TECHNICAL SPECIFICATION AND REQUIREMENTS OF … · ISRO Telemetry Tracking and Command Network...
Transcript of TECHNICAL SPECIFICATION AND REQUIREMENTS OF … · ISRO Telemetry Tracking and Command Network...
TECHNICAL SPECIFICATION AND REQUIREMENTS
OF
BIOMETRIC ACCESS CONTROL SYSTEM
ISRO Telemetry Tracking and Command Network (ISTRAC), BANGALORE
ISRO, Department of Space
August – 2017
Page 1 of 59
PART‐A
1.0 Introduction ISTRAC invites bids from interested vendors for the TURN‐KEY work for supply,
installation, integration and maintenance of Finger print based biometric Access
Control System (ACS) at ISRO Telemetry Tracking and Command Network (ISTRAC),
BANGALORE. There are six locations of ISRO Telemetry Tracking and Command
Network viz. SCC, MOX and IDSN, all at Bangalore, ISTRAC Lucknow Facility, Lucknow,
and ISTRAC Port Blair Facility, Port Blair. All the locations are connected through
ISTRAC LAN network.
Smart card (Mifare) based Access Control System is operational at main gates (first
level/peripheral) of ISTRAC SCC, MOX and IDSN for managing entry/exit of personnel
as well as second level ACS is also operational for managing entry/exit of personnel
at technical areas in ISTRAC main campus.
Present ACS consists of smart card fixed readers (fixed), Turnstile gates, EM locks for
technical areas, server, card printer, card personalization unit with software, ACS
report software, management/monitoring software, UPS and network infrastructure.
This RFP is to replace/augment the existing ACS with Finger print and smart card
based ACS at main gates and second level entry at ISTRAC with interoperability
across all DOS/ISRO Centres/Units. The proposed Biometric based Access Control
system shall be installed and commissioned seamlessly with the existing system by
the Vendor.
2.0 General Provisions
2.1 DEFINITIONS
2.1.1 Department: Department means the ISRO Telemetry Tracking and Command
Network (ISTRAC), Department of Space of the Government of India.
2.1.2 Contract/ Purchase Order: The term Contract/ Purchase Order shall mean
agreement executed between the Department and Contractor, together with the
document as referred to therein including the functional requirements,
specifications, drawing and instructions issued within the Contract provisions from
time to time by the Contract Manager and all those documents taken shall be
complementary to one another.
2.1.3 Vendor/ Contractor: Vendor/ Contractor means any individual, Body Corporate,
Company, Undertaking, Establishment or Legal Entity entering into a contract with
the Department & shall include all heirs, Legal representatives, successors and
permitted assigns.
2.1.4 Contract Administrator/ Manager/ Department Representative/Key Personnel: The
term shall mean the appropriate authority declared by the Department who shall co‐
ordinate the tasks in the execution of this contract.
Page 2 of 59
2.1.5 Site Engineer: The term Site Engineer shall mean the authorized representative of
the Contractor who shall co‐ordinate the execution of the contract.
2.1.6 Site: The term Site shall mean the actual place of the proposed work or other places
on which work is to be executed under the Contract which may be allotted by
Department for the purpose of carrying out the work.
2.1.7 Works: The term Works shall mean the places where work is performed by the
Contractors.
2.1.8 Bidder shall mean any individual, Body, Corporate, Company, Undertaking,
Establishment or Legal Entity who quotes against the Proposal/ specification.
2.1.9 Manufacturer refers to an individual, Body, Corporate, Company or firm who is the
producer and furnisher of material to either the 'Department or the Contractor' or
both under the 'Contract'
2.1.10 Specification/Proposal shall mean collectively all the terms & conditions contained
in those portions of the 'Contract' known as 'General & special terms and conditions
of contract for supply, installation, testing and Commissioning', the specifications
and such Amendments, revisions or additions, as may be made in the Agreement
and all written Agreements made or to be made pertaining to the method and
manner of performing the work or to the quantities and qualities of the materials to
be furnished under the 'Contract'.
2.1.11 Contract Price shall mean, if there is a formal agreement, the prices referred to in
the agreement or if there is no formal agreement, the price agreed to be the value of
the ‘Contract’
2.1.12 Date of Contract shall mean the calendar date on which the Department and
Contractor / Manufacturer have signed the ‘Contract’. ‘Effective Date of Contract’
shall mean the calendar date on which the Department has issued to the Contractor
the ‘Purchase Order’ or as otherwise mutually agreed to between the Department
and Contractor.
2.1.13 Contract Period shall mean the period during which the ‘Contract’ shall be executed
as agreed between ‘Contractor/ Manufacturer and Department’.
2.1.14 Guarantee period shall mean the period during which the ‘System’ or ‘Equipment’
shall give the same performance guaranteed by the Contractor/ Manufacturer in the
'Schedule of Guarantee’ or as in the `Specification'.
2.1.15 Performance Tests shall mean such tests as are prescribed in the specification to be
done by the Contractor before the system is taken over under guarantee by the
Department.
2.2 Glossary of terms relevant to this RFP
ACS Access Control System
AMC Annual Maintenance Contract
A&M Administration& Maintenance
ATP Acceptance Test Plan
BOM Bill Of Material
EM Electro Magnetic
GA General Administration
Page 3 of 59
O&M Operations & Maintenance
OEM Original Equipment Manufacturer
OS Operating System
PFC Potential Free Contract
PCC Police Clearance Certificate
PDI Pre Dispatch Inspection
RTC Real Time Clock
VMS Visitor Management System
2.3 Executing authority of contract: Contract Manager
The clauses and terms and conditions of the contract shall be executed on behalf of
the Department only by or through the executing authority of contract who shall be
named in the contract as Contract Manager. The Contract Manager so named shall
not be changed except through a written communication to the Contractor by the
Department.
The Contractor shall, in this respect, give the contract manager of the Department
access and arrange to give access to his sub‐vendors/ sub‐contractors to his
premises and shall give all necessary assistance in order that the contract manager
may fulfill his task.
2.4 Communications
All communications affecting the terms and conditions of the contract and
concerning its execution shall be made or confirmed in writing.
2.5 Publicity relating to contracts
Advertisements, press release or other specialized publicity documents, which are
related to or reveal the existence of a contract and are intended by the Contractor
for public distribution and/or the press, broadcasting, or television, shall be notified
to the Department. The Department may direct the Contractor to withhold such
publicity or to require modifications to the publicity material. The Contractor shall
comply with such direction.
3.0 Brief Scope of Work
a) The scope involves installation and integration of security components to include
Access Control, Restricting and Monitoring movement of personnel, Vehicle
Identification, authentication and Boom Barriers. The appropriate “system” shall
allow for the integration of the aforementioned components, such that the
management of all sub‐systems resides within a single data‐base application. The
“system” shall have the ability for managing every subsystem at different
locations by an appropriate `Administrator’ from a control room.
b) Schematic diagram as shown in Figure‐1 of the required system is provided for
information. Bidder shall propose and submit suitable solution with system
configurations, detailed block diagrams and necessary techno‐commercial
details.
Page 4 of 59
c) The scope of work for this contract shall include design, supply, installation,
integration, testing, commissioning, maintenance and associated services for a
fully operational finger print & smart card based ACS, that provide central
security management, integrated control and remote monitoring of the intended
site, including the interfacing of all existing facilities.
d) All necessary tools, equipments, hardware, software and software user licenses
required as described in this document for the complete installation of the ACS
shall be supplied and installed under this contract.
e) All equipments supplied by the successful tenderer shall be installed, configured,
programmed, tested and commissioned. The tenderer shall supply all materials
and services necessary for or incidental to the installation and commissioning of
the systems. Tenderer will supply material to respective locations (SCC, MOX
and IDSN, all at Bangalore, ISTRAC Lucknow Facility, Lucknow, and ISTRAC Port
Blair Facility, Port Blair) as per installation requirements.
f) The entire ACS and subsystems including all its hardware, peripherals, software
and software licenses as specified within this document shall be supplied and
provided as part of this contract to the respective locations as per the quantities
and locations mentioned in Annexure‐VI.
g) Detailed Technical Specification of material required is given in Part‐B and un‐
installation of existing items as per list given in Part‐C.
Page 5 of 59
Figure – 1 – Biometric based ACS Architecture
Page 6 of 59
4.0 Eligibility Criteria for Bidding
(a) The prospective bidder should have a minimum of Five years of experience in
the Security Management System business.
(b) The bidder/firm should have a turn‐over of not less that Rs.100 lakhs during the
last three financial years.
(c) The bidder/firm should have earned profit during the last three years.
(d) The bidder/firm should have sufficient technical expertise and logistics to
execute the project in different locations (including Port Blair) in India.
(e) The bidder/firm should have prior experience in executing similar projects
(please provide documentary evidence for executing two such projects).
(f) The bidder/firm should have supplied, installed and commissioned ACS at
private/public/government organization within the last five years. At least one
of those installations should have set‐up of Finger print Biometric based ACS for
more than 1000/ 500 users on daily access with physical barrier like turnstile.
The documentary evidence(s) like Purchase Order copies, acceptance /
completion report and user satisfaction certificate(s) with user contact details
should be submitted along with the technical proposal.
(g) A ‘Bank Solvency Certificate’ issued not before 31 December 2016 for Rs.50
lakhs should be attached along with ‘Technical Bid’ failing which the tender will
not be considered.
(h) The bidder should furnish a certificate, in original, from the Original Equipment
Manufacturers (OEM) for the ACS certifying that the bidder is an authorized
dealer/agent for the OEM and the OEM shall be responsible for after‐sales
service, if the bidder is unable to give proper service.
5.0 Instruction to Bidders
5.1 Tender Document
a) Interested prospective bidders are advised to go through the Tender documents
carefully before participating in the bid.
b) The proposal shall be completely filled in all respects and shall be tendered
together with requisite information and Annexure. Any offer incomplete in any
particulars is liable to be rejected. Compliance statement should be supported
with objective evidence and shall be traceable.
c) Bidders shall set their quotations in firm figures and without qualifications or
variations or additions in the terms of the Proposal documents. Proposal
containing qualifying expressions such as “subject to minimum acceptance " or
" subject to prior sale" or any other qualifying expressions or incorporating terms
and conditions at variance with the terms and conditions incorporated in the
Proposal documents are liable to be rejected.
Page 7 of 59
5.2 Preparation of bids
5.2.1 Site Visit
Bidder is advised to visit and examine the existing Access Control System items at
site, to familiarise himself of the existing system and environment and shall collect
all other information (including quantity of accessories) which he may require for
preparing and submitting the Bid and entering into the contract. Claims and
objections due to ignorance of existing conditions or inadequacy of information will
not be considered after submission of the Bid and during implementation. The
bidder must do the site survey within ten days after release of tender during working
days (Monday to Friday excluding holidays), between 14:00 Hrs to 15:30 Hrs., with
prior appointment. For site survey, bidder may contact Ms Hemalatha K G
Bid shall remain valid for acceptance for a period of 6 (six) months from the due
date of submission of the Bid. The Bidder shall not be entitled during the said period
to revoke or cancel his Bid or to vary the Bid except and to the extent required by
Department in writing. Bid shall be revalidated for extended period as required by
Department in writing. In such cases, unless otherwise specified, it is understood
that validity is sought and provided without varying either the quoted price or any
other terms and conditions of Bid finalized till that time.
5.2.2 Cost Of Bidding
All direct and indirect costs associated with the preparation and submission of the
Bid (including clarification meetings and site visit, if any), shall be to Bidder's account
and the Department will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the Bid process.
5.2.3 Instructions for two part Bids
Part‐ I: Should contain Technical and Commercial only
Part‐ II: Should contain Price details only
Procedure to be followed by bidders
PART‐ I : TECHNICAL and COMMERCIAL a. Tender document contains technical requirements and specification of Finger
print based Biometric Access Control System. The detailed technical
specifications of tenderer’s offer should be covered in this part. This part should
not contain Price Details.
b. The commercial terms to be covered in this part like Delivery Terms, Delivery
period, Payment terms, Validity of the offer, Warranty, Guarantee, security
deposits, Performance Guarantee, Liquidated Damages (for delayed supply), etc.
c. The Bidder is required to confirm acceptance of all terms and conditions (clause
wise).
Page 8 of 59
PART‐ II : PRICE BID
a. The price of the item should be indicated in this part with unit rate as specified in
Annexure‐V. The prices are to be mentioned both in figures as well as in words.
b. Any quotation received deviating the above instruction shall be liable to be
rejected. Hence please adhere to the above details and submit quotations before
due date and time.
5.2.4 Technical & Commercial Bid (Part‐I)
The technical & commercial bid should comprise of following:
a) Bidder’s Profile as per Annexure‐I.
b) A Technical compliance statement related to Technical Specifications as per
Annexure‐II. Deviations if any shall be brought out clearly. Bidder has to provide
the compliance statements for each of the specification for equipments/items
under Sl No 1.0 to 12.0 of Part‐B.
c) Make and model no. of each item along with technical data sheet/literature
highlighting the compliance to specifications.
d) Unpriced version (price masked) of bill of materials with all other commercial
terms and conditions indicating payment terms, validity etc duly filled, as per
Annexure – IV. Deviations if any shall be brought out clearly.
e) Additional item, if any, required to realise this turn‐key work shall be included in
bill of material in the offer as per Annexure – III along with technical details and
justifications.
f) Audited balance sheet including profit and loss account for last three financial
years showing annual turnover.
g) Latest solvency certificate from a scheduled bank.
h) Documentation (Product Brochures, leaflets, manuals, etc.)
i) List of projects related to security management system in hand & completed
during last 3 financial years indicating the name of client, contact person,
contract value, nature of work, work completed, work balance, month & year of
commencement & completion etc.
j) Organisation chart for the proposed work with bio data of key personnel
k) Execution Plan.
l) Delivery, Installation, Commissioning and Acceptance schedule.
m) Any other relevant document, bidder desires to submit.
5.2.6 Price Bid (Part‐II)
The price quoted in Price Bid should be inclusive of following:
a. Total cost of the ‘ACS’ inclusive of the entire scope of work, supply,
installation and commissioning charges, transportation and all taxes and
duties.
b. Cost of un‐installation (removal) of existing items
c. Cost of training to be imparted.
Page 9 of 59
d. Three years comprehensive on‐ site warranty covering the entire ACS
encompassing all software/hardware items, all parts, services, consumables
and labour after acceptance by owner.
e. Post warranty Comprehensive AMC (CAMC) charges for three years
covering, the entire ACS encompassing all software/hardware items, all parts,
services, consumables and labour after acceptance by owner..
The schedule of prices shall be read in conjunction with all the sections of tender
document. The price bid should not contradict the Technical bid in any manner.
The price must be filled in the format for ‘Bill of Material and Price Schedule’ as per
Annexure‐V. The unit rates quoted shall be firm and fixed. The total contract price shall
be arrived at based on unit rates quoted and the quantity specified in the proposal. The
unit rates quoted shall be valid for any variation in quantity up to ± 25 % of the total
contract value.
