. Suggest going for performance requirement rather than RAM and Flash memory , Every OEM has different file system and hence need of storage and processing capabilties varies. Router has “Optimum flash and RAM ” where Router can deliver all required functions at required speed .Please relax this clause to " Router Should have Optimum RAM and Flash "

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

102 7.15 Internet Router at Central Location , Page 60 , Point 4

Router should have DES, 3DES and AES standards through dedicated encryption module/ processor. Should support IPSec with IKEv2 and suite-B encryption.

EAL 2 Certificate is suffice in terms of assuring design information and security level provided by the OEM where in device has been Structurally tested so suggest changing clause as EAL 2 instead of EAL 4

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

103 7.15 Internet Router at Central Location , Page 60 , Point 12

Router should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

47

Page 48: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

104 7.15 Internet Router at Central Location , Page 61 , Point 17

Should support extensive support for IP SLA and best path selection for metrics like delay, latency, jitter, packet loss to assure business-critical IP applications

IP SLA is OEM specific suggest removing this clause so to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

105 7.15 Internet Router at Central Location , Page 61 , Point 18

Router should support monitoring of network traffic with application level insight with deep packet visibility into web traffic, RTP-Based VoIP traffic and cRTP.

Application level filtering and deep packet inspection for VoiP traffic and cRTP idealy should be done on the firewall instead of Router so we suggest to remove this clause from the router specifications

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

106 7.15 Internet Router at Central Location , Page 61 , Point 23

Router/ router’s operating system should be tested and certified for EAL 4/ NDPP or above under common criteria certification

EAL 2 Certificate is suffice in terms assuring design information and security level provided by the OEM where in device has been Structurally tested so suggest changing clause as EAL 2 instead of EAL 4

No change. Asked certifications are minimum from router hardware and software evaluation perspective.

107 7.16 Aggregation Switches at Central Location , Page 62 , Point 18

Switch should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

108 7.16 Aggregation Switches at Central Location , Page 63 , Point 27

Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors and troubleshooting in secure manner

VTP is an OEM specific Protocol Suggest making clause as VTP or equivalent

Please read this clause "Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner or equivalent secure protocol with MD5 hashing."

48

Page 49: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

109 7.16 Aggregation Switches at Central Location , Page 63 , Point 29

Switch shall have Unidirectional Link Detection Protocol (UDLD), Aggressive UDLD, Link Aggregation Control Protocol (LACP), Port Aggregation Protocol (PAgP) and Dynamic Trunking Protocol (DTP).

Equivalent protocols for DTP , UDLD , PagP are availible with Certein OEM so for inclusivness in the bidding process suggest to allow equivalent protocols for DTP ,UDLD, PagP in the specifications

Please read clause as"Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

110 7.17 Internet Firewall and IPS at Central Location , Page 64 , Point 3

Router should have minimum 8 GB RAM and 8 GB flash from day 1

Each OEM adopts different algorithm/File System for storage and calculation hence the amount of storage and Processing needed for optimal functioning is different for each OEM. Suggest going for performance requirement rather than RAM and Flash memory , Every OEM has different file system and hence need of storage and processing capabilties varies. Equipement has “Optimum flash and RAM ” where it can deliver all required functions at required speed .Please relax this clause to " Equipment Should have Optimum RAM and Flash "

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

111 7.17 Internet Firewall and IPS at Central Location , Page 65 , Point 22

Firewall should provide application inspection for DNS, FTP, HTTP, SMTP, ESMTP, LDAP, MGCP, RTSP, SIP, SCCP, SQLNET, TFTP, H.323, SNMP etc

SMTP is an prominent choice as Transport Protocol to send and receive Email compared with EMSTP which is not so populer yet ,Moreover SCCP is OEM specific terminal control protocol so suggest removing ESMTP and SCCP from the clause to encourage inclusivness in the bidding

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

49

Page 50: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

112 7.17 Internet Firewall and IPS at Central Location , Page 65 ,66 Point 31

Firewall should support RFC 6379 based Suite-B cryptography suites/ algorithms like AES-GCM/GMAC support (128-, 192-, and 256-bit keys), ECDH support (groups 19, 20, and 21), ECDSA support (256-, 384 -, and 521 - bit elliptic curves) for enhanced VPN security

