police.rajasthan.gov.inpolice.rajasthan.gov.in/rajasthan/tender/amended_rfp... · 2014-02-25 ·...
TRANSCRIPT
E-GOVERNANCE
MISSION MODE PROJECT
(MMP)
CRIME AND CRIMINAL TRACKING
NETWORK & SYSTEMS
RFP FOR SELECTION OF SYSTEM
INTEGRATOR
VOLUME – I: Technical & Functional
Requirements
RELEASED BY:
Rajasthan Police
Government of Rajasthan
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 2 of 242
Table of Contents
1 INTRODUCTION ................................................................................................................................... 11
1.1 PROJECT BACKGROUND ...................................................................................................................................... 11
1.2 BACKGROUND OF POLICE SYSTEMS IN INDIA ........................................................................................................... 11
1.3 CRIME AND CRIMINALS INFORMATION SYSTEM (CCIS) ............................................................................................ 11
1.4 COMMON INTEGRATED POLICE APPLICATION (CIPA)............................................................................................... 12
1.5 CRIME AND CRIMINAL TRACKING NETWORK & SYSTEMS (CCTNS)............................................................................. 13
1.6 CCTNS IMPLEMENTATION FRAMEWORK ............................................................................................................... 14
1.7 GOALS FOR THE REQUEST FOR PROPOSAL (RFP) ..................................................................................................... 15
2 PROJECT DETAILS............................................................................................................................... 17
2.1 NEED FOR THE PROJECT ..................................................................................................................................... 17
2.2 VISION AND OBJECTIVES OF THE PROJECT .............................................................................................................. 17
2.3 STAKEHOLDERS OF THE PROJECT .......................................................................................................................... 17
2.4 DESIRED OUTCOMES FOR VARIOUS STAKEHOLDERS .................................................................................................. 18
3 RAJASTHAN STATE POLICE DEPARTMENT .............................................................................. 21
3.1 DEPARTMENT'S ORGANIZATION STRUCTURE .......................................................................................................... 21
3.2 EXISTING LEGACY SYSTEMS ................................................................................................................................. 23
3.3 EXISTING DATA CENTRE INFRASTRUCTURE ............................................................................................................. 23
3.4 EXISTING WAN INFRASTRUCTURE ........................................................................................................................ 24
3.5 EXISTING CLIENT SITE INFRASTRUCTURE ................................................................................................................ 24
4 SCOPE OF THE PROJECT ................................................................................................................... 31
4.1 GEOGRAPHICAL SCOPE:...................................................................................................................................... 31
4.2 SCOPE OF SERVICES DURING IMPLEMENTATION PHASE ............................................................................................. 31
4.3 PROJECT PLANNING AND MANAGEMENT ............................................................................................................... 32
4.4 PROJECT DOCUMENTATION ................................................................................................................................ 33
4.5 PROJECT MANAGEMENT TOOL ............................................................................................................................ 33
4.6 CONFIGURATION MANAGEMENT TOOL ................................................................................................................. 33
4.7 ISSUE TRACKER ................................................................................................................................................. 34
4.8 CONFIGURATION, CUSTOMIZATION AND EXTENSION (DEVELOPMENT OF NEW MODULES AND FEATURES) OF CAS AND
INTEGRATION WITH EXTERNAL AGENCIES THROUGH AGILE SOFTWARE DEVELOPMENT METHODOLOGY ............................................. 34
4.9 SITE PREPARATION AT POLICE STATIONS AND HIGHER OFFICES .................................................................................. 42
4.10 DATA MIGRATION AND DATA DIGITIZATION ........................................................................................................... 42
4.11 CAPACITY BUILDING AND CHANGE MANAGEMENT .................................................................................................. 43
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 3 of 242
4.12 HANDHOLDING SUPPORT ................................................................................................................................... 43
4.13 REQUIREMENT ON ADHERENCE TO STANDARDS ...................................................................................................... 43
4.14 COMPLIANCE WITH INDUSTRY STANDARDS ............................................................................................................ 43
4.15 3RD PARTY ACCEPTANCE TESTING, AUDIT AND CERTIFICATION .................................................................................. 44
4.16 SCOPE OF SERVICES DURING POST IMPLEMENTATION PHASE ..................................................................................... 46
5 CAS CUSTOMIZATION AND INTEGRATION WORK PROPOSAL ......................................... 48
5.1 PROJECT MANAGEMENT WORK PROPOSAL ........................................................................................................... 48
5.1.1 Project Work Plan and Schedule .................................................................................................... 49
5.1.2 Project Work Plan Baselines ........................................................................................................... 49
5.1.3 Work Breakdown Structure (WBS) ............................................................................................... 49
5.1.4 System Environments ...................................................................................................................... 49
5.1.5 Facilities ............................................................................................................................................. 50
5.1.6 Meeting Rooms and Workspace Requirements ........................................................................... 51
5.1.7 Indicative Customization and Integration List ........................................................................... 51
6 ANNEXURE ............................................................................................................................................. 53
6.1 ANNEXURE-I SERVICE LEVEL AGREEMENT ................................................................................................... 53
6.1.2 Mandatory Qualification Criteria for Key Profiles and Numbers ............................................ 57
6.2 ANNEXURE- II- POST IMPLEMENTATION SERVICES ...................................................................................... 62
6.3 ANNEXURE- III- FUNCTIONAL REQUIREMENT SPECIFICATIONS ................................................................... 68
6.3.1 Core Application Software .............................................................................................................. 68
6.3.2 CAS (Centre) ...................................................................................................................................... 68
6.3.3 CAS (State) ......................................................................................................................................... 69
6.3.4 Development of CCTNS Core Application Software (CAS) ........................................................ 72
6.4 FUNCTIONAL REQUIREMENT SPECIFICATION ........................................................................................................... 73
6.4.1 Extended CAS Functional Requirements (Sample): ................................................................... 73
6.5 ANNEXURE- IV- IT INFRASTRUCTURE REQUIREMENTS ................................................................................ 78
6.5.1 Introduction....................................................................................................................................... 78
6.5.2 Wide Area Network (WAN) & ISP Services .................................................................................. 78
6.5.3 Proposed Network Architecture ..................................................................................................... 78
6.5.4 Data Centre ....................................................................................................................................... 80
6.5.5 Architectural Aspect ......................................................................................................................... 81
6.5.6 DC Design Description ..................................................................................................................... 83
6.5.7 Set-up at Data Centre and DR Site ................................................................................................ 83
6.5.8 Hardware and Security Components at Data Centre ................................................................ 84
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 4 of 242
6.5.9 Network Components at DC ........................................................................................................... 85
6.5.10 Collation with State Data Center ................................................................................................... 85
6.5.11 Hardware at the DC ......................................................................................................................... 86
6.5.12 DR Site ................................................................................................................................................ 90
6.5.13 Hardware and Security Components at DR Site ......................................................................... 92
6.5.14 Co-located with CCTNS DR Site: ................................................................................................... 92
6.5.15 Hardware at the DR Site ................................................................................................................. 92
6.5.16 Client/ User Locations ..................................................................................................................... 94
Additional Requirements at Client Location to be purchased by SI ......................................................... 96
6.5.17 Requirements at Client Location .................................................................................................... 97
6.5.18 Specification of Proposed Software at DC & DR ....................................................................... 104
6.5.19 Minimum Technical Specifications- Hardware at DC & DR ................................................... 140
6.5.20 Minimum Technical Specifications Requirement at Client Site .............................................. 158
6.5.21 Earthling Recommendations: ...................................................................................................... 166
6.5.22 Furniture .......................................................................................................................................... 166
6.5.23 Fire Extinguisher (5 Kg) ................................................................................................................ 167
6.5.24 Web Based PMIS ............................................................................................................................. 168
6.5.25 Standard Operating Procedure for Hardware Procurement and Quality Assurance ........ 168
6.5.26 Details of Technology Stack CAS (State) and CAS (Center) .................................................... 170
6.6 ANNEXURE- V-DATA CAPTURE AND APPLICATION INTEGRATION ........................................................................... 177
6.6.1 Types of Data .................................................................................................................................. 177
6.6.2 Migration Strategy ........................................................................................................................ 184
6.7 ANNEXURE- VI-CAPACITY BUILDING & CHANGE MANAGEMENT ............................................................... 186
6.7.1 Introduction..................................................................................................................................... 186
6.7.2 Overview of the Capacity building Scope ................................................................................... 186
6.7.3 Training and Capacity Building As-Is ........................................................................................ 191
6.7.4 Implementation Plan ..................................................................................................................... 201
6.7.5 Indicative Training Plan for the Members of Police Department .......................................... 203
6.7.6 Handholding Support .................................................................................................................... 206
6.8 ANNEXURE VII GOVERNANCE STRUCTURE................................................................................................. 208
6.9 ANNEXURE VIII ITEMS WHICH CAN BE DROPPED, IN CASE OF SHORTAGE OF FUNDS OR DUE TO ANY OTHER
REASONS 214
6.10 ANNEXURE IX: SERIAL NUMBER OF EXISTING HARDWARE AT DC AND CLIENT LOCATIONS ....................... 215
6.11 ANNEXURE X DISTRICTWISE DATA OF CASES REGISTERED AND SAMPLE FORMS FOR DATA DIGITIZATION
236
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 5 of 242
6.12 ANNEXURE XI SPECIFICATIONS - LAN CABLING AND MULTIPOINT CONTROL UNIT (MCU) FOR VIDEO
CONFERENCING ......................................................................................................................................................... 240
Deleted: 239
Deleted: 1 INTRODUCTION 10¶1.1 Project background 10¶1.2 Background of Police Systems in India 10¶1.3 Crime and Criminals Information System (CCIS) 10¶1.4 Common Integrated Police Application (CIPA) 11¶1.5 Crime and Criminal Tracking Network & Systems
(CCTNS) 12¶1.6 CCTNS Implementation Framework 13¶1.7 Goals for the Request for Proposal (RFP) 14¶2 PROJECT DETAILS 16¶2.1 Need for the Project 16¶2.2 Vision and Objectives of the Project 16¶2.3 Stakeholders of the Project 16¶2.4 Desired outcomes for various stakeholders 17¶3 RAJASTHAN STATE POLICE DEPARTMENT 20¶3.1 Department's Organization Structure 20¶3.2 Existing Legacy Systems 22¶3.3 Existing Data Centre Infrastructure 22¶3.4 Existing WAN Infrastructure 23¶3.5 Existing Client Site Infrastructure 23¶4 SCOPE OF THE PROJECT 30¶4.1 Geographical Scope: 30¶4.2 Scope of Services during implementation phase 30¶4.3 Project Planning and Management 31¶4.4 Project Documentation 32¶4.5 Project Management Tool 32¶4.6 Configuration Management Tool 32¶4.7 Issue Tracker 33¶4.8 Configuration, Customization and Extension
(Development of New Modules and Features) of CAS and
Integration with External Agencies through Agile Software
Development Methodology 33¶4.9 Site Preparation at Police Stations and Higher
Offices 41¶4.10 Data Migration and Data Digitization 41¶4.11 Capacity Building and Change Management 42¶4.12 Handholding Support 42¶4.13 Requirement on Adherence to Standards 42¶4.14 Compliance with Industry Standards 42¶4.15 3rd Party Acceptance Testing, Audit and
Certification 43¶4.16 Scope of Services during Post Implementation
Phase 45¶5 CAS Customization and Integration
Work Proposal 47¶5.1 Project Management Work Proposal 47¶
5.1.1 Project Work Plan and Schedule 48¶5.1.2 Project Work Plan Baselines 48¶5.1.3 Work Breakdown Structure (WBS) 48¶5.1.4 System Environments 48¶5.1.5 Facilities 49¶5.1.6 Meeting Rooms and Workspace
Requirements 50¶5.1.7 Indicative Customization and
Integration List 50¶6 ANNEXURE 52¶6.1 ANNEXURE-I SERVICE LEVEL AGREEMENT 52¶
6.1.2 Mandatory Qualification Criteria for Key Profiles and Numbers 56¶
6.2 ANNEXURE- II- POST IMPLEMENTATION
SERVICES 61¶ ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 6 of 242
LIST OF ABBREVIATIONS / ACRONYMS
ADGP Additional Director General of Police
AFIS Automated Fingerprint Identification System
AIG Assistant Inspector General of Police
AMC Annual Maintenance Contract
AT Acceptance Testing
ATS Annual Technical Support
BG Bank Guarantee
BOM Bill of Material
BPM Business Process Management
BPR Business Process Reengineering
BSNL Bharat Sanchar Nigam Limited
CAD Computer Aided Dispatch
CAS Core Application Software
CB Capacity Building
CBI Central Bureau of Investigation
CCIS Crime and Criminals Information System
CCTNS Crime & Criminal Tracking Network and Systems
CID Criminal Investigation Department
CIPA Common Integrated Police Application
COTS Commercial Off The Shelf
CPMU Central Program Management Unit
CrPC Criminal Procedure Code
CUG Closed User Group
DC Data Centre
DCRB District Crime Record Bureau
DG Director General
DG Set Diesel Generator Set
DGP Director General of Police
DHCP Dynamic Host Configuration Protocol
DIG Deputy Inspector General of Police
DeitY Department of Electronics and Information Technology
DMZ Demilitarized Zone
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 7 of 242
DR Disaster Recovery
DRC Disaster Recovery Centre
DSP Deputy Superintendent of Police
EMD Earnest Money Deposit
EMS Enterprise Management System
FIR First Information Report
FRS Functional Requirement Specifications
GIGW Guidelines for Indian Government Website
GIS Geographical Information System
GO Gazetted Officer
GOI Government of India
GPS Global Positioning System
GRP Government Railway Police
GUI Graphical User Interface
HDD Hard Disk Drive
HLD High Level Design
HQ Headquarters
HTTP Hypertext Transfer Protocol
IB Intelligence Bureau
IC Integration Components
ICT Information & Communication Technology
IGP Inspector General of Police
IIF Integrated Investigation Forms
IO Investigation Officer
IPC Indian Penal Code
ISO International Organization for Standardization
IT Information Technology
LAN Local Area Network
LD Liquidated Damages
LIMS Lawful Interception Monitoring System
LLD Low Level Design
MACs Message Authentication Codes
MHA Ministry of Home Affairs
MIS Management Information System
MMP Mission Mode Project
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 8 of 242
MPLS Multiprotocol Label Switching
MTBF Mean Time Between Failures
MTTA Mean Time To Attend
MTTR Mean Time To Repair
NCR Non-Cognizable Report
NCRB National Crime Records Bureau
NeGP National eGovernance Plan
NGO Non-Gazetted Officer
NIC National Informatics Centre
NOC No Objection Certificate
NSDG National e-Governance Service Delivery Gateway
OEM Original Equipment Manufacturer
OLAP Online Analytical Processing
QGR Quarterly Guaranteed Revenue
PBG Performance Bank Guarantee
PCR Police Control Room
PHQ Police Headquarters
PKCS Public Key Cryptography Standards
PM Preventive Maintenance
PMIS Project Management Information System
RDBMS Relational Database Management System
RFC Request for Clarification
RFP Request for Proposal
RPO Recovery Point Objective
RTI Right To Information
RTM Requirements Traceability Matrix
RTO Recovery Time Objective
SAN Storage Area Network
SCRB State Crime Records Bureau
SDA Software Development Agency
SDC State Data Centre
SDPO Sub-Division Police Office
SHO Station House Officer
SI System Integrator
SLA Service Level Agreement
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 9 of 242
SOA Service Oriented Architecture
SOAP Simple Object Access Protocol
SP Superintendent of Police
SPMU State Program Management Unit
SPOC Single Point of Contact
SRS Software Requirement Specifications
SSDG State e-Governance Service Delivery Gateway
SSL Secure Sockets Layer
SWAN State Wide Area Network
SyRS System Requirement Specifications
TCP/IP Transmission Control Protocol/Internet Protocol
UAT User Acceptance Testing
UID Unique Identification
UL Underwriters Laboratories
UT Union Territory
VPN Virtual Private Network
WAN Wide Area Network
XML Extensible Markup Language
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 10 of 242
Table of Contents
Introduction
1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 11 of 242
1 INTRODUCTION
The Ministry of Home Affairs has conceptualized the Crime & Criminals Tracking Network and
Systems (CCTNS) project as a Mission Mode Project under the National e- Governance Plan
(NeGP). This is an effort of the Government of India to modernize the police force giving top
priority to citizen services, information gathering, and its dissemination among various police
organizations and units across the country.
1.1 Project background
Availability of relevant and timely information is of utmost necessity in conduct of business by
police, particularly in investigation of crime and in tracking & detection of criminals. Police
organizations everywhere have been handling large amounts of information and huge volume of
records pertaining to crime and criminals. Information Technology (IT) can play a very vital role
in improving outcomes in the areas of Crime Investigation and Criminal Detection and
other functioning of the Police organizations, by facilitating easy recording, retrieval, analysis
and sharing of the pile of Information. Quick and timely information availability about
different facets of police functions to the right functionaries can bring in a sea change both
in Crime & Criminals handling and related operations, as well as administrative processes.
Creation and maintenance of databases on Crime & Criminals in digital form for sharing by all
the stakeholders in the system is therefore very essential in order to effectively meet the
challenges of crime control and maintenance of public order. In order to achieve this, all the
states should meet a common minimum threshold in the use of IT, especially for crime &
criminals related functions.
1.2 Background of Police Systems in India
Several initiatives have been introduced in the past to leverage IT in police functioning. Some of
these initiatives include centrally initiated programs such as the NCRB-led CCIS (Crime and
Criminals Information System) and CIPA (Common Integrated Police Application), and State-
led initiatives such as e-COPS (in Andhra Pradesh), Police IT (in Karnataka), Thana Tracking
System (in West Bengal), CAARUS (in Tamil Nadu) and HD IITS (in Gujarat).
Presently automation in the area of Civil Police is addressed mainly through the two GOI-led
initiatives – CCIS and CIPA and in some States such as Andhra Pradesh, Karnataka and Gujarat,
through State- led initiatives.
The following section explores the details of the two Government of India (GOI)-led initiatives.
1.3 Crime and Criminals Information System (CCIS)
CCIS was an NCRB-driven program and has been launched in 1990. Since then, it has been
implemented in 35 states and union territories and spans over 700 locations. Most of the state
police headquarters and district headquarters are covered by CCIS and so are some of the
14,000+ police stations in the country.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 12 of 242
CCIS was primarily an initiative to create crime and criminals related database that can be used
for crime monitoring by monitoring agencies such as National Crime Records Bureau (NCRB),
State Crime Records Bureau (SCRB) and District Crime Records Bureau (DCRB) and to
facilitate statistical analysis of crime and criminals related information by these monitoring
agencies and also to be shared by states.
CCIS data was used for publishing online reports such as Missing Persons Report and is also
used as the basis for online query facilities that are available through the NCRB website. In
addition, it is also used by NCRB to publish an annual nation-wide crime report. CCIS focuses
exclusively in crime and criminals information and does not address the other aspects of police
functioning.
CCIS was originally built on Unix OS and Ingres database, but has since been ported to
Windows platform and has released its last three versions on Windows (the last release having
taken place in September 2002).
1.4 Common Integrated Police Application (CIPA)
A feature common to most of the early efforts has been a predominant focus on collection of
data as required by the monitoring agencies and on specific functions such as records
management, statistical analysis and office automation; rather than on police stations, which are
the primary sources of crime and criminals related data generation.
In order to provide an application that supports police station operation and investigation
process, and that is common across all states and union territories, MHA had conceptualized the
Common Integrated Police Application (CIPA) in 2004. It has been initiated as part of the
―Modernization of State Police Forces (MPF)‖ scheme of the Ministry of Home Affairs. The aim
of CIPA is to bring about computerization and automation in the functioning at the police
station with a view to bringing in efficiency and transparency in various processes and functions
at the police station level and improve service delivery to the citizens. So far about 2,760 police
stations, out of a total of 14,000+ police stations across the country, have been covered under
the scheme.
CIPA is a stand-alone application developed to be installed in police stations and to support the
crime investigation and prosecution functions. CIPA is a centrally managed application: an
application core centrally developed and is installed in police station. Any state-specific
customization would be evaluated and developed on need basis.
The core focus of the CIPA application is automation of police station operation. Its core
functionality includes the following modules: (i) Registration Module (ii) Investigation Module
(iii) Prosecution Module. There is also a Reporting module that addresses basic reporting needs.
Deleted: x
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 13 of 242
CIPA is built on client-server architecture on a NIC Linux platform using Java and PostgreSQL.
Benefits realized from CIPA include the ability to enter registration (FIR) details into the system
and print out copies and the ability to create and manage police station registers on the system,
etc.
It was felt, however, that a standalone application couldn‘t provide the enhanced outcomes in
the areas of Crime Investigation and Criminals Detection that are necessary. For this reason,
MHA has decided to launch the Crime and Criminal Tracking Network & Systems (CCTNS)
program.
1.5 Crime and Criminal Tracking Network & Systems (CCTNS)
Crime and Criminal Tracking Network & Systems (CCTNS) is a Mission Mode Project
conceptualized and sponsored by the Ministry of Home Affairs (MHA) towards enhancing
outcomes in Crime Investigation and Criminals Tracking; and in enhancing the efficiency and
effectiveness of police departments in all States and Union Territories.
The CCTNS project aims at creating a comprehensive and integrated system for enhancing the
efficiency and effectiveness of policing at the Police Station level through adoption of principles
of e-Governance, and creation of a nationwide networked infrastructure for evolution of IT-
enabled state-of-the-art tracking system around ―investigation of crime and detection of
criminals‖ in the real time. This is a critical requirement in the context of the present day
internal security scenario.
The following objectives have been defined for CCTNS:
a. Provide Enhanced Tools for Investigation, Crime Prevention, Law & Order Maintenance
and other functions like Traffic Management, Emergency Response, etc.
b. Utilize IT for efficiency and effectiveness of core policing operations.
c. Provide information for easier and faster analysis.
d. Increase Operational Efficiency by:
a. Reducing the necessity to manually perform monotonous and repetitive tasks.
b. Improving the communication e.g. Police messaging, email systems etc.
c. Automating back-office functions, and thereby releasing police staff for greater
focus on core police functions.
e. Create platforms at State and Central level for sharing crime and criminal information/
databases across state and the country. This would enable easy sharing of real-time
information across police stations and districts at the State level/ UT level and across
States/ UTs at the National level, there by resulting in:
a. Improved investigation and crime prevention.
b. Better tracking of criminals, suspects, accused, repeat offenders etc.
c. Create a platform for sharing intelligence across the states, across the country
and across other State-level / UT level and GoI-level agencies.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 14 of 242
d. Improved service delivery to the public/ citizen/ stakeholders.
e. Access to police services in a citizen-friendly manner.
f. Provide alternate modes of service delivery such as internet (for general requests
such as NOC, for following up on status, e.g. Ministry of External Affairs,
Ministry of Transport).
The following figure is a simplistic representation of the ‗Change‘ in policing system envisaged
under the CCTNS project. In the existing system, most of the police function and systems are
manual and paper based. The interaction of citizen with department and also of various offices
within the department is either through physical presence of individuals or through the post –
commonly known as ‗Daak System‖.
Figure 1: Change in Policing System
In CCTNS scenario, certain services of police department for citizens would become online and
could be accessed / requested through web. Also, the associated workflow of police processes
would become automated. The connectivity would be provided at all police station level and all
higher offices with State Data Centre. The department would further be connected centrally with
other police offices in all the States / UTs and centre as well as with NCRB and MHA at the
central level via National Data Centre. This envisaged scenario would lead to integrated policing
system across the country.
1.6 CCTNS Implementation Framework
CCTNS would be implemented in a way where the States and UTs play a major role. CCTNS
would be implemented in alignment with the NeGP principle of ―centralized planning and
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 15 of 242
de-centralized implementation‖. MHA and NCRB would play a key role in planning the
program in collaboration with the Police leadership within states, in the development of a few
core components and in monitoring and reviewing the program. It is, however, the States and
UTs that would drive the planning and implementation at the state level.
The role of the Centre (MHA and NCRB) focuses primarily around planning, providing the core
application software (to be configured, customized, enhanced and deployed in States),
managing (from a high level) and monitoring the program. States would drive the
implementation at the state level and would continue to own the system after deployment.
The implementation of CCTNS would be taking an ―integrated service delivery‖ approach rather
than that of procurement of hardware and software.
The central feature of CCTNS implementation at the State level is the ―bundling of services‖
concept. According to this, each state shall select a System Integrator (SI) who would be the
single point of contact for the State for all the components of CCTNS. These components include
the application (the changes made to the core application provided by MHA), hardware,
communications infrastructure, associated services such as Capacity Building, Handholding etc.
1.7 Goals for the Request for Proposal (RFP)
The primary goal of this RFP is to select a SI for CCTNS Rajasthan project through a competitive
bidding process. This volume of RFP intends to bring out all the details with respect to solution
and other requirements that are deemed necessary to share with the potential bidders. The goals
of RFP are further elaborated below:
a) To seek proposals from potential bidders for providing the ―bundle of services‖ in
implementing and managing the CCTNS solution in Rajasthan.
b) To understand from the bidders how they propose to meet the technical and
operational requirements of CCTNS.
c) To ascertain how potential bidders propose to deliver the services and sustain the
demand and growth in the requirements.
d) To ascertain from bidders on how they will ensure scalability and upgradeability
of the infrastructure and solution proposed to be deployed.
e) To understand from the bidders as to how they intend to innovate further on this service
delivery model.
Project Details
2
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 17 of 242
2 PROJECT DETAILS
2.1 Need for the Project
A need has been felt to adopt a holistic approach to address the requirements of Rajasthan
Police, mainly with relation to functions in the police stations, traffic management and other
functionaries of the department. There is also a need to strengthen the citizen interfaces with the
police. Interfaces need to be built with external agencies like courts, jails, transport authorities,
hospitals, and municipal authorities etc. to be able to share information between departments.
Therefore, it becomes critical that information and communication technologies are made an
integral part of policing in order to enhance the efficiency and effectiveness of the police
department.
2.2 Vision and Objectives of the Project
Vision: To transform the police force into a knowledge-based force and improve the delivery of
citizen-centric services through enhancing the efficiency and effectiveness of the police stations
by creating a platform for sharing crime and criminal information across the police stations in
the country.
The overall objective of the MMP is based on enhancing the operational efficiency and
effectiveness of the police force in delivering the services. The broad objectives of the project are
as follows:
a) Improve Service Delivery to the Public: Citizens should be able to access police services
through multiple, transparent, and easily accessible channels in a citizen-friendly
manner. The focus is not only to improve the current modes of the service delivery but
also provide alternate modes such as internet for the public to communicate with the
police.
b) Provide Enhanced Tools for Law & Order Maintenance, Investigation, Crime
Prevention, & Traffic Management which are core components of policing. Information
technology can both enable and improve the effectiveness and efficiency of the core
activities of the police. Police should be provided with data amenable for easier and
faster analysis in order to enable them to make better and informed decisions.
c) Increase Operational Efficiency: Police should spend more time on the public facing
functions. Information technology solutions should help in reducing the repetitive
paperwork/records and making the back-office functions more efficient.
d) Create a platform for sharing crime & criminal information across the country: There
is a critical need to create a platform for sharing crime and criminal information across
police stations within and between the different states in order to increase the
effectiveness in dealing with criminals across the state borders.
2.3 Stakeholders of the Project
The impact of the police subject being sensitive, a consultative and a bottom-up approach has to
be adopted in designing the Project impacting the following stakeholders:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 18 of 242
1. Citizens and Citizen groups
2. Police Personnel at the police station level (Station House Officers, Investigation
Officers, Station Writers, and Constables etc)
3. Senior Officers in the State Police /State Government
4. Ministry of Home Affairs
5. External Departments such as Jails, Courts, Passports Office, Transport
Department etc.
2.4 Desired outcomes for various stakeholders
The following are the expected benefits envisaged from successful implementation of the CCTNS
project:
S. No Stakeholder Benefits
1. Citizens Simplified process for registering and tracking complaints
and FIRs.
Simplified process for registering grievances against police.
Faster and assured response from police to any emergency
calls for assistance.
Simplified process for tracking the progress of the case
during trials.
Simplified access to view/report unclaimed/recovered
vehicles and property.
Multiple channels to access services from police.
Simplified process for accessing general services such
as requests for certificates, verifications, and permissions.
Improved relationship management for victims and
witnesses.
Greater access to traffic police for registering traffic
complaints.
Ability to view and pay pending traffic challans from
multiple access points.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 19 of 242
S No Stakeholder Benefits
2. Police Department Centralized crime and criminal information repository
along with the criminal's images and fingerprints with
advanced search capabilities.
Enhanced ability to analyze crime patterns and modus
operandi.
Reduced workload of the police station back-office
activities such as preparation of regular and ad-hoc reports
and station records management.
A collaborative knowledge-oriented environment where
knowledge is shared across the different regions and units.
Better coordination and communication with external
stakeholders through implementation of electronic
information exchange systems.
Enhanced tools for investigation.
Enhanced ability to analyze accidents and other road
incidents.
Faster turnaround time for the analysis results (crime and
traffic) to reach the officers on the field.
Enhanced tools to optimize resource allocation for patrols,
emergency response, petition enquiries, and other general
duties.
Advanced tools for traffic regulation and enforcement.
3. Police Officials
(via integration
with iHRMS and
Police LMS)
Balanced performance evaluation metrics and framework.
Simplified process for registering grievances within the
department.
Simplified process for personnel‘s administrative services
such as leave, pay-roll, loans, and bill claims.
Integrated view of the service record that presents the
performance feedback and training needs.
4. Ministry of Home
Affairs
Standardized means of capturing the crime and criminal
data across the police stations in the country.
Faster and easier access to crime and criminal information
across the country in a manner amenable for trend and
pattern analysis.
Enhanced ability to detect crime patterns and modus
operandi across the states and communicate to the state
police departments for aiding in crime prevention.
5. External
Departments
Seamless integration with police systems for better citizen
service delivery and improved law enforcement.
Table 1: Benefits to Stakeholders
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 20 of 242
Rajasthan State Police
3
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 21 of 242
3 RAJASTHAN STATE POLICE DEPARTMENT
3.1 Department's Organization Structure
Rajasthan is divided into 8 ranges, 2 Commissionerates having a total of 45 SP/ DCP offices. At
some of the offices, SP and Addl. SP share the same premise, however, there are 24 locations
where Addl. SP office is different than the SP office.
Figure 2: Range/ Commissionerates and SP & Addl. SP Offices
Following figure gives the sum of Circle offices (210) in all ranges and commissionerates as on
November 2013
Figure 3: Range/ Commissionerates and Circle Offices
AjmerBharat
purBikan
erGRP
JaipurJaipur
Jaipur Commissionerate
Jodhpur
Jodhpur
Commissionerate
KotaUdaip
ur
Sum of no. of SP Offices 4 4 4 2 5 6 6 3 5 6
Sum of no. of Addl. SP Offices 5 2 4 0 5 2 4 1 0 1
01234567
Range/ Commissionerate and SP & Addl. SP Offices
AjmerBharatp
urBikaner
GRP Jaipur
Jaipur
Jaipur Commissionerat
e
Jodhpur
Jodhpur Commissionerat
e
Kota Udaipur
Total 29 19 22 6 31 18 24 6 24 31
05
101520253035
Range/ Commissionerates and Circle Offices
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 22 of 242
The following graph depicts the sum of police stations (total of 863 notified police stations):
Figure 4: Range and Police Stations
AjmerBharat
purBikane
rCID (IB)
GRP Jaipur
Jaipur
Jaipur Commissionerate
Jodhpur
Jodhpur
Commissionerate
KotaUdaip
urSOG SCRB
Total 121 75 87 1 25 120 63 117 26 98 128 1 1
0
20
40
60
80
100
120
140
Division of Police Stations
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 23 of 242
The following highlights the field establishment of the Rajasthan Police:
Director General of Police (DGP) {Head of the Department}
Additional Director General of Police (Addl. DGP)
Inspector General of Police (IGP) {In-charge of a range}
Deputy Inspector General of Police (Dy. IGP)
Superintendent of Police (SP) {In-charge of a District}
Additional Superintendent of Police (Addl. SP)
Assistant/ Deputy Superintendent of Police (ASP/ Dy. SP) {In-charge of a
Circle in a district}
Inspector of Police {In-charge of some Police Station}
Sub-Inspector of Police (SI) {In-charge/Staff of a smaller Police Station}
Assistant Sub-Inspector of Police (ASI) {Staff of the Police Station}
Police Head Constable (HC) {Staff of the Police Station}
Police Constable {Staff of the Police Station}
Hierarchy of Commissionerate office:
Commissioner of Police
Additional Commissioner of Police
Deputy Commissioner of Police
Assistant Commissioner of Police
Table 2: Rajasthan Police Hierarchy
Detailed information on Police hierarchy is available on www.police.rajasthan.gov.in
3.2 Existing Legacy Systems
The existing Legacy systems are:
Crime and Criminals Information System (CCIS)
Common Integrated Police Application (CIPA)
3.3 Existing Data Centre Infrastructure
The Rajasthan State Data Centre (RSDC) is located at Yojana Bhawan, Jaipur. Partial IT
infrastructure for CCTNS project is already installed at RSDC. Details of indicative network
architecture, specification of deployed IT infrastructure, and specification of remaining IT
infrastructure at RSDC, are given in succeeding sections (Refer: Annexure IV). Disaster
Recovery (DR) Site shall be set up at NIC, Shastri Park, New Delhi by the successful bidder. The
detailed information pertaining to the RSDC and DR Site is available in Annexure IV of this
volume.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 24 of 242
3.4 Existing WAN Infrastructure
The Government of Rajasthan wishes to establish a State Wide Area Network (SWAN) as the
backbone network for data, voice and video communications throughout the State. SWAN would
act as the vehicle for effective implementation of Electronic Governance (e-Governance) across
the state.
The state is determined to make efforts to effectively use Information Technology for delivering
quality services to citizens and quicken the overall development of the State through
improvement of G2G and G2C Interface.
The Primary connectivity by BSNL (VPN0BB- 512 kbps) has been provided at all Police Stations
and higher offices. Where the VPNoBB connectivity is not feasible the WiMAX/VSAT (CAR-64
kbps, MAR- 512 kbps) connectivity would be used. BSNL has provided 20 Mbps line at SDC for
aggregation of VPNoBB/WIMAX/VSAT connectivity. The provision of 8 Mbps has been made
for connectivity between SDC and DR (NIC Data Centre at New Delhi). The RSWAN and
SecLAN would be the redundant connectivity for all feasible locations. The RSWAN (Rajasthan-
SWAN) has covered around 450+ CCTNS locations by November 2013. RSWAN is tentatively
scheduled to cover all the CCTNS locations by April 2014 (for details refer). SecLAN would be
providing the network in place of SWAN for Jaipur district.
3.5 Existing Client Site Infrastructure
This section details the infrastructure available at the client site. The sites have been categorized
broadly into 3 major categories, CIPA locations (locations where CIPA has been rolled out and
CIPA infrastructure is available), NON CIPA locations (Locations where CIPA has not been
commissioned) and higher offices (PHQ, SP office, etc).
Following gives the snapshot of the CIPA and Non – CIPA Police Stations as on November, 2013
Figure 5: CIPA Vs. Non – CIPA Police Stations
0
200
400
600
800
1000
Sum Police StationsSum of CIPA
Sum of Non CIPA
863
566
297
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 25 of 242
CIPA was made functional at about 69% of the Police stations including SOG.
The following table gives a list of locations where CIPA has been operational
District CIPA-I CIPA-II CIPA-II Total
AJMER 32 32
ALWAR 29 1 30
BARAN 18 18
BARMER 21 21
BHARATPUR 23 1 24
BHILWARA 27 2 29
BIKANER 21 1 22
BUNDI 14 14
CHURU 16 16
DAUSA 13 13
DHOLPUR 13 13
JAIPUR (SOG) 1 1
JAIPUR (EAST) 2 10 2 14
JAIPUR (NORTH) 14 14
JAIPUR (SOUTH) 2 10 1 13
JAIPUR (WEST) 3 8 2 13
JAIPUR RURAL 17 1 18
JALORE 15 15
JHALAWAR 23 23
JODHPUR EAST 9 1 10
JODHPUR RURAL 13 13
JODHPUR WEST 8 8
KARAULI 16 16
KOTA CITY 14 1 15
KOTA-RURAL 15 15
NAGAUR 30 30
PRATAPGARH 2 2
SAWAIMADHOPUR 12 12
SIKAR 19 19
SRI GANGANAGAR 24 1 25
TONK 21 21
UDAIPUR 36 1 37
Grand Total 103 217 246 566
Table 3: CIPA Locations
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 26 of 242
Following diagram represents Phase wise CIPA implementation
Figure 6: Phase wise CIPA Implementation
CIPA was commissioned at a total of 5 districts in the year 2006, 13 districts in 2007 and 13
districts in 2009.
CIPA
Phase
Year of
Implement
ation
End of
warranty
Count
of
District
Sum of Number
of Police Stations
Sum of Total
available
Computers
First 2006 2009 4 103 430
Second 2007 2010 13 217 910
Third 2009 2013 13 246 978
Grand
Total
30 566 2318
Table 4: Total Computers Available under CIPA locations (Phase wise)
Note:
a) The computers purchased under Phase I and Phase II and Phase III are out of warranty.
Other IT peripherals available at CIPA locations:
Each CIPA location has below peripherals (one unit per location):
UPS 2 KVA
Multifunctional HP Laser Jet Printer
Duplex HP Laser Jet Printer
16 Port Networking Switch
First 2006 Second 2007 Third 2009
Total 4 13 13
0
2
4
6
8
10
12
14
No
. of
Dis
tric
ts
CIPA Phase
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 27 of 242
Table 5: Total Geographical spread of Police offices S. No. Location Higher Offices Police Stations Other Offices
No
. of S
P O
ffice
s
No
. of A
dd
l. SP
Offic
e
(ou
tsid
e H
Q)
No
. Dy
SP
(SC
/ ST
/ Wo
ma
n
atr
oc
ities
) offic
es
No
. of D
y S
P ( T
ra
ffic) o
ffice
s
Cir
cle
Offic
es
CIP
A
No
n C
IPA
No
. of P
olic
e S
tatio
ns
Oth
er
Offic
es
No
. of C
on
tro
l Ro
om
s
1 Ajmer Range 4 5 4 1 29 112 9 121 1 4
1.1 Ajmer 1 1 1 1 8 32 2 34 1
1.2 Bhilwara 1 2 1 9 29 4 33 1
1.3 Nagaur 1 1 1 7 30 2 32 1
1.4 Tonk 1 1 1 5 21 1 22 1
1.5 Ajmer Range Office 1
2 Bharatpur
Range 4 2 4 0 19 65 10 75 1 4
2.1 Bharatpur 1 1 1 6 24 2 26 1
2.2 Dholpur 1 1 5 13 2 15 1
2.3 Karauli 1 1 4 16 2 18 1
2.4 Sawai
Modhopur 1 1 1 4 12 4 16 1
2.5 Bharatpur Range
Office 1
3 Bikaner Range 4 4 4 0 22 63 24 87 1 4
3.1 Bikaner 1 1 7 22 4 26 1
3.2 Churu 1 2 1 5 16 3 19 1
3.3 Hanumangarh 1 1 1 4 15 15 1
3.4 Sri Ganganagar 1 1 1 6 25 2 27 1
3.5 Bikaner Range Office 1
4 GRP Jaipur 2 0 0 0 6 25 25 1 2
4.1 GRP Ajmer 1 4 17 17 1
4.2 GRP Jodhpur 1 2 8 8 1
4.3 GRP Range Office 1
5 Jaipur Range 5 5 5 1 31 80 40 120 1 5
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 28 of 242
5.1 Alwar 1 2 1 1 8 30 8 38 1
5.2 Dausa 1 1 5 13 5 18 1
5.3 Jaipur Rural 1 2 1 6 18 3 21 1
5.4 Jhunjhunu 1 1 6 20 20 1
5.5 Sikar 1 1 1 6 19 4 23 1
5.6 Jaipur Range Office 1
6 Jaipur
Commissionerate 6 2 0 4 18 54 9 63 1 5
6.1 Jaipur East 1 1 5 14 2 16 1
6.2 Jaipur North 1 1 5 14 14 1
6.3 Jaipur South 1 4 13 1 14 1
6.4 Jaipur West 1 4 13 3 16 1
6.5 Jaipur (Traffic) 1 4 0 1
6.6 Jaipur (Metro) 1 1 1
6.7 JDA/Tourist 2 2
6.8 Commissionerate
Office 1
7 Jodhpur Range 6 4 6 0 24 49 68 117 1 6
7.1 Barmer 1 1 1 4 21 4 25 1
7.2 Jaisalmer 1 1 3 17 17 1
7.3 Jalore 1 1 1 4 15 1 16 1
7.4 Jodhpur Rural 1 1 1 4 13 4 17 1
7.5 Pali 1 1 1 6 27 27 1
7.6 Sirohi 1 1 3 15 15 1
7.7 Jodhpur Range Office 1
8 Jodhpur
Commissionerate 3 1 0 2 6 18 8 26 1 3
8.1 Jodhpur East 1 1 3 10 3 13 1
8.2 Jodhpur West 1 3 8 5 13 1
8.3 Jodhpur traffic 1 2 1
8.4 Commissionerate
Office 1
9 Kota Range 5 0 5 1 24 85 13 98 1 5
9.1 Baran 1 1 5 18 1 19 1
9.2 Bundi 1 1 5 14 4 18 1
9.3 Jhalawar 1 1 6 23 2 25 1
9.4 Kota City 1 1 1 4 15 4 19 1
9.5 Kota Rural 1 1 4 15 2 17 1
9.6 Kota Range Office 1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 29 of 242
10 Udaipur Range 6 1 6 1 31 39 89 128 1 6
10.1 Banswara 1 1 4 16 16 1
10.2 Chittorgarh 1 1 1 8 26 26 1
10.3 Dungarpur 1 1 2 13 13 1
10.4 Pratapgarh 1 1 4 2 13 15 1
10.5 Rajsamand 1 1 4 15 15 1
10.6 Udaipur 1 1 1 9 37 6 43 1
10.7 Udaipur Range Office 1
11 SCRB 1 1
12 SOG 1 0 1
13 CID (IB) 1 1
14 FPB 1
15 PHQ 1 1
16 FSL 1
Grand Total 45 24 34 10 210 566 297 863 14 45
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 30 of 242
Scope of the Project
4
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 31 of 242
4 SCOPE OF THE PROJECT
This section will provide detailed information on the scope of each of the component
required for the implementation of this project.
4.1 Geographical Scope:
The table below highlights total locations which are to be considered for CCTNS roll out.
Type of Office Number of Offices
Police Station 760
Circle Office (CO)/ SDPO 188
DySP (SC/ ST/ Women Atrocities/ Traffic) 29
Addl. SP 14
SP office 42
Range office 8
Commissionerates 2
SCRB 1
Forensic Science Laboratory + Fingerprint Bureau 2
Police Control Room (State + District) 43
PHQ 1
Total 1090
Table 6: Total Geographical Scope
4.2 Scope of Services during implementation phase
The scope of the ―bundled services‖ to be offered by the SI includes the following:
Project planning and management: SI should align with the overall Project planning
and management functions as prescribed by Rajasthan Police. The project plan may
be modified on mutual consent between Rajasthan Police and the selected bidder.
Configuration, Customization and Extension (New Modules) of CAS (State) and
Integration with External Agencies through Agile Software Development
methodology. SI shall procure all the necessary underlying solution components
required to deploy the Enhanced CAS for the State.
Site preparation at the Client site locations (Police Stations, Circle Offices, District SP
Office, Range Office, Commissionerate, SCRB and PHQ)
IT Infrastructure at the Client site locations (Police Stations, Circle Offices, District
SP Office, Range Office, Commissionerate, SCRB and PHQ).
Co-ordinate with DoIT&C, SWAN Operator, BSNL, SecLAN operator for ensuring
Network connectivity at all locations.
Installation and Setting up of IT infrastructure at the Data Center and DR Site
including the necessary hardware, software and other networking components.
Setting up of NOC and Helpdesk at SCRB with adequate Communication facilities.
SI shall provide maintenance services for the existing hardware at DC and Pilot
locations.
SI shall provide adequate maintenance services for all the hardware supplied (DC/
DR/ Client locations) to ensure that As-Is CAS is operational at all locations during
the implementation phase.
Deployment of enhanced CAS and ensuring availability in all locations.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 32 of 242
Data migration and digitization of historical data.
Migration of data from CIPA Police Stations / Higher Offices to CCTNS.
Handholding support.
3rd party acceptance testing, audit and certification.
Capacity Building and Change Management.
Operation and Maintenance for 3 years after project Go-Live.
In implementing the above, the SI shall strictly adhere to the standards set by the MHA,
NCRB, and State Government.
The project will be managed out of SCRB office at Jaipur. At all points in the execution of the
project, key senior resources including the project manager must be based at SCRB office.
Successful bidders are requested to note that any changes within the scope of work will be
presumed to be included in the overall scope of work.
4.3 Project Planning and Management
This project is a geographically spread initiative involving multiple stakeholders. Its
implementation is complex and though its ultimate success depends on all the stakeholders;
the role of SI is key and hence SI is required to design and implement a comprehensive and
effective project management methodology together with efficient & reliable tools.
To have an effective project management system in place, it is necessary for the SI to use a
Web based Project Management Information System (PMIS). The SI shall address at the
minimum the following using PMIS:
Create an organized set of activities for the project
Establish and measure resource assignments and responsibilities
Construct a project plan schedule including milestones
Measure project deadlines, budget figures, and performance objectives
Communicate the project plan to stakeholders with meaningful reports
Provide facility for detecting problems and inconsistencies in the plan
During the project implementation the SI shall report to the Rajasthan Police, on following
items:
Results accomplished during the period
Cumulative deviations to date from schedule of progress on milestones as specified in
this RFP read with the agreed and finalized Project Plan
Corrective actions to be taken to return to planned schedule of progress
Proposed revision to planned schedule provided such revision is necessitated by
reasons beyond the control of the SI
Other issues and outstanding problems, and actions proposed to be taken
Progress reports on a fortnightly basis
Interventions which the SI expects to be made by the State Nodal Officer and/or
actions to be taken by the State Nodal Officer before the next reporting period
Project quality assurance reports
Provide update on Warranty and AMC of equipment provided under the project
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 33 of 242
As part of the project management activities, the SI shall also undertake:
o Issue Management to identify and track the issues that need attention and
resolution from the Government of Rajasthan/ NCRB/ MHA.
o Scope Management to manage the scope and changes through a formal
management and approval process
o Risk Management to identify and manage the risks that can hinder the project
progress
4.4 Project Documentation
The SI shall create and maintain all project documents that would be submitted to Rajasthan
Police as deliverables as per the agreed project timelines. The documents created by the SI
will be reviewed and approved by the Governance Structure Setup in the State Mission Team
would also approve any changes required to these documents during the course of the
project. Rajasthan Police will finally sign-off on the documents on the recommendation of
State Mission Team / SPMU.
The SI shall submit a list of deliverables that they would submit based on the methodology
they propose. The SI shall prepare the formats/templates for each of the deliverables upfront
based upon industry standards and the same will be approved by Rajasthan Police prior to
its use for deliverables.
All project documents are to be kept up-to-date during the course of the project. The SI shall
maintain a log of the internal review of all the deliverables submitted. The logs shall be
submitted to State Nodal Officer on request. All project documentation shall conform to the
industry leading standards of documentation.
The SI will also be required to procure commission and maintain Project Management,
Configuration management and Issue tracker tools at the SCRB during the course of project
implementation. The requirements are listed below:
4.5 Project Management Tool
The SI shall keep the project plan and all related artifacts up-to-date during the course of the
project. In order to help with the project management, the SI shall use a suitable standard,
proven off-the-shelf web based project management tool. The SI shall install the project
management software at Rajasthan Police's premises right at the beginning of the project.
The tool shall provide the dashboard view of the progress on project milestones to the Nodal
Officer and other Supervisory Officers of Rajasthan Police.
4.6 Configuration Management Tool
In order to help with the version/configuration management for all documents (including
source code and all other project artifacts), the SI shall use a suitable standard, proven off-
the-shelf configuration management tool. The SI shall install the configuration management
software at Rajasthan Police's premises right at the beginning of the project.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 34 of 242
4.7 Issue Tracker
The SI shall employ a suitable and proven tool for tracking issues through the execution of
the project. The SI shall install the Issue Tracking System at Rajasthan Police's premises to
enable State‘s users to access and use the same.
The SI shall procure and commission the required infrastructure (software, servers) for
Project Management Tool, Configuration Management Tool and Issue Tracker tool and
maintain the same through the duration of the project. These tools along with the servers on
which they are deployed will become property of the Rajasthan Police and will be used by
Rajasthan Police even beyond the contract period.
The SI would setup an online repository on Project Monitoring / Configuration Management
Tool for providing centralized access to all project documents including manuals and other
materials. The online repository would be maintained by the SI through the engagement
period. The SI should ensure that the repository is built on appropriate security features such
as role- and necessity-based access to documents.
4.8 Configuration, Customization and Extension (Development of New
Modules and Features) of CAS and Integration with External Agencies
through Agile Software Development Methodology
Due to evolving requirements under CCTNS project, integration and interfacing with
external agencies, the Rajasthan Police favors an agile development approach. The Rajasthan
Police defines agile as any process in which system development is performed in an iterative
and incremental manner with collaboration between the System Integrator and the
Rajasthan Police teams, allows for evolving requirements, and demonstrable software is the
measurement of progress. Hereafter, the term Agile is used to encapsulate the above
definition.
The technical proposals must also include an Agile Project Plan that describes, in detail, how
the following will be accomplished.
Creation and support of Agile development environments that will allow
configuration and coding changes to be made and tested in an iterative and
incremental manner, with releases of code to other production environment.
Describe the tools the Agile development environment will use to facilitate
continuous code integration as developers check code into a code repository.
Describe how automated test scripts would be configured to run against the
developed and checked-in code.
Detail how test-driven development will be used to ensure individual unit code passes
testing and how tests then become part of a greater automated testing base.
At a minimum, the proposed system must include Development, Integration, Quality
Assurance (QA) and User Acceptance Testing (UAT), Knowledge transfer, and
Production environments.
Describe when and how code and database changes will be migrated between
environments, and the tools used to perform this migration.
As part of the successful proposal, the Rajasthan Police requires a comprehensive
methodology for system design and a testing plan that facilitates Agile development. The
Rajasthan Police intends to select a Third Party Auditor that will operate as technically,
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 35 of 242
managerially, and financially independent of the System Integrator (SI). The bidder should
propose the third part agency from the firms empanelled at (Department of Electronics and
Information Technology) DeitY, GoI. The Third Party Auditor will perform the following
functions:
Ensure the software provided by the SI meets the users needs (Validation)
Check that the system is well engineered and meets NCRB guidelines (Verification)
Ensure the quality of deliverables (QA)
Participate in Agile Development Cycle planning, which will be facilitated by the SI
to gather and document detailed requirements
Conduct audits as determined by the Rajasthan Police and contract
The SI is required to study the key process requirements, the functional requirements and
develop the required solution with respect to the requirements, required configuration and
customization specific to the Rajasthan Police. The detailed Functional Requirement
Specifications, Non Functional Requirements of CAS developed as on the date and future
development are detailed in Annexure III. The requirement specific to Rajasthan Police
would be developed, integrated and interfaced with CAS using Agile Development
methodology.
In terms of functionality, Enhanced CAS would cover those police functions that are over and
above the CAS provided by central CAS and specific to the Rajasthan for the CCTNS project.
It is estimated that of the possible police functions that could potentially be part of the
CCTNS application at the State level, the CAS provided by NCRB would cover the core
functionality common to all states of India.
Therefore, Enhanced CAS should be developed as a product-like application that could be
centrally managed and at the same time customized to meet the unique requirements of the
State. SI would be responsible for adding the functionality over and above the core CAS
(State) using Agile Development methodology. An indicative list of functionality is available
at Annexure III.
a) Agile Development Cycle (ADC) Planning
At the beginning of each ADC, the System Integrator must conduct participatory meetings
with Rajasthan Police staff to progressively elaborate the high-level business and systems
requirements and convert this into detailed, programmable requirements associated with the
deliverables in that ADC. This includes concept discussions, design prototyping, test
scenarios required for Rajasthan Police driven development, and validation that the correct
deliverables are included in the ADC.
These planning meetings will ensure the System Integrator understanding is consistent with
Rajasthan Police expectations. During the ADC, Rajasthan Police staff co-located with the
Agile development teams will provide feedback on design, prototyping, development, test
scenarios, and test results to the System Integrator.
The technical proposals should describe, in detail, Rajasthan Police active role in
requirements gathering using an Agile development process, as successive product iterations
are developed and integrated into the complete code base. The System Integrator must
propose how often and in what format (use cases, user stories, or other format) prioritized
requirements are expected from the Rajasthan Police.
Each Agile development team will work to elaborate and document detailed, programmable
requirements and to ensure the development teams have a thorough, detailed understanding
of Rajasthan Police requirements. Planning meetings will also allow the development team
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 36 of 242
to determine the level of effort required to design, develop, test, and deploy each Rajasthan
Police requirement. This will ensure the appropriate numbers of prioritized requirements are
included in each ADC. At the end of each ADC, the functionality provided by each completed
requirement will be demonstrated to the Rajasthan Police for official acceptance. These
activities will also provide an opportunity for the System Integrator to:
Validate and refine the requirements specified with the Rajasthan Police staff
Elaborate and document the architectural and system requirements of the developed
system
Demonstrate the completed functionality
Demonstrate updated system documentation
The System Integrator, must ensure that the system requirements are continually elaborated
prior to the ADC planning meeting so that Agile development teams are not delayed in
accepting requirements into each ADC at the planning meeting.
An Agile development approach includes a desire to view rapid prototypes of requirements
and design concepts, screens, content, and application flow. Prototypes do not necessarily
need to become operational or be reused during development. Workflow and performance
simulation within the design task of the each ADC is also preferred. Successive iterations will
build on functionality completed during previous iterations, resulting in functionality that
can be exposed to user acceptance testing and validation at each Agile release (group of
ADCs).
The Rajasthan Police must approve the content and format of all deliverables prior to the
System Integrator beginning work on each deliverable. This approval should include both
initial elaborated requirements, in the form of user stories, use cases, or other acceptable
format, and continuous feedback from Rajasthan Police staff assigned to work with each
Agile development team. The Rajasthan Police reserves the right to reject any deliverable
that is not in the proper format or does not appear to address the function of the deliverable
requirement completely.
b) Requirements Traceability Matrix (RTM)
The System Integrator must develop a Requirements Traceability Matrix (RTM).
Requirements must be tracked through each stage of the Agile development life cycle
including Rajasthan Police prioritization, requirements elaboration, design, development,
testing, and deliverable release.
The requirements must be stored in a requirements management repository, using a
requirements management tool, which permits reporting of a specific requirement,
requirements based on type or attributes, and a complete detailed listing of all requirements.
This matrix and the repository will be used throughout the project to assure all requirements
are implemented, tested, and approved by the Rajasthan Police. Reports from the RTM will
be submitted to the Rajasthan Police at the end of each ADC and Agile release. The
requirements management repository must be accessible by the Rajasthan Police, third party
auditor, SPMU and System Integrator.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 37 of 242
c) Agile Development Cycles (ADC)
The System Integrator must have open, continuous communication with the Rajasthan
Police during each ADC. Each ADC will include requirements elaboration, system design,
development, testing, and documentation. Domain Experts will be involved with
development teams to ensure requirements are progressively elaborated, System Integrator
understanding of the requirements is consistent with the Rajasthan Police‘s intent, and
developed code accurately performs the intended function(s).
The technical proposal must describe, in detail, how version control will be applied to the
system code, including how successive versions of the code will be managed to allow rollback
to a previous code version. The proposal must describe how the System Integrator will
enforce coding standards, including QA processes that will be used to validate System
Integrator coding conforms to standards. Standards must specify a maximum time window
within which a developer must fix a broken build when code is introduced that causes
automated test failure.
d) Detailed System Design (DSD) Documentation
As an Agile project, the Rajasthan Police will value working code over comprehensive
documentation. To facilitate the mutual understanding of the functions to be developed in
each ADC, the System Integrator‘s development teams will lead a collaborative meeting with
the Rajasthan Police staff to design the test cases, functional tests, and storyboard the
expected user experience with the features being developed. The use cases, user stories or
other applicable artifacts will be modified and maintained so the functional code resulting
from the ADC can be measured against the initial understanding of the problem.
Architectural or global system changes must be shared across develop teams to ensure and
maintain a common understanding of the system architecture. The System Integrator is
encouraged to hold cross-team design sessions to further the understanding of pending
changes to the system.
e) Configuration and Rules Engine
The System Integrator is responsible for developing, testing, and documenting to meet the
requirements specified in this bidding document for the Rajasthan Police. Key elements
associated with this task are:
Demonstrate that all hardware, software, and communication linkages are functional
and will support the Rajasthan Police requirements
Ensure that the developed solution meets design criteria and satisfies the intended
purpose
Install and enhance or modify modules of the proposed systems, according to the
specifications developed and approved by the Rajasthan Police in the systems design
task
Provide module walk-through and demonstrations to the Rajasthan Police
Present all standard output reports
Demonstrate functionality of all interfaces
Populate the rules engine
Update the CMP
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 38 of 242
f) Test Management Plan
The System Integrator must submit, for the Rajasthan Police approval, an Agile Test
Management Plan that will be executed during each Agile cycle and includes unit,
integration, regression, load testing (if applicable), user acceptance, and operational
readiness testing. The plan must include an explanation of how these deliverables will be
provided to the Rajasthan Police for the requirements being tested in each Agile cycle and
meet the following conditions:
An explanation of how test-driven development will be used to ensure individual unit
code tests become part of a greater automated testing base
Iterative system integration testing, regression testing, and support for UAT
A description of the active role business users will have in testing code developed in
each Agile cycle
A description of the test environments, methods, and workflow
Inclusion of testing personnel in each Agile development team
Procedures and the proposed tracking tool the System Integrator will use to track and
correct deficiencies and defects discovered during testing
The plan has to test all interfaces.
A listing and description of automated testing tools that will be used
A plan for system performance, measuring, and tuning
A plan for operational readiness testing
Testing Activities
The System Integrator must use test-driven development. Test cases and scenarios must be
created based on use cases and input from Rajasthan Police. Actual test results will be
supplied for all test cases, including any scenarios submitted by the Rajasthan Police. All
discrepancies, deficiencies, and defects must be identified, explained, and corrected before
the completed functionality described in each requirement is delivered to the Rajasthan
Police at the ADC Review meeting.
The System Integrator must track all automated test scenarios and cases and all defects must
be tracked through successful build. All tests results must be acceptable to the Rajasthan
Police and approved before testing is considered complete. The System Integrator must
make the changes necessary to the system to meet all requirements. Reports of metrics from
the testing will be reported at the end of ADC Review meetings. At a minimum, the
automated tracking tool reports must:
Capture or assign a unique ID for each test scenario and case
Organize test scenarios, cases, and results by business process (module)
Cross-reference test scenarios and cases to the RTM
Report metrics for test scenarios and cases to include, but not be limited to, number
of test scenarios and cases per module and status of test scenarios and cases (i.e.,
passed, failed, retested, percentage passed and or failed)
Report metrics for defects to include, but not be limited to:
o Severity of defects
o Status of defects
o Number of defects per module
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 39 of 242
Separate test environments are required to perform unit, module, integration, and UAT, with
acceptable results approved by the Rajasthan Police, ensuring that all requirements have
been satisfied and successfully tested.
The System Integrator will be working closely with the Rajasthan Police, third party auditor
and SPMU during all testing phases. The System Integrator must permit complete systems
access to the Rajasthan Police and offer timely assistance when requested.
The System Integrator‘s responsibilities include the following:
Establish and Implement Testing Environments
Test Plans
Test Cases and Scripts
Test Results
Establish & Implement Testing Environments
The unit and system testing may be done in the System Integrators development
environment. Establishment of these environments is to be identified as milestones in the
applicable work plan, to be approved by the Rajasthan Police.
In addition, the System Integrator must establish the following environments:
UAT Environment: System Integrator will provide a UAT environment as a scaled down
version of the production environment, that allow users to perform system testing to ensure
the system meets the requirements for the user community. Users must be able to mimic
production work to ensure the system performs as expected. The System Integrator will
provide a method to refresh the UAT environment with a full set of data from the production
system at the Rajasthan Police request.
Unit Testing: The System Integrators responsibilities for this deliverable include
programming and unit testing on all requirements. The System Integrator must test all
modules (i.e., programs) as stand-alone entities. Unit testing ensures that a single module is
resilient and will function correctly on a stand-alone basis (e.g., the modified module can
take inputs and produce expected outputs). The System Integrator must submit successful
unit test results to the Rajasthan Police for approval.
Rules Testing: The System Integrator must test all rules populated into the rules engine.
The testing function must be automated through test scenarios and test scripts and during
the course of module and integration testing. Rules testing ensure the Rajasthan Police
policy is accurately reflected in the rules engine.
Module Testing: The System Integrator must update the RTM and repository, verifying
that all requirements have been addressed through test scenarios and test scripts. The
System Integrator must also verify that, during the course of module and integration testing,
system successfully met the requirements.
Integration Testing: The System Integrator must test modifications within the context of
the integrated modules in which it functions. Integration testing helps ensure that a defined
set of interconnected modules will perform, as designed, after additions and/or
modifications to modules. The testing must also ensure that interfaces with external systems
are exchanging data correctly. These tests must use a sample of preliminary converted files.
Additionally, the System Integrator must update the RTM and repository, verifying that all
requirements have been addressed through test scenarios and test scripts. The System
Integrator must also verify that, during the course of Module and Integration testing.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 40 of 242
User Acceptance Testing: UAT demonstrates that the system is ready to perform all
required functions, satisfies all requirements, and that all reported defects have been
corrected and accepted by the Rajasthan Police. All system modules will be tested before the
start of operations.
During the UAT activities conducted by each Agile development team in each ADC, few
errors will be found. The requirements developed in the ADC should have been thoroughly
debugged by the System Integrator. Therefore, developed code should regularly perform
correctly, as stated in the requirements documentation.
The System Integrator must provide a letter certifying that all data, user manuals, testing
facilities, and security accesses necessary to perform UAT have been provided.
Beta Testing: For system modules that affect external users, such as web portals, web-
based application submission and data, the System Integrator must have a beta testing plan,
allowing external users to participate in the testing process. The System Integrator must
describe its approach to beta testing. Beta Testing will continue in the Operations &
Maintenance period as well.
Load Testing: The System Integrator performs this test using a load-testing tool. The
System Integrator must conduct load testing to determine online, web-access, and batch
performance levels under expected system loading conditions with production-sized
databases. Load testing must also be conducted to evaluate system performance to verify the
capacity to handle the expected number of citizens and users, within specified performance
levels. The results of the load test may also result in re-work and systems tuning if the
processing schedule negatively affects the Rajasthan Police‘s ability to work a normal
business day.