5.2.7 Bid Evaluation
a) During evaluation, Department may request Bidder for any clarification on the
bid, additional documents. Bidder shall submit all additional documents in
original.
b) Techno‐commercial discussion shall be arranged with Bidder, if needed. Bidder
shall depute his authorized representatives for attending discussions. The
representatives attending the discussions shall produce authorization from his
organisation to attend the discussion and sign minutes of meeting on behalf of
his organisation if required. The authorised representative must be competent
and empowered to settle/decide on all technical and commercial issues.
c) The complete scope of work is defined in the Tender document. Only those
Bidders who undertake total responsibility for the complete scope of work as
defined in the Tender document shall be considered.
d) In case Bid does not fully comply with the requirement of Tender document and
the bidder stipulates deviations to the clauses of the tender, which are
unacceptable to the Department, the Bid will be rejected.
e) Performance of Bidder on similar nature of works executed/ under execution
shall be taken into consideration before selecting the Bidder for opening his price
bid.
f) Technically complied bidder will be called for technical presentation
/demonstration. During presentation following technical capabilities of bidder
shall be evaluated:
1. Experience for ACS installations / maintenance
2. Reading and preparation of DOS/ ISRO compatible smart card (with
Key‐A & B ) as per the requirement of the organisation.
3. Demonstration of readers for the inter‐operability in all modes of
inputs
4. ACS Software with in‐house modification capability
g) The time schedule for completion is given in the Tender document. Bidder is
required to confirm the completion period unconditionally.
Page 10 of 59
h) Only those Bids will be evaluated which are found to be fulfilling all the eligibility
and qualifying requirements of the tender document both technically and
commercially.
i) The bidders shall clearly mention the make and model of the items quoted in
their bid documents. The detailed data sheets for the products/items offered by
the bidders are required to be submitted by them along with compliance sheets
to ascertain their compliance with regard to the product specifications
mentioned in the tender document. The bidders must attach Authorization
Letter from OEMs to support the offered hardware and software for the ACS.
j) Price Bids of only those Bidders will be opened whose Technical Bids would clear
the technical evaluation.
k) The bidders shall submit their commercial bid strictly as per the prescribed
format. The Lowest Bid will be decided upon the lowest price quoted by the
particular Bidder as per the Price Format. The Total Cost of all the items including
applicable GST, Installation, Commissioning & Testing, Training, Warranty for
three years and Post warranty for next 3 years shall be the criteria for deciding
the Lowest Bidder.
l) The Bidders are required to offer Comprehensive Annual Maintenance Contract
(CAMC) for next three years after three years warranty periods. Further, they
have to provide training to support staff and deploy resident technical engineer
after commissioning of the system at Bangalore and Lucknow during warranty
and CAMC periods.
m) Department reserves the right to accept a bid other than a lowest and to accept
or reject any bid in full or part without assigning any reasons. Such decisions by
the Department shall bear no liability whatsoever consequent upon such
decision.
n) The Bidder, whose bid is accepted by the Department, shall be issued a Letter of
Intent (LOI) to proceed with the work. Bidder shall confirm acceptance by
returning a signed copy of the LOI. Thereafter Department may issue purchase
order or Department will sign the Contract with successful Bidder
o) Department shall not be obliged to furnish any information / clarification to
unsuccessful bidder as regard to non‐acceptance of their Bids.
5.2.8 Security Deposit a) The contractor whose tender is accepted will be required to furnish by way of
Security Deposit for the due fulfillment of the contract such a sum as will amount
to 10 % of the contract price of the work awarded.
b) The security deposit (bearing no interest) shall be held by the Department as
security till satisfactory completion, testing and handing over of all the system
and for the due performance of all contractor’s obligations under the contract as
per delivery period or extension granted thereof by the Department.
c) The contractor, within 10 days of Purchase Order or signing of Contract, shall
deposit with the Sr Accounts officer/IFA, ISTRAC, Bangalore as detailed above by
any one or more of the following modes namely
Page 11 of 59
i. By a crossed demand draft in favour of ISTRAC, Bangalore drawn on SBI and
payable at Bangalore.
ii. By an acceptance bank guarantee as per format provided by the Department.
The bank guarantee shall be from a Nationalised bank for & shall be valid for
30 days beyond completion period.
d) In case of breach of contract, the Security deposit shall stand forfeited in addition
to other relief available to the Department under this contract.
6.0 General Financial Provisions
Prices quoted shall be for supply, transportation from place of manufacture to site,
handling & storage at site, installation, testing & commissioning including all risks
coverage during transit, storage, installation, testing & commissioning including all
taxes & duties as applicable except sales tax, works contract tax, service tax which
shall be indicated separately in price bid. However a copy of the Price offer duly
masking the prices shall be enclosed to commercial terms offer also for information.
All rates of Taxes /Duties /Levies applicable with details of percentages & applicable
portion of the price should be spelt out clearly in the offer. Any variation in taxes &
duties from the base date of offer during the contract period till the scheduled date
of delivery shall be reimbursed by Department subject to production of
documentary evidence by Contractor.
If new Taxes & duties become applicable after conclusion of contract during the
contract period till the scheduled date of delivery, the same shall be reimbursed to
the contractor on production of documentary proof.
Bidders shall not indicate any discount separately and quoted price should be after
deducting the discount.
6.1 Terms of Payments
Payment will be divided in parts as follows:
a) 60 % for Supply items against delivery of material.
b) 40 % payment after satisfactory commissioning in all respect, acceptance of
operational system by Department and against submission of Performance bank
guarantee of proportionate amount.
c) The performance bank guarantee (as per format provided by the Department)
shall be from a Nationalised bank & shall be valid for a period of 38 months from
the effective date of acceptance of the entire system by Department.
d) Warranty starts from the acceptance date & performance guarantee valid for
entire ten years of service period from the accepted date.
e) Warranty payment shall be made after completion of each quarter and bill duly
certified by ISTRAC engineer and approved by Competent Authority.
f) Post Warranty Comprehensive AMC payment shall be made after completion of
each quarter and bill duly certified by ISTRAC engineer and approved by
Competent Authority.
Page 12 of 59
6.2 Penalty during warranty and Post Warranty Comprehensive AMC
Penalty deduction will be linked with up‐time of the system (in percentage) and shall
be deducted from warranty charges/bank guarantee as below:
i. If up‐time below 90 %, there will not be any payment to contractor
ii. If up‐time between 91 to 95%, Penalty @ 10%
iii. If up‐time above 95 %, no penalty ‐ full payment
7.0 Time Frame for completion
The entire ACS system is required to be completed by the successful bidder in
maximum of six months from the date of LOI or Purchase Order whichever issued
earlier. The bidder will ensure the schedule for implementation of entire ACS as
below at all locations. ( Bangalore, Lucknow and Port Blair )
LOI or PO released T0
Delivery of all material T0 + 60 days
Acceptance of the system T0 + 180 days
8.0 Guarantees
The ACS including all components delivered to the Department should be brand
new. The Contractor should also guarantee that all the software / components
supplied by the Contractor is licensed and legally obtained.
9.0 Availability of Spares
Spares for the product offered should be available for at least 10 years.
10.0 Warranty
a) Contractor must include comprehensive on‐site warranty for THREE YEARS from
the effective date of acceptance of the entire system by Department. During
warranty, Contractor shall maintain ACS system with minimum 95 % up‐time.
b) Contractor shall be fully responsible for the manufacturer’s warranty in respect
of proper design, quality and workmanship of all equipments, accessories, etc.,
covered by the offer. The Contractor must warrant all equipment, accessories,
spare parts etc., against any manufacturing defects during the warranty period.
During the warranty period the Contractor shall maintain the equipment and
repair / replace all the defective components at the installed site at no additional
charge of whatsoever nature to the Department.
c) The Contractor should ensure that the defects in the ACS system reported on any
working day is set right within two hours on the same day and in no case more
than four hours on the same day. In case, the system or any equipment cannot
be repaired within the stipulated period, the Contractor should provide a
replacement till the system/equipment is returned duly repaired.
d) Emergency services shall be provided by vendor during off‐office hours and
holidays, whenever required at a very short notice, without any extra payment.
Page 13 of 59
During off‐office hours, site engineer will attend the fault within three hours and
resolve the fault within three hours on same day.
e) If required, additional qualified engineer and senior engineers should be
deployed.
f) Warranty shall include preventive & unlimited break‐down maintenance calls
including repair/replacement of material, spares, modules, software, etc.
g) In the event of the contractor’s failure to supply & provide allied services within a
reasonable period, the Department on its own will get the defects rectified
through another agency at the risk and cost to contractor and repairs rectified
through another agency in such circumstance will not affect the liabilities of the
contractor on the warranty for its remaining period nor will it affect the
contractor's liabilities on the stipulated post‐warranty Annual Maintenance
Contracts.
h) Contractor shall supply replacement of spare/item of same make and model
against faulty component during warranty. In case the manufacturer
discontinues any model, Contractor shall supply spare/item with higher model of
supplied make with better specifications at no extra cost and ensure that it gets
integrated within the system.
i) All the mechanical parts of the system like readers, turnstiles, EM locks, printers,
exit switches shall be maintained periodically by cleaning, lubricating and
alignment. Wear out mechanical parts shall be replaced at periodical interval.
Disk Retention Clause ‐ HDD & Flash Memory would not be allowed to take it to
Vendor/Contractor premises
j) Contractor shall carry out alignment of doors at buildings and laboratories for
proper functioning of EM locks as and when required.
k) During warranty period, the contractor will be required to carry out maintenance
and repairs including replacement of spares/equipment without any additional
cost.
l) During Warranty period of three years, the contractor shall deploy two trained
Resident Technical Engineers (one at ISTRAC SCC, Bangalore and one at ISTRAC
Lucknow Facility) at site for the operation and maintenance of ACS. These
engineers deployed at ISTRAC SCC, Bangalore will also be responsible for the
maintenance of ACS at MOX, Bangalore and IDSN, Bangalore campuses.
They shall be available on all working days of department during office hours (30
minutes before and after the office hours). The system maintenance at ISTRAC
Port Blair Facility shall be on call‐basis during breakdown. However they can
perform system administration and maintenance pertaining to Port Blair from
Bangalore, when ever possible.
m) Deployed resident technical engineer shall perform:
i. Preventive and break down maintenance of the system.
ii. Management of the spare parts, materials and consumables.
iii. Periodical database back‐up and preparation of weekly, monthly and quarterly
report on system performance in prescribed format.
iv. Any other technical work like Network Trouble Shooting etc. assigned by
Department from time to time
Page 14 of 59
n) The deputed Resident Technical Engineer should be on the payroll (bona‐fide
employees) of Contractor and due Police Clearance Certificate (PCC) must be
obtained before deputing in ISTRAC campuses. ISTRAC reserves right to disqualify
any Resident Technical Engineer deputed, for reasons like technical
incompetence, indiscipline, irregularity, insincerity, disobedience, doubtful
credentials/ integrity, etc.
o) The resident engineer cannot take any data outside ISTRAC and cannot use it
without unless asked by ISTRAC Administration. They cannot use ISTRAC
infrastructure for their personal use in any case.
11.0 Comprehensive Annual Maintenance Contract
a) The Contractor is expected to maintain the ACS including all
accessories/components and software supplied for three years (4th year to 6th
year) after the expiry of warranty period (Three years).
b) Comprehensive on‐site annual maintenance charges, for the post warranty
period, must be quoted per year in the Price bid.
c) During the comprehensive AMC period, the
contractor shall deploy trained Resident Technical Engineers at sites (one at
ISTRAC SCC, Bangalore and one at ISTRAC Lucknow Facility) for the operation and
maintenance of ACS.
d) The Contractor shall maintain the equipment and repair/replace all defective
components, major or minor and spares or consumables at no additional charge
other than the AMC contract charges.
e) The AMC charges will be released in four installments at the end of every three
months period from the date of the expiry of warranty, on satisfactory
performance of the ACS and against submission of a service report.
f) During AMC period, Deployed resident technical engineer shall perform:
i. Preventive and break down maintenance of the system.
ii. Management of the spare parts, materials and consumables.
iii. Periodical database back‐up and preparation of weekly, monthly and
quarterly report on system performance in prescribed format.
iv. Any other technical work like Network Trouble Shooting etc. assigned by
Department from time to time.
v. The maintenance of Port Blair system can be taken care in remote mode,
whenever possible. However bidder has to take the responsibility of the
functioning of the system by sending the company person to Port Blair, in
case of requirement and resolve the issue, as the systems are covered
under CAMC.
g) The deputed Resident Technical Engineer should be technically qualified
personnel with sufficient experience in maintenance of BACS and should be on
the payroll (bona‐fide employees) of Contractor and due Police Clearance
Certificate (PCC) must be obtained before deputing in ISTRAC.
h) ISTRAC reserves right to disqualify any Resident Technical Engineer deputed, for
reasons like technical incompetence, indiscipline, irregularity, insincerity,
disobedience, doubtful credentials/ integrity, etc.
Page 15 of 59
i) The resident engineer cannot take any data outside ISTRAC and cannot be use it
without unless asked by ISTRAC Administration. They cannot use ISTRAC
infrastructure for their personal use in any case.
13.0 Force Majeure
Should a part or whole work covered under this contract be delayed due to reasons
of Force Majeure which shall include legal lockouts, strikes, riots, civil commotion,
fire accident, quarantines, epidemic, acts of God and Government, fright embargoes,
the completion period for work, plant or equipment referred to in this contract be
extended by a period not in excess of the duration of such Force Majeure. The
occurrence shall be notified by either party within reasonable time.
14.0 Delay in Completion/ Liquidated Damages
In the event of the Contractor failing to complete the work within the time specified
in the contract agreement or in extension agreed thereto, the Department shall
reserve the right to recover from the Contractor as liquidated damages, a sum of one
half percent (0.5%) per week or part thereof of the undelivered portion of the total
contract price of plant, equipment or work. The Total liquidated damages shall not
exceed the ten percent (10.0%) of the total Contract price.
15.0 Arbitration
If at any time any question, disputes or differences whatsoever shall arise between
the purchaser and the contractor upon or in connection with this contract, either
party may forthwith due to the other notices in writing of the existence of such
question, dispute or difference and the same shall be referred to the adjudication of
two arbitrator or one to be nominated by purchaser, other by contractor. The award
of the arbitrator shall be binding on the parties to the dispute. However, any party
aggrieved by such award may make a further reference for setting aside or revision
of the award to the Law Secretary, Department of legal affairs, Ministry of Law and
Justice, Government of India. Upon such reference the dispute shall be decided by
the Law Secretary or the special Secretary/Additional Secretary when so authorized
by the law secretary, whose decision shall be binding on the parties finally and
conclusively. The parties to the dispute will share equally the cost of arbitration as
intimated by the arbitrator. In the event of either party ceases to be an undertaking
of Government of India, arbitration & conciliation act 1996 shall be applicable. The
venue of arbitration should be the same place where centre is located.