Suite B cryptography has been recomeneded by US based Agency and which may not hold much relevance in other parts of the globe moreover standards like DES 3DES and AES , IKE v2 are widely accpeted standards and easily avilible across the OEM s , so suggest removing the Suite-B encryption to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

113 7.17 Internet Firewall and IPS at Central Location , Page 66 Point 35

Firewall should support RFC 6379 based Suite-B cryptography suites/ algorithms like AES-GCM/GMAC support (128 -, 192-, and 256-bit keys), ECDH support (groups 19, 20, and 21), ECDSA support (256-, 384 -, and 521 - bit elliptic curves) for enhanced VPN security.

Suite B cryptography has been recomeneded by US based Agency and which may not hold much relevance in other parts of the globe moreover standards like DES 3DES and AES , IKE v2 are widely accpeted standards and easily avilible across the OEM s , so suggest removing the Suite-B encryption to encourage inclusivness in the bidding process

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

114 7.17 Internet Firewall and IPS at Central Location , Page 66 Point 42

Should support reputation- and category-based URL filtering offering comprehensive alerting and control over suspect web traffic and enforces policies on more than 280 million of URLs in more than 80 categories.

280 million of URL s is a way too high number and generaly on Firewall with this specifications and capacity 50-80 Million URL are enough to provide security from maliious websites , suggest making the clause 50-80 Million of URL so OEM can come up with their right mix of techno commercial product

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

115 7.19 48 Port Access Switch at Central Location Page 71 , Point 19

Switch should support SSHv2, SNMPv2c, SNMPv3, NTPv3 and NTPv4

NTPv4 is updated standard , which has enhanced feature compared to Vesion 3 so suggest making NTP version 3 as optional

No change. These are minimum requirement. Bidders are free to provide equivalent or better.

50

Page 51: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

116 7.19 48 Port Access Switch at Central Location Page 72 , Point 28

Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors and troubleshooting in secure manner

VTP is an OEM specific Protocol Suggest making clause as VTP or equivalent

Please read this clause "Switch shall have secure VTP with MD5 protocol to reduce administrative burden of configuring VLANs on multiple switches in turn eliminating the configuration errors & troubleshooting in secure manner or equivalent secure protocol with MD5 hashing."

117 7.19 48 Port Access Switch at Central Location Page 72 , Point 30

Switch shall have UDLD, aggressive UDLD, LACP, PAgP and DTP

Equivalent protocols for DTP , UDLD , PagP are availible with Certein OEM so for inclusivness in the bidding process suggest to allow equivalent protocols for DTP ,UDLD, PagP in the specifications

Please read clause as"Unidirectional Link Detection Protocol (UDLD), aggressive UDLD, Link Aggregation Control Protocol (LACP)/Port Aggregation Protocol (PagP) and Dynamic Trunking Protocol (DTP) or equivalent protocol for dynamic information exchange of VLANs over trunk ports."

118 Clause 7.11 Workstation Console Specifications Page 51 S. No. 1

ISO 9001:2008 certification & ISO 14001:2004

Latest upgraded version of this certification is 9001:2015. kindly remove ISO 14001:2004

No change. As per RFP

119 Clause 7.11 Workstation Console SpecificationsPage 51 S. No. 3

Copy of certification Forest Stewardship Council (FSC) for wood compnents. Certificate for compliance towards sustainable forest initiative ensuring wood used is from sustainable forest harvesting.

To promote responsible management of the world's forests it is mandatory that Desk OEM must be FSC certified manufacturer. Raw-material supplier certificate shall be deemed un-acceptable.

No change. As per RFP

51

Page 52: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

120 Clause 7.11 Workstation Console SpecificationsPage 52 S. No. 8

The console frame shall have the sit stand actuator mechanisms incorporated into the structural frame and these actuator mechanisms will not be free standing on the floor.