Test Plans
The System Integrator must use structured data tests to create test scenarios based on use
cases or other requirements documentation methodology acceptable to the Rajasthan Police.
Actual test results will be supplied for all test cases including any scenarios submitted by the
Rajasthan Police. Test plans are required for all deliverables included in each ADC and will
be created and delivered as part of each ADC. All discrepancies, deficiencies, and defects
must be identified, explained, corrected, and approved by the Rajasthan Police before
moving to the next ADC.
The System Integrator will perform UAT testing in the UAT environment and will include
scenarios that test all modules and interfaces.
The System Integrator must establish a test plan and schedule for each phase of testing: unit,
rules, integration, user acceptance, operational readiness, and all components. The plans
must include the proposed path for a successful implementation and the System Integrator
must take responsibility for execution of the plans. The test plans must include:
A description of the test environments, methods, workflow, and knowledge transfer
required
A description of test scenarios and expected test results
An organization plan showing System Integrator personnel responsible for testing
A discussion of management of the testing process, including strategies for dealing
with delays in the testing effort, backup plan, and backup personnel
A contingency plan for risk mitigation
A plan for updating the RTM based on test results
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 41 of 242
List of inputs to the tests
Steps in the testing process
A template progress report that will be issued at intervals approved by the Rajasthan
Police, as well as the content within the progress report
Procedures for notifying the Rajasthan Police of problems discovered in testing,
testing progress, and adherence to the test schedule
A plan for organizing test results for Rajasthan Police review
A plan for system performance measuring and tuning, based on the results of load
testing
A description of how the development of the test scenarios ensures that all modules,
rules, and functions of the UAT are evaluated and accepted
Test Cases and Scripts
The System Integrator must deliver test case and scripts for each phase of testing, unit, rules,
module, integration, user acceptance, and operational readiness for each module in the new
Eligibility System. These test cases and scripts will fulfill all requirements and provide very
thorough testing for all enterprise functionality. Test cases will be tracked for all
requirements and the status of each test will be traced through the RTM to ensure all
requirements are successfully met. Additionally, these scripts must provide step-by-step
instructions for executing the tests. The technical Proposals must specify the preferred
automated testing tools the Bidder intends to use.
Test Results
The System Integrator must deliver test results for each phase of testing: unit, rules, module,
integration, user acceptance, and operational readiness for deliverables produced in each
ADC. The test results must be submitted to the Rajasthan Police for review, accepted as
passed and approved by the Rajasthan Police before proceeding to the next requirement
deliverable, and must follow the proposed path for a successful implementation. The test
results must:
Be submitted at each bi-weekly ADC Review
Contain references to which requirements are fulfilled
Provide an updated RTM
Be in a format acceptable to the Rajasthan Police
Final Testing Reports
At each ADC Review meeting, the System Integrator must summarize the results of the
testing in a final testing report including, but not limited to:
A summary of the testing process including, but not limited to number of test
scenarios and cases tested and pass and/or fail ratio
Number of defects identified and corrected by module
Number of defects identified and not corrected by module
A description of issues outstanding at the end of UAT, the plan for resolution, and the
impact on the Implementation tasks
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 42 of 242
g) Agile Development Cycle Review Meetings
The System Integrator must facilitate meetings with the Rajasthan Police at the end of each
ADC to demonstrate completed deliverables and discuss progress made during the
completed ADC. Except as otherwise approved, review meetings will be held at the end of
each ADC during the development phase. The SI, SPMU and third party auditor should
participate in ADC review meetings as requested by the Rajasthan Police.
The review and status meeting schedules will be proposed by the System Integrator in its
project management plans and will be mutually agreed upon between the System Integrator,
SPMU, third party auditor, and the Rajasthan Police.
The Rajasthan Police expects ADC Review meetings to be conducted on a bi-weekly basis.
The schedule must include a review and demonstration of teams deliverables at the
conclusion of every ADC to provide the Rajasthan Police with an opportunity to approve each
deliverable. When deliverables do not completely meet Rajasthan Police requirements, the
deliverable will be corrected in the next ADC.
The System Integrator must render all designs and system documentation for formal
approval at the conclusion of each ADC Review meeting. The System Integrator cannot
consider any deliverable complete before it is accepted formally by the Rajasthan Police
during an end of ADC Review meeting.
The System Integrator will conduct walk-through of deliverables at each ADC Review
meeting. A final review and walk-through will be conducted after system implementation
and prior to transition to maintenance and operations.
As the System Integrator provides deliverables at the conclusion of each ADC, the Rajasthan
Police will review the demonstrated code and accompanying documentation during the
Review meeting and either approve or reject each deliverable. The Final System
Documentation, Forms, Source Code, Data, User Manuals, and other Materials will be
submitted by the date indicated in the approved Project Work Plan.
At the ADC Review meeting, the Rajasthan Police will provide feedback necessary to modify
any rejected deliverables during the following ADC. The Rajasthan Police will accept or again
request modification of the deliverable at the conclusion of that ADC Review. When the
Rajasthan Police accepts the deliverable, the Rajasthan Police will provide a signed
acceptance letter to the System Integrator at the conclusion of the ADC Review meeting.
4.9 Site Preparation at Police Stations and Higher Offices
The SI is expected to prepare the client sites for setting up the necessary client site
infrastructure. Site preparation at Police Stations & Higher Offices will include but not
limited to:
Provision of Local area network (Structured LAN cabling, LAN ports)
Provision of computer furniture for Police Stations
Ensure adequate power points in adequate numbers with proper electric earthling.
4.10 Data Migration and Data Digitization
The Data Digitization and Migration requirements is as per Annexure V of this RFP
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 43 of 242
4.11 Capacity Building and Change Management
SI shall undertake Capacity Building and Change Management of Rajasthan Police personnel
as per the scope defined in Annexure-VI.
4.12 Handholding Support
The System Integrator will provide one qualified and trained person per police station for a
period of 6 months or one trained person for period of 1 year for two Police stations (would
be decided by Rajasthan Police); to handhold the staff in the police station and ensure that
the staffs in that police station are able to use CAS application on their own by the end of the
handholding period. Depending upon the project requirements, SI shall be intimated to
deploy the handholding persons at a later stage. SI should provide manuals and CD‘s for
handholding support.
4.13 Requirement on Adherence to Standards
CCTNS system must be designed following open standards, to the extent feasible and in line
with overall system requirements set out in this RFP, in order to provide for good inter-
operability with multiple platforms and avoid any technology or technology provider lock-in.
4.14 Compliance with Industry Standards
In addition to above, the proposed solution has to be based on and compliant with industry
standards (their latest versions as on date) wherever applicable. This will apply to all the
aspects of solution including but not limited to design, development, security, installation,
and testing. There are many standards that are indicated throughout this volume as well as
summarized below. However the list below is just for reference and is not to be treated as
exhaustive.
Particulars Required Standards to be adhered to
Portal development W3C specifications, GIGW
Information access/transfer protocols SOAP, HTTP/HTTPS
Interoperability Web Services, Open standards
Photograph JPEG (minimum resolution of 640 x 480 pixels)
Scanned documents TIFF (Resolution of 600 X 600 dpi)
Biometric framework BioAPI 2.0 (ISO/IEC 19784-1:200 Specification
Finger print scanning IAFIS specifications
Digital signature RSA standards
Document encryption PKCS specifications
Information Security CCTNS system to be ISO 27001 certified and
CERTin certified
Operational integrity & security
Management
CCTNS system to be ISO 17799 compliant
IT Infrastructure management ITIL / EITM specifications
Service Management ISO 20000 specifications
Project Documentation IEEE/ISO specifications for documentation
Table 7: Industry Standards
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 44 of 242
The SI shall adhere to the standards published by the DeitY, Government of India.
4.15 3rd Party Acceptance Testing, Audit and Certification
The Acceptance Testing, Audit & Certification is to ensure that the system meets
requirements, standards, and specifications as set out in this RFP and as needed to achieve
the desired outcomes. The basic approach for this will be ensuring that the following are
associated with clear and quantifiable metrics for accountability:
ADC requirements review
Test cases and Requirements Mapping
Infrastructure Compliance Review
Availability of Services in the defined locations
Performance and Scalability
Security / Digital Signatures
Manageability and Interoperability
SLA Reporting System
Project Documentation
Data Quality Review
As part of acceptance testing, audit and certification, performed through a third party
agency, state shall review all aspects of project development and implementation covering
software, hardware and networking including the processes relating to the design of solution
architecture, design of systems and sub-systems, coding, testing, business process
description, documentation, version control, change management, security, service oriented
architecture, performance in relation to defined requirements, interoperability, scalability,
availability and compliance with all the technical and functional requirements of the RFP
and the agreement. Here it is important to mention that the bidder should propose the third
party agency from the firms empanelled at DeITY, GoI.
The Rajasthan Police will establish appropriate processes for notifying the SI of any
deviations from defined requirements at the earliest instance after noticing the same to
enable the SI to take corrective action. Such an involvement of the Acceptance Testing &
Certification agencies, nominated by State, will not, however, absolve the operator of the
fundamental responsibility of designing, developing, installing, testing and commissioning
the various components of the project to deliver the services in perfect conformity with the
SLAs. Application audit is part of SI scope.
Following sub sections discusses the acceptance criteria to be adopted for system as
mentioned above:
a) ADC Requirements Review
The system developed/customized by SI shall be reviewed and verified by the agency against
the Agile Requirements signed-off between Rajasthan Police and SI. Any gaps, identified as a
severe or critical in nature, shall be addressed by SI immediately prior to Go-live of the
system. One of the key inputs for this testing shall be the traceability matrix to be developed
by the SI from system. Apart from Traceability Matrix, agency may develop its own testing
plans for validation of compliance of system against the defined requirements. The
acceptance testing w.r.t. the functional requirements shall be performed by both
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 45 of 242
independent third party agency (external audit) as well as the select internal department
users (i.e. User Acceptance Testing).
b) Infrastructure Compliance Review
Third party agency shall perform the Infrastructure Compliance Review (DC & DR
components and 10% of Total Client locations District wise) to verify the conformity of the
Infrastructure supplied by the SI against the requirements and specifications provided in the
RFP and/or as proposed in the proposal submitted by SI. Compliance review shall not
absolve SI from ensuring that proposed infrastructure meets the SLA requirements.
c) Security Review
The software developed/customized for system shall be audited by the agency from a
security & controls perspective at the cost of SI. Such audit shall also include the IT
infrastructure and network deployed for system. Following are the broad activities to be
performed by the Agency as part of Security Review. The security review shall subject the
system for the following activities:
Audit of Network, Server and Application security mechanisms
Assessment of authentication mechanism provided in the application /components/
modules
Assessment of data encryption mechanisms implemented for the solution
Assessment of data access privileges, retention periods and archival mechanisms
Server and Application security features incorporated etc
d) Performance
Performance is another key requirement for system and agency shall review the performance
of the deployed solution against certain key parameters defined in SLA described in this RFP
and/or agreement between Rajasthan Police and SI. Such parameters include request-
response time, work-flow processing time, concurrent sessions supported by the system,
Time for recovery from failure, Disaster Recovery drill etc. The performance review also
includes verification of scalability provisioned in the system for catering to the requirements
of application volume growth in future.
e) Availability
The system should be designed to remove all single point failures. Appropriate redundancy
shall be built into all the critical components to provide the ability to recover from failures.
The agency shall perform various tests including network, server, security, DC/DR fail-over
tests to verify the availability of the services in case of component/location failures. The
agency shall also verify the availability of services to all the users in the defined locations.
f) Manageability Review
The agency shall verify the manageability of the system and its supporting infrastructure
deployed using the Enterprise Management System (EMS) proposed by the SI. The
manageability requirements such as remote monitoring, administration, configuration,
inventory management, fault identification etc. shall have to be tested out.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 46 of 242
g) SLA Reporting System
SI shall design, implement/customize the Enterprise Management System (EMS) and shall
develop any additional tools required to monitor the performance indicators listed under
SLA prescribed in this RFP. The Acceptance Testing & Certification agency shall verify the
accuracy and completeness of the information captured by the SLA monitoring system
implemented by the SI and shall certify the same. The EMS deployed for system, based on
SLAs, shall be configured to calculate the monthly transaction-based payout by Rajasthan
Police to SI.
h) Project Documentation
The Agency shall review the project documents developed by SI including requirements,
design, source code, installation, training and administration manuals, version control etc.
Any issues/gaps identified by the Agency, in any of the above areas, shall be addressed to the
complete satisfaction of Rajasthan Police.
i) Data Quality
The Agency shall perform the Data Quality Assessment for the Data digitized/ migrated by SI
to the system. The errors/gaps identified during the Data Quality Assessment shall be
addressed by SI before moving the data into production environment, which is a key mile
stone for Go-live of the solution.
4.16 Scope of Services during Post Implementation Phase
The SI shall be responsible for the overall management of the system including the
application and entire related IT Infrastructure. SI shall deploy an EMS tool that monitors /
manages the entire enterprise wide application, infrastructure and network related
components.
SI shall provide the Operations and Maintenance Services for a period of 3
years from “Go-Live” of the project.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 47 of 242
CAS Customization
and Integration Work
Proposal
5
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 48 of 242
5 CAS Customization and Integration Work Proposal
5.1 Project Management Work Proposal
The System Integrator must submit a comprehensive Agile Project Management Proposal
describing how the project will be managed for the CAS customization and integration
requirement of Rajasthan Police. The Rajasthan Police State Mission Team will review the
System Integrator‘s Agile Project Management proposal. The System Integrator will make
any changes requested by the Rajasthan Police. The System Integrator would submit
separate proposal for every customization or integration requirement identified by Rajasthan
Police during the project implementation period. It has been envisaged that the total
customization effort would be around 180 Man-Month (3960 Man Days); for the purpose of
calculating 180 Man-Month (3960 Man Days) deployment of onsite team (Software
Development Team) would be considered. During project implementation, the bidder must
follow Government of India calendar for working. However it is assumed that onsite team
would be supported by services of specialized resources like that of Business Analyst, Data
base Administrator, System architect, Testing/Quality Assurance team, UI Designers,
Technical writers, Business Intelligence stack experts, Domain experts etc, whenever
required for quality assurance and adherence to industry standards for agile software
development. The SI must quote these Man-Months in a bundled manner.
The Agile Project Management proposal must describe the agile methodologies for managing
project processes and activities. The System Integrator‘s Project Management proposal must
include strategies to ensure all quality standards are met and deliverables are provided
according to the priority as agreed to with the Rajasthan Police. The estimated Man-Month
effort shall include resource utilization (team and tools) matrix and expected outcome from
each resource. The 80% payment for the work done by the SI would be payable at the end of
subsequent quarter. The 20 % of remaining payment would be released after the successful
release of that build and testing the product in live environment for 2 months, , in the
subsequent quarter.
The Agile Project Management Proposal must include the proposed number of teams, team
composition, roles of team members, and the proposed project schedule and timelines and
effort estimation. The Project Management Proposal must include a preliminary schedule
that describes the total number of anticipated Agile Development Cycles (ADC), and the
deliverables that are expected to be completed in each release
During the execution phase of the project, the System Integrator must exert control to assure
the completion of all tasks according to the project schedule and project budget. All
variances must be reported to the Rajasthan Police. The System Integrator must work with
the Rajasthan Police to address the priority of each requirement and determine the
appropriate strategy to ensure any variance in scope, or change in required specifications of
each deliverable, does not affect the overall completion of the project within time and budget
constraints. The Rajasthan Police will work with the System Integrator to approve fast
tracking or reallocation of System Integrator resources as necessary.
The Project Management Proposal must include the following project control subsidiary
plans, which must also reflect an Agile methodology.
Project Work Plan and Schedule
Deleted: Man-Month
Deleted: Man-Month
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 49 of 242
Effort Estimation- Man Month
Work Breakdown Structure (WBS)
5.1.1 Project Work Plan and Schedule
The System Integrator will submit the project work plan for developing software for
Rajasthan Police specific customization and integration requirement. The Project Work Plan
will include activities, milestones, and deliverables. The Project Work Plan must be updated
at the conclusion of each ADC to reflect the percentage of completion. The Rajasthan Police,
SPMU and third party auditor will use the Project Work Plan to monitor System Integrator
progress.
5.1.2 Project Work Plan Baselines
The Project Work Plan will include requirements for the Rajasthan Police to be customized
and integrated around the CAS. The estimates provided by the System Integrators proposal
will form the project baseline. Once established, the baseline will only be modified with
approval from the Rajasthan Police. The approved baseline will be used for all project
metrics reported during the end of ADC Review meetings.
5.1.3 Work Breakdown Structure (WBS)
The WBS includes the System Integrator‘s suggested priority for each requirement and
identifies the ADC and anticipated release in which each requirement will be included.
Target completion dates for each deliverable must be provided. During project execution, the
System Integrator must measure performance according to the WBS and manage changes
requested by the Rajasthan Police.
The WBS must specify:
The number of ADCs necessary to complete all tasks, with a breakdown of System
Integrator personnel effort
The planned start and end dates for all ADCs, the Rajasthan Police requirements to
be completed in each ADC, a description of the interrelationships of all Agile
development teams, and tasks required to complete the requirements.
A schedule for all deliverables, by ADC, with the System Integrator‘s proposed
priority for completion of each requirement
The anticipated level of effort required to complete requirements,
5.1.4 System Environments
The System Integrator must create all required System Environments, as specified below.
The testing and production environments must remain updated and operable for the
duration of the project.
Development Environment: The System Integrator will provide a common and managed
desktop configuration for the developers. Developers will use the same versions of
development tools to ensure consistency between individual and team products. Further, the
System Integrator will provide a pre-integration environment for developers that will be
used as a trial-and-error environment for code modification.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 50 of 242
Integration Environment: The System Integrator will create and maintain an automated,
continuous integration environment that collects developer code, unit and functional tests.
Upon code check-in, the code base will be compiled and all available automated unit and
functional tests will run against the full code base, which contains the recently checked code,
to ensure the build is not broken. If a developer breaks the current build, there will be an
established timeframe in which they must correct the problem. Developers will be
encouraged to check in code often throughout the day to encourage iterative and incremental
development practices and avoid lengthy refactoring.
Unit/System Testing Environment: The System Integrator must provide a unit/system
testing environment to be a mirror image of the production environment that allow
developers to perform system testing to ensure the system meets the requirements.
Developers must be able to mimic production work to ensure the system performs as
expected. The System Integrator will provide a method to refresh the unit/system testing
environment with a full set of test data from the production system or other data source at
the Rajasthan Police‘s request.
Unit Tests: The System Integrator will establish that developers use test-driven
development and that unit tests are created for every code change. The System Integrator‘s
development effort must ensure that unit tests are being created and checked in with code,
so that the automated test library grows in depth and complexity of available tests.
Quality Assurance/UAT Environment: The System Integrator will provide a UAT
environment to be a mirror image of the production environment, that allow users to
perform system testing to ensure the system meets the requirements for the user
community. Users must be able to mimic production work to ensure the system performs as
expected. The System Integrator will provide a method to refresh the UAT environment with
a full set of test data from the production system or other data source at the Rajasthan
Police‘s request.
Knowledge Transfer Environment: The System Integrator will create a separate and
stable environment that will be used to train the Rajasthan Police‘s workforce, and other
system users. This environment must be created and accessible to support the System
Integrator‘s knowledge transfer plan. It is preferred that the System Integrator establish a
method of creating a base of test records, or refreshing this environment from another data
source at the Rajasthan Police‘s request
Production Environment: The System Integrator will create a highly available and stable
environment that is used for operating the system for the Rajasthan Police‘s workforce, and
other systems users. Production must have access and usage security enabled that does not
allow developers the ability to move code into production without qualification and
migration through development and testing environments.
5.1.5 Facilities
The System Integrator will need to establish a temporary project office at SCRB, Jaipur
Rajasthan. All costs associated with establishing and maintaining temporary project office
space including, but not limited to, office space, network connections, computers, monitors,
printers, phone systems, workstations, secure access, and utilities must be identified
separately in the System Integrators technical and commercial proposal. All costs associated
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 51 of 242
with the temporary offices are the responsibility of the System Integrator. The systems
integrator key personnel will perform duties at these facilities.
5.1.6 Meeting Rooms and Workspace Requirements
The System Integrator must develop adequate meeting room to accommodate required
System Integrator staff and up to 20 members from Rajasthan Police, as specified by the
Rajasthan Police, attending regular planning, review, status, and strategy meetings. The
System Integrator is responsible for furnishing appropriate equipment that will
accommodate, at minimum, 30 Rajasthan Police, and the System Integrator‘s developers,
testers, technical writers, and other staff. The System Integrator is responsible for the
furnishing of the telecom equipment to accommodate phone lines, network access, and
supplies for the facility, for Rajasthan Police staff.
The meeting rooms must have, at a minimum, two computers with Internet and Intranet
access, two projectors for displaying Internet-based and Windows PowerPoint presentations,
telecom equipment with high-quality speakerphones for remote staff to attend meetings by
telephone, and ability to access network printer(s) in the same building for use by meeting
participants. Meeting rooms must also accommodate video conferencing and web-based
application sharing for attendees.
5.1.7 Indicative Customization and Integration List
State Police Portal, e-Sugam, IFMS, e-GRAS (https://egras.raj.nic.in/), RTI, ATS, Business
Intelligence Tool, Jail, e-Courts, ITMS (Integrated Traffic Management System), e-
Office, Motor Vehicle Coordination System, iHRMS, Vahan, Sarthi, Talash, CCC, e-District,
SSDG, Passport, e-Challan, Dreams (http://dreams.raj.nic.in/), Vidhan Sabha Question
Monitoring System, Inventory Management System, Vehicle Fleet management System,
Files / Letter Monitoring System, Audit Para management System, Zonal Integrated Police
Network (ZIPNET), SmartCop, Budget Monitoring System.
Deleted: l
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 52 of 242
Annexures
6
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 53 of 242
6 ANNEXURE
6.1 ANNEXURE-I SERVICE LEVEL AGREEMENT
Liquidated Damages (LD) shall be applicable for all activities to be completed during
Implementation Phase (Site Preparation, Hardware Commissioning, Capacity Building, Data
Digitization, and CAS Customization). LD shall be calculated as per Implementation Plan
(Clause 3.1, Volume - II) and LD (Clause 3.1 (5) Volume -III) mentioned in this RFP.
The SI has to deploy the mandatory manpower (as per clause 6.1.2) for the smooth execution
of the project and thus monitoring and control of team deployment and continuity needs to
be ensured. In this context, the table below illustrates the penalty applicable on non
availability of resource and replacement of resources during implementation period.
Service Level
Requirement
The mandatory deployment of the following resources will be
required during the Implementation Phase:
1. Project Manager
2. Team Lead - Capacity Building
3. Team Lead - CAS Customization
4. Team Lead - Infrastructure
5. Team Lead - Data Digitization
6. Resources deployed for Agile development
7. Handholding support resources
The replacement of the resources should be done after taking prior
approval from Rajasthan Police. The replaced resource should
provide Knowledge Transfer with an overlapping period of at least 15
days.
Measurement of
Service Level
Parameter
To be measured in Number of Week of delay from the date of
deployment mentioned in the RFP and for the replacement of
resources.
Delay of every Week would attract a penalty per Week as per the
following –
Non Availability of Resources = Per Week Penalty multiplied by No.
of week of delay. (If the resource is not available for 3 or more days
in a week then the entire week would be considered for penalty
calculation).
Delay of 3 day or more days in a particular week would be counted as
full week. The deployed resources should follow the office time and
working days of Rajasthan Police.
The deployed resources are entitled for 1 leave per month, with prior
approval from Nodal Officer. The leave not taken in that month
would be carried forward to next month subject to maximum of 12
leaves in a year.
The Penalty per week is INR 10,000 per Resources.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 54 of 242
6.1.1 Post -Implementation Phase SLA
SLA defines the terms of the System Integrator‘s (SI) responsibility in ensuring the
performance of the CCTNS project based on the agreed Performance Indicators. This section
defines various Service Levels for various components of CCTNS Project, which shall be
considered by the Rajasthan Police in establishing the performance benchmark of SI.
The selected bidder has to meet the service level norms as defined in this clause, failing
which the SI is liable to be penalized.
Working Days: CCTNS Application has to be made available 24 x 7. The service window
for CCTNS Application Availability shall be as per the Service window defined in table below
Description Prime Hours Non Prime Hours
Working Days 8AM to 8PM 8PM to 8AM
SLA Matrix: MTTR (Mean Time to Repair) to rectify and restore the services will be
calculated from the time of detection of non-availability of services at Help Desk. The SI shall
provide Operations and Maintenance services as per SLA matrix given below:
Location MTTR
At SDC 30 Minutes
At Police Station Within 24 hours for the Police Station situated in District HQ
or location within less than 50 Km from District HQ.
48 hours for the location situated more than 50 Km from the
District HQ.
At other Higher
Offices
Within 24 working hours
a) Availability Management
The SI will have to submit weekly call reports (Closed/ Open) at respective SP/DCP office.
The calls will be closed in two ways (Either mutually agreed between SI and In-charge at
Client Location OR by SI only). The mutually agreed closed tickets (calls) need to be signed
by both parties. In case the In-charge at Client Location does not sign the call closed report,
the same will be submitted unsigned to the respective SP/DCP by SI. For DC-DR replication,
RTO shall be less than or equal to six (6) hours and RPO should be less than 60 minutes.
Component availability (Up time) shall be calculated as:
[1-(Downtime / Total time)]*100
Formatted: Font: Georgia, 11 pt, No underline,Font color: Auto
Formatted: Font: Georgia, 11 pt, No underline,Font color: Auto
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Deleted: ¶
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 55 of 242
S
No
Parameter Description Target Penalty Measureme
nt Tool/
Method
1 DC/DR(Repli
cation)
/NOC/
Helpdesk
Servers, Network
Components etc.
installed should be
available, for the CAS
Application to run
successfully
> 97% No Penalty Reports from
SLA
management
Tool
calculated on
monthly basis
<=97% > 96% 5.0% of DC &
DR QGR
<=96% > 95% 10.0% of DC&
DR QGR
<=95% 20% of DC&
DR QGR
2 Application
and System
Software
Availability of
application and
system software as
mentioned in scope of
work
> 97% No Penalty Reports from
SLA
management
Tool
calculated on
monthly basis
<=97% > 96% 5.0% of DC&
DR QGR
<=96% > 95% 10.0% of DC&
DR QGR
<=95% 20% of DC&
DR QGR
3 Resource
Availability
at DC/ DR/
Helpdesk
/NOC
The resources should
be available as per the
agreed project plan
and manpower
deployment plan. No
change of team
structure would be
entertained without
prior approval of
Rajasthan Police.
The deployed
resources
shall be
entitled for 1
leave per
month with
prior approval
from Nodal
Officer
Rs. 15000/-
per week per
person for
number of
week for which
the resource is
absent from
DC & DR QGR.
Attendance
Track
4 Client
location
Hardware
Critical equipments:
Desktops, UPS,
Network switch,
Workstation
Within 24
hours for the
Police Station
situated in
District HQ or
location
within less
than 50 Km
from District
HQ.
48 hours for
the location
situated more
than 50 Km
from the
District HQ.
No Penalty Reports from
SLA
management
Tool
calculated on
24*7 basis
Formatted Table
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 56 of 242
S
No
Parameter Description Target Penalty Measureme
nt Tool/
Method
1-3 days after
the breach of
above
mentioned
SLA
Rs. 250/- per
equipment per
day from
Client Location
QGR payment
> 3 days Rs. 500/- per
day per
equipment per
day from
Client Location
QGR payment
It is to be noted that if the overall penalty applicable for any of the quarter during the
Operation & Maintenance phase exceeds 50% of QGR payment or if the overall penalty
applicable for any of the successive quarterly periods during the Operation & Maintenance
phase is above 10% of cost of O&M phase (OPEX); then Rajasthan Police shall have the right
to terminate the contract.
b) Service Management
Successful Bidder should setup a centralized IVRS based helpdesk at SCRB. Successful
Bidder shall arrange and maintain within the contract value and throughout the contract
period, all infrastructure necessary for managing the Help Desk including provisioning and
rent charges for One Toll-free number and minimum 3 telephone line(s) at the Help Desk
location. The bidder shall deploy a centralized IVRS with 1 toll free number (minimum 3
lines) and associated infrastructure for 3 helpdesk executives Resources deployed for
providing support services should be equipped with mobile phones. Cost of the same,
throughout the contract period shall be borne by the Bidder within the contract value. Bidder
should provide multiple channels to log a complaint such as Toll-free lines, cell phones,
landlines, E-mail, Intranet, direct walk-in etc. Outage of any component would be calculated
as a time between logging the call and closing the call. Minimum 3 persons should be
available at Help Desk on 24X7 basis.
c) Scheduled activities
S.
No.
Parameter Description Target Penalty Measurement
Tool/Method
1 Back up Scheduled
Activities such as
Back up shall be
taken up as per the
policy
As per the
policy
Would be
decided
mutually
during
O&M
From backup
and installation
logs
2 Upgrade and The Successful < 7days No Installation logs
Formatted Table
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 57 of 242
New release of
CAS at DC & DR
Bidder would
inform on any
upgrade released
for CAS and system
software by the
OEM for a period
of 3 years from Go-
Live
penalty
>=7 days <9
days
2.0% of
DC & DR
QGR
>=9 days 5.0% of
DC & DR
QGR
3 Upgrade and
New release at
Client Locations
The Successful
Bidder would
inform on any
upgrade released
for CAS and system
software by the
OEM for a period
of 3 years from Go-
Live
< 7days No
penalty
Installation logs
>=7 days <9
days
2.0% of
Client
Location
QGR
>=9 days 5.0% of
Client
Location
QGR
4 Bugs Successful bidder
shall remove any
bugs in the
customized CAS.
< 7days No
penalty
Tools
>=7 days <9
days
2.0% of
DC & DR
QGR
>=9 days 5.0% of
DC & DR
QGR
6.1.2 Mandatory Qualification Criteria for Key Profiles and Numbers
For each profile, bidder shall comply with the minimum qualification (from recognized
institutions, wherever applicable) requirement as mentioned in the table below.
Noncompliance with any of the mentioned qualification requirement may lead to imposition
of penalty as per Annexure-I of Volume-I.
The bidder is mandatorily required to deploy the following resources during implementation
phase:
1. Project Manager
2. Team Lead CAS Customization
3. Team Lead Infrastructure
4. Team Lead Capacity Building
5. Team Lead Data Digitization
The bidder is mandatorily required to deploy the following resources during O&M phase:
1. Team Lead Operation & Maintenance
2. Network Administrator
3. Database Administrator
4. System Administrator
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 58 of 242
5. Help Desk Operators
The following table provide details of mandatory qualification to be complied by bidder for
resource deployment.
S.
No.
Key Profile Mandatory Requirement Minimum
Numbers
1. Project Manager
throughout the
project period
The person suggested should have minimum
educational qualification like BE/ B. Tech/
MCA or equivalent and MBA
The person should be preferably PMP or
Prince 2 certified
The person should have an overall
experience of 10 years or more above
working in projects related to
implementation of IT person experience
should have minimum 5 years in at least two
software implementation projects as a
project manager with a team of 10 or more
members.
Should have minimum 2 or more years of
experience in Government projects
Age not more than 55 years
1
2. Team Leader
Software
Application and
Development
throughout the
CAS
customization
period
Should possess a minimum educational
qualification of BE / B. Tech (in Computer
Science/ IT) or MCA
Should have had an overall experience of 7
years in software development and
customization out of which past 3 years
should be as working in lead roles
exclusively for at least 1 turnkey software
project leading a team of more than 10
members
1
3. Agile Software
Development
Team
Should possess a minimum educational
qualification of BE / B. Tech (in Computer
Science/ IT) or MCA
Should have an overall experience of 5 years
or more in software development and
customization.
Should have experience in the technology
proposed for software development.
The preference would be given for the
experience on Agile Software Development.
As per
requirement
for agile
development
4. Information
Security Expert
during O&M
phase
Should have minimum educational
qualification of BE/ B. Tech (in Computer
Science/ IT) or MCA
Should have an overall experience of 7 years
or above full-time work experience in
information security management and/or
As and when
required
Deleted: (Full Time)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 59 of 242
related functions (such as IT audit and IT
Risk Management).
At least last 3 years should have been spent
while working as Information Security
Specialist exclusively for at least one project
wherein the person would have been solely
responsible for security planning and design.
5. Quality
Assurance
Leader during
implementation
period
Should have minimum educational
qualification of BE/ B. Tech (in Computer
Science) or MCA
Should have an overall experience of 5 years
or above in software testing and quality
assurance processes
At least 2 years experience exclusively, in
lead roles for software quality assurance
projects while leading a team of 10 members
or above
As and when
required
6. Business
Analyst during
implementation
period
Should have minimum educational
qualification of MBA or MCA
Should have an overall experience of 5 years
or above in the field of IT & ICT project
implementation
Out of 5 years ,at least the last 2 years should
have been spent exclusively in performing
requirements analysis for e-Governance
project
As and when
required
7. Team Leader
Capacity
Building
throughout
implementation
period
Should have a minimum educational
qualification of a post graduate degree like
MCA / MBA
Should have an overall experience of more
than 7 years or above in training and IT
industry with an exclusive experience of
more than 6 years or above in conducting
training or in teaching topics related to
Information Technology.
1
8. Change
Management
Expert
throughout
implementation
period
Should have a minimum educational
qualification of MBA in Human Resources
Should have an overall experience of more
than 8 years or above with an exclusive
experience of more than 6 years or above, in
conducting Organization Change
Management & Human Resource
Management
Excellent communication skills with fluency
in Hindi and English
1
9. Team Lead IT
Infrastructure Should have a minimum educational
qualification of BE/ B. Tech (in Computer
1
Deleted: (Full Time)
Deleted: (Full Time)
Deleted: (Full Time)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 60 of 242
throughout
implementation
period
Science/ IT/ EC) or MCA
Should have an overall experience of 7 years
or above in the field of Information
Technology related project implementation,
of which, at least the last 2 years should have
been spent while working as IT
Infrastructure Specialist for at least one
relevant project involving Data Center and
DR center
Should have OEM/ Industry Standard
certification in Infrastructure Management
10. Team Leader
Data Migration
throughout
implementation
period
BE/ B. Tech (in Computer Science/ IT) /
MCA or equivalent
Should have overall experience of 5 years or
above with knowledge and experience in
database operations: database setup,
configuration and maintenance
Should have at least one project experience
in data migration involving data mapping
and data cleansing
1
11. Team Leader
Operations
Manager (
during O&M
period)
Should have a minimum educational
qualification like BE / BTECH / MCA or
equivalent with an additional MBA degree
Should have an overall experience of more
than 8 years or above in maintenance and
operations of IT projects
At least 3 years should be spent, exclusively,
while working in a managerial role in the
maintenance phase of at least one IT
implementation project involving 10
members or more.
1
12. System
Administrator
(during O&M
period )
Should have a minimum educational
qualification BE / BTECH (in Computer
Science/ Information Technology/
Electronics & Communications) / MCA or
equivalent.
Should have an overall experience of more
than 5 years or above as a system
administrator
Should possess Professional Certification
from the OEM / any other industry standard
certification of the proposed technology.
2 in shifts (1
per shift)
available for
24*7
13. Network
Administrator
during O&M
period
Should have a minimum educational
qualification like BE / BTECH (in Computer
Science/ Information Technology/
Electronics & Communications) / MCA or
equivalent
2 in shifts (1
per shift)
available for
24*7
Deleted: (Full Time)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 61 of 242
Should have an overall experience of more
than 5 years or above as Network
administrator in at least 3 projects
Should possess a Professional Certification
from the OEM / any other industry standard
certification of the proposed technology.
14. Database
Administrator
during O&M
period
Should have a minimum educational
qualification like BE / BTECH (in Computer
Science/ Information Technology/
Electronics & Communications) / MCA or
equivalent
Should have an overall experience of more
than 5 years or above as database
administrator in at least 3 projects
Should possess a Professional Certification
from the OEM / any other industry standard
certification of the proposed technology.
2 in shifts (1
per shift)
available for
24 *7
15. Help Desk
Operator
Should have a minimum educational
qualification like B.Sc/BCA/or any
equivalent graduation degree.
Should have good communication skill in
Hindi & English.
Should have exposure to working on web
based applications.
Preference would be given to one having
prior experience of call centre.
Minimum 3
during prime
time and 2
during non
prime time.
Available for
24*7
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 62 of 242
6.2 ANNEXURE- II- POST IMPLEMENTATION SERVICES
As part of the post implementation services, the SI shall provide support for the software,
hardware, and other infrastructure provided as part of this RFP. SI shall provide Three (3)
years of comprehensive AMC that includes:
a) Warranty support
b) Annual Technical Support (ATS)
c) Handholding Services
i. Operations and maintenance services for the server and related infrastructure
supplied and commissioned by the SI for the application at the Data Center and
Disaster Recovery Center.
ii. Central Helpdesk from the state designated premises (SCRB).
iii. Software maintenance and support services.
iv. Application functional support services
The services shall be rendered onsite from the State designated premises. To provide the
support for the police stations, circle offices, sub-divisional offices, district headquarters /
Commissionerates, ranges, State police headquarters and other locations across the State
where the software, hardware, and other infrastructure will be rolled out. The SI will also
ensure that there is a Service Center available or setup at each district or a group of districts
of the State, as per mutual understanding between Rajasthan Police and the SI. The SI shall
develop a work plan for the knowledge sharing as per scope defined in this RFP for use in
future phases of the project.
a) As part of the warranty services SI shall provide:
SI shall provide a comprehensive warranty and on-site free service warranty for 3
years from the date of Go Live.
SI shall obtain the three year product warranty and three year onsite free service
warranty on all licensed software, computer hardware and peripherals,
networking equipments and other equipment.
SI shall provide the comprehensive manufacturer's warranty in respect of proper
design, quality and workmanship of all hardware, equipment, accessories etc.
covered by the RFP. SI must warrant all hardware, equipment, accessories, spare
parts, software etc. procured and implemented as per this RFP against any
manufacturing defects during the warranty period.
SI shall provide the performance warranty in respect of performance of the
installed hardware and software to meet the performance requirements and
service levels in the RFP.
SI is responsible for sizing and procuring the necessary hardware and software
licenses as per the performance requirements provided in the RFP. During the
warranty period SI shall replace or augment or procure higher-level new
equipment or additional licenses at no additional cost to the Rajasthan Police in
case the procured hardware or software is not adequate to meet the service levels.
Mean Time Between Failures (MTBF) - If during contract period, any equipment
has a hardware failure on four or more occasions in a period of less than three
months or six times in a period of less than twelve months, it shall be replaced by
equivalent or higher-level new equipment by the SI at no cost to state. However, if
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 63 of 242
the new equipment supplied is priced lower than the price at which the original
item was supplied, the differential cost should be refunded to Rajasthan Police
For any delay in making available the replacement and repaired equipments for
inspection, delivery of equipments or for commissioning of the systems or for
acceptance tests / checks on per site basis, Rajasthan Police reserves the right to
charge a penalty.
During the warranty period SI shall maintain the systems and repair / replace at
the installed site, at no charge to state, all defective components that are brought
to the SI's notice.
The SI shall as far as possible repair the equipment at site.
In case any hard disk drive of any server, SAN, or client machine is replaced
during warranty / AMC the unserviceable HDD will be property of Rajasthan
Police and will not be returned to SI.
Warranty should not become void, if Rajasthan Police buys, any other
supplemental hardware from a third party and installs it with these machines
under intimation to the SI. However, the warranty will not apply to such
supplemental hardware items installed.
The SI shall carry out Preventive Maintenance (PM), including cleaning of
interior and exterior, of all hardware and testing for virus, if any, and should
maintain proper records at each site for such PM. Failure to carry out such PM
will be a breach of warranty and the warranty period will be extended by the
period of delay in PM. The PM should be carried out at least once in six months.
SI shall monitor warranties to check adherence to preventive and repair
maintenance terms and conditions.
The SI shall ensure that the warranty complies with the agreed Technical
Standards, Security Requirements, Operating Procedures, and Recovery
Procedures.
SI shall have to stock and provide adequate onsite and offsite spare parts and
spare component to ensure that the uptime commitment as per SLA is met.
Any component that is reported to be down on a given date should be either fully
repaired or replaced by temporary substitute (of equivalent configuration) within
the time frame indicated in the Service Level Agreement (SLA).
The SI shall develop and maintain an inventory database to include the registered
hardware warranties.
b) As part of the ATS services SI shall provide:
SI shall maintain data regarding entitlement for software upgrades,
enhancements, refreshes, replacements and maintenance.
If the Operating System or additional copies of Operating System are required to
be installed / reinstalled / de-installed, the same should be done as part of ATS.
SI should carry out any requisite adjustments / changes in the configuration for
implementing different versions of Application Software.
Updates/Upgrades/New releases/New versions. The SI shall provide from time to
time the Updates/Upgrades/New releases/New versions of the software and
operating systems as required. The SI should provide free upgrades, updates &
Deleted: in
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 64 of 242
patches of the software and tools to Rajasthan Police as and when released by
OEM.
SI shall provide patches to the licensed software including the software, operating
system, databases and other applications.
Software License Management. The SI shall provide for software license
management and control. SI shall maintain data regarding entitlement for
software upgrades, enhancements, refreshes, replacements, and maintenance.
SI shall provide complete manufacturer‘s technical support for all the licensed
software problems and/or questions, technical guidance, defect and non-defect
related issues. SI shall provide a single-point-of-contact for software support and
provide licensed software support including but not limited to problem tracking,
problem source identification, problem impact (severity) determination, bypass
and recovery support, problem resolution, and management reporting.
The manufacturer‘s technical support shall at a minimum include online
technical support and telephone support during the state‘s business hours
(Business hours in Rajasthan Police all days (Mon-Sun)) with access for
Rajasthan Police and SI to the manufacturer‘s technical support staff to provide a
maximum of 4 hour response turnaround time. There should not be any limits on
the number of incidents reported to the manufacturer. Rajasthan Police shall
have access to the online support and tools provided by the manufacturer.
Rajasthan Police shall also have 24x7 accesses to a variety of technical resources
including the manufacturer‘s knowledge base with complete collections of
technical articles.
c) As part of the Handholding services:
i. To provide Operations and maintenance support for the server and related
infrastructure supplied and commissioned by the SI for the application at the
Data Center and Disaster Recovery Center SI shall provide:
The scope of the services for overall IT infrastructure management as per ITIL
framework shall include 24x7 on site Monitoring, Maintenance and Management
of the server and related infrastructure supplied and commissioned by the SI for
the application at the Data Center and Disaster Recovery Center
The business hours in the Rajasthan Police would be all week days (Mon-Sun). SI will plan
these services accordingly. The SI shall provide the MIS reports for all the devices installed
in the Data Center and Disaster Recovery Center in format and media as mutually agreed
with the Rajasthan Police on a monthly basis. Whenever required by state, SI should be able
to provide additional reports in a pre-specified format. The indicative services as part of this
support are as below:
System Administration, Maintenance & Management Services
Application Monitoring Services
Network Management Services
Backend Services (Mail, messaging, etc)
Storage Administration and Management Services
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 65 of 242
IT Security Administration Services and Services for ISO 27001 and ISO 20000
compliance
Backup and Restore Services
ii. To provide Centralized Helpdesk and Support for end users at each location SI
shall provide:
The service will be provided in Hindi language.
The help desk service that will serve as a single point of contact for all ICT related
incidents and service requests. The service will provide a Single Point of Contact
(SPOC) and also resolution of incidents. Rajasthan Police requires the SI to
provide Help Desk services to track and route requests for service and to assist
end users in answering questions and resolving problems related to the software
application, network, Data Center, Disaster Recovery Center, Client side
infrastructure, and operating systems at all locations. It becomes the central
collection point for contact and control of the problem, change, and service
management processes. This includes both incident management and service
request management.
SI shall also provide a second level of support for application and technical
support at police stations, circle offices, sub-divisional offices, district
headquarters / Commissionerates, range offices, , state police headquarters and
other locations across the Rajasthan Police where the software, hardware, and
other infrastructure will be rolled out, to meet the SLAs as per RFP.
For all the services of Rajasthan Police within the scope of this RFP, SI shall
provide the following integrated customer support and help.
Establish 24x7 Help Desk facilities for reporting issues/ problems with the
software, hardware and other infrastructure at SCRB premises.
SI shall maintain and support to all client side infrastructure including hardware,
networking components, and other peripherals.
SI shall provide maintenance of Hardware, including preventive, scheduled and
predictive Hardware support, as well as repair and / or replacement activity after
a problem has occurred.
SI shall track and report observed Mean Time between Failures (MTBF) for
Hardware.
SI shall provide functional support on the application components to the end
users.
SI shall also provide system administration, maintenance and management
services, LAN management services, and IT security administration services.
iii. To provide software maintenance and support services SI shall provide:
The Software Maintenance and Support Services shall be provided for all software
procured and implemented by the SI. The SI shall render both on-site and offsite
maintenance and support services to the Rajasthan Police to all the designated
locations. The Maintenance and Support Services will cover, all product upgrades,
modifications, and enhancements.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 66 of 242
Updates/Upgrades/New releases/New versions. The SI will implement from time
to time the Updates/Upgrades/New releases/New versions of the software and
operating systems as required after necessary approvals from Rajasthan Police
about the same.
Tuning of application, databases, third party software‘s and any other
components provided as part of the solution to optimize the performance.
The SI shall apply regular patches to the licensed software including the operating
system and databases as released by the OEMs.
Software Distribution: SI shall formulate a distribution plan prior to rollout and
distribute/install the configured and tested software as per the plan.
Software License Management. The SI shall provide for software license
management and control. SI shall maintain data regarding entitlement for
software upgrades, enhancements, refreshes, replacements, and maintenance. SI
should perform periodic audits to measure license compliance against the
number of valid End User software licenses consistent with the terms and
conditions of site license agreements, volume purchase agreements, and other
mutually agreed upon licensed software terms and conditions and report to
Rajasthan Police on any exceptions to SI terms and conditions, to the extent such
exceptions are discovered.
The SI shall undertake regular preventive maintenance of the licensed software.
iv. To provide application functional support services SI shall provide:
The Application Functional Support Services shall be provided for all software
procured and implemented by the SI. The SI shall render both on-site
maintenance and support services to Rajasthan Police from the development
center in the state
Enhancements and defect fixes. SI shall incorporate technological changes, and
provide enhancements as per the requests made by state. SI shall perform minor
changes, bug fixes, error resolutions and minor enhancements that are incidental
to proper and complete working of the application.
Routine functional changes that include user and access management, creating
new report formats, and configuration of reports.
SI shall provide user support in case of technical difficulties in use of the software,
answering procedural questions, providing recovery and backup information, and
any other requirement that may be incidental/ancillary to the complete usage of
the application.
The SI shall migrate all current functionality to the new / enhanced version at no
additional cost to Rajasthan Police and any future upgrades, modifications or
enhancements.
The SI shall perform user ID and group management services.
The SI shall maintain access controls to protect and limit access to the authorized
end users of the state.
The services shall include administrative support for user registration, creating
and maintaining user profiles, granting user access and authorization, providing
ongoing user password support, announcing and providing networking services
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 67 of 242
for users and providing administrative support for print, file, directory and e-mail
servers.
Exit Management and Transition – Capacity Building at state
After the exit of the SI, Rajasthan Police shall take up the management of CAS
(state). Therefore before the exit of the SI, Rajasthan Police must be strengthened
and capacity must be developed for the Rajasthan Police to manage CAS. The SI
must plan the capacity building initiative to enable Rajasthan Police to manage
CAS, and will collaborate with Rajasthan Police to implement the plan.
The SI shall create a detailed plan for Capacity Building (CB) required at
Rajasthan Police to manage CAS and a Transition Plan (implemented over a
minimum period of three months) to affect the handover to state; and implement
the same in collaboration with the Rajasthan Police before the completion of their
engagement.
Other details of Exit management are defined in Volume III of RFP.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 68 of 242
6.3 ANNEXURE- III- FUNCTIONAL REQUIREMENT SPECIFICATIONS
The Functional requirements mentioned in this section have been delivered as part of CAS
developed centrally at NCRB. The state specific customization and integration requirement
would be undertaken by the Rajasthan Police.
6.3.1 Core Application Software
The CCTNS application software will contain a ―core‖ for the States/ UTs that is common
across all 35 States and UTs. The CCTNS Core Application Software (henceforth referred to
as CAS) will be developed at NCRB premises and provided to States and UTs for deployment.
States and UTs also have an option to develop and deploy additional applications over and
above the customized CAS. The choice of such applications lies exclusively with the
State/UT.
This section provides the details of the CAS (State) and CAS (Center) that will be developed
by the Software Development Agency at the Center.
The CCTNS application software can be conceptualized as comprising different services that
fall under two broad categories, CAS (Center) and CAS (State).
6.3.2 CAS (Centre)
CAS (Centre): CAS (Centre) would reside at NCRB and would cater to the functionality
that is required at the GOI level (by MHA and NCRB). Like CAS (State), CAS (Centre) would
also be developed by NCRB. CAS (Centre) would enable NCRB to receive crime and
criminals‘ related data from States/UTs in order to organize it suitably to serve NCRB‘s
requirements and to provide NCRB with the analysis and reporting abilities to meet their
objective as the central level crime and criminals‘ data repository of the nation. This would
address the crime- and criminals-related information needs of MHA, NCRB, the Parliament,
and central government ministries and agencies, citizens and citizen groups. CAS (Centre)
also facilitates the flow of crime and criminals information across States/UTs on a need-
basis. CAS (Centre) will be developed and deployed at NCRB. Also, CAS (Centre) is expected
to interface with external agencies such as passports, transport authorities, etc.
Overview of Services for CAS (Centre)
State-SCRB-NCRB Data Transfer and Management
The service shall enable the NCRB to receive, transform, and collate the crime, criminal, and
related data from States/UTs, to organize it suitably to serve NCRB requirements.
Crime and Criminal Reports
The service shall enable authorized personnel to generate the reports and perform analysis
on the central crime, criminals, and related data repository of the nation.
Crime and Criminal Records and Query Management
The service shall enable the authorized personnel to view various registers and perform basic
and advanced queries on the central crime, criminals, and related data repository of the
nation.
Talaash Service
The service will enable the user to search for missing persons across a central/ national
database.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 69 of 242
Person of Interest
The service will enable the user to search for persons of interest such as persons wanted on
outstanding warrants, accused, charged, habitual offenders, convicts across the national
database.
Registered Vehicle and Vehicle of Interest Service
The service will enable the user to search for registered vehicles and vehicles of interest such
as, missing / stolen vehicles, abandoned / unclaimed vehicles, and vehicles involved in traffic
incidents across the national database.
Publication Service
This functionality will help the NCRB to publish the periodic crime reviews to the NCRB
portal.
NCRB Citizen Interface
The service shall enable the citizens to access/ search the NCRB National Database on the
data (ex, Stolen Vehicles / Property, Missing Persons, etc.) that is approved to be made
accessible to public.
NCRB Interface for RTI
Due to the sensitivity of the information that pertains to national security and harmony, this
service shall enable a limited and restricted access to the authorized external stakeholders to
search the NCRB National Database, upon submission of any RTI requests.
6.3.3 CAS (State)
CAS (State): CAS (State) covers functionality that is central to the goals of CCTNS and is
common to all States and UTs. It would focus primarily on functionality at police station
with special emphasis on crime investigation and criminals‘ detection. This part would be
developed at NCRB and provided to the States and UTs for configuration, customization and
enhancements / extensions. The Rajasthan Police would determine the requirements for
configuration, customization and enhancements / extensions and would get those developed.
The following are the main function blocks that would comprise CAS (State):
Registration
Investigation
Prosecution
Records Management
Search and Basic Reporting
CAS(State) will also include the functionality required at Higher Offices such as State Police
HQ, Range Offices, District HQ and SCRB.
It is envisioned that CAS (State), once operational, will significantly enhance the outcomes in
core police functions at Police Stations. It will do so primarily through its role- and event-
orientation, providing role based user access and controls and an event driven interface that
helps police personnel (playing different roles) in more effectively performing their core
functions and that relieves police personnel from repetitive tasks that claim much of their
time while returning low or no value.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 70 of 242
In order for CAS (State) to achieve the above goals, it is envisaged to meet the following
requirements:
It will lay special emphasis on the functions at police stations with focus on usability
and ease of use of the application
It will be designed to provide clear and tangible value to key roles at the Police
Station: specifically the SHO (Station House Officer), the IO (Investigation Officer)
and the Station Writer.
It will be event and role driven. Access controls will be developed and role based
access will be provided in the application.
It will be content/forms-based, with customized forms based on requirements
It will be a flexible application, event and role-driven system where actions on a case
can be taken as required without rigid sequence / workflows
It will eliminate the need for duplicate and redundant entry of data, and the need for
repetitive, manual report preparation – this freeing valuable time and resources for
the performance of core police functions
It will be intelligent and help police perform their roles by providing alerts,
highlighting key action areas, etc.
Ability to view and exchange information amongst Police Stations, between Police
Stations and other Police formations and with external entities including citizens
Reporting and data requirements of higher offices must be met at the State Data
Centre/SCRB level and not percolate to the police station level
Central facilitation and coordination; but primarily driven and owned by States/UTs
where States/UTs can configure and customize the CAS for their unique
requirements without the intervention of the central entity
Overview of Services for CAS (State)
Citizens Portal Service
This service shall enable Citizens to request services from Police through online complaints
and track status of registered complaints and requests online. Citizens requests/services
include passport verification services, general service petitions such as No Objection
Certificate (NOC) for job, NOC for vehicle theft, NOC for lost cell phone/passport, Licenses
for arms, processions etc.
Verification Management Service
The service shall enable the police personnel to register and process the different kinds of
verification service of citizen.
Unclaimed/Abandon Property Register Service
The service shall enable the police personnel to record and maintain unclaimed/abandoned
property registers and match unclaimed/ abandoned property with property in lost/stolen
registers.
Complaint and FIR Management Service
The service shall enable the police personnel to register and process the complaints (FIR for
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 71 of 242
cognizable complaints, Non-Cognizable Report for non-cognizable, Complaint Report for
genera complaints, etc.) reported by the public.
PCR Call Interface and Management Service
The service shall enable the police personnel to register and process the complaints as
received through the Police Control Room through the Dial 100 emergency contact number.
Investigation Management Service
The service shall enable the police personnel to process the complaints through capturing the
details collected during the investigation process that are required for the investigation
officer to prepare a final report.
Court and Jail Interface and Prosecution Management Service
The service shall enable the police personnel to interface with the courts and jails during the
investigation process (for producing evidence, producing arrested, remand etc) and during
the trial process.
Crime and Criminal Records and Query Management Service
The service shall enable the police personnel to view various registers and perform basic and
advanced queries on the crime and criminal information.
Police Email and Messaging Service
The service shall enable the police personnel to send / receive, official as well as personal
correspondence.
Periodic Crime, and Law & Order Reports and Review Dashboard Service
The service shall enable the police personnel to view relevant reports and dashboards and to
conduct periodic crime, and law & order reviews of the police station(s) under the officer‘s
jurisdiction.
Notification of Alerts, Important Events, Reminders and Activity Calendar or
Tasks Service
The service shall capture / generate the required alerts, important events, reminders, activity
calendar and tasks.
State-SCRB-NCRB Data Transfer and Management Service
The service shall enable the States/UTs to collate, transform and transfer the crime,
criminal, and other related data from state to NCRB.
State CAS Administration and Configuration Management Service
The service shall enable the individual State/UT to configure/ customize the application to
suit to their unique requirements.
User Help and Assistance Service
The service shall enable the end user to view the help manuals of the application and in
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 72 of 242
guiding the end user in using the application.
User Feedback Tracking and Resolution Service
The service shall enable the police personnel in logging the issues/defects occurred while
using the system.
Activity Log Tracking and Audit Service
The service shall capture the audit trail resulting from execution of a business process or
system function.
User Access and Authorization Management Service
The service shall enable the administrative user in setting the access privileges and will
provide authentication and authorization functionality
6.3.4 Development of CCTNS Core Application Software (CAS)
CAS (Centre) and CAS (State) has been developed at NCRB under the overall guidance and
supervision of MHA, and a dedicated team from NCRB. NCRB, on behalf of MHA, engaged a
professional software development agency (SDA) to design and develop CAS (Centre) and
CAS (State) and offer associated services. The SDA would enhance and maintain CAS
(Centre) and CAS (State) until the end of the engagement with NCRB and subsequent to that,
CAS (Centre) would be managed by NCRB under the guidance of NIC, DIT and MHA and
CAS (State) would be managed by the State under guidance of the State IT Department.
CAS (State) has been built as a platform at NCRB addressing the core requirements of the
Police Station that provides a basic framework to capture and process crime and criminal
information at the police station while providing the States/UTs with the flexibility to build
their state specific applications around it and in addition to it. CAS (State) has been provided
to States and UTs for deployment. Each State/UT would customize the CAS according to
their unique requirements and thereafter commission the same.
In order to achieve the above stated goals of simultaneously ensuring consistency and
standardization across States/UTs (where necessary and possible), and enabling States/UTs
to meet their unique requirements, CAS will be built as a highly configurable and
customizable application. CAS is a product-like application that can be centrally managed
and at the same time customized to meet the unique requirements of the States/UTs and
deployed in all States/UTs.
In order to achieve the key CCTNS goal of facilitating the availability of real time information
across police stations and between police stations and higher offices, CAS has been built as a
web application. However, given the connectivity challenges faced in a number of police
stations, especially rural police stations, the application has been built to work in police
stations with low and/or unreliable connectivity.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 73 of 242
6.4 Functional Requirement Specification
This Annexure outlines the sample functional requirements for development under CAS
customization activity. Rajasthan Police shall finalize the set of requirements to be developed
in each Agile Development Cycle and convey it on periodic basis.
6.4.1 Extended CAS Functional Requirements (Sample):
S.No Sample Requirements
1 The system should be able to create the Bail form
2 The system should be able to create the Charge sheet
3 System should present the IO dashboard of under trials, under investigation, re-
opened cases, Put to court cases to users based on their roles and their jurisdiction.
4 System should provide the dashboards to higher officials about the case progress and
metrics about U/I cases etc.
5 The system should allow to create, update and maintain general diary, case diary
6
System should allow the CO, SP & Senior Officers to view the summary of Cases
based type of case and cases falling in their jurisdiction also have an access to the
Case Basket
7
System should present the SHO & Senior officials about the details of the cases based
on the status like open, closed, re-open, disposed, unresolved and case pending for
trial.
8 The system should be able to integrate with the Court IT system
9 System should have the capability to link the courts to receive orders for a particular
case. The same should also be updated in the inward and court registers.
10 System should have the capability to link the SP office/Higher office to receive orders
for a particular case
11 System to have the capability to share the case diaries and case files with the courts
12 System should have the facility to generate a case diary for all kinds of cases (NCR
and FIR)
13 System should allow the SHO to assign an Investigating Officer for a registered FIR.
14 System should have the facility to allow the SHO to change the name of the IO for a
particular case.
15
Access rights to a case diary for a particular case should be decided by the
SHO/higher officer. Thus the access of the case diaries for a particular case should
change with the change of IO
16 System should have a system to register all the IOs in a police station for the SHO to
assign access rights to the IO
17 System should allow all the reviewing officers i.e. CO/SP to review the crime/fir
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 74 of 242
register.
18 System should update all the concerned registers i.e. Case Diary/ Crime Register/
VCNB register based on the events and updates
19
System should have the capability to link the courts to receive summons for a
particular case through the system. The same should also be updated in the inward
and court registers.
The system should be able to integrate with the Court IT system
S.No Traffic Challaning
1 The system should have the facility to enter the challan details in the system
2 The system should be able to generate the challan report
3 The system should allow to update and maintain the bank receipt records
4
The hand held device provided to the police officer will enable to generate the challan
details in the system directly and also authenticate the documents held by the motor
driver
Traffic Challaning at Police Station
5 The system should have the facility to enter the challan details in the system
6 The system should be able to generate the challan report
7 The system should allow to update and maintain the bank receipt records
8
The hand held provided to the challaning officer will enable to generate the challan
details in the system directly and also authenticate the documents held by the motor
driver
Non Functional Requirements
Sl. No Functionality
General Requirements
1. The system should be capable to link to existing state initiatives( Applications
where Rajasthan Police service are availed)
2. At police station will able to work on offline environment and post that data
will synchronization at state level when internet connectivity will available.
3. System should support multilingual interface.
4. System should support multilingual labels.
5. Will provide services to user future
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 75 of 242
6. The system should ensure easy scalability and extensibility through minimum
effort(this will vary based on the requirements)
7. The system should be designed in manner that operational data will never be
lost until a manual intervention/hardware failure.
8. The system should run on multiple browsers (IE 6.0 and above, Firefox 2.0
and above, and Konqueror)
9. The system should be designed to have minimum satisfactory performance
even in Police Stations connected on low-bandwidth (28 kbps).
10. The solution should be provided along with the product manuals, user
manuals and functional specifications.
11. The solution should maintain a database of frequently asked questions (FAQ).
12. Will provide data dictionary for mandatory fields.
13. This solution will customized state labels
14. The Solution will support following front end modifications: Look & Feel,
Display languages(labels)
15. Solution should follow NIC website development guidelines and standard
guidelines too.
16. The solution should ensure that data deletion is controlled centrally as per the
defined policy or the person having right to do so.
17. The process for removing unnecessary code from the application after it is
released should be documented.
18. Application code should not contain invalid references to network resources
(Pathnames, URLs etc).
19. The solution should not display the entire path of URL in the browser based
application. We will manage through app server and web servers.
20. Solution will prompt proper error messages.
21. All the exceptions will store at DB end and pass the same at state/centre label
for further escalation
22. Application will not failure without manual intervention.
23. This is web based solution, no temporary object will create.
24.
The solution should support e-mail integration(SMS integration in not
inducted in this phase). Upload and download multiple types of documents
(i.e. ms-word, excel and image file formats)
25. Application will maintain audit log for important data transactions like
updation and deletion
26. Data model should be flexible to add more data fields as per changing business
needs
27. Data should be entered at each police station and this will synchronization at
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 76 of 242
state level through net connectivity or manually using external devices (pen
drive, CD etc.)
28. At state level application will built in common technology/platform to avoid
any compatible issue.
29. Application will provide facility to export data for further use.
30. Application will provide reporting option.
31. Will provide web services
32. Will provide standard security i.e. roll base, password policy
33. System should provide for data entry in regional scheduled languages (based
on tool from CDAC)
34. System should provide for translation / transliteration of data from regional
scheduled languages to English (based on tool from CDAC)
35. System should provide for data entry in English and Hindi (only, in the
interim till CDAC tool is in place) for all states
System availability , performance and scalability
36. Application will up and running (at least 99% if no other disturbance i.e.
power failure, LAN problem and any other infra-structure issues).