16.0 Disclosure and use of information by the Contractor
Contractor shall guarantee that all information and data received during execution of
Contract from Department shall be classified as confidential within the meaning of
the Official Secrets Act and will not be divulged to any third party without prior
written permission of Department. All drawings & documents shall be returned after
execution of work.
17.0 Fall Clause
Page 16 of 59
The prices charged by the bidder for the similar items/sub‐systems shall in no event
exceed the lowest prices offered to other organisation parties during the validity of
the contract. If, at any time during said period, the bidder/contractor reduces the
prices for the items/sub‐systems, the contractor shall forthwith notify such
reduction of prices applicable to the Department and the prices payable under this
contract for the services shall stand correspondingly reduced.
18.0 Infringement of third‐party rights
a) Unless otherwise stipulated in the contract, the Contractor shall indemnify the
Department from and against all claims, proceeding, damages, costs and
expenses arising from or for the infringement of Third party Intellectual Property
rights in respect of patent rights, copy rights or other protected rights with
respect to the subject of the contractor excluding any infringement resulting
from the use of designs, plans, diagram, documents, patterns drawings or goods
supplied by the Department which may be made or brought against the
Department, or to which the Department may be put by reasons of such
infringement or alleged infringement.
b) The Department shall notify the Contractor immediately of the written claim or
notice of infringement of third‐party rights, which it receives concerning the
contract. The Contractor shall immediately take all necessary steps at his own
expense within his competence to prevent or end a dispute and shall assist the
Department to defend against, or make settlement in respect of, any claim or
notice of infringement or suit for infringement. Written claims or notices of
infringements of third‐party rights will be accepted or met by the Department
only in agreement with the Contractor.
c) In the event of any designs, drawings, plans or diagrams or any manufacturing
methods or processes furnished by the Contractor constituting infringement of
Third Party Intellectual Property Rights in respect of patent or any other
protected rights and use thereof is restrained, the Contractor shall procure for
the Department, at no cost to the latter, the rights to continue using the same or
to the extent it is possible to replace the same so as to avoid such infringement
and subject to approval by the Department or modify them so that they become
non‐infringing but such modifications shall otherwise be to the entire satisfaction
of the Department.
d) The parties shall notify each other of any known intellectual property rights
connected with the use of designs, plans, diagrams documents, patterns,
drawings and goods supplied by the one party to the other connected with the
execution of the specification laid down by the other party.
e) The provision of this clause shall remain effective and binding upon the
Contractor even after the completion, expiration or termination of the contract.
19.0 Non‐Disclosure Agreement (NDA)
Personnel deputed by contractor during warranty period and AMC shall maintain
absolute secrecy and security of the ACS data stored on various computing systems
at ISTRAC. The data / information provided by ISTRAC from time to time, are for the
Page 17 of 59
execution of this work only; and should not be used / copied / reproduced /
published in any form or disclosed to third party, by contractor or their personnel.
Thus, contractor is required to sign a Non‐Disclosure Agreement (NDA) with ISTRAC.
Contractor will also be responsible for any violation or infringement of NDA by their
personnel.
20.0 Termination of Contract
Under normal circumstances, termination of the contract is not foreseen. However,
the Department shall have the right to terminate this Contract in part or in full in any
of the following clause:‐
(a) The delivery of the material is delayed for causes not attributable to Force
Majeure for more than two months after the scheduled date of delivery.
(b) The Contractor fails to comply with any of the provisions in the contract.
(c) The Contractor is declared bankrupt or becomes insolvent.
Page 18 of 59
PART‐B
Technical Specification
1.0 ACS System features
1.1 Finger print based biometric with smart card (Mifare) based ACS for IN & OUT at Main
gate entry (through Turnstile) of ISTRAC for employees and non‐employees like
research fellows, retired employees, contract manpower, apprentices & trainees,
visitors etc. PIN Authentication to be part of the system in the smart card
authentication logic & associated hardware & software elements.
1.2 Finger print based biometric with smart card (Mifare) based ACS for IN & OUT at
second level access control (using EM Lock) for employees and non‐employees.
1.3 Redundant servers with mirrored database with a provision for daily back up.
1.4 Biometric with smart card readers with PoE Ethernet connectivity and with suitable
enclosure to work in the outdoor environment.
1.5 Handheld wireless Biometric with Smartcard readers with Wi‐Fi connectivity for data
transfers to server in Real‐Time for senior officials entering through vehicles and
additional Ethernet interface. Readers on pole at ISTRAC main campus and other
locations for other vehicles.
1.6 Photo display system at Main gates for employees and non‐employees entering
through turnstile.
1.7 RFID based Vehicle Access Control System integrated with Boom barrier for identified
vehicle and associated report generation.
1.8 During network failure at any of remote location from ISTRAC main campus local
transaction data storage shall be available at respective locations. In this condition,
forwarding of remote location data through alternate route (without human
interactions) and or manually shall be planned out. Once network is available, remote
location data shall be updated to mirrored servers at ISTRAC main campus
automatically. Vendor shall specify required hardware and or software in BOM with
required quantity and specifications.
1.9 Readers & other accessories should not generate unnecessary traffic in the network
2.0 System Requirements
2.1 Smart card and finger print verification in 1:1 mode for Main gate entry/exit for all
employees and for non‐employees like contract personnel, apprentices & trainees, CISF
personnel, etc.
Finger print verification in 1:1 mode for visitors, construction labourers, etc.
Validation of smart card of employees and non‐employees shall be carried out on the
basis of biometric template stored in smart card in ISO format. Whereas, validation of
smart card of employees from other Centre/Unit of DOS/ISRO shall be carried out on the
basis of biometric template stored in smart card in ISO format.
2.2 Smart card and finger print verification in 1:1 mode for second level at critical
laboratories/buildings in the campus for authorized personnel.
Page 19 of 59
2.3 Two templates of left & right hand index fingers to be enrolled for each person and to
be stored in 4K smart card (Mifare) for verification in ISO formats as per the sector
details to be provided by DOS/ISRO during implementation
2.4 ACS equipments like readers, servers, PCs, LED monitor displays, network switches,
Access points, etc. shall be connected through ISTRAC LAN and system should update
the transaction data to the ACS Servers in real time over network.
2.5 ACS system should have web based work flow software to update details of shift duty,
tour and leave.
2.6 System shall handle denial of entries to black listed cards of all Centres/Units of
DOS/ISRO. List of black listed cards at each Centre/Unit shall be available from
Centralized Server (Centralized Server will be located in any of the Centre/Unit of
DOS/ISRO and hence, realisation of Centralized Server is not a part of this tender).
2.7 The ACS hardware and software shall be scalable for the future expansion requirements
in terms of additions of turnstiles and EM locks.
2.8 ACS database should have direct access to the transaction data stored for the last five
years, at any instance.
2.9 Vehicle Authentication through long range RFID reader with Boom Barrier as actuator in
closed loop system.
2.10 All outdoor installations are to be IP‐54 Compliant. All Electrical Equipment shall be
CE/UL Compliant.
2.11 The Installation and Commissioning process shall be of seamless migration from existing
system to new system.
3.0 Specifications for ACS Equipments
3.1 Biometric and smart card readers with built‐in controller (IN and OUT)
3.1.1 Biometric type Finger print
3.1.2 Sensor Type Optical (Minimum 500 dpi)
3.1.3 Finger print sensor Make Sagem/ Suprema/ Secugen
3.1.4 CPU 32 bit
3.1.5 Enrollment size 512 bytes for ISO 19794 format for each finger template.
3.1.6 Operation mode Shall support (Finger + Smart card), (Finger + Smart card
+ PIN), (Finger + PIN), (Smart Card + PIN), Finger only, Smart
Card only for single/multiple user/s.
3.1.7 Keypad Keypad for PIN entry and local operations with Numeric
and functional keypad.
3.1.8 Storage capacity Minimum 10,000 finger print template storage capacity
3.1.9 Transaction capacity Minimum 50,000 events
3.1.10 Verification time Less than one second for 1:1 biometric verification
3.1.11 Actuators To handle Turnstile & EM lock
3.1.12 Smart card reading
capability
Mifare 13.56 MHz with sector reading (32 bit format in
accordance with ISO 14443 series with dual key
authentication ( Both Key A and B of Mifare architecture)
3.1.13 Sensor sensing conditions Should be capable for reading finger in mild dry, wet,
mehandi and oily conditions
3.1.14 Smart card read range 1 to 3 cm and to accommodate +/‐ 30 deg elevation error
Page 20 of 59
during presentation by the user.
3.1.15 Interfaces POE enabled Ethernet port, RS232, RS485, Weigand
3.1.16 Input / Output Two input and Two output
3.1.17 LCD display with backlit To show day, date & time by default. To display the details
of valid / invalid entry with Name and Employee’s ID at the
time (24 Hrs. Format) of card flashing.16 Character or
better display is preferable.
3.1.18 LED indication To show power on, valid entry, invalid entry, Network
availability or any error.
3.1.19 Audible alarm For valid entry, invalid entry and any error. Alarm shall be
audible in outdoor conditions.
3.1.20 Real Time Clock (RTC) RTC with battery backup. Reader RTC time shall be
synchronized with server time.
3.1.21 Data & time retention In case of power failure, the data retention to be provided
using flash memory and the Real Time Clock of the unit
should be retained with current date and time.
3.1.22 Local & remote admin The reader shall support local and remote administration
and maintenance through network. The reader to be
invoked remotely when the reader goes to sleep time.
3.1.23 Anti‐pass back The reader shall have facility for global and local Anti‐pass
back.
3.1.24 Protection of transaction
data
In case memory is full, the reader shall disable further
transactions to protect over‐writing of transactions data.
Message shall be displayed on reader and admin alert shall
be sent to administrator.
3.1.25 Event/ Alarm logger Event logging in the onboard memory for the alarm
observed at each location along with time shall be archived
and retrieved. To raise alarm or any log in the system to
alert the administrator in case of any tampering of the
reader.
3.1.26 Safety certification The device shall be UL/CE certified
3.1.27 Operating conditions Shall be weather proof (Polycarbonate enclosure) and
capable for operation in outdoor condition under canopy
without interference from day light illumination considering
all the seasons .(IP54 or better)
3.1.28 Power requirement 230 V AC ± 10 %, 49‐51Hz, PoE adapter to be supplied.
3.1.29 Environmental Shall operate at 0o to 50o C, RH 10% to 90%
3.2 Handheld readers – Biometric and smart card with built‐in controller
3.2.1 Biometric type Finger print
3.2.2 Sensor Type Optical ( Minimum 500 dpi)
3.2.3 Finger print sensor Make Sagem/ Suprema/ Secugen
3.2.4 CPU 32 bit
3.2.5 Enrolment size 512 bytes for ISO 19794 format for each finger template.
3.2.6 Operation mode Shall support (Finger + Smart card), Finger only, Smart
Page 21 of 59
Card only for single / multiple user/s.
3.2.7 Storage capacity Minimum 2,000 finger print template storage capacity
3.2.8 Transaction capacity Minimum 5,000 events
3.2.9 Verification time Less than one second for 1:1 biometric verification
3.2.10 Smart card reading
capability
Mifare 13.56 MHz with sector reading (32 bit format in
accordance with ISO 14443 series with dual key A & B
authentication)
3.2.11 Smart card read range 1 to 3 cm minimum and to accommodate +/‐ 30 deg
elevation error during presentation by the user.
3.2.12 Interfaces PoE enabled Ethernet, RS232, RS485, Weigand
Wi‐Fi (15 meters range) with WEP, WPA/WPA2 encryption
and Ethernet.
3.2.13 LCD display with backlit To show day, date & time by default. To display the details
of valid / invalid entry with name/employee ID at the time
of card flashing.16 Character or better display is preferable.
3.2.14 LED indication To show power on, valid entry, invalid entry or any error.
3.2.15 Audible alarm For valid entry, invalid entry and any error. Alarm shall be
audible in outdoor conditions.
3.2.16 Real Time Clock (RTC) RTC with battery backup. Reader RTC time shall be
synchronized with server time.
3.2.17 Data retention Data retention to be provided using flash memory.
3.2.18 Configuration Configurable for IN/OUT using toggle switch
3.2.19 Weight Less than 500 grams with battery
3.2.20 Battery backup Rechargeable battery to withstand 12 hrs. of operations
with indication for available battery capacity. Battery
charger shall be like that of cordless telephone charging
type and not of mobile phone type.
3.2.21 Power save Provision to go to power save mode if not in operation for
more than 30 seconds
3.2.22 Protection of transaction
data
In case memory is full, the reader shall disable further
transactions to protect the earlier transactions data.
Message shall be displayed on reader and alert shall be
sent to administrator.
3.2.23 Safety certification The device shall be UL/CE certified
3.2.24 Operating conditions Shall be weather proof (Polycarbonate enclosure) and
without interference from day light illumination considering
all the seasons.(IP54 or better)
3.2.25 Case for carrying and
protection
Leather pouch
3.2.26 Battery charger Compatible battery charger for 230 VAC±10%,49‐51Hz
3.2.27 Environmental Shall operate at 0o to 50o C, RH 10% to 90%
3.2.28 Sensor sensing conditions Should be capable for reading finger in mild dry, wet,
mehandi and oily conditions
3.2.29 Power requirement 230 V AC ± 10 %, 49‐51Hz, PoE adapter to be supplied.
Page 22 of 59
3.2.30 Event/ Alarm logger Event logging in the onboard memory for the alarm
observed at each location along with time shall be archived
and retrieved.
3.3 Dual Lane Full height turnstile
3.3.1 Working environment Outdoor environment
3.3.2 Turnstile Type Dual lane Full Height Turnstile with 3 x 120 degree U bar
3.3.3 Dimensions 2200 mm(length) x 2235 mm(height) x 1315 mm (width/depth) Minimum walkway to be 450mm
3.3.4 Minimum height of Turnstile
2150 mm (Approximately 7 feet )
3.3.5 Locking Type Electromechanical
3.3.6 Material of Construction
Stainless Steel SS304
3.3.7 Turnstile Operation Freely open, direction of passage, emergency, wrong direction, counting impulse and card-reader locking. Shock absorber to be designed with damping mechanism for smooth rotation & positioning
3.3.8 U bar construction a) Spacing between U bar shall not exceed 160 mm.
b) Height of U bar shall be less than 110 mm
c) The clearance between U bar and static barrier shall be at-least 25 mm
d) The U bar should be directly welded to the centre pole and the above dimensional criteria shall be maintained throughout its length.
e) The barrier shall not expose vertically any area more than 200 mm.
3.3.9 Intelligence Limit Switch shall be used with Turnstile Controller.
3.3.10 Operating Voltage DC 24 volts
3.3.11 Max. power consumption
Less than 100 Watts
Page 23 of 59
3.3.12 Controller Type 32 bit Microcontroller or Microprocessor based Logical control
3.3.13 Solenoid Control Semiconductor switched two outputs for use with standard turnstile solenoid.
3.3.14 Digital Inputs Minimum 3 to control IN and OUT movements and for emergency exit
3.3.15 Relay outputs At least 5 for use with alarm, gate usage and pulse counting.
3.3.16 Watchdog Timer The controller shall be equipped with watchdog timer such that its failure shall result in an alarm trigger.