Sit-Stand feature is the most critical component of the control desk and is meant to work for years to come hence must comply to following guidelines and relevant certificates to be produced along with the bid.

a. The worktop must have height adjustable feature with help of electical drive.b. The height shall be adjustable from a Fixed height of 29.5” (750 mm) to 43” (750mm to 1100mm).c. Mechanism shall comply to RoHS standard. The entire control desk must be ROHS (Restriction of Hazardous Substances) certified (from UL/Intertek).d. Each column shall have a maximum load carrying capacity of 1500N (337lb or 150 kg).e. To ensure durability the maximum Uniformly Distributed load on work surface shall be 3000N (660lbs or 300kg) with two or more columns.f. Mechanism Speed must be 15 mm/s (0.6 in/s).

No change. As per RFP

121 Clause 7.11 Workstation Console SpecificationsPage 52 S. No. 17

The surface of the work area shall be non-scratchable.

The work surface shall be made up of 25 mm MDF wih high scratch resistence NEMA LD-3 certified laminate. Table top front end should be injection moulded polyurethane edge (minimum 50-60mm in depth) on the profiled wooden core and must not be inserted or glued. Sample to be produced at the POC stage.

Bidder to propose

52

Page 53: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

122 Clause 7.11 Workstation Console SpecificationsPage 53 S. No. 21

All board cladding (Laminates) must be 1MM & the laminate supplier must be Green Guard Certified, Certificates of which must be provided on request.

Front, back shutters shall be of 18 mm Laminated MDF Board with premium finish. Side leg shall be of 25mm of the same finish. Hinges shall have life time warranty. Entire console to be RoHS certified (from Intertek). The Laminated MDF shall confirm to E1 Grade, ANSI A208.2 and CARB certified and must follow EN 622-5 standard.

Bidder to propose

123 Clause 7.11 Workstation Console SpecificationsPage 54 S. No. 29

The side panels should be fixed type, made in 26mm MDF board cladded on 18mm MDF board. All panels must be attached to the frame with concealed fasteners. Console access panels (front & rear panels) must be removable without the use of tools. The front panel should be positioned in such a way that there should be sufficient leg space (min of 400mm from the front edge of the table top).

For future proff aesthetic appeal the Laminated MDF (for front and back shutter) must confirm to E1 Grade, ANSI A208.2 and CARB certified and must follow EN 622-5 standard.

Bidder to propose

124 Clause 7.11 Workstation Console SpecificationsPage 54 S. No. 24

Modular walls shall be made of 2mm thick extruded aluminum (6063T6 aluminum alloy).

a. Modular walls shall be made of approx. 2mm thick Extruded Aluminum (HE9WP aluminium alloy).

Bidder to propose

125 Clause 7.11 Workstation Console SpecificationsPage 54 S. No. 29

The monitor arm should be articulating monitor arm

The monitor arm shall be articulating monitor arm and made up of die casted aluminum. Monitor arm shall not be fixed on table top.

It must be fixed on the Slat wall.

Bidder to propose

53

Page 54: Response to Pre-bid Queries - CCTV Solution at Medical ......ISO 27001:2013 certificate as on bid submission date. We request you to drop this clause since this is not a relevant for

Response to Pre-bid Queries - CCTV Solution at Medical Colleges

126 BOQ item no 21 web based software a) The portion does not mention any specific technology stack to be used. It is mentioned that the Integration DMMP Application to be built using Open Source Technologies. b) Are there any details available for the DMMP Applicationc) Our assumption is that the deployment will be done as a Physical instance in a data centre defined by MCI, kindly get the confirmation. In case they are looking at a Hybrid / Cloud deployment kindly get the details

DMMP Application is accessed by colleges via web. SI will add an application with single signon facility where college can upload their course schedule. DMMP application runs on Hybrid Cloud Data Center. Current project will have On Premise Data Center as mentioned in tender and will connect with the DMMP Cloud Data Center and Disaster Recovery Center.

127 Vol-I (5.2 /12) Fire alarm system, Electrical layout Kindly provide drawing layout to design fire alarm system, Rodent repellant system etc.

Bidder to provide the layouts in Design Phase

54