37. System will provide proper adequate response for accessing each of the
modules.
38. System will show quick response in simple search and will take little bit more
time for advance search and this will vary based on input conditions.
39. Application scalability at least 600 will confirm during load testing also.
40. Memory leakage Benchmarks: The memory leakage per request should be less
than 1kb.
41. Application will work based on roles and rights
42. Application will run at secure platform.
43. Application will follow security standard guidelines.
44. Application will work smoothly
Ease of Use
45. All error messages produced by the System must be meaningful,
46. The System will employ a single set of user interface to provide a familiar and
common look and feel for the application.
47. The System must be able to display several entities (cases, suspects)
simultaneously.
48. The interfaces will customizable or user-configurable to the extent possible
(look and feel, logos).
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 77 of 242
49.
The System user interface must be suitable for users with special needs; that
is, compatible with specialist software that may be used and with appropriate
interface guidelines
50. The System will provide role based access to the application‘s modules.
51. The System must allow persistent defaults for data entry where desirable.
52. Frequently-executed system transactions must be designed so that they can be
completed with a small number of interactions (e.g. mouse clicks).
53.
Unique Id for PS and small units like villages have to be made available. NCRB
coding pattern and RGI Master data being collected for location codes for
districts, towns, villages, habitations, etc can be used in CCTNS
Usability Guidelines
54. We will follow standard guidelines for development and designing and will
follow ISO 9241-20,ISO 9241- 171,ISO 9241-110 too.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 78 of 242
6.5 ANNEXURE- IV- IT INFRASTRUCTURE REQUIREMENTS
6.5.1 Introduction
This section will outline the minimum technical specifications required for meeting the scope
of hardware supply for CCTNS Rajasthan Project. This will cover, but is not limited to the:
1) Data Center
2) Disaster Recovery Site
3) Client Sites (Police Station and Other Higher Offices)
The System integrator is free to suggest specifications which could be over and above the
minimum specification mentioned below. All products to be proposed and supplied by SI
should be brand new, defect free and of reputed brands/ make.
6.5.2 Wide Area Network (WAN) & ISP Services
The CCTNS project would require a Wide Area Network created exclusively for connecting
smaller computer network at Police stations, Circle Office, SP, and other offices of special
units spread across length and breadth of Rajasthan into one network. The basic purpose of
creating such vast network is to adopt the latest technology to cater to faster and easier mode
of communications within this network to achieve the day-to-day information exchange of
the Rajasthan Police. This network not only caters to the information exchange within the
department but also with the offices outside the department.
The connectivity has been provisioned through BSNL/RSWAN/SecLAN at all client locations
and SDC; thus providing network connectivity is not under the scope of SI.
6.5.3 Proposed Network Architecture
Network architecture is a blueprint of the complete computer communication network,
which provides a framework and technology foundation for designing, building and
managing a communication network. It typically has a layered structure. Layering is a
modern network design principle which divides the communication tasks into a number of
smaller parts, each part accomplishing a particular sub-task and interacting with the other
parts in a small number of well-defined ways. Layering allows the parts of a communication
to be designed and tested without explosion of cases, keeping design relatively simple. In the
centralized architecture, the main site would be known as Data Centre and the alternate
site is known as Disaster Recovery site. The diagram below represents the same:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 79 of 242
DC
Switch
Ethernet
Printer
Multi-functional devices
Router
Users
MPLS/ VPNoBB
Users
Switch
Ethernet
Printer
Multi-functional devices Router
Users Users
Switch
Ethernet
Printer
Multi-functional devices
RouterUsers Users
MPLS/ VPNoBB
MP
LS
/ V
PN
oB
B
SP / Add SP Office
CO Office / Range Office
Police Station
Figure 7: Suggested End User Connectivity
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 80 of 242
The calculation for estimated number of external users is as below.
Figure 8: Estimated Number of External Users
The total number of external users expected to use the CCTNS is application is estimated at
12338 and assuming a 10% concurrency, a total of 1234 Users at a time. This is just a
suggested figure, and the number may rise owing to stabilization of application, increased
internet penetration and increased public awareness.
A MoU was signed between MHA and BSNL on 24th October, 2011; BSNL is providing
connectivity for implementation of CCTNS Networking and Connectivity Solution for
States/Union Territories on Pan India basis. The connectivity provided by the BSNL would
be the primary network. The redundancy has been planned through RSWAN and SecLAN
network connectivity. However some highlights of the network connectivity are given below:
i. VPNoBB/WiMax/VSAT Connectivity from BSNL- Primary Network
ii. SWAN Connectivity (SecLAN for Jaipur locations)- Redundant Network
iii. MPLS VPN Connectivity- Primary Network Link for SDC-DR replication
6.5.4 Data Centre
The Data Centre (DC) is situated in DoIT, Jaipur. The DC is partially working as some of the
hardware and software are yet to be deployed. Details of indicative network architecture,
specification of deployed items, and specification of remaining items are given in succeeding
sections. Following are the details for CCTNS data centre in Rajasthan.
S.No. Items Details
1. Address of Data Center
Building
State Data Center IT Building,Yojana Bhawan
Tilak Marg, C-Scheme
Jaipur-302005 (Raj), INDIA
Total Users Estimated is 1% of Internet Penetration 12338
Total Internet penetration in Rajsthan 1233872 (2011: Maps of india)
Total Polpulation in Rajasthan 68548437(2011: Census Data)
Deleted: <#>SWAN Connectivity (SecLAN for Jaipur locations)- Redundant Network¶
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 81 of 242
6.5.5 Architectural Aspect
The proposed application will be N-tier Service oriented Architecture – with separation of
business logic from application, database and presentation. The application will be on the
central servers at Data Center in Jaipur and the Disaster Recovery (DR) site as decided by
the department at New Delhi. The proposed application will be on Web services model.
The application shall be architected with traditional 3-tier architecture.
a) Database Tier: This shall be diagonally scaling and deployed on a DC class server as
specified in this document. Database servers shall be deployed in n+1 cluster. If n is 1
(as per ISV sizing) then Data base servers shall be deployed in 1+1 cluster.
b) Application Server: Application servers shall be deployed in multiple servers
(horizontal scaling)
c) Web Tier: Web servers shall be deployed in multiple servers (horizontal scaling) There
should be databases for application servers and web servers. The web servers shall be
deployed with external load balancers for high availability
The proposed network and security architecture solution and diagram for DC is only a
representative and is subject to the overall requirement of all functionalities listed in this
section. The feature of the proposed network and security architecture is as below:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 82 of 242
Figure 9: Proposed DC Connectivity
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 83 of 242
6.5.6 DC Design Description
a) The router at DC has capability to handle the data traffic and multiple SSL/VPN
encapsulations for secured data transfer between any of the department offices. The
router would also connect to the internet and would offer Server connectivity to
external users. The router should be capable to handle both MPLS and Internet
connectivity.
b) The DC- DR replication router would replicate data across MPLS connectivity to the
DR site and vice – versa
c) Intrusion Prevention system (IPS) should detect malicious traffic and further protects
the DC – DR sites. Intrusion system detect (and prevent) any intrusion from
Internet/extranet network.
d) The Network Infrastructure (Switches , firewalls, IDS / IPS , routers, server load
balancer, etc) has been configured in active – active and in high availability mode
e) Firewalls provides next layer of protection between the extranets and DMZ (which has
hosted the application server).
f) Web server Users: All the servers are connected to high capacity L2 Switch, which can
process million of packets within seconds, depending on the Users and Application and
its contents.
g) The Application servers are accessing the database from the backend in order to
process the user / citizens queries/requests.
h) The Database servers (RDBMS) are further hosted in higher security layer, comprising
of components such as Firewall and Intrusion Prevention system.
i) In this secure infrastructure it has been ensured that the security devices in the
network such as Firewalls, are in high-availability mode, and these devices should be
evenly distributed to optimize performance.
j) The set up has Antivirus , web server and DNS servers connected and configured
k) The application can be accessed through VPN over broadband and through MPLS
connectivity
l) The DR replication would happen through MPLS cloud
6.5.7 Set-up at Data Centre and DR Site
The following highlights the different server zone available at the Data Centre
1. Militarized and De-Militarized Zone at Data center:
De-militarized zone will contain the following:
Server Zone: The server zone will host the following applications:
Mail and Messaging solution
Antivirus solution
Single Sign on
Directory Services
Portal Server
Militarized zone will contain the following:
Critical Server Zone: The critical server zone will host the following
applications:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 84 of 242
CCTNS Application
EMS Application
Other Module of CAS State
Document Management Systems
6.5.8 Hardware and Security Components at Data Centre
Following server components are proposed at the Data Centre for the CCTNS application:
a) Portal/Web Server: Web based applications are easily accessible from any sort of
the network, Intranet, internet or extranet. Therefore, portal server plays a vital role
this initiative. The portal server has been used for providing access to the CCTNS
application through internet / intranet. Using portal, relevant contents of the
applications can be easily enabled, updated and deployed at the earliest. Portal would
provide a base template to users who want to access the application via internet.
b) Application Server: Application server has been taking care of the necessary
workflow and portal server would be required for the interfacing with the end user.
Both the portal and application server would be seamlessly integrated to provide high
availability and performance. With the use of load balancers, user requests are
distributed among various clustered/common servers. The application servers have
been configured in active – active and in cluster mode and also have the database
configured accordingly.
c) Database Servers: The database/repository provides all the relevant information
required to process the applications. This has been integrated with multiple
applications, residing at the DC.
d) Enterprise Access Server: Using Directory services DC administrator has been able
to define centralized authentication & authorization mechanisms for users. This would
enable associate policies such as security, management etc on all servers/systems from
a centralized console and enhances security, reduces IT complexity and increase overall
efficiency.
e) Staging Server : It would be required to deploy a separate server as Staging server
where all the new services are deployed on this staging server before it is brought on to
the production servers. There shall be provision in the hardware for separate Test &
Development System for each software application so that production system shall not
get affected in case of application of patches, versions change etc. The development
server shall make provision for all different system software platform used along with
all required compilers and libraries. It shall have all application software and utilities
along with the provision to customize and test the applications. It shall also have
provision for version control and version management. Test and Development set up
shall be the exact miniature replication of production environment in 3-tier
architecture with hardware as per sizing from application vendor.
f) Backup server: Backup server has been used for backing up the key data on regular
interval. The backing up of the data would be an automated process. Whenever desired
the backed up data can be restored/retrieved to the desired system configuration
g) Training Server: There is a provision for Training server for CCTNS system. Training
set is the exact miniature replication of production environment in 3-tier architecture
with hardware as per sizing from application vendor.
h) Email Server : The email server has been provide emailing solution to the users of
Rajasthan Police
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 85 of 242
i) Enterprise Management Server: For overall management of the Data center
components, an Enterprise Management System (EMS) will be provided and would be
integrated with the CCTNS application. SI shall have to prepare a category wise
detailed list of elements to be monitored, monitoring parameters and the monitoring
frequency in terms of critical, semi critical and non-critical categories in each Data
Center and the application.
6.5.9 Network Components at DC
The entire infrastructure at DC & DR should be compatible with 10G enabled
equipments.
a) Router: Router has been installed in a redundant mode at the primary data center.
The entire infrastructure at DC & DR should be compatible with 10G enabled
equipments.
b) Core Switch: Access switch controls and automate network access for both managed
and un-managed users.
c) IDS/IPS: An intrusion detection system is used to detect several types of malicious
behaviors that can compromise the security and trust of a computer system. This
includes network attacks against vulnerable services, data driven attacks on
applications, host based attacks such as privilege escalation, unauthorized logins and
access to sensitive files, and malware (viruses, Trojan horses, and worms). IDS/IPS will
be deployed in a redundant mode at server and critical server zone to provide high
availability and fault tolerance.
d) Firewall: A firewall will be a part of network that is designed to block unauthorized
access while permitting outward communication. Firewall will be installed in
redundant mode at server zone and critical server zone to provide features like high-
availability and fault tolerance.
e) Load Balancer: The load balancer would be required for distributing workloads to a
set of networked computer servers in such a manner that the computing resources are
used in an optimal manner. The load balancer will support segmentation/virtualization
to distribute load for multiple services, servers. This would increase the availability of
the server and will also increase the performance as multiple servers would be sharing
the service load.
The load balancer would be used for the following servers:
Mail Servers
Application Server
Database Servers
Web Server
6.5.10 Collation with State Data Center
Data center will be collocated in the State Data Center. The following components have been
used:
Rack Space
Power and Cooling
SNMP based UPS, DG set power backup
Fire prevention
Physical security surveillance
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 86 of 242
6.5.11 Hardware at the DC
The details of the hardware, already installed at DC are given below. The remaining
hardware which needs to be deployed by SI is also given below. (Refer Annexure-IX- Clause
6.10-(a) for serial number) For minimum specification of the hardware mentioned below
please refer to the section 6.5.20.
S.
No.
Environment Server/Box Model OS Quantity Warranty
upto
Servers
1 Development Development
Server
HP BL
460c
G7
Window
Server2008 R2
Enterprise
2 30-Apr-15
2 Test/QA Test/QA
Server
HP BL
460c
G7
Window
Server2008 R2
Enterprise
1 30-Apr-15
3 Training Training
server
HP BL
460c
G7
Window Server
2008 R2
Standard
2 30-Apr-15
4 Production Application
Server
HP BL
460c
G7
Window
Server2008 R2
Enterprise
4 30-Apr-15
5 Database
Server
HP DL
585 G7
Window
Server2008 R2
Enterprise
4 30-Apr-15
6 Email
Server/ Mail
& Messaging
HP BL
460c
G7
Cent OS 2 30-Apr-15
7 Web Server HP BL
460c
G7
Window
Server2008 R2
Enterprise
2 30-Apr-15
8 Backup
Server
HP BL
460c
G7
Window
Server2008 R2
Enterprise
1 30-Apr-15
9 Access
Control
Server/
Single Sign
On
HP BL
460c
G7
Window Server
2012
Datacenter
edition
2 30-Apr-15
10 DMS Server HP BL
460c
G7
Window
Server2008 R2
Enterprise
2 30-Apr-15
11 EMS Server HP BL
460c
G7
Window Server
2008 R2
Standard/Cent
7 30-Apr-15
Common Data Centre facility Maintenance and Support
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 87 of 242
OS (1 proxy
server)
12 Antivirus
Server
HP BL
460c
G7
Window Server
2008 R2
Standard
1 30-Apr-15
Total 30
Storage
13 Production SAN
(External
Storage) -
List the total
capacity
offered on
FC and
SATA disks
HP F400 3Par storage
with backup software
1 29-May-
2105
14 Tape Library HP MSL 4048 1 23-May-
2013
(Expired)
15 Other
Component
SAN Switch HP SN3000B 2 07-Jun-
2103
(Expired)
Network Component
16 Network Core Switch HP A7510 2 27-Jun-
2013
(Expired)
17 Access
Switch
HP A5120 4 26-May-
2111
18 Internal
Firewall
HP S 1000E VPN
firewall appliance
2 28-Jun-
2013
(Expired)
19 Core Router MSR 50-60 2 28-Jun-
2013
(Expired)
Table 8: Existing Hardware at DC
S. No. Component Make and
Model
Quantity
1 Storage management Software (SMS) HP 3 PAR 1
2 Mail and Messaging Solution X Gen Email
Software
1
3 Document Management System (DMS) Microsoft Share
Point
1
Table 9: Existing Software at DC
Formatted: Indent: Left: 0.5", No bullets ornumbering
Deleted: ¶¶
Formatted: Font: (Default) Arial, Not Bold, NotItalic
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 88 of 242
Existing Application Software at DC
Product Version Quantity Reorder/Software
Assurance End
Date
Microsoft® Office
2010 Indic
Government OPEN 1
License Level C
2010 125 30-11-2014
Microsoft® Project
Server 2013 Sngl
OPEN 1 License
Level C
2013 1 31-01-2015
Microsoft® Visual
Studio Pro w/MSDN
All Lng License/
Software Assurance
Pack OPEN 1 License
No Level Qualified
Non-specific 6 31-01-2015
Microsoft® Visual
Studio Test Pro
w/MSDN All Lng
License/Software
Assurance Pack
OPEN 1 License No
Level Qualified
Non-specific 3 31-01-2015
Microsoft® Visual
Studio Ultimate
w/MSDN All Lng
License/Software
Assurance Pack
OPEN 1 License No
Level Qualified
Non-specific 1 31-01-2015
Microsoft® Project
Server CAL 2013
Sngl OPEN 1
License Level C User
CAL User CAL
2013 25 31-01-2015
Microsoft®
SharePoint
Enterprise CAL 2013
Sngl OPEN 1 License
Level C User CAL
User CAL
2013 80 31-01-2015
Microsoft®
SharePoint Server
2013 Sngl OPEN 1
License Level C
2013 4 31-01-2015
Microsoft® 2013 125 31-01-2015
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 89 of 242
SharePoint Standard
CAL 2013 Sngl OPEN
1 License Level C
User CAL User CAL
Microsoft® SQL Svr
Enterprise Core 2012
Sngl OPEN 2
Licenses Level C
Core License
2012 12 31-01-2015
Microsoft® SQL Svr
Standard Core 2012
Sngl OPEN 2
Licenses Level C
Core License
2012 4 31-01-2015
Microsoft®
Windows® Server
CAL 2012 Sngl
OPEN License Level
C User CAL User
CAL
2012 125 31-01-2015
Microsoft®
Windows® Server
Datacenter 2012 Sngl
OPEN 1 License
Level C 2 PROC
2012 15 31-01-2015
Microsoft®
Windows® Server
External Connector
2012 Sngl OPEN 1
License Level C
2012 3 31-01-2015
Microsoft®
Windows® Server
Standard 2012 Sngl
OPEN 1 License
Level C 2 PROC
2012 13 31-01-2015
The remaining IT Infrastructure items are as shown below for procurement:
S.
No.
Environment Component Estimated
number of boxes
1 Network
Component
Global Load Balancer 1
2 Server Load Balancer 1
3 IDS/IPS 2
4 External Firewall 2
5 FC-IP Router (DC-DR Replication) 2
6 KVM Switch 1
Table 10: Remaining Hardware need to be deployed by System Integrator in DC
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 90 of 242
S.No. Component Estimated number
of boxes
1 Enterprise Management System (EMS) 1
2 Host Intrusion Prevention System (HIPS) 1
3 Backup Software 1
4 Antivirus 2905
Table 11: Remaining Software need to be deployed by System Integrator at DC
Refer to the DC architecture diagram for details of these suggested components.
6.5.12 DR Site
The proposed DR site for Rajasthan Police would be located independently at New Delhi.
The DR site would set up at NIC, New Delhi. The following figure depicts the proposed DR
architecture:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 91 of 242
Database ServersApplication Servers
External
Firewall
IDS / IPS
Core Switch
(L3)
Internal
Firewall
Access Switch
(L2)
Web Servers
Core Router
Storage Area
Network
Tape Library
SAN Switch
DC
Connectivity
(MPLS)
Access Switch
(L2)
Mail server / Antivirus / AAA / DNS
Replication server
State DR Site4 Mbps connectivity to DC
CCTNS : Rajasthan Police
Figure 10: Proposed DR
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 92 of 242
a) Connectivity at DR Site
o DR site will be located in New Delhi and will be connected with an
MPLS/Leased link with the SDC at Jaipur.
b) Militarized and De-Militarized Zone at DR Site:
i. De-militarized zone will contain the following:
o Server Zone
Server Zone: The server zone will host the following applications:
o Mail and Messaging solution
o Single Sign on
o Directory Services
ii. Militarized zone will contain the following:
o Critical Server Zone
Critical Server Zone: The critical server zone will host the following applications:
o CCTNS Application
6.5.13 Hardware and Security Components at DR Site
a) Following hardware components will be deployed at the DR Site:
i. Router
ii. Core Switch
iii. IDS/IPS
iv. Firewall
b) Replication with Data Center: The replication from DC to DR site will happen through
log-shipping. Log shipping will allow automatically sending transaction log backups
from a primary database on a primary server instance to one or more secondary
databases on separate secondary server instances. The transaction log backups are
applied to each of the secondary databases individually. An optional third server
instance, known as the monitor server or log server records the history and status of
backup and restores operations and, optionally, raises alerts if these operations fail to
occur as scheduled.
6.5.14 Co-located with CCTNS DR Site:
Disaster Recovery site is collated with the common CCTNS DR site (NIC Delhi), the
following components may be used commonly:
a) DR Site components (cooling, cabling etc.)
b) Rack space
c) Physical Security
d) WAN Link (DR-DC)
6.5.15 Hardware at the DR Site
NIC Delhi has provided space for 3 Racks for the establishment of DR site at New Delhi.
However Server Racks/ Blade chassis would be provided by SI for DR based on the proposed
BOM in next section.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 93 of 242
Environment Server/box Estimated number of boxes
Servers
Production
Application Servers 2
Database Servers 2
Mail and Messaging Solution 2
Access Control Server/ Single Sign
On
1
Antivirus Server 1
Back up servers 1
Web Server 1
Total 10
Storage
Production
External Storage Box 1
Tape Library 1
Other Components
NA
SAN Switch 2
KVM Switch 1
Network Components
Network L3 Core Switch 1
L2 Switch 2
IDS/IPS 2
Firewall (External) 1
Firewall (Internal) 1
Core Router 1
Table 12: Proposed Bill of Material (BoM) for DR
Software at DR Site:
S.
No.
Component Proposed Quantity
1 Storage management Software (SMS) 1
3 Document Management System (DMS) 1
4 Backup Software 1
5 Antivirus As per requirement
6 HIPS 1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 94 of 242
The hardware & software of DR site should be compatible with DC hardware & software.
There DC-DR replication and Data recovery should not be affected due to non compatibility
of hardware & software components of DC-DR.
6.5.16 Client/ User Locations
Existing Hardware at Client Location
38 locations from Jaipur west & Jodhpur West have been provided equipped with client side
hardware and would be taken over by SI. The details of existing hardware of the locations are
provided below. (Refer Annexure-IX- Clause 6.10-(b) for serial number)
Offices IT Infrastructure
S.
N
o.
Location
Name District
Office
Type
CIPA
/ Non
CIPA
No. of
Client
Syste
m
Instal
led
No.
Multi-
Functio
n
Laser(
PSC)
No.
16
Port
Switc
h
Instal
led
No. of
HDD
160
GB
Hando
ver
1 P S Sadar Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
2 P S
Banipark
Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
3 P S Sindhi
Camp
Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
4 P S Vaishali
Nagar
Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
5 P S Karni
Vihar
Jaipur
West
Police
Station
3rd
Phase 2 No 1 No
6 P S Bagru Jaipur
West
Police
Station
1st
Phase 2 No 1 No
7 P S Chomu Jaipur
West
Police
Station
1st
Phase 2 1 1 No
8 P S
Harmada
Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
9 P S
Vishvkarma
Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
10 P S
Jhotwara
Jaipur
West
Police
Station
2nd
Phase 2 1 1 No
11 P S Murli
Pura
Jaipur
West
Police
Station
2nd
Phase 2 No 1 No
12 P S Kar
Dhani
Jaipur
West
Police
Station
3rd
Phase 2 1 1 No
13 P S Kalwar Jaipur
West
Police
Station
1st
Phase 2 1 1 No
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 95 of 242
Offices IT Infrastructure
S.
N
o.
Location
Name District
Office
Type
CIPA
/ Non
CIPA
No. of
Client
Syste
m
Instal
led
No.
Multi-
Functio
n
Laser(
PSC)
No.
16
Port
Switc
h
Instal
led
No. of
HDD
160
GB
Hando
ver
14 PS
Bhankrota
Jaipur
West
Police
Station
Non
CIPA 2 1 1 No
15 PS Mahila
Thana
Jaipur
West
Police
Station
Non
CIPA 2 1 1 No
16 CO Sadar Jaipur
West
Circle
Office N/A 2 1 1 No
17 CO Vaishali
Nagar
Jaipur
West
Circle
Office N/A 2 1 1 No
18 CO Chomu Jaipur
West
Circle
Office N/A 2 No 1 No
19 CO
Jhotwara
Jaipur
West
Circle
Office N/A 2 1 1 No
20 DCP West Jaipur
West
DCP
Office N/A 4 2 1 No
21
Jaipur
Commissio
narate
Jaipur
Commissio
narate
Commissi
oner
Office
N/A 18 No 2 No
22
Control
Room -
Jaipur
West
Jaipur
West
Control
room N/A 2 No No No
23 P S Pratap
Nagar
Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
24 P S Soor
Sagar
Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
25
P S
Chaupasni
Housing
Board
Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
26 P S
Jhanwar
Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
27 P S Sardar
Pura
Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
28 P S Shastri
Nagar
Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
29 P S Basni Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 96 of 242
Offices IT Infrastructure
S.
N
o.
Location
Name District
Office
Type
CIPA
/ Non
CIPA
No. of
Client
Syste
m
Instal
led
No.
Multi-
Functio
n
Laser(
PSC)
No.
16
Port
Switc
h
Instal
led
No. of
HDD
160
GB
Hando
ver
30 P S Luni Jodhpur
West
Police
Station
2nd
Phase 2 1 1 1
31 P S
Boranada
Jodhpur
west
Police
Station
Non
CIPA 2 1 1 No
32
P S Kudi
Bhagat Sani
(Newly
Created)
Jodhpur
west
Police
Station
Non
CIPA No No No No
33
CO
Boranada
(Newly
Created)
Jodhpur
west
Circle
Office
Non
CIPA 2 No No No
34
CO
Jodhpur
west
Jodhpur
West
Circle
Office
Non
CIPA 2 1 1 No
35 CO Pratap
Nagar
Jodhpur
West
Circle
Office
Non
CIPA 2 1 1 No
36 DCP West Jodhpur
West
DCP
Office
Non
CIPA 10 1 1 No
37
Jodhpur
Commision
arate
Jodhpur
Commissio
narate
Commissi
oner
Office
Non
CIPA 9 No 1 No
38
Control
Room
Jodhpur
Jodhpur
Commissio
narate
Control
room
Non
CIPA 1 No No No
Total 106 29 35 8
Additional Requirements at Client Location to be purchased by SI
Item Total
Client Systems 2470
Workstation 297
Duplex Printer 297
MFD Printer 1460
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 97 of 242
Table 13: Proposed Bill of Material (BoM) for Client locations
6.5.17 Requirements at Client Location
The following table highlights the number of locations at client side and also the primary
scope at these sites. The following table should be considered for financials for CIPA/ Non
CIPA locations:
Client Location Scope
Component Number Site
Preparation
Client Side
Infrastructure
Additional
Hardware (Digital
camera, Electronic
pen,
Generator and 16
port switch)
Police Station CIPA Phase 1 103 No Yes Yes
Police Station CIPA Phase 2 217 No No Yes
Police Station CIPA Phase 3 246 No No Yes
Police Station Non- CIPA 194 Yes Yes Yes
Higher Offices 330 Yes As per tables
below
As per tables below
The following table highlights the suggested requirements at the Client Sites; the same may
vary after the SI will conduct a site analysis:
UPS (2 kVA) 1344
UPS (1 kVA) 100
Generator (2.1 kVA) 760
Switch 16 Port 1015
Digital Camera 760
External Hard Disk 752
Electronic Pen 760
Environment Control (AC) 760
Computer Table 2326
Chair 2326
Fire Extinguisher 479
Site Preparation (Networking,
Earthling, Electrification with
Power strips)
479
White board (min 2 ft.X2 ft.) 479
Paper & Toner At all locations
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 98 of 242
For Non – CIPA location following items should be considered in the financials
Item Quantity
Client Systems 3
Workstation 1
HDD 500 GB 1
Duplex Printer 1
MFD Printer 1
UPS 2 KVA with 120 minute backup 1
Generator 2.1 KVA 1
Switch 16 Port 1
Digital Camera 1
Electronic Pen 1
Environment Control (AC) 1
Site Preparation Yes
Opn Expense (paper / toner) Yes
Additional Hardware for CIPA Locations – CIPA Phase II and III locations.
There are 463 locations covered under phase II and III of CIPA. Approved additional items
have been taken into consideration for CIPA Phase II and III locations.
Item Quantity
Client Systems 0
HDD 500 GB 1
Duplex Printer 0
MFD Printer 0
UPS 2 KVA with 120 minute backup 0
Generator 2.1 KVA 1
Switch 16 Port 1
Digital Camera 1
Electronic Pen 1
Environment Control 1
Site Preparation No
Opn Expense (paper / toner) Yes
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 99 of 242
HARDWARE (POLICE STATIONS) - CIPA phase I
Following has been taken into consideration for CIPA phase I location which are 103 in
numbers. The CIPA phase I hardware is not in usable condition and is agreed to be replaced.
Item Quantity
Client Systems 3
Workstation 1
HDD 500 GB 1
Duplex Printer 1
MFD Printer 1
UPS 2 KVA with 120 minute backup 1
Generator 2.1 KVA 1
Switch 16 Port 1
Digital Camera 1
Electronic Pen 1
Environment Control (AC) 1
Site Preparation No
Opn Expense (paper / toner) Yes
HARDWARE (HIGHER OFFICES): The following highlights the number of
higher offices which are considered for financials:
Entity Numbers
Circles office 188
SP Office 42
Addl SP office 14
DySP Office (Traffic/ SC-ST/ Women atrocity) 29
Range office 8
Commissionerates 2
PHQ- Large 1
SCRB 1
Forensic Science Laboratory + Fingerprint bureau 2
Police Control Room (State + District) 43
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 100 of 242
For Circle Office following items should be considered in the financials
Item Quantity
Client Systems 3
HDD 500 GB 0
Duplex Printer 0
MFD Printer 1
UPS 2 KVA with 120 minute backup 1
Generator 2.1 KVA 0
Switch 16 Port 1
Digital Camera 0
Electronic Pen 0
Site Preparation Yes
Opn Expense (paper / toner) Yes
For Range Office following items should be considered in the financials
Item Quantity
Client Systems 4
HDD 500 GB 0
Duplex Printer 0
MFD Printer 1
UPS 2 KVA with 120 minute backup 1
Generator 2.1 KVA 0
Switch 16 Port 1
Digital Camera 0
Electronic Pen 0
Site Preparation Yes
Opn Expense (paper / toner) Yes
For SP / Addl. SP / Dy SP Office following items should be considered in the
financials
Item Quantity
Client Systems 10
HDD 500 GB 0
Duplex Printer 0
MFD Printer 10
UPS 2 KVA with 120 minute backup 10
Generator 2.1 KVA 0
Switch 16 Port 1
Digital Camera 0
Electronic Pen 0
Site Preparation Yes
Opn Expense (paper / toner) Yes
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 101 of 242
For Commissionerate following items should be considered in the financials
Item Quantity
Client Systems 25
HDD 500 GB 0
Duplex Printer 0
MFD Printer 25
UPS 1 KVA with 60 minute backup 25
Generator 2.1 KVA 0
Switch 16 Port 2
Digital Camera 0
Electronic Pen 0
Site Preparation Yes
Opn Expense (paper / toner) Yes
For SCRB following items should be considered in the financials
Item Quantity
Client Systems 4
HDD 500 GB 0
Duplex Printer 0
MFD Printer 1
UPS 2 KVA with 120 minute backup 1
Generator 2.1 KVA 0
Switch 16 Port 1
Digital Camera 0
Electronic Pen 0
Site Preparation Yes
Opn Expense (paper / toner) Yes
For PHQ following items should be considered in the financials
Item Quantity
Client Systems 50
HDD 500 GB 0
Duplex Printer 0
MFD Printer 50
UPS 1 KVA with 60 minute backup 50
Generator 2.1 KVA 0
Switch 16 Port 4
Digital Camera 0
Electronic Pen 0
Site Preparation Yes
Opn Expense (paper / toner) Yes
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 102 of 242
For Forensic Science Laboratory / Finger Print Bureau following items should
be considered in the financials
Item Quantity
Client Systems 2
HDD 500 GB 0
Duplex Printer 0
MFD Printer 1
UPS 2 KVA with 120 minute backup 0
Generator 2.1 KVA 0
Switch 16 Port 0
Digital Camera 0
Electronic Pen 0
Site Preparation No
Opn Expense (paper / toner) Yes
For PCR District Level following items should be considered in the financials
Item Quantity
Client Systems 3
HDD 500 GB 0
Duplex Printer 0
MFD Printer 1
UPS 2 KVA with 120 minute backup 0
Generator 2.1 KVA 0
Switch 16 Port 0
Digital Camera 0
Electronic Pen 0
Site Preparation No
Opn Expense (paper / toner) Yes
For PCR State Level following items should be considered in the financials
Item Quantity
Client Systems 5
HDD 500 GB 0
Duplex Printer 0
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 103 of 242
MFD Printer 1
UPS 2 KVA with 120 minute backup 0
Generator 2.1 KVA 0
Switch 16 Port 0
Digital Camera 0
Electronic Pen 0
Site Preparation No
Opn Expense (paper / toner) Yes
Other requirements
Description Quantity
Digital Camera
Each Police Station would be equipped with Digital Camera
Electronic Pen Each Police Station would be equipped with Electronic Pen
Others Environment control at the client side (only Police stations) would be
provisioned.
Site
Preparation The LAN cabling/ Electric cabling covered under CIPA locations are
mostly found to be unstructured and would need to be upgraded to
meet the requirements of CCTNS application deployment and hence up
gradation of the same is proposed.
SI shall prepare a platform to install DG set at appropriate location.
Operational
Expenses SI shall be responsible for bearing all operational expenses (which
includes paper and toner) at all client locations, for a period of 3 years.
Operational expenses may vary from location to location, however the
SI can take an assumption of a replacement of 2 toner (OEM compatible
toner of GSM minimum 70) every 3 months, and consumption of at
least 4 legal size paper ream (1000 sheets) in a month, per location.
The delivery of paper and toner will be done at the respective District
Head Quarter. If any changes are required in such distribution, it will be
at the discretion of Rajasthan Police.
The above distribution matrix is indicative, and final distribution details for above hardware
shall be communicated by Rajasthan Police to successful bidder at the time of project
implementation.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 104 of 242
6.5.18 Specification of Proposed Software at DC & DR
a) Antivirus specifications
Sr
No
Specifications
1 All the Solutions should be virtualization aware providing flexibility of deploying the
solution both in Virtualization and physical environment.
2 The antivirus solution should have enhanced protection from Network virus/Worms,
Trojans, Key loggers, Intrusions, Conceivably harmful websites/Phishing sites, Malicious
behavior, data loss, web based threats, root kits, mixed threats, real-time compressed
executable files, spyware/gray ware etc.
3 Should have Compressed File Detection and Repair and should also be able to reduce the
risk of virus/malware entering the network by blocking files with real-time compressed
executable files.
4 Should have Unknown Virus Detection & Repair. Should have behavioral & Heuristic
scanning to protect from unknown viruses.
5 Must be capable of cleaning viruses/malware even without the availability of virus
cleanup components. Using a detected file as basis, it should be able to determine if the
detected file has a corresponding process/service in memory and a registry entry, and
then remove them altogether
6 Must have the capability to detect and clean Virus and also perform different Scan
Actions based on the virus type (Trojan/ Worm, Joke, Hoax, Virus, other)
7 Should have buffer overflow protection integrated with AV scan engine for protection
from threats/exploits that uses buffer overflow vulnerability regardless of presence of
signature / OS patches
8 Should have cloud-client infrastructure with Reputation services like File Reputation,
Web Reputation & Email Reputation working in correlation.
9 Should have web based management console to give administrators transparent access to
all clients and servers on the network and also provide automatic deployment of security
policies, AV signatures, and software updates on every client and server.
10 Should support Active Directory integration and also have security compliance to
leverage Microsoft Active Directory services to determine the security status of the
computers in the network and also have logical group based on IP addresses (Subnets).
11 Establish separate configuration for internally versus externally located machines (Policy
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 105 of 242
action based on location awareness)
12 Should have Configurable Scanning. Should have the ability to control the amount of
CPU resources dedicated to a scan process.
13 Must have behavior monitoring to restrict system behavior and malicious changes in
applications, keeping security-related processes always up and running.
14 Should have device control to regulate the access to external storage devices and network
resources, as well as USB autorun prevention and also provide the granular level access
like No Access, Read Only, Read & write, Full Access etc.
15 Must provide the flexibility to create firewall rules to filter connections by IP address,
port number, or protocol, and then apply the rules to different groups of users
16 Must reduce network traffic generated when downloading the latest signature by
downloading only incremental updates of signatures and scan engine.
17 Reduces network bandwidth consumed during pattern updates. The bulk of pattern
definition updates only need to be delivered to the cloud or some kind of repository and
not to many endpoints
18 Should be able to update definitions & scan engine on the fly, without a need for reboot
or stopping of services on servers.
19 Must have the flexibility to roll back the Virus Pattern and Virus Scan Engine if required
via the web console
20 Should have the capability to assign a client the privilege to act as a update agent for the
update of rest of the agents in the network for AV signatures and hotfix/ service pack/
patch update/upgrade.
21 Should enable administrators to easily move clients (who have changed departments, for
example) from one physical parent server to another simply by dragging and dropping
through the central management console.
22 Should have role based administration with active directory integration to add the
custom role type and also use the predefined roles as per requirement.
23 Should have multiple client deployment options like Web install page, Remote
installation, MSI/EXE package installation, Login Script, Vulnerability Scanner etc.
24 Should have enhanced tamper protection that guards against unauthorized access and
attacks, protecting users from viruses that attempt to disable security measures.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 106 of 242
25 Should support 32bit and 64bit operating systems
26 Should have Cache files for scans which can help up to 40% improvement to speed
performance.
27 Should have a feature of scan cache based on digital signatures or on-demand scan cache.
28 It should recognize a missed event on a machine, which was switched off, and restart the
same when machine is turned on.
29 Should have feedback option so that if any threat (new/earlier) is found, then relevant
data can be automatically collected and transferred to the research team for further
analysis to be conducted, and consequently, advanced solutions can evolve and be
provided.
30 Should have enhanced tamper protection that guards against unauthorized access and
attacks, protecting users from viruses that attempt to disable security measures.
31 Should support plug-in modules designed to add new security features without having to
redeploy the entire solution, thereby reducing effort and time needed to deploy new
security capabilities to clients and servers across the network
32 Should have solutions for- Stateful Inspection Firewall/IPS with Virtual Patching, VDI,
Data Protection, Mac Protection, Mobile Protection without any additional
installation and should provide single console.
33 Should provide Data Loss Protection with the capability of data protection with
multichannel monitoring, robust rules, and predefined policy templates.
34 Data Protection must have File Attribute, Key words and Pattern based technology in
single solution.
35 The solution must support IPv6 and must be capable of blocking and detecting of IPv6
attacks.
36 Data Protection should work in both environment - Workgroup and AD with User/
Group/ Domain based policy creation option.
Anti Persistent Threat (APT) specifications
S.No Feature Specifications
1 Hardware The solution should be a dedicated appliance based solution for
AntiSpam security
Deleted: Should have Plug-in solutions - Stateful Inspection Firewall/IPS with Virtual Patching, VDI, Data Protection, Mac Protection, Mobile Protection without any additional installation and should provide single console
Deleted: Should provide Data Loss Protection as an plug-in solution with the capability of data protection with multichannel monitoring, robust rules, and predefined policy templates
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 107 of 242
The Appliance should consist a minimum of 24 GB RAM.
The Appliance should have a minimum of 1 TB Hard disk
The Appliance should have minimum 6 x GE interface
2 Web Threat
Protection
The solution should support deployment in sniffing mode or
through transparent or explicit proxy.
The solution should provide malware inspection for all protocols
tunneled over HTTP and SSL natively.
The solution should natively decrypt SSL packets to inspect
malware on SSL.
The solution should have dual anti-malware engines (Signature
and Heuristics based) and should also have capabilities to inspect
malware embedded in PDF files.
The solution should have analytics to detect and block the various
stages of malware attack including data infiltration
The solution should have comprehensive database of security risk
websites, command and control network, phishing, web and email
scam etc.
The solution should also be able to inspect content downloaded
from any website real time to inspect malicious content.
The solution must detect and block outbound Botnet and Trojan
malware communications. The solution must log and provide
detailed information on the originating system sufficient to enable
identification of infected units for mitigation.
The solution should be capable of dynamically blocking a legitimate
website which has become infected and unblock the site when the
threat has been removed
The solution should have capabilities to detect custom encrypted
payloads, password files and other identified sensitive information
getting stolen through modern malware.
The solution should be able to detect data theft even if the malware
sends the data through image files.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 108 of 242
The solution should provide a comprehensive threat dashboard
which provides which machine is compromised, where the malware
is trying to establish connection, Direction of communication, what
data is the malware trying to send and which geography is the
malware trying to send information.
The solution should provide geo destination awareness so the
location where the malware is trying to establish connection can be
tracked.
The solution should have automated support for the Malware
Sandbox to evaluate the malicious code and a detailed report on
analysis needs to be made available.
The solution should be able to integrate with Active directory to
enforce user based policies.
3 Email Threat
Prevention
The solution should be deployed in sniffing mode or as explicit
MTA means in blocking mode.
The solution should be able to analyse links real time on incoming
mails and natively block malicious, phishing, Bot links.
The solution should have dual anti-malware engines(Signature and
Heuristics based) and should also have capabilities to inspect
malware embedded in PDF files.
The solution should be able to quarantine mails with suspicious
files, do sandboxing of files and if the file is detected to have
malicious content, the mail should not be delivered to end user and
a detailed forensic analysis report should be made available.
The solution should also determine if the mail is SPAM through
various detection techniques.
The solution should also have capabilities to do image analysis even
if the mail body is an image.
The solution should have automated support for the Malware
Sandbox to evaluate the malicious code and a detailed report on
analysis needs to be made available.
Deleted:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 109 of 242
The solution should have URL sandboxing to prevent the point of
click malicious URL link even clicked from outside of corporate
network or from any device like smart phone.
The solution should also have capabilities to monitor and prevent
data theft through email.
4
Administration,
Authentication
and Policy
Controls.
The management console provides Security administrators with a
comprehensive, up-to-date view of threat characteristics and
response, user activity, network load, system stats and more.
The solution should have authentication options for
administration, the specific permissions available depend on the
type of administrator and Administrator activity is logged and
available for auditing or troubleshooting.
The solution should integrate with LDAP, Microsoft Active
Directory to identify users and display user information in reports.
The solution should have a centralized management for both email
and Web
The solution should have support Authentication for Management
Server.
5 Logs and
Reporting
The solution should support real time graphical and chart based
dashboard for the summary of activities over Web
The solution should pre-built report templates which the
administrator can use for generating reports.
The solution should support custom report creation in HTML,
Excel and PDF.
The solution should have capabilities to automatically deliver
reports based on schedule to selected recipients
The solution should be able to consolidate reports from multiple
boxes for centralized logging and reporting.
The solution should provide detailed information on security
incidents to comprehensively investigate individual threat events
The solution should be integrated to third-party SIEM applications
like syslog/CEF (ArcSight), syslog key-value pairs (Splunk and
Deleted: of
Deleted: two factor
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 110 of 242
others), syslog LEEF (QRadar), and Custom.
The solution should have ability to capture data for security
incidents and the captured characteristics include: Source of the
request, destination IP, File name and size, parameters and Body
(CGI and HTML information from the file header).
The solution should provide native system health monitoring,
alerting and troubleshooting capabilities.
The solution should support configuring scheduled automatic
backup of system configuration
The solution should support automatic download of available
patches or fixes
The Solution should have inbuilt reporting feature like real time
monitoring, reporting templates and investigation drill down
report.
The solution should have reporting on the user agent strings of
applications to provide details on application usage and version
details including browser version reports.
6 Support The OEM should provide 24x7 support for the solution
The OEM should have own TAC center in India.
Web Security Specification
S.No Feature Specifications
1 Hardware The solution should be appliance/Software based solution for web
security.
2 Web Threat
Protection
The solution should provide proxy, caching, on box malware
inspection, content filtering, SSL inspection, protocol filtering on the
same appliance. Its should have malware scanning and content
inspection through third party integration, however all inspection
needs to be local and on-premise.
The Solution should intercepts user requests for web destinations
(HTTP, HTTPS, and FTP)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 111 of 242
The solution should have gateway level AV and malware protection.
The solution should have at least 30+ million websites in its URL
filtering database and should have pre-defined 100+ URL
categories,
The solution should have partnerships or third party inputs for web
threat ratings like facebook.
The solution must detect and block outbound Botnet and Trojan
malware communications. The solution must log and provide
detailed information on the originating system sufficient to enable
identification of infected units for mitigation.
The solution should be capable of dynamically blocking a legitimate
website which has become infected and unblock the site when the
threat has been removed
The solution should be able to perform SSL inspection to detect and
block malicious content downloaded through SSL and also blocking
sensitive information uploaded to SSL websites.
The solution should support policy enforcement for users even when
they access Internet outside the corporate network, this should be
enforced through an agent deployment on roaming endpoints. And
this solution should be on premises based, but not with the help of
VPN or complete traffic redirect to corporate network.
The agent on the roaming user machines should be tamperproof, for
example, the agent cannot be uninstalled by the user even with
admin rights to the system or the user cannot stop the services
The solution should have management and validation of SSL
certificates. Validation checking can be set as certificate revocation
(CRL), online certificate status protocol (OCSP).
The solution should have ability to block anonymizer sites or proxy
avoidance tools.
The solution should have automated support for the Malware
Sandbox to evaluate the malicious code.
The solution should have range based IP spoofing to provide
accurate representation of the IP addresses as it exits the proxy.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 112 of 242
3 Web content,
video& social
Media
control
The solution should apply security policy to 100+ protocols in 15
categories. This includes the ability to allow, block, log, and assign
quota time for IM, P2P, and streaming media.
The solution should filter out embedded objectionable or
unproductive content, this includes examination of the source
server, URL, page content, and active content
The solution should support custom allow/deny web ratings. The
administrators can create, modify, and manage URL categories to
accommodate specific needs for controlling users‘ web access
The solution should have granular control over popular social web
applications like Facebook, LinkedIn, Twitter, YouTube, and others.
The solution should have social social control Video uploads to
Facebook and YouTube applications.
The solution should have functionality to control web 2.0 and real
time content categorization.
The solution should have support for YouTube for Education, It
should simplifies design and implementation of policy to ensure user
compliance to company AUPs.
4 Content
Control
The solution should have atleast 500+ pre-defined content rules
inbuilt with web Security & embedded in the product
The solution should have pre-defined dictionaries, key phrases to
detect financial terms, offensive language etc.
The solution should have ability to detect slow cumulative data leaks
through web channel.
The solution should have capability to analyse text inside image
going through web channel
The solution should have ability to provide geo-location awareness
for security incidents
The solution should be able to fingerprint files, folders, databases
and prevent the information from being sent over outbound web
channel.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 113 of 242
5
Administrati
on,
Authenticati
on and
Policy
Controls.
The management console provides Security administrators with a
comprehensive, up-to-date view of threat characteristics and
response, user activity, network load, system stats and more.
The solution should have authentication options for administration,
the specific permissions available depend on the type of
administrator and Administrator activity is logged and available for
auditing or troubleshooting.
The solution should have authentication options for users/groups, It
should supports authentication of users via Integrated Windows
Authentication (Kerberos), NTLM (NTLM v1 and v2 in Session
Security), and LDAP.
The solution should have support of multiple domains, the
administrators can specify the sequence (domain controllers
checked first, second, next, etc.) used to authenticate users who
login from different locations.
The solution should supports credential caching (for transparent
and explicit proxy) to reduce load on domain controllers.
The solution should have centralized management for multiple web
egress points
The solution should have Multi-Domain authentication to allow the
admin to create rules that authenticate against multiple domain
controllers in a sequence
The solution should have Mac Logon Agent Authentication of
Macintosh users and the ability to apply policy based on the
username.
The solution should have support two factor Authentication for
Management Server.
6 Logs and
Reporting
The solution should support real time graphical and chart based
dashboard for the summary of web filtering activities.
The solution should pre-built report templates which the
administrator can use for generating reports.
The solution should support custom report creation in Excel and
PDF.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 114 of 242
The solution should have capabilities to automatically deliver
reports based on schedule to selected recipients
The solution should be able to consolidate reports from multiple
boxes for centralized logging and reporting.
The solution should provide detailed information on security
incidents to comprehensively investigate individual threat events
The solution should be integrated to third-party SIEM applications
like syslog/CEF (ArcSight), syslog key-value pairs (Splunk and
others), syslog LEEF (QRadar), and Custom.
The solution should have ability to capture data for security
incidents and the captured characteristics include: Source of the
request, destination IP, File name and size , parameters and Body
(CGI and HTML information from the file header).
The solution should provide a Web UI to manage Internet usage
policies, it also should support delegated administration and
reporting capabilities so different roles can be created to manage
policies and view reports.
The solution should provide native system health monitoring,
alerting and troubleshooting capabilities.
The solution should provide reports based on hits, bandwidth and
browse time.
The solution should support configuring scheduled automatic
backup of system configuration
The solution should support automatic download of available
patches or fixes
The Solution should have inbuilt reporting feature like real time
monitoring, reporting templates and investigation drill down report.
The solution should have reporting on the user agent strings of
applications to provide details on application usage and version
details including browser version reports.
7 Supports,
Third party
The solution must be present in the latest Gartner's leader quadrant
for Secure Web gateways.
Deleted: soultuion
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 115 of 242
recognitions The OEM should have Standard Support, Premium Support, and
Mission Critical Support options available globally
The OEM should have own TAC center in India.
Email Security
S.No Feature Specifications
1 Hardware The proposed system should be an dedicated appliance based solution
or Virtual Application image for email security.
2 Malware/A
nti-Virus
Protection
The Solution should have feature of virus scanning engine strip the
infected attachments.
The Solution should detect known or suspect secure-risk URLs
embedded in the email, which are reliable indicators of spyware,
malware or phishing attacks.
The Solution should have multiple AV engines for anti-virus and
malware scanning.
The Solution should provide proactive virus detection methods for
new email-borne virus.
The Solution should have feature of virus scanning engine strip the
infected attachments.
The Solution have the management on virus quarantine and should
have the access and manipulate the quarantined virus emails.
The solution virus engine should support scanning by inbound,
outbound and internal direction and configure the policy per
direction.
The Solution should have close to 100% virus detection rate for
known viruses.
The Solution should provide email attachment sandboxing
3 Antispam The Solution should provide an attachment scanning capability to
detect file-based spam messages
The Solution should support URL classification of the embedded links
and it contributes for SPAM detection.
The solution should support image based spam detection capability,
such as the pornography images within the email and it allow
customer to adjust the sensitivity level.
The solution should support dictionaries scanning and dictionaries are
built-in the product and allow customer to create his own dictionary.
The Solution should report the false positive email and a button in the
quarantine queue thus customer can simply click to have a report.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 116 of 242
The solution should also allow users to report SPAM mails.
4 Content
Control
The solution should have atleast 500+ pre-defined content rules
inbuilt with Email Security & embedded in the product
The solution should have pre-defined dictionaries, keyphrases to
detect financial terms, offensive language etc.
The solution should be able to look for content in the email header,
body of message and also attachments.
The solution should be able to restrict incoming, outgoing and internal
mails based on file types, file size and also by file name and also
through a combination of them.
The solution should be able to fingerprint files, folders, databases and
prevent the information from being sent over outbound mails.
The solution should have capabilities to quarantine mails with content
that violates the policy and notify sender or sender's manager
automatically. The mails that are quarantined because of content
control policies should be released if the sender's manager replies to
the notification mail.
The solution should monitor and control sensitive emails downloaded
to mobile devices through ActiveSync.
The solution should perform image based filtering. It‘s should use
algorithm to analyse image to determine attributes that indicate the
image may be of a pornographic or non- pornographic nature in
known and unknown spams emails.
The solution should have capability to analyse text inside image going
through email.
5 MTA
Functionali
ty
The solution should allow setting SMTP greeting message, delay time
and the full qualified domain name for SMTP session establishment.
The solution should support policy based TLS encryption between
mail domains.
The solution should provide the capability of connection control and
message rates control for inbound and outbound respectively.
The solution should have directory harvesting and DoS prevention
capabilities.
The solution should allow the administrator to specify the re-try time
for a delivery failure.
The solution should provide real time IP reputation system.
The solution should support internal sender authentication.
The solution should support user group(LDAP) or domain based
routing and delivery.
Deleted: sophisticated analytical
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 117 of 242
The solution should support message stamping by adding notes or
disclaimer in the message.
The solution should support IP/address/domain based whitelist and
blacklist.
The solution should have capability for Outbound throttling by
IP/address.
The solution should support Inbound mail routing delivery
preferences to accommodate larger, more complex network
6 Manageme
nt
The solution should support centralized management, including policy
configuration, quarantines and logs/reporting.
The solution should support the real-time graphical and chart-based
dashboard for the summary of email filtering activities.
The Solution should support quarantine administrator role. Thus only
the delegated administrator is allowed to access the message in
specific queue.
The solution should search a message in the queue and should have
multiple options.
The Solution should have option for end user notification for email
quarantining letter to be customized and click boxes that enable the
user to release e-mail, report false positives, add senders to allow-or-
block lists and direct links to personal email management portal.
The solution should allow where Administrator can specify which
queues can be accessed by end user.
The Personal management portal should be a web-based UI for end
users.
The solution should allow email reply to release the email quarantined
by solution.
The solution should support native system backup and software
update functionality.
7 Logs and
Reporting
The solution should support real time graphical and chart based
dashboard for the summary of email filtering activities.
The solution should pre-built report templates which the
administrator can use for generating reports.
The solution should support custom report creation in HTML, Excel
and PDF.
The solution should have capabilities to automatically deliver reports
based on schedule to selected recipients
The solution should be able to consolidate reports from multiple boxes
for centralized logging and reporting.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 118 of 242
The solution should provide detailed information on messages to
comprehensively track messages.
The solution should allow parameters to be defined for searching
message logs.
The solution should have True Source IP Detection and Connection
Blocking feature should work even if Email Security is deployed
behind Corporate Email Relay Server/Firewall SMTP .
The solution should have option to monitor traffic in real time for
easier troubleshooting
8 End user
manageme
nt
The solution should provide capabilities for end users to search on
quarantined messages specific to them.
The solution should allow end users to release mails from quarantine
if approved.
Automatic notifications should be sent to end users whenever mails
are quarantined for them.
The notification message to end users should be completely
customizable.
The solution should allow end users to create their own personal allow
and block lists.
The solution should allow administrators to define which queues can
be accessed by end user
The solution should have a central end user management portal for
multiple appliances.
9 Support The OEM should have own TAC center in India.
b) EMS
Sr.
No.
Specifications
Basic Requirements
1. Enterprise Management System should provide for end to end performance,
availability, fault and event correlation and impact management for all enterprise
resources that encompasses the heterogeneous networks, systems, applications and
databases present in the system. OEM should provide this compliance on a letter
head.
2. The Service Management solution namely Service desk (incident and problem
mgmt), Change and Release, Asset, Service Request/Self Service, Knowledge and
Service level management should be built on the same platform/code and leverage
the same common, shared configuration database with a unified architecture. The
same platforms should be used across all modules, requiring no complex
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 119 of 242
integrations to leverage the combined benefits offered by the integrated platform.
The solution should also have client automation tool.
3. The Service automation solution should be a unified solution supporting
provisioning, configuration management and compliance assurance across servers,
networks, databases and applications and should support end to end full stack and
dynamic server, network and application provisioning. Solution should provide for
future scalability of the whole system without major architectural changes. Solution
should be open, distributed, and scalable and open to third party integration.
Performance Management
4. The solution should provide Agent-based or Agentless Monitoring in a single
architecture – that will allow an organization to choose the level of management
required and deploys the right-sized solution to meet those requirements. The
agent and agentless monitor should be able to collect event/fault, performance and
capacity data and should not require separate collectors.
5. The solution should reduce manual customization efforts and should speed-up
problem identification and resolution of the IT performance anomalies with
intelligent events.
6. The solution should accelerate problem isolation through accurate analysis of
probable cause through end-to-end correlation.
7. The solution should have the capability to identify probable root cause using a
variety of filtering and statistical correlation methods to shift through every metric
to determine their relevance to the issue being researched.
8. The solution should possess capabilities that deliver self-learning capabilities to
virtually eliminate the ongoing costs of manual threshold, rule, and script
maintenance.
9. The solution should be able to generate dynamic performance baselines and
continuously update and refine these normal operational bands by automatically
adapting the changes in enterprise infrastructure.
10. The solution should have predictive analytics and intelligence in-built into it so as
to detect any anomaly before it could potentially hit the threshold thereby giving
enough lead time to users to resolve the issues before the threshold is breached.
11. Solution should carry out automated probable cause analysis by picking up feeds
and scoring to reduce the number of alerts generated thereby helping operations to
identify the probable cause without having to write complex rules for correlation.
12. Solution should carry out auto-diagnosis on occurrence of an type of event and
should provide the ability to extend this based on users knowledge.
13. Should be configurable to suppress events for key systems/devices that are down
for routine maintenance or planned outage.
14. The solution should provide end users with the ability to search for known errors
and knowledgebase.
15. Solution should be able to score the events and display the highest impacting
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 120 of 242
events in descending order.
16. The Solution should offer the ability to monitor custom/homegrown applications.
17. The solution should integrate network, server, application and database
performance information and alarms in a single console and provide a unified
reporting interface for all network and system components. The current
performance state of the entire network and system infrastructure shall be visible
in an integrated console.
18. Should automatically create Service models to describe how IT infrastructure
supports business services.
Capacity Management
19. The solution should be extensible enough to support capacity planning and
optimization with data collected through the same performance management agent
across Servers (physical / virtual), storage, databases, and Network
20. Should provide flexible integration capabilities, open
data model and proven enterprise scalabilities
21. The Solution should be comprehensive in providing process-level and workloads
data collection capabilities including support for modeling multi-tier application
workloads
22. Should provide user friendly simulation modeling for e.g.: provide automatic
Queue Length calibration, discrete event, model based, etc
23. Capabilities to provide strong forecasting capabilities for e.g. seasonality,
automated algorithms and by-exception capabilities
24. Should provide support for optimal allocation for dynamic provisioning and well
integrated with Cloud Lifecycle Management, if needed.
25. Provide sophisticated cost modeling capabilities and chargeback mechanism for
Capacity management
Network Management
26. The Network Management function must monitor performance across
heterogeneous networks from one end of the enterprise to the other.
27. It should proactively analyze problems to improve network performance.
28. The Network Management function should create a graphical display of all
discovered resources.
29. The Network Management function should have extensive reporting facility,
providing the ability to format and present data in a graphical and tabular display
Discovery
30. Discovery solution should do a complete discovery of IT environment across
distributed, virtual and heterogeneous environment and provide a clear and visual
mapping of IT infrastructure to business services.
31. Should support discovery of Physical, virtual, network, application, storage and
Deleted: intgerated
Deleted: modelling
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 121 of 242
mainframe resources.
32. Solution should support complete agent-less discovery requiring no software to be
installed on devices to be discovered.
33. Should Automatically map IT infrastructure to business services and building the
Application relationships completely agent less
34. Should support continuous updates of configuration & dependency data to CMDB
35. The discovery data should be fully auditable as to where it came from and what was
the method to retrieve that.
36. Should support troubleshooting and diagnostics for any discovery scan failures.
Presentation
37. Business owners should be able to graphically view the health of their business
services and its related tickets.
38. The IT organization should be able to view their tickets by business service and
impact from the same solution.
39. Solution should have the ability to display the events in a table, service,
infrastructure, tree views. It should provide each user the ability to select or view
the events as per their convenience.
40. Should support advanced filtering to eliminate extraneous data / alarms in Web
browser and GUI.
IT Service Management
41. The Solution displays the complete ITIL process flow for Incident, Problem, and
Change Management. The solution should have the capability to automatically
create a copy of the ticket to an archival server based on conditions like after a
particular date or every ticket/change or assigned to a particular group etc. The
solution should provide email based interactions allowing ticket creation, update
and approval of request. The support person can interact with the end users
through chat in built and add those chat transcripts in the ticket. The solution
should give all the details related to a particular business services. The system
should have graphical interface to define, visualize and update ITIL processes
42. At each stage in the cycle of the incident, the system should prompt users on the
status and the missing information that is required to complete the flow through
Assignment scripts
43. In case any process step is missed, the system prompts users to complete that step
before they move to the next step.
44. Solution should support reporting on the process flow to allow management to
understand how organization is performing in terms of process adherence.
45. Solution should support multi-tenancy with complete data isolation as well as with
ability for analysts based on access rights to view data for one, two or more
organizational units. Also the ability to restrict to particular organizations.
46. Solution should provide L1 engineer an ability to see the list of assets used by the
Deleted: through Service Management Process Model (SMPM)
Deleted: <#>¶The solution should have Service Management Process Model in built based on ITIL v3 best practices. ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 122 of 242
end user. This list should be displayed within the ticket (incident, Change and
Release, Problem etc).
47. The solution should provide chat capabilities to the End Users
48. The solution should support social collaboration like Live Twitter feeds, RSS feeds,
Salesforce chatter feeds etc.
49. Should provide relationship viewer to L1 from within the ticket. The relationship
viewer should display the dependencies and impact relationships to other assets
and users.
50. Solution should automatically provide solutions from the knowledge base to L1
51. L1 should be able to view detailed configuration of a selected asset (E.g. - amount of
CPU, RAM, Disk Space, IP address, software installed, software used etc). Should
be possible to do this from within the ticket.
52. The solution should be bundled with a tool that will allow administrators to
customize the GUI using a point-and-click interface to add and change forms,
objects, and fields in forms.
53. Workflow must be able to perform notification via email, pager, SMS and the have
provision to interface with other communication modes. The solution should
provision the administrator to create new or modify existing workflow by using
actions like set fields, push fields, SQL query etc.
54. Provide the ability to develop workflow for data level operations like record create,
update, modify and delete operation. Same workflow could be executed for both
Window and Web client.
55. Provide option for approval engine so that any customized applications developed
could incorporate the hierarchy, role based, level based, ad-hoc approval structure.
Include notification and escalation capability if approval is not performed.
56. The solution should provide the functionality of executing searches to the entire
database. It should be possible to provide query criteria using AND, OR conditions.
This allows the users to create and view workflows/reports based on their needs
rather than using only the set of workflows/reports provided out of the box.
Incident/Problem Management
57. Flexibility of logging incidents via various means - web interface, client interface,
phone, auto integration with EMS tools.
58. Service Desk solution should allow detailed multiple levels/tiers of categorization
on the type of incident being logged.
59. Service Desk solution should provide classification to differentiate the criticality of
the security incident via the priority levels, severity levels and impact levels.
60. It should allow SLA to be associated with a ticket based on priority, severity,
incident type, requestor, asset, location or group individually as well as collectively.
61. Solution should support fast service restoration leveraging previous incident data
through Incident matching
Deleted: Live as well as Virtual Agent
Deleted: through Common Data Model database
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 123 of 242
62. It should be possible for L1 to view the 'Health of a selected Service' from within the
ticket.