3.3.17 Field customization The controller shall provide 1, 2, 3 delay timings
3.3.18 Data Interface RS232
3.3.19 Operating Temperature
00 to 500 C
3.3.20 Certification The turnstile controller should be UL or CE certified. Proof of certification is to be enclosed.
3.3.21 Material Anodized aluminum casing & Anti-tamper jam nuts
3.3.22 Annunciation RED/GREEN LED indication
3.3.23 Emergency Exit switch Exit switch with glass enclosure with mechanism to open the doors from inside in case of emergency situations and reader failure.
3.3.24 Fail Safe Mode In case of power failure/emergency, arm dropping function providing free and unobstructed safe passage to users without manual intervention. Implementation strategy shall be such that this feature shall not be misused by the intruder.
3.3.25 Duty Cycle 100 %
3.3.26 Throughput 40 persons per minute, excluding validation time.
3.3.27 Operation Microprocessor / Microcontroller / Controlled. All functions should be configured on site. Manual Bi directional rotation
Page 24 of 59
3.4 Boom Barrier with RFID Tags for Vehicle Access Control System
The boom barrier is a physical barrier used for controlling vehicle passage into the
campus. This will be integrated with RFID tags (UHF Range) and long range UHF reader
to automatically control vehicle movement for registered vehicles having affixed RFID
tags (UHF Range). The readers shall be installed to perform the operations without
collision.
This solution will have the following components:
a) Boom Barrier with motorized control
b) RFID long range reader with suitable arrangement for installation
c) RFID tags d) Associated software for enrolment, management and reporting
3.4.1 Boom Barrier Specifications (4.5 meter)
a Duty Cycle 100%
b. Mechanism Electrically operate
c. Closing Time
(after vehicle passage)
1‐6 Sec (adjustable)
d. Cycles per hour 100
e. Cycles per day 2000
f. Arm Dimension and
Construction
Length 4.5 meters. Aluminium Boom bar to be used.
Complete length of the arm shall be pasted with reflective
Red and White Strips for day & night visibility
g. Power Supply Single phase motor operated 230 VAC±10%, 49‐51Hz
h. Operating Options RFID based activation, Remote Control and Push Button (
Manual )
i. Operation during power
failure
Open/Close option with mechanical handle
j. Control Panel To provide a compact console for operating the boom
barrier conveniently
k. Shock Resistance High Level and extremely sturdy
l. Finishing Treatment Zinc Coating (inside out), stainless steel cover & anti‐
corrosion treatment
m. Water Proof and
protection
The device should be splash proof. (IP‐54)
n. Operating Temperature 00 to 500 C
o. Safety Features Bright LED lights mounted around the arm on both sides
and shall be visible even in bright daylight.
3.4.2 Long Range RFID Readers for Vehicles
a.
The long range RFID reader shall be used for vehicle access through Boom Barrier. The
read range for this reader should be up to 8 mtrs. The reader should support Gen2 tags.
The reader should be with inbuilt controller and antenna.
b. Frequency Range 865 to 928 MHz (UHF)
c. Read Range Up to 8 mtrs
Page 25 of 59
d. Antenna Inbuilt antenna and controller
e. Communication Wiegand, RS232, RS422
f. Network Interface Ethernet
g. Annunciation LED to indicate RFID transaction and audible alarm for
error reporting
h. External input Four
i. External Output Four
j. Certification The device shall be UL/CE certified
k. Power Supply 230 V AC ± 10 %, 49‐51Hz
l. Packing Weather Proof integrated antenna enclosure
3.4.3
RF ID TAGS ( For Vehicles)
RFID Tags: These tags shall conform to EPC Gen2 tags operating in UHF frequency for
long read range. The tags should be tamper resistant after it is affixed to the vehicle.
Generally it shall be fixed on the front portion of the vehicle to interact with reader at
long range.
RFID Tag Specification
a) Passive Gen 2 tags shall be used for vehicle
access.
b) The operating frequency shall be compatible with
the RFID Reader’s operating frequency.
c) It should be capable of read range up to 8 mtr.
d) Form Factor : Button Shaped
e) Installable on : Vehicle Windshield Glass / on
front portion of the vehicle
f) The tag shall have unique number.
3.4.4 Vehicle Access Software
Associated software for enrolment, management and reporting of Vehicles. The
software shall be integrated with main ACS software for all activities.
Enrolment a) RFID tag reader with associated software for
enrolment
b) Each enrolment data shall contain RFID Tag number,
Vehicle Registration Number, Date of enrolment,
Validity date and remarks
Management a) It should be possible to enable/disable a particular
vehicle.
b) Authentication of the vehicle and events shall be
transferred to server in real time.
c) In case of denial, alarm should be raised to alert the
security.
Reporting a) Daily and between dates (date+time) entry/exit report
b) Report based on vehicle number
c) Vehicle denial report.
d) Report of RFID tag inventory
e)
Page 26 of 59
3.5 Photo Display at Main Gates during entry
This system will facilitate display of Photo of employees, non‐employee and visitor
during their entry into the main gate. Photo flashing logic to be as per the
authentication logic & DOS requirement. The system shall realize the following
functionalities:
3.5.1 Employee Photo Display The employee photo shall be fetched from the server and
displayed. Employee ID from card swiped by the employee
shall be used for linking photo.
3.5.2 Non‐employee Photo
Display
Non‐employee provided with Smartcard based Id card will
have photo display as per 3.6.1.
3.5.3 Visitor’s Photo Display
Visitor will be authenticated by finger print reader using 1:
N mode of authentication. The verification of the visitor
shall be carried out. Upon verification success, the visitor ID
(created during personalization of the visitor) shall be used
to fetch photo from server and displayed.
3.5.4 Output Display a) Suitable LED monitor display (minimum 21”) shall be
supplied by the vendor and shall be suitably
mounted for clear visibility to identify the photo
from a distance of about 12‐15 feet against each
lane.
b) Photo of authenticated person from each lane is to
be displayed optimally.
c) If photo is not found in the server, message
indicating “Photo not found” error shall be
displayed.
d) Suitable hardware with video interface shall be
used. This shall have backend Ethernet connectivity
with server for fetching data.
e) Output display should be with minimum 500 NITS
and should be 24x7 operation type with the screen
saver features with black colour.
3.6 EM lock for Single door with exit switch
3.6.1 Holding Force 1200 lbs. minimum
3.6.2 Protection level Flame tamper proof, weather proof
3.6.3 Operating voltage Dual voltage selectable (12 VDC or 24 VDC)
3.6.4 Mode Automatic release by powering off
3.6.5 Monitoring Feature to monitor door sensor for door Status
3.6.6 Features Built‐in Door Status sensor with voltage spike suppressor
3.6.7 Certification UL/CE Certified
3.6.8 Mounting Accessories EM Lock shall be supplied with all required accessories
for mounting on a single door
3.6.9 Material Anodized aluminium casing with anti‐rust surface
treatment & Anti‐tamper jam nuts
3.6.10 LED indication RED/GREEN LED indication for EM lock status
3.6.11 Emergency Exit switch Exit switch with glass enclosure with mechanism to open
Page 27 of 59
the doors from inside in case of emergency situations
and reader failure.
3.6.12 Temperature & Relative
Humidity
0o to 50 o C, RH 10% to 90%
3.7 EM lock for Double door with Exit switch
3.7.1 Holding Force 1200 lbs. minimum x 2 for dual doors
3.7.2 All other specifications as per 3.7.2 to 3.7.12
3.8 Network Infrastructure Elements and Installation
3.8.1 Network Infrastructure Elements( Brand: AMP/ Panduit/Belden/D-Link) 3.8.1.1 Cat-6 UTP Cables:- Color: Grey Standards/certifications: CAT‐6 or above, TIA/EIA‐568‐B.2‐1, ISO/IEC
11801:2002 Length:‐1000 Ft. Quantity: 100 Nos. 3.8.1.2 UTP Patch Cords:- Color: Grey Standards/certifications: CAT‐6 or above, TIA/EIA‐568‐B.2‐1, ISO/IEC
11801:2002 Length1: 03 Mtr
Length2: 01 Mtr
Length3: 10 Mtr
Length3: 05 Mtr 3.8.1.3 Information Outlets: - Color: Grey Standards/certifications: CAT‐6 or above, ISO/IEC 11801:2002 Type: ‐Should be compatible with the offered Face Plates and Patch Panels. Quantity: 300 Nos. 3.8.1.4 Loaded 24-port 1U Modular Patch Panel: - Color: Black Standards/certifications: CAT‐6 or above Type: ‐ 24‐Port Fully Loaded, Made up of Steel, Compatible with the
offered information outlets. 3.8.1.5 Dual Port Face Plates with Labels and 3”X3” Back-Boxes Color: White Standards/certifications: CAT‐6 or above Type of Face‐Plate: ‐ Dual Port with shutters included made up of Steel,
3”X3” PVC Material, Should be compatible with the offered information outlets.
Type of 3”X3” Back‐Boxes: PVC Material with ISI Mark, White color with
Page 28 of 59
sufficient depth to accommodate I/O with Cat‐6 Cable.
3.8.1.5 PVC Casing/Piping and accessories: - Should be of good quality and ISI Mark Brand 2‐inch PVC Casing and Piping 1‐inch PVC Casing and Piping 2‐inch PVC Pipe(Black) Conduit/Elbow/Joints 3X3 PVC Back‐Boxes 3.8.1.6 CAT-6 I/O Point Termination: - Definition of one I/O Point or Point: ‐ Laying of Cable from Patch Panel to
Face‐plate, Termination on Both end and Labeling of Cable using PVC Tube and Labeling of Face Plate& Patch Panel and finally Testing/Certification of each Point.
3.8.2 Installation & Commissioning: - Vendor shall terminate CAT‐6 UTP Cable, which include laying of cables
through casing/piping, termination, labeling of cable, Face‐Plate and I/O. All Cables shall be labeled with Cat‐6 Compliant PVC Tubes for on either
Side of the termination. Vendor need to provide a certification document for Each Network Point. Installation and commissioning charge of termination of each point shall be
on pro‐rate basis as per the actual terminations. Vendor shall bring all accessories like screws/Nuts/Brackets required for
installation of casing/Piping and All tools required for Termination/Patching, Labeling and Testing/Certification of Cables.
4.0 ACS software Vendor shall provide Software Requirement Specifications (SRS) based on the
requirements mentioned in Para. 4.1 to 4.6 below. Vendor can also add additional
features that would be absolutely necessary for implementation of the system. SRS shall
be mandatorily approved by Department. Vendor shall supply source code with API.
4.1 Integrated web based software
4.1.1 Integrated web based ACS software forms the critical component which integrates all
the software and hardware elements. The key software components shall interact with
readers on Ethernet and provide seamless connectivity with server and database for the
following requirements.
a) Biometric enrolment, smart card personalization and authentication software for
entrants as per the requirement of the organization.
b) Real time ACS report for Main gate entry and second level entry of employees and
non‐employees
c) Scheduled update from legacy database of employees and non‐employees
d) Visitor Management System (VMS) software.
f) Administration & Maintenance software
g) Photo display during entry at Main gate for all personnel
h) RFID based Vehicle Access Control System (Complying the requirement in section
3.5.4 of this RFP and to be interfaced with the main module)
4.1.2 Handling of black‐listed cards of all Centres/Units of DOS/ISRO. All software shall have
role based access.
Page 29 of 59
4.1.3 All Transactions that occur at Main gates and second level access control shall be logged
in flash memory of respective readers as event with transaction data. Transaction data
which include date, time, ID of employee/non‐employee/visitor, reader ID, direction of
movement (IN/OUT), transaction ID and error code/status shall be transferred to server
in real time through network.
4.1.4 In case of failure in network, Transaction data shall remain stored in reader and shall be
updated to server as and when network is restored.
4.1.5 The system shall use a standard open source RDBMS package like MYSQL, Maria‐DB.
However, if commercial RDBMS package is proposed, the bidder should provide all the
required appropriate licenses as per the quoted solution.
4.1.6 The provision should be available to transfer employee data through ODBC/JDBC for
porting to other legacy applications.
4.1.7 Provision for periodical data backup / restore shall be available e.g. daily, weekly,
monthly, etc. through automatic schedules.
4.1.8 All the generated reports shall have options to view on screen, print and exporting to a
text, excel and PDF file.
4.1.9 Vendor should be capable for modification/update in ACS software for customization to
meet Department requirements at free of cost during warranty period.
4.1.10 Vendor shall provide source code along with API and documentation of integrated
software.
4.1.11 Web based software shall support latest version of Internet explorer and Mozilla Firefox
with backward compatibility of minimum last two version.
4.1.12 Personalization and other software modules of integrated software shall support
validation scheme for verification of a smart card presented on a Biometric with smart
card reader for ACS at main gate entry and second level access control as per DOS/ISRO
requirements.
4.1.13 Validation of smart card of employees and non‐employees shall be carried out on the
basis of biometric template stored in smart card in ISO format. Whereas, validation of
smart card of employees from other Centre/Unit of DOS/ISRO shall be carried out on the
basis of biometric template stored in smart card in ISO format.
4.1.14 Validation shall ensure denial of entry to the black listed smart cards
4.1.15 Validation of smart card at peripheral main gate of each Centre/Unit and second level
access control shall be on the basis of valid list or invalid list and as per the validation
scheme of DOS/ISRO.
4.2 Biometric enrolment, smart card personalization and authentication software for
entrants
4.2.1 This software shall include following three major functions.
a) Photo capturing, smart card layout design and biometric template enrolment
b) Card printing and personalization
c) Authentication to readers at Main gates & second level access
4.2.2 This software shall be used at multiple locations for enrolment & card personalization of
employees, non‐employees and visitors.
4.2.3 Software shall have the provision to create the Master card to store the dual keys for
sector authentication of smart card. Accordingly the same master card shall be used to
create, personalize and authenticate the respective cards and enable the readers to
Page 30 of 59
read the cards.
4.2.4 Software shall fetch the data of employees and non–employees from the legacy system.
4.2.5 Software shall collect data like Chip Serial Number (CSN) and allowed time zone and
generate unique access code for each individual during personalization. This access code
shall be used for authentication at main gate and second level access control.
4.2.6 Selection of any two fingers for enrollment and duplicate search facility in order to avoid
multiple enrollment of same individual. Biometric template in ISO 19794 format shall be
saved in server database.
4.2.7 Software shall capture the photograph of an individual, processed for editing and shall
be stored in the server and associated with employee record.
4.2.8 Software shall have provision for smart card layout design with bi‐lingual (Hindi
(Unicode fonts) & English) text capability & Barcode printing on any side of card.
4.2.9 Software shall format and personalize the card as per DOS/ISRO card format with dual
key authentication. Software shall have provision to read contents of already
personalized card with edit/modify/disable options.