63. The health view should be consistent across platform (Windows & flavours of
UNIX).
64. Should support automatic assignment of ticket to the right skilled resource based
on business priority Ex - Database crash issue need not be assigned to an L3 DBA
unless the business service is completely down.
65. Asset causing the business failure and business service that has failed should be
automatically related to the ticket.
66. It should be possible to architect a decentralized service operations (across OS,
database and application versions).
67. Should be able to implement a Follow the sun support.
68. Should be able to consolidated view/reports across locations while maintaining
localized views/reports.
69. For integrations with other EMS/NMS tools, various options for integration should
be provided - APIs, web services, SDKs.
70. It should have an updateable knowledge base for technical analysis and further
help end-users to search solutions for previously solved issues. Should support full
text search capabilities.
Change Management
71. Should support Change Impact and change collision detection based on affected
CIs from CMDB.
72. Solution should provide for Change Calendar with periodical views.
73. Should support self service change request and fulfillment with standard change
requests via service catalogue.
74. Should support Incident & problem driven change-release-deployment activities.
End to End Release Management workflows should be supported with in-built
rollback capabilities.
75. Should support unified change and release tools (planning, risk assessment,
scheduling, and execution tools) for complete enterprise across virtual & physical
environments, applications, etc.
Asset Management
76. Should manage complete lifecycle starting with the initiation of the procurement
through to retiring and (if applicable) harvesting unused software.
77. Should be integrated with ITSM Solution (Service Desk, Change and Release
Management, Problem Management, Service Level Management) for maintenance
and support of assets.
78. Should support IT Business Management data and metrics to manage asset
lifecycle TCO, ROI and Depreciation from acquisition to support to retirement.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 124 of 242
79. Should support Integration with supplier, contract, e-procurement data.
Configuration Management
80. The Configuration Management Database should support multiple datasets with
federation and reconciliation facilities so as to get data from various discovery tools
and also through manual import process.
81. The Configuration Management should support Definitive Software and Media
Library with content updates on a periodic basis.
82. Normalization of data should be possible along complete definitive media library –
software, hardware with standardization on attributes.
83. Reconciliation of data should be possible with multiple data providers based on
common attributes and ability to define precedence rules on attributes.
84. Federation of external data sources should be possible with ability to store common
attributes inside CMDB and getting other attributes from external data sources in
real time.
85. Should provide best in class integration capabilities with CMDBf compliant APIs.
86. Should Provide a single shared view of services supporting Service Design,
Transition and Operations stages of the lifecycle.
87. Should Provide a Service catalogue (Technical, Business Service Offerings etc.) so
as to establish a framework for Service definitions based on IT and business
alignment.
88. Should Provide Service blueprints to describe functional and deployment models
for the Service definitions.
Service Level Management
89. Solution should support comprehensive SLA management platform that cuts
across Infrastructure Management and Service Management. For e.g. monitors and
reports across different KPIs like infrastructure (CPU utilization, disk space),
response times , resolution times (eg. incident closed on 2 hours) performance and
custom parameters of an enterprise.
90. Have a consolidated, automated graphical report for SLA compliance with ability to
drill down to reason for non-compliance".
91. Manage service levels for delivery and support of business services.
92. Fast, repeatable process for defining and capturing service level measurements.
93. Real-time visualization of service level targets, agreement compliance data,
penalties and rewards.
94. Should support compliance and cost trending to assist in identifying areas for
process and operational improvements.
Service Request Management
95. Should support single service catalogue for requestable services
(Technical/Business Offerings), spanning both IT and non-IT domains.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 125 of 242
96. Should provide for Service Requests Workflows and Fulfillment definitions for
commonly used IT/non-IT services.
97. Catalogue based on User profile and Visibility
98. Various types of Customer profiles are supported, for ex: Gold, Platinum, Silver.
99. Integrates with any underlying service management for request fulfillment.
100. Ability to load dynamic information based on the field chosen.
101. Ability to position both Custom-made and Standard Requests
102. Should send notifications to Customers based on the status.
103. Should have the ability to extend and create new service request.
104. Should have predefined catalogues that cover specific use cases
105. Should be completely web based and should be accessible from an unified portal
106. The Solution should provide a centralized Dashboard that picks up relevant
business metrics from the monitoring and service management solution - Business
Perspectives – Business-centric dashboards giving at-a-glance visibility to key
operational initiatives
Business Service Management Dash Board and Analytics
107. Business owners should be able to graphically view the health of their business
services and its related tickets pertaining to Business applications like Motor
Banking, ERP, Messaging, Claims processing, Group banking etc
108. Business owners should have a clear view of the extent of impact to their business
services and if need be the reason behind the impact.
109. The IT organization and business stakeholders should be able to view their tickets
by business service and impact from the same solution
110. Solution should have the ability to display the events in a table, service,
infrastructure, tree views. It should provide each user the ability to select or view
the events as per their convenience
111. Should support advanced filtering to eliminate extraneous data / alarms in Web
browser and GUI.
112. These dashboards need to be dynamic that allows user to drag and drop these
metrics and create custom dashboards without any coding.
113. Apart from built-in sections, users should also be able to create custom sections
that can reference out to custom metrics stored in the monitoring tools databases
or other sources as per the business requirements
114. It should be possible to restrict access to data available in the sections as per the
user rights of the users. Profile based data access.
115. For each section, user should be able to select the time frame to report on data.
This could be monthly, quarterly, half yearly, yearly or custom dates
116. The Dashboards should support rich formatting capabilities to represent the data,
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 126 of 242
this includes different chart formats and PDF.
117. The Solution should come with standard report on overall business service health
and performance.
Reporting
118. Should provide for OOB Reports for Service Support and Service Delivery processes
through a unified portal
119. Should have ability to have a consolidated view of data collected from different
types of operations (E.g. - SLA compliance for a selected business service, it's
dependent SLAs, OLA and UPCs, it's changes by priority, open incidents by priority
and status, it's assets and individual asset compliance, patches installed and
compliance to patches etc) and displayed in a universal portal.
120. Provide users (based on role) to drill down to specific report/data on a need basis.
121. Ability to create custom KPI metrics and scorecard/compliance reports that are
updated automatically.
122. Single dashboard provides the as-is scenario by consolidating the data across the
organization.
123. Should support and Correlate KPIs from multiple disciplines.
124. Should support top down dashboards with drill down capabilities into detailed
information.
125. Should support multiple views with flexible pod-like structure along with role
based access.
Server Automation
126. Should support all major OS and virtualization platforms.
127. Should Support comprehensive and configuration-level roll-back for changes.
128. Automated provisioning for physical, virtual, and cloud-based environments.
129. Policy-based, Cross-Platform patch support across Windows, Linux, and Unix.
130. Support compliance Policies for regulatory and security standards with integrated
exception documentation.
131. Support Granular and environment-aware configuration policies and deployment.
132. Automated packaging, promotion, and deployment of applications.
133. Should support cross-platform and reusable packaging with built-in rollback
support.
134. Should maintain complete configuration for all managed servers at completely
granular level ensuring any minor change is also tracked and reported on.
135. Should have ability to monitor the parameters in real time and confirm compliance
to security policies.
136. Integrated with Closed loop change Management workflows that monitor and track
these compliance changes.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 127 of 242
137. Should have audit capabilities that compare the server status to policies defined in
real time.
Database Automation
138. Should provide automated provisioning of standalone and clustered databases,
including complex dependencies across all platforms
139. Should support automated ―Pre‐Flight Checks‖ against hundreds of prerequisites to
validate environment readiness before changes
140. Should have the capability to provide
automated upgrades and patching for standalone and
clustered database
141. Should be tightly integrated with Change and Release management to deploy and
document the change across multiple databases and database cluster
142. Should have "Model-driven Configurations" to automatically adjust for complex
database interdependencies
Network Automation
143. The solution should be able to support configuration management across the
network infrastructure, including routers, switches, firewalls, load balancers,
wireless access points, and other network devices.
144. The solution should be able to instantly provide the who, what, where, and when of
planned, unplanned, and unauthorized network changes.
145. The solution should be able to audit and enforce configuration standards, such as
those around security, performance, and routing which would help in proactively
assessing the impact of change and also quickly recover from problematic changes".
146. The solution should be able to dynamically create scripts to allow for changes to be
pushed into the device without having to reboot the device (i.e., non-disruptive
rollback).
147. The solution should be able to provide the mechanism to push access control lists
(ACLs) into a device without exposing the device to potential security
vulnerabilities".
148. Should support Standard Authentication Methods, Role Based Access Control
(RBAC), Realms and Groups, Sensitive Data Masking, Telnet SSH proxy.
Storage Monitoring
149. Disk Arrays
150. Detects failures on the disks and controllers
151. Monitors key performance metrics (controller utilization, response time,
cache, etc.)
152. Reports on data traffic and I/Os (physical disks, controllers, LUNs, array)
153. Monitors the environment (temperature, fans, power supplies)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 128 of 242
154. Detects fiber links problems (external and internal)
155. Generates instant reports on disk space consumption (total and per volume,
oversubscription, etc.)
156. Reports on the power consumption of the disk array (in Watts and kWh)
157. Fiber Switches
158. Monitors the environment (temperature, fans, power supplies)
159. Monitors the fiber links (port, light, connection, speed, etc.)
160. Reports on the utilization of each fiber link (traffic, total amount of data per
hour or per day, bandwidth utilization)
161. Reports on the power consumption of the switch (in Watts and kWh)
162. Tape Libraries
163. Backup and restore activity and performance
164. Detection of backup and restore errors
165. Devices and media
166. Log and database storage
167. Backup servers, services and daemons
Workflow Automation
168. Tools should support workflows for leading 3rd party vendors including
virtualization and storage vendors.
169. Tool should support process, Data abstraction/ Workflow Reuse.
170. Platform and process upgrades should not require extensive workflow updates.
171. Workflow execution should have both automatic and semi-automatic modes of
execution.
172. The tool should support a flexible architecture that seamlessly incorporates high
availability at a work-flow level.
Batch Job and Workload Automation
173. Solution should allow for batch discovery to ensure the CMDB contains up to date
Batch Service data.
174. Should provide both Agent-based & Agent-less scheduling of batch jobs on all
platforms.
175. Solution should have a single Entry point to schedule, monitor and manage batch
jobs across Distributed environments.
176. Solution should provide a centralized GUI to view colour oriented job status, check
logs and view output for last 5 or more days.
177. Solution should provide user ability to map the key business impacting jobs into a
service and enables the Service Monitoring to integrate into Service Desk and
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 129 of 242
Service Impact Management for any failure or delays.
178. Solution should have the ability to forecast the schedule for a future date and
simulate the flow of jobs in terms to the estimated start and end times of jobs and
business services with option to add what-if scenarios for better simulation.
179. Solution should have an ability to execute SAP R/3 Programs, BW Programs, Data
Archiving Programs & Business Objects reports and provides specific interface for
it as well as ability to integrate with Oracle, MS SQL & DB2 database to schedule
and run the SQL scripts, open queries, Stored procedures and SSIS packages and
provides out-of-box interface for it and not through wrapper scripts.
180. Solution should have ability to schedule; trigger and monitor file transfers across
the enterprise using sftp, ftp, compression, encryption, decompression and
decryption, restart from point of failure and provides out of box interface for it.
181. Should support workload management by defining policies for efficient job
submission to servers based upon the CPU, Memory usage and time periods.
182. Solution should also Self Service functionalities to Business users and presents a
view of the workload services relevant to them so that they can submit service
request through a service catalog. The proposed solution should also be in the
Gartner Leader Quadrant
Application Performance Management
End User Experience Management
183. Deployment & Ongoing Use
184. Easy to install for on-premise Management Console (in minutes)
185. Software-as-a-Service (SaaS) deployment option for Management Console
186. Ease of integration into existing network infrastructure
187. Deployment as a Virtual Machine on premises if needed
188. No instrumentation needed in application for end user experience - understands
end user behavior from a wire-only perspective
189. Discovery of all sites, urls, requests and responses without requiring rules
190. Ability to define and categorize traffic by any part of url, site, POST, Query, etc.
191. Ability to support compound logic including AND, OR, Boolean and Regex to
categorize traffic
192. Discovery of new sites and urls as soon as they show up on the wire
193. Ability to store/deploy configuration and grouping rules as a simple file
up/download
194. Patch management over the web with appropriate user rights
195. Security Officer role controlling ability to see/not see secure data
196. Ability to deploy multiple collection points focused into a common analysis point
197. Simple SSL key logic for deployment
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 130 of 242
Performance Impact / Overhead
198. Zero performance impact to web site(s) for end user experience capture
199. Ability to start/stop solution independent of the web site itself.
200. Works with network TAPs, SPANs from switches or load balancers depending on
the client's need
Business Transaction Detection & Discovery
201. Ability to define custom errors based on any part of the request/response including
HTTP content
202. Ability to discover Usernames from any part of the authentication process - or later
in the session if necessary
203. Flexible Geographic Tracking, choosing client IP, X-Forwarded-For, or other user-
defined value
204. Automatic discovery of all key URLs and the performance (host, network, end-to-
end time) observed for each
205. Build data to full page understanding, not just individual requests (understands
container -> object relationship)
End-to-End Web Performance
206. Sees every user all the time in real time
207. Manages both real user and synthetic transactions with equal visibility
208. Manages both end user and web service (SOAP/XML) visitors with equal visibility
209. Captures end user visit data including ISP, Browser,
210. Understands network performance from a TCP perspective (out-of-orders, drops,
retransmits)
Performance Behavior Learning & Anomaly Detection
211. Automatic detection of what is normal for each key transaction on a web site
212. Self-learning over time, automatically deprecating/de-weighting data over time
213. Provides direct line-of-sight into impacted users during site-wide performance
problems
214. Considers number of impacted sessions as a key determinant in problem severity
215. Permits drill-down into a customer-defined number of dimensions, across
customer-defined dimensions
216. Can produce a full session transcript around impacted users, showing all pages,
with timings, errors and performance indicators as forensic detail for application
development to understand the source of problems
217. Permits the exporting of one or more sessions with an easy 'export' mechanism for
trouble ticketing
218. Performance Data Retention, Trending & Analysis
Deleted: or can work with data provided by only Akamai or end-users running javascript,
Deleted: ustomer
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 131 of 242
219. Ability to keep both a near-term store and longer term store to serve different
audiences
220. Ability to keep 90 days of performance data entirely within the solution at 5 minute
summaries
221. Ability to store transcript (end user visit) data securely for as long as client desires
222. Simple HTTP API's to take information to other interfaces both as summary or
transcript data
223. Simple integration with other event management solutions
Diagnostic Data Capture & Granularity
224. Records every request/response pair, including all objects delivered off origin.
225. Captures all security-permitted POST, Query, Cookie details visible on the wire
226. Sessionizes the data for all end users and web services, joining data into transcripts
showing the sequence and performance of all end users
Deep dive application diagnostics
227. Reduced Infrastructure foot-print with centralized dashboards and single pane of
glass encompassing all APM data
228. Fast time to value with quick installation and integration among the APM
components (less than half day)
229. Provide Very quick time to value for applications monitoring - 15 minutes per
application server
230. Provide a common agent for all Java app servers and automatic detection of
application servers and versions
231. Operations team must be able to deploy monitoring agent without extensive
knowledge of the code or involvement of development team
232. Must be able to deploy new applications without extensive manual reconfiguration
of monitoring
233. Support agile release methodology by providing automatic reconfiguration of
monitoring when new application versions are deployed
234. Must be able to deploy monitoring without extensive testing and tuning
235. Provide lightweight application deep-dive monitoring (code-level) , suitable for full
time production so problems don‘t need to be recreated with monitoring active or
in a test environment
236. Ability to drill down from real end-user issue to the line of code without losing
context (parameters, etc) without having to switch consoles or using an external
correlation engine
237. Ability to automatically configure monitoring to support different application
frameworks to avoid need for operations to understand technology in use for each
monitored application
Deleted: or from Akamai
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 132 of 242
238. Automatically provides categorization of framework into ―tiers‖ for ease of use by
operations staff (example: database, web, messaging)
239. Provide ability to define user configuration of custom tiers (example: mainframe
CICS)
240. Provide a single view with application latency, application server resources and
baselines for a captured transaction trace
241. Automatic generation of Application Flow Map for the transaction topology and top
level SQL, web service calls, messaging (MQ), etc
242. Ability to monitor users sessions getting HTTP errors and application exceptions
and drill down to the cause in the application code
243. Ability to identify which end user session was impacted by a specific application
error and see the context
244. Ability to share diagnostics data with development without giving them access to
production monitoring system
Proactive Application Operations correlation and analytics
245. Automatically learn the behavior (anomalies and dynamic baselines) for all service
components, including applications, infrastructure, real users and synthetic
transactions
246. Generate predictive alerts based on application and business impact at least four
hours prior to end user impact
247. Automatically diagnose the root cause of application events leveraging early alerts
derived from behavior learning, configuration changes, service relationships and
end user transactions
248. Automatically correlate real user events to application and infrastructure events
and provide single console one-click access to these linkages
249. Able to display business service models with real-time operational overlay from the
user location to transaction to application tier to the infrastructure
250. Provide a single pane of glass that illustrates graphically what end users are
impacted (if any) by an infrastructure issue
251. Provide a single pane of glass that illustrates graphically which application
infrastructure components are contributing to an end user issue
c) HIPS
Sr
No
Specifications
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 133 of 242
1 Server Security should perform HIPS along with log inspection, integrity monitoring
and host based firewall with single agent. It should help to detect attacks, software
misuse, policy violations and other forms of inappropriate activities.
2 HIPS should be able to monitor multiple systems, with one system being the HIPS
server and the others the HIPS agents that report back to the server.
3 Should be a complete datacenter and virtualization aware solution that provide
advanced protection for systems in the dynamic datacenter— from virtual
desktops/servers to physical, virtual or cloud server, or a combination of the
environment can be achieved. Should be supported on multiple operating systems.
4 Virtual Patching should be achieved by using a high-performance deep packet
inspection engine to intelligently examine the content of network traffic entering and
leaving hosts. Should provide automatic recommendations against existing
vulnerabilities, Dynamically tuning IDS/IPS sensors (Eg. Selecting rules, configuring
policies, updating policies, etc...)
5 Deep Packet Inspection should protect operating systems, commercial off-the-shelf
applications, and custom web applications against attacks such as SQL injections and
cross-site scripting
6 Solution should be capable of Information gathering about network hosts and their
activities, such as operating system, services, open ports, client applications and
vulnerabilities.
7 The solution OEM should deliver virtual patching updates within 24 hours of an
application vendor announcing a vulnerability in their system
8 DPI should have Application Control rules provide increased visibility into, or control
over, the applications that are accessing the network. These rules will be used to
identify malicious software accessing the network and provide insight into suspicious
activities such as allowed protocols over unexpected ports (FTP traffic on a mail
server, HTTP traffic on an unexpected server, or SSH traffic over SSL, etc.) which can
be an indicator of malware or a compromise.
9 Solution should work in detect only mode and prevent mode. Support automatic and
manual tagging of events.
10 Solution should provide policy inheritance exception capabilities. Also support
creation of custom DPI rule and provision inclusion of packet data on event trigger for
forensic purposes
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 134 of 242
11 Product should support CVE cross referencing when applicable? The solution shall
protect against fragmented attacks and should allow to block based on thresholds
12 Integrity Monitoring module should be capable of monitoring critical operating
system and application elements (files, directories, and registry keys) to detect
suspicious behavior, such as modifications, or changes in ownership or permissions.
13 Solution should have a Log Inspection module which provides the ability to collect
and analyze operating system, databases and applications for security events.
14 Minimum Features of Host-based Intrusion Prevention: Time to Time Signature
update. Monitoring and prevention from Intrusion attack.
16 In the virtualized environment, Should have an integration with the hypervisor to
achieve an agent less protection such as Antimalware, IDS/IPS and Firewall for all the
systems/ guest VMs running in the virtualization environment. In the Physical
environment, protection such as Antimalware, IDS/IPS and Firewall for all the
systems can be achieved with the single Agent .
17 Should have support for IPv6 and must be capable of blocking and detecting of IPv6
attacks.
18 Detects attacks that network-based systems miss
19 Well-suited for encrypted and switched environments
20 Solution should be EAL 3+ or higher certified .
21 Should have an Anti-malware working Agent based in Physical environment and
Agentless in virtualization with Real-time & Scheduled Scan configurable options like
defining exclusion list for certain file, directories, file extensions from scan, different
scan actions - Quarantine, Clean, Delete, pass etc. and even restoration of quarantined
files is possible.
22 Should provide predefined & customizable log inspection rules out of the box rules for
log collection from standard applications like OS, Database, Web Servers etc.
23 Should be able to generate detailed and summary reports. Reports can be scheduled to
be automatically delivered to the administrator via email.
24 Management Server should be installed on Windows Server 2003 and above,
Management Server should support Active Passive high availability configuration for
DC/DR setup
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 135 of 242
d) Storage Management Software (SMS)
i. Storage management software should protect the organization from the risks of
data loss and will help in reducing complexity, managing costs and address
compliance with data retention and availability requirements.
ii. Storage Management Software should improve the business continuity by
shortening backup and recovery times and maximizing application availability
with advanced data recovery management technologies.
iii. Storage Management Software should employ data duplication and a hierarchy of
storage to increase efficiencies and conserve resources.
iv. SMS should enhance data security with innovative access and encryption
features.
v. SMS should help the department to adapt to changes within the IT infrastructure
to minimize service disruptions and speed restorations and backups.
vi. SMS should increase the visibility into the data protection environment by
providing advanced features for operational monitoring and historical reporting.
vii. SMS should be able to create, manage and protect file shares and network
application storage.
e) Backup Software
S
No
Requirements
Backup Management Software
1 All backup/restore administration must be controlled by a centralized master
system
2 The master system must support the following systems: Windows
2000/2003/2008/2008R2/2012, Linux (x8664) /Solaris Sparc & Solaris x8664),
HPUX (Itanium) & AIX (PowerPC)
3 Master system must maintain a database for all backup/restore meta-data
Comprehensive reactive database format.
Easy to reconstruct against in the unlikely event of corruption.
Easily protected with an integrated backup and recovery plugin for the database
Bare Metal Recovery option for the Backup Master system.
4 Supported client systems include: Windows, Linux, Netware, Unix and Mac OS X
Platforms
5 Should be able to manage all master systems from different locations
6 The software must be based on Graphical User Interface (GUI) so that all backup
servers can be managed centrally, regardless of location
7 The tape format should be open standard MTF for Windows , and CPIO for Unix
/Linux for portability and independence.
8 The software must provide flexibility to backup to different media. These include
Deleted: <#>SMS should allow Host based replication and failover to IP based network.¶
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 136 of 242
disk-to-tape, disk-to-disk and interoperability.
9 The software should be able to automatically duplicate or migrate data from disk
to alternative target backup media to prepare for offsite storage
10 The software should be able to restore from alternative media without restaging
through the disk.
11 The software must have the ability to perform disk-to-disk backup via iSCSI or FC
SAN in sharing mode
12 The proposed backup solution must be able to support raw device backup – on
both Windows, Linux and Unix (IBM AIX, Sun Solaris & HP UX)
13 The proposed backup solution must be able to support consolidated (synthetic)
backup – for file system data on all platforms.
14 The proposed backup solution must be able to encrypt backup data at source –
and store with 128-bit or greater encryption with an option to encrypt data while
performing duplicate backup jobs from disk to tape.
15 The proposed backup solution must have user level access control list security
function. Each user has different permissions and privileges on the system.
16 The proposed backup solution should be modular in architecture, allowing for
components to be added and removed without requiring the backup system to be
shutdown.
17 Scalable, distributed architecture of Master Server, Media Server and Client,
enabling high-performance backup to direct-attached devices or SAN-attached
devices without scripting.
18 Shows real-time backup progress bar.
19 Feature for reporting on tape utilization, and drive configuration.
20 Systematic, menu-driven procedures for restoring data to alternate paths or
systems to simplify disaster recovery and recovery simulation.
21 Automatic robotic/tape drive configuration. No scripting required.
22 Allows multiple heterogeneous servers to be attached to the SAN switch and these
servers can dynamically share tape and disk devices in a SAN environment.
23 Logging information is filterable and can be output into text, HTML, or
spreadsheet-usable formats to facilitate the creation of graph and pie chart to
enhance the report for storage resource planning.
24 Ability to configure automated backups for specific days and weeks within a
month, while maintaining a simplified methodology for complex date scenarios.
25 Full backup and restoration capabilities management from remote location.
26 Network bandwidth compression for management of network utilization to reduce
loads when backup occurs during production time.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 137 of 242
27 Support for leading connectivity protocols :-
a. SANiSCSI / FC
b. NAS
c. Ethernet Technologies 10/100/1000/10000 BaseT
28 Must be capable of ―block level‖ backups for Bare Metal Recovery of Physical
servers
29 Should have specific agents to perform ―hot‖ backups from single vender without
any 3rd party integration. Database agent should have support for below
mentioned platform.
a) oracle on Windows/Linux and Unix
b) Informix on windows/Linux and Unix
c) Sybase on windows/Linux and Unix
d) DB2 on windows/Linux and Unix
e) MS SQL on window
f) MySQL on Linux and Windows
g) Postgres SQL on Linux and Windows
h) Ms Exchange on Windows
i) Lotus Notes in Windows/Linux and Unix
30 Should support server independent restore
31 Must be able to report tape utilization and view drive configuration in multiple
views.
32 Should have reporting capabilities
a. Full job completion report. Overview of the full backup jobs that were
successful, partially successful and failed for each day
b. Full backup data volume report. Overview of the total data volumes that
were backed up for each day
c. Average tape utilization report. Listing of the average amount of data stored
on each media l
d. Storage performance report. Average data throughput
33 Should meet the following Media Management capabilities
a. Allow tape library sharing among media servers
b. Allow individual tape drive sharing among media servers and allow for
reconfiguration without rebooting media servers
c. Tape drive sharing must support both iSCSI and Fiber based connections.
34 The software should be capable of performing latent restores on Windows
systems.
35 The software inbuilt reporting tool must has the ability to create customize reports
without any additional purchase of another reporting module or 3rd party
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 138 of 242
reporting module
36 Tape media scanning should be quick and easy to perform to rebuild a lost index
or re-import a tape with older backup data.
37 Backup Index /file catalogue should be able to be taken offline and then
compressed.
38 The software must has the ability to provide disaster recovery of Window and
Linux operating systems by use of a bare metal recovery technology.
39 The disaster recovery tool must allow backup of source (Server A) and restore to
target server (Server B) on window and Linux systems.
40 The size of index or catalogue file must be less than 100 bytes per
files/folder/directories that are being backed up.
41 Able to compress the index files automatically or by policy.
42 Able to import/scan the indexes using GUI without having to resort to the use of
CLI operations.
43 Ability to integrate with storage NAS snapshot based protection mechanisms by
providing control GUI module
44 Ability to support and manage snap shot based backup, and file based backup ―
under one roof ― while maintaining granular file level recovery.
45 Must support storage protocols such NDMP (version 3 & above). Please provide
interoperability matrix with storage appliance firmware/OS release compliance.
Specify specific features advantages aligned with the storage vendors
46 Must be able to utilize Direct Access Restore for NDMP technologies to facilitate
single file level restore.
47 Capable of providing Check –Point Restart for NDMP backup
48 Support for server virtualization especially VMWare & Hyper-V
49 Must be integrated with VMware VADP with D2D2T layout. Must be synchronized
with VMware VADP for data integrity.
50 Allows full VMware VADP backup by utilizing LAN, SAN and HotAdd advanced
transport mechanisms to optimize data transfer of virtual machine backups.
51 Must support virtual machine backup online and supports file level VADP
backups for virtual machines running Windows.
Continues Data Protection and DR
1 Please state Brand, Built & Version
2 Provides 60 seconds or less ,application-aware recovery for
MSExchange, MSSQL Server and Windows file system data to significantly reduce
downtime
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 139 of 242
3 Recovered data is uncorrupted and completely usable by the application on first
recovery eliminating the need for multiple, time-consuming manual recoveries
4 Must be able to continuously capture every MS Exchange /MSSQL transaction or
filecsystem write to high value, time-sensitive trail reminder
5 Must be able to recover a complete Exchange Server, individual Storage Group, or
individual file to
any-point-in-time
6 Must provide granular recovery of individual mailboxes or mailbox items without
performing additional brick-level backups which eliminates backup windows
7 Must have advanced search capabilities across all mailboxes without analyzing
individual mailboxes one at a time or using Microsoft Recovery Storage Groups
speeds up individual email restores
8 Must have tight integration with traditional backup technologies including
NetVault: Backup, Symantec Backup Exec, Symantec NetBackup ,EMC Networker
or IBM TSM
9 Must be equipped with Virtual On-Demand Recovery (VODR) to bring the
application up and available to users in seconds.
10 Must provide two-tier data history as such to able to maintain both continuous
history for any point-in-time recovery or long term snapshot history for fixed
point-in-time
11 Must be able to recover protected data to a alternate server or location across a
LAN or WAN. Recovery mechanism must automatically update Active Directory
and Domain Name Service (DNS) entries so users are routed to the standby
server immediately.
12 Must be able to protect virtualized Windows applications running under VMware
ESX, Microsoft Hyper-V or Citrix Xen.
13 Microsoft Cluster Support is mandatory.
14 Must be equipped with simple to use web-based management console with Point-
and-click configuration. Also should provide Wizard-based recovery.
15 Must be able to restore individual mailbox items to PST file .Users should be able
to restore individual items to a PST file for further analysis for discovery or
investigative purposes.
16 Should have support to replicate data with application awareness to Near DR and
DR Site
Host Base Replication
1. Brand, Built & Version
2.. True Cross Platform. Consolidates mixed environments with a single enterprise
wide solution and maintains replica of both file & metadata between
heterogeneous servers.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 140 of 242
3. Hybrid Replication support. Security of near synchronous replication over long
distances. Collects changed data synchronously & performs replication
asynchronously.
4. Data Encryption Support. Prevents third-parties from reading sensitive and
important information over network to protect company privacy.
5. Assures data integrity through data journaling and provides resiliency against
network outages.
6. Bandwidth Throttling for Scalability. Allows existing network connections to be
shared with replication and allows for control of bandwidth consumption during
replication.
7. Policy-based Replication. Provides defined replication sets to allow for replication
policies to be set/defined.
8. Tracks changes at the byte level and works at file system level.
10. Must be able to replicate RDBMS based applications with option to do automatic
failover.
Virtualized Backup
1. Brand, Built & Version
2. Provide the support VMware ESX and ESX(i) systems for backup,
replication and recovery
3. Offered solution must be Agent Less and should support the VA cluster and
should also support management server on VM itself.
4. Offered solution must support Storage repository CIFS, NFS and direct/SAN
attached storage
5. Allows full VMware VADP backup by utilizing LAN, SAN and HotAdd advanced
transport mechanisms to optimize data transfer of virtual machine backups.
6. Must support virtual machine backup online and supports file level VADP
backups for virtual machines running Windows/Linux.
6.5.19 Minimum Technical Specifications- Hardware at DC & DR
f. Server Load Balancer
S.No Feature description
1 8 *10/100/1000Mbps Ethernet Ports and should support 2x10Gig ports
2 Memory: Minimum 8 GB
3 Minimum of 5 Gbps throughput and scalable to 10 Gbps throughput.
4 Minimum of 3 Gbps SSL throughput
5 Minimum of 14000 SSL connections scalable to 25000 SSL connections
6 Appliance should provide full ipv6 support.
Server Load Balancing Mechanism
Deleted: Offered solution must support Storage repository CIFS, SFTP, NFS and FTP as target storage.¶
Deleted: – minimum 4 ports
Deleted: and OEM should be IPv6 gold-certified. OEM should be listed vendor for ipv6 phase-2 certification
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 141 of 242
7 The appliance should support server load balancing algorithms i.e. round robin,
weighted round robin, least connection, Persistent IP, Hash IP, Hash Cookie,
consistent hash IP, shortest response, proximity, snmp, SIP session ID, hash header
etc.
8 Extensible policies (epolicies) scripts to implement business logic on network
without any changes in application code.
9 Should support one arm, reverse and transparent proxy mode deployment scenarios
and should support nested layer7 and l4 policies.
Redundancy Features
10 o Supports Active-Active and Active-Standby Redundancy
11 Should provide comprehensive and reliable support for high availability and N+1
clustering with active-active and active-standby support.
Server Load Balancing Features
12 Should maintain server persistency based on source ip and destination ip, http
header, url, cookie and SSL ID.
13 should support layer4 and layer 7 load balancing for HTTP/HTTPS, FTP/FTPS, SIP,
RTSP , RDP, TCP, TCPS and UDP protocols
14 Should maintain server persistency based on source ip and destination ip, http
header, url, cookie and SSL ID.
15 The appliance should support multi port, scripted and custom health check with
content verification
16 Should provide application & server health checks for well known protocols i.e. ARP,
ICMP, TCP, DNS, RADIUS, HTTP/HTTPS, RTSP etc..
17 The appliance should have and/or relationship to check various dependencies for
the application delivery
18 should support layer4 and layer 7 load balancing for HTTP/HTTPS, FTP/FTPS, SIP,
RTSP , RDP, TCP, TCPS and UDP protocols
Load Balancing Applications
19 Should provide performance optimization using TCP connection multiplexing, TCP
buffering and IEEE 802.3ad link aggregation.
20 should support TCP optimization options including windows scaling, timestamp &
Selective Acknowledgement for enhanced TCP transmission speed.
21 TCP optimization option configuration should be defined on per virtual service basis
not globally.
22 Appliance should provide real time Dynamic Web Content Compression to reduce
server load.
23 should provide selective compression for Text, HTML, XML, DOC, Java Scripts,
CSS, PDF, PPT, and XLS Mime types.
24 should provide have provision to define policy to skip compression for selected
trouble URL (RegEx, Web Objects) for the specified Virtual.
SLB should support below Management options
25 Role based access control for granular authentication and authorization.
Administrator should able to define multiple roles namely Admin,Security-admin,
Network-Engineer, Network Monitor, Network Manager on the appliance
26 The appliance should have extensive report and logging with inbuilt tcpdump like
tool and log collecting functionality
27 The proposed SLB should be accessable as per the following: Deleted: The appliance should have SSH CLI, Direct Console, SNMP, Single Console per Cluster with inbuilt reporting
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 142 of 242
• Using the CLI,
• Using SNMP,
• Using the Browser-Based Interface,
• Using the Management Port, with inbuilt reporting and single window console.
28 Should support XML-RPC for integration with 3rd party management and
monitoring
29 The appliance should provide detailed logs and graphs for real time and time based
statistics
30 Appliance must support multiple configuration files for better availability and easy
upgrade / fallback.
31 The system should support led warning and system log alert for failure of any of the
power and CPU issues
g. Blade Chassis Specification
Sl.
No
Features Specifications Required
1 Form Factor Max 10U Rack mounted Chassis to house at least 14 Compute
Nodes. Chassis configured should not only support current
generation of processors but should support future processor
technology.
2 IO Modules Min Four high-speed switch bays capable of supporting I/O
architectures in Ethernet, FiberChannel, FCoE and Infiniband
3 Ethernet IO
Module (10GB)
2 x 10 GBPS Ethernet switch with L2 and L3 capabilities, VM
ready support for 802.1Qbg standards. Each Switch should have
100GB uplink capability and should be scalable to provide atleast
220GB uplink capability. Switch configured should have following
features like
Non-blocking architecture with wire-speed forwarding of traffic,
Media access control (MAC) address learning: automatic update,
support of up to 1,28,000 MAC addresses VRRP for Layer 3
router redundancy, Layer 2 Trunk Failover to support
active/standby configurations of network adapter teaming on
compute nodes, 802.1Q VLAN tagging support on all ports,
VLAN-based, MAC-based, and IP-based ACLs, Support for IEEE
802.1p, IP ToS/DSCP, and ACL-based (MAC/IP source and
destination addresses, VLANs) traffic classification and
processing, IP v4 and IP v6 Layer 3 functions, Virtual Machine
ready, Simple Network Management Protocol (SNMP V1, V2, and
V3)
4 Fibre Channel IO
Module
2 x 8Gb FC SAN switches required but IO Bays should support for
both 8Gb and 16Gb FC SAN Switches. SFP should be supplied
along with the switch.
Deleted: with 2 bootable partitions
Formatted Table
Deleted: shoule
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 143 of 242
5 Midplane Chassis should have a highly reliable mid plane for providing
connectivity of the shared resources to the compute nodes in a
highly reliable manner.
6 Power Modules Redundant power modules t0 provide N+N or N+1 redundancy
and should provide 92% efficiency at 100% load.
7 Chassis
Management
Module
Integrated two redundant chassis Management Modules
providing IP based management of the compute nodes and vital
elements like FC and Ethernet Switches. Should also provide for
controlling Power, Fan management, Chassis and compute node
initialization, Switch management, Resource discovery and
inventory management, Resource alerts and monitoring
management, Chassis and compute node power management and
diagnostics for elements including Chassis, I/O options and
compute nodes.
9 Network
Management
Should provide for the following Network Management
Capabilities for chassis internal switches:
• Management of network switches from a variety of vendors.
• Discovery, inventory, and status monitoring of switches.
• Graphical network topology views.
• Support for KVM, VMware virtual switches, and physical
switches.
• VLAN configuration of switches.
• Integration with server management.
• Per-virtual machine network usage and performance statistics.
• Logical views of servers and network devices grouped by subnet
and VLAN.
10 System Panel LEDs/LCDs on the front information panel that can be used to
obtain the status of the chassis Identify, Check log and the Fault
LED/LCD
11 Support for
Multiple
Platform
Should provide support for multiple platforms in x86/ RISC/EPIC
servers within the same enclosure.
12 RACK with TFT
monitor
42U Floor RACK with Dual redundant Power distribution Units &
Foldable 1U 17" TFT flat panel console kit with key board and
integrated pointing device & connecting cable. Rack should be
same make of Servers.
h. Blade Servers Specifications
S.
No
Component Specifications
1 CPU 2 x Intel Xeon six Core E5-4610 CPU @ 2.4 GHz or
better and expandable upto 4 processors.
Deleted: . Power supplies configured should be 80 PLUS Platinum certified
Deleted: provided to VMControl
Deleted: 10 ...
Deleted: 2
Deleted: 3
Deleted: and
Deleted: 4
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 144 of 242
2 Cache L3 15 MB of L3 Cache
3 Chipset Intel Chipset C600
4 Memory 128GB DDR-3 LR DIMMS Memory Upgradeable to
768GB (24DIMMS Slots)
5 Memory protection support ECC, Memory Mirroring, Memory Sparing
6 SCSI Controllers Integrated/Addon Hardware Raid Controller to
supports Hardware Raid RAID 0, 1
7 Disk Drives 2 x 200GB SATA SSD Hard Disk Drive, Server should
support Hardware Raid controller supporting Raid 0
and 1.
8 Graphics Controller 16MB SDRAM
9 Ethernet Adapter Server should be configured with 2 Number of 10G
Ethernet ports, also support FCOE and ISCSI
functionality on demand. Should support Future
upgradability to at least two more 10Gb ports.
10 Fiber Channel HBA
Connectivity
1 x Dual Port 8Gbps Fiber Channel Expansion Adapter.
PCIe slot should also support 16Gbps Fiber Channel
ports from Day1.
12 I/O Expansions 2 x PCI Express 3.0 interface
16 Warranty 3 Years Onsite Comprehensive Warranty
17 USB Should support 3 USB ports
18 Failure Alerting
Mechanism
The server should be able to alert impending failures on
maximum number of components. The components
covered under alerting mechanism should at least
include Processor, memory and HDDs
19 Server Management
Software
Server should be supplied with OEM Server
Management software
20 OS Microsoft Windows Server 2008 R2, Red Hat
Enterprise Linux 5 and 6, SUSE
Linux Enterprise Server 10 and 11, VMware ESX
i. Data Base Server (Rack)
Deleted: HS
Deleted:
Deleted: MLC
Deleted: USB ports:
Deleted: one external. Two internal for embedded hypervisor
Deleted: Support
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 145 of 242
S. No. Components Specification
1.
Processor/
CPU
Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz
processors with 24MB cache, 64bit technology or higher
2. Chipset Intel 7500 Chipset or better
3. RAM / Main
Memory
Minimum 256GB of PC3 10600 Registered ECC DDR 3
RAM upgradeable upto 1TB.
4. Hard Disk
capacity &
type
Min. 4 x 200 GB SFF Enterprise class SSD
5. RAID Controller Compatible RAID Controller with 512 MB Cache for SSD
and to be configured with RAID 5
6. Network
Interface
Minimum 2 x Gigabit Full-Duplex Ethernet ports
W/TCP IP offload
Engine & Wake On LAN feature
7. Ports Ports for Keyboard & Mouse, Min. 2 USB Ports, 1
Remote Management
Port
8. Graphics Integrated standard graphics controller
9. SAN
Connectivity
& HBA
2 x 8 Gbps FC HBA PCI-X/PCI-e based required to
configure redundant
SAN adapters.
10. Form Factor Rack Mountable (note more than 4U)
11. Free Slots Min. 2 Free 64 bit PCI-Express Slots (after populating
all the cards)
12. Removable
Drive
Internal IDE/ SCSI DVD-ROM Drive
13. Operating
System
Microsoft Windows Server 2008 R2, Red Hat Enterprise
Linux 5 and 6, SUSE Linux Enterprise Server 10 and 11,
VMware ESX
14. Power supply Redundant Hot-Swappable Voltage-sensing power
supplies and
Variable-speed Fans
15. Certification OEM ISO 9001 Manufacturer/ UL/ FCC/ RoHS and
should be certified on the supplied OS Version
16. Server
Management
Dedicated Hardware Controller based Management
along with OEM
Server management software
j. Storage Area Network (SAN)
1. SAN controller
1.1 Dual Active Controller
2. Cache
2.1 16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32 GB
Deleted: ,
Deleted: ,
Deleted: ,
Deleted:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 146 of 242
3. Host interface
3.1 For front-end host connectivity, the storage system should be configured with
sufficient number of 4/8Gbps FC ports or SAS port with sufficient SAS links,
so as to provide an aggregated total bandwidth of at least 32Gbps across all
the controllers.
4. Drive interface
4.1 For back-end connectivity, the storage system should be configured with
sufficient number of 4/8Gbps FC ports or sufficient 6 Gbps of SAS-II back-
end ports/ lanes across all the controllers so as to provide an aggregated
bandwidth of at least 16Gbps across all the controllers.
5. RAID levels Supported
5.1 0, 1, 5 / 6
6. Fans and power supplies
6.1 Dual redundant, hot-swappable
7. SAN support
7.1 Box should be compatible of SAN environment
8. SAN specifications shall have the following
1. The storage array shall be configured with at least 16 GB cache scalable to min 32
GB mirrored across two storage controllers for disk I/O operations.
2. Storage subsystem shall support SSD/SAS drives or equivalent drives in the same
device array
3. Presently, the storage sub system shall be configured with 300 GB/ 450 GB of
Performance drives and 750 GB or higher on SATA / equivalent for archiving
purpose.
4. The storage system must provide upgrade path to larger or future array controller
and software technology while maintaining the existing investment.
5. All the necessary software to configure and manage the storage space, RAID
configuration, logical drives allocation, virtualization, snapshots (including snap
clones and snap mirrors) for supplied capacity etc.
6. Redundant power supplies, batteries and cooling fans and data path and storage
controller.
7. Load balancing must be controlled by system management software tools.
8. The multi-path software should support the supplied storage and operating
systems.
9. The storage array must have complete cache protection mechanism either by de-
staging data or providing complete cache data protection with battery backup for
up to 72 hours or more.
10. The storage system should be scalable from 30 TB to 60 TB of raw capacity using
40% on SAS drives and 60% on Near SAS or equivalent drives using the same
configuration as Quoted in this tender. The Storage should have at least 4 ports of 4
Gbps Frontend ports and 4 no‘s of back end ports of 4 Gbps the storage array must
have the capability to do array based remote replication using FCIP or IP
technology.
11. The storage array should support block level Synchronous and Asynchronous
replication across heterogeneous storage arrays from different OEMs.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 147 of 242
12. The storage array should support Operating System Platforms & Clustering
including: Windows Server 2003 (Enterprise Edition), Sun Solaris, HP-UX, IBM-
AIX, Linux / Solaris for x86. Any software or license required to enable connectivity
to these OS should be included.
13. Storage should support non-disruptive online firmware upgrade for both
Controllers and disk drives.
14. The storage array should support hardware based data replication at the Block level
across all models of the offered family.
15. Should provision for LUN masking, fiber zoning and SAN security
16. Should support storage virtualization, i.e. Easy logical drive expansion.
17. Should support hot-swappable physical drive raid array expansion with the
addition of extra hard disks
18. Should be able to support clustered and individual servers at the same time.
19. Should be able to take "snapshots" of the stored data to another logical drive on a
different Disk/RAID Group for backup purposes
20. Should be configured with "snapshots and clone"
21. Vendor should also offer storage performance monitoring and management
software.
22. The vendor must provide the functionality of proactive monitoring of Disk drive
and Storage system for all possible hard or soft disk failure
k. Tape Library
i. Tape drives
1. Minimum 2 latest generation LTO drives. .
ii. Interface
1. Fiber Channel Interface
iii. Other Specifications
1. Should have sufficient speed backup to Tape Library in High Availability for
backing up data from the SAN without any user intervention.
2. Should be able to backup 50% of the entire production landscape in 8 hours
window (indicative only).
3. Should support latest generation LTO drives or latest technology based library
with at least 2 latest generation LTO drives tape drives (>=4), rack mountable
with redundant power supplies.
4. Cartridges should have physical capacity up to 1600 GB per cartridge
compressed; 800 GB native.
5. At least 50 latest generation LTO drive Media Cartridges with 5 Cleaning
Cartridges, Barcode labels shall also be provided
l. FC-IP Router
i. Fibre Channel Ports
1. min 4 FC ports
ii. FC Port Speed
1. Autosensing 1/2/4 Gbps
iii. iSCSI (Ethernet) Ports
1. min 4 Ethernet ports
iv. iSCSI (Ethernet) Port Speed
1. 1 Gigabit Ethernet
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 148 of 242
v. Protocol Support
1. FCP
2. iSCSI
vi. High-Availability Features
1. Two-way active/active clustering with failover and failback capabilities
2. Multiple iSCSI connections provide multipath support from a single gateway to
as many as 100 servers.
vii. Management Features
1. CLI (by Telnet, SSH, or console)
viii. iSCSI Gateway Manager
1. SNMP
2. Allows for monitoring traffic statistics on each storage and network interface,
fan and temperature and iSCSI session details.
m. SAN switch
S No Feature Description
1. Performance 8 Gbps Fibre Channel
2. Ports 16-24Fibre Channel
3. Aggregate Switch
Bandwidth
384 Gbps Maximum
4. Protocol Support Fibre Channel
5. Availability No single point of failure.
6. Media Types Hot-pluggable SFP+, LC connector; SWL, LWL, ELWL
7. Upgradeability Standard 16 Ports; 8 Port on Demand upgrades
8. Form Factor 1U
n. Core Router
S.No. Description
1 Router Architecture: The router architecture should have following
features
Modular Chassis, the architecture should be based on high performance,
distributed / centralized forwarding architecture.
Should support Data ,Voice and Video traffic.
It should support Single Operating System which includes all the feature set
2 Interface Support
Ethernet LAN Ports -> 3 x 10Gbps Ethernet port with transceiver. It should
support additional Gigabit Ethernet modules i.e. both 10/100/1000 or SFP
type (upgradable )
It should support the industries widest range of wired and wireless
connectivity options such as T1/E1, T3/E3, copper and fiber GE, etc
3 Performance & Memory Required:
Deleted: No single point of failure.
Deleted: ,
Deleted: , Security
Deleted: /100/1000/10000 M
Deleted: 3G,
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 149 of 242
Performance Requirements for 64 byte packet -> Minimum 1.2 Mpps
4 Hardware:
Should support minimum default DRAM = 1 GB, maximum DRAM =2GB
External Compact Flash minimum default = 256MB, maximum External
Compact Flash = 1GB and above
2 External USB (2.0 or higher)
One Serial console port
One Serial auxiliary port
Should support AC and PoE, Power-supply options
Should support internal RPS
Should support 6 High port density WAN interface Modules
Should have Min three Gigabit Ethernet Port
5 Voice & Video support
Voice & Video support
Support Voice interface i.e. FXS, FXO
6 Router Functional Requirements
QoS -> ToS, CoS, Queuing, prioritizing, Resource Reservation Protocol
(RSVP)
NAT -> NAT, PAT
Access Control -> Required
Protocol Support Required:
RIP, BGP4, Policy based Routing, PPP, HDLC, OSPF Version 2, Support for
IPV6.
Re-distribution of routes from on Routing protocol should not be a bottleneck.
All the above features should be provisioned in the router from day 1.
Congestion Management:
The router should have proper congestion management to eliminate Network
congestion when the link is overloaded.
Random Early Detection, Weighted Fair/priority Queuing, IP precedence or
DSCP.
IP Multicasting: Type Forwarding -> MBGP/PIM-DM/PIM-SM
Deleted: Should support 3G standards High-Speed Packet Access (HSPA)
Deleted: DSP
Deleted: DSP
Deleted: , PRI, BRI
Deleted: 7
Deleted: Bandwidth Optimization:The following bandwidth optimization features should be there:
Deleted: Dial-Backup
Deleted: Dial-on-Demand
Deleted: Inactivity timeouts
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 150 of 242
7 Accounting:
The following accounting features should be supported:
Packet & Byte Counts
Start Time Stamp & End Time Stamps.
Network Time Protocol
Input & Output interface ports.
Type of service, TCP Flags & Protocol
Source & Destination IP addresses
Source & Destination TCP/UDP ports
8 Security Requirements:
The offered router should have following security features:
Support for Standard Access Lists to provide supervision and control.
Controlled SNMP Access through implementation of Access Lists on the
router to ensure SNMP access only to the SNMP manager or the NMS
workstation
Controlled SNMP access through the use of SNMP with MD5 authentication.
Multiple Privilege Levels for managing & monitoring
Support for Remote Authentication User Service (RADIUS) and AAA
PPP CHAP support
9 Management Features :
The offered router should have the following Management
Features:
The Router shall support Telnet, SSH, Console access.
The router shall support FTP or TFTP for easy software upgrades over the
network.
Network Management services shall be provided using open standards based
protocols like SNMP V2/V3
Configuration Management: The Router shall support configuration
management through the command line interface. GUI based software
configuration utility shall be provided. Support of configuration on web
interface shall be available.
Event and System logging: Event and system history logging functions shall be
available. The Router shall generate system alarms on events. Facility to put
selective logging of events onto a separate hardware where the analysis of log
shall be available.
Pre-planned scheduled Reboot Facility: The Router shall support the
preplanned timed reboot to upgrade their hardware to a new software feature
and plan the rebooting as an off-peak time.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 151 of 242
Power: Internal Redundant Power supply 230 V AC 50 Hz,
Mounting:
The offered router should be 19" rack mountable
Accessories:
Should come with all necessary power cords, adapters, data cables,
connectors, CDs, manuals, brackets accessories, wire managers, etc, required
for installation and commissioning of the equipment.
o. L3 /Core Switch (48 Ports 10/100/1000)
S.No. Description
1
Core Switch with internal firewall
Chassis based switch with in-built redundancy (power supply)
Layer 3 switch
Should be easily scalable. Should have modular architecture with Min 10 slots
which can be used for line cards.
Should support Gigabit running on fibre
Should support to providing Port level redundancy
Should have sufficient memory to support the entire feature.
19‖ rack mountable
Full duplex operation
Support for secured Web-Based Management
Support for Enhanced STP functions
High MTBF Support
Operating LED Signal
The Switches must be able to generate Syslog Messages with timestamp and
Severity codes, which can be exported to a Syslog Server.
The Switches must be able to Build up its own inventory (like Device Name,
Chassis Type, Memory, Flash, Software ver. Etc)
2
Interfaces / Slots
a. Support for Gigabit interfaces – SX, LX, 1000Base T
b. All service/payload cards/modules must be hot swappable
c. Support for 10GbE Ports for uplinking the distribution switches/access
switches / Servers/ connectivity with network
Should support 24 Port GE module and 48 Port GE module
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 152 of 242
Should support 10 G port module
Should support 24 SFP module
3
Layer 2 Features: -
L2 Switching Support
L2 Multi-Homing Support
L2 Multicast Support – IGMP Snooping
Link aggregation
Multiple Spanning tree Domain (802.1s), IEEE 802.1w rapid spanning tree and
IEEE 802.3ad
Multi Instance Spanning Tree support for Load sharing on redundant links and
fast convergence time
Spanning-Tree Protocol (IEEE 802.1D) per bridge group
Multicast must be supported in hardware so that performance is not affected by
multiple multicast instances.
To support at least 2000 VLANs/switch
To support at least 32K MAC addresses / switch
To support bundling of multiple physical ports into a single logical channel, to
offer aggregate bandwidth
Should support virtual distribution architecture allow for the combination of
two or more switches into a single logical network entity having more switch
performance and more port density.
Support should have switching capacity of minimum 0.96 Tbps or more
The switch fabric/Supervisor engine support configurable in Active/Active and
or Active/Backup modes.
Switch should have forwarding rate of minimum 645 Mbps or more
4
Layer 3 Features: -
Support for high-performance routing with support for RIPv1, RIPv2,
OSPF,BGP
Support for VRRP or equivalent
Secondary Addressing
Classless Interdomain routing
Support for DHCP Server
To support a minimum of 4000 ACL entries
Should Support IPv6 in Hardware
5 Other Features: -
Deleted: Multi-Link Trunking
Deleted: 50
Deleted: 1.1
Deleted: 720
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 153 of 242
Support for ACLs based on source and destination Media Access Control (MAC)
addresses, IP addresses, or Transmission Control Protocol (TCP)/User
Datagram Protocol (UDP) ports
IEEE 802.1Q VLAN Support – Port based VLANs
Support for Routed VLAN, Port based and QoS based ACLs
Support for Multicast routing protocols (PIM) and Internet Group Management
Protocol (IGMP) snooping in hardware, IP Multicast Support: IGMP snooping,
supporting IGMP v1, v2 and v3
Support for industry standard Differentiated Services Code Point field (DSCP)
and/or the 802.1p Class of Service (CoS) field.
Classification and reclassification based on source/destination IP address,
source/destination Media Access Control (MAC) address or the Layer 4
TCP/UDP ports.
Ability to classify, reclassify, police, and mark the incoming packets before the
packet is placed in the shared buffer.
Scheduling using Weighted Round Robin (WRR)
Congestion control via Weighted Random Early Detection (WRED).
Support for rate-limiting via Committed Access Rate (CAR) with a granularity of
increments of 64 Kbps
6
Policy Based Quality of Services (PB-QoS): -
Policy Based QoS Support
Per Port Priority Based QoS
802.1p Support
Priority Queues
Bandwidth Engineering & Management – Per Port Minimum, Rate Limiting,
excess bursting, shaping
Support for L3/L4 filtering capabilities for inter VLAN traffic
High Priority Transmit Queuing/strict queues.
QoS-based forwarding based on IP precedence
7
Redundancy: -
Redundant Power Supply Unit, Fan tray and Fabric for core switch
support Link Aggregation
Spanning Tree (802.1d) with support for spanning tree per VLAN or Equivalent
Feature
8
Security Features: -
Layer 3 /4 Access Control Lists (ACLs) standard and extended
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 154 of 242
Security (User Access): Internal DB/External RADIUS /TACACS+
Configuration Change Tracking
System Event Logging
Syslog
Support for 802.1X Authentication
MAC lockdown for port security
Hardware based broadcast control
9
IEEE Standard Compliance: -
802.1Q VLAN tagging
802.1p Priority
802.1D Spanning Tree
802.3u Fast Ethernet
802.3x Flow Control
802.3z Gigabit Ethernet.
802.3ab 1000Base-T (Gigabit Ethernet over Copper)
Should also support Fibre Modules
802.3ae Should support 10 Gbps Ethernet
p. IDS/IPS
High performance with low latency threat prevention solution must provide hardware
(FPGA or ASIC) offloading of application level (L7) content processing (IPS, Anti Virus, Anti
Spyware, Vulnerability Protection, File-type filtering, Data filtering)
o 8 10/100/1000 interfaces and option for 4 fiber slots to cater future requirements
o Should monitor multiple segments of network for malicious traffic
o 1GBPS of threat prevention throughput (real time traffic) with IPS, Gateway
Antivirus, Antispyware & Anti malware modules & signature enabled from day one
o Support Vulnerability, Virus and Spyware Protection features
o Protection against a wide range of malware such as viruses, including HTML and
Javascript viruses, spyware downloads, spyware phone home, Trojans, etc.
o Should support for the protection against SSL based attacks. Should support built-
in/External SSL decryption Engine for SSL Traffic decryption to support prevention
of encrypted attacks.
o Support various deployment scenarios including Tap mode, transparent mode,
layer2, vWire & layer3 routed mode
o Protect the network against known and unknown threats including vulnerability
exploits and malware embedded in application traffic.
o Should able to scan for threats inside the application e.g. Deep packet inspection
inside Facebook, twitter & peer-to-peer applications.
Deleted: <#>Leverages SSL decryption to block viruses embedded in encrypted or compressed traffic¶
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 155 of 242
o Real-time stream-based inspection and not using file-based store-and-forward
techniques
o For high performance with low latency the proposed solution must provide all
application level inspection in a single content engine (each packet must only be
inspected once even with all content inspection features enabled)
o The proposed solution must have modern malware protection that identify unknown
malicious files and execute them in a sandbox environment to expose malicious
behavior even if the malware has never been seen
o Zero-Day signature feed from APT Advanced Malware scanning engine: capable of
updating signature base for threats discovered in APT advanced Malware scanning
engine.
o The proposed solution shall support sandbox behavior based inspection and
protection of unknown viruses and malware
o policy rule creation based on interfaces zones, application identification, user
identification & threat prevention
o The proposed solution shall define specific instances of traffic between peers
o The proposed solution shall delineate specific instances of instant messaging (AIM,
YIM, Facebook Chat, etc.)
o The proposed solution shall support user-identification allowing Active Directory,
LDAP, RADIUS groups, or users to access a particular application, while denying
others
o The proposed solution shall be able to create filters to control groups of application
based on category, sub category, technology, risk or characteristics etc.
o Application usage control policies can be enforced using a combination of the
following parameters:
Allow or deny
Allow but scan
Allow based on schedule
Decrypt and inspect • Apply traffic shaping
Allow for certain users or groups
Allow certain application functions
Any combination
o The proposed firewalls shall support DNS-based signatures to detect specific DNS
lookups for hostnames that have been associated with malware
o The proposed solution shall support inline control of malware infection and
command/control traffic
o The OEM should ensure the delivery of the signature in 1 hour from the time of
inspection
o The proposed solution shall support PCAP downloads of specific traffic sessions
from the GUI from the logging screen
o The proposed management (internal/external) shall also be able to provide a
customizable application dashboard or at least system monitor to provide overall
status of the network traffic and attacks going through the solution, including
potential problems that may need attention.
o The management solution must be capable of providing rich reports based on
application, users and threats or in any combination
o The proposed solution must have built in XML API for management purposes;
custom logging capabilities.
Deleted: delineate
Deleted: peer2peer
Deleted: (Bittorrent, emule, neonet, etc.)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 156 of 242
q. External Firewall
I. Physical attributers
o Should be mountable on 19‖ Rack
II. Interfaces
o 12 10/100/1000 interfaces and option for 4 fiber slots to cater future
requirements.
o 2 10/100/1000 high availability interface
o 1 out of band management interface
III. Memory
o Minimum RAM 4GB
o Flash 64 MB & 120GB SSD hard disk
o Next Generation Firewall system, with a capability of supporting at least
2Gbps of Application Identification Enabled Firewall throughput using 64
byte HTTP packet size,(not UDP 1518)
o 250,000 concurrent sessions & 50,000 new sessions per second.
o 500Mbps of IPSec VPN throughput & 1000 IPsec & SSL VPN tunnels
IV. Routing protocols
o static routing, RIPv2, OSPF & BGP v4
o 10 virtual routers
o Ipv4 & IPv6 routing support for virtual routers
V. Application support
o Traffic classification based on applications across all ports irrespective of
port/protocol/evasive tactic
o Application detection (at least 1700 applications)
o Multiple mechanisms for classifying applications including application
signatures, SSH & SSL, Application decoders & heuristics
o Handling of unknown/unidentified applications e.g. alert, block or allow
o Protocols support IPSec, DES, 3DES, FTP, HTTP, HTTPS, IPv6
o Inspection oh HTTPS & SSH encrypted traffic
o Support for DNS proxy & DNS sinkhole to prevent against DNS attacks
VI. Other support
o Policy controls based on interfaces, zones, user-id, source & destination
address, applications (not ports)
o Dual stack support IPv4/IPv6 application support
o Deployment scenarios – TAP mode, vWire mode, Layer2 & Layer3 routed
mode
o Support active-active and active-standby HA configuration
o Policy based controls by country
o Per policy SSL decryption & inspection
o User identification – Active directory, LDAP, eDirectory, Radius, Kerberos,
client certificates & API‘s
o Protections – DOS, DDOS, IP spoofing, Brute force, Syn cookie & malformed
packet protection
VII. QOS
o QoS features like traffic prioritization, differentiated services, committed
access rate
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 157 of 242
o QoS policy on per rule basis based on source address, destination address,
user/Group, application (such as bittorrent, Skype, Facebook), dynamic
application group & port
VIII. Management
o Internal/external management system for real-time monitoring, Logging &
reporting functions
o Customize application dashboard
o Detailed user activity report including information on applications
o Reporting based on application, users and threats or in any combination
o Report generation on a manual or schedule (Daily, Weekly, Monthly, etc)
basis
o XML API for management purposes; custom logging capabilities
o Console, Telnet, SSHv2, Browser based configuration
o SNMPv1 & v2
IX. Certifications
o Common Criteria EAL4+ certified
o ICSA certified
o Gartner Magic Quadrant of Enterprise Firewall – Leaders Quadrant
o NSS Labs recommendation
r. KVM Switch
S No KVM Switch Description 2 X 16
1. Users / Consoles
2. VGA Resolution – Max 1920 X 1440
3. VGA Resolution - Cat5 Remote 1600 X 1200
4. Cat5 Cable Length 1,000 ft
5. Server / PC Selection
6. LED Specification 16 LED Bank
7. LED Status On (Online) Green
8. LED Status Selected (In use) Red
9. LED Cat5 Power Indication Green
10. LED Cat5 Status Red
11. Scan Intervals (Seconds) 5 to 99
12. Keyboard & Mouse Emulation USB
13. Bandwidth 150 MHz
14. Cascade Levels 8
15. Server/PC Connections – Max 128
s. Global Load Balancer Specifications
S.N
o
Feature description
1 Should Provide a scalable, dedicated hardware platform to help ensure that all
applications
2 The appliance should have minimum 4 triple speed 8*10/100/1000 Mbps Gigabit
copper ports and 2*10G SFP+ from day one.