4.2.10 The software shall maintain inventory of Smart Card usage and maintain inventory for
its life cycle. (from card creation till it is disposed)
4.2.11 The newly personalized / enrolled card details shall be broadcast/multicast to all
selected readers instantly or with delay not more than one minute. The readers shall be
selected from the list of locations at Main gate and location of second level access
control. The acknowledgement shall also be sent to the server as an event and shall be
reflected in Authentication software module.
4.2.12 The system should facilitate online data updating to reader without disabling the unit.
4.2.13 The software should be able to read the data for debugging purpose after
personalization of Card. Software should capable to show sector‐wise written data in
the card.
4.2.14 Cards personalized through software will be randomly checked at other DOS Centres for
its proper functioning and as per DOS standard personalization.
4.3 Real time ACS report of Employees and Non‐employees
4.3.1 This software shall provide generation of various access control monitoring report for
Main gate entry and access report for second level entry for all the categories of
employees and non‐employees.
4.3.2 Access control report shall include leave, tour and shift details of every individual.
4.3.3 All access control reports shall be based on various shifts operated by ISTRAC . Defining
shift schedules and report generation shall be as per divisions/group/area.
4.3.4 The software shall have provision for entering/updating leave and tour details by
individual employee with work flow based authentication from respective approving
authority.
4.3.5 The software shall generate access control report for individual and entities as per
organization chart on hierarchical basis.
4.3.6 Authorization for viewing access control report shall be on hierarchy and role based i.e.
Division head can view access control report of the employees of the concerned
Division, Group head for the group, etc.
4.3.7 The system should generate following access control reports for employees and non‐
employees with date and time window on daily, monthly, for a given duration, date wise
Page 31 of 59
for individual, division wise, group wise, area wise, centre wise & all.
a) Present & Absent report with tour, leave, holiday & overtime details
b) Late comers, early goers
c) Inter campus movement
d) Number of hours of stay in office
e) Current count strength (Count provided for employees, non‐employees, other
centre employees and visitors)
f) Head count at any given time for main gate and second level with details
g) Employees & Non‐employees strength
h) Chronic late comers & early goers
i) Customized reporting based on Query builder
j) Shift/tour details
k) Working day & hour calculation
l) Holiday attendance report
m) Overtime report
n) Second level access control report
o) Internal movement within campus
p) Allowed / restriction detail for individual in second level access control
q) Other Centre/Unit employee & Non‐employee access control report
r) Details of personnel who have over stayed beyond stipulated time to be made
available to the concerned authority.
4.3.8 Access failure reports: The software shall provide detailed access failure reports by
generating error/status code for each transaction. The report shall display the user
details, date & time, location and nature of error/status for the following cases :
a) Finger print verification failure
b) Unauthorized attempt by making swipe of card to any location (card source is
Unknown– system shall log the card details in addition to updating error codes.)
c) Finger and / or card not authorized entry to particular location
d) Finger and / or card not authorized entry at particular time
e) Anti pass back error
f) Detail of personnel not entered after valid authentication
4.3.9 All the report shall be customized as per requirements.
4.4 Scheduled database update from Legacy database of Employee/Non‐employee
4.4.1 The software should have interface to update employee/non‐employee data (Employee
code, Designation and other data attributes as specified by Department) at scheduled
time interval for updating the ACS database from Legacy Employee/Non‐employee
database. Appropriate ODBC connectivity will be provided by Department.
4.4.2 The software should provide interface to read employee code and other details from
smart card using any smart card reading device (personalized through DOS/ISRO Master
card with dual key authentication) as input device for any software development or for
integration with other service/application.
4.5 Visitor Management System (VMS) Software
4.5.1 VMS shall be finger print based using 1:1 authentication for visitors. Each visitor shall be
provided with unique ID (specific to Centre/Unit) as per the structure provided by
Department.
Page 32 of 59
4.5.2 VMS should be capable of maintaining the visitor details including finger print template,
name, designation, nationality, visitor type, address, phone nos., email id, photograph,
passport, aadhaar details and provision to scan and store documents/images.
4.5.3 Visitor database shall seamlessly integrate with Access Control System database for
sharing visitor information and approval logic. The Data for visitor shall be stored in the
server as separate independent database.
4.5.4 Software shall provide online workflow based visitor management which includes
request, approval and visitor pass generation through web portal with following
features:
a) Visitor request generation from employee
b) Request shall be automatically forwarded to designated approving authority
c) SMS/Email based alerting and approval system shall be incorporated (vendor to
supply the associated hardware and software elements)
d) Visitor pass generation (The visitor pass format will be bi‐lingual but dynamic data
will be in English.)
e) The format of visitor request form and visitor pass shall be provided.
4.5.5 Visitor pass generation shall include registration of individual visitor by capturing the
photograph and/or signature, scanning the visitor’s photo id or business card,
enrolment of finger print template, personalization of smart card, generation of physical
gate pass, restrictions for access area (buildings/laboratories) and validity date & time.
4.5.6 Each visitor shall be provided with printed gate pass.
4.5.7 Printed visitor pass shall be printed through laser printer attached with VMS PC in the
prescribed format and shall be issued to each visitor. It shall include visitor details like
visitor name, photograph, company name, contact person name, validity‐ date & time,
visit area/s & purpose of visit.
4.5.8 Visitor enrolment and biometric details for each visitor shall be uploaded to all
concerned readers and servers within a minute.
4.5.9 Software should provide the reports with respect to company, visitor type, visiting
frequency for various combinations of time Zones / date / durations.
4.5.10 The system shall generate following reports on daily/weekly/monthly / between dates.
a) No. of visitors
b) Visitors who have over stayed.
c) No. of foreign nationals visited
d) Visitor access / movement reports for Main gate and second level.
e) Visitor for selected area/group/division,
f) Regular visitor, VIP visitor
g) Visitor in the denied list
h) Customized reporting based on Query builder
4.5.11 The software should cater provision for generation of denied list which will be
controlled by administrator for the visitor module. Whenever there is a re‐visit of visitor
in the denied list there should be an alarm at the request & registration level.
4.6 Administration & Maintenance software
4.6.1 Administrative software shall provide tools for :
a) Role based login creations and assigning privileges
b) Authorize and blocking the access and movement of personnel at Main gate and
Page 33 of 59
second level access control.
c) To set reader / location wise access permission
d) To view access control report of Entrants / Vehicles
e) To authorize VMS, tour, leave modules, ACS complaints, Administrator for the
second level Access control.
4.6.2 Software shall define a set of rights that may be associated with an individual or group
of individuals.
4.6.3 Software shall provide health monitoring of different hardware components like
readers, , network components, etc. In case of failure of any component, pop‐up screen
shall be generated with relevant details on virtual location map.
4.6.4 Details of break‐down and preventive calls shall be generated
4.6.5 Software shall provide online complaint logging from users with detail of log‐in date,
time, location, type of fault, etc. System shall automatically generate the complaint no.
Service engineer shall update the complaint details with name, actions taken, spares
replaced detail, complaint closing date & time, etc.
4.6.6 Event logs on data upload/download, backups, scheduled scripts or any other event in
the system shall be made available.
4.6.7 Provision for displaying raw data captured for employees and non‐employees from the
selected or all reader/s should be provided to administrators.
4.6.8 Any loss of communication should be logged as event providing details of reader ID,
date & time and nature of failure.
4.6.9 Door open time at second level access control shall be logged and alerted when door is
left opened for long duration. (User defined )
4.6.10 The system shall cater to various reports for trouble shooting and performance
monitoring. The performance logs shall be generated catering to diagnostics of the
system (ACS Hardware).
4.7 Photo display during entry at Main gate for all personnel
Integrated web based ACS software should support for photo display of employees,
non‐employees and visitors during their entry into Main gate at Centre/Unit shall be
facilitated as per section 3.6
4.8 RFID based Vehicle Access control system
Integrated web based ACS software should support the requirement in section 3.5.4 of
this RFP for RFID based vehicle ACS.
4.9 Handling of black‐listed cards across all centres/Units
4.9.1 Department will provide centralized database server at any one of the Centres/Units
( Not to be realised as a part of this tender). This centralized server shall host database
of employees of all Centre/Unit in two separate tables (Valid list and Invalid list) with all
historical evidences. This database will be maintained in any of RDBMS like MYSQL, MS‐
SQL, ORACLE, and SYBASE. Managing Central server is the responsibility of DOS/ISRO.
For this purpose an interface software shall be provided at the ACS server of ISTRAC
for data exchange.
4.9.2 Valid & Invalid lists of ISTRAC are required to be updated at Centralized server to
maintain upto date consolidated lists. Likewise, consolidated Valid & Invalid lists of all
employees from all Centres/Units, maintained at centralized server, are required to be
Page 34 of 59
updated at ACS server of ISTRAC .
4.9.3 Exchange of Valid & Invalid lists shall be through intermediate tables without accessing
directly to the database.
4.9.4 Integrated software at ISTRAC shall make available two separate tables as mentioned
above for Valid and Invalid lists of smart card details of employees for the use of the
DOS/ISRO software. Likewise the DOS/ISRO software provides the consolidated Valid
and Invalid lists at the ACS server of ISTRAC for the use of Integrated software at the
ACS server.
4.9.5 Centralized server will update data from ACS server of ISTRAC in round robin mode at
scheduled intervals through network. In similar fashion, ACS server at ISTRAC would be
scheduled to update consolidated Valid & Invalid lists from the central server.
4.9.6 Valid list will have only the latest issued smart card personalization details for each
DOS/ISRO employee of all Centres/Units.
4.9.7 Invalid list will have all smart card details of lost and blocked/disabled cards with
historical data.
4.9.8 Smart card details for Valid & Invalid list shall contain the details required by DOS/ISRO.
4.9.9 Like the exchange of Valid and Invalid lists, the transaction data of other centre
employees are required to be exchanged using intermediate tables. Integrated
software should make available the transaction data for employees of other
Centre/Unit. Centralized server shall take this transaction data from ACS server of
ISTRAC in round robin mode at scheduled interval through network. In similar fashion,
ACS server at ISTRAC shall be scheduled to take consolidated transaction data which
includes the transaction data of the employees of ISTRAC from the central server.
4.9.10 Integrated software shall provide access control report for the employees including
tour details to other Centre/Unit of DOS/ISRO.
5.0 Enrolment and personalization for Entrants/Vehicles
5.1 Biometric enrollment station
5.1.1 The Enrollment station with optical sensor shall capture finger print template and store
details in server and smart card memory as per DOS/ISRO requirements. It shall work
with enrollment software to upload employee data into central server from where it
shall be transferred to reader’s memory.
5.1.2 Enrollment station shall be interfaced with the desktop PC having enrollment software
through USB interface.
5.1.3 Verification time shall be less than 1 second for 1:1 mode and 2‐3 seconds for 1: N
mode.
5.1.4 Resolution : Minimum 500 dpi
5.1.5 Shall capture in ISO 19794 Format for Interoperability.
5.2 Smart card personalization reader
5.2.1 The smart card Reader/Writer shall be PC connected reader and shall read & write to a
13.56 MHz contact less smart card – Mifare standard (ISO 14443A) cards of 4K memory.
5.2.2 Personalization reader shall be connected with desktop PC through USB/Network.
5.2.3 Reader shall be compatible with personalization software to format and personalize the
card as per DOS/ISRO compatible format. The details of same shall be provided.
5.3 Card printer with cartridge
5.3.1 Print resolution of 300 dots per inch, 16.7 million colors
Page 35 of 59
5.3.2 Accepts ID‐1/CR‐80 size cards measuring 3.370 in. x 2.125 in.(85.6 mm x 53.98 mm);
accepts glossy‐surfaced PVC cards; other core materials with PVC over laminates are
optional
5.3.3 Accepts card thickness from 0.02 to 0.05 in. (0.51 mm to 1.27 mm) + 10%, for print‐
only; 0.03 to 0.05 in. (0.76mm to 1.27mm) + 10% for print and laminate
5.3.4 Operating system support:
Microsoft Windows Vista, Windows XP, Windows 7, Windows 8, Windows 10, Windows
2003 Server,Windows 2008 Server, Windows 2012 or better supported printer drivers
5.3.5 Dual sided printing & lamination, photo and other information should not fad out in
minimum three years
5.3.6 Agency approvals: UL, cUL, FCC, CE, CCC, Ctick, RoHS
5.3.7 Security Features: Physical lock to secure printer cartridge removal, card intake and exit
hoppers. Resin‐erase feature to eliminate personal data on used ribbon panels.
5.3.8 Printing: Over the edge, one or two sided UV printing with fluorescent panel ribbons.
Continuous‐tone for full‐color or black‐and‐white photos
5.3.9 Printing of Alphanumeric text, logos, Holograms and digitized signatures, variety of bar
codes and background patterns.
5.3.10 Automatic printer settings and offsets, automatic ribbon identification, validation and
low ribbon warning.
5.3.11 Full‐color print speed of up to 40 cards per hour (two sided, print and laminate)
5.3.12 Choose patch lamination with superior coverage or lamination without printing
5.3.13 Connectivity: Bi‐directional USB and Ethernet 10/100/1000 Base‐T bi‐directional
networking
5.3.14 Printer driver features user‐adjustable image and color controls, stand‐alone driver
diagnostics, color image and text card preview, online user help, add text, pattern or
image to topcoat, and supply usage tab
5.3.15 Audible and visual message prompts on printer and PC
5.3.16 Automatic card feed
5.3.17 Quick‐change ribbon and laminate cartridges
5.3.18 Electrical requirements of 230 V AC ± 10 %, 49‐51Hz
5.3.19 Operating Temperature: Up to 35°C and non‐condensing humidity from 20% to 80%
5.3.20 Print Head Warranty: Lifetime.
5.3.21 Cartridges and lamination sheets for printing and laminating cards shall be supplied with
the printer as per the requirement mentioned in the BOM. The quantity of cartridges
and lamination sheets shall be mentioned clearly by vendor.
5.4 Web Camera (To be used at Front Office / Reception )
5.4.1 Sensor resolution: Minimum 1.3 MP, Video resolution: 1.3 MP, Snapshot resolution: 1.3
MP
5.4.2 LCD clamp / CRT stand / Desktop stand
5.4.3 PC Link: USB 2.0
5.4.4 RAM memory: 512 MB RAM
5.4.5 Card printing software shall support online picture capture, uploading for card printing,
manual operation will not be accepted.
Page 36 of 59
5.5 Signature pad with pen
5.5.1 Interface: USB
5.5.2 Optical Resolution: Up to 900 dpi
5.5.3 Sampling rate: up to 400 samples / second
5.5.4 Pressure‐sensitive pen for input, which allows to capture handwritten signatures and
attach the signatures to ACS applications.