3 The appliance should have 5 Gbps of system throughput from day one and scalable to
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 158 of 242
10 Gbps throughput.
4 Appliance should provide full ipv6 support.
5 The appliance should support site selection feature to provide global load balancing
features for disaster recovery and site redundancy.
6 Should tightly integrates with SLB devices without sacrificing the ability to work in a
heterogeneous environment of DNS-capable networking products
7 Solution should also support full DNS server to support all kind of DNS records
including A,AAAA, MX, CNAME, PTR DNS records with option to import zone file on
the device.
8 should support dynamic proximity rules instead of static proximity rules to direct the
traffic to closest datacenter
9 GSLB solution should able to evaluate round trip time (RTT), Persistence loss ration
(PLR) and hop count for dynamic proximity calculations.
10 The appliance should support global server load balancing algorithms including
11 Weighted round robin,Weighted Least Connections,Administrative Priority,
Geography,Proximity, Global Connection Overflow (GCO),Global Least Connection
(GLC),IP Overflow (IPO)
12 Should support synchronization
6.5.20 Minimum Technical Specifications Requirement at Client Site
The below mentioned line items will have to be procured and maintained by the system
integrator. Bidder/ SI need to submit all the technical documents/certifications related to
hardware/software before installation. Bidder/SI shall submit the software licenses before or
at the time of installation. After installation bidder/SI need to run a check on systems which
provide complete report of the system. The Bidder/SI shall provide all the details or
demonstration if requested by Rajasthan Police which is not limited to Physical check. If any
of the item procured under this project is non compliance with the parameters mentioned in
this RFP by Rajasthan Police them Bidder/SI need to replace it with RFP compliance
product without any additional cost. The operating systems and office productivity tools
which the SI will propose in its solution should be industry standard and OEM supported.
i. Desktops
1. Processor: Intel Core i5 (Latest Generation) or more or equivalent processor with
cooling solution (CPU fan and heat sink) with latest chipset. Where the processor
is other than Intel Core i5, name of the processor be specified and documentary
evidence from an acceptable accrediting agency (sysmark2007/2012, SPEC CPU
2006 rating with 8GB RAM {60% of SPECint_rate_base2006 plus 40% of
SPECfp_rate_ase2006}, Basemark CL/PC Mark Score, etc.) be produced to
confirm that the proposed processor is rated either equal or higher.
2. Base Frequency: 3.2 GHz or more
3. Cache: 6 MB or more L3 Cache:
4. Mother Board: Latest Intel /OEM compatible Motherboard, Minimum 3 PCI
/Express slots with x16 graphics port/4 serial ATA 3 GB/s ports.
5. Memory: 4 GB or more DDR3 expandable up to 16 GB
6. Hard Disk Drive: 500 GB, 7200RPM serial ATA 3 Gb/s with 8 MB cache buffer
7. Disk Controller On-board Chipset: Video RAM size:
8. DVD ROM: Integrated DVD R/W16x or higher speed DVD R/W
Deleted: and OEM should be IPv6 gold-certified. OEM should be listed vendor for ipv6 phase-2 certification
Deleted: USB based FFO link to
Deleted: e
Deleted:
Deleted: configuration at boot time of HA
Deleted: i
Deleted: Latest Intel Mother board, Minimum 3 PCI /Express slots with x16 graphics port/4 serial ATA 3 GB/s ports
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 159 of 242
9. Ethernet Interface: 10/100/1000 Mbps autosensing Ethernet interface with RJ45
connector
10. Monitor Spec: 17‖ Square TFT Monitor with TCO 03 / CE Certified In-built
Speakers
11. Key Board: 104 Keys Mechanical (OEM Make) or more with Rupee Symbol, having
key life of 50 million keystrokes. Bilingual keys (English and Hindi supporting
inscript typing)
12. Mouse: optical scroll Mouse (OEM Make)
13. BIOS: Flash upgradeable
14. Ports All ports should be ‗onboard‘
o One serial port
o One parallel port
o One PS2/USB port for keyboard
o One PS2/USB port for Mouse
15. USB Ports: at least 2
16. Power supply: Standard ATX-12V, Energy-star 5.0 complied efficiency 85% or
above.
17. Operating System: Pre loaded Latest Windows OS with media & recovery disks for
each PC.
18. Accessories: Good quality dust covers, key skin and mouse pad
ii. Workstation at Client location
S. No. Component Specifications
1. CPU Quad Core Xeon Processor E3-1220 (3.10 GHz,4
Cores,8M cache and 80W)
2. Chipset Latest server class Intel chipset
3. Memory 8GB (2x4GB) DDR3 expendable up to 16GB or
higher.
4. Display Controller Integrated 8 MB or higher Video Standard
5. Hard Disk 2x500 GB SATA HDD with hot pluggable/ simple
swap both will be acceptable. HDDs with Capacity
for three or higher SATA hot pluggable drives.
Provision for adding RAID Controller for providing
RAID 5 should be there
6. Monitor 17‖ Square TFT Monitor with TCO 03 / CE Certified
In-built Speakers
7. Key Board 104 Keys Mechanical (OEM Make) or more with
Rupee Symbol, having key life of 50 million
keystrokes. Bilingual keys (English and Hindi
supporting Inscript typing)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 160 of 242
8. Mouse Optical scroll Mouse (OEM Make)
9. Hard Disk Controller
(Hardware/Software based)
Minimum three SATA II (3 Gbps) connectors with
RAID support in the BIOS; RAID 0, 1 supported for
SATA disk / Software RAID controller with 3Gb/s
SAS Adapter.
10. CD ROM Drive DVD RW Drive
11. DAT Drive 36/72 GB DDS-5 DAT Drive compatible with DDS-4
cartridges with backup software and One Step
Disaster Recovery
12. Ports 1 Serial, and 4 USB ports (other than the
requirement of connecting key board and mouse)
13. Ethernet card 2 Intel Gigabit Ethernet controller supporting
1000BASE-T. One Integrated NIC & one additional
will be provided
14. PCI Slots Total 2 nos. or higher including PCI and PCI-e
15. Server Management Software Appropriate Server Management software to
monitor and manage the various subsystems like
CPU, Memory, I/O, disk and environmental factors
16. Operating system Latest Windows OS (Desktop Version),
17. Power
Requirement/consumption
of servers
250 Watts
iii. Multi-Function Laser (Print/ Scan/ Copy)
S No Components Specifications
1. Print speed, black (normal quality
mode)
Up to 33 ppm, B/W, Legal (8.5 in x 14 in)
2. Print resolution, black 1200 x 1200 dpi
3. Print technology Laser
4. Duty Cycle 12000 pages
5. Duplex printing (printing on both
sides of paper)
Automatic
6. Media sizes, standard A4, ISO B5, JIS B5, A5, A6, Executive, US
Letter, US Legal, Oficio, Folio, DL Envelope,
C5 Envelope, C6 Envelope, Monarch
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 161 of 242
Envelope, No. 10 Envelope
7. Media types Paper (bond, color, letterhead, plain,
preprinted, pre punched, recycled, rough,
light), envelopes, labels, cardstock,
transparencies, user-defined
8. Connectivity 1 Hi-Speed USB 2.0; 1 10/100 Ethernet
network port
9. Scanner Flatbed with automatic document feed, upto
1200 dpi;; Scan size maximum (flatbed):
215.9 x 297 mm (8.5 x11.7 inches),
10. Copier Black-white Up to 600x600 dpi, Copy speed
(black, draft quality, A4):Up to 25 cpm, Copy
resolution (black graphics): Up to 600 x 600
dpi, Copier resize: 25 to 400%
11. Power Device Power supply, internal
12. System Interface 1 USB (compatible with USB 2.0
specifications), 1 network port
13. Compatible operating systems Windows 8
iv. Duplex Laser Printer (Print)
S No Components Specifications
1. Print Speed Up to 33 ppm, B/W, Legal (8.5 in x 14 in)
2. Connectivity Technology
3. Interface Hi-Speed USB 2.0 port
4. Max Resolution ( B&W ) 2400 dpi x 600 dpi
5. Duplex Printout Duplex
6. PostScript Support Standard
7. First Print Out Time B/W 7 sec
8. Fonts Included 45 x TrueType , 35 x PostScript
9. Media Type Envelopes, transparencies, labels, plain
paper, glossy paper, cards
10. Max Media Size (Custom) 8.5 in x 14 in
11. Media Sizes A4, ISO B5, JIS B5, A5, A6, Executive, US
Letter, US Legal, Oficio, Folio, DL
Envelope, C5 Envelope, C6 Envelope,
Monarch Envelope, No. 10 Envelope
12. Expansion Slots Total (Free) 1 ( 1 ) x memory
13. Connections 1 x Hi-Speed USB
14. Power Device Power supply, internal
v. Generator Set 2.1 KVA
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 162 of 242
Component Specifications
CAPACITY 2.1 KVA
ENGINE:
Type Single/Multi cylinder
Method of starting Electric start 12 V DC
Type of cooling Water cooled /Air cooled
Type of governor Mechanical/Electronic
Type of fuel Diesel
Rating Continuous
Rated Output/HP Minimum 5 HP at 3000 rpm
Alternator rated
speed
3000 RPM
Over load capacity 10% overload – minimum 1 hour
Makes of engine From leading manufacturer
Ignition Type Magnetron Electric
General Engine should be four stroke with Double ball
bearing on PTO & Flywheel with Over Head Valves and should have
Cast Iron Sleeve
ACCESSORIES Flywheel to suitable diameter and fuel injection equipment
Air cleaner
Lubricating oil cooler
Electric motor starting equipment like motor, battery, charging
generator with voltage regulator etc.
Heavy duty radiator with fan
Residential type silencer with exhaust piping with vibration
isolator
Fuel tank suitable for 8 Hrs of continuous running with necessary
piping and fuel gauge, drain valve, inlet and outlet connections.
Anti-vibration mounting pads
Speed controlling governor
Suitable coupling system to the Alternator
Tachometer
Lubricating oil pressure gauge
Hour meter to indicate number of Hrs of operation
Auto trip on low oil pressure
Over speed alarm with trip
Thermal insulation for exhaust line with glass wool, Aluminium
sheet, chicken mesh, Diesel line 12 mm dia including beads
flanger etc
Battery 12 V with lead and terminal
Battery charger.
Protection: Protection against low lubricating oil and over heat
shall be provided for engine
Engine shall be vertical Single/multi cylinder 4 stroke type in
accordance with IS10002-1981 with latest amendments and CPCB
Deleted: /Petrol
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 163 of 242
guidelines.
vi. 16 Port Manageable L2 Switch
S No Components Specifications
1. MAC Address Table
Size
8K
2. Switch Fabric 32Gbps Forwarding Capacity
3. Transmission
Method
Store-and-Forward
4. Diagnostic LEDs Per Unit: Power
Per Port: Activity/Link, Speed
5. Packet Buffer
Memory
512Kbytes Buffer Memory per Device
6. QoS 802.1p (4 Queues)
7. Acoustics 0 db
8. connectivity 10/100/1000
9. Network Protocol
and Standards
IEEE 802.3 Ethernet, 802.3u Fast Ethernet,
802.3x Flow Control, 802.1p QoS
10. Emissions FCC Class A, CE Class A
11. Power Supply 100-240VAC, 50/60 Hz 0.3 A Internal Power
Supply
12. Environmental RoHS Compliant
Temperature Operating: 32° to 104°F (0° to 40°C)
Storage 32° to 140°F (0° to 60°C)
Operating 15% to 90% RH
vii. Digital Camera
S No Components Specifications
1. Max resolution 4000 x 3000
2. Image ratio w:h 4:3, 16:9
3. Effective pixels 14.1 megapixels or above
4. Sensor type CCD/CMOS
5. Digital zoom Yes, 6x or above
6. Image stabilization Yes
7. Auto Focus Yes
8. Optical zoom Yes, 5x or above
9. Built-in Flash Yes
10. Battery Type Lithium (Rechargeable)(should also be
charged externally and not just with USB)
11. Memory Card 8 GB
12. Accessories Should include any required accessories
(Charger, USB cable, Drivers, etc)
Additional features:
Deleted: .
Deleted: (Non-Condensing)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 164 of 242
Blur reduction mode, SCN – Blur reduction , landscape, kids and pets etc mode , 6
continuous shots, per second, battery capability with 280 nos. of shots, movie mode 30fps,
Support for Linux Operating system.
viii. Electronic Pen
S.
No.
Parameters Specifications
1 Technology Ultrasound IR Technology or any other technology which
is equivalent or higher. Should able to write on any surface/on
any normal paper
2 Input Paper
3 Input Area A4 size and modifiable up to A3 size
4 Pen Size 12mm diameter and 130 mm length
5 OS Windows, Linux
6 SDK/APIs All API/SDK for any OS to be given free
7 Optional Customizable form filling application
8 Pen Battery Life Not less than 60-80 hrs. of continuous writing should
give XY coordinates impressions through the SDK/APIs
9 Output files File formats
10 Memory Able to store over 100 A4 fully handwritten pages
ix. External Hard disk (500 GB)
S. No. Parameters/ Specifications
1 USB 2.0/ USB 3.0
2 SATA HDD
3 USB Power
4 Hard casing
x. Environment Control (Air-Conditioner)
Type of AC Split
Type of Split Wall Mounted
Cooling capacity (Tonnes) 1.5
Energy Efficiency Ratio (EER) 7.1 or Above
Compressor Type Rotary
Number of Fan motors 1
Power Requirement (Voltage) 230
Nominal Cooling Capacity 5000 or Above
BEE Star Rating 3 - star or above
Others Installation of AC and stabilizer will be in the scope of SI
xi. UPS 2kVA
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 165 of 242
S No Minimum Technical Specifications
1. ISO 9001 certified brand
2. True On Line Type
3. Backup period should be at least 120 Minutes
4. IGBT with High Frequency PWM (Pulse with Modulation) Technology
5. Output wave form should be Sine wave
6. Compatible with local Electricity Power Generator.
7. Total Harmonic Distortion should be less than 3%.
8. Support input voltage range of 160 V to 270 V.
9. Output Voltage should be 230 Volt AC (+/- 1%)
10. Inherent protection should be provided for over loading, low battery,
over temperature, short circuits, over and under input voltage.
11. LED indicators should be provided for at least load indication, load on
battery, low battery, overload, Mains ON.
12. Audible indicator should be provided for at least load on battery, low
battery, Mains failure, Overload
13. Power factor 0.8
14. Battery Bank minimum 6400 VAH
15. Isolation transformer
xii. UPS 1kVA
S No Minimum Technical Specifications for UPS
1. ISO 9001 certified brand
2. Backup period should be at least 60 Minutes
3. True Online Type
4. Output wave form should be Sine wave
5. Support input voltage range of 160 V to 270 V.
6. Output Voltage should be 230 Volt AC (+/- 1%)
7. Output frequency should be 50 Hz +/- 0.05 Hz (Crystal Controlled)
8. LED indicators should be provided for at least load indication, load on
battery, low battery, overload, Mains ON.
9. Power factor 0.8
10. Battery Bank minimum 1600 VAH
11. Isolation transformer
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 166 of 242
6.5.21 Earthling Recommendations:
a) Separate earth pit(s) is/are to be prepared by the SI. Earth Pit of size 1 x 1 foot to be built
and it should not be greater than 2 inches above the ground level. The pit should be
covered with a slab of not less than 1-inch thickness. ―UPS Earth Electrode‖ should
be written inside the pit.
b) SI to undertake plate earthling through Copper wire with provision of copper plate
(300 x 300 x 3 mm) earthling by digging 12‘‘ deep hole (4 x 4) Four Sq mm wire
should be used for earth (up to the strip).
c) Proper electrical earthling to maintain earth- neutral voltage less than or equal to 3
volts in the supply to the MCB. This should be checked with a multi-meter by the
Nominated district police official/ officer at police Station.
d) All apparatus and equipment transmitting or utilizing power shall be earthed.
Copper/G.I. earth strips/wires shall be used unless otherwise indicated
e) Earth Pipe should be at least 5 feet and pipe should be 1 feet below the ground level
Connection of earth wire to the earth pipe should be visible
f) Water collecting portion in earth pipe should be tightly fitted
g) Two copper wires of thicker size have to be used to connect strip and the Earth Pipe.
h) Earth bus to the earth pit should be connected with 8 gauge thick copper wire.
i) Components for Earthling
1. Earth Bus – 1 no
2. Earth pipe with funnel – 1 no
3. Earth pit with lid – 1 no
4. Copper wire to connect earth pipe & Earth bus
5. Necessary earthling chemicals such as Charcoal, gravel, sand, salt, etc
6. 8 Gauge CU wire from earth bus to earth pipe. The connection
should connected by appropriate nut, bolt & washers
7. Earth pit as a whole should not be more than 2 inches above the ground.
This pit necessarily be covered by a lid with at least 1 inch thickness
8. The earth pipe should be min of 50 Sq mm diameter
9. The earth pipe should be tightly fitted water collecting funnel
6.5.22 Furniture
Component Detailed Specifications
Computer Table
Size: L 910 x W
610 x H 728 mm
Top: Size 910 x 610 mm made of 18 mm thick pre
laminated medium density fiber (MDF) board ISI Marked
(IS: 14587-1998). The top shall be firmly screwed on
25x25x1 mm square tube frame as shown in figure
Upper side of laminated board shall be in natural teak
shade while the bottom side shall be white/cream shade.
Sliding key Board tray: A Sliding key Board tray shall be
made of
18mm pre laminated medium density fiber board of size
725x450 mm. The gap between top and tray shall be
100mm.
The storage shelve for CVT : A storage shelve made of 18
mm particle board shall be provided along with the length
of the table at bottom about 100 mm above from the
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 167 of 242
Component Detailed Specifications
ground level. Shelves shall be screwed on frame work of
25x25x1 mm square tube. The shelve shall be covered from
back side with 18mm pre laminated medium density fiber
board as shown in drawing.
Steel Structure: The rigid steel structure shall consist of two
nos. rectangular base tubes of size 50x25x1.25 mm about
520 mm length placed along the width on vertical tubes of
size 25x25x1 mm shall be welded for fixing up of side
panels. A supporting frame of 25x25x1 mm square tube
shall be welded on the top of the tubes for the side panels
as shown for supporting the top of the table.
The base tube shall be provided with adjustable shoes 2
nos. on each side.
Painting: Complete frame of tubes shall be powder coated.
Computer Chair with
Handle
Seat size shall be 430x430 mm on 10 mm. thick molded
comm. ply with 60 mm thick 40 density molded PU foam
Back rest size shall be 400x300 mm on 10 mm thick
molded comm. ply with 40 mm thick 32 density
molded PU foam covered with tapestry.
The height of back rest shall be 900x500 mm for top and
bottom edges respectively. The black rest shall be provided
with lifting arrangement on flat iron & helical spring.
Two nos. suitable PU handles shall be proved.
The base stand should be made up of 5 prongs duly pressed
welded together centrally with a pedestal bush with good
quality twin wheel castors. The stand and other metal parts
excluding central spindle shall be powder coated. Complete
steel structure shall be pretreated and powder coated with
minimum thickness of 60 microns coating.
A central spindle of 25mm diagonal rod without threads
shall be provided with revolving arrangements. The
adjustable height of chair shall be from 530 to 570 mm.
A good quality tapestry cloth shall be provided on seat &
back in attractive color/ shade.
6.5.23 Fire Extinguisher (5 Kg)
S No Minimum Technical Specifications
1. Class :Class "C" of American Standards i.e. For Appliances and Electrical
Equipments
2. Type : Clean Gas Agent Based
3. Approved by : NFPA/ EPA Approved
4. Operating Valve : Squeeze Grip Type with Nozzle
5. Operating Temp. range : - 10 to + 55 Degree Celsius
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 168 of 242
6.5.24 Web Based PMIS
S No General Requirements
1. Should have a User Friendly GUI
2. Should have an Issue Tracking System
3. Should be able to assign tasks
4. Project Portfolio Management should be possible through the tool
5. Should be able to manage resources through the tool
6. Should be able to manage Documents through the too
7. Should have basic project Lifecycle workflow built within the tool
8. Should have reporting and analysis capabilities
9. Should be web based tool or hosted in the State Data Centre
10. Should be suitable for SDLC
11. Should support all major formats for preparation of project plan like
.xls, .mpp, .doc, .docx etc.
6.5.25 Standard Operating Procedure for Hardware Procurement and Quality
Assurance
System Integrator is required to procure and commission hardware identified under the
project. Following standard operating procedures have to be followed by the SI to procure
and deliver hardware at respective locations.
Procedure and Analysis
The procedure of inspection of hardware has been divided into three phases as detailed
below.
a) Phase 1: Inspection at State level
A thorough inspection of specification/ configuration of at-least one (1) equipment per
product type shall be carried out at the State Level.
The State Technical Infrastructure Committee (STIC) shall validate the quantity and
specifications of the sample hardware provided against the Bill of Materials (BoM) as stated
in the RFP. This inspection may be done at a location arranged by the System Integrator in
consultation with the Nodal Officer. The process to be followed should be as follows:
i. SCRB shall release a Delivery Order (D.O.) to the System Integrator for delivering the
required Hardware (1 Item per Product Type).
ii. Nodal Officer and STIC shall finalize the approach and schedule for inspection. The
approach shall be to inspect one (1) item of a specific product type. The same shall be
communicated to the SI.
iii. The SI shall submit a list of equipments available for inspection with a clear
comparison between the DO and BoM agreed as part of its bid.
iv. SI shall intimate the Nodal officer for supply of equipment to the agreed location.
Deleted: Lifecyle
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 169 of 242
v. As per the agreed schedule, STIC or its nominated members shall initiate a thorough
inspection of the specification/configuration of each product type by comparing the
equipment against the BoM.
vi. For equipment that passes the inspection, a PASS (Green colour) label shall be stuck
on the equipment in a sealed manner. The label shall be signed by all the members of
the STIC available during the inspection. A cello tape should be stuck on top of the
signed labels to prevent tampering. For such ―inspection passed equipment‖, an in-
principle acceptance note shall be given to the SI with instructions to supply to the
concerned district offices.
vii. For equipment that FAILs the inspection, it shall be labelled with a red colour label
and rejected. The Rejection note shall have equipment wise details. For such
equipment, a rejection note shall be given to the SI and the SI shall be required to
resubmit another sample for testing. The outcome of the inspection would need to be
communicated to the DIC/SP of the District for reference.
viii. In case there is an appeal from the SI regarding the rejection of Items supplied by the
SI, the STIC shall hear and dispose-off the same.
b) Phase 2: Inspection at District level
For the district level inspection, District Infrastructure Committees (DICs) shall be
constituted and complete inspection of the hardware, to the satisfaction of the DIC
chairman.
The process to be followed by DICs would be as follows:
i. SI shall deliver the equipment/ hardware with the in-principle acceptance of STIC to
DIC within a maximum of 10 days from receipt of the acceptance note at an SI
identified pre-designated storage area.
ii. DIC shall finalize the approach and inspection schedule. As part of the inspection
process all equipment/ hardware would be checked for quantity and specifications as
requested in the BOM.
iii. For equipments that FAIL the inspection, a consolidated rejection note shall be given
to SI with instructions to cure within 15 working days.
iv. For equipments that PASS the inspection, a supply note shall be given to the SI and
sent to the concerned sites with the in-principle approval note of DIC attached. Also,
a PASS (Blue colour) label shall be stuck in a sealed manner on all equipments in the
lot. The label shall be signed by all members of the DIC available during the
inspection. A cello tape should be stuck on top of the signed labels to prevent
tampering.
v. If case there is an appeal from the SI regarding the rejection of Items supplied by the
SI, the STIC shall hear and dispose-off the same.
vi. Prior to delivery of the inspected hardware at sites located across the State, DIC shall
send to each location an intimation notice along with the supply note and delivery
schedule.
vii. A copy of the delivery schedule shall also be shared with the SI prior to hardware
delivery at sites.
c) Phase 3: Delivery at Sites:
The steps to be followed at Site level are listed below:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 170 of 242
i. The SI shall dispatch the hardware to the concerned locations and obtain Proof of
Delivery (POD) from the Station House Officer.
ii. SHO gives POD only after verifying the PASS labels.
iii. POD defines only the quantity and the item and not the detailed specifications of the
supplied hardware.
iv. System Integrator shall verify the BOM for each location in presence of Station House
Officer during installation process.
v. The BOM verification includes the package list, part nos., CD, detailed specification
etc.
vi. The SHO shall inspect the equipment upon completion of installation and shall
provide the final signoff.
vii. The Final Signoff sheet contains set of instructions along with the list of CCTNS
Hardware & Accessories delivered for Police Station.
viii. After installation of the equipment, the hardware details shall be entered into the
Government asset register and a separate CCTNS register shall be maintained with
repeat entries of all the hardware received from SI.
The Concerned Authority (STIC/ DIC/SHO) shall sign all the 4 copies only on delivery and
testing of all the hardware items mentioned in the sign-off form.
One Copy of the form shall be retained by the Verification Site.
One Copy of the signed form shall be given to the SI.
One Copy (Original) shall be sent to the District SP Office or the Nodal Officer, as
applicable.
One copy of the form shall be sent to the SCRB
6.5.26 Details of Technology Stack CAS (State) and CAS (Center)
The Technical Details for CAS (State) Solution Stack 1 and Stack2, CAS (State) Offline
solution, CAS (Centre) Solution are provided in subsequent tables. These specifications are
indicative and the system integrator may propose solutions compatible with latest
technology trends and meeting CAS (State) requirements in totality. The idea is to have a
scalable solution in technology space. System Integrator is free to choose from any of the
stacks for further customization to be done at the state level. It is also re iterated that the SI if
free to choose any other standard product, other than the ones mentioned in any of the
stacks below, for any of the services / products. The SI has to ensure that the solution
proposed for the Stack has to be in totality compatible and integrable with CAS being
developed by MHA/NCRB. The right to accept or reject any such deviation from the stacks
mentioned below will be on sole discretion of Rajasthan Police. The existing Application
software purchased/deployed by Rajasthan Police for implementing the CAS (State) solution
has been provided at Annexure VIII.
CAS (State) Solution - Stack 1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 171 of 242
Component Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Web server Sun Java System
Web Server 7.0
7.0 SUN HTTP Server SUN
Application
Server
Glassfish
Application Server
3.0 SUN J2EE
Application
Server
SUN
Database MySQL 5.1 SUN DB Store SUN
Operating
System
Solaris 10 SUN Operating
System
SUN
Reporting
Engine
Jasper Reports 3.7 Jasper Reporting
Services
Email/Messaging Q-Mail 1.4 Qmail
Community
Solution
Search Engine Search:
Unstructured
data: using open
CMS search
features
Structured Data
Mysql & Custom
application
interface
N/a N/a N/a N/a
Portal Server Glassfish
Application Server
3.0 SUN J2EE
Application
Server
SUN
Workflow Engine jBPM 4.0 JBoss Workflow
engine
Rules Engine Custom Built N/a N/a N/a N/a
Directory
Services
Sun Directory
Services
7.0 SUN LDAP SUN
DMS/CMS Open CMS 7.5.1 Open CMS Content
Management
System
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 172 of 242
Component Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Security Physical Security,
Network Security,
DB Encryption
(MySQL), DB
Access Controls,
Role Based Access
Control (Custom
Developed), LDAP
(Sun Directory
Services),
N/a N/a N/a N/a
Identity
Management
OpenSSO 7.0 SUN LDAP SUN
Audit log4j, Custom
Built application
audit
N/a N/a N/a N/a
ETL Custom Built N/a N/a N/a N/a
CAS (State) Solution - Stack 2
Component Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Web server IIS 6 Microsoft Web & App
Server
Microsoft
Application
Server
IIS 6 Microsoft Web & App
Server
Microsoft
Database SQL Server 2008 2008 Microsoft DB Store Microsoft
Operating
System
Windows Server
2008
2008 Microsoft Operating
System
Microsoft
Others Microsoft
Reporting
Engine
SQL Server
Reporting Services
2008 Microsoft Reporting
Services
Microsoft
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 173 of 242
Component Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Email/Messaging Q-Mail 1.4 Qmail
Community
Solution
Search Engine Search:
Unstructured
data: using
openCMS search
features
Structured Data:
SQL DB Search
Engine & Custom
application
interface
N/a N/a N/a N/a
Portal Server IIS 6 Microsoft Web & App
Server
Microsoft
Workflow Engine Windows
Workflow
Foundation
N/a N/a N/a N/a
Rules Engine Custom Built N/a N/a N/a N/a
Directory
Services
Microsoft Active
Directory
2008 Microsoft LDAP Microsoft
DMS/CMS Windows
SharePoint
Services
n/a n/a n/a Microsoft
Security Physical Security,
Network Security,
DB Encryption
(MySQL), DB
Access Controls,
Role Based Access
Control (Custom
Developed),
LDAP (Sun
Directory
Services),
N/a N/a N/a N/a
Identity
Management
Microsoft Active
Directory
2008 Microsoft LDAP Microsoft
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 174 of 242
Component Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Audit IIS Log, Custom
Built
N/a N/a N/a N/a
ETL SQL Server ETL 2008 Microsoft ETL Microsoft
CAS (State) Offline Solution
The below list is
indicative only
Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Synchronization
Solution
Custom Built N/a N/a N/a N/a
Application
Container
Apache Tomcat 6.0 Apache
Foundation
J2EE
Application
Container
Database MySQL / SQL
Express
5.1/2008 SUN /
Microsoft
DB Store SUN /
Microsoft
CAS (Center) Solution
The below list
is indicative
only
Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Web server Sun Java System
Web Server 7.0
7.0 SUN HTTP Server SUN
Application
Server
Glassfish
Application Server
3.0 SUN J2EE
Application
Server
SUN
Database Sybase IQ
Enterprise
15.1 Sybase ETL Sybase
Operating
System
Solaris
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 175 of 242
The below list
is indicative
only
Proposed
Solution by
Software
Development
Agency
Version
and
Year of
Release
Original
Supplier
Description
(include
major
features/
services
only)
Support
Provided
By
Others
Reporting
Engine
Jasper Reports 3.7 Jasper Reporting
Services
Search Engine Search:
Unstructured data:
using Alfresco
search features
Structured Data:
Sybase DB Search
Engine & Custom
application interface
N/a N/a N/a N/a
Portal Server Glassfish
Application Server
7.0 SUN HTTP Server SUN
Workflow Engine jBPM 4.0 JBoss Workflow
engine
Rules Engine Custom Built N/a N/a N/a N/a
Directory
Services
Sun Directory
Services
7.0 SUN LDAP SUN
DMS/CMS Alfresco
Email/Messaging N/A
Security Physical Security,
Network Security,
DB Encryption
(MySQL), DB
Access Controls,
Role Based Access
Control (Custom
Developed), LDAP
(Sun Directory
Services),
N/a N/a N/a N/a
Identity
Management
Open SSO 7.0 SUN LDAP SUN
Audit log4j, Custom Built N/a N/a N/a N/a
ETL + Data
Quality
Sybase ETL 15.1 Sybase ETL Sybase
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 176 of 242
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 177 of 242
6.6 ANNEXURE- V-Data Capture and Application Integration
The purpose of this section is to provide the details for developing the approach and
formulate a strategy for legacy data capture for implementation of Crime and Criminal
Tracking & Network System (CCTNS) for the State of Rajasthan. This project essentially
involves implementation of an Enterprise Wide application to automate all the processes of
Police. An implementation of this nature essentially requires certain data to be available
without which it would not kick start. The aim of this document is to enable the availability
of such data by virtue of the following
Identification of Data
Isolation of Data
Quantification of Data
Development of strategy for integration/capture of Data.
It is envisaged that Data digitization activity shall not be done through scanning of
documents. SI shall develop the requisite tools/ interfaces for capturing the legacy data
through operator based data entry including development and customization of forms in
enhanced CAS, wherever required.
6.6.1 Types of Data
For any enterprise solution to be implemented, the following would be the categories of data
that need to be captured and ported into the system.
a) Master Data
b) Legacy transaction data to enable the system start up
c) Data for the Content/ Document Management System.
The above types of data would need a comprehensive deployment strategy to ensure smooth
and integrated transition. The scope of this deployment strategy would include laying down
the broad guidelines for the following:
i. Preparation of a comprehensive data digitization plan.
ii. Data creation – Entries/Porting of FIRs, Investigation Details, Case Diaries,
Prosecution Details, Verification Details Etc.
iii. Data migration & conversion – Including the conversion of existing computerized
data into an appropriate format for the proposed new system.
iv. Testing of the conversion programs.
v. Testing of the migrated data validating a particular reporting, auditing, or
processing objectives as per the business rules.
a) Master Data
Master data comprises a set of the non-transactional data entities of an organization (also
called reference data). This data forms the basis for designing and further carrying out
transaction on the system. Management of such data is called Master Data Management
(MDM). The main objective of MDM is providing processes for collecting, aggregating,
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 178 of 242
matching, consolidating and quality-assuring, persisting and distributing such data
throughout an organization to ensure consistency and control.
Issues
MDM seeks to ensure that an organization does not use multiple (potentially inconsistent)
versions of the same master data in different parts of its operations, which can occur in large
organizations. Other problems include issues with the quality of data, consistent
classification and identification of data, and data-reconciliation issues.
One of the most common reasons some large organizations experience massive issues with
MDM is integration. Two organizations which wish to integrate will typically create an entity
with duplicate master data (since each likely had at least one master database of its own
prior to the integration). Ideally, database administrators resolve such duplication in master
data as part of the integration. In practice, however, reconciling several master data systems
can present difficulties because of the dependencies that existing applications have on the
master databases. As a result, more often than not the two systems do not fully merge, but
remain separate, with a special reconciliation process defined that ensures consistency
between the data stored in the two systems. Over time, however, as further integration occur,
the problem multiplies, more and more master databases appear, and data-reconciliation
processes become extremely complex, and consequently unmanageable and unreliable.
Because of this trend, one can find organizations with 10, 15, or even as many as 100
separate, poorly-integrated master databases, which can cause serious operational problems
in the areas of operational efficiency, decision-support, and regulatory compliance.
Solutions
Processes commonly seen in MDM solutions include source identification, data collection,
data transformation, normalization, rule administration, error detection and correction, data
consolidation, data storage, data distribution, and data governance.
The selection of entities considered for MDM depends somewhat on the nature of an
organization. In this case, MDM may apply to such entities as Police Units, Unit Entitlement,
Personnel Data and list of offences/Acts/IPC. MDM processes identify the sources from
which to collect descriptions of these entities. In the course of transformation and
normalization, administrators adapt descriptions to conform to standard formats and data
domains, making it possible to remove duplicate instances of any entity. Such processes
generally result in an organizational MDM repository, from which all requests for a certain
entity instance produce the same description, irrespective of the originating sources and the
requesting destinations.
i. Source of Master Data
Police Organizations have several Police stations spread all across the state. Currently the
level of automation in the state police is restricted to the implementation of CIPA (Common
Integrated Police Application) which has been developed by NIC on Linux (Knoppix)
platform using PostgreSQL as the standard database. CIPA has been implemented at 566
Police stations out of a total of 760 (as on 31-03-2011).
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 179 of 242
Figure 11: Source of Master Data
The aim of CIPA was to automate the police functioning as far as registration, investigation
and prosecution processes are concerned.
Following are the Master Data requirements that need to be captured/ ported into the
CCTNS system for it to kick start.
(a) Organization Structure of the complete organization
(b) Unit wise hierarchy: Outposts Police Stations and special Police stations CO/
DySP SP IG Range Police HQ
(c) Details of users at all locations
(d) Local and Special Acts of Rajasthan and
(e) History of Police Station for which data is being migrated
ii. Integration and Updation of Master Data
CCTNS Master Data will include organization structure, unit hierarchy, appointment details,
posting details, etc of all the police personnel. It will collate all relevant data under one
umbrella to ease police functioning.
Figure 12: Integration with other Applications
0
200
400
600
800
1000
Sum Police StationsSum of CIPA
Sum of Non CIPA
863
566
297
iHRMS
(Personnel Data)
RTO
(Vehicles & Licenses)
(Other application as State requires)
NAFIS/AFIS
(Finger Prints)
CCTNS Master Data
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 180 of 242
b) Legacy Transaction Data Capture
In addition to all the types of masters discussed above, there is another important type of
data that needs to be captured in order to make the implementation of CCTNS system
effective. This is the legacy transaction data that gives the history of transactions especially
in the terms of FIR, Investigation Reports etc. Every activity in the envisaged CAS
application involves a transaction in complaint registration, Investigation, Prosecution etc.
As far as CIPA implementation is concerned FIR registration, Investigation and Prosecution
functions have been automated. However all the other functions are manual. These manual
transactions in the current system are recorded in ledgers, registers and files. Certain
activities which create transaction data are listed below:
i. Registration of FIR
ii. Registration NCR, Missing person, Unidentified dead body, Unclaimed property,
Preventive action, Proclaimed Offenders
iii. Investigation (Crime Details, Arrest/ surrender, seizure, chargesheet/FR)
iv. Prosecution (Appeal, Bail, Movements, Reopening and Reassigning, Summons/
Warrants, result of the case)
v. FSL (Inward receipt and Outward receipt)
The capture of this legacy transaction data is the most difficult part of data capture effort in
case of any implementation, because this data needs to be identified, cleansed and ported.
The activities involved in the capture of this kind of data are as follows:
i. Identification and Isolation of Digitized Data
ii. Identification and isolation from paper based forms/registers/ledgers
iii. Formatting based on the database structure
iv. Cleansing and validation
v. Entry into the database through forms
vi. Testing
Figure 13: Digitization Recommendation
CAS Application
Legacy Transaction Data
(FIR Registration/
Investigation/Prosecution)
Identification
Isolation
Formatting
Cleansing
Validation
Testing
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 181 of 242
1. Legacy data:
The following list comprises of all the legacy data that needs to be digitized from
all the 863 Police Stations under CCTNS Rajasthan. SI has to digitize around
20.56 lacs case files plus cases upto Project Go-Live, all History-sheeters
(around 8400), Proclaimed Offenders (around 3250), Absconders (around
5550) and Standing Warranties (around 54000) data as a part of this project in
consultation with Rajasthan Police. Each case file can be assumed to consist of
approximately 10 pages. Out of 21 lac case files approximately 12 lac case files
have been registered in CIPA registration module (IIF 1), 8.5 lacs under
investigation module (IIF 2 to IIF 5) and 3.78 lacs under prosecution module
(IIF 6) (detailed break-up mentioned in below table). Also refer the sample IIF
forms at NCRB website (ncrb.nic.in/IIF.pdf).
Case files details (2004-2013)
Cognizable crimes registered during 2004-2013
S. No. Year Total no. of offences
1 2004 186161
2 2005 171989
3 2006 177934
4 2007 186501
5 2008 191533
6 2009 210345
7 2010 212767
8 2011 224604
9 2012 242552
10 2013
(estimated)
251284
Total 2055670
CIPA records (as on September' 2013)
S. No. CIPA Phase District Reg. Inv. Pros.
1 CIPA Phase - I Bharatpur 89292 16531 8064
2 Alwar 97649 67193 18777
3 Bhilwara 57722 41390 28192
4 Jaipur Rural 75237 53551 34454
5 CIPA Phase - II Ajmer 66638 60668 33841
6 Bikaner 43727 40787 23935
7 Ganganagar 68571 67083 21496
8 Jaipur East 50751 36397 24681
9 Jaipur North 37727 36198 29134
10 Jaipur South 45728 34424 14094
11 Jodhpur City 36959 32225 13343
12 Jodhpur Rural 26730 25649 9227
13 Kota City 51575 43321 10910
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 182 of 242
14 Kota Rural 28432 27970 25739
15 Udaipur 73009 65723 34160
16 CIPA Phase - III Baran 32264 14197 215
17 Barmer 25163 19373 3576
18 Bundi 31941 21036 17146
19 Churu 22330 12874 3197
20 Dausa 34947 14701 826
21 Dholpur 23469 8235 192
22 Jalore 19116 10532 8164
23 Jhalawar 33928 22054 2280
24 Karauli 26892 16275 360
25 Nagaur 33524 15376 508
26 Sawai Madhopur 28412 19066 278
27 Sikar 37481 7747 0
28 Tonk 28759 25358 12076
TOTAL 1227973 855934 378865
Indicative list of documents to be digitized:
S No. Group List of Forms
1
IIF
First Information Report (IIF-1)
2 Crime Details Form (IIF-2)
3 Arrest/Court Surrender Form (IIF-3)
4 Property Search & Seizure From (IIF-4)
5 Final Form/Report (IIF-5)
6 Court Disposal Form (IIF-6)
7 Result of Appeal Form (IIF-7)
Flow diagram of Integration and Updation of Content/Document Management System:
CIPA
(Policy related content/ CrPC/IPC)
Digitized Documents
Enhanced CAS Document Management System
Deleted: ¶
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 183 of 242
Figure 14: Integration and Updation of Content/Document Management
System
a) Quality Control of Data Capture
Challenge of data conversion / migration is the coordination between three normally
disparate groups
Functional (From Business)
Legacy functional
Legacy technical
It is strongly recommended that the project assigns a data conversion manager.
Data conversion process will ensure that there is a focus on conversion requirements from
the start of the project. Overall conversion strategy for the project determines the approach
for data conversion and the tools and methods to be used for conversion. Data requirements
for the test database, conference pilot and the Production database will be met by this
process.
i. The conversion process will include designing and building conversion programs
and the actual data conversion from the legacy systems. The conversion process
will ensure that the team is prepared in advance with extraction scripts for the
legacy systems and the upload scripts for the new applications.
ii. Data conversion is accomplished through manual and/or automated means and
includes the creation of any data needed for new data records. It enables the new
system to accurately reflect the current status of organizational data at the start of
production. The term "data conversion" is used in the method in a wider sense
than the dictionary definition. It is defined to include four separate elements:
Purging/cleansing of existing data.
Reconciliation/balancing of the old data and the old system/new system.
Creation of new/additional data.
Conversion of the old data to the new system to create master file data and
opening balance data (where appropriate) for the new system.
iii. The conversion of data from an old system to a new system usually requires the
creation of a conversion system. The conversion system can be manual,
automated or both. Logically, conversion is taking data from one system and
moving it to another system at a point in time.
iv. Conversion may translate the format of the data but not update it and Conversion
programs may be run more than once or multiple times with each execution
converting a subset of data, such as one calendar month.
v. May be run multiple times for parallel running, phased or staged implementation
where progressive data conversion is required, and may be run multiple times
until reconciliation shows a valid conversion.
vi. System development support may be required to create a data conversion system.
In addition to the normal problems of system development, data conversion has
several unique requirements.
vii. Data may need to be created if it does not exist. Current data may need to be
purged, corrected or verified. The existing system (manual or automated) may
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 184 of 242
need to be corrected or balanced within itself before conversion can be
commenced or completed;
viii. Timing of the data conversion process may vary, e.g., data cleansing or creation
may precede other tasks by several months.
ix. The following is a description of the various tasks that make up the data
conversion activity:
1. Analyze Data Conversion - Define and analyze data conversion entities,
both on the legacy systems and on the receiving Application.
2. Design/Build Conversion Programs - Design, construct and unit test all
conversion programs.
3. Implement Feedback from Integration Testing - Update design and code
for conversion entities, based on input from system prototyping and
testing
4. Prepare for Cutover - Make final conversion modifications to prepare for
system cutover.
6.6.2 Migration Strategy
Rajasthan Police proposes that the data digitization and migration effort of legacy data be
divided into the following phases:
Figure 15: Process Flow -Data Digitization & Migration
SI shall undertake the digitization of all case files starting 1st January 2004 to the date of Go-
Live of that police station. However, for the records dated earlier than 1st January 2004, all
records which belong to any of the following category need to be considered for purpose of
digitization and migration:
Cases having standing warrants
Cases having proclaimed offenders
Cases having absconders
Cases having history-sheeter
Filtering
Updating
Migration
Validation
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 185 of 242
SI is required to update the records available in CIPA by referring physical case files
available in police stations. The data digitization utility provided by NCRB may be used for
the purpose of migration of records from CIPA to CAS. However regarding the data of IIF 6
& 7, SI may use CAS directly for entering the data.
SI shall undertake a proof of concept to demonstrate the data digitization and migration
process to the Rajasthan Police. Based upon the performance necessary approval shall be
provided by the Rajasthan Police subsequent to which SI shall undertake the data
digitization and migration exercise across all the locations.
Filtering: Each case file will be filtered for any irrelevant content. During this phase
it will also be ensured that the quality and sequence of the document is in conformity
to the original. All the information from the filtered document shall be validated
against the digitized information (in CIPA) available with Rajasthan Police.
Updating: Based on the case file the missing information shall be updated for
making the record complete for validation and migration.
Validation: Before each case is ported onto the system, validation is an important
activity that needs to be carried out for ensuring consistency and integrity. During
this phase the activities in all the above phases will be validated and
verified.Migration: The validated case files are finally ported into the system and
then data is live for use.
Formatted: Indent: Left: 0.56", No bullets ornumbering
Deleted: ¶
Formatted: Font: Not Bold, Not Italic, Fontcolor: Auto
Deleted: ¶
Formatted: Justified, Indent: Left: 0.56",Space Before: 3 pt, After: 3 pt
Formatted: Justified, Space Before: 3 pt,After: 3 pt, Line spacing: 1.5 lines
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 186 of 242
6.7 ANNEXURE- VI-CAPACITY BUILDING & CHANGE MANAGEMENT
6.7.1 Introduction
The purpose of this section is to identify detailed requirements on Change Management and
Capacity Building to be implemented at the State. This section also provides the context to
the changes expected due to CCTNS and their anticipated impacts on skill development
requirements for the workforce. In addition, the document provides details of Capacity
Building initiatives taken by Rajasthan Police; capacity building and training requirements
plan and its implementation w.r.t. the scope of System Integrator.
State specific requirements are defined through a comprehensive understanding and
analysis of police functioning for the State, the issues and challenges faced in adopting the
new technology to improve the police functioning and enhance its efficiency as well as the
training need and capacity building requirements of the police department and its personnel
with respect to implementation of CCTNS project in the state and its sustenance.
6.7.2 Overview of the Capacity building Scope
a) Identification of Trainers (Internal)
Rajasthan Police is under the process of identification of qualified trainers with relevant IT
experience and training competency within each District Mission Team and State Mission
Team. SI would be responsible for training them and building their capacity for all the other
IT initiatives of Rajasthan Police. These Trainers will be responsible for implementing the
Capacity Building interventions beyond the scope of the System Integrator.
b) Identification of Trainers (Police Training Colleges)
Rajasthan Police is under the process of identification of qualified Trainers with relevant IT
experience and training competency within each of the Police Training Colleges in the State,
who will be directly trained by the System Integrator. These trainers will be responsible for
including training on CCTNS within the training college curriculum and impart the training
on CCTNS to the new recruits and current personnel (refresher training) at the Police
Training Colleges.
c) Identification of Trainees
Based on the nature of their responsibilities and their requirements from CCTNS, police staff
can be classified into the following categories for training purposes:
Group I: Key senior officers (ADGP, IG, DIG, SP) responsible for Crime, Law and
Order, IT, etc. who are directly impacted by the CCTNS with respect to receiving/
analyzing the reports through CCTNS.
o Change Management and Role-based training will be carried out for these
officers at suitable location in the State by the System Integrator.
Group II: Key officers (ASP, DySP, INSP., SI, ASI) in charge of a District/ Circle/
Police Station who are directly impacted by the CCTNS with respect to reviewing
the police station performance through CCTNS, reviewing the reports generated
Deleted: Section Break (Next Page)
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 187 of 242
by the system, carrying out the required analysis using CCTNS and providing the
necessary guidance to the officers.
o Change Management and Role-based training will be carried out for these
officers at suitable location in the State or respective Districts/
Commissionerates by the System Integrator
Group III: Key officer (Station Writers, Court Duty, Head Constables, Constables)
in each of the Police Stations and Higher Offices who will use CCTNS for
capturing the data/investigation forms, generating the reports and utilize the
basic and advance search features of CCTNS to service the general service
requests and aid in investigation process.
o Orientation to Change Management and Role-based training will be carried
out for the identified officers at District Training Centers in the respective
Districts/ Commissionerates by the System Integrator
o Refresher training, subsequent training to the remaining officers/constables
in the Police Station and Higher Offices can be carried out by the internal
trainers subsequent to the System Integrator trainings
The main challenges to be addressed effectively by the SI are the geographically dispersed
trainee base, wide variability in education and computer proficiency and minimal availability
of time. The SI holds the responsibility for creation of a detailed and effective training
strategy, user groups and classifications, training plan and guidelines, detailed training
material, training program designed their delivery to the target groups.
The SI holds the responsibility for creation of training material, designing the training
programs and their delivery to the target group. The SI shall be responsible for the following
activities as part of the End User and Train the Trainer Training:
d) Develop Overall Training Plan
SI shall be responsible for finalizing a detailed Training Plan for the program in consultation
with Rajasthan Police covering the training strategy, environment, training need analysis
and role based training curriculum. SI shall own the overall Training plan working closely
with the Rajasthan Police Training team. SI shall coordinate overall training effort.
e) Develop District-Wise Training Schedule and Curriculum
SI shall develop and manage the District-Wise training schedule in consultation with
Rajasthan Police, aligned with the overall implementation roadmap of the project and
coordinate the same with all parties involved. Training schedule shall be developed by
solution and shall be optimized to reduce business impact and effective utilization of
Training infrastructure and capacities. The training curriculum for the CCTNS training
program should be organized by modules and these should be used to develop the training
materials. The training curriculum outlines the mode of delivery, module structure and
outline, duration and target audience. These sessions should be conducted such that the
users of the application/ modules are trained by the time the application ―goes-live‖ in the
district with minimal gap between completion of training and going live of modules.
Continuous reporting (MIS) and assessment should be an integral function of training.
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 188 of 242
f) Deliver Training to End Users
Based on their needs and the objectives of CCTNS, training programs could be organized
under the following themes:
i. Change Management training - Sensitization and awareness creation regarding
benefits of CCTNS. This part of the training focuses on the general benefits of IT
systems such as automation of routine and redundant tasks or moving from the
paper-based records management to a more sophisticated electronic records
system that can alleviate the efforts to create reports.
ii. Role-based training on the CCTNS application – This training should be in a role
based, benchmarked and standardized format, multi-lingual and lead to learning
completion and assessment. It should also allow for self-learning and retraining.
Training would include mechanism for demonstration using audio/ video/
simulated/ demo practice exercises and evaluation of trainees.
iii. ―Train the Trainer‖ programs- where members of the police staff would be trained
to enable them to conduct further training programs, thus helping build up
scalability in the training program and also reducing the dependency on external
vendors for training.
iv. System Administrator training- a few members of the police staff with high
aptitude would be trained to act as system administrators and troubleshooters for
CCTNS.
SI shall deliver training to the end users utilizing the infrastructure at the District Training
Centers. Role-based training for the senior officers will be carried out at suitable location in
the State by the System Integrator.
SI is required to install the CCTV cameras across all the training locations and ensure that its
feed is made available over the network. The network connectivity for this purpose shall be
provided by the Rajasthan Police. SI is required to get approval of specifications of the CCTV
cameras prior to installation. For the purpose of payment related to training, SI is required
to submit the recording of the training along with the invoice to the Rajasthan police.
SI shall also impart simulated training on the actual CAS (State) with some real life like
database. The SI should create case studies and simulation modules that would be as close to
the real life scenario as possible. The objective of conducting such trainings would be to give
first hand view of benefits of using CAS system. Such training should also be able to provide
the participant a clear comparison between the old way of crime and criminal investigation
against the post CCTNS scenario. This training may seem similar to role play training
mentioned in the section above. However, in this simulated training, the SI would ensure
that the IO‘s are provided an environment that would be exactly similar at a Police Station
post CAS (State) implementation.
Most of the training would be an Instructor-Led Training (ILT) conducted by trained and
qualified instructors in a classroom setting. To maintain consistency across CCTNS trainings,
standard templates should be used for each component of a module.
An ILT course will have the following components:
Course Presentation (PowerPoint)
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 189 of 242
Instructor Demonstrations (CAS - Application training environment)
Hands-on Exercices (CAS - Application training environnent)
Application Simulations: Miniature version of CAS Application with dummy data
providing exposure to the IOs to a real life scenario post implementation of CAS
Job Aids (if required)
Course Evaluations (Inquisition)
In addition to the ILT, for the modules that may be more appropriate to be conducted
through a Computer Based Training (CBT), a CBT should be developed for them. CBT should
involve training delivered through computers with self instructions, screenshots, simulated
process walk-through and self assessment modules.
Select set of police staff with high aptitude group and/or relevant prior training, are to be
imparted with the training/skills to act as system administrators and also as troubleshooters
with basic systems maintenance tasks including hardware and network.
g) Develop Training Material
i. Customization of the Training Manuals, User Manuals, Operational and
Maintenance Manuals provided along with the CCTNS CAS Software.
ii. Design and development of the Training Manuals, User Manuals, Operational
and Maintenance Manuals for the modules developed at Rajasthan Police level.
In cases where the training material may be made available by MHA/ NCRB, it is the SI‘s
responsibility to ensure the relevance of the material to the State/UT, customize if necessary
and own up the delivery and effectiveness. All the training material needs to be provided in
two languages i.e Hindi and English.
SI shall ensure that the training content meets all the objectives of the training course. The
material shall be developed in English and Hindi based on the target group. SI shall also
develop the training material for delivery through Computer Based Training, Instructor Led
Training, Online User Material/ Help Manuals and Job Aids.
SI shall provide detailed training material providing step-by-step approach in soft and hard
copies to all police stations and offices for reference.
Rajasthan Police has developed an online Learning Management System for providing access
to all training content online including documents, demo, audio, video, simulation and
practice, assessment, self learning and context sensitive help and monitoring, support and
reporting etc., which is deployed at State Data Centre. The SI may take-over and improves
upon the existing application to suit the above requirements. Brief details of LMS are
mentioned below:
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 190 of 242
S.
No.
Applicatio
n Name
Type Description Deployment
Details / Current
No. of users
Application
Information
1
Learning
Managemen
t System
Online Developed on
Java Platform
Database –
MySQL
User
Authentication -
Active
Directory
Installed in State
Data Centre,
Jaipur
Expected to be
used by approx.
50,000 users
Online Training
nomination
e-Resource
Management
Typing Tutorial
Online Exams
Online
Feedback/
Survey
h) Deliver Training to Trainers (Internal and Trainers from the Training
Colleges)
SI shall help Rajasthan Police in assessing and selecting the internal trainers as well as the
trainers at training colleges who can conduct the end user training subsequent to the training
by the SI. SI shall coordinate the ‗Train the Trainer‘ session for the identified trainers to
ensure that they have the capability to deliver efficient training. For Train the Trainer
training the Rajasthan Police would nominate 2 trainers per District.
In addition to the training delivered to the end-users, the trainers should also be trained on
effectively facilitate and deliver training to end users. Also, it is advisable to always run pilots
for any training program before deployment. This training will hence serve as the pilot and
as a training session for trainers as well. In addition to this the SI should take support from
the ToT trained staff for delivering the training in the respective Districts. In addition the
end-user training sessions, ToT training will consist of three segments:
i. The first segment will be set of workshops covering effective presentation skills
and coaching techniques and discussing the benefits and structure of the trainer
model.
ii. The second segment will be the formal CCTNS training which will consist of all
modules of CCTNS relevant for their role. This would also include Networking
concepts (in view on RSWAN, SecLAN, VPNoBB), Troubleshooting computer
hardware, Application software and Operating system, Application installation
and up-gradation of patches, User creation & role management and effective use
of LMS.
iii. The third segment will be a teach-back session where trained trainers will present
course content and receive feedback regarding content, flow, and presentation
techniques. This will also include a feedback session where trainers can provide
feedback on the training materials, flow, comprehension level, and accuracy.
i) Training Effectiveness Evaluation
To measure the effectiveness of all the end user trainings conducted by SI as part of this
project, SI shall be responsible for preparing the set of questions, i.e. a question bank from
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 191 of 242
which random questions would be selected and uploaded for online test of the trainees,
Rajasthan Police or its nominated agencies/ representatives would validate and approve the
question bank. SI will be required to make all arrangements, including the software for
conducting online test, trainees‘ attendance while premises and infrastructure would be
provided by Rajasthan Police.
For the purpose of evaluation and passing criteria following process shall be followed:
Online Examination shall be administered by SI under the supervision of competent
Police officials (District e-Mission Team). As part of this examination each trainee
shall also undertake the role based test on CAS in a dummy environment. SI has to
ensure that the dummy/test environment of CAS is accessible across all training
centers.
SI shall also ensure that each trainee is registered in Learning Management System
(LMS) and CAS application. District eMission Team shall verify this as part of
completion of training.
SI shall also compile the number of sessions undertaken by the trainees in LMS.
District eMission Team shall validate that a minimum number of training sessions
have been undertaken by each trainee. The minimum number of sessions required by
each trainee shall be defined mutually between SI and the Rajasthan Police at the
time of finalization of training plan.
Rajasthan Police shall deploy a central team which shall monitor the progress of
training and its effectiveness.
Based on the above three steps the final passing certificate shall be issued by the
competent authority stating that the concerned trainee is ready for using CAS in
police station. A minimum of 90% of trainees from each batch need to pass without
which SI shall be required to retake the training of failed candidates of those batches.
If in a particular batch 90% of candidates pass the test, training of that batch would
be considered as successful and training of failed trainess of these batch would be
arranged by competent authority at his own level.
In case of dispute the competent authority at PHQ level would decide the issue.
SI shall consolidate all the certificates and submit it along with the invoice as stated
in the payment schedule in Volume 2 of this RFP.
Rajasthan Police will periodically monitor the training effectiveness through the
performance metrics and Service levels and provide necessary feedback to SI. SI shall be
responsible for incorporating the feedback and arrange for conducting refresher training,
wherever needed.
6.7.3 Training and Capacity Building As-Is
a) Need for Capacity Building
The Department of Police, Government of Rajasthan has recognized the potential of
Information and Communication Technology (ICT) in strengthening the performance of the
police delivery system in the State and is keen to adopt & infuse IT in the applicable areas.
Accordingly, the department has defined the following key objectives for the CCTNS project
(IT initiative of the department):-
The following goals and objectives have been defined for CCTNS:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 192 of 242
i. To Empower the Police Officers on duty to effectively provide services to the
citizens and other departments
ii. To eliminate Drudgery from the current Police Station processes, essentially
eliminating the need of repetitive data entry at various data entry points
iii. To Provide Enhanced Tools for Investigation, Crime Prevention, Law & Order
Maintenance and other functions like Traffic Management, Emergency Response,
etc.
iv. To Increase Operational Efficiency
v. To create platforms at State and Central levels for sharing crime and criminal
information / databases across states and across the country. This would enable
easy sharing of real-time information/ intelligence across
vi. To implement secure channels for data and information sharing police stations
and districts at the State level and across states at the National level
vii. To improve the service delivery to the public/ citizen/ stakeholders
Capacity Building is a highly critical component of CCTNS. The objective of CCTNS Capacity
Building (CB) initiatives is to empower the direct users and other stakeholders of CCTNS to
optimally use CCTNS and enhance outcomes in crime investigation, criminals tracking and
other core police functions; and also ensure a smooth functioning of CCTNS.
Success of CCTNS, both in short term as well as long term has unswerving dependency on
the level of penetration it is able to accomplish. Drawing upon the diverse challenges
expected for the implementation of CCTNS, specifically the workforce challenges, it is
apparent that capacity building is the need of the hour to further ensure that CCTNS as a
program is successful.
The implementation of the multiple solutions and new process will significantly impact the
functioning of police force across India. The challenge will be to empower and support the
workforce to understand, learn, and adopt the new way of working in order to fully realize
the potential benefits of this fundamental change.
To manage a large scale implementation which impacts a mammoth number of users directly
or indirectly, a comprehensive and well-structured Capacity Building approach is required.
Capacity Building approach would include availability of requisite infrastructure and
resources to support the entire program. It would also ensure that the required user groups
receive sufficient training to equip them with the skills required to efficiently use or be aware
of the new processes and/or systems.
In totality Capacity Building Programs will assist in:
Identify the training audience groups
Training delivery methods
Training development and delivery resource
Hence, the objectives of developing a Capacity Building Program are:
To motivate, train and capacitate police workforce
Efficiently embark on the revised roles and responsibilities as part of CCTNS
Embed sustainability of the project
To ensure successful implementation of CCTNS
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 193 of 242
b) Snapshots of Capacity Building Initiatives in the State
Capacity Building is an important aspect of this CCTNS project. It envisages improving the
efficiency of the police personnel, basically, by providing role based and ICT basic training at
the initial stage of Capacity Building. Under Capacity Building scheme Rajasthan Police
personnel of all ranks, are to be trained on various relevant aspects of CCTNS Project
including Basic Computer Knowledge. As a first step towards this, Rajasthan Police wishes to
create computer awareness among all the officers and men of State Police force.
c) Institutional Framework for Police Training and Capacity Building in
Rajasthan
The computer training to the police personnel in the state has been started since 1995 during
implementation of CCIS project and CIPA project (in 2006). However, under CCTNS project,
―Basic Computer Training‖ is envisaged to acquaint and aware, the Police Personnel, with
basic function and nature of computers and its application. Concerted effort should be
directed towards providing exposure of computers especially to ground level functionary.
Figure 16: Police Training - Organizational Structure
Addl. DGP (Training) is in charge of Training both initial and in-service for various ranks for
Rajasthan Police. He controls various training Institutions including RPA, RPTC, Police
Training Schools and Police Motor Driving School in the state and has to nominate officers
for undergoing training in central government training institutions. He has to get the
syllabus for various trainings revised by DGP. The Training Directorate keeps a record of all
initial and in-service trainings.
IGP of the Range periodically visits the police training schools or institutions in his Range
and guide the Principal/commandant. He sends his observations to ADG (Training)
regarding the functioning of police training institutions periodically.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 194 of 242
The details of Rajasthan Police current strength :-( Source: www.police.rajasthan.gov.in)
Police Officials Current strength Sanctioned Posts
Indian Police Service Officers 162 206
Rajasthan Police Service Officers 565 795
Police Subordinate Service
Inspector 909 1162
Sub Inspector 2279 4084
Assistant Sub Inspector 3963 5661
Head Constable 7886 10033
Constable 59147 71414
Police Training Institutions in the State
Police Training Institutions Role
1. Rajasthan police Academy, Jaipur Main centre of training for Rajasthan
Police officers of the level of constables
to gazetted officers (RPS/IPS)
Imparts training of S.I. to IPS officers of
Rajasthan police
2. Rajasthan Police Training College,
(RPTC) Jodhpur
Imparts training to R.A.C. personnel
from the rank of constable to Company
Commander
also offers training of other armed and
civil police personnel
3. Police Training School, Kishangarh
(1950) Imparts training to police constables up to
Inspector rank officers
4. Police Training School Kherwara (1975) -do-
5. Police Training School, Jhalawar -do-
6. Police Training School Jodhpur (1975) -do-
7. Police Motor Driving School, Bikaner
(1999). trains police officials in vehicle driving and
maintenance
8. Security Training School (STS), at RPA,
Jaipur (1962) conducts specialization and refresher courses
on various aspects of security and intelligence
to train the SSB personnel
9. District Training Centers (DTC) There are 41 DTCs across Rajasthan, under
CCTNS project where Basic ICT Awareness
training is conducted.