5.5.5 Display: LED preferrable
5.6 Mifare 4K Smart Cards
5.6.1 Mifare smart card compliant with ISO 14443A
5.6.2 Read range of 1 to 3 cms
5.6.3 CR 80 Standard
5.6.4 Memory of 4 KB
5.6.5 Card shall have unique 7‐byte Chip Serial Number (CSN)
6.0 Server, Desktop, Laptop, Laser Printer, Network Switches & UPS
6.1 Server
6.1.1 Preferred Make : HP / IBM / Dell / Fujitsu (1U/2U Rack Mountable)
6.1.2 Processor : Single Intel Xeon processors of E52600 product family or better series, 2.4
GHz or better, Minimum 8 MB L3 cache, Quad‐core, Dual processor Capable
motherboard
6.1.3 Chipset : Intel C600 or better compatible with the above processor
6.1.4 Memory : 8 GB – DDR3 ECC buffered RAM, 1600 MHz
6.1.5 Hard Disk and controller: 5x300 GB @ 15 K RPM, hot plug SAS drives, storage system
should Raid 0, 1, 3 & 5. Hard drives to be hot‐pluggable.
6.1.6 Expansion slots: Minimum of one (1 no.) of PCIe/PCI/PCI‐X based free slots after
installation of all required devices.
6.1.7 Monitor, keyboard & Mouse: 22 inch wide Full HD LED monitor, Keyboard and Optical
Scroll mouse.
6.1.8 Networks & I/O: Dual Gigabit Ethernet 10/100/1000 ports with RJ45 connectors, 2 Serial
Ports, 2 Front and 2 Rear USB 2.0 Ports.
6.1.9 Management: Should provide remote management port and management software
capable of providing graphical interface. Server management software should be of the
same brand as the supplier.
6.1.10 OS: Redhat Linux latest version or MS Window 2012 server or latest version. OS shall
carry license.
6.1.11 Power supply: 230 V AC ± 10 %, 49‐51Hz with rack power cords. Dual redundant hot
plug Power supply should have minimum 80 % efficiency.
6.1.12 Media drive : 16X DVD ‐/+ RW
6.1.13 Chassis / Acoustic : Rugged Tower, Low acoustic noise
6.1.14 Others: Redundant hot plug power supply. Redundant hot plug fan.
6.1.15 Certification : UL/CE Certified
6.1.16 Backup tape : DDS3/4 supporting DAT 320 Tapes, 25 data cartridges, 5 cleaning
cartridges, external USB 2.0 tape drive
6.1.17 Database : MySQL(Preferred) or Standard Licensed Microsoft SQL 2008 or higher or
Page 37 of 59
Oracle or Sybase Database with original media and serial no. and appropriate licenses in
the name of ISTRAC.
6.3 Desktop PCs
6.3.1 Preferred Make : HP / Dell / Lenovo
6.3.2 Processor : Intel Core i7 6700 (8 M Cache, up to 3.6 Ghz) or better
6.3.3 Chipset : Intel express chipset or better
6.3.4 Memory : 4 GB – DDR4 RAM
6.3.5 Hard disk : 2 x 1 TB SATA HDD
6.3.6 Expansion slots: 1 no. of PCI and 1 no. of PCIe/PCI‐X based free slots after installation of
all required devices.
6.3.7 Network and I/O: Gigabit Ethernet 10/100/1000 ports with RJ45 connectors. 1 Serial
Port, 2F+2R USB 2.0 Ports. Multimedia with Speakers, Multimedia Keyboard and Optical
Scroll mouse.
6.3.8 Monitor : 22” wide Full HD LED monitor
6.3.9 OS: Windows 7/10 preloaded with licensed original CD Media / recovery disks.
If the solution is implemented based on Linux environment, the desktop should be Linux
certified and preloaded with support Linux version with media CD/DVD
6.310 Power supply : 230 V AC ± 10 %, 49‐51Hz
6.3.11 Media drive : 16X DVD ‐/+ RW or Better
6.3.12 Chassis / Acoustic : Rugged tower low acoustic noise
6.4 Laptop
6.4.1 Preferred Make : HP / Dell / Lenovo / SONY
6.4.2 Processor : Intel Core i7‐6500U Processor (4MB Cache, up to 3.10 GHz) or better
6.4.3 Chipset : Intel express or better
6.4.4 Memory : 4 GB – DDR4 RAM or higher
6.4.5 Hard disk : 500 GB SATA HDD or Higher
6.4.6 Network and I/O : 802.11 bg/bgn Wi‐Fi, 10 / 100 / 1000 Ethernet ports with RJ45
connectors, 2 nos. USB 2.0 Ports. multimedia with in‐built speakers, wireless keyboard
and mouse.
6.4.7 Monitor : 14” HD WLED or higher
6.4.8 OS: Windows 7 /10 preloaded with licensed Original CD Media / recovery disks.
If the solution is implemented based on Linux Environment, the laptop should be Linux
certified and preloaded with support Linux version with media CD/DVD
6.4.9 Power supply : 230 V AC ± 10 %, 49‐51Hz, Power adapter
Battery : 12 cell for minimum six hours back‐up and charging adapter
6.4.10 Media drive : 16X DVD ‐/+ RW or Better
6.4.11 Carry bag: Back Pack.
6.5 Laser printer ( To be used at Front Office / VMS area )
6.5.1 Printing speed: Minimum 28 PPM – Black & white or higher (A4 size), Full duplex
6.5.2 Resolution: 1200 x 1200 DPI or better
6.5.3 Standard Memory, minimum size, default: 64 MB
Page 38 of 59
6.5.4 High‐speed USB 2.0 printer cable and power cord for 230 V AC ± 10 %, 49‐51Hz
6.5.5 Standard Printer Languages supported: Postscript‐3, PCL6
Software drivers for Windows 2000 / 2003 / XP / Vista / Linux
6.5.6 Interfaces : USB 2.0 & Ethernet with cables
6.5.7 Two additional black Print Cartridge for printing yield of 5000 pages or higher
6.6 Network switches
6.6.1 24 Port L3 managed switch with Single mode fiber module and POE ports.
10/100/1000 Mbps with wall mounting arrangement
Power supply : 230 V AC ± 10 %, 49‐51Hz, Power adapter
6.6.2
Outdoor Access Point : IEEE 802.11b/g/n AP with PoE connection facility and two Omni
directional antenna
Indoor Access Point : IEEE 802.11b/g/n AP with POE connection facility and two Omni
directional antenna
6.9 Flatbed A4 size color scanner
6.9.1 Optical resolution ‐ 4800 x 9600 dpi, Interface: USB 2.0 or higher
6.9.2 One touch scan, copy, create PDFs and email through ACS software
6.10 IDcardprintersupportinglaminationInterface6.10.1 PrintMethod: Dye‐Sublimation/ResinThermalTransfer6.10.2 Resolution: 300dpi6.10.3 Colors: Upto16.7million/256shadesperpixel
6.10.4 PrintRibbonCapacity: •Full‐color,YMC,750printsminimum•Full‐colorwithresinblack,YMCK,500prints minimum•Full‐colorwithtworesinblackpanels,YMCKK,500prints minimum
6.10.5 HDPFilmcapacity : •Clear(1,500printsminimum)
•CustomHolographic(500printsminimum)6.10.6 Overlaminatecapability: •ThermalTransferOverlaminate,0.25milthick,500
prints minimum•PolyGuardOverlaminate,1.0miland0.6milthick,250printsminimum
6.10.7 PrintSpeedinbatchmode: <=24secondspercard(YMCwithtransfer)<=29secondspercard(YMCKwithtransfer)<=40secondspercard(YMCKKwithtransfer)<=35secondspercard(YMCKwithtransferanddual‐sided,simultaneouslamination)<=48secondspercard(YMCKKwithtransferanddual‐sided,simultaneouslamination)
6.10.8 AcceptedStandardCardSizes: CR‐80(3.370”Lx2.125”W)6.10.9 PrintArea: Over‐the‐edgeonCR‐80cards6.10.10 AcceptedCardThickness: •Printonly:0.030”(30mil)to0.050”(50mil)
•Print/Lamination:0.030”(30mil)to0.050”(50mil)6.10.11 AcceptedCardTypes: LaminatedPVC,smartcards,opticalmemorycards6.10.12InputCardCartridgeCapacity: 100cards(0.030”)6.10.13 OutputHopperCardCapacity: 200cards(0.030”)6.10.14 CardCleaning: Replaceablecleaningroller(tobeincludedwith
eachprintribbon)
Page 39 of 59
6.10.15 Display: User‐friendly,SmartScreenLCDControlPanel6.10.16 SoftwareDrivers: CompatibleforWindows8/7/Server2008&
2003/&Linux6.10.17 Interface: USB2.0(highspeed)andEthernetwithinternal
printserver6.10.18 OperatingTemperature: 18°to32°C6.10.19 Humidity: 20‐80%non‐condensing6.10.20 Certifications: UL,CE,IC,FCCClass‐A,CCC,BSMI,KC,MIC6.10.21 Warranty: •Printer–ThreeyearsandoptionalExtended
Warranty Program•Printhead–Lifetime;unlimitedpass
6.10.22 Modulesrequired: •Dualcardinputhoppermoduleand200‐cardinputhopper•Cardlaminationmodule–singlesided•Doorandcartridgelocks•Printercleaningkit
7.0 Accessories, Cables and Conduits
Preferred Cable Make: Polycab, Finolex, Systimax, D‐Link
ISI Certification shall be submitted. All the cables should be weatherproof, outdoor
grade &as per BIS standard.
During site visit, bidder will survey for quantity required of each accessory and mention
the same in offer with per meter cost. Payment shall be made as per actual quantity
used for installation.
7.1 Power Cable
3 Core 1.5 sq.mm
7.2 4 core Shielded Cable
0.75 sq.mm each core
7.3 8 core Shielded Cable
0.75 sq.mm each core
7.4 PVC Conduit for Cable laying
Bidder shall specify the size compatible with cables
7.5 SS Pole
SS Pole of suitable height for installing readers for senior officials entering through
vehicles. SS pole shall be with suitable environmental protection (IP54 or better)
including weather shade. Vendor shall take prior approval from ISTRAC.
7.6 Any additional item required
Additional items if any required for realization of this TURN‐KEY work, Bidder shall
specify with details as per Annexure ‐ III.
8.0 System integration requirements
8.1 Contractor shall provide the block‐diagram depicting the integration of various
hardware and software components like readers, turnstiles, readers on pole, EM locks,
server, enrollment & personalization units, VMS, servers with database. Vendor shall
clearly mention the installation requirements.
8.2 Throughput for minimum 10 persons per minute per lane at Main gate. This value
should be attainable within 15 days of familiarization.
Page 40 of 59
8.3 Integration of turnstile and EM lock should provide emergency exit with adequate
instruction of safety warning. Location of exit switch should be placed appropriately for
access during emergency.
8.4 Database in both servers and application software should be backed‐up automatically
using scheduler. Reliable backup plan should be provided using DAT tapes and external
backup media.
8.5 Design of the system shall ensure reliability and minimum down time of the system.
Single point failure like server, database or network should not bring down the basic
operation of ACS system.
8.6 Server shall support various protocols to update its date and time with reference to
source. The server shall in turn, ensure synchronization of RTC of all readers and
components connected to it across all locations of ISTRAC.
8.7 All the installation protected by password should be made available to ACS in‐charge as
hard copy and soft copy in CD media. Password shall provide details of web links,
application path and help information on usage of the same.
8.8 Contractor shall remove all the components of existing access control equipment at
Main gate & second level and install & integrate all the items of new ACS side by side
without interrupting operations of existing ACS.
8.9 Contractor shall carry out initial one time process for enrolment, personalization and
card printing for all personnel (employees and non‐employees) during installation and
commissioning before ATP.
9.0 Acceptance Test Plan ( ATP )
9.1 Acceptance Test will be conducted only after successful installation and uninterrupted
operation of the entire system at site for minimum period of 15 days.
9.2 Contractor shall submit details of ATP to centre for an approval as per tender
specifications & shall demonstrate ACS specifications as per tender document based on
approval.
9.3 During ATP, Contractor will use their own tools & equipments. Department will not
provide any test instrument/tools.
10.0 Training
10.1 Contractor shall impart one week training for all the items of ACS to at least three
Department’s personnel at Contractor’s premise.
10.2 Contractor shall upon completion of the installation provide complete training with
documentations on the configuration, operation and maintenance of the systems to the
required Department’s personnel assigned by the Department.
10.3 Training should include documentation required for understanding the system, its
working concepts and basic trouble shooting guidelines.
10.4 Training shall be arranged to security personnel (CISF) on basic operation of turnstiles
gates, reception and administration staff for VMS, enrollment &personalization. It
should cover aspects related to emergency exit, exigency operation, etc.
10.5 All above training shall be part of integration and acceptance of the system.
Page 41 of 59
11.0 Documentation
11.1 Contractor shall submit documents for operation and maintenance of the entire system.
11.2 Systems block diagram along with wiring layout of all the items of ACS Systems shall be
submitted.
11.3 ACS software with media for all the application.
11.4 Software description manual which shall include customization as per requirements,
flow charts, operating procedures for all applications.
11.5 OS for Servers and PCs shall be supplied with license (OEM/full) along with original
media with key no. on the name of ISTRAC.
11.6 All the documents shall be provided in CD media in two copies.
12.0 Special Conditions
12.1 The extent of the contract works shall include necessary cabling to interconnect the
various security systems, central equipment, hardware and devices and like for it to
provide the performance as specified in this contract document.
12.2 All cable enclosures including conduits, cable trays, ducts, wall boxes, termination
panels and the like that are required to as part of this contract.
12.3 Contractor shall supply material such as pipe, bricks, sand, stone‐chips, cement, cables,
PVC casing/capping etc. to carry out turnstiles & poles fixation works, fitting of EM locks,
readers, adapters, exit switch, etc. for erection and commissioning of the system.
12.4 All proposed security field devices installation shall not only to operate functionally,
they have also to blend with the interior design of the building.
12.5 All installations carried out shall conform to the national standards and code of
practices.
12.6 All the systems shall have antivirus software with facility of offline updation.
12.7 The Contractor shall ensure that the ACSmust be expandable in the following areas:
a) The system shall be designated to allow foreseeable organizational changes and
procedural changes beyond current plans,
b) Additional hardware units shall easily be added without any modification to the
existing hardware, software and network configuration.
12.8 Contractor shall provide site requirements, power supply & environmental
requirements, accessories requirements at work site.
12.9 Contractor shall carry out customization of all the components of hardware and
software as per requirements.
12.10 IN/OUT lane no., reader ID, readers on pole, exist switch, etc. shall be marked with
suitable color radium stickers at all installed locations of Main gate and second level
ACS.
12.11 Contractor shall ensure the inter‐operability & compatibility for all types of readers,
turnstiles, software for all requirements, servers, EM locks, printers, PCs, enrollment &
personalization stations and interfacing with network.
Page 42 of 59
PART‐C
List of materials of Access Control System to be un-installed at Bangalore :
Sl.No Description Qty Location
1 Personal Computer, Make: Compaq 1 no. SCC
2 Contact less Smartcard reader, Make: Electron India, BT-843
16 nos. SCC
3 Smart card programmer with s/w modules 1 no. SCC
4 Badge Printing Software 1 no. SCC
5 Electro Magnetic Locks 8 nos. SCC
6 Emergency Buttons 8 nos. SCC
7 Attendance Software 1 no. SCC
8 Windows Operating System 1 no. SCC
9 Smart card readers 20 nos. SCC=8, Mox=4, RDA=4, IDSN=4
10 2 reader Controller 10 nos. SCC=4, Mox=2, RDA=2, IDSN=2
11 Electro Magnetic Lock (Single) 4 nos. SCC=2, RDA=1, spare=1
12 Electro Magnetic Lock (double) 1 no. SCC
13 Turnstile gate – Full Height 2 nos. SCC
14 Smart card Programmer with software modules
1 no. SCC
15 Visitor module 1 no. SCC
16 Mobile card readers 2 nos. SCC
17 Emergency buttons 5 nos. SCC=2, RDA=1, spare=2
18 Dual Lane Turnstile gate 3 nos. RDA=1, MOX=1, IDSN=1
19 UHF reader
2 Nos SCC
20 Pedestal readers
2 nos. SCC
21 Web cam
2 nos SCC
22 Photo display reader
1 no SCC
23 Photo display PC
1 no SCC
24 Boom Barrier 1 no SCC
Page 43 of 59
List of materials of Access Control System to be un-installed at Lucknow:
Sl.No Description Qty
1 Smartcard Reader 18 nos.
2 2 reader controller 9 nos.
3 Electro magnetic Locks (single) 6 nos.
4 Emergency buttons 8 nos.
5 Turnstile gate – Full height 1 no.
6 Windows 2003 server 1 no.
7 PC for visitor module and Attendance Monitoring software 2 nos.
8 Printer for visitor module 1 no.
9 MS SQL server database 1 no.
10 Electromagnetic Locks (double) 2 nos.
11 Smartcard programmer 1no.
12 Web camera 1 no.
13 SHDSL Modem 6 nos.
14 8 port switch 6 nos.
15 Smartcard Readers with RS232 (canteen) 2 nos.
16 POS printer 2 nos.
17 Wall mountable enclosure 2 nos.
18 Single Lane Turnstile gate 1 no
Page 44 of 59
Annexure ‐ I
BIDDER’S PROFILE
1. Name of the Organization and Address :
2. Year of Establishment :
3. Status of the firm
(Whether Pvt. Ltd. company / Pubic Ltd. company/ Partnership Firm) :
4. Name of the Chairman/Managing Director/CEO (as the case may be) :
5. Whether registered with the Registrar of Companies/Registrar of Firms in India? If so,
mention number and date and enclose Registration Certificate copy :
6. Name and address of Bankers:
a)
b)
7. Turnover of the Company/Firm in 2014‐15, 2015‐16 and 2016‐17:
(Please attach a copy of audited Profit & Loss Account for the above three years):
2014‐15 :
2015‐16 :
2016‐17 :
8. Whether registered for sales tax purposes? If so, mention number and date. Also
furnish copies of sales tax clearance certificate:
9. Permanent Account Number (Furnish copies of Income tax clearance certificates):
10. Is the Company / Firm a manufacturer of ACS System? If yes,
a) Give the Name of the place where manufacturing unit is located:
b) Mention the address and phone number of the company’s Bangalore office:
c) Give the date of opening of company’s Bangalore office:
11. Give details of the after‐sales service facility in terms of technical manpower and
spares provided by the company in Bangalore :
12. Since when and how long Company/firm has been manufacturing ACS Systems:
13. Whether company has been pre‐qualified by other Central Government organization
for ACS? (Furnish organizations names, category and date of registration):
14. Furnish the names of renowned organizations, where company has installed ACS
Systems in India in the last three years ending 31 March 2017 (Work of value of less
than Rs 50 lakhs should not be reported).
Name of Organization with
Address
Year of
Installation
Value of orders
1.
2.
3.
Self attested copies of Performance Certificate ( please do not enclose any work order)
issued by organization after completion of work must be enclosed failing which it will
be treated that company has no past experience in the field of ACS.
Page 45 of 59
15. Details of Technical Staff in Bangalore :
Sl. No. Name Qualification Post Held Experience
16. Bank Solvency Certificate for Rs.50 Lakhs (Furnish Bank Solvency Certificate issued not
before 31st March 2017):
17. Whether company is an authorized dealer/agent for the original equipment
manufacturer? (If so, furnish a certificate in original from the original equipment
manufacturer)
Page 46 of 59
D E C L A R A T I O N
a) I / We have read and understood the Tender document and I / We understand that if
any false information is detected at a later date, any future contract made between
ourselves and ISTRAC, on the basis of the information given by me / us can be treated as
invalid by the ISTRAC, and I / We will be solely responsible for the consequences.
b) I / We agree that the decision of ISTRAC, in selection of contractors will be final and
binding to me / us.
c) All the information furnished by me hereunder is correct to the best of my
knowledge and belief.
d) I / We agree that I / we have no objection if enquiries are made about the work
listed by me / us in the accompanying sheets.
e) I / We agree that I / We have not applied in the name of sister concern for the
subject empanelment process.
f) I / We hereby certify that none of my relative(s) is/are employed in DOS/ISRO. In
case at any stage it is found that the information given by me/us is false/incorrect,
DOS/ISRO shall have the absolute right to take any action as deemed fit without any
prior intimation to me/us.
g) I / We have understood the terms and conditions of the tender document and fully
agree with same.
Place: SIGNATURE
Date: NAME & DESIGNATION
SEAL OF ORGANISATION
Page 47 of 59
Annexure – II
TECHNICAL COMPLIANCE STATEMENT
Note: Suppliers should state ‘Yes’ if their offer conforms to the Requirements as stated in
Part‐B of the Tender document, or else they should state ‘No’ with reasons.
Sl. No Requirements Compliance Reasons/Statement for Non‐
Compliance
Yes No
1.0 Proposed system with accessories
is UL/CE (latest editions) listed and
comply to specifications laid by
DOS.
2.0 Proposed Access control shall be
able to integrate following
outcomes:
2.1 Single window Access card
enrollment for all access control
system.
2.2 Alarms and events monitoring at
single common monitoring
window.
2.3 Reports generation from single
common application.
3.0 Specification of :
3.1 Biometric and smart card readers
with built‐in controller
(Article no. 3.1 of Part‐B)
3.2 Hand held readers
(Article no. 3.2 of Part‐B)
3.3 Dual lane turnstiles (Article no.
3.3 of Part‐B)
3.4 Boom barrier with RFID tags
Page 48 of 59
(Article no. 3.4 of Part‐B)
3.5 Photo display during entry
(Article no. 3.5 of Part‐B)
3.6 EM lock for single door with exit
switch.
(Article no. 3.6 of Part‐B)
3.7 EM lock for Double door with Exit
switch
(Article no. 3.7 of Part‐B)
3.8 Network Infrastructure Elements
and Installation
(Article no. 3.8 of Part‐B)
4.0 ACS Software
4.1 Integrated web based software
(Article no. 4.1 of Part‐B)
4.2 Biometric enrolment, smart card
personalization and
authentication software
(Article no. 4.2 of Part‐B)
4.3 Real time ACS report
(Article no. 4.3 of Part‐B)
4.4 Scheduled database update from
legacy database
(Article no. 4.4 of Part‐B)
4.5 Visitor management system
software
(Article no. 4.5 of Part‐B)
4.6 Administration and maintenance
software
(Article no. 4.6 of Part‐B)
4.7 Photo display during entry
(Article no. 4.7 of Part‐B)
4.8 RFID based vehicle access control
(Article no. 4.8 of Part‐B)
Page 49 of 59
4.9 Handling of black‐listed cards
across all Centre/Unit
(Article no. 4.9 of Part‐B)
5.0 Enrolment and personalization of
entrants/Vehicles
(Article no. 5.0 of Part‐B)
6.0 Server, desktop, laser printer,
scanners
(Article no. 6.0 of Part‐B)
7.0 Accessories, Cables and conduits
(Article no. 7.0 of Part‐B)
7.1 List of Additional items required, if
any, for realization of contract.
(Specify with details as per
Annexure‐III)
8.0 System integration requirements
(Article no. 8.0 of Part‐B)
9.0 Acceptance test plan
(Article no. 9.0 of Part‐B)
10.0 Training
(Article no. 10.0 of Part‐B)
11.0 Documentation
(Article no. 11.0 of Part‐B)
12.0 Special conditions
(Article no. 12.0 of Part‐B)
Place: SIGNATURE
Date: NAME & DESIGNATION
SEAL OF ORGANISATION
Page 50 of 59
Annexure – III
ADDITIONAL ITEMS
Note: Additional items, if any required, for realization of this turn‐key work shall be listed
with details
Sl. No. Items Quantity Make Justification for the item
Place: SIGNATURE
Date: NAME & DESIGNATION
SEAL OF ORGANISATION
Page 51 of 68
Annexure‐IV
UNPRICED VERSION (PRICE MASKED) OF BILL OF MATERIALS
Note: 1. Prices are not to be furnished in this Annexure
2. Bidder should only confirm in the respective columns i.e., Make, rates of Taxes /Duties /Levies applicable with details of
percentages, additional items and warranty and training.
I) Items to be considered for total cost of ownership
Sl.
No.Description Make GST
Installation,
commissioning and
testing
Service
Tax Quantity Unit
1 Biometric Smart Card Readers (One for IN and One for Out) 34 Nos
2 Vehicle Readers cum Controller (One for IN and One for Out) 10 Nos
3 Hand Held Biometric Readers 2 Nos
4 Boom Barriers 5 Nos
5 LED Panel Display for Photo Flashing (21") 8 Nos
6 Biometric Smart Card Reader for Second Level Entry (Technical Areas) IN 122 Nos
7 Biometric Smart Card Reader for Second Level Entry (Technical Areas) Out 122 Nos
8 EM Lock for Single Door with Exit Switch 16 Nos
9 EM Lock for Double Door with Exit Switch 95 Nos
10
Integrated Web based Software (Licences for software as per section 4 of RFP to meet all module requirements of SCC, MOX, IDSN, Lucknow) 4 Licences
11
Biometric Enrolment stations at SCC, MOX, IDSN, Lucknow (Two at each location) 8 Nos
12 Smart Card Personalizer at SCC, MOX, IDSN, Lucknow (Two at each location) 6 Nos
13 Web Camera at SCC, MOX, IDSN, Lucknow (One at each location) 5 Nos
Page 52 of 68
14 Signature Pad with Pen at SCC, MOX, IDSN, Lucknow (Two sets at each location) 8 Nos
15 4K Mifare Smart Cards 1700 Nos
16 Rack Mountable Servers (1U) at SCC 2 Nos
17
DeskTop Systems for VMS, AMS & Photoflashing Operations at SCC, MOX, IDSN, Lucknow 8 Nos
18 Laser Printer for VMS at SCC, MOX, IDSN, Lucknow 4 Nos
19 Flatbed A4 Size colour Scanner at SCC, MOX, IDSN, Lucknow 4 Nos
20 Laptop at BLR, Lucknow 2 Nos
21 Power Cable (in metres) 1300 Metres
22 4 core shielded cable (in metres) 1300 Metres
23 8 core shielded cable (in metres) 1300 Metres
24 PVC Conduit for cable laying (in metres) 1900 Metres
25 Supply and Installation of additional items as in Annexure III 2 Lot
26 Uninstallation and Reinstallation of existing items as given in Part C 2 Lot
27 Training of personnel at SCC, Bangalore and Lucknow 2 Sessions
28
Hardware and Software requirement during Network Failure (As per 1.8 of Part‐B) 2 Lot
29 Vehicle RFID Tag 120 Nos
30 SS Pole for Vehicle Readers 8 Nos
31 ID card printer supporting lamination Interface 2 Nos
32
Dual Lane Full height turnstile (through Buy‐Back scheme for the available turnstile gates) 5 Sets
33 Cat 6 UTP LAN Cable Box(1000 Ft.) 100 Box
34 UTP Patch Cords(1M) 400 Nos
35 UTP Patch Cords(3M) 100 Nos
Page 53 of 68
36 UTP Patch Cords(5M) 50 Nos
37 UTP Patch Cords(10M) 50 Nos
38 Information Outlets 624 Nos
39 Loaded 24‐port 1U Modular Patch Panel 26 Nos
40 3”X3” Dual port Face‐Plate 312 Nos
41 3”X3” PVC Back‐Boxes 312 Nos
42 1‐inch PVC Casing and capping 200 metres
43 2‐inch PVC Casing and capping 150 metres
44 2‐inch PVC Pipe 200 metres
45 Conduit/Elbow/Joints 300 Nos
46 Installation and Commissioning of Network Ports. 624 Port/ Point
47 24‐Port PoE Switches with two transceivers 12 Nos
48 Warranty for three years
(Give break‐up for three years) Per Year
a Warranty for first year 1
b Warranty for second year 1
c Warranty for third year 1
49 Post warranty Comprehensive AMC
rates (Exclusive of taxes) per annum Per Year
a 4th year 1
b 5th year 1
c 6th year 1
II) Post warranty Comprehensive AMC rates (Exclusive of taxes) per annum
Page 54 of 68
Description Supplier’s Confirmation
4th year Yes/No
5th year Yes/No
6th year Yes/No
III) Commercial terms:
Sl
No
Requirements Compliance Reasons/Statement for Non‐Compliance
Yes No
1. Validity of the offer (Six months)
2. Security Deposit
(As per Article 5.2.8 of Part‐A)
3. Advance against submission of bank guarantee
for an equal amount.
(As per Article 6.0 of Part‐A)
4. Performance bank guarantee valid for a period
38 months( Warranty period)
(As per Article 6.0 of Part‐A)
5. Warranty for three years
(As per Article 11.0 of Part‐A)
6. Annual Maintenance Contract for 3 years after
three years warranty period.
(As per Article 12.0 of Part‐A)
7. Liquidated Damages
(As per Article 14.0 of Part‐A)
8. Fall Clause
(As per Article 17.0 of Part‐A)
9. Non‐Disclosure Agreement
(As per Article 19.0 of Part‐A)
Page 55 of 68
IV) Payment terms ( Bidder to specify):
Place: SIGNATURE
Date: NAME & DESIGNATION
SEAL OF ORGANISATION
Page 56 of 68
Annexure‐V
PRICE BID
BILL OF MATERIAL AND PRICE SCHEDULE
I) Items to be considered for total cost of ownership
Sl.