Table 14:Police Training Institutions in the State
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 195 of 242
Training in these centers is given keeping in mind the growing complexities of crime,
violence, communal and law and order situations. New subjects relating to human rights,
atrocities against women, police custodial deaths, police-public relations, juvenile
delinquency, cyber crime, pollution control and environment awareness have to be tackled.
The trainees are imbued with the principles of social service and made familiar with the
latest findings in criminology, human behavior, police-community relations, gender issues,
community policing, human resource development and other allied subjects.
Training Courses Conducted at Rajasthan Police Academy
RPA conducts following types of training courses for different ranks of Police Officers in the
state. Promotion cadre courses are held from time to time for posts of the rank of head
constables to inspectors. Various types of special training programs, including on the job
training is being imparted to police personnel. Training is a continuous process and the
courses are geared to meet the challenges faced by the police personnel.
S. No. Course Type Target Audience/Duration
1 Basic Courses 1. IPS officers/ 6weeks
2. RPS officers/1 year
3. SIs-/1 year
4. Constables-/9 months
2 Promotional courses (45 days)
1. ASI to SIs
2. SIs to Inspectors
3. Head constables to ASI
3 Specialized courses
a. Computer awareness
b. Cybercrime investigation
1. SI to ASP (2 days)
2. SI to SP (2 days)
4 Refresher Courses
a. Computer appreciation courses- 4
days, 1 week, 2 week and 4 weeks
b. Orientation course for Dy.SP
c. Induction course for
Inspectors/SI
1. RPS officers
2. SIs
3. Constables
5 Training on Soft Skills HC to Inspectors (4 Days)
Table 15: Training Courses
d) Capacity Building Initiatives undertaken by the Department
The State Crime Records Bureau is designated as Nodal Agency in the state for
implementation of CCTNS project in the state. The table below gives a snapshot of the
personnel trained so far in basic computer training (ICT Basics of 5 days),
Designation No. of Personnel
Trained by In-house
trainers
No. of Personnel
Trained by RKCL (Out-
source)
Addl. S.P. 53 -
DY. S.P. 160 -
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 196 of 242
Ins. 495 -
S.I. 1178 -
A.S.I. 2332 -
H.C. 2899 -
CONST. 25707 2620
OA/ UDC/ LDC 242 -
TOTAL 33066 2620
Table 16: Trained Personnel in ICT Courses
As a part of CCTNS capacity building program, following initiatives have been planned/
undertaken by the state government
Strengthening Capacity of the existing training institutions:
Establishment of computer lab at District level Training Centers (DTCs) to
conduct Basic ICT training for police personnel at district level and their capacity
building
Emphasis on capacity building i.e. computer awareness and training before
implementation of the project
Focus on training of all police personnel in the state
Integration of computer training in the induction training curricula of all police
cadres
Provision made to provide computer training in the In-service training, refresher
training as well as in Promotional training courses
The infrastructure for computer training made available during 2010-11 to the
police training institutions including the DTCs under CCTNS project is indicated
in the table below:
i. Infrastructure provided to Police Training Institutions (CCTNS
Project):
Infrastructure SCRB RPA RPTC PTSs (5) District
Training
Centers (41)
Total
Server Computer
(High-end
computer)
2 2 1 1 x5=5 1x41=41 51
Computer 33 33 22 22x5 = 110 10x41=41 608
Printer 2 2 2 2x5 = 10 1x41=41 57
UPS 1
(5KV)
1
(5KV)
1
(5KV)
1x5=5 KV 0
1 (3
KV)x41=41
8 (5 KV)
41 (3 KV)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 197 of 242
LCD Projector 1 1 1 1x5=5 1x41=41 49
Multi functional
Printer
1 1 1 1x5=5 0 8
White screen 1 1 1 1x5=5 1x41=41 49
White Board 1 1 1 1x5=5 1x41=41 49
Internet
connectivity
Yes Yes Yes Yes Yes
Table 17: Infrastructure for Police Training Institutions (CCTNS Project)
ii. Details of infrastructure provided to Police Training Institutions (to
be considered for AMC)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 198 of 242
S. No.
Item Qty Make Model Description Warranty Details
1 Server Computer (High-end Desktop)
43 Dell Optiplex Desktop computer with Intel V pro configuration. 19" TFT Digital Colour Monitor with Windows 7 preloaded with media and documentation
Upto 24-03-2013 (Expired)
2 Computer 430 Dell Optiplex Desktop computer with Intel Core 2 Duo. 19" TFT Digital Colour Monitor with Windows 7 preloaded with media and documentation
Upto 24-03-2013 (Expired)
3 Computer 147 Dell Optiplex Desktop computer with Intel Core 2 Duo. 19" TFT Digital Colour Monitor with Windows 7 preloaded with media and documentation
Upto 23-01-2014 (Expired)
4 Computer 22 Dell Optiplex Desktop computer with Intel Core 2 Duo. 19" TFT Digital Colour Monitor with Windows 7 preloaded with media and documentation
Upto 05-09-2014
5 Printer 43 Samsung (43 nos.)
ML-3471 ND
Laser printer resolution in dpi: Mono 600X600, paper size A4, print speed in PPM:32, Port:1 USB, Network card 10/100: Yes, Duplexing: Yes
Upto 24-03-2011 (Expired)
6 Printer 7 Canon (7 nos.)
LBP 6750 DN
Laser printer resolution in dpi: Mono 600X600, paper size A4, print speed in PPM:32, Port:1 USB, Network card 10/100: Yes, Duplexing: Yes
Upto 23-01-2012 (Expired)
7 Multi functional Printer
7 Canon MF4570DN Digital Copier & multifunctional Office machine printer, Type: Laser, Mono/ Colour: Mono, Min. printing speed: 25 ppm, Category: Duplex, ADF/ DADF: ADF, N/w:Yes, Fax: Yes
Upto 24-04-2012 (Expired)
8 UPS 3 kVA with DC Power pack
41 Numeric 3 kVA Online UPS with isolation transformer suitable for single phase AC input and single phase AC output, Floor mounted type, Indicative backup time: 60 minutes
Upto 24-03-2011 (Expired)
9 UPS 5 kVA with DC Power pack
1 Numeric 5 kVA Online UPS with isolation transformer suitable for single phase AC input and single phase AC output, Floor mounted type, Indicative backup time: 60 minutes
Upto 24-03-2011 (Expired)
Formatted Table
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 199 of 242
S. No.
Item Qty Make Model Description Warranty Details
10 UPS 5 kVA with DC Power pack
14 IPC 5 kVA Online UPS with isolation transformer suitable for single phase AC input and single phase AC output, Floor mounted type, Indicative backup time: 60 minutes
Upto 23-01-2012 (Expired)
11 LCD Projector 42 Epson (42 nos.)
EB825H Brightness: 3000 Lumens Resolution: XGA Lamp life: 4000 hours Contrast ratio: 2000:1 Interface: Computer, Video, USB memory device, Wireless device with RGB out Accessories: Remote, Cables, Drivers on CD
Upto 06-05-2011 (Expired)
12 LCD Projector 7 Sanyo (7 nos.)
PLC XU 305
Brightness: 3000 Lumens Resolution: XGA Lamp life: 4000 hours Contrast ratio: 2000:1 Interface: Computer, Video, USB memory device, Wireless device with RGB out Accessories: Remote, Cables, Drivers on CD
Upto 29-02-2012 (Expired)
Table 18:Infrastructure for Police Training Institutions (CCTNS Project) for AMC
Formatted Table
Formatted: Font: 10 pt, Bold, Italic, No
underline, Font color: Auto
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 200 of 242
j) Challenges Anticipated for CCTNS
Like all big Information and Communication Technology (ICT) changes in organizations as
complex as the Indian Police, CCTNS is expected to face a lot of challenges. It is going to be a
huge change for everyone and requires strengthening of all supporting levers. In the course
of detailed As–Is assessment, following challenges were highlighted and needs to be kept in
mind while designing and implementing the capacity building program for CCTNS:
S.
No
Challenges
Type
Challenges to Pre-empt
1. People
Challenges
• Varying basic education level among police staff across PS
that impacts the uptake of any IT skills
• Feeling of ―…we were recruited for field work in police...
and not for Data Entry‖
• Lack of incentives
• Among the duties of the Police, documentation and data
entry holds least priority and value. Hence, it is very
difficult for police staff to focus on IT knowledge/ data
entry
• Working on computers is considered as a special skill and a
non – executive job
• Resources that are IT savvy are overburdened with
requests pertaining to computer operations by other
colleagues
• Age also plays a factor where staff beyond a certain age is
hesitant to pick up IT skills and hence resist usage of such
system
2. Process
Challenges
• State Police Manuals mandates maintaining multiple
registers that contains redundant and repetitive data
• There is no standardization of some reports and registers
across the state.
• Manual preparation of reports such as Monthly Crime
Review, Monthly Statement on Crime Statistic System
• Manual delivery of these reports as physical copies to
DCRB/ SCRB/ NCRB
• Duplicate data entry at multiple stages, within the same
office and at higher offices
• Manual preparation of Query responses for RTI,
Parliament, Higher Offices, etc
3. Infrastructure/
Technology
Challenges
• Power Supply Issues:
• Improper maintenance of hardware and software at PS
• Information available in silos
• Absence of an interconnected databases and networks at
the Control room
• Poor road connectivity at Semi-urban and Urban PS
Deleted: ¶S. No. ...
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 201 of 242
Table 19: Challenges for CCTNS project
6.7.4 Implementation Plan
a) Training and Capacity Building Plan
Capacity Building for CCTNS Project will allow State‘s Nodal Agency to manage day to day
challenges faced as a result of the project and to ensure a sustainable operating model during
and after implementation and stabilization.
Building capacities at various levels is critical to the successful implementation of the
recommended IT initiatives. Also, the training programs would cover Change Management
and awareness programs in addition to CCTNS-specific programs in order to ensure
adoption of the system at the police station level.
i. Main Training Themes
Based on their needs and the objectives of CCTNS, training programs would be organized
under the following themes:
1. Creating awareness about the benefits of ICT and CCTNS project
2. Role-based training on the CCTNS application
3. ―Train the Trainer‖ programs, where members of the police staff would be
trained to enable them to conduct further training programs, thus helping
build up scalability in the training program and also reducing the dependency
on external vendors for training.
4. System Administrator training: selected members of the police staff with high
aptitude would be trained to act as system administrators and troubleshooters
for CCTNS.
The above themes are expanded as below:
1. Change Management and Orientation to CCTNS training
Creating awareness about the benefits of ICT and CCTNS project
Highlight expected changes and role of various change agents in the project
Prepare the police workforce to accept imminent changes and impact of the
project
For the training program "Orientation to change management and Introduction
to CCTNS" (for Higher officials) the SI shall only invite Change management
experts/ eminent speakers who have national and international recognition
particularly in the field of e-Governance or relevant domain.
For the training program "Change Management and Introduction to CCTNS
(Middle & Junior Officials)" the SI shall only invite Change management experts/
eminent speakers who have national recognition and relevant experience
particularly in the field of e-Governance.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 202 of 242
2. Role based training on application software
The training should focus on the users getting comfortable to use the CCTNS
application.
This training would be tailored according to the unique requirements of each user
category. The training program must ensure to cover the following user
categories:
o Senior police officers (there might be sub-categories in this category with
training needs differing from each other; for example, the training for
SP/SSP will have to reflect their requirements in comparison to the
requirements of an IGP)
o Station House Officers (SHO)
o Investigating officers
o Station Writers
o Court Constables
o Duty officers
Hindi Keyboard Usage and Typing training, which shall contain the basics of
the usage of Hindi Keyboard. It shall also equip candidates with familiarity of the
computer keyboard and train them on typing skills so that work place efficiency and
productivity is improved.
3. “Train the Trainer” Programs
Select set of police staff with high aptitude group and/or relevant prior training,
are to be trained as trainers who would, in turn, train their colleagues.
―Train the Trainer‖ program could be held at a central location or two
The trained trainers would, in turn, conduct training programs for their
colleagues at lower levels such as the district
Trainers would be trained to impart training in role-based training on CCTNS.
4. Specialized training on system administration and troubleshooting
Select set of police staff with high aptitude group and/or relevant prior training, are to be
imparted with the training/skills to act as system administrators and also as troubleshooters
with basic systems maintenance tasks including hardware and network such as:
Information Security & IT Infrastructure Security
Data centre & Network Administration
Hardware Components, Installation & maintenance
Project Management tool and MIS
Data structures, Database management,
Formatted: Normal, No bullets or numbering
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 203 of 242
6.7.5 Indicative Training Plan for the Members of Police Department
The following is an indicative training plan for members of state police departments based on the nature of their responsibilities:
S.
No.
Name of the
Training
Program
Indicative
Duration
(Days)
Indicative
Location
Target Audience Group
A
Group
B
Group
C
Avg.
Batch
Size
Estd.
no. of
batches
Total
trainees
1 Orientation to
Change
Management
and
Introduction to
CCTNS (Higher
Officials)
1 SCRB/
PHQ/ RPA
Addl DGs, IGs, DIGs,
SP of PHQ, IG Range,
CP, DCP, District SP
100 0 0 15 7 100
2 Change
Management
and
Introduction to
CCTNS
1 RPA, SCRB,
District
Training
Centers
Addl SPs, Dy S.P.,
SHO of Selected
Locations
67 163 320 12 45 550
3 Role Based
training and
Management
Information
System (Higher
officials)
1 SCRB/PHQ/
RPA
Addl DGs, IGs, DIGs,
SP of PHQ, IG Range,
CP, DCP, District SP
100 0 0 15 7 100
4 Role Based
Training and
Basic ICT
4+1 SCRB,
District
Training
Centers
Addl SPs, Dy S.P.,
SHO of Selected
Locations
67 163 320 12 45 550
Deleted:
Formatted: Font: Georgia, 11 pt
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 204 of 242
5 Change
Management
and Role Based
Training and
Basic ICT
4+1+1 SCRB,
District
Training
Centers
Investigation
Officers, Head
Constables,
Constables of
Selected
Locations,
Heads of various
Police Functions
of Selected
Locations
District Mission
Teams
CCTNS core team
3756 20756 12 2042 24513
6 Project
Management,
Document
Management
System/
Reporting
2 SCRB CCTNS core team 0 15 0 15 1 15
7 Information
Security & IT
Infrastructure
Security
15 SCRB CCTNS core team 0 10 0 10 1 10
Data centre &
Network
Administration
Hardware
Components,
Installation &
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Page 205 of 242
maintenance
8 Train the
Trainer (Role
based)
5 SCRB 2 Trainers per
District/ Police
Training institute
- - - 15 6 100
Table 20: Indicative Training Plan
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 206 of 242
6.7.6 Handholding Support
SI shall deploy one competent person per police station for 6 days (8 hours per day) in a
week for a period of 6 months or 12 months for 2 police station (would be decided by
Rajasthan Police) to support the staff in that police station and ensure that the staffs in that
police station are able to use CCTNS on their own by the end of the support period. The
Rajasthan Police would intimate the successful bidder the date of deployment of resources at
least 1 month before. Periodic assessment of Police station staff shall be done by Rajasthan
Police to assess effectiveness of Handholding support. SI shall provide sufficient training on
CAS and related Police functioning and network architecture for proposed stack . SI shall
also develop separate training material required for training the Handholding persons at no
extra cost to Rajasthan Police.
SI shall update the weekly attendance of Handholding staff verified by SHO on PM tool.
a) Handholding – Scope of work
The technically qualified and trained person deployed at police stations shall do the
following:
i. Use and troubleshoot for various hardware items provided at the police station
such as computer, printer, network components, digital camera, digital pen etc.
as required under the project.
ii. Use the core application software to perform the policing functions and data entry
as per the person‘s role.
iii. Able to perform any other functions that may be required under the ambit of the
CCTNS project
iv. As and when newer versions of system or application software are introduced
within the period of handholding support at a particular police station, the
handholding staff shall provide adequate training to the concerned police
personnel.
v. In case a new police official joins the police station during the handholding phase,
it will be the handholding person‘s responsibility to ensure that the official is
conversant with all the activities required towards CCTNS functioning.
vi. The handholding staff should assist the police in installation and updation of any
required software needed under the CCTNS project, including updation of PM
tool and Master data.
vii. Create documentation for Knowledge Transfer (KT) before 5 months of
Handholding period, that can be used by the police station staff after closure of
the handholding phase and train at least 2 persons identified by the respective
District Mission team.
viii. The handholding staff must be IT savvy and aware of basic IT trouble shooting
procedure. The person should be able to rectify level 1 issues related to CAS, other
software and hardware. The resolution to the queries raised by the police
personnel must adhere to the SLAs for post implementation phase defined in the
SI agreement. Handholding person shall maintain a separate register to record all
issues and their resolution.
ix. The handholding staff will also conduct CCTNS related workshops (if required)
and refresher courses for the police station staff and effectively use LMS.
Deleted: Section Break (Next Page)
Deleted: a
Deleted:
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 207 of 242
x. Handholding staff should have detailed understanding of CAS application and
should be able to provide support related to any technical or workflow related
query raised by the personnel.
xi. Handholding staff should be able to rectify IT related issues being faced by Police
officials during data entry in CAS.
xii. Any issues that need to be escalated to the SI helpdesk for resolution should be
taken up by the handholding person and tracked till closure of the query.
xiii. The handholding staff should assist the police personnel in coordinating with any
higher offices that may be required for proper functioning of CCTNS.
xiv. The handholding staff of each police station shall submit a daily report to the
police station detailing the activities undertaken during the day. The report will
also contain detailed status of each activity along with its resolution and current
status.
b) Qualification / Experience Criteria
i. Graduate with at least 6 month certification in IT and overall experience of 1-2
years of experience in application software/ LAN/ WAN/ PC troubleshooting,
Data Entry on Computer Applications. Working proficiency on office suite.
Fresher‘s can also be considered but having at least one of the following
educational qualifications: BCA, MCA, B.Sc (Computer science/ Information
technology), M.Sc (Computer science/ Information technology) , PGDCA, O-
Level, B- Tech.
ii. Working proficiency of Hindi typing is mandatory.
iii. The handholding staff should have sufficient experience in installation and
updating of any required software.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 208 of 242
6.8 ANNEXURE VII GOVERNANCE STRUCTURE
This section will provide the governance structure that will be created at the State level to
monitor the implementation of the CCTNS project. As per the Guidelines issued by the
Ministry of Home Affairs, Government of India, The State Police Department shall constitute
appropriate governance and operations structures, and in alignment with the structures
recommended by DIT, GOI under NeGP guidelines. The following governance committees
shall form the institutional framework for implementation, monitoring and evaluation of
CCTNS project.
a) State Apex Committee
b) State Empowered Committee
c) State Mission Team
d) District Mission Team
The following figure depicts the proposed governance structure for implementation of
CCTNS project in Rajasthan:
Figure 17: Proposed Governance Structure for CCTNS Project
The table below provides the committees/ teams that form part of the governance structure
and their roles and responsibilities as defined in the CCTNS implementation guidelines
provided by MHA.
Committee / Team Roles & Responsibilities
State Apex
Committee
Reviewing progress of the Project,
Overseeing utilization of funds,
Policy Directions and Guidance for successful
execution of the Project,
Ensuring continuance of Mission Leader for sufficient
duration, and
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 209 of 242
Creating a supporting environment for the success of
the project
State
Empowered
Committee
Disbursement of funds to Districts and other
units/agencies
Approval of BPR proposals
Sanction for various project components, as may be
specified, including the Hardware/Software
procurement as per the specifications from NIC
Approval of various Project Components and
Functionalities to be covered in the Project
Review progress of the Project
Ensure proper Training arrangements
Ensure deployment of appropriate handholding
personnel
Other important policy and procedural issues
Guidance to State/District Mission Teams
State Mission
Team
Operational responsibility for the Project
Formulating Project Proposals
Getting sanction of GOI for various projects
Hardware rollout and operationalization
Co-ordination with various agencies
Resolution of all software related issues, including
customization
Resolution of all other issues hindering the Project
Progress
Any other decision to ensure speedy implementation of
the project
Assist the State Apex and Empowered Committees
District
Mission Team
Prepare District Project Proposal
Ensure proper Rollout of the Project in each selected
Police Station
Ensure hardware and software installation, and
operationalization of the Project
Training of all police personnel in the District
Site preparation and availability of all utilities
Ensure separate account keeping for the Project
Ensure the performance of Handholding staff
Deliverable
Review Team
Participate in meetings and requirement finalization
Review various deliverables submitted by SI
Suggest changes/ deviations with respect to the Scope
mentioned in the RFP
Review progress of the Project
Co-ordination with various agencies/ stakeholders
Resolution of all software related issues, including
customization
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 210 of 242
Resolution of all other issues hindering the Project
Progress
Assist the State Mission Team
a) State Apex Committee
The composition of State Apex Committee is as following:
S No Designation Role
1 Chief Secretary Chairperson
2 Addl. Chief Secretary, Home Co-chair
3 Director General of Police Member
4 Director, SCRB Member
5 Secretary, Finance (Expenditure) Member
6 Secretary (IT) Member
7 SIO, NIC Rajasthan Member
8 Representative of MHA, GOI Member
9 Nodal Officer CCTNS Project Member Secretary
b) State Empowered Committee
The composition of State Empowered Committee is as following:
S
No
Designation Role
1 Director General of Police Chairman
2 Addl. DGP, Crime, Rajasthan
3 Addl. DGP, ATS & SOG, Rajasthan Member
3 Director, SCRB, Rajasthan Member
4 Jt. Secretary,Home (Police), GoR Member
5 Jt. Secretary, Finance (Expenditure IV), GoR Member
6 Representative of NCRB Member
7 Representative of DoIT&C, Rajasthan Member
8 SIO, NIC Rajasthan Member
9 Representative of State Implementation Agency Member
10 S.P., SCRB Nodal Officer
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 211 of 242
c) State Mission Team
The composition of State Mission Team is as following:
S No Designation
1 Director, SCRB
2 DIG, Training, Rajasthan
3 DIG, Crime, Rajasthan
4 Nodal Officer, CCTNS, Rajasthan
4 Representative of State Implementation Agency
6 SIO, NIC Rajasthan
d) District Mission Team
The composition of District Mission Team will have the following members:
S
No
Designation Role
1 Superintendent of Police of District Chairman
2 Addl. SP/ Dy. SP Member
3 DIO, NIC Member
4 One officer from District Police having
computer knowledge
Member
e) Deliverable Review Team
The composition of Deliverable Review Team will have the following members:
S
No
Designation Role
1 Superintendent of Police, SCRB Chairman
2 Dy. Superintendent of Police, SCRB Member
3 Representative of SPMU Member
4 One officer from DoIT&C (GoR) Member
5 Domain Expert Special Invitee
f) Other Agencies
i. State Designated Agency
―State Designated Agency‖, (agency/society/public sector unit) at the state level that would
serve as a channel for transfer of funds from GoI to states and from state governments to the
vendors implementing CCTNS. Identification of such an agency/society and routing funds
through it would ensure the following. Centre for Development of Police Science and
Management (CDPSM) has been nominated as State Designated Agency.
Timely payments for time-critical events
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 212 of 242
Strict control on utilization of funds for intended purpose
Sustainability even beyond plan period
Enable States in timely hiring of experts and internal capacity building
ii. State Project Management Consultant
Since the implementation of CCTNS and a significant part of the functionality of CCTNS
application are driven by the states, State Project Management Consultants is engaged to
support the State Empowered Committee in the following areas
Preparation of Detailed Project Report (DPR)
Assisting the state in identifying the state Systems Integrator (SI):
o Customizing the model RFP (Request for Proposal) provided by MHA/NCRB
o Releasing the RFP assisting the state in managing the bid process
o Assisting the states with the assessment of techno-commercial appraisal of
bids in identifying the state level Systems Integrator (SI)
Developing the functional specifications for the extensions/enhancements of
CCTNS application not covered by MHA/NCRB.
iii. State Project Management Unit
In order to monitor the progress on CCTNS the state would engage a state-level Program
Management Unit (SPMU).The scope of SPMU‘s work would include the following:
Overall project planning and management in collaboration with state Empowered
Committee and State/District Mission teams: includes planning, supervising the
overall progress of the project, monitor conformance with the timelines, budgets
and service levels.
Review the scope and technical solutions (covering all CCTNS components)
provided by the SI
Acceptance testing and acceptance
Perform structured transition and rollout
Post-deployment reviews
Confirm and monitor service levels through the engagement with the SI through
periodic reviews
Monitor the implementation of the project according to the project plan and
report to the state Empowered Committee and CPMU
Assess the progress of the implementation and recommend release of funds to the
state nodal agency for the SI
iv. System Integrator
CCTNS adopts a ―bundling of services‖ approach to implementation. Accordingly, all the
implementation components at the state level are ―bundled‖ and contracted out to a single
Systems Integrator (SI) who would act as a single point of contact and accountability for the
implementation, integration and performance of CCTNS. The bundle of services would
include the following:
Program Planning and Management
The SI would customize and implement CCTNS core application provided by
NCRB under the guidance of and in consultation with NIC.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 213 of 242
The SI would develop and deploy additional functionality that is scoped under
CCTNS (for some of the additional functionality, the central nodal agency would
provide the functional specifications to ensure standardization across states).
Procurement, installation and commissioning of hardware (including PCs,
peripherals, etc.) at police stations and higher offices including site preparation
Procurement, deployment and commissioning of communications infrastructure
(Network, Wiring, Switches etc.) at all police stations and higher offices; SWAN
and State Data Center would be leveraged to the extent possible.
Capacity building
o Awareness and Sensitization of benefits of IT along with the application level training
o Trainers Training
o System Administration and Support Training
o Handholding support to the police stations for 6 months
o Change management
Procurement, configuration and commissioning of specialized infrastructure and
applications as necessary
Utilization Statements/ Progress Reports
Digitization of Historical Records
Application, System and Network Maintenance
Helpdesk Support
The SI would be held responsible for the outcomes of the program and their payments would
be linked to the progress of the project as well as the outcomes of the program. The payment
schedule will be based on achieving milestones of the Project as well as on accomplishing
those milestones with predefined SLAs and Standard. The state would select a SI through a
competitive bidding process.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 214 of 242
6.9 ANNEXURE VIII ITEMS WHICH CAN BE DROPPED, IN CASE OF
SHORTAGE OF FUNDS OR DUE TO ANY OTHER REASONS
In case of shortage of funds or due to any other reasons, some items may have to be dropped
for executing the project with the available funds. The following items may be dropped/
reduced from the Bill of Material (in that order) to bring the overall project cost within the
available funds:
S. No.
Category No. of units
1 Hand Holding Support 760
2 Client Systems (It is proposed that no. of client systems at Police Stations & Higher Offices may be reduced as follows) 1) New PS and CIPA 1 PS : 3 in place of 4 2) Circle Office : 2 in place of 3 3) Range Office : 3 in place of 4 4) Addl. SP Office : 3 in place of 10 5) PHQ : 45 in place of 50 6) PCR (District) : 2 in place of 3 7) SP office : Unchanged (10)
638
3 Table and Chair 638
4 Desktop in place of Workstation 297
5 Environmental Control (AC) 760
Formatted: English (United States)
Formatted: Normal
Formatted: Justified, Space Before: 3 pt,After: 3 pt, No bullets or numbering
Formatted: No underline, Font color: Auto,English (United States)
Formatted: No underline, Font color: Auto,English (United States)
Formatted: No underline, Font color: Auto,English (United States)
Formatted: No underline, Font color: Auto,English (United States)
Formatted: English (United States)
Formatted: Justified, Space Before: 3 pt,After: 3 pt, No bullets or numbering
Formatted: Indent: Left: 0.4", No bullets ornumbering
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 215 of 242
6.10 ANNEXURE IX: SERIAL NUMBER OF EXISTING HARDWARE AT DC AND
CLIENT LOCATIONS
a) Serial nos. of Hardware delivered at DC
S.
No.
Component Serial No.
1 Access Switch HP A5120 CN23BYR19D
CN23BYR182
CN23BYR116
CN23BYR0NQ
2 Blade server (HP BL460c-G7) SGH2174D61
SGH2174D45
SGH2174D4L
SGH2174D53
SGH2174D63
SGH2174D65
SGH2174D59
SGH2174D4T
SGH2174D5L
SGH2174D6B
SGH2174D55
SGH2174D5R
SGH2174D69
SGH2174D5D
SGH2174D4Y
SGH2174D5J
SGH2174D5W
SGH2174D4D
SGH2174D4R
SGH2174D49
SGH2174D5Y
SGH2174D51
SGH2174D5B
SGH2174D4F
SGH2174D5N
SGH2174D4J
Formatted: Font: 11 pt, No underline, Fontcolor: Accent 3
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Font: 11 pt, Font color: Accent 3
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 216 of 242
S.
No.
Component Serial No.
3 Core router HP MSR50 CN1BD0X008
CN1BD0X00N
4 Core Switch HP A7510 CN21D56007
CN1BD5602D
5 Database server HP DL585 G7 SGH2174PFS
SGH2174PH0
SGH2174PFF
SGH2174PFK
6 Firewall HP-Series-4AA3-7159ENW CN24B7H009
CN24B7H004
7 SAN HP 3 Par SGH2187043
8 SAN switch HP SN3000B FC USB215300S
USB215300M
9 Tape Library HP MSL 4048 MXA213Z00D
b) Serial nos. of Hardware delivered at Client Locations
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Normal, No bullets or numbering
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 217 of 242
Component Desktop CPU (HP Elite 8200 PC)
Desktop Monitor (HP Compaq LE1902X)
Multi Function Printer (HP Pro-M1536dnf)
16 Port Switch (HP v1410)
External Hard Disk Drive (Seagate 160 GB)
Serial Nos. 1. INA251TBY8 2. INA251TBZ0 3. INA251TBY2 4. INA251TBWY 5. INA251TBXQ 6. INA251TBZV 7. INA251TBX2 8. INA251TBYW 9. INA2517TBY1 10. INA251TBYK 11. INA251TBZQ 12. INA251TBY7 13. INA251TBYH 14. INA251TBYF 15. INA251TBXP 16. INA251TC07 17. INA251TC06 18. INA251TBZS 19. INA251TBZN 20. INA2517TBYJ 21. INA251TBZD 22. INA251TBYV 23. INA2517TBXD 24. INA251TBXS 25. INA251TBXN 26. INA251TBZT 27. INA251TBXX 28. INA251TBX7 29. INA251TBXR 30. INA251TBZR 31. INA2517TBZF 32. INA251TC09 33. INA251TBX8 34. INA251TBX3 35. INA251TBZC
1. 3CQ23822R2 2. 3CQ23822NY 3. 3CQ23817FS 4. 3CQ23817D6 5. 3CQ23817DW 6. 3CQ23817FR 7. 3CQ23817FH 8. 3CQ23822QP 9. 3CQ23822QX 10. 3CQ23822RH 11. 3CQ23817BV 12. 3CQ23817J8 13. 3CQ23817F8 14. 3CQ23817FJ 15. 3CQ23817D1 16. 3CQ23822NS 17. 3CQ23822RQ 18. 3CQ23822P2 19. 3CQ23817CP 20. 3CQ23822RV 21. 3CQ23817CF 22. 3CQ23817DQ 23. 3CQ23822QY 24. 3CQ23817CH 25. 3CQ23817DX 26. 3CQ23817FY 27. 3CQ23817FW 28. 3CQ23822QG 29. 3CQ23822QK 30. 3CQ23822Q4 31. 3CQ23822NR 32. 3CQ23817G8 33. 3CQ23822SC 34. 3CQ23822NV 35. 3CQ23817CC
1. CND9D9NCF5 2. CND9D9NCJW 3. CND9D9NCQ9 4. CND9D9NCJD 5. CND9D9NCRH 6. CND9D9NCQP 7. CND9D9NCNQ 8. CND9D9NCRL 9. CND9D9NCQT 10. CND9D9NCJ 11. CND9D9NCQX 12. CND9D9NCR4 13. CND9D9NCQD 14. CND9D9NBZ4 15. CND9D9NCJK 16. CND9D9NCRN 17. CND9D9NC8H 18. CND9D9NCR9 19. CND9D9NC24 20. CND9D9NC92 21. CND9D9NC8Q 22. CND9D9NCR6 23. CND9D9NCR8 24. CND9D9NC8N 25. CND9D9NCTK 26. CND9D9NC91 27. CND9D9NCT7 28. CND9D9NC8B 29. Serial no. not available
1. CN2158K0KC 2. CN2158K09T 3. CN2158K0SD 4. CN2168K1MH 5. CN2158K0Z8 6. CN2168K0K2 7. CN2158K247 8. CN2168K0FQ 9. CN2168K1KQ 10. CN2158K1MB 11. CN2168KQYA 12. CN2158K390 13. CN2128K22S 14. CN2168K0Q6 15. CN2158K1QS 16. CN2126K2PM 17. CN2158K0QM 18. CN2158K19Q 19. CN2158K221 20. CN2158K00S 21. CN2128K1V9 22. CN2118K1HB 23. CN2158K149 24. CN2158K0BN 25. CN2158K0GX 26. CN2158K1NJ 27. CN2128K1DB 28. CN2128K146 29. CN2128K1MC 30. Serial no. not
available 31. Serial no. not
available 32. Serial no. not
available
1. 9LSZOAQV 2. 5LSBN4NE 3. 4MT07GRP 4. 5LSEYJVF 5. 5JS30BQO 6. 5LSFE5JW 7. 5LSBWTL3 8. 9LS2K5BP
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 218 of 242
Component Desktop CPU (HP Elite 8200 PC)
Desktop Monitor (HP Compaq LE1902X)
Multi Function Printer (HP Pro-M1536dnf)
16 Port Switch (HP v1410)
External Hard Disk Drive (Seagate 160 GB)
36. INA251TBYZ 37. INA251TBXV 38. INA251TBZK 39. INA251TBXF 40. INA251TC05 41. INA251TBX6 42. INA251TBX5 43. INA251TBXM 44. INA251TBYP 45. INA251TBYG 46. INA251TBZ7 47. INA251TBY5 48. INA251TBZP 49. INA251TBYB 50. INA251TCO3 51. INA251TBZZ 52. INA251TBX9 53. INA251TBZ8 54. INA251TBX0 55. INA251TBZ1 56. INA251TBZ5 57. INA251TBY4 58. INA251TBZ9 59. INA251TBZX 60. INA251TBXW 61. INA251TBZ3 62. INA251TBXL 63. INA251TBXK 64. INA251TBZ2 65. INA251TBYQ 66. INA251TBXC 67. INA251TBZ4 68. INA251TBYY 69. INA251TBX4 70. INA251TBYC 71. INA251TBZM
36. 3CQ23817BM 37. 3CQ23822NW 38. 3CQ23817D8 39. 3CQ23817JH 40. 3CQ23822QR 41. 3CQ23822QC 42. 3CQ23822QN 43. 3CQ23817FK 44. 3CQ23817CD 45. 3CQ23817F7 46. 3CQ23822P1 47. 3CQ23122QJ 48. 3CQ2381FC 49. 3CQ23817DF 50. 3CQ23822Q6 51. 3CQ23817HI 52. 3CQ23822NQ 53. 3CQ23817G3 54. 3CQ23817G6 55. 3CQ23822QW 56. 3CQ23817FB 57. 3CQ23822RX 58. 3CQ23817CV 59. 3CQ23817FF 60. 3CQ23817DV 61. 3CQ23817DV 62. 3CQ23817XW 63. 3CQ23822RS 64. 3CQ23822RY 65. 3CQ23817CM 66. 3CQ23817CN 67. 3CQ23822QT 68. 3CQ23817DD 69. 3CQ23822NX 70. 3CQ23817B1 71. 3CQ23817FD
33. Serial no. not available
34. Serial no. not available
35. Serial no. not available
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 219 of 242
Component Desktop CPU (HP Elite 8200 PC)
Desktop Monitor (HP Compaq LE1902X)
Multi Function Printer (HP Pro-M1536dnf)
16 Port Switch (HP v1410)
External Hard Disk Drive (Seagate 160 GB)
72. INA251TBWX 73. INA251TBX1 74. INA251TCO8 75. INA251TBZB 76. INA251TBWZ 77. INA251TBXB 78. INA251TBYD 79. INA251TBY6 80. INA251TCO4 81. INA251TBY9 82. INA251TBXH 83. INA251TBXG 84. INA251TCO2 85. INA251TBYL 86. INA251TBY3 87. INA251TBZG 88. INA251TBYT 89. INA251TBXZ 90. INA251TBZH 91. INA251TBZL 92. INA251TBYS 93. INA251TBYM 94. INA251TC00 95. INA251TBYX 96. INA251TBZJ 97. INA251TBZY 98. INA251TBYN 99. INA251TBXJ 100. INA251TBXT 101. INA251TBYO 102. INA251TBZ6 103. INA251TBXY 104. INA251TCO1 105. INA251TBYR 106. INA251TBZW
72. 3CQ23822NZ 73. 3CQ23817DT 74. 3CQ23817F2 75. 3CQ23822N4 76. 3CQ23817DG 77. 3CQ23817FN 78. 3CQ23817CL 79. 3CQ23822NP 80. 3CQ23822Q0 81. 3CQ23817GZ 82. 3CQ23822RP 83. 3CQ23822N8 84. 3CQ238179V 85. 3CQ23817DL 86. 3CQ23822PO 87. 3CQ23817G4 88. 3CQ23822RW 89. 3CQ23817DH 90. 3CQ23822RJ 91. 3CQ23822RN 92. 3CQ23817JG 93. 3CQ23817FV 94. 3CQ23817CG 95. 3CQ23822NG 96. 3CQ23822S8 97. 3CQ23817CW 98. 3CQ23822QD 99. 3CQ23822DQ 100. 3CQ23817D9 101. 3CQ23822SB 102. 3CQ23822QS 103. 3CQ23817C9 104. 3CQ23817DN 105. 3CQ23817D7 106. 3CQ23817DC
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Formatted: No underline, Font color:
Background 1
Formatted: Font color: Background 1, English
(United Kingdom)
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 220 of 242
c) Specification of existing Hardware as specified in previous RFP
i. BLADE SERVERS (HP BL460c-G7)
S.
No.
Specifications as per previous RFP
1 Blade can be half / full height with I/O connectivity to backplane
2 2 Quad core @ 2.0 GHz or Higher clock speed processor available with 4 MB shared
L3 cache, 1066 MHz / 2000 MT/s FSB
3 Min 32 GB DDR3 RAM with min 8 Nos. free slots for future expandability.
4 Minimum Memory: 32 GB scalable to 128 GB per blade
5 The Blade should have redundant 8 Gbps Fiber Channel HBA/ FC Ports/connectivity
(only for database server)
6 2 X 10 Gbps or 2 X 1 Gbps ( LAN ports/connectivity with TCP / IP offload engine
support / dedicated chipset for network I/O on blade server
7 2 X 146GB HDD (SAS/SATA/FATA) or more Hot swap/Hot Plug system disks with
RAID Controller (Level 0,1 for mirroring)
8 VGA / Graphics Port / Controller
9 Should support heterogeneous OS platforms
ii. DATABASE SERVERS (HP DL585 G7)
S. No. Specifications as per previous RFP
1 Minimum 4x Quad core processor with 2.1 GHz or higher processor available,
Expandable to minimum 4 physical processor with min 4 MB L3 cache per
processor
2 OS support: Microsoft® Windows Server 2003 / 2008, Enterprise Edition / Red
Hat® Enterprise Linux 5 & 4 AP / SUSE® Linux Enterprise Server 9 / Solaris for
x86
3 Memory (RAM): Min. 64 GB scalable to 256 GB
Formatted: Font: 11 pt, No underline, Fontcolor: Accent 3
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Formatted: Font: 11 pt, Font color: Accent 3
Formatted: Font: 11 pt, No underline, Fontcolor: Accent 3
Formatted: Font: 11 pt, Font color: Accent 3
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 221 of 242
4 RAID controller with RAID 0/1/5 with 256 MB cache
5 HDD hot pluggable: 4 x 146 GB 2.5‖ 10 K RPM HDD (SAS/SATA/FATA) or more
6 Disk bays: Support for min 8 small form factor hot plug SAS / SCSI hard drives
7 At least 4 x 10/100/1000 Mbps Ethernet ports or more
8 2 x 8 Gbps Fiber Channel Ports
9 PortsRear: Two USB ports (Ver 2.0); RJ-45 Ethernet; keyboard and mouse; no
parallel port Front: One USB (Ver 2.0)
10 Graphics controller: SVGA / PCI bus / ATI® ES 1000 / min 16MB SDRAM
std/max / 1280x1024 at 16M colors
11 Optical / diskette: 8X / 24X slim-line DVD ROM drive shared across chassis
12 Security: Power-on password / admin password / unattended boot / selectable boot
/ boot without keyboard
13 Power supplies: Hot plug redundant AC power supply
14 Management feature to identify failed components even when server is switched
off.
15 Rack Mountable
16 It should provide Secure Sockets Layer (SSL) 128 bit
17 Encryption and Secure Shell (SSH) Version 2 and support VPN for secure access
over internet.
18 Should be able to manage systems through a web-browser.
iii. SAN Switch (HP SN3000B FC)
S.
No.
Specifications as per previous RFP
Feature Description
1 Performance 8 Gbps Fibre Channel
2 Ports 16-24Fibre Channel
3 Aggregate Switch Bandwidth 384 Gbps Maximum
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 222 of 242
4 Protocol Support Fibre Channel
5 Availability No single point of failure.
6 Media Types No single point of failure.
7 Upgradeability Standard 16 Ports; 8 Port on Demand upgrades
8 Form Factor 1U
iv. L3 /Core Switch (48 Ports 10/100/1000) (HP A7510 Switch Chassis)
S. No. Specifications as per previous RFP
1 Core Switch with internal firewall
Chassis based switch with in-built redundancy (power supply)
Layer 3 switch
Should be easily scalable. Should have modular architecture with Min 10 slots
which can be used for line cards.
Should support Gigabit running on fibre
Should support to providing Port level redundancy
Should have sufficient memory to support the entire feature.
19‖ rack mountable
Full duplex operation
Support for secured Web-Based Management
Support for Enhanced STP functions
High MTBF Support
Operating LED Signal
The Switches must be able to generate Syslog Messages with timestamp and
Severity codes, which can be exported to a Syslog Server.
The Switches must be able to Build up its own inventory (like Device Name, Chassis
Type, Memory, Flash, Software ver. Etc)
2 Interfaces / Slots
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 223 of 242
S. No. Specifications as per previous RFP
a. Support for Gigabit interfaces – SX, LX, 1000Base T
b. All service/payload cards/modules must be hot swappable
c. Support for 10GbE Ports for up-linking the distribution switches/access switches
/ Servers/ connectivity with network
Should support 24 Port GE module and 48 Port GE module
Should support 10 G port module
Should support 24 SFP module
3 Layer 2 Features: -
L2 Switching Support
L2 Multi-Homing Support
L2 Multicast Support – IGMP Snooping
Multi-Link Trunking
Multiple Spanning tree Domain (802.1s), IEEE 802.1w rapid spanning tree and
IEEE 802.3ad
Multi Instance Spanning Tree support for Load sharing on redundant links and fast
convergence time
Spanning-Tree Protocol (IEEE 802.1D) per bridge group
Multicast must be supported in hardware so that performance is not affected by
multiple multicast instances.
To support at least 2000 VLANs/switch
To support at least 50K MAC addresses / switch
To support bundling of multiple physical ports into a single logical channel, to offer
aggregate bandwidth
Should support virtual distribution architecture allow for the combination of two or
more switches into a single logical network entity having more switch performance
and more port density.
Support should have switching capacity of minimum 1.1 Tbps or more
The switch fabric/Supervisor engine support configurable in Active/Active and or
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt, No underline
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 224 of 242
S. No. Specifications as per previous RFP
Active/Backup modes.
Switch should have forwarding rate of minimum 720 Mpps or more
4 Layer 3 Features: -
Support for high-performance routing with support for RIPv1, RIPv2, OSPF,BGP
Support for VRRP or equivalent
Secondary Addressing
Classless Interdomain routing
Support for DHCP Server
To support a minimum of 4000 ACL entries
Should Support IPv6 in Hardware
5 Other Features: -
Support for ACLs based on source and destination Media Access Control (MAC)
addresses, IP addresses, or Transmission Control Protocol (TCP)/User Datagram
Protocol (UDP) ports
IEEE 802.1Q VLAN Support – Port based VLANs
Support for Routed VLAN, Port based and QoS based ACLs
Support for Multicast routing protocols (PIM) and Internet Group Management
Protocol (IGMP) snooping in hardware, IP Multicast Support: IGMP snooping,
supporting IGMP v1, v2 and v3
Support for industry standard Differentiated Services Code Point field (DSCP)
and/or the 802.1p Class of Service (CoS) field.
Classification and reclassification based on source/destination IP address,
source/destination Media Access Control (MAC) address or the Layer 4 TCP/UDP
ports.
Ability to classify, reclassify, police, and mark the incoming packets before the
packet is placed in the shared buffer.
Scheduling using Weighted Round Robin (WRR)
Congestion control via Weighted Random Early Detection (WRED).
Formatted ...
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 225 of 242
S. No. Specifications as per previous RFP
Support for rate-limiting via Committed Access Rate (CAR) with a granularity of
increments of 64 Kbps
6 Policy Based Quality of Services (PB-QoS): -
Policy Based QoS Support
Per Port Priority Based QoS
802.1p Support
Priority Queues
Bandwidth Engineering & Management – Per Port Minimum, Rate Limiting, excess
bursting, shaping
Support for L3/L4 filtering capabilities for inter VLAN traffic
High Priority Transmit Queuing/strict queues.
QoS-based forwarding based on IP precedence
7 Redundancy: -
Redundant Power Supply Unit, Fan tray and Fabric for core switch
support Link Aggregation
Spanning Tree (802.1d) with support for spanning tree per VLAN or Equivalent
Feature
8 Security Features: -
Layer 3 /4 Access Control Lists (ACLs) standard and extended
Security (User Access): Internal DB/External RADIUS /TACACS+
Configuration Change Tracking
System Event Logging
Syslog
Support for 802.1X Authentication
MAC lockdown for port security
Hardware based broadcast control
9 IEEE Standard Compliance: -
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 226 of 242
S. No. Specifications as per previous RFP
802.1Q VLAN tagging
802.1p Priority
802.1D Spanning Tree
802.3u Fast Ethernet
802.3x Flow Control
802.3z Gigabit Ethernet.
802.3ab 1000Base-T (Gigabit Ethernet over Copper)
Should also support Fiber Modules
802.3ae Should support 10 Gbps Ethernet
v. Core Router (HP A-MSR 50-60)
S.
No.
Specifications as per previous RFP
1 Router Architecture: The router architecture should have following
features
Modular Chassis, the architecture should be based on high performance,
distributed / centralized forwarding architecture.
Should support Voice, Video, Security
It should support Single Operating System which includes all the feature set
2 Interface Support
Ethernet LAN Ports -> 3 x 10/100/1000 Mbps Ethernet port. It should support
additional Gigabit Ethernet modules i.e. both 10/100/1000 or SFP type
(upgradable )
It should support the industries widest range of wired and wireless
connectivity options such as T1/E1, T3/E3, 3G, copper and fiber GE, etc
3 Performance & Memory Required:
Performance Requirements for 64 byte packet -> Minimum 1.2 Mpps
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: Georgia, 11 pt
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 227 of 242
S.
No.
Specifications as per previous RFP
4 Hardware:
Should support minimum default DRAM = 1 GB, maximum DRAM =2GB
External Compact Flash minimum default = 256MB, maximum External
Compact Flash = 1GB and above
2 External USB 2.0
One Serial console port
One Serial auxiliary port
Should support AC and PoE, Power-supply options
Should support internal RPS
Should support 6 High port density WAN interface Modules
Should support 3G standards High-Speed Packet Access (HSPA)
Should have Min three Gigabit Ethernet Port
5 Voice & Video DSP support
Voice & Video DSP support
Support Voice interface i.e. FXS, FXO, PRI, BRI
6 Router Functional Requirements
QoS -> ToS, CoS, Queuing, prioritizing, Resource Reservation Protocol (RSVP)
NAT -> NAT, PAT
Access Control -> Required
Protocol Support Required:
RIP, BGP4, Policy based Routing, PPP, HDLC, OSPF Version 2, Support for
IPV6.
Re-distribution of routes from on Routing protocol should not be a
bottleneck. All the above features should be provisioned in the router from day
1.
Congestion Management:
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 228 of 242
S.
No.
Specifications as per previous RFP
The router should have proper congestion management to eliminate
Network congestion when the link is overloaded.
Random Early Detection, Weighted Fair/priority Queuing,
IP precedence or DSCP.
IP Multicasting: Type Forwarding -> MBGP/PIM-DM/PIM-SM
7 Bandwidth Optimization:
The following bandwidth optimization features should be
Dial-Backup
Dial-on-Demand
Inactivity timeouts
8 Accounting:
The following accounting features should be supported:
Packet & Byte Counts
Start Time Stamp & End Time Stamps.
Network Time Protocol
Input & Output interface ports.
Type of service, TCP Flags & Protocol
Source & Destination IP addresses
Source & Destination TCP/UDP ports
9 Security Requirements:
The offered router should have following security features:
Support for Standard Access Lists to provide supervision and control.
Controlled SNMP Access through implementation of Access Lists on the router
to ensure SNMP access only to the SNMP manager or the NMS workstation
Controlled SNMP access through the use of SNMP with MD5 authentication.
Multiple Privilege Levels for managing & monitoring
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 229 of 242
S.
No.
Specifications as per previous RFP
Support for Remote Authentication User Service (RADIUS) and AAA
PPP CHAP support
10 Management Features :
The offered router should have the following Management
Features:
The Router shall support Telnet, SSH, Console access.
The router shall support FTP or TFTP for easy software upgrades over the
network.
Network Management services shall be provided using open standards based
protocols like SNMP V2/V3
Configuration Management: The Router shall support configuration
management through the command line interface. GUI based software
configuration utility shall be provided. Support of configuration on web
interface shall be available.
Event and System logging: Event and system history logging functions shall be
available. The Router shall generate system alarms on events. Facility to put
selective logging of events onto a separate hardware where the analysis of log
shall be available.
Pre-planned scheduled Reboot Facility: The Router shall support the pre-
planned timed reboot to upgrade their hardware to a new software feature and
plan the rebooting as an off-peak time.
Power: Internal Redundant Power supply 230 V AC 50 Hz,
Mounting:
The offered router should be 19" rack mountable
Accessories:
Should come with all necessary power cords, adapters, data cables, connectors,
CDs, manuals, brackets accessories, wire managers, etc, required for
installation and commissioning of the equipment.
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted: Font: Georgia, 11 pt
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 230 of 242
vi. Tape Library (HP Storage Works MSL 4048)
S. No. Specifications as per previous RFP
1 Minimum 2 latest generation LTO drives
Interface
2 Fiber Channel Interface
Other Specifications
3 Should have sufficient speed backup to Tape Library in High Availability for
backing up data from the SAN without any user intervention.
4 Should be able to backup 50% of the entire production landscape in 8 hours
window.
5 Should support latest generation LTO drives or latest technology based
library with at least 2 latest generation LTO drives tape drives (>=4), rack
mountable with redundant power supplies.
6 Cartridges should have physical capacity up to 1600 GB per cartridge
compressed; 800 GB native.
7 At least 50 latest generation LTO drive Media Cartridges with 5 Cleaning
Cartridges, Barcode labels shall also be provided
vii. Storage Area Network (SAN) (HP 3 Par)
S.
No.
Specifications as per previous RFP
1 SAN controller - Dual Active Controller
2 Cache - 16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32 GB
3 Host interface - For front-end host connectivity, the storage system should be
configured with sufficient number of 4/8Gbps FC ports or SAS port with
sufficient SAS links, so as to provide an aggregated total bandwidth of at least
32Gbps across all the controllers.
4 Drive interface - For back-end connectivity, the storage system should be
configured with sufficient number of 4/8Gbps FC ports or sufficient 6 Gbps of
SAS-II back-end ports/ lanes across all the controllers so as to provide an
aggregated bandwidth of at least 16Gbps across all the controllers.
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 231 of 242
S.
No.
Specifications as per previous RFP
5 RAID levels Supported - 0, 1, 5 / 6
6 Fans and power supplies - Dual redundant, hot-swappable
7 SAN support - Box should be compatible of SAN environment
8 SAN specifications shall have the following:
9 The storage array shall be configured with at least 16 GB cache scalable to min 32
GB mirrored across two storage controllers for disk I/O operations.
10 Storage subsystem shall support 146GB/300GB/400GB/600GB or higher 10 K
RPM Fiber channel/SAS drives & 750GB/1TB SATA/FATA/NL-SAS or equivalent
drives in the same device array
11 Presently, the storage sub system shall be configured with 300 GB/ 450 GB of
Performance drives and 750 GB or higher on SATA / equivalent for archiving
purpose.
12 The storage system must provide upgrade path to larger or future array controller
and software technology while maintaining the existing investment.
13 The storage array proposed should have an upgrade path from the earlier
generation product to the current generation product.
14 All the necessary software to configure and manage the storage space, RAID
configuration, logical drives allocation, virtualization, snapshots (including snap
clones and snap mirrors) for entire capacity etc.
15 Redundant power supplies, batteries and cooling fans and data path and storage
controller.
16 Load balancing must be controlled by system management software tools.
17 The multi-path software should support the supplied storage and operating
systems.
18 The storage array must have complete cache protection mechanism either by de-
staging data or providing complete cache data protection with battery backup for
up to 72 hours or more.
19 The storage system should be scalable from 30 TB to 60 TB of raw capacity using
40% on Fiber Channel/ SAS drives and 60% on SATA / equivalent drives using
the same configuration as Quoted in this tender. The Storage should have at least
4 ports of 4 Gbps Frontend ports and 4 no‘s of back end ports of 4 Gbps the
storage array must have the capability to do array based remote replication using
FCIP or IP technology.
20 The storage array should support block level Synchronous and Asynchronous
replication across heterogeneous storage arrays from different OEMs.
21 The storage array should support Operating System Platforms & Clustering
including: Windows Server 2003 (Enterprise Edition), Sun Solaris, HP-UX, IBM-
AIX, Linux / Solaris for x86. Any software or license required to enable
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: No underline
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 232 of 242
S.
No.
Specifications as per previous RFP
connectivity to these OS should be included.
22 Storage should support non-disruptive online firmware upgrade for both
Controllers and disk drives.
23 The storage array should support hardware based data replication at the Block
level across all models of the offered family.
24 The storage should provide automatic rerouting of I/O traffic from the host in
case of primary path failure.
25 Should provision for LUN masking, fiber zoning and SAN security
26 Should support storage virtualization, i.e. Easy logical drive expansion.
27 Should support hot-swappable physical drive raid array expansion with the
addition of extra hard disks
28 Should be able to support clustered and individual servers at the same time.
29 Should be able to take "snapshots" of the stored data to another logical drive on a
different Disk/RAID Group for backup purposes
30 Should be configured with "snapshots and clone"
31 Vendor should also offer storage performance monitoring and management
software.
32 The vendor must provide the functionality of proactive monitoring of Disk drive
and Storage system for all possible hard or soft disk failure
viii. Desktops (HP Compaq 8200 Elite Convertible Minitower)
S.
No.
Specifications as per previous RFP
1 CPU Intel Core i5- 650 / AMD Phenom II X4 975 processor or higher
2 No of Cores Minimum 2
3 CPU Speed Minimum 3.20 GHz or higher
4 Chipset Compatible to supplied CPU
5 Cache
Memory
Minimum 4 MB L3 or Higher
6 Memory 4 GB DDR-III or higher
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 233 of 242
S.
No.
Specifications as per previous RFP
7 HDD 320 GB SATA or higher
8 Monitor 18.5 inch (measured diagonally) Display Type: TFT
9 Keyboard Min. 104 Keys OEM Mechanical Key Board (Bi Lingual
Hindi/English)
10 Mouse Two Button Optical Scroll Mouse
11 Optical Drive DVD Writer Drive
12 Ports Min. 6 USB 2.0 ( 2 In front), 1 Serial, 1 Parallel, PS/2 (For
Keyboard), 1 RJ- 45, Audio in/out, headphone and microphone
13 Memory Slot 4 DIMM Slots
14 Power
requirements
Input voltage 90 – 264 / 100 – 240 VAC, 50/60 Hz, 47 – 63 Hz,
active PFC (85% High Efficiency)
ix. Multi-Function Laser (Print/ Scan/ Copy) (HP Laserjet 1536 dnf )
S.
No.
Specifications as per previous RFP
1 Print speed,
black (normal
quality mode)
Up to 25 ppm
2 Print resolution,
black
Minimum of 600 x 600 x 2 dpi
3 Print technology Laser
4 Recommended
monthly print
volume
Minimum of 2000 pages
5 Memory,
standard
128 MB
6 Memory,
maximum
Minimum of 128 MB
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 234 of 242
S.
No.
Specifications as per previous RFP
7 Processor speed 500 MHz or Above
8 Paper tray(s) Minimum 3
9 Duplex printing
(printing on both
sides of paper)
Automatic
10 Media sizes,
standard
Letter, legal, executive, statement, 8.5 x 13 in, custom 3.0 x
5.0 to 8.5 x 14 in, envelope (Com10, Monarch #7-3/4)
11 Media types Paper (bond, color, letterhead, plain, preprinted, prepunched,
recycled, rough, light), envelopes, labels, cardstock,
transparencies, user-defined
12 Connectivity 1 Hi-Speed USB 2.0; 1 10/100 Ethernet network port
13 Scanner Flatbed with automatic document feed, upto 1200 dpi;; Scan
size maximum (flatbed): 215.9 x 297 mm (8.5 x11.7 inches),
Scan speed: upto 15 PPM
14 Copier Black-white Up to 600x600 dpi, Copy speed (black, draft
quality, A4):Up to 15 cpm, Copy resolution (black graphics):
Up to 1200 x 600 dpi, Copier resize: 25 to 400%
x. L2 Switch - 16 port (HP 1410-16G : J9560A)
S.
N
o.
Specifications as per previous RFP
1 MAC Address Table
Size
8K
2 Switch Fabric 3.2Gbps Forwarding Capacity
3 Transmission Method Store-and-Forward
4 Diagnostic LEDs Per Unit: Power
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 235 of 242
S.
N
o.
Specifications as per previous RFP
5 Per Port: Activity/Link, Speed
6 Packet Buffer
Memory
512Kbytes Buffer Memory per Device
7 QoS 802.1p (4 Queues)
8 Acoustics 0db
9 Connectivity 10/100/1000
10 Network Protocol and
Standards
IEEE 802.3 Ethernet, 802.3u Fast Ethernet, 802.3x Flow
Control, 802.1p QoS
11 Emissions FCC Class A, CE Class A
12 Power Supply 100-240VAC, 50/60 Hz 0.3 A Internal Power Supply
13 Environmental RoHS Compliant
14 Temperature Operating: 32° to 104°F (0° to 40°C)
15 Storage 32° to 140°F (0° to 60°C)
16 Operating 15% to 90% RH (Non-Condensing)
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt, No underline
Formatted: Indent: Left: -0.22 ch, Hanging: 0.24 ch
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted: Font: 11 pt, No underline
Formatted: Indent: Left: -0.22 ch, Hanging: 0.24 ch
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted: Font: 11 pt, No underline
Formatted: Indent: Left: -0.22 ch, Hanging: 0.24 ch
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 236 of 242
6.11 ANNEXURE X DISTRICTWISE DATA OF CASES REGISTERED AND
SAMPLE FORMS FOR DATA DIGITIZATION
a) District wise data of cases registered in the last 10 years
S. No. District Name Cognizable crimes registered
(2004-2013)
1. Ajmer 79645
2. Bhilwara 67225
3. Nagaur 54332
4. Tonk 44936
5. Jaipur City (E) 64586
6. Jaipur City (N) 53424
7. Jaipur City (S) 62871
8. Jaipur City (W) 19456
9. Jaipur Rural 82968
10. Jhunjhunu 50191
11. Sikar 58435
12. Dausa 54363
13. Alwar 115101
14. Bikaner 53523
15. Churu 36282
16. Ganganagar 81744
17. Hanumangarh 57610
18. Bharatpur 95292
19. Sawai Madhopur 43481
20. Dholpur 44556
21. Karauli 46628
22. Jodhpur East 6492
23. Jodhpur West 45040
24. Jodhpur Rural 34763
25. Jalore 29560
26. Jaisalmer 12584
27. Barmer 36496
28. Pali 60244
29. Sirohi 25877
30. Kota City 70442
31. Kota Rural 34574
32. Bundi 51322
33. Jhalawar 50935
34. Baran 48557
35. Udaipur 90747
36. Banswara 34060
37. Chittorgarh 67454
38. Dungarpur 24107
39. Rajsamand 33899
Formatted: Font: Georgia, 11 pt, Bold, Fontcolor: Accent 3
Formatted: Normal, No bullets or numbering
Formatted: List Paragraph, Numbered + Level:1 + Numbering Style: a, b, c, … + Start at: 1 +Alignment: Left + Aligned at: 0.25" + Indentat: 0.5"
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 237 of 242
40. Pratapgarh 18232
41. GRP Ajmer 11152
42. GRP Jodhpur 2603
TOTAL 2055789
Deleted: ¶
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 238 of 242
b) History Sheeter Form:- Formatted: No underline, Not Highlight
Formatted: Numbered + Level: 1 +Numbering Style: a, b, c, … + Start at: 2 +Alignment: Left + Aligned at: 0.19" + Indentat: 0.44"
Formatted: Font: Georgia, 11 pt, Bold, Nounderline, Font color: Accent 3
Deleted: ¶
Formatted: Not Highlight
Formatted: Font: Georgia, 11 pt, Bold, Fontcolor: Accent 3
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 239 of 242
Formatted: Font: Georgia, 11 pt, Bold, Nounderline, Font color: Accent 3
Formatted: Left
Deleted:
Deleted: ...
Formatted: Font: Georgia, 11 pt, Bold, Nounderline, Font color: Accent 3
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 240 of 242
6.12 ANNEXURE XI SPECIFICATIONS - LAN CABLING AND MULTIPOINT
CONTROL UNIT (MCU) FOR VIDEO CONFERENCING
a) LAN Cabling
S No DESCRIPTION CAT 6 UTP Cabling System
1. Type Unshielded Twisted pair, Category 6,
ANSI/TIA/EIA 568-B.2.1
2. Material
3. Conductor 24 AWG solid bare copper
4. Insulation Polyethylene /Polyolefin
5. Jacket Flame Retardant PVC
6.
Approvals
UL Listed, ETL verified to ANSI/TIA/EIA
568-b.2.1 Cat6
7.
Operating Temperature -20 Deg.C up to +60 Deg.C
8.
Frequency Tested up to 250 MHz
9.
Packing Box of 305 meters
10.
Delay Skew 25ns-45ns /100m MAX.
11.
Impedance 100 Ohms +/- 6 ohms
12.
Performance characteristics to
be provided along with bid
Attenuation, Pair-to-pair and PS NEXT,
ELFEXT and PSELFEXT, Return Loss, ACR
and PS ACR
b) Multipoint Control Unit (MCU) for Video Conferencing:
Features/ Components
Protocols H.323 V.4, SIP, H.320, H.239, H.235, H.281
G.711, G.729
H.261, H.263, H.264
System
Capacity
H.323/SIP : The MCU should be equipped to support 1080p 30 fps in
Symmetric Continuous presence simultaneously on IP upto 4 Mbps
bandwidth in the same MCU without cascading and without stacking.
6.12.1
Deleted: ¶¶¶
Formatted: Heading 2,Major,Reset numbering,H2,2,Sub-heading,sl2,h2,Headinnormalg2,Section 1.1,Module Subheading,Heading 2a,h2main heading,body,Attribute Heading2,test,2m,h 2,sub-para,SubPara,l2,list 2,list2•,heading 2TOC,Head 2,List level 2,Header2,Func Heade
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: Georgia, 11 pt, Bold
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted Table
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 241 of 242
SIP Protocol
Support
Interoperability support for ISDN, H.323
Audio H.323 conference participants: G.711, G.722, G.722.1, G.723.1, G.728, or
G.729 audio encoding
SIP conferencing participants: G.711, G.722.1, G.723.1, or G.729 audio
encoding
Video/
Display
Voice-activated switching with adjustable switching delay (H.261,
H.263, and H.264 video)
Continuous Presence conference:
Basic windowed display must show minimum four conference
participants at a time
Voice detection: In conferences with five or more participants, voice
detection automatically switches an off-screen speaker into one of the
display windows
Enhanced Continuous Presence
Picture in Picture
Dynamic layout according to the number of conference participants
Multiple voice-activated modes, including All See One, You See Me,
Auto-Zoom, and recent Automatic Switching
Text and frame overlay Should support symmetrical and asymmetrical up and down streams
for optimal bandwidth utilization
High-definition performance (Up to 1080p@30fps)
Bandwidth
Matching
Each endpoint in a video conference should participate according to
individual video bandwidth capabilities without affecting the
connection of other participants
Quality of
Service (QoS)
Support for Differentiated Services markings (ToS, CoS)
Security and
Privacy
Password protection for conferences to ensure privacy for participants
Administrative functions should be password-protected
Scalability Capable of creating large conferences by cascading conferences
between multiple Multipoint Control Units. 6.12.2 Capable to increase the conferencing capacity by creating an MCU
cluster.
Web-Based
Monitoring
and
Management
MCU Administration Web interface should provide remote monitoring
and configuration from any location using a Web browser:
Real- time conference control
Password protection
Access levels required:
Formatted ...
Formatted ...
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted Table
Formatted: Font: 11 pt
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted: Font: 11 pt
Formatted Table
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-I -CCTNS Rajasthan
Rajasthan Police Page 242 of 242
a. Administrator b. Conference manager
c. User
Conference statistics
Sub-conferencing
Conference admission
Operator assistance
LAN
Interface
1 x 10/100/1000 Mbps LAN interface
Power 220 V AC, 50 Hz with internal redundant power supply
Additional
Feature
MCU Should have the feature to integrate with the IP-EPABX to
provide complete Video and Voice Solution.
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt, Check spelling andgrammar
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt, Not Bold, Checkspelling and grammar
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt, Check spelling andgrammar
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt, Not Bold, Checkspelling and grammar
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt, Check spelling andgrammar
Formatted: Font: 11 pt, No underline, Fontcolor: Auto
Formatted: Font: 11 pt, Not Bold, Checkspelling and grammar
Formatted: Font: Georgia, 11 pt, Bold, Fontcolor: Accent 3
Formatted: Normal, No bullets or numbering
E-GOVERNANCE
MISSION MODE PROJECT
(MMP)
CRIME AND CRIMINAL TRACKING
NETWORK & SYSTEMS
RFP FOR SELECTION OF SYSTEM
INTEGRATOR
VOLUME – II: Commercial and Bidding
Terms
RELEASED BY:
Rajasthan Police
Government of Rajasthan
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 2 of 121
Table of Contents
LIST OF ABBREVIATIONS / ACRONYMS ................................................................................. 5
1 INVITATION FOR BID (IFB) AND NOTICE INVITING BID (NIB) ........................... 11
2 INSTRUCTION TO BIDDERS ............................................................................................... 14
2.1 INTRODUCTION .................................................................................................................................... 14
2.2 SALE OF BIDDING/ TENDER DOCUMENTS ........................................................................................ 14
2.3 PRE-BID MEETING/ CLARIFICATIONS ............................................................................................... 14
2.4 CHANGES IN THE BIDDING DOCUMENT ............................................................................................ 15
2.5 PERIOD OF VALIDITY OF BIDS ............................................................................................................ 15
2.6 FORMAT AND SIGNING OF BIDS ......................................................................................................... 15
2.7 COST & LANGUAGE OF BIDDING ........................................................................................................ 16
2.8 ALTERNATIVE/ MULTIPLE BIDS......................................................................................................... 17
2.9 BID SECURITY ...................................................................................................................................... 17
2.10 DEADLINE FOR THE SUBMISSION OF BIDS ......................................................................................... 18
2.11 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS ........................................................ 19
2.12 OPENING OF BIDS ................................................................................................................................ 19
2.13 SELECTION METHOD: ......................................................................................................................... 20
2.14 CLARIFICATION OF BIDS ..................................................................................................................... 20
2.15 OVERALL EVALUATION PROCESS ....................................................................................................... 20
2.16 PRE-QUALIFICATION CRITERIA ......................................................................................................... 21
2.17 SUB-CONTRACTING ............................................................................................................................. 24
2.18 EVALUATION OF TECHNICAL PROPOSALS ......................................................................................... 24
2.19 TECHNICAL EVALUATION SCORING MATRIX: ................................................................................... 27
2.20 NON-MATERIAL NON-CONFORMITIES IN BIDS ............................................................................. 31
2.21 TECHNICAL PROPOSAL ........................................................................................................................ 31
2.22 TABULATION OF TECHNICAL BIDS ................................................................................................. 32
2.23 EVALUATION & TABULATION OF COMMERCIAL BIDS .................................................................. 33
2.24 CORRECTION OF ARITHMETIC ERRORS IN COMMERCIAL BIDS .................................................. 34
2.25 COMPARISON OF RATES OF FIRMS OUTSIDE AND THOSE IN RAJASTHAN .................................... 34
2.26 PRICE AND PURCHASE PREFERENCE IN EVALUATION ................................................................... 34
2.27 NEGOTIATIONS WITH BIDDER ............................................................................................................ 34
2.28 EXCLUSION OF BIDS AND DISQUALIFICATION .............................................................................. 35
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 3 of 121
2.29 LACK OF COMPETITION ................................................................................................................... 36
2.30 ACCEPTANCE OF THE SUCCESSFUL BID AND AWARD OF CONTRACT ............................................ 36
2.31 INFORMATION AND PUBLICATION OF AWARD ................................................................................... 37
2.32 RAJASTHAN POLICE‟S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS ...................................... 37
2.33 ADVANCE BANK GUARANTEE ......................................................................................................... 37
2.34 PERFORMANCE SECURITY DEPOSIT (PSD) ................................................................................... 38
2.35 EXECUTION OF CONTRACT ............................................................................................................. 39
2.36 CONFIDENTIALITY ........................................................................................................................... 39
2.37 CANCELLATION OF PROCUREMENT PROCESS .................................................................................... 39
2.38 CODE OF INTEGRITY FOR BIDDERS ................................................................................................ 40
2.39 INTERFERENCE WITH PROCUREMENT PROCESS .......................................................................... 41
2.40 APPEALS ........................................................................................................................................... 41
2.41 STAY OF PROCUREMENT PROCEEDINGS ............................................................................................. 43
2.42 VEXATIOUS APPEALS & COMPLAINTS............................................................................................ 43
2.43 OFFENSES BY FIRMS/ COMPANIES ................................................................................................ 43
2.44 DEBARMENT FROM BIDDING ......................................................................................................... 44
2.45 MONITORING OF CONTRACT .......................................................................................................... 45
2.46 RISK AND PURCHASE ...................................................................................................................... 45
3 IMPLEMENTATION PLAN, PAYMENT TERMS AND SCHEDULE........................... 47
3.1 IMPLEMENTATION AND ROLL OUT PLAN ............................................................................ 47
3.2 PAYMENT SCHEDULES AND MILESTONES ......................................................................................... 50
3.2.1 Payment Schedule .................................................................................................................... 50
4 FORMATS .................................................................................................................................. 56
4.1 FORMATS FOR THE PRE-QUALIFICATION RESPONSE ..................................................... 56
4.2 FORMATS FOR THE TECHNICAL BID RESPONSE (WITH SIGN AND COMPANY SEAL) ...... 64
4.2.1 Undertaking on Patent Rights .............................................................................................. 64
4.2.2 Undertaking on Conflict of Interest..................................................................................... 65
4.2.3 Non-Malicious Code Certificate ........................................................................................... 66
4.2.4 Undertaking On Pricing of Items of Technical Response ............................................... 67
4.2.5 Undertaking on Offline Functionality ................................................................................ 68
4.2.6 Undertaking on Provision for Required Storage Capacity ........................................... 69
4.2.7 Undertaking on Compliance and Sizing of Infrastructure ............................................ 70
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 4 of 121
4.2.8 Undertaking on Provision of Support for Software ........................................................ 71
4.2.9 Undertaking on Service Level Compliance ........................................................................ 72
4.2.10 Undertaking on Deliverables ................................................................................................ 73
4.2.11 Undertaking on Training the Users .................................................................................... 74
4.2.12 Undertaking on Support to Certification ........................................................................... 75
4.2.13 Undertaking on Exit Management and Transition ......................................................... 76
4.2.14 Undertaking on Continuous Improvement ....................................................................... 77
4.2.15 Undertaking on Personnel ..................................................................................................... 78
4.2.16 Undertaking on Provision of Work Environment at SCRB ........................................... 80
4.2.17 Undertaking on request for Changes to the Contract Clauses by the bidder ............ 81
4.2.18 Undertaking from OEM on Authorization of use of their OEM products ................. 82
4.2.19 Certificate of Conformity/No Deviation............................................................................. 83
4.2.20 Bidder’s Authorization Certificate ....................................................................................... 84
4.2.21 Bill of Material – Software Solution ................................................................................... 85
4.2.22 Bill of Material for Infrastructure ....................................................................................... 87
4.2.23 Profiles of Previous Project Experience .............................................................................. 91
4.2.24 Team Profile .............................................................................................................................. 92
4.2.25 Suggestions on Changes to Contract Clauses ................................................................... 94
4.3 FORMATS FOR THE COMMERCIAL BID RESPONSE ........................................................... 95
4.3.1 Commercial Proposal Cover Letter ..................................................................................... 95
4.3.2 Commercial Bid Format ......................................................................................................... 97
4.4 NON – DISCLOSURE AGREEMENT (NDA) ........................................................................... 106
4.5 FORMAT FOR SUBMISSION OF QUERIES FOR CLARIFICATION ................................. 108
4.6 EARNEST MONEY DEPOSIT ..................................................................................................... 109
4.7 BID COVER LETTER .................................................................................................................... 113
4.8 ADVANCE BANK GUARANTEE ................................................................................................ 115
4.9 PERFORMANCE BANK GUARANTEE .................................................................................... 118
4.10 MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ........................................... 121
Deleted: LIST OF ABBREVIATIONS / ACRONYMS 5¶1 INVITATION FOR BID (IFB) AND NOTICE INVITING BID (NIB) 11¶2 INSTRUCTION TO BIDDERS 14¶2.1 Introduction 14¶2.2 Sale of Bidding/ Tender Documents 14¶2.3 Pre-bid Meeting/ Clarifications 14¶2.4 Changes in the Bidding Document 15¶2.5 Period of Validity of Bids 15¶2.6 Format and Signing of Bids 15¶2.7 Cost & Language of Bidding 16¶2.8 Alternative/ Multiple Bids 17¶2.9 Bid Security 17¶2.10 Deadline for the submission of Bids 18¶2.11 Withdrawal, Substitution, and Modification of
Bids 19¶2.12 Opening of Bids 19¶2.13 Selection Method: 20¶2.14 Clarification of Bids 20¶2.15 Overall Evaluation Process 20¶2.16 Pre-Qualification Criteria 21¶2.17 Sub-Contracting 24¶2.18 Evaluation of Technical Proposals 24¶2.19 Technical Evaluation Scoring Matrix: 27¶2.20 Non-material Non-conformities in Bids 31¶2.21 Technical Proposal 31¶2.22 Tabulation of Technical Bids 32¶2.23 Evaluation & Tabulation of Commercial Bids 33¶2.24 Correction of Arithmetic Errors in Commercial
Bids 34¶2.25 Comparison of rates of firms outside and those in
Rajasthan 34¶2.26 Price and purchase preference in evaluation 34¶2.27 Negotiations with Bidder 34¶2.28 Exclusion of Bids and Disqualification 35¶2.29 Lack of competition 36¶2.30 Acceptance of the successful Bid and award of
contract 36¶2.31 Information and publication of award 37¶2.32 Rajasthan Police’s right to accept or reject any or all
Bids 37¶2.33 Advance Bank Guarantee 37¶2.34 Performance Security Deposit (PSD) 38¶2.35 Execution of Contract 39¶2.36 Confidentiality 39¶2.37 Cancellation of procurement process 39¶2.38 Code of Integrity for Bidders 40¶2.39 Interference with Procurement Process 41¶2.40 Appeals 41¶2.41 Stay of procurement proceedings 43¶2.42 Vexatious Appeals & Complaints 43¶2.43 Offenses by Firms/ Companies 43¶2.44 Debarment from Bidding 44¶2.45 Monitoring of Contract 45¶2.46 Risk and Purchase 45¶
3 IMPLEMENTATION PLAN, PAYMENT TERMS AND SCHEDULE 47¶3.1 IMPLEMENTATION AND ROLL OUT PLAN 47¶3.2 Payment Schedules and Milestones 50¶3.2.1 Payment Schedule 50¶ ...
Formatted ...
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 5 of 121
LIST OF ABBREVIATIONS / ACRONYMS
ABG Advance Bank Guarantee
ADG Additional Director General of Police
AMC Annual Maintenance Contract
Act The Rajasthan Transparency in Public Procurement Act, 2012
(Act No. 21 of 2012) and Rules thereto
Authorized
Signatory
The bidder‟s representative/ officer vested (explicitly, implicitly,
or through conduct) with the powers to commit the authorizing
organization to a binding agreement. Also called signing officer/
authority having the Power of Attorney (PoA) from the competent
authority of the respective Bidding firm.
BE Bachelor of Engineering
BG Bank Guarantee
BoM Bill of Material
BoQ Bill of Quantity
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring
entity and includes any tender, proposal or quotation in electronic
format
Bid Security A security provided to the procuring entity by a bidder for securing
the fulfillment of any obligation in terms of the provisions of the
bidding documents.
Bidder Any person/ firm/ agency/ company/ contractor/ supplier/
vendor participating in the procurement/ bidding process with the
procurement entity
Bidding
Document
Documents issued by the procuring entity, including any
amendments thereto, that set out the terms and conditions of the
given procurement and includes the invitation to bid
CCA Controller of Certifying Authorities
CCTNS Crime and Criminal Tracking Network & Systems
CIPA Common Integrated Police Application
CMMi Capability Maturity Model Integration
CST Central Sales Tax
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 6 of 121
Contract/
Procurement
Contract
A contract entered into between the procuring entity and a
successful bidder concerning the subject matter of procurement
Contract/
Project Period
Contract/ Project Period shall commence from the date of Signing
of Contract till 5 Years, which includes Operations & Maintenance
Services after successful commissioning of project.
DBA Database Administrator
DC Data Centre
DGP Director General of Police
DR Disaster Recovery
DSC Digital Signature Certificate
Day A calendar day as per Government of Rajasthan
EMS Enterprise Management System
eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-
Governance Initiative of Government of Rajasthan under Mission
Mode Project category and is part of Integrated Financial
Management System (IFMS). e-GRAS facilitates collection of tax/
non-tax revenue in both the modes: online as well as manual. All
types of government revenue may be deposited online using this
website: https://egras.raj.nic.in/
ETDC Electronic Testing & Development Center
FDR Fixed Deposit Receipt
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods All articles, material, commodities, electricity, livestock, furniture,
fixtures, raw material, spares, instruments, software (Application
& System Software), machinery, equipment, industrial plant,
vehicles, aircraft, ships, railway rolling stock and any other
category of goods, whether in solid, liquid or gaseous form,
purchased or otherwise acquired for the use of a procuring entity
as well as services or works incidental to the supply of the
goods if the value of services or works or both does not exceed
that of the goods themselves
HIPS Host Intrusion Prevention System
ICT Information and Communication Technology.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 7 of 121
IFB Invitation for Bids (A document published by the procuring
entity inviting Bids relating to the subject matter of
procurement and any amendment thereto and includes notice
inviting Bid and request for proposal)
INR Indian Rupee
IPR Intellectual Property rights
ISI Indian Standards Institution
ISO International Organization for Standardization
IT Information Technology
ITB Instruction to Bidders
LAN Local Area Network
LD Liquidated Damages
LoI Letter of Intent
MBA Master of Business Administration
MCA Master of Computer Application
Month A calendar month as per Government of Rajasthan
MoU Memorandum of Understanding
NDA Non – Disclosure Agreement
NIB Notice Inviting Bid
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Purchase Committee
PHQ Police Headquarters
PKI Public Key Infrastructure
PMP Project management Professional
PQ Pre-Qualification
Procurement
Process
The process of procurement extending from the issue of
invitation to Bid till the award of the procurement contract or
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 8 of 121
cancellation of the procurement process, as the case may be
Procurement The acquisition by purchase, lease, license or otherwise of works,
goods or services, including award of Public Private Partnership
projects, by a procuring entity whether directly or through an
agency with which a contract for procurement services is entered
into, but does not include any acquisition without consideration,
and “procure” or “procured” shall be construed accordingly
PSD/ SD Performance Security Deposit/ Security Deposit
PSU Public Sector Unit
Purchaser Person or entity that is a recipient of a good or service provided by
a seller (bidder) under a purchase order or contract of sale. Also
called buyer. Rajasthan Police in this RFP document.
QGR Quarterly Guaranteed Revenue
QOS Quality of service
RDBMS Relational Database management system
ROC Registrar of Companies
RVAT Rajasthan Value Added Tax
Services Any subject matter of procurement other than goods or works and
includes physical, maintenance, professional, intellectual,
consultancy and advisory services or any service classified or
declared as such by a procuring entity and does not include
appointment of any person made by any procuring entity
SAN Storage Area Network
SATA Serial Advanced Technology Attachment
SLA Service Level Agreement is a negotiated agreement between two
parties wherein one is the customer and the other is the service
provider. It is a service contract where the level of service is
formally defined. In practice, the term SLA is sometimes used to
refer to the contracted delivery time (of the service) or
performance.
SMS Storage management Software
SPMU State Project Management Unit
State Public
Procurement
http://sppp.raj.nic.in
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 9 of 121
Portal
UT Union Territory
VAT/ CenVAT Value Added Tax/ Central VAT
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 10 of 121
RFP Datasheet
Invitation For Bid (IFB)
and Notice Inviting
Tender (NIT)
1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 11 of 121
1 INVITATION FOR BID (IFB) AND NOTICE INVITING BID (NIB)
RFP Reference No and Date V-15(25)SCRB/CCTNS/Purchase Committee/2013; 22/01/2014
Subject Matter of
Procurement
Selection of System Integrator for Crime and Criminal Tracking
Network & Systems
Websites for downloading
Bidding Document,
Corrigendum’s,
Addendums etc.
http://sppp.raj.nic.in, http://eproc.rajasthan.gov.in, and
http://police.rajasthan.gov.in/
Period of Sale of Bidding
Document (Start/ End
Date)
Start Date/Time-22/01/2014; 5:00 pm
End Date/Time- 11/03/2014; 3:00pm
Bid Security and Mode of
Payment
A sum of Rs. 1.46 crore (Rupees One Crore Forty Six Lakhs
only) in form of Demand Draft/Bankers Cheque/Bank
Guarantee in favour of "DIRECTOR GENERAL OF POLICE"
payable at "Jaipur", Rajasthan issued by any Scheduled bank
OR
deposit through eGRAS:- https://egras.raj.nic.in/
Tender Fee and Mode of
Payment
A sum of Rs. 500/- (Rupees Five Hundred only) in form of
Demand Draft in favour of "DIRECTOR GENERAL OF
POLICE" payable at "Jaipur", Rajasthan
RISL Processing Fee and
Mode of Payment
A sum of Rs. 1000/- (Rupees One Thousand only) in form of
Demand Draft in favour of “Managing Director, RISL” payable
at “Jaipur”.
Date/ Time/ Place of Pre-
bid Conference
Date/ Time-07/02/2014 ; 11:00 am
Place- Conference Room, State Crime Records Bureau, Nehru
Nagar, Near Rajasthan Police Academy, Jaipur, Rajasthan-
302016
Last date for submission of
written queries for
clarifications
Date/ Time-07/02/2014 ; 10:00 am
Manner, Start/ End Date
for the submission of Bids
Manner- Online at eProc website
(http://eproc.rajasthan.gov.in)
Start Date-22/01/2014
End Date- 11/03/2014
Submission of Banker’s
Cheque/ Demand Draft for
Tender Fee, RISL
Start Date/Time-22/01/2014; 5:00 pm
End Date/Time- 11/03/2014; 3:00pm
Deleted: 21
Deleted: 2
Deleted: 21
Deleted: 2
Formatted: Indent: Left: 0.05", Hanging:
0.13"
Deleted: 21
Deleted: 2
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 12 of 121
Processing Fee and Bid
Security
Note:
1) To participate in online bidding process, Bidders must procure a Digital Signature
Certificate (Type III) as per Information Technology Act-2000 using which they can
digitally sign their electronic bids. Bidders can procure the same from any CCA
approved certifying agency, i.e. TCS, Safecrypt, Ncode etc. Bidders who already have
a valid Digital Signature Certificate (DSC) need not procure a new DSC. Also, bidders
must register on http://eproc.rajasthan.gov.in (bidders already registered on
http://eproc.rajasthan.gov.in before 30-09-2011 must register again).
2) Rajasthan Police will not be responsible for delay in online submission due to any
reason. For this, bidders are requested to upload the complete bid well advance in
time so as to avoid last minute rush or any other unforeseen issues.
3) Bidders are also advised to refer "Bidders Manual Kit" available at eProc website for
further details about the e-Tendering process.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 13 of 121
Address for Communications for the purpose of this RFP
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
RFP Datasheet
2
Instruction to Bidders
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 14 of 121
2 INSTRUCTION TO BIDDERS
2.1 Introduction
a) The RFP document consists of three volumes:
i. RFP Volume I: Functional & Technical Requirements
ii. RFP Volume II: Commercial and Bidding Terms
iii. RFP Volume III: Contractual and Legal Terms
2.2 Sale of Bidding/ Tender Documents
a) The bidder can download the RFP documents from the Rajasthan Police website
www.police.rajasthan.gov.in and also from State Public Procurement Portal
(http://sppp.raj.nic.in) and e-Procurement portal (http://eproc.rajasthan.gov.in).
b) A non- refundable Demand Draft for Rs 500/-as a tender fee drawn in favour of
DIRECTOR GENERAL OF POLICE payable at Jaipur, Rajasthan should be
submitted manually before the due date and time of Bid submission without which
tender will be considered as incomplete and non responsive. The scanned copy of
demand draft of RFP document fees should be submitted along with Technical
proposal.
c) The bidders are expected to examine all instructions, forms, terms, project
requirements and other information in the RFP documents. Failure to furnish all
information required as mentioned in the RFP documents or submission of a
proposal not substantially responsive to the RFP documents in all respects will be
at the bidder's risk and may result in rejection of the proposal.
2.3 Pre-bid Meeting/ Clarifications
a) Rajasthan Police will host a Pre-Bid Conference as per details mentioned in the
NIB to clarify doubts of potential bidders with respect to the RFP, and reply to pre-
bid queries will be published on the respective websites.
b) The representatives of the interested organizations may attend the pre-bid
conference at their own cost. The purpose of the conference is to provide bidders
with information regarding the RFP.
c) Pre-Bid Conference will also provide each bidder an opportunity to seek
clarifications/suggestions regarding any aspect of the RFP and the project,
including suggestions on ambiguity and transparency in the RFP. The bidder
should submit the pre-bid clarifications/suggestions in the format provided at
clause 4.5. The last date of submitting clarifications requests by the bidder and
response to clarifications by Rajasthan Police will be as per NIB.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 15 of 121
2.4 Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the Rajasthan Police may
for any reason, whether on its own initiative or as a result of a request for
clarification by a bidder, modify the bidding documents by issuing an addendum in
accordance with the provisions below.
b) In case, any modification is made to the bidding document or any clarification is
issued which materially affects the terms contained in the bidding document, the
Rajasthan Police shall publish such modification or clarification in the same
manner as the publication of the initial bidding document.
c) In case, any clarification or modification [para 2.4 (b)] is issued with respect to the
bidding document, the Rajasthan Police may, prior to the last date for submission
of Bids, extend such time limit in order to allow the bidders sufficient time.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall
have the opportunity to modify or re-submit it within the extended time period.
2.5 Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid for 180 days from the due date of
the bid submission as specified in the NIB. A Bid valid for a shorter period shall be
rejected by the Rajasthan Police as non-responsive Bid.
b) In exceptional circumstances, Rajasthan Police may request the bidders to extend
the bid validity period for an additional specified period of time. If bidder
refuses the request then such refusal shall be treated as withdrawal of Bid and in
such circumstances bid security will not be forfeited.
c) Any bidder who agrees to extend the validity of bid and submits the new/extended
bid security as requested by Rajasthan Police will be eligible for bid validation.
2.6 Format and Signing of Bids
a) Bidders must submit their bids online at e-Procurement portal i.e.
http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized
signatory.
c) A Single stage Two part system shall be followed for the Bid: -
i. Technical Bid
ii. Commercial Bid
i. The technical bid shall consist of the following documents: -
S.No. Documents Type Document Format
Fee Details
1. Bidding document Fee (Tender Fee) Proof of submission (PDF)
2. RISL Processing Fee(eProc) Instrument/ Proof of
submission (PDF)
3. Bid Security Instrument/ Proof of
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 16 of 121
submission (PDF)
Pre- Qualification Documents
4. Response to the Pre-Qualification Requirements shall be prepared
in accordance with the requirements specified in this RFP and in
the format prescribed in this Volume.
Technical Documents
5. The Technical Proposal shall be prepared in accordance with the
requirements specified in this RFP and in the formats prescribed in
this volume.
ii. Commercial bid shall include the following documents: -
S.No. Documents Type Document Format
1. Commercial Bid – Covering Letter On bidder‟s letter head
duly signed by authorized
signatory as per
Annexure-4.3.1 (PDF)
2. Commercial Bid – Format As per BoQ (.XLS) format
available on e-
Procurement portal &
Annexure-4.3.2
d) The bidder should ensure that all the required documents, as mentioned in this
bidding document, are submitted along with the Bid and in the prescribed format
only. Non-submission of the required documents or submission of the documents
in a different format/ contents may lead to the rejection of the Bid submitted by the
bidder.
e) Rajasthan Police will not accept delivery of proposal in any manner other than that
specified in this volume. Proposal delivered in any other manner shall be treated as
defective, invalid and rejected.
2.7 Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of
its Bid. Rajasthan Police shall not be responsible or liable for any costs, regardless
of the outcome of the bidding process.
b) The bidding document /correspondence/documents exchanged between the Bidder
and the Rajasthan Police shall be written only in English Language. Supporting
documents and printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate translation of the relevant
passages in English only, for purposes of interpretation of the Bid.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 17 of 121
2.8 Alternative/ Multiple Bids
Alternative Solution / Multiple Bids shall not be considered at all. Bidder shall not quote
for multiple brands/ make/ models. Technical bid should mention details of
quoted/make/model in the “Format 4.2.24: Bill of Material” as given in the technical bid.
2.9 Bid Security
Any bidder, if not exempted, participating in the procurement process will be required to
furnish the bid security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments
of the State Government, Undertakings, Corporations, Autonomous bodies,
Registered Societies and Cooperative Societies which are owned,/ controlled or
managed by the State Government and Government Undertakings of the Central
Government.
b) Bid security instrument or a bid securing declaration shall necessarily accompany
the technical bid.
c) Bid security of a bidder lying with the Rajasthan Police in respect of other bids
awaiting decision shall not be adjusted towards bid security for the fresh bids. The
bid security originally deposited may, however, be taken into consideration in case
bids are re-invited.
d) The bid security may be given in the form of a banker‟s cheque or demand draft or
Bank Guarantee in specified format, of a scheduled bank or deposited through
eGRAS. The bid security must remain valid for thirty days (30) beyond the original
or extended validity period of the bid.
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well
as the form and terms of the bid security, must be acceptable to the Rajasthan
Police.
f) Prior to presenting a submission, a bidder may request the Rajasthan Police to
confirm the acceptability of proposed issuer of a bid security or of a proposed
confirmer, if required. The Rajasthan Police shall respond promptly to such a
request.
g) The Bank Guarantee presented as bid security shall be confirmed from the
concerned issuing bank. However, the confirmation of the acceptability of a
proposed issuer or of any proposed confirmer does not preclude the Rajasthan
Police from rejecting the bid security on the ground that the issuer or the
confirmer, as the case may be, has become insolvent or has otherwise ceased to be
creditworthy.
h) The bid security of unsuccessful bidders shall be refunded soon after final
acceptance of successful bid and signing of Agreement and submitting performance
security.
i) The Bid security taken from a bidder may be forfeited, including the interest, if any,
in the following cases, namely: -
i. when the bidder withdraws or modifies its bid after opening of bids;
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 18 of 121
ii. when the bidder does not execute the agreement, if any, after placement of
supply/ work order within the 15 days;
iii. when the bidder fails to commence the supply of the goods or service or
execute work as per supply/ work order within the time specified;
iv. when the bidder does not deposit the performance security within 15 days
after the supply/ work order is placed; and
v. if the bidder breaches any provision of code of integrity, prescribed for
bidders, specified in the bidding document.
j) Notice will be given to the bidder with reasonable time before bid security
deposited is forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in
arriving at the amount of the Performance Security, or refunded if the successful
bidder furnishes the full amount of performance security.
m) The Rajasthan Police shall promptly return the bid security after the earliest of the
following events, namely:-
i. the expiry of validity of bid security;
ii. the execution of agreement for procurement and performance security is
furnished by the successful bidder;
iii. the cancellation of the procurement process;
2.10 Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal before due date and time as
specified in the NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In
exceptional circumstances or when the bidding document are required to be
substantially modified as a result of discussions in pre-bid meeting/ conference or
otherwise and the time with the prospective bidders for preparation of Bids
appears insufficient, the date may be extended by the Rajasthan Police. In such
case the extension date will be communicated to the bidders as was done on the
time of issuing of the NIB and will also be updated on on the State Public
Procurement Portal, Rajasthan Police portal if applicable. It would be ensured that
after issue of corrigendum, reasonable time is available to the bidders for
preparation and submission of their Bids. The Rajasthan Police shall also publish
such modifications in the bidding document in the same manner as the publication
of initial bidding document. In case bid submission or opening day is a non-
working day as per Government of Rajasthan( GoR), then the bid submission and
opening will be done on next working day.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 19 of 121
2.11 Withdrawal, Substitution, and Modification of Bids
a) Bidder may withdraw its Bid or re-submit its Bid (technical and/ or commercial
cover) as per the instructions/ procedure mentioned at e-Procurement website
under the section “Bidder‟s Manual Kit”.
b) Bids withdrawn shall not be opened and processed further.
2.12 Opening of Bids
a) Total transparency will be observed while opening the proposals/bids.
b) Rajasthan Police, reserves the rights at all times to postpone or cancel a scheduled
bid opening.
c) The bids will be opened, in two sessions,
i. Pre-qualification & Technical Bid
ii. Commercial Bid
Commercial bids of those bidders whose technical bids qualify would be opened, in the
presence of bidders‟ representatives who choose to attend the Bid opening sessions on
the specified date, time and address.
The bidders‟ representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of bid opening being declared a holiday for
Rajasthan Police, the Bids shall be opened at the same time and location on the next
working day. However if there is no representative of the bidder, Rajasthan Police, shall
go ahead and open the bid of the bidders.
d) All the documents comprising of technical Bid/ cover shall be opened &
downloaded from the e-Procurement website (only for the bidders who have
submitted the prescribed fee(s) to Rajasthan Police).
e) The Purchase committee shall conduct a preliminary scrutiny of the opened
technical Bids to assess the prima-facie responsiveness and ensure that the: -
i. bid is accompanied by tender document fee, bid security or bid securing
declaration and processing fee;
ii. bid is valid for the period, specified in the tender document;
iii. bid is unconditional and the bidder has agreed to give the required
performance security;
iv. other conditions, as specified in the tender document are fulfilled
v. any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening except the Bids not
accompanied with the proof of payment or instrument of the required price of
bidding document, processing fee and bid security.
g) The Commercial Bid cover will be kept unopened and shall be opened on the date
and time intimated to the bidders who qualify in the evaluation of technical Bids.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 20 of 121
2.13 Selection Method:
a) The selection method is Quality cum Cost Based Selection (QCBS).
2.14 Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids,
the purchase committee may, at its discretion, ask any bidder for a clarification
regarding its Bid. The committee‟s request for clarification and the response of the
bidder shall be through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response
to a request by the committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors discovered by the
committee in the evaluation of the commercial Bids.
d) No substantive change to qualification information or to a submission, including
changes aimed at making an unqualified bidder, qualified or an unresponsive
submission, responsive shall be sought, offered or permitted.
2.15 Overall Evaluation Process
a) A tiered evaluation procedure will be adopted for evaluation of proposals, with the
technical evaluation being completed before the commercial proposals are opened
and compared.
b) Only those bidders who qualify on the Pre qualification criteria‟s will qualify for the
next level that is evaluation of the technical bids.
c) Rajasthan Police will review the technical bids of the short-listed bidders to
determine whether the technical bids are substantially responsive. Bids that are not
substantially responsive are liable to be disqualified. Rajasthan Police may seek
inputs from their professional, external experts in the technical and commercial
evaluation process.
d) The Rajasthan Police shall assign technical score to the bidders based on the
technical evaluation criteria. The bidders with a technical score above the threshold
as specified in the technical evaluation criteria shall technically qualify for the
commercial evaluation stage.
e) The commercial bids for the technically qualified bidders will then be opened and
reviewed to determine whether the commercial bids are substantially responsive.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 21 of 121
2.16 Pre-Qualification Criteria
The invitation for bids is open to all entities registered in India who fulfil prequalification
criteria as specified below:
S
No
The Bidder shall satisfy all of the
criteria below:
Supporting Document
Required
a. The Bidder should be an Information
Technology System Integrator with a
registered office and operations in
India. The company should be
operational in India for at least last five
(5) financial years as on 31st March
2013. The Bidder has to be a single legal
entity.
Certificate of Incorporation/
Registration
b. The Bidder must have an office in
Jaipur, Rajasthan or should furnish an
undertaking that the same would be
established within two months of
signing the contract.
Self certification by the bidder
c. The Bidder must have an annual
turnover of not less than Rs. 500
Crore in each of the last five financial
years (as on 31-03-2013) from IT
services (IT Infrastructure
procurement and commissioning, IT
Application Customization, Integration
with legacy systems, Deployment and
Maintenance). The Bidder should have
a positive net worth of at-least Rs. 100
Crore for last year (as on 31-03-2013)
Audited/Certified Annual Financial
Statements and/or Annual Report
for the five financial years.
d. The Bidder must have a proven track
record of providing a successful
„Turnkey Solution‟ for at least 5 IT-
project in India in last 5 years as on 31st
March 2013. At least one of the 5
quoted projects should be an integrated
turnkey project of a value of Rs. 20
Crores or more in India including
setting up and configuring the hardware
(Servers, Desktop, Network Clients) and
Bidder must provide supporting
documentary proof in form of work
orders confirming year and area of
activity, value of services delivered
for that project, Completion / Partial
Completion Certificate from Client
or self certification confirming year
and value of Bidder‟s scope of work
completed by the Bidder and its
value along with Reference details of
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 22 of 121
implementing software solution
including Operating Systems,
Infrastructure Management Software,
RDBMS, establishment of LAN / WAN
including Firewalls, IPS, PKI, etc. and
providing life cycle support.
the Client.
e. The Bidder must have a proven track
record of successfully completed or
implementing at least 2 e-
Governance projects summing up
to a value of Rs. 10 Crores or above in
last 5 years as on 31st March 2013.
Bidder must provide supporting
documentary proof in form of work
orders confirming year and area of
activity, value of services delivered
for that project, Completion / Partial
Completion Certificate from Client
or self certification confirming year
and value of Bidder‟s scope of work
completed by the Bidder and its
value along with Reference details of
the Client.
f. The Bidder must have prior experience
of working on at least 1 Software
services Project for Central / State
Government / PSU undertaken in the
last 5 years as on 31st March 2013. The
project cost should be of Rs. 5 Crore
or more .
Bidder must provide supporting
documentary proof in form of work
orders confirming year and area of
activity, value of services delivered
for that project, Completion / Partial
Completion Certificate from Client
or self certification confirming year
and value of Bidder‟s scope of work
completed by the Bidder and its
value along with Reference details of
the Client.
g. The performance security deposit of the
bidder should have not been forfeited
during last 5 years, due to its non-
performance in any CCTNS project in
India or any e-Governance project in
Rajasthan
Self certification by the bidder
h. The Bidder must have been assessed
and must possess a valid certification
for SEI CMMi (Capability Maturity
Model Integration) Level 5
Copy of SEI CMMi Level 5 certificate
or reassessment self certification (in
case if reassessment is applied for).
In case of pending reassessment, the
bid shall be rejected if the Bidder
fails to submit the valid certificate a
Deleted: as on the date of submission of bid
Deleted: the
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 23 of 121
day before the date of opening of
Commercial Bids or by 26.03.2014,
whichever is earlier.
If, for any reason, the last date for
submission of Bid is extended
beyond 26.03.2014, the CMMi level
5 certificate must be submitted
alongwith the Bid itself.
i. The Bidder must have been assessed
and must possess a valid ISO 9001:
2008, ISO 27001 or above
certificate as on the date of submission
of bid
Copy of ISO 9001: 2008 / 27001 or
above compliance certificates
j. Bidder should: -
not be insolvent, in receivership,
bankrupt or being wound up, not
have its affairs administered by a
court or a judicial officer, not have
its business activities suspended
and must not be the subject of legal
proceedings for any of the foregoing
reasons;
not have, and their directors and
officers not have, been convicted of
any criminal offence related to their
professional conduct or the making
of false statements or
misrepresentations as to their
qualifications to enter into a
procurement contract within a
period of three years preceding the
commencement of the procurement
process, or not have been otherwise
disqualified pursuant to debarment
proceedings;
not have a conflict of interest in the
procurement in question as
specified in the bidding document.
comply with the code of integrity as
specified in the bidding document.
A Self Certified letter as per Format
4.1 – (iii): Self-Declaration
Deleted:
Deleted: need to submit the certificate before
Deleted: contract signing.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 24 of 121
Notes:
i. ‘IT-projects‟ relates to projects involving IT Infrastructure procurement and
commissioning, IT Application Customization, Integration with legacy
systems, Deployment and Maintenance
ii. ‟e - Governance projects‟ is defined as „deployment of IT systems for
Central/State Government Departments or Government Undertakings in
India.
iii. „Software Services Project‟ relates to projects involving development or
deployment of an IT application and Maintenance of the same.
iv. In respect of both i and ii above, the Bidder should have been directly
responsible for the implementation of the projects.
2.17 Sub-Contracting
For items such as Site Preparation, Data digitization/migration the bidder may work
with a sub-contractor firm(s); however sub-contracting is subject to written approval
from Rajasthan Police. The bidder cannot sub-contract the core activities of CCTNS
implementation such as Hardware & IT infrastructure implementation, CAS
Customization/Application Development, capacity building and handholding. The
Successful bidder shall provide plan of activities to be sub-contracted with the technical
proposal for Site Preparation, Data digitization and migration. It is clarified that the
Successful bidder shall be the principal employer for all claims arising from the liabilities
statutory or otherwise, concerning the sub-contractors. The Successful bidder
undertakes to indemnify the Rajasthan Police or its nominated agencies from any claims
on the grounds stated hereinabove.
Subcontracting non-core activities as mentioned above to companies fulfilling the
following conditions;-
Data digitization/migration:-
a) Preference should be given who has experience in CCTNS project.
b) The subcontractor should be in the business for last 3 years (March,2013).
c) The subcontractor must have Service Tax Registration Number/PAN Number
d) The sub-contractor must have completed atleast 1 project for Government/PSU
in the relevant field.
2.18 Evaluation of Technical Proposals
The evaluation of the Technical bids will be carried out in the following manner:
a) The bidders' technical solution proposed in the bid document is evaluated as per
the requirements specified in the RFP and adopting the evaluation criteria as
specified in this RFP. The bidders are required to submit all required
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 25 of 121
documentation in support of the evaluation criteria specified (e.g. detailed project
citations and completion certificates, client contact information for verification,
profiles of project resources and all others) as required for technical evaluation.
b) The committee may seek oral clarifications from the bidders. The primary function
of clarifications in the evaluation process is to clarify ambiguities and uncertainties
arising out of the evaluation of the bid documents. Oral clarifications provide the
opportunity for the committee to state its requirements clearly and for the
bidder to more clearly state its proposal. The committee may seek inputs from
their professional and technical experts in the evaluation process.
c) Following will be the technical evaluation methodology:
i. Technical Bid would be evaluated and marks would be awarded out of total
50 Marks.
ii. Only those bidders, who score more than 70% marks in technical bid will
qualify for the second round ( i.e commercial evaluation of the bids).
iii. The Rajasthan Police will intimate bidders about the results of the technical
evaluation through a written communication or through email. The technical
scores of the bidders will be announced prior to the opening of the
commercial bids.
iv. The technically shortlisted bidders will be informed of the date and venue of
the opening of the commercial bids through a written communication or
through email.
v. The technical response must meet all mandatory compliance requirements.
Bidder must submit undertakings and document as per format prescribed in
this RFP. Failure to meet any of the following may result in the
disqualification of the technical bid response.(For complete details on the
undertakings and formats, refer to section 4, of this RFP)
S No Name of Undertakings/Document Type Format No
1. Undertaking on Patent Rights 4.2.1
2. Undertaking on Conflict of Interest 4.2.2
3. Undertaking on Non-malicious Code Certificate 4.2.3
4. Undertaking on Pricing of Items of Technical
Response 4.2.4
5. Undertaking on Offline Functionality 4.2.5
6. Undertaking on Provision of Required Storage
Capacity 4.2.6
7. Undertaking on Compliance and Sizing of
Infrastructure 4.2.7
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 26 of 121
8. Undertaking on Provision for Support for Software 4.2.8
9. Undertaking on Service Level Compliance 4.2.9
10. Undertaking on Deliverables 4.2.10
11. Undertaking on Training for Users 4.2.11
12. Undertaking on Support to Certification 4.2.12
13. Undertaking on Exit Management and Transition 4.2.13
14. Undertaking on Continuous Improvement 4.2.14
15. Undertaking on Personnel 4.2.15
16. Undertaking on Provision of Work Environment 4.2.16
17. Undertaking on Changes to the Contract Clauses 4.2.17
18. Undertaking from OEM on Authorization of use of
their OEM products. 4.2.18
19. Certificate of Conformity/No Deviation 4.2.19
20. Bidder‟s Authorization Certificate 4.2.20
21. Bill of Material – Software Solution 4.2.21
22. Bill of Material for Infrastructure 4.2.22
23. Undertaking on Profiles of Previous Project
Experience 4.2.23
24. Team Profile 4.2.24
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 27 of 121
2.19 Technical Evaluation Scoring Matrix:
S.
No.
Evaluation Criteria Point System Max
Score
1 Past Experience and Organizational Strength
A Number of years in System
Integration
The Bidder should be operational as System Integrator in India in the last 5
financial years as on 31st March 2013: -
>10 Years - 7 Points;
>8 =< 10 Years - 5 Points;
> 5 =< 8 Years - 3 Points;
Bidder shall submit Purchase Order/ Work Order issued by client as a
supporting document.
7
B Implementation experience of e-
governance projects
Note: Please provide work order
for all the stated projects and
project completion certificates for
completed projects
The Bidder should have experience in implementing at least 2 e-governance
projects each of order value of Rs. 10 crore or above in the last 5 financial years.
The points shall be awarded on the following basis: -
i. 1 mark for each project under implementation
ii. 2 marks for each completed project
7
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 28 of 121
C Experience of working on software
(design/ development) projects for
GoI / any of the State/UT
Note: Please provide work order
for all the stated projects and
project completion certificates for
completed projects
The Bidder should have experience of at least one project on software
(design/development) with order value of at least Rs 5 crore in last 5 years for
the Government of India/State/UT governments or Public Sector Units. The
points shall be awarded on the following basis:-
i. 1 mark for each project under implementation
ii. 2 marks for each completed project
7
D Experience of working on Turn-key
IT projects
Note: Please provide work order
for all the stated projects and
project completion certificates for
completed projects
The Bidder should have experience in providing Turn-key solution for at least 5
IT projects in last 5 financial years. The points shall be awarded on the following
basis:-
i. 1 mark for each project under implementation
ii. 2 marks for each completed project
7
E Operation and Maintenance of
Data Centre or Disaster Recovery
Note: Please provide work order
for all the stated projects and
project completion certificates for
The Bidder should have experience in Operation & Maintenance of atleast 2
Data Centre and /or Disaster Recovery Projects in the Government Domain in
the last 5 years. The points shall be awarded on the following basis:-
i. 1 mark for each project under Operations and Maintenance phase
7
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 29 of 121
completed projects ii. 2 marks for each completed project (O&M)
F Mission Mode Projects (MMP) in
India
Note: Please provide work order
for all the stated projects and
project completion certificates for
completed projects
The Bidders having experience in implementing Mission Mode Projects (MMP)
would be evaluated as under: -
i. 1 mark for each project under implementation
ii. 2 marks for each completed project
5
G Capacity Building and Change
Management
Note: Please provide work order
for all the stated projects and
project completion certificates for
completed projects
The Bidder should have experience in at least one capacity building (Training
Government Personnel) and change management project (worth of at least Rs.
50 Lakhs or above) for any Central/ State/ UT Government/ PSUs in India in
the last 5 years. The points shall be awarded on the following basis:-
i. 1 mark for each project under implementation
ii. 2 marks for each for completed project
5
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 30 of 121
H Financial Strength The Bidder must have an annual turnover of more than Rs. 500 Crores in each
of the last 5 year. The points shall be awarded on the following basis:-
Annual Turnover of
> 1500 Crores each for the past 5 years - 5 Points;
>1000<=1500 Crores each for the past 5 years - 3 Points;
>500<=1000 Crores each for the past 5 years – 2 Points;
5
Total 50
Note:
1. Only those Projects will be considered which have been either allotted OR allotted and completed between 1st April 2008 and
31st March 2013.
2. Bidder shall submit Work Order (for projects under implementation and completed) and Project Completion Certificate (for
completed projects) issued by client only.
3. One project can be considered for evaluation under multiple criteria, wherever applicable.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 31 of 121
2.20 Non-material Non-conformities in Bids
a) The purchase committee may waive off any non-conformities in the Bid that do not
constitute a material deviation, reservation or omission, the Bid shall be deemed to
be substantially responsive.
b) The purchase committee may request the bidder to submit the necessary
information or document like audited statement of accounts/ CA Certificate,
Registration Certificate, VAT/ CST clearance certificate, ISO/ CMMi Certificates,
etc. within a reasonable period of time. Failure of the bidder to comply with the
request may result in the rejection of its Bid.
c) The purchase committee may rectify non-material nonconformities or omissions
on the basis of the information or documentation received from the bidder under
(b) above.
2.21 Technical Proposal
a) The technical proposal should include all the mandatory undertakings
b) The technical proposal should address all the areas/ sections as specified by the
RFP and should contain a detailed description of how the bidder will provide the
required services outlined in this RFP. It should articulate in detail, as to how the
bidder‟s Technical Solution meets the requirements specified in the RFP Volume I.
The technical proposal must not contain any pricing information. If the
technical proposal contains any commercial information, the proposal is liable to
be rejected. In submitting additional information, please mark it as
“supplementary” to the required response. If the bidder wishes to propose
additional services (or enhanced levels of services) beyond the scope of this RFP,
the proposal must include a description of such services as a separate and
distinct attachment to the proposal.
c) The technical proposal must furnish details about previous project experience for
all the criteria in the technical evaluation matrix in the format provided in the RFP
d) The Technical Proposal should be structured under the following minimum heads
i. Overview of the proposed solution that meets the requirements specified in
the RFP
ii. Overall proposed Solution, technology, and deployment architecture
iii. Security architecture
iv. Integration and Interfacing Architecture
v. Network architecture
vi. Details of the Solution as per the format provided in the RFP
vii. Bill of material of all the components (i.e. software, hardware, etc.) as per the
formats provided in the RFP.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 32 of 121
viii. Approach & methodology for project development and implementation
including the project plan
ix. Overall Governance Structure and Escalation Mechanism
x. Project team structure, size, capability and deployment plan (Total
Staffing plan including numbers)
xi. Training and Communication Strategy for key stakeholders of the project
xii. Key Deliverables (along with example deliverables, where possible)
xiii. Project Management, reporting and review methodology
xiv. Strategy for conducting Operations & Maintenance
xv. Risk Management approach and plan
xvi. Certification from the OEMs on the Infrastructure proposed by bidder
xvii. Bidder‟s experience in all the project related areas as highlighted in Bid
evaluation criteria
xviii. Data Migration/ Digitization,
xix. Change Management / Capacity Building
xx. Exit Management
e) Comprehensive Project Plan along with manpower deployment plan and resources
to be dedicated to the project.
f) The technical proposal shall also contain bidder‟s plan to address the key
challenges anticipated during the execution of the project.
g) Rajasthan Police is also open to any suggestions that the bidder may want to render
with respect to the approach adopted for the assignment in the light of their
expertise or experience from similar assignments. However, this should not lead
to the submission date being missed or extended.
2.22 Tabulation of Technical Bids
a) If Technical Bids have been invited, they shall be tabulated by the purchase
committee in the form of a comparative statement to evaluate the qualification of
the bidders against the criteria for qualification set out in the bidding document.
b) The members of purchase committee shall give their recommendations below the
table as to which of the bidders have been found to be qualified in evaluation of
Technical Bids and sign it.
c) The number of firms qualified in technical evaluation, if less than three and it is
considered necessary by the Rajasthan Police to continue with the procurement
process, reasons shall be recorded in writing and included in the record of the
procurement proceedings.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 33 of 121
d) The bidders who qualified in the technical evaluation shall be informed in writing
about the date, time and place of opening of their commercial Bids.
2.23 Evaluation & Tabulation of Commercial Bids
The Rajasthan Police shall take following actions for evaluation of commercial Bids:-
a) for two part Bid system, the commercial Bids (as per Format 4.3.2 & BoQ) of the
bidders who qualified in technical evaluation shall be opened online at the notified
time, date and place by the purchase committee in the presence of the bidders or
their representatives who choose to be present.
b) the process of opening of the commercial Bids shall be similar to that of technical
Bids.
c) the names of the bidders, the rates given by them and conditions put, if any, shall
be read out and recorded;
d) conditional Bids are liable to be rejected;
e) the evaluation shall include all costs and all taxes and duties applicable to the
bidder as per law of the Central/ State Government/ Local Authorities, and the
evaluation criteria specified in the bidding documents shall only be applied.
i. For Quality and Cost based Selection (QCBS), the following formula will be
used for the evaluation of the bids.
The scores will be calculated as:
Bb = 0.3*Tb + (0.7)*(Cmin/Cb * 100)
Where
Bb = Overall score of bidder under consideration (calculated up to two
decimal points)
Tb = Technical score for the bidder under consideration
Cb = Commercial bid for the bidder under consideration
Cmin = Lowest Commercial Bid among the financial proposals under
consideration
f) Bidder will have to ensure that cost of O&M phase should be equal to or greater
than 20% of the total project cost. All bids in which O&M cost is less than 20% of
overall Project cost are liable to be rejected.
g) The bidder achieving the highest overall score may be invited for negotiations (as
per Clause 2.27)for awarding the contract. In case of a tie where two or more
bidders achieve the same highest overall score, the bidder with the higher technical
score will be invited first for negotiations for awarding the contract.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 34 of 121
h) The purchase committee will prepare a comparative statement in tabular form in
accordance with rules along with its report on evaluation of commercial Bids and
recommend the highest score Bid to Rajasthan Police;
i) It shall be ensured that the offer recommended for sanction is justifiable looking to
the prevailing market rates of the goods, works or service required to be procured.
2.24 Correction of Arithmetic Errors in Commercial Bids
The purchase committee shall correct arithmetical errors in substantially responsive
Bids, on the following basis, namely: -
a) if there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected, unless in the opinion of the purchase committee there is an
obvious misplacement of the decimal point in the unit price, in which case the total
price as quoted shall govern and the unit price shall be corrected;
b) if there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to clause (a) and (b) above.
2.25 Comparison of rates of firms outside and those in Rajasthan
While tabulating the commercial Bids of those firms which are not entitled to price
preference, the element of Rajasthan Value Added Tax (RVAT) shall be excluded from
the rates quoted by the firms of Rajasthan and the element of Central Sales Tax (CST)
shall be included in the rates of firms from outside Rajasthan for commercial bid
evaluation purpose.
2.26 Price and purchase preference in evaluation
Price and purchase preference notified by the State Government (GoR) and as
mentioned in the bidding document shall be considered in the evaluation of Bids and
award of contract.
2.27 Negotiations with Bidder
a) Except in case of procurement by method of single source procurement or
procurement by competitive negotiations, to the extent possible, no negotiations
shall be conducted after the pre-bid stage. All clarifications needed to be sought
shall be sought in the pre-bid stage itself.
b) Negotiations may, be undertaken only, when the rates are considered to be much
higher than the prevailing market rates.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 35 of 121
c) The purchase committee have full powers to undertake negotiations. Detailed
reasons and results of negotiations shall be recorded in the proceedings.
d) The highest overall score bidder will be informed in writing either through
registered letter and e-mail (if available). A minimum time of seven days will be
given for negotiations. In case of urgency the purchase committee, after recording
reasons, may reduce the time, provided the highest overall score bidder has
received the intimation and consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The
purchase committee shall have option to consider the original offer in case the
bidder decides to increase rates originally quoted or imposes any new terms or
conditions.
f) In case of non-satisfactory achievement of rates from the highest overall score
bidder, purchase committee may choose to make a written counter offer to the
highest overall score bidder and if this is not accepted by bidder , then the
committee may decide to reject and re-invite Bids or to make the same counter-
offer first to the second highest overall score bidder, and so on . This procedure
would be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids
may - be invited.
2.28 Exclusion of Bids and Disqualification
a) Rajasthan Police shall exclude and disqualify a Bid, if: -
i. the information submitted, concerning the qualifications of the bidder, was
false or constituted a misrepresentation; or
ii. the information submitted, concerning the qualifications of the bidder, was
materially inaccurate or incomplete; and
iii. the bidder is not qualified as per pre-qualification criteria mentioned in the
bidding document;
iv. the Bid materially deviates from the requirements specified in the bidding
document or it contains false information;
v. the bidder while submitting the Bid or his agent or any one acting on his
behalf, gave or agreed to give, to any officer or employee of the Rajasthan
Police or other governmental authority a gratification in any form, or any
other thing of value, so as to unduly influence the procurement process;
vi. a bidder, in the opinion of the Rajasthan Police, has a conflict of interest
materially affecting fair competition.
b) Bid shall be excluded and disqualified as soon as the cause for its exclusion and
disqualification is discovered.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 36 of 121
2.29 Lack of competition
a) Situation may arise where, if after evaluation of Bids, the purchase committee may
end-up with one responsive Bid only. In such situation, the purchase committee
would check as to whether while floating the NIB all necessary requirements to
encourage competition like standard bid conditions, industry friendly
specifications, wide publicity, sufficient time for formulation of Bids, etc. were
fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid
process shall be considered valid even if there is one responsive Bid, provided that:
i. the Bid is technically qualified;
ii. the price quoted by the bidder is assessed to be reasonable;
iii. the Bid is unconditional and complete in all respects;
iv. there are no obvious indicators of cartelization amongst bidders; and
v. the bidder is qualified as per the provisions of pre-qualification criteria in the
bidding document
b) The purchase committee shall prepare a justification note for approval by the
Empowered committee of the Rajasthan Police, with the concurrence of the
accounts member.
c) In case of dissent by any member of purchase committee, the Empowered
committee shall decide as to whether to sanction the single Bid or re-invite Bids
after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out
for estimation of market depth, eligibility criteria and cost estimate.
2.30 Acceptance of the successful Bid and award of contract
a) The Rajasthan Police after considering the recommendations of the purchase
committee and the conditions of Bid, if any, commercial implications, trials,
sample testing and test reports, etc., shall accept or reject the successful Bid. If any
member of the purchase committee has disagreed or given its note of dissent, the
matter shall be referred to the Empowered committee, for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time
period allowed to Rajasthan Police for taking decision. If the decision is not taken
within the original validity period or time limit allowed for taking decision, then
the matter may be referred to the Empowered Committee for decision.
c) The Bid submitted by bidder shall be treated as successful only after the purchase
committee ensures that it is in compliance with the terms and condition mentioned
in this bidding document.
d) Rajasthan Police may award the contract to the bidder whose offer has been
determined to be the highest score in accordance with the evaluation criteria set
out in the bidding document.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 37 of 121
e) Prior to the expiration of the period of bid validity, the Rajasthan Police shall
inform the successful bidder, in writing, that its Bid has been accepted.
f) As soon as a Bid is accepted by the Rajasthan Police, a written intimation will be
sent to the concerned bidder by registered post or email. Bidder shall sign the
contract within 15 days of issue of LoI. Bidder will have to submit a PBG of value as
defined in RFP
g) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile
a Letter of Intent (LOI) may be sent to the bidder. The acceptance of an offer is
complete as soon as the letter of acceptance or letter of intent is sent by email to the
email id of the bidder given in the bidding document. Until a formal contract is
executed, the letter of acceptance or LOI shall constitute a binding contract.
h) The bid security of the bidders whose Bids could not be accepted shall be refunded
soon after the contract with the successful bidder is signed and its performance
security is obtained.
2.31 Information and publication of award
Information of award of contract shall be communicated to all participating bidders and
published on the respective website(s) as specified in NIB.
2.32 Rajasthan Police’s right to accept or reject any or all Bids
The Rajasthan Police reserves the right to accept or reject any Bid, and to annul (cancel)
the bidding process and reject all Bids at any time prior to award of contract, without
thereby incurring any liability to the bidders.
2.33 Advance Bank Guarantee
Advance Bank Guarantee equalling to the 5% of the cost of implementation (against the
advance of equal amount given by Rajasthan Police) would be furnished by the bidder as
per the format provided in this RFP from scheduled bank. Details of the bank are to be
furnished in the commercial offer. The Advance Bank Guarantee (ABG) should be
furnished at the time of signing of the contract and should be valid for 2 year from the
date of signing of the contract. The bidder will have to extend the validity of ABG if
required at the discretion of Rajasthan Police. The bidder would submit the appropriate
supporting documents for the utilization of advance amount within 15 days from the last
day of the fund utilization. The applicable interest rate of 18%, if the advance amount is
not utilized during initial 6 months, shall be charged and adjusted against the due
payment of the bidder. The amount given against the ABG will be adjusted during the
payment due at the time of Project Go-Live.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 38 of 121
2.34 Performance Security Deposit (PSD)
a) Prior to execution of agreement, Performance security shall be obtained from the
successful bidder.
b) The amount of performance security shall be 10% of the amount of supply order /
work order .
c) Performance security shall be furnished in any one of the following forms: -
i. deposited through eGRAS;
ii. Bank Draft or Banker's Cheque of a scheduled bank;
iii. National Savings Certificates and any other script/ instrument under
National Savings Schemes for promotion of small savings issued by a Post
Office in Rajasthan, if the same can be pledged under the relevant rules. They
shall be accepted at their surrender value at the time of bid and formally
transferred in the name of Rajasthan Police with the approval of Head Post
Master;
iv. Bank Guarantee/s of a scheduled bank (Refer Format 4.9): It shall be verified
from the issuing bank. Other conditions regarding Bank Guarantee shall be
same as mentioned in the bidding document for bid security;
v. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of
Rajasthan Police on account of bidder and discharged by the bidder in
advance. The Rajasthan Police shall ensure before accepting the FDR that the
bidder furnishes an undertaking from the bank to make payment/ premature
payment of the FDR on demand to the Rajasthan Police without requirement
of consent of the bidder concerned. In the event of forfeiture of the
performance security, the Fixed Deposit shall be forfeited along with interest
earned on such Fixed Deposit
d) Performance security furnished in the form specified in clause [ii.] to [v.] of (c)
above shall remain valid for a period of 60 days beyond the date of completion of
all contractual obligations of the bidder, including warranty obligations and
maintenance and defect liability period.
e) Forfeiture of Performance Security Deposit: Security amount in full or part may be
forfeited, including interest, if any, in the following cases:-
i. when any terms and condition of the contract is breached.
ii. when the bidder fails to make complete supply satisfactorily.
iii. if the bidder breaches any provision of code of integrity, prescribed for
bidders, specified in the bidding document.
f) Notice will be given to the bidder with reasonable time before PSD deposited is
forfeited.
g) No interest shall be payable on the PSD.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 39 of 121
2.35 Execution of Contract
a) A procurement contract shall come into force from the date of issue of the letter of
acceptance or letter of intent.
b) The successful bidder shall sign the procurement contract within 15 days from the
date issue of letter of acceptance or letter of intent.
c) If the bidder, whose Bid has been accepted, fails to sign contract and/or fails to
furnish the required performance security within specified period, the Rajasthan
Police shall take action against the successful bidder as per the provisions of the
bidding document and RTPP Act, 2012 & RTPP Rules, 2013. The Rajasthan Police
may, in such case, cancel the procurement process or if it deems fit, offer for
acceptance the rates of the next highest overall score bidder, in accordance with the
criteria and procedures set out in the bidding document.
d) The bidder will be required to execute the agreement on a non-judicial stamp paper
as applicable at its own cost and to be purchased from Rajasthan only.