No. Description Make
Price
per unit GST
Installation,
commissioning
and testing
Total
Amount
Per unit
Quantity Unit Total
Cost
1 Biometric Smart Card Readers (One for IN and One for Out)
34 Nos
2 Vehicle Readers cum Controller (One for IN and One for Out)
10 Nos
3 Hand Held Biometric Readers 2 Nos
4 Boom Barriers 5 Nos
5 LED Panel Display for Photo Flashing (21") 8 Nos
6 Biometric Smart Card Reader for Second Level Entry (Technical Areas) IN
122 Nos
7 Biometric Smart Card Reader for Second Level Entry (Technical Areas) Out
122 Nos
8 EM Lock for Single Door with Exit Switch 16 Nos
9 EM Lock for Double Door with Exit Switch
95 Nos
10
Integrated Web based Software (Licences for software as per section 4 of RFP to meet all module requirements of SCC, MOX, IDSN, Lucknow)
4
Licences
11 Biometric Enrolment stations at SCC, MOX, IDSN, Lucknow. (Two at each location)
8 Nos
12 Smart Card Personalizer at SCC, MOX, IDSN, Lucknow (Two at each location)
6 Nos
13 Web Camera at SCC, MOX, IDSN, Lucknow (One ar each location)
5 Nos
14 Signature Pad with Pen at SCC, MOX, IDSN, Lucknow (Two sets at each location)
8 Nos
Page 57 of 68
15 4K Mifare Smart Cards 1700 Nos
16 Rack Mountable Servers (1U) at SCC 2 Nos
17 DeskTop Systems for VMS, AMS & Photoflashing Operations at SCC, MOX, IDSN, Lucknow
8 Nos
18 Laser Printer for VMS at SCC, MOX, IDSN, Lucknow
4 Nos
19 Flatbed A4 Size colour Scanner at SCC, MOX, IDSN, Lucknow
4 Nos
20 Laptop at BLR, Lucknow 2 Nos
21 Power Cable (in metres)
1300Metres
22 4 core shielded cable (in metres)
1300Metres
23 8 core shielded cable (in metres)
1300Metres
24 PVC Conduit for cable laying (in metres)
1900Metres
25 Supply and Installation of additional items as in Annexure III
2 Lot
26 Uninstallation and Reinstallation of existing items as given in Part C
2 Lot
27 Training of personnel at SCC, Bangalore and Lucknow
2Sessions
28 Hardware and Sotfware requirement during Network Failure (As per 1.8 of Part‐B)
2 Lot
29 Vehicle RFID Tag 120 Nos
30 SS Pole for Vehicle Readers 8 Nos
31 ID card printer supporting lamination Interface 2 Nos
32 Dual Lane Full height turnstile (through Buy‐Back scheme for the available turnstile gates)
5 Sets
33 Cat 6 UTP LAN Cable Box(1000 Ft.) 100 Box
34 UTP Patch Cords(1M) 400 Nos
35 UTP Patch Cords(3M) 100 Nos
36 UTP Patch Cords(5M) 50 Nos
Page 58 of 68
37 UTP Patch Cords(10M) 50 Nos
38 Information Outlets 624 Nos
39 Loaded 24‐port 1U Modular Patch Panel 26 Nos
40 3”X3” Dual port Face‐Plate 312 Nos
41 3”X3” PVC Back‐Boxes 312 Nos
42 1‐inch PVC Casing and capping
200metres
43 2‐inch PVC Casing and capping
150metres
44 2‐inch PVC Pipe
200metres
45 Conduit/Elbow/Joints 300 Nos
46 Installation and Commissioning of Network Ports.
624Port/ Point
47 24‐Port PoE Switches with two transceivers 12 Nos
48 Warranty for three years
(Give break‐up for three years) Per Year
a Warranty for first year 1
b Warranty for second year 1
c Warranty for third year 1
49 Post warranty Comprehensive AMC rates
(Exclusive of service taxes) per annum Per Year
a 4th year 1
b 5th year 1
c 6th year 1
Grand total inclusive of all taxes and transportation.
Page 59 of 68
II) Post warranty Comprehensive AMC rates (Exclusive of service taxes) per annum
Sl. NO. Description Comprehensive AMC charges Service taxes Total Comprehensive AMC charges
1. 4th year
2. 5th year
3. 6th year
Note:
1. The prices quoted are inclusive of all taxes, duties and levies.
2. The total cost of the ACS, the warranty for three years and post warranty comprehensive AMC rates for next 3 years will be
taken into consideration for deciding the lowest quotation.
Place: SIGNATURE
Date: NAME & DESIGNATION
SEAL OF ORGANISATION
Page 60 of 68
ANNEXURE – VI
Items to be supplied and Installation to be done at Bangalore SL No Item Description Quantity Unit
1 Biometric Smart Card Readers (One for IN and One for Out) 12 Nos
a SCC Main Entrance : 04 Nos
b MOX Main Entrance: 04 Nos
d IDSN Main Entrance: 04 Nos
2 Vehicle Readers cum Controller (One for IN and One for Out) 6 Nos
a SCC Main Gate: 02 Nos
b IDSN Main Gate: 02 Nos
c MOX Main Gate: 02 Nos
3 Hand Held Biometric Readers 6 Nos
a SCC Main Gate: 02 Nos
b MOX Main Gate: 02 Nos
c IDSN Main Gate: 02 Nos
4 Boom Barriers 3 Nos
a SCC Main Gate: 01 Nos
b MOX Main Gate: 01 No
c IDSN Main Gate: 01 Nos
5 LED Panel Display for Photo Flashing (21") 6 Nos
a MOX Main Gate: 02 Nos
b IDSN Main Gate: 02 Nos
c SCC Main Entrance: 02 Nos
6 Biometric Smart Card Reader for Second Level Entry (Technical Areas) IN 102 Nos
a SCC Area: 29 Nos
b MOX Area: 27 Nos
d IDSN Area: 38 Nos
e Spares: 8 Nos
Page 61 of 68
SL No Item Description Quantity Unit
7 Biometric Smart Card Reader for Second Level Entry (Technical Areas) Out 102 Nos
a SCC Area: 29 Nos
b MOX Area: 27 Nos
d IDSN Area: 38 Nos
e Spares: 8 Nos
8 EM Lock for Single Door with Exit Switch 14 Nos
a MOX Area: 9 Nos
c IDSN Area: 3 Nos
d Spares: 2 Nos
9 EM Lock for Double Door with Exit Switch 79 Nos
a SCC Area: 18 Nos
b MOX Area: 18 Nos
d IDSN Area: 35 Nos
e Spares: 8 Nos
10
Integrated Web based Software (Licences for software as per section 4 of RFP to meet all module requirements of SCC, MOX, IDSN) 3 Licences
11 Biometric Enrolment stations at SCC, MOX, IDSN. (Two at each location) 6 Nos
12 Smart Card Personalizer at SCC, MOX, IDSN (Two at each location) 6 Nos
13
Web Camera at SCC, MOX, IDSN (One ar each location) 3 Nos
14 Signature Pad with Pen at SCC, MOX, IDSN (Two sets at each location) 6 Nos
15 4K Mifare Smart Cards 1500 Nos
16 Rack Mountable Servers (1U) at SCC 2 Nos
Page 62 of 68
SL No Item Description Quantity Unit
17
DeskTop Systems for VMS, AMS & Photoflashing Operations at SCC, MOX, IDSN 6 Nos
18 Laser Printer for VMS at SCC, MOX, IDSN 3 Nos
19 Flatbed A4 Size colour Scanner at SCC, MOX, IDSN 3 Nos
20 Laptop at BLR 1 Nos
21 Power Cable (in metres) 1000 Metres
22 4 core shielded cable (in metres) 1000 Metres
23 8 core shielded cable (in metres) 1000 Metres
24 PVC Conduit for cable laying (in metres) 1500 Metres
25 Supply and Installation of additional items as in Annexure III 1 lot
26 Uninstallation and Reinstallation of existing items as given in Part C 1 lot
27 Training of personnel at SCC, Bangalore 1 lot
28
Hardware and Sotfware requirement during Network Failure (As per 1.8 of Part‐B) 1 lot
29 Vehicle RFID Tag 100 Nos
30 SS Pole for Vehicle Readers 4 Nos
a MOX Main Gate: 02 Nos
b IDSN Main Gate: 02 Nos
31 ID card printer supporting lamination Interface 1 Nos
32
Dual Lane Full height turnstile (through Buy‐Back scheme for the available turnstile gates) 6 sets
Page 63 of 68
SL No Item Description Quantity Unit
33 Networking Elements
a Cat 6 UTP LAN Cable Box(1000 Ft.) 70 Box
b UTP Patch Cords(1M) 300 Nos
c UTP Patch Cords(3M) 50 Nos
d UTP Patch Cords(5M) 25 Nos
SL No Item Description Quantity Unit
e UTP Patch Cords(10M) 25 Nos
f Information Outlets 480 Nos
g Loaded 24‐port 1U Modular Patch Panel 20 Nos
h 3”X3” Dual port Face‐Plate 240 Nos
i 3”X3” PVC Back‐Boxes 240 Nos
j 1‐inch PVC Casing and capping 150 per meter
k 2‐inch PVC Casing and capping 100 per meter
l 2‐inch PVC Pipe 150 per meter
m Conduit/Elbow/Joints 200 Nos
n Installation and Commissioning of Network Ports. 480
Each Port/ Point
o 24‐Port PoE Switches with two transceivers 6 Nos
Items to be supplied and Installation to be done at Lucknow
SL No Item Description Qty at
Locations Total Quantity Unit
1 Biometric Smart Card Readers (One for IN and One for Out) 4 No(s)
a CISF Main Area 4
2 Vehicle Readers cum Controller (One for IN and One for Out) 2 No(s)
3 Hand Held Biometric Readers 2 No(s)
4 Boom Barriers 1 No(s)
Page 64 of 68
SL No Item Description Qty at
Locations Total Quantity Unit
5 LED Panel Display for Photo Flashing (21") 2 No(s)
6 Biometric with smart card readers ‐ Second Level Entry
20 No(s)
a 10 Mtr Antenna Room 1
b 11 Mtr Antenna Room 1
c UPS Room 1
d LUT Pedestal Room 1
SL No Item Description Quantity Unit
e TM Hall 1
f LUT Room 1
g ASCC Room 1
h FDO Scheduling Room 1
i INC Area
IRIMS 1
IRNWT 1
FDO Scheduling Room 1
Security Surveilance Room 1
Server Room 2
IRDCN ‐ Terracom 1
IRDCN ‐ Satcom 1
IRNSS Control Room 1
UPS Room 1
AC Room 1
ASCC Control Room 1
20
7 Biometric with smart card daughter readers 20 No(s)
a 10 Mtr Antenna Room 1
b 11 Mtr Antenna Room 1
c UPS Room 1
d LUT Pedestal Room 1
e TM Hall 1
f LUT Room 1
g ASCC Room 1
Page 65 of 68
SL No Item Description Qty at
Locations Total Quantity Unit
h FDO Scheduling Room 1
i INC Area
IRIMS 1
IRNWT 1
FDO Scheduling Room 1
Security Surveilance Room 1
Server Room 2
IRDCN ‐ Terracom 1
IRDCN ‐ Satcom 1
IRNSS Control Room 1
UPS Room 1
AC Room 1
ASCC Control Room 1
20
SL No Item Description Quantity Unit
8 EM Lock for Single Door with Exit Switch at INC Area 2 No(s)
9 EM Lock for Double Door with Exit Switch at INC Area 7 No(s)
10
Integrated Web based Software (Licences for software as per section 4 of RFP to meet all module requirements of Lucknow) 1 Licence
11 Biometric Enrolment stations at Lucknow 2 No(s)
12 Web Camera at Lucknow 2 No(s)
13 Signature Pad with Pen at Lucknow 2 No(s)
14 4K Mifare Smart Cards 200 No(s)
15 DeskTop Systems for VMS, AMS & Photoflashing Operations 2 No(s)
Page 66 of 68
SL No Item Description Qty at
Locations Total Quantity Unit
16 Laser Printer for VMS at Lucknow 1 No(s)
17 Flatbed A4 Size colour Scanner at Lucknow 1 No(s)
18 Laptop for A&M 1 No(s)
20 Power Cable (in metres) 300 Metres
21 4 core shielded cable (in metres) 300 Metres
22 8 core shielded cable (in metres) 300 Metres
23 PVC Conduit for cable laying (in metres) 400 Metres
24 Supply and Installation of additional items as in Annexure III 1 lot
25 Uninstallation and Reinstallation of existing items as given in Part C 1 lot
26 Training of personnel at Lucknow 1 lot
27
Hardware and Sotfware requirement during Netowrk Failure (As per 1.8 of Part‐B) 1 lot
28 Vehicle RFID Tag 10 No(s)
29 SS Pole for Vehicle Readers 2 No(s)
30 ID card printer supporting lamination Interface 1 No(s)
31
Dual Lane Full height turnstile (through Buy‐Back scheme for the available turnstile gates) 1 sets
34 Networking Elements
a Cat 6 UTP LAN Cable Box(1000 Ft.) 20 Box
b UTP Patch Cords(1M) 80 Nos
c UTP Patch Cords(3M) 30 Nos
Page 67 of 68
d UTP Patch Cords(5M) 15 Nos
SL No Item Description Quantity Unit
e UTP Patch Cords(10M) 15 Nos
f Information Outlets 96 Nos
g Loaded 24‐port 1U Modular Patch Panel 4 Nos
h 3”X3” Dual port Face‐Plate 48 Nos
i 3”X3” PVC Back‐Boxes 48 Nos
j 1‐inch PVC Casing and capping 30 meter
k 2‐inch PVC Casing and capping 30 meter
l 2‐inch PVC Pipe 30 meter
m Conduit/Elbow/Joints 50 Nos
n Installation and Commissioning of Network Ports. 96
Each Port/ Point
o 24‐Port PoE Switches with two transceivers 3 Nos
Items to be supplied and Installation to be done at Port Blair SL No Item Description Quantity Unit
1 Biometric Smart Card Readers (One for IN and One for Out) 18 Nos
a Main Entry: 02 Nos
b TM Hall: 02 Nos
c Electro Mechanical Facility: 02 Nos
d SHAR TC Antenna Room: 02 Nos
e Air‐condition Room: 02 Nos
f 11 Mtr Antenna Room: 04 Nos
g Panel Room: 02 Nos
h UPS Room: 02 Nos
2 EM Lock for Double Door with Exit Switch 9 Nos
a Main Entry: 01 No
b TM Hall: 01 No
c Electro Mechanical Facility: 01 No
d SHAR TC Antenna Room: 01 No
e Air‐condition Room: 01 No
f 11 Mtr Antenna Room: 02 No
g Panel Room: 01 No
h UPS Room: 01 No
Page 68 of 68
SL No Item Description Quantity Unit
3 Boom Barriers 1 No
Road: 01 No
4 Vehicle RFID Tag 10 Nos
5 Networking Elements
a Cat 6 UTP LAN Cable Box(1000 Ft.) 10 Box
b UTP Patch Cords(1M) 20 Nos
c UTP Patch Cords(3M) 20 Nos
d UTP Patch Cords(5M) 10 Nos
e UTP Patch Cords(10M) 10 Nos
f Information Outlets 48 Nos
g Loaded 24‐port 1U Modular Patch Panel 2 Nos
h 3”X3” Dual port Face‐Plate 24 Nos
i 3”X3” PVC Back‐Boxes 24 Nos
j 1‐inch PVC Casing and capping 20 meter
k 2‐inch PVC Casing and capping 20 meter
l 2‐inch PVC Pipe 20 meter
m Conduit/Elbow/Joints 50 Nos
n Installation and Commissioning of Network Ports. 48
Each Port/ Point
o 24‐Port PoE Switches with two transceivers 3 Nos