2.36 Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the
provisions of any other law for the time being in force providing for disclosure of
information, bidder shall not disclose any information if such disclosure, in its
opinion, is likely to: -
i. impede enforcement of any law;
ii. affect the security or strategic interests of India;
iii. affect the intellectual property rights or legitimate commercial interests of
Rajasthan Police;
b) The bidder shall treat all communications with Rajasthan Police related to the
procurement process in such manner as to avoid their disclosure to competing
bidders or to any other person not authorized to have access to such information.
c) The Rajasthan Police may impose on bidders and sub-contractors, if there are any
for fulfilling the terms of the procurement contract, conditions aimed at protecting
information, the disclosure of which violates (a) above.
d) In addition to the restrictions specified above, the Rajasthan Police, while
procuring a subject matter of such nature which requires the Rajasthan Police to
maintain confidentiality, may impose condition for protecting confidentiality of
such information.
2.37 Cancellation of procurement process
a) If this procurement process has been cancelled, it shall not be reopened but it shall
not prevent the Rajasthan Police from initiating a new procurement process for the
same subject matter of procurement, if required.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 40 of 121
b) A Rajasthan Police may, for reasons to be recorded in writing, cancel the process of
procurement initiated by it -
i. at any time prior to the acceptance of the successful Bid; or
ii. after the successful Bid is accepted in accordance with (d) and (e) below.
c) The Rajasthan Police shall not open any bids or proposals after taking a decision to
cancel the procurement and shall return such unopened bids or proposals.
d) The decision of the Rajasthan Police to cancel the procurement and reasons for
such decision may communicated to bidders that participated in the procurement
process.
e) If a bidder/ organization is convicted of any offence under the any Act, the
Rajasthan Police may: -
i. cancel the relevant procurement process if the Bid of the convicted bidder has
been declared as successful but no procurement contract has been entered
into;
ii. cancel the relevant contract or forfeit the payment of all or a part of the
contract value if the procurement contract has been entered into between the
Rajasthan Police and the convicted bidder.
2.38 Code of Integrity for Bidders
a) No person participating in a procurement process shall act in contravention of the
code of integrity prescribed by the State Government.
b) The code of integrity include provisions for: -
i. prohibiting
1. any offer, solicitation or acceptance of any bribe, reward or gift or any
material benefit, either directly or indirectly, in exchange for an unfair
advantage in the procurement process or to otherwise influence the
procurement process;
2. any omission, including a misrepresentation that mislead or attempts to
mislead so as to obtain a commercial or other benefit or avoid an
obligation;
3. any collusion, bid rigging or anti-competitive behavior to impair the
transparency, fairness and progress of the procurement process;
4. improper use of information shared between the Rajasthan Police and the
bidders with an intent to gain unfair advantage in the procurement
process or for personal gain;
5. any commercial or business transactions between the bidder and any
officer or employee of the Rajasthan Police;
6. any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence the
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 41 of 121
procurement process; any obstruction of any investigation or audit of a
procurement process;
ii. disclosure of conflict of interest;
iii. disclosure by the bidder of any previous transgressions with any entity in
India or any other country during the last three years or of any debarment by
any other procuring entity.
c) Without prejudice to the provisions below, in case of any breach of the code of
integrity by a bidder or prospective bidder, as the case may be, the Rajasthan
Police may take appropriate measures including: -
i. exclusion of the bidder from the procurement process;
ii. calling-off of pre-contract negotiations and forfeiture or encashment of bid
security;
iii. forfeiture or encashment of any other security or bond relating to the
procurement;
iv. recovery of payments made by the Rajasthan Police along with interest
thereon at bank rate;
v. cancellation of the relevant contract and recovery of compensation for loss
incurred by the Rajasthan Police;
vi. Debarment of the bidder from participation in future procurements of the
Rajasthan Police for a period not exceeding three years.
2.39 Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of commercial bids;
b) withdraws from the procurement process after being declared the successful
bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security or any other document or security required in
terms of the bidding documents after being declared the successful bidder,
without valid grounds,
shall, in addition to the recourse available in the bidding document or the
contract, be punished with fine which may extend to fifty lakh rupees or ten per cent
of the assessed value of procurement, whichever is less.
2.40 Appeals
a) The appeals for grievance redressal during procurement process of service and
goods shall be filed under 'The Rajasthan Transparency Public Procurement Act
2012 and RTPP Rules, 2013.
b) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective
bidder is aggrieved that any decision, action or omission of the Rajasthan
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 42 of 121
Police is in contravention to the provisions of the Act or the rules or guidelines
issued there under, he may file an appeal to such officer of the Rajasthan Police, as
may be designated by it for the purpose, within a period of 10 days from the date of
such decision or action, omission, as the case may be, clearly giving the specific
ground or grounds on which he feels aggrieved:
i. Provided that after the declaration of a bidder as successful in terms of
“Award of Contract”, the appeal may be filed only by a bidder who has
participated in procurement proceedings.
ii. Provided further that in case a Rajasthan Police evaluates the technical Bid
before the opening of the commercial Bid, an appeal related to the matter of
commercial Bid may be filed only by a bidder whose technical Bid is found to
be acceptable.
c) The officer to whom an appeal is filed under (a) above shall deal with the appeal as
expeditiously as possible and shall endeavor to dispose it of within 30 days from
the date of filing of the appeal.
d) If the officer designated under (a) above fails to dispose of the appeal filed under
that sub-section within the period specified in (c) above, or if the bidder or
prospective bidder or the Rajasthan Police is aggrieved by the order passed, the
bidder or prospective bidder or the Rajasthan Police, as the case may be, may file a
second appeal to an officer or authority designated by the State Government in this
behalf within 15 days from the expiry of the period specified in (c) above or of the
date of receipt of the order passed under (b) above, as the case may be.
e) The officer or authority to which an appeal is filed under (d) above shall deal with
the appeal as expeditiously as possible and shall endeavor to dispose it of within 30
days from the date of filing of the appeal:
f) The officer or authority to which an appeal may be filed under (a) or (d) above shall
be :
First Appellate Authority: DGP, Rajasthan Police
Second Appellate Authority: ACS (Home), Government of Rajasthan
g) Form of Appeal:
i. Every appeal under (a) and (d) above shall be as per Format-4.10 along with
as many copies as there are respondents in the appeal.
ii. Every appeal shall be accompanied by an order appealed against, if any,
affidavit verifying the facts stated in the appeal and proof of payment of fee.
iii. Every appeal may be presented to First Appellate Authority or Second
Appellate Authority, as the case may be, in person or through registered post
or authorized representative.
h) Fee for Appeal: Fee for filing appeal:
i. Fee for first appeal shall be rupees two thousand five hundred and for second
appeal shall be rupees ten thousand, which shall be non-refundable.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 43 of 121
ii. The fee shall be paid in the form of bank demand draft or banker‟s cheque of
a Scheduled Bank payable in the name of Appellate Authority concerned.
i) Procedure for disposal of appeal:
i. The First Appellate Authority or Second Appellate Authority, as the case may
be, upon filing of appeal, shall issue notice accompanied by copy of appeal,
affidavit and documents, if any, to the respondents and fix date of hearing.
ii. On the date fixed for hearing, the First Appellate Authority or Second
Appellate Authority, as the case may be, shall,-
1. hear all the parties to appeal present before him; and
2. peruse or inspect documents, relevant records or copies thereof relating to
the matter.
iii. After hearing the parties, perusal or inspection of documents and relevant
records or copies thereof relating to the matter, the Appellate Authority
concerned shall pass an order in writing and provide the copy of order to the
parties to appeal free of cost.
iv. The order passed under (c) shall also be placed on the State Public
Procurement Portal.
j) No information which would impair the protection of essential security interests of
India, or impede the enforcement of law or fair competition, or prejudice the
legitimate commercial interests of the bidder or the Rajasthan Police, shall be
disclosed in a proceeding under an appeal.
2.41 Stay of procurement proceedings
While hearing of an appeal, the officer or authority hearing the appeal may, on an
application made in this behalf and after affording a reasonable opportunity of hearing
to the parties concerned, stay the procurement proceedings pending disposal of the
appeal, if he is satisfied that failure to do so is likely to lead to miscarriage of justice.
2.42 Vexatious Appeals & Complaints
Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint
under the “The Rajasthan Transparency Public Procurement Act 2012” and RTPP Rules
2013, with the intention of delaying or defeating any procurement or causing loss to
Rajasthan Police or any other bidder, shall be punished with fine which may extend to
twenty lakh rupees or five per cent of the value of procurement, whichever is less.
2.43 Offenses by Firms/ Companies
1. Where an offence under “The Rajasthan Transparency Public Procurement Act
2012”, RTPP Rules, 2013 has been committed by a company, every person who at
the time the offence was committed was in charge of and was responsible to the
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 44 of 121
company for the conduct of the business of the company, as well as the company,
shall be deemed to be guilty of having committed the offence and shall be liable to
be proceeded against and punished accordingly:
2. Provided that nothing contained in this sub-section shall render any such person
liable for any punishment if he proves that the offence was committed without his
knowledge or that he had exercised all due diligence to prevent the commission of
such offence.
3. Notwithstanding anything contained in (a) above, where an offence under this Act
has been committed by a company and it is proved that the offence has been
committed with the consent or connivance of or is attributable to any neglect on
the part of any director, manager, secretary or other officer of the company, such
director, manager, secretary or other officer shall also be deemed to be guilty of
having committed such offence and shall be liable to be proceeded against and
punished accordingly.
4. For the purpose of this section-
i. "company" means a body corporate and includes a limited liability
partnership, firm, registered society or co- operative society, trust or other
association of individuals; and
ii. "director" in relation to a limited liability partnership or firm, means a
partner in the firm.
e) Abetment of certain offenses: Whoever abets an offence punishable under this Act,
whether or not that offence is committed in consequence of that abetment, shall be
punished with the punishment provided for the offence.
2.44 Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of an
offence
i. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988);
or
ii. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other
law for the time being in force, for causing any loss of life or property or
causing a threat to public health as part of execution of a public
procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a
procurement process of Rajasthan Police for a period not exceeding three years
commencing from the date on which he was debarred.
c) If Rajasthan Police finds that a bidder has breached the code of integrity prescribed
in terms of “Code of Integrity for bidders” above, it may debar the bidder for a
period not exceeding three years.
d) Where the entire bid security or the entire performance security or any substitute
thereof, as the case may be, of a bidder has been forfeited by the Rajasthan Police
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 45 of 121
in respect of any procurement process or procurement contract, the bidder may be
debarred from participating in any procurement process undertaken by the
Rajasthan Police for a period not exceeding three years.
e) Rajasthan Police, shall not debar a bidder under this section unless such bidder has
been given a reasonable opportunity of being heard.
2.45 Monitoring of Contract
a) Rajasthan Police with the assistance of SPMU may monitor the progress of the
contract during its delivery period.
b) During the delivery period the Rajasthan Police with the assistance of SPMU shall
keep a watch on the progress of the contract and shall ensure that quantity of goods
and service delivery is in proportion to the total delivery period given, if it is a
severable contract, in which the delivery of the goods and service is to be obtained
continuously or is batched. If the entire quantity of goods and service is to be
delivered in the form of completed work or entire contract like fabrication work,
the process of completion of work may be watched and inspections of the selected
bidder‟s premises where the work is being completed may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be
given to the selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the
successful bidder in writing to the Rajasthan Police and such change shall not
relieve any former member of the firm, etc., from any liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in
respect of the contract unless he/ they agree to abide by all its terms, conditions
and deposits with Rajasthan Police through a written agreement to this effect. The
bidder‟s receipt for acknowledgement or that of any partners subsequently
accepted as above shall bind all of them and will be sufficient discharge for any of
the purpose of the contract.
2.46 Risk and Purchase
Rajasthan Police will be entitled to purchase elsewhere at the cost and risk of the vendor,
either the whole or part of the O&M services which the vendor has failed to deliver
within the stipulated time and/or to the satisfaction of Rajasthan Police. The selected
bidder shall be liable for any loss that Rajasthan Police may sustain by reason of such
risk purchases. Rajasthan Police reserves the right to cancel the contract , if performance
with respect to quality and delivery is unsatisfactory; and Rajasthan Police shall have the
right to enter into contract with other vendors against such cancellation of contract
against risk purchase clause. The conditions of the contract provide for effecting
purchase at the risk and cost of the contractor in the event of their failure in making
supply of the stores within the stipulated delivery period/extended delivery period.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 46 of 121
Payment Terms and
Schedule
3
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 47 of 121
3 IMPLEMENTATION PLAN, PAYMENT TERMS AND SCHEDULE
3.1 IMPLEMENTATION AND ROLL OUT PLAN
CCTNS Rajasthan will be rolled out in single phase over a period of 2 years. The
implementation phase is further sub-divided in to five parts as activity wise:-
a) Site Preparation
b) Hardware delivery and commissioning
c) Capacity Building and Change management
d) Data digitization and migration
e) CAS customization ( may go beyond two years)
SI shall prepare a detailed roll-out plan for each of the Districts and get the same
approved by the Rajasthan Police. SI is also responsible for conducting workshops for
the key officers (State Mission Team, District Mission Team, and District Core Team) of
the Districts / State for presenting the District-Wise roll-out plan and get the approval
from the District Teams before getting the final approval of the State Mission Team. The
SI shall also provide the necessary assistance for the key officers (State Mission Team,
District Mission Team, and District Core Team) of the Districts / State during the design
and implementation of CCTNS in the State.
List of Deliverables Time Lines
(In weeks)
Signing of Contract T
Deployment of onsite Project Manager and critical vertical leads
(Networking, Infrastructure, CAS customization, Capacity Building &
Data Digitization)
T
Detailed project plan and project Kick off report
Capacity Building and Change Management Plan
Manpower Deployment Plan
Risk Management and Mitigation Plan
T+3
Deployment of On-site development team of 3 members, as per the
requirement for CAS customization (Agile)- Setting up of development
environment
T+3
Data Center & Data Recovery Site survey & deployment strategy report T+5
Study of existing Learning Management System (LMS) application
available with Rajasthan Police and propose enhancements
T+6
Site survey report of (38) Pilot and client locations T+6
Data digitization and migration plan T+6
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 48 of 121
List of Deliverables Time Lines
(In weeks)
DC, DR, (38) Pilot and other Client locations infrastructure deployment
plan and finalized BoM
T+6
Possession of Existing DC infrastructure and deployment at CAS build
(version) available at that time.
T+6
Project Management Tool installation report T+7
Initiation of :
Preparation of training curriculum and training material
Proposed enhancements in LMS application
Development of Computer Based tutorials (CBTs)
T+8
Orientation to Change Management & Introduction to CCTNS Training
(Higher Officials) Completion report
T+8
Upload of Finalized detailed Project Plan on Project Management tool T+8
Develop at least one CBT as PoC for FIR registration module in CAS T+8
Initiation of :
Role based training program
Change Management & Introduction to CCTNS Training (Junior &
Middle level)
Core team training (Project Management, Document Management
System/ Reporting)
T+8
Deploy enhanced version of LMS after due improvements &
modifications to the satisfaction of Rajasthan Police
T+10
Project Management training Completion Report T+10
Copy of PO for hardware/ software at DC, DR, 38 locations (Pilot) &
Client locations
T+12
POC report (for 4 locations) and revised plan for Data Digitization &
Migration
T+12
Site Preparation Completion Report T+16
Change Management Training (Junior and Middle level) Completion
report
T+18
DC & DR replication plan T +22
Role based Training (Higher Officials) Completion report T+24
Train the Trainer (Role based) training Completion Report T+24
UAT & Commissioning of DC, NOC & Help desk T+ 24
UAT & Commissioning of DR T+25
UAT & Commissioning of Client Infrastructure T+ 32
Hand Holding deployment plan T+32
Third party audit and certification of report of DC & DR & Client T + 32
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 49 of 121
List of Deliverables Time Lines
(In weeks)
location commissioning and acceptance
Go-Live of DC,DR and Client locations T + 32
Specialized training on system administration and troubleshooting
Completion Report
T+38
Role based training (Middle & Junior Officials) Completion report
1. Completion of 50% of total Role Based Training in T+35
2. Completion of 75% of total Role Based Training in T+53
3. Completion of 100% of total Role Based Training in T+70
T+70
Completion of data digitization and migration
1. Completion of 50% of total data digitization and migration and
validation in T+43
2. Completion of 75 % of total data digitization and migration and
validation in T+ 66
3. Completion of 100 % of total data digitization and migration
and validation in T+ 86
T + 86
Final validation and acceptance of all digitized data by Rajasthan Police T + 94
Migration of digitized data to production environment T+ 98
Knowledge transfer plan T + 100
Go-Live of Project (includes but not limited to)
1. Commissioning of DC & DR
2. Commissioning of Hardware at Client Locations
3. Completion of all training modules
4. Completion of Data Digitization & Migration
5. Completion of CAS customization as per approved ADC during
implementation phase
6. Third Party Audit & Acceptance
T+ 104
CAS Customization, Configuration and Deployment
As per approved Agile development cycle by Rajasthan Police during
implementation phase(though customization may continue even after
Go-Live of the project
T + 100
Operations & Maintenance Phase
Monthly Progress Report on Project including SLA Monitoring
Report and Exception Report
Details on all the issues logged
O & M for 3 years
after Go-Live of
Project
Notes:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 50 of 121
1. These timelines are subject to change in case of situations beyond control of SI or
Rajasthan Police.
2. The above deliverables in the form of reports or documents shall be reviewed within
15 days of submission, subject to SI's incorporation of comments or suggestions given
by Rajasthan Police.
3. In case any deliverables are not upto the mark and is rejected by the purchaser, the
submission date will be considered as appropriate deliverable submitted on next date
and LD shall be imposed as per contract.
3.2 Payment Schedules and Milestones
3.2.1 Payment Schedule
The payment schedule and milestones are divided into two phases:
a) Implementation Phase
b) Operations and Maintenance Phase
a) Implementation Phase
The payment schedule for implementation phase is divided in 3 sections below.
S. No Payment Head Payment Terms (Milestones)
I) Advance Payment
1. Advance Payment 5 % of the Implementation Cost against
the ABG
II) CAS Customization
1. Customization of CAS
80% of Man Month cost on the
completion of Agile development as
approved for particular ADC in a
particular quarter
20% after successful execution for 2
months
III) Project Implementation
1. a) Orientation to Change
Management and
Introduction to CCTNS
(Higher Officials)
b) Project Management,
Document Management
System/ Reporting
100% payment to be made on successful
completion of each training module.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 51 of 121
S. No Payment Head Payment Terms (Milestones)
c) Train the Trainer (Role
based)
d) Role Based training and
Management Information
System (Higher officials)
e) Specialized training on
system administration and
troubleshooting
2. Data Centre 30% payment on delivery of DC
equipments.
30% payment on Commissioning of DC
20% payment to be paid on Go-live of
project
20% payment would be paid in 12 equated
Quarterly Guaranteed Revenue (QGRs)
during O&M phase
3. Disaster Recovery Site 30% payment on Delivery of Equipments
at DR site.
30% payment on Commissioning of DR
site.
20% payment to be paid on Go-live of
project
20% payment would be paid in 12 equated
Quarterly Guaranteed Revenue (QGRs)
during O&M phase
Successful bidder to provide undertaking
stating that any movement of
installed/commissioned hardware (if
required) shall be done at no additional cost
to Rajasthan Police.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 52 of 121
S. No Payment Head Payment Terms (Milestones)
4. Site Preparation (Including
Electrical fittings, Earthing,
LAN cabling, Furniture etc)
80% Payment to be made on pro-rata
basis for the number of Sites prepared,
and audited by the Rajasthan
Police/SPMU/Any other agency specified
by Rajasthan Police, for the district(s)
completed in a particular quarter
20% payment would be paid in 12
equated Quarterly Guaranteed Revenue
(QGRs) during O&M phase
5. Hardware for PS & HO ( as
specified in BoM of Volume-I of
this RFP)
30% payment - on pro-rata basis on the
equipments delivered at all locations in
the district (s); in a particular quarter.
30% payment - on pro-rata basis on the
equipments commissioned with offline
CAS application at all locations in the
district (s); in a particular quarter
20% payment will be paid on Go-live of
project
20% payment would be paid in 12
equated Quarterly Guaranteed Revenue
(QGRs) during O&M phase
6. a) Change Management and
Introduction to CCTNS
(Middle & Junior Officials)
a) Role Based Training and
Basic ICT (Middle & Junior
Officials)
80% payment – on pro-rata basis for the
training which have been successfully
completed; in the district(s) in a
particular quarter. Minimum 90%
trainees need to pass in each of the
training session; if less than 90% trainees
pass then, training needs to be imparted
again for those who have not passed the
examination.
20% payment will be paid on Go-live of
project
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 53 of 121
S. No Payment Head Payment Terms (Milestones)
7. Third Party Audit 50% payment after Go- Live of DC,DR
and Client Locations
10% payment on Go-Live of the project
40% payment would be paid in 12
equated Quarterly Guaranteed Revenue
(QGRs) during O&M phase
8. Data Digitization and Data
Migration
60% payment on pro rata basis on
completion of Data Digitization and Data
Migration at all locations in the
district(s); in a particular quarter
20% payment on final validation and
acceptance of all digitized data by
Rajasthan Police
20% payment on Go-Live of project
9. Handholding Support Handholding support will start to assist
the police station once the client
hardware is commissioned and CAS usage
commences. 100% payment would be
paid in Quarterly Guaranteed Revenue
(QGRs) based on the attendance sheet.
Note:
i. All payments to be made on pro-rata basis and on Go-Live basis (as
mentioned above in the table), shall be made quarterly. A "Quarter" is defined
as a financial year quarter i.e. April-June, July-September and so on.
ii. All payments to the successful bidder shall be made upon submission of
invoices along with relevant approvals from Rajasthan Police. Successful
bidder shall submit an undertaking along with the product invoice that all
products supplied are brand new, original and without any encumbrance.
iii. Successful bidder shall submit a certificate by the 7th of every month certifying
that all payments due in the previous month have been made to their
suppliers.
iv. Rajasthan Police shall have the authority to ask successful bidder to submit
no-dues certificate from suppliers of Hardware, Software and services, at any
stage during the project period.
Formatted: No underline, Font color: Auto,
Superscript
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 54 of 121
b) Operations and Maintenance Phase
The Operations and maintenance phase will start as soon as Go-Live of the project is
achieved. The successful bidder is supposed to adhere to the SLA and provide post
implementation support of warranty for a period of 3 years after Go-Live of the project.
The lump sum cost quoted for Operations and Maintenance phase will be divided into 12
equated Quarterly Guaranteed Revenue (QGR) for a period of 3 years from Go-Live of
the project. The payments during the Operations and Maintenance period will be made
at the end of every quarter after the delivery of the services upon satisfactorily adhering
to the SLA's as defined in this RFP.
Whenever the penalty is levied on Successful bidder for failing to meet the
required SLA, the quarterly installment shall be paid and the penalty (if any)
will be adjusted in the subsequent quarterly installment(s)
The payment against the hardware will be made on the basis of the actual
quantity of the items procured. Rajasthan Police will have the right for
reduction / addition in the quantity proposed. Any payments will be done on
the basis of the unit rates quoted by the bidder in the Commercial bid
Note:- 100% payment of paper and toner would be paid in pro-rata basis on material
supplied at locations covered in a particular quarter.
Deleted: ¶
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 55 of 121
Formats
4
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 56 of 121
4 FORMATS
4.1 FORMATS FOR THE PRE-QUALIFICATION RESPONSE
Pre-Qualification Requirements Proposal: Bidders are requested to submit their
responses for the Pre-Qualification Requirements in five (5) parts, clearly labeled
according to the following criteria.
a) Part-I- Details of the Organization
i. Organizational Details
This part must include a general background of the Bidder organization (limited to 400
words) along with other details of the organization as per the format provided below in
this section. Enclose the mandatory supporting documents listed in format provided
below.
Details of the Organization
Name
Nature of the legal status in India
Nature of business in India
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Registered Office in India
Other Relevant Information
Mandatory Supporting Documents:
a) Certificate of Incorporation from Registrar Of Companies (ROC)
b) Relevant sections of Memorandum of Association of the company or filings to the stock
exchanges to indicate the nature of business of the company
Deleted: ¶¶¶
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 57 of 121
ii. Commercial Strength Details
The bidder must also provide the commercial details of the organization (as per format
provided below in this section). Enclose the mandatory supporting documents listed in
format provided below in this section.
Commercial Information
FY 2008-09 FY 2009-10 FY 2010-11 FY 2011-12 FY 2012-13
Revenue (in
INR crores)
Profit Before
Tax (in INR
crores)
Other Relevant Information
Mandatory Supporting Documents:
a) Auditor Certified commercial statements for the Last five commercial years; 2008-09,
2009-10, 2010-2011, 2011-2012 and 2012-13 (Please include only the sections on P&L,
revenue and the assets, not the entire balance sheet.)
iii. Self declaration letter
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
In response to the NIB Ref. No. _____________________________ dated
___________ for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 58 of 121
____________________________________, I hereby declare that presently our
Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial
resources and competence required by the Bidding Document issued by the
Purchaser;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union
and the State Government or any local authority as specified in the Bidding
Document;
c) is having unblemished record and is not declared ineligible for corrupt &
fraudulent practices either indefinitely or for a particular period of time by any
State/ Central government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other
country during the last three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its
affairs administered by a court or a judicial officer, not have its business
activities suspended and is not the subject of legal proceedings for any of the
foregoing reasons;
g) does not have, and directors and officers convicted of any criminal offence
related to their professional conduct or making of false statements or
misrepresentations as to their qualifications to enter into a procurement
contract within a period of three years preceding the commencement of the
procurement process, or have been otherwise disqualified pursuant to
debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document
which materially affects the fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that
may be taken as per the provisions of the applicable Act and Rules thereto prescribed by
GoR, my/ our security may be forfeited in full and our bid, to the extent accepted, may be
cancelled.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 59 of 121
iv. Address of the Office in Rajasthan or alternatively an undertaking
that the same would be established within two months of signing
the contract.
b) Part-II-Relevant IT Project Experience
Bidders must provide details of relevant IT project experience as per the format provided
below in this section. The projects mentioned here should match with the projects
quoted by the Bidder in order to satisfy the qualification requirements. Enclose the
mandatory supporting documents listed in format provided below in this section.
Relevant IT project experience
General Information
Name of the project
Client for which the project was
executed
Name and contact details of the
client
Project Details
Description of the project
Scope of services
Service levels being offered
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the
Bidder
Duration of the project (no. of months,
start date, completion date, current
status)
Other Relevant Information
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 60 of 121
Mandatory Supporting Documents:
a) Letter from the client to indicate the successful completion of the projects
Project Capability Demonstration
Complete details of the scope of the project shall be provided to indicate the relevance
to the pre-qualification criterion (which is part of minimum qualification criteria).
These capabilities may be spread over the five projects (which are part of minimum
qualification criteria) and not essentially in this project alone.
c) Part-III-Relevant e-Governance Project Experience
Bidders must provide details of relevant e-Governance project as per the format
provided below in this section. The projects mentioned here should match with the
projects quoted by the Bidder in order to satisfy the qualification requirements. Enclose
the mandatory supporting documents listed in format provided below in this section.
Relevant e-Governance project experience
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Service levels being offered
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 61 of 121
Relevant e-Governance project experience
Total cost of the services provided by the
Bidder
Place (town, state) where the project was
executed (deployment, operations and
maintenance)
Duration of the project (no. of months,
start date, completion date, current
status)
Other Relevant Information
Mandatory Supporting Documents:
a) Letter from the client to indicate the successful completion of the projects (setting up
software, hardware and network infrastructure and development of the application)
Project Capability Demonstration
Complete details of the scope of the project shall be provided to indicate the relevance
to the pre-qualification criterion (which are part of minimum qualification criteria)
Following are the capabilities essential for the project. These capabilities may be spread
over the 2 projects (which are part of minimum qualification criteria) and not
essentially in this project alone. However, demonstration of these capabilities is
compulsory. Bidders are required to provide information substantiating their
qualification related to the any/ all of the capabilities. The capabilities are:
1. Online Portal Applications using SOA/Web Services with Service
Orchestration – Software Architecture, Design, Development, and
Maintenance:
Should have demonstrated this in multiple large-scale projects
Should have implemented in situations requiring high availability, security and
scalability
Should have demonstrated capabilities to meet and exceed performance levels and
service levels
2. System Integration:
Should have demonstrated ability to deliver turnkey projects successfully from design
through deployment
Should have a demonstrated ability to integrate with legacy systems as well as other
new software systems
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 62 of 121
Relevant e-Governance project experience
Should have demonstrated experience in installation, commissioning and provisioning
of hardware, software, network in Data Centre environments
3. Project and Program Management:
Should have extensive experience in large scale project and program management
Should have experience handling multiple stakeholders and locations
Should have extensive experience in implementing and supporting projects for users in
multiple locations.
4. Commercial Strength:
Should have commercial capability to mobilize resources for large multi-year e-
governance projects
5. Capacity Building and Change Management, Awareness and Promotion:
Should have demonstrated capability in conducting capacity building and change
management programs for government stakeholders
Should have demonstrated capability in conducting promotion and awareness
campaigns for user communities
d) Part-IV-Relevant Software Services Project Experience
Bidders must provide details of relevant Software Services project experience as per the
format provided below in this section. The projects mentioned here should match with
the projects quoted by the Bidder in order to satisfy the qualification requirements.
Enclose the mandatory supporting documents listed in format provided below in this
section.
Relevant IT project experience
General Information
Name of the project
Client for which the project was
executed
Name and contact details of the
client
Project Details
Description of the project
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 63 of 121
Relevant IT project experience
Scope of services
Service levels being offered
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the
Bidder
Duration of the project (no. of months,
start date, completion date, current
status)
Other Relevant Information
Mandatory Supporting Documents:
a) Letter from the client to indicate the successful completion of the projects
Project Capability Demonstration
Complete details of the scope of the project shall be provided to indicate the relevance
to the pre-qualification criterion (which are part of minimum qualification criteria)
e) Part-V- Proof of Certification
Enclose the supporting documents for Assessment and Certification (CMMi Level 5
and ISO 9001:2008, ISO 27001 or above)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 64 of 121
4.2 FORMATS FOR THE TECHNICAL BID RESPONSE (With sign and
company seal)
4.2.1 Undertaking on Patent Rights
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Patent Rights
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/ We as bidder do hereby undertake that none of the deliverables being provided
by us is infringing on any patent or intellectual and industrial property rights as
per the applicable laws of relevant jurisdictions having requisite competence.
2. I/We also confirm that there shall be no infringement of any patent or
intellectual and industrial property rights as per the applicable laws of relevant
jurisdictions having requisite competence, in respect of the equipments, systems
or any part thereof to be supplied by us. I shall indemnify Rajasthan Police,
against all cost/claims/legal claims/liabilities arising from third party claim in
this regard at any time on account of the infringement or unauthorized use of
patent or intellectual and industrial property rights of any such parties, whether
such claims arise in respect of manufacture or use. Without prejudice to the
aforesaid indemnity, the successful bidder shall be responsible for the completion
of the supplies including spares and uninterrupted use of the equipment and/or
system or any part thereof to Rajasthan Police, and persons authorized by
Rajasthan Police, irrespective of the fact of claims of infringement of any or all
the rights mentioned above.
3. If it is found that it does infringe on patent rights, I absolve Rajasthan Police, of
any legal action.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 65 of 121
4.2.2 Undertaking on Conflict of Interest
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Conflict of Interest
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
I/ We as bidder do hereby undertake that there is, absence of, actual or potential conflict
of interest on the part of the bidder or any prospective subcontractor due to prior,
current, or proposed contracts, engagements, or affiliations with Rajasthan Police.
I/We also confirm that there are no potential elements (time frame for service delivery,
resource, commercial or other) that would adversely impact the ability of the bidder to
complete the requirements as given in the RFP.
I/We undertake and agree to indemnify and hold Rajasthan Police, harmless against all
claims, losses, damages, costs, expenses, proceeding fees of legal advisors (on a
reimbursement basis) and fees of other professionals incurred (in the case of legal fees &
fees of professionals, reasonably) by Rajasthan Police, and/or its representatives, if any
such conflict arises later.
Yours faithfully,
Authorised Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 66 of 121
4.2.3 Non-Malicious Code Certificate
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Non-Malicious Code Certificate
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We hereby certify that the software being offered / developed as part of the
contract does not and will not contain any kind of malicious code that would activate
procedures to:
(a) Inhibit the desired and the designed function of the equipment /
solution.
(b) Cause damage to the user or his equipment / solution during or after the
operational exploitation of the equipment / solution.
(c) Tap information regarding network, network users and information
stored on the network that is classified and / or relating to National Security, thereby
contravening Official Secrets Act 1923.
2. There are / will be no Trojans, Viruses, Worms, Spywares or any malicious
software on the system and in the software offered or software that will be developed.
3. Without prejudice to any other rights and remedies available to Rajasthan Police,
I/We am liable under Information Technology Act, 2000, IT amendment Act, 2008 and
Indian Penal Code 1860 in case of physical damage, loss of information and those
relating to copyright and Intellectual Property rights (IPRs), caused due to activation of
any such malicious code in offered / developed software.
Yours faithfully,
Authorised Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 67 of 121
4.2.4 Undertaking On Pricing of Items of Technical Response
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Pricing of Items of Technical Response
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
I/We do hereby undertake that Commercial Proposal submitted by us is inclusive of all
the items in the technical proposal and is inclusive of all the clarifications provided/may
be provided by us on the technical proposal during the evaluation of the technical offer.
I understand and agree that our Commercial Proposal is firm and final and that any
clarifications sought by you and provided by us would not have any impact on the
Commercial Proposal submitted by us.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 68 of 121
4.2.5 Undertaking on Offline Functionality
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Offline Functionality
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake to design and develop all the offline
functionality required by Rajasthan Police, for the CCTNS project.
2. I/We acknowledge that the offline functionality requirement stated in Volume –
I of the RFP is indicative and that the complete range of required offline functionality
will be identified and clarified during the systems study phase of the CCTNS project.
I/We further confirm that I undertake to design and develop the offline functionality
identified during the systems study phase as required by Rajasthan Police, to be part of
CCTNS Project.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 69 of 121
4.2.6 Undertaking on Provision for Required Storage Capacity
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Provision for Required Storage Capacity
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake that the proposed storage at the Disaster
Recovery Site meets the minimum RFP requirements in terms of a minimum
usable capacity of XX TB (with XXTB on FC and XXTB on SATA or
equivalent drives with storage array (FC) configured on Raid XX
configuration) on the day of commissioning the infrastructure.
2. I/We as bidder do hereby undertake that the proposed storage at the Disaster
Recovery Site as per our sizing will be sufficient to meet the RFP
requirements in terms of storing the required data.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 70 of 121
4.2.7 Undertaking on Compliance and Sizing of Infrastructure
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Compliance and Sizing of Infrastructure
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake that I have proposed and sized the
hardware and all software (including licenses) based on information provided
by Rajasthan Police, in its RFP document and in accordance with the Service
Level requirements and minimum specifications provided for Software
licenses, Servers, SAN Storage, SAN Switch, Tape Library, Enterprise
Management System, Anti Virus, Backup Software and assure Rajasthan
Police, that the sizing is for all the functionality envisaged in the RFP
document.
2. Any augmentation of the proposed solution or sizing of any of the proposed
solutions (software and hardware) in order to meet the minimum tender
requirements and/or the requisite Service Level requirements given by
Rajasthan Police, will be carried out at no additional cost to Rajasthan Police.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 71 of 121
4.2.8 Undertaking on Provision of Support for Software
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Provision of Support for Software
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake the provision for Annual maintenance
support/Warranty support (as defined in Annexure 6 Volume I of RFP) by OEM for all
the primary components (Web Server, Application Server, Database and Operating
System) of the Core Application Software for both State and Centre during the duration
of the contract period.
2. I/We also undertake to provide the support needed for any 3rd party products
proposed as part of Application Software during the duration of the contract period.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 72 of 121
4.2.9 Undertaking on Service Level Compliance
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Service Level Compliance
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake that I shall monitor, maintain, and
comply with the service levels stated in the Annexure 1 of Volume 1 of RFP to
provide quality service to Rajasthan Police.
2. However, if the proposed number of resources is found to be not sufficient in
meeting the tender and/or the Service Level requirements given by Rajasthan
Police, then I/We will augment the team without any additional cost to
Rajasthan Police.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 73 of 121
4.2.10 Undertaking on Deliverables
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Deliverables
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake the adherence to the certification and
standards applicable to the processes, deliverables/artefacts to be submitted to
Rajasthan Police, proposed as part of the bidding document.
2. I/We also recognize and undertake that the Deliverables/artefacts shall be
presented and explained to Rajasthan Police, and other key stakeholders (identified by
Rajasthan Police), and also take the responsibility to provided clarifications as requested
by Rajasthan Police.
3. I/We also understand that the acceptance, approval and sign-off of the
deliverables by Rajasthan Police, will be done on the advice of State Mission Team/
SPMU. I/We understand that while all efforts shall be made to accept and convey the
acceptance of each deliverable in accordance with the project schedule, no deliverable
will be considered accepted until a specific written communication to that effect is made
by Rajasthan Police.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 74 of 121
4.2.11 Undertaking on Training the Users
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Training the Users
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We hereby undertake to train users as per Rajasthan Police‟s requirements
stated in the bidding document. I further undertake that:
i. I/We shall carry out a comprehensive training needs analysis and
accordingly design the training program
ii. Our training program would include, at the minimum, classroom training
followed by supervised work sessions
iii. I/We shall prepare all necessary training materials and deliver the
training as per project requirements.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 75 of 121
4.2.12 Undertaking on Support to Certification
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Support to Certification
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We understand that application (including the application and the associated
IT systems) have to be certified by a 3rd party agency (to be identified by Rajasthan
Police) before the system is commissioned.
2. I/We understand that, the responsibility to ensure successful certification lies
with the bidder.
3. I/We hereby undertake that I shall do all that is required of the bidder to ensure
that system will meet all the conditions required for certification.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 76 of 121
4.2.13 Undertaking on Exit Management and Transition
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Exit Management and Transition
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We hereby undertake that at the time of completion of the engagement, I shall
successfully carry out the exit management and transition (to Rajasthan Police, or to an
agency identified by Rajasthan Police) to Rajasthan Police‟s satisfaction.
2. I/We further undertake to complete the following as part of the Exit Management
and Transition:
i. Capacity Building at Rajasthan Police,
a. I/We undertake to design team/organization structure at Rajasthan
Police, to manage the system
b. I/We undertake to carry out an analysis of the skill set requirement at
Rajasthan Police, to manage system and carry out the training &
knowledge transfer required at Rajasthan Police, to manage system
ii. Transition of project artefacts and assets
a. I/We undertake to complete the updating of all project documents
and other artefacts and handover the same to Rajasthan Police, before
transition
b. I/We undertake to design Standard Operating Procedures to manage
system (including application and IT systems), document the same
and train Rajasthan Police, personnel on the same.
3. I/We also understand that the Exit Management and Transition will be
considered complete on the basis of approval from Rajasthan Police.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 77 of 121
4.2.14 Undertaking on Continuous Improvement
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Continuous Improvement
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We understand that Continuous improvement of application is highly critical
for Rajasthan Police, and that the bidder is expected to be the lead driver of continuous
improvement during the application management phase.
2. I/We also understand that the improvements proposed as part of this Continuous
Improvement initiative will not be the ordinary enhancements, but will be significant
changes that result in a quantum leap in meeting user needs and improving the
outcomes in policing.
3. I/We further understand that whether a proposed change forms part of
Continuous Improvement or is a minor change that will have to be incorporated into the
application as part of the Application Management Services will be determined by the
State Mission Team.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 78 of 121
4.2.15 Undertaking on Personnel
(Company letterhead) [Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Personnel
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby undertake that those persons whose profiles were part
of the basis for evaluation of the bids and have been identified as “Key Personnel”
of the proposed team, including Project Manager, Project Leads (Capacity
Building, O&M, Infrastructure, Data Digitization and CAS Customization), and
Domain Expert for the design and development of software for the CCTNS
project, shall be deployed during the Project as per our bid submitted in response
to the RFP.
2. I/We undertake that any of the identified “Key Personnel” shall not be removed
or replaced without the prior written consent of Rajasthan Police.
3. Under exceptional circumstances, if the Key Personnel are to be replaced or
removed, I/We shall put forward the profiles of personnel being proposed as
replacements, which will be either equivalent or better than the ones being
replaced. However, whether these profiles are better or equivalent to the ones
being replaced will be decided by Rajasthan Police. Rajasthan Police, will have
the right to accept or reject these substitute profiles.
4. I/We also undertake to staff the Project with competent team members in case
any of the proposed team members leave the Project either due to voluntary
severance or disciplinary actions against them.
5. I/We undertake that the resources will be full time assigned to the CCTNS project
and will not be working simultaneously on other projects.
6. I/We acknowledge that Rajasthan Police, has the right to seek the replacement of
any member of the Project team being deployed by us, based on the assessment
of Rajasthan Police, that the person in question is incompetent to carry out the
tasks expected of him/her or found that person does not really possess the skills
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 79 of 121
/experience/qualifications as projected in his/her profile or on the ground of
security concerns or breach of ethics.
7. In case I/we will assign or reassign any of the team members, I/We shall be
responsible, at our expense, for transferring all appropriate knowledge from
personnel being replaced to their replacements within a reasonable time.
Yours faithfully,
Authorized Signatory, Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 80 of 121
4.2.16 Undertaking on Provision of Work Environment at SCRB
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on Provision of Work Environment at premises of Nodal
Agency
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby understand that the onsite team of Software
Development Agency operating out of Rajasthan Police, premises will be
provided only with seating space. Any other requirements such as Desktops/ PC,
software will be bidder‟s responsibility.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 81 of 121
4.2.17 Undertaking on request for Changes to the Contract Clauses by
the bidder
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Undertaking on request for Changes to Contract Clauses by the
bidder
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
1. I/We as bidder do hereby acknowledge that I/We understand that the
request for changes to contract clauses and any other terms and conditions in
the RFP, submitted in our proposal as per the RFP are just suggestions for
change.
2. I/We understand that it is neither guaranteed that these requests for changes
will be accepted in the final contract nor this process will be construed as any
commitment from Rajasthan Police, to consider those suggestions.
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 82 of 121
4.2.18 Undertaking from OEM on Authorization of use of their OEM
products
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Subject: Issue of the Manufacturer‟s Authorisation Form (MAF)
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
We {name and address of the OEM} who are established and reputed original
equipment manufacturers (OEMs) having factories at {addresses of manufacturing
location} do hereby authorize {M/s __________________________} who is our
{Distributor/ Channel Partner/ Retailer/ Others <please specify>} to bid, negotiate
and conclude the contract with you against the aforementioned reference for the
following Hardware/ Software manufactured by us: -
{OEM will mention the details of all the proposed product(s) with their
make/ model.}
We undertake to provide OEM Warranty for the offered Hardware/ Software, as
mentioned above, for 3 Years. However, end to end support will be provided upto
project completion period.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as
End-of-Sale within next 1 year from the date of bid submission.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as
End-of-Service/ Support within next 5 years from the date of bid submission.]
Yours faithfully,
For and on behalf of M/s (Name of the manufacturer)
(Authorized Signatory)
Name, Designation & Contact No.:
Address: ___________________________________
Seal:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 83 of 121
4.2.19 Certificate of Conformity/No Deviation
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Reference: NIB/ RFP Ref. No. _____________________ dated ________
CERTIFICATE
This is to certify that, the specifications of Hardware & Software which I have mentioned
in the Technical bid, and which I shall supply, if I am awarded with the work, are in
conformity with the minimum specifications of the bidding document and that there are
no deviations of any kind from the specifications.
Also, I have thoroughly read the bidding document and by signing this certificate, I
hereby submit our token of unconditional acceptance to all the terms & conditions of the
bidding document without any deviations.
I also certify that the price I have quoted is inclusive of all the cost factors involved in the
end-to-end implementation and execution of the project, to meet the desired standards
set out in the bidding Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 84 of 121
4.2.20 Bidder’s Authorization Certificate
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Reference: NIB/ RFP Ref. No. _____________________ dated ________
I {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby
authorized to sign relevant documents on behalf of the company/ firm in dealing with
NIB reference No. ______________________ dated _________. He/ She is also
authorized to attend meetings & submit technical & commercial information/
clarifications as may be required by you in the course of processing the Bid. For the
purpose of validation, his/ her verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorized Signatory: - Name of verifier
Seal of the Organization: - Designation
Date: Company Seal
Place:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 85 of 121
4.2.21 Bill of Material – Software Solution
The below list is
indicative only 1
Reference
in the
submitted
proposal
(Please
provide
page
numbers/s
ection-
number/vol
ume)
Propose
d
Solution
(Provide
the
Product
Name or
fill
Custom
Built, in
case of a
new
develop
ment)
Descrip
tion
(includ
e major
feature
s/
service
s only)
Number
of
Licenses
(Develop
ment
Environ
ment)
Num
ber
of
Licen
ses
(UAT
)
Numb
er of
Licens
es
(Train
ing)
Numbe
r of
License
s (Data
Centre -
Product
ion)
Num
ber
of
Licen
ses
(DR
Site)
Compli
ance
with
the
minim
um
Feature
s asked
in the
RFP
Storage management
Software (SMS)
Enterprise Management
System (EMS)
Host Intrusion Prevention
System (HIPS)
Document management
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 86 of 121
System(DMS)
Antivirus
Backup Software
Others
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 87 of 121
4.2.22 Bill of Material for Infrastructure
The bidder should note that the Bill of materials detailed below is indicative, and that the exact location for installation of the
commissioned hardware would be as per the approval of Rajasthan Police.
Technical Bill of
Materials
(The list below is
indicative only)
Re
fer
en
ce
o
f th
e
info
rm
atio
n
in
the
Su
bm
itted
P
ro
po
sa
l
(Ple
ase
p
ro
vid
e
pa
ge
nu
mb
er
/se
ctio
n-
nu
mb
er
/vo
lum
e)
Se
rv
ice
s
pr
op
ose
d
to
be
ho
ste
d o
n th
e S
er
ve
r
Qu
an
tity
Ma
ke
an
d M
od
el
Ye
ar
of In
tro
du
ctio
n
Op
er
atin
g
Sy
ste
m
alo
ng
with
v
er
sio
n
(if
ap
plic
ab
le)
Pr
oc
es
so
r a
nd
Nu
mb
er
of
Co
re
s
Offe
re
d
(if
ap
plic
ab
le)
Ar
ch
itec
tur
e
(RIS
C/E
PIC
/CIS
C)
(if ap
plic
ab
le)
RA
M (if a
pp
lica
ble
)
HD
D (if a
pp
lica
ble
)
LA
N
Po
rts
(if
ap
plic
ab
le)
HB
A (if a
pp
lica
ble
)
Ad
ditio
na
l Info
rm
atio
n
as
re
qu
ire
d to
ind
ica
te
the
c
om
plia
nc
e
to
the
re
qu
ire
me
nts
in
th
e
RF
P
(ex
, C
ap
ac
ity,
Dis
k
Sp
ac
e,)
Co
mp
lian
ce
a
s p
er
th
e
Sp
ec
ifica
tion
s
giv
en
in
the
RF
P (Y
es
/No
)
Data Center
Global Load Balancer
Server Load Balancer
IDS/IPS
External Firewall
KVM Switch
FC-IP Router (DC-
DR Replication)
Disaster Recovery (DR)
Application Server
Database Server
Web Server
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 88 of 121
Mail & Messaging
Backup Server
Access Control
Server/ Single Sign
On Server
Antivirus Server
SAN (External
Storage) - List the
total capacity offered
on
FC and SATA disks
Tape Library
SAN Switch
KVM Switch
L3 Core Switch
L2 Access Switch
IDS/IPS
External Firewall
Internal Firewall
Core Router
Others (Insert each
item in a separate
row as required)
Client Side Infrastructure
Client
System/Desktop/PC
Offline Server
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 89 of 121
Duplex Printer
MFD Printer
UPS 2 kVA
UPS 1 kVA
Gen Set 2.1 kVA
Digital Camera
Switch 16 port
Electronic Pen
External Hard Disk
Drive
Environmental
Control (AC)
Others (Insert each
item in a separate
row as required)
Site Preparation
Chairs
Tables
White Board
Fire Extinguisher
Power Strips
LAN cabling
Operational expenses
of Paper and toner
Others (Insert each
item in a separate
row as required)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 90 of 121
Miscellaneous
Others (Insert each
item in a separate
row as required)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 91 of 121
4.2.23 Profiles of Previous Project Experience
Relevant Project experience
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Service levels being offered
Technologies used
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the
Bidder
Duration of the project (no. of months,
start date, completion date, current
status)
Other Relevant Information
Mandatory Supporting Documents:
a) Letter from the client to indicate the successful completion of the projects
Project Capability Demonstration
Please provide complete details regarding the scope of the project to indicate the
relevance to the requested technical evaluation criterion.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 92 of 121
4.2.24 Team Profile
Format for the Profiles
Name of the person
Current Designation / Job Title
Current job responsibilities
Proposed Role in the Project
Proposed Responsibilities in the Project
Academic Qualifications:
Degree
Academic institution graduated from
Year of graduation
Specialization (if any)
Key achievements and other relevant information (if any)
Professional Certifications (if any)
Total number of years of experience
Number of years with the current company
Summary of the Professional / Domain Experience
Number of complete life cycle implementations carried out
The names of customers (Please provide the relevant names)
Past assignment details (For each assignment provide details
regarding name of organizations worked for, designation,
responsibilities, tenure)
Prior Professional Experience covering:
Organizations worked for in the past
o Organization name
o Duration and dates of entry and exit
Formatted: None, Space After: 0.6 line, No
bullets or numbering, Don't keep with next
Formatted: None, Space After: 0.6 line, No
bullets or numbering, Don't keep with next
Formatted: None, Space After: 0.6 line, No
bullets or numbering, Don't keep with next
Formatted: None, Space After: 0.6 line, No
bullets or numbering, Don't keep with next
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 93 of 121
o Designation
o Location(s)
o Key responsibilities
Prior project experience
o Project name
o Client
o Key project features in brief
o Location of the project
o Designation
o Role
o Responsibilities and activities
o Duration of the project
Please provide only relevant projects.
Proficient in languages (Against each language listed indicate if
read/write/both)
Each profile must be accompanied by the following undertaking from the staff member:
(Alternatively, a separate undertaking with the same format as below with all the names
of the proposed profiles should be provided)
Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes my qualifications, my experience. I understand that any willful misstatement
described herein may lead to my disqualification or dismissal, if engaged.
Signature:
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
Formatted: None, Space After: 0.6 line, No
bullets or numbering, Don't keep with next
Formatted: None, Space After: 0.6 line, No
bullets or numbering, Don't keep with next
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 94 of 121
4.2.25 Suggestions on Changes to Contract Clauses
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sub: Changes to the Contract Clauses
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
I request you to consider the following changes to the Contract Clauses:
S.
No.
Page
Number
Section /
Para No.
Original
Text
Suggested
Change
Reason for
Change
1
2
3
4
Yours faithfully,
Authorized Signatory
Designation
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 95 of 121
4.3 FORMATS FOR THE COMMERCIAL BID RESPONSE
4.3.1 Commercial Proposal Cover Letter
(Company letterhead)
[Date]
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Reference: NIB No. :___________________________________
Dated:__________
Dear Sir,
Ref: RFP for Selection of System Integrator for the Implementation of
CCTNS in Rajasthan Police
I/We, the undersigned bidder, having read & examined in detail, the Bidding Document,
the receipt of which is hereby duly acknowledged, I/We the undersigned, offer to supply/
work as mentioned in the Scope of the work, Bill of Material, Technical specifications,
Service Level Standards & in conformity with the said bidding document for the same.
I/ We undertake that the prices are in conformity with the specifications prescribed. The
quote/ price are inclusive of all cost likely to be incurred for executing this work. The
prices are inclusive of all type of govt. taxes/duties as mentioned in the financial bid
(BoQ).
I/ We undertake, if our bid is accepted, to deliver the goods in accordance with the
delivery schedule specified in the schedule of Requirements.
I/We hereby declare that in case the contract is awarded to us, I/We shall submit the
contract performance guarantee as prescribed in the bidding document.
I/We agree to abide by this bid for a period of 180 days after the last date fixed for bid
submission and it shall remain binding upon us and may be accepted at any time before
the expiry of that period.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 96 of 121
Until a formal contract is prepared and executed, this bid, together with your written
acceptance thereof and your notification of award shall constitute a binding Contract
between us.
I/We hereby declare that our bid is made in good faith, without collusion or fraud and
the information contained in the bid is true and correct to the best of our knowledge and
belief.
I/We understand that you are not bound to accept any bid you may receive.
I/We agree to all the terms & conditions as mentioned in the bidding document and
submit that I/We have not submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 97 of 121
4.3.2 Commercial Bid Format
{to be submitted by the bidder only in BoQ format (.XLS) available at eProc portal}
Note: Rajasthan Police would be at liberty to increase or reduce the offered quantity of
each item based on price discovery.
i. Table 1: Implementation Cost (CAPEX)
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
I. Data Centre Related Costs (including 3 year Warranty)
Hardware at DC
1) Global Load
Balancer
1
2) Server Load
Balancer
1
3) IDS/IPS 2
4) External
Firewall
2
5) KVM Switch 1
6)
FC-IP Router
(DC-DR
Replication)
2
7) Others
Software at DC
1) Enterprise
Management
System (EMS)
1
2)
Host Intrusion
Prevention
System (HIPS)
1
3) Antivirus 2905
4) Backup Software 1
5)
Others
Integration and Installation
1) DC Services 1
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 98 of 121
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
II Disaster Recovery Site Costs (Including 3 year warranty)
Hardware at DR site
1) Application
Server
2
2) Database Server 2
3) Web Server 1
4) Backup Server 1
5)
Access Control
Server/ Single
Sign On Sever
1
6) Antivirus Server 1
7)
Mail &
Messaging
Server
2
8)
SAN (External
Storage) - List
the total
capacity offered
on FC and SATA
disks
1
9) Tape Library 1
10) SAN Switch 2
11)
KVM Switch 1
12) L 3 Core Switch 1
13) L2 Access
Switch
2
14) IDS/IPS 2
15) External 1
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 99 of 121
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
Firewall
16) Internal Firewall 1
17) Core Router 1
18) Others
Software at DR site
1) Storage
management
Software (SMS)
1
2) Document
Management
System (DMS)
1
3)
Host Intrusion
Prevention
System (HIPS)
1
4) Antivirus As per
requirement
5) Backup Software 1
6) Others 1
Integration and Installation
1) DR Services 1
III CAS
customization
Costs
1) CAS
customization
Man Month
(3960 Man
Days) rate
180
IV Capacity
Building Costs
for state level/
specialized
trainings
Deleted: man-month
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 100 of 121
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
1) Orientation to
Change
Management
and
Introduction to
CCTNS (Higher
Officials)
1
2)
Role Based and
Management
Information
System training
(Higher
officials)
1
3)
Project
Management,
Document
Management
System/
Reporting
training
1
4)
Specialized
training on
system
administration
and
troubleshooting
1
5) Training of
Trainers
1
V Capacity
Building Costs
for district
level trainings
at district
level
1) Change
Management
and
Introduction to
1
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 101 of 121
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
CCTNS (Middle
& Junior
Officials)
training
2)
Role Based
Training and
Basic ICT
(Middle &
Junior Officials)
training
1
VI Site
Preparation at
Client Side
Costs
1) LAN Cabling 479
2) Chair 2326
3) Table 2326
4) White Board 479
5) Power Strips 479
6) Fire
Extinguisher
479
7)
Others
VII Hardware
Related Costs
including
Warranty for
the period of 3
years from
Go-Live of
Project at
Client Site
IT Infrastructure at Client Site
1) Client Systems
(PC/ Desktop)
2470
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 102 of 121
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
(Cost of the
computer
includes
Operating
System and
Office suite)
2) External HDD 752
3) Offline Server 297
4)
Duplex Laser
Printer
297
5)
Multi-Function
Laser Printer
(Print/Scan/Cop
y)
1460
6) Switch 16port 1015
7) UPS 2 KVA with
120 min backup
1344
8) UPS 1 KVA 100
9) Gen Set 2.1 KVA 760
10) Digital Camera 760
11) Electronic Pen 760
12) Environmental
Control(AC)
760
13) Others
VIII Data
migration and
Digitization of
Historical
Data Costs
1) Data migration
and Digitization
1
IX Third Party
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 103 of 121
S.
No.
Category No of
Components
/ Units of
Service
(X)
Rate (per
unit)
(Y)
Taxes and
Other
Duties
(Z)
Total Cost =
(X*Y)+Z
(INR)
Audit
1) Third Party
Audit
1
X Hand Holding
Support Costs
1) Hand Holding
Support
760
A = Total for Services Provided During Implementation
Phase (Sum of items I – X):(In figures)
A = Total for Services Provided During Implementation
Phase (Sum of items I – X):(In words)
ii. Table 2: Operation and Maintenance Cost (OPEX)
S.
No.
Category Rate
(Y)
Taxes and
Other Duties
(Z)
Total Cost = Y+Z
(INR)
1) Operations and
Maintenance
Services for DC &
DR (including
existing Hardware)
for 3 years(after
Go-Live of the
Project) in QGR
2) Operations and
Maintenance
Services for 3 years
for client locations
(including existing
hardware) (after
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 104 of 121
Go-Live of the
Project) in QGR
3) Comprehensive
AMC for 3 years
for maintenance of
all hardware,
software, solution
at District Training
Centres *
4) Comprehensive
AMC* for 4th Year
5) Comprehensive
AMC* for 5th Year
B = Cost of Operations and Maintenance Services
for 3 years(In Figures)
B = Cost of Operations and Maintenance Services
for 3 years(In Words)
*Cost of AMC above in Item no:3,4,5 will not be considered for QCBS
evaluation.
iii. Table 3: Consumable Items Cost
S.
No.
Category No of
Componen
ts / Units of
Service
(X)
Rate(per
unit)
(Y)
Taxes and
Other Duties
(Z)
Total Cost X= Y+Z
(INR)
1) Operational
expenses of Paper
Ream
156960
2) Operational
expenses of Toner
26160
C = Total Cost of Operational expenses of Paper and toner (1 &2)
till the completion of Project(In Figures)
C = Total Cost of Operational expenses of Paper and toner (1 &2)
till the completion of Project (In Words)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 105 of 121
iv. Table 4: Commercial Bid Summary -Total Cost (D)
S No Cost Component Cost for Calculation(INR)
1 Implementation Cost (A)
2 Operations and Maintenance Cost (B)
3 Cosumable Items Cost (C)
Total Cost (D=A+B+C) for QCBS Evaluation(In
figures)
Total Cost (D=A+B+C) for QCBS Evaluation(In
Words)
Formatted: Indent: Left: 0.25", No bullets
or numbering
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 106 of 121
4.4 NON – DISCLOSURE AGREEMENT (NDA)
[Company Letterhead]
This AGREEMENT (hereinafter called the “Agreement”) is made on the [day] day of the
month of [month], [year], between, Rajasthan Police, on the one hand, (hereinafter
called the “Purchaser”) and, on the other hand, [Name of the bidder] (hereinafter called
the “Successful Bidder”) having its registered office at [Address]
WHEREAS
The “Purchaser” has issued a public notice inviting various organizations to propose for
hiring services of an organization for provision of services under the CCTNS Project
(hereinafter called the “Project”) of the Purchaser;
The Bidder, having represented to the “Purchaser” that it is interested to bid for the
proposed Project,
The Purchaser and the Bidder agree as follows:
1. In connection with the “Project”, the Purchaser agrees to provide to the Bidder a
Detailed Document on the Project vide the Request for Proposal contained in three
volumes. The Request for Proposal contains details and information of the Purchaser
operations that are considered confidential.
2. The Bidder to whom this Information (Request for Proposal) is disclosed shall:
a. Hold such Information in confidence with the same degree of care with which
the Bidder protects its own confidential and proprietary information;
b. Restrict disclosure of the Information solely to its employees, agents and
contractors with a need to know such Information and advise those persons
of their obligations hereunder with respect to such Information;
c. Use the Information only as needed for the purpose of bidding for the Project;
d. Except for the purpose of bidding for the Project, not copy or otherwise
duplicate such Information or knowingly allow anyone else to copy or
otherwise duplicate such Information; and
e. Undertake to document the number of copies it makes
f. On completion of the bidding process and in case unsuccessful, promptly
return to the Purchaser, all Information in a tangible form or certify to the
Purchaser that it has destroyed such Information.
3. The Bidder shall have no obligation to preserve the confidential or proprietary nature
of any Information which:
a. Was previously known to the Bidder free of any obligation to keep it
confidential at the time of its disclosure as evidenced by the Bidder‟s written
records prepared prior to such disclosure; or
b. Is or becomes publicly known through no wrongful act of the Bidder; or
c. Is independently developed by an employee, agent or contractor of the Bidder
not associated with the Project and who did not have any direct or indirect
access to the Information.
Deleted: ¶
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 107 of 121
4. The Agreement shall apply to all Information relating to the Project disclosed by the
Purchaser to the Bidder under this Agreement.
5. The Purchaser will have the right to obtain an immediate injunction enjoining any
breach of this Agreement, as well as the right to pursue any and all other rights and
remedies available at law or in equity for such a breach.
6. Nothing contained in this Agreement shall be construed as granting or conferring
rights of license or otherwise, to the bidder, in any of the Information.
Notwithstanding the disclosure of any Information by the Purchaser to the Bidder,
the Purchaser shall retain title and all intellectual property and proprietary rights in
the Information. No license under any trademark, patent or copyright, or application
for same that are now or thereafter may be obtained by such party is either granted
or implied by the conveying of Information. The Bidder shall not alter or obliterate
any trademark, trademark notice, copyright notice, confidentiality notice or any
notice of any other proprietary right of the Purchaser on any copy of the Information,
and shall reproduce any such mark or notice on all copies of ch Information.
7. This Agreement shall be effective from the date the last signature is affixed to this
Agreement and shall continue in perpetuity.
8. Upon written demand of the Purchaser, the Bidder shall (i) cease using the
Information, (ii) return the Information and all copies, notes or extracts thereof to
the Purchaser forthwith after receipt of notice, and (iii) upon request of the
Purchaser, certify in writing that the Bidder has complied with the obligations set
forth in this paragraph.
9. This Agreement constitutes the entire agreement between the parties relating to the
matters discussed herein and supersedes any and all prior oral discussions and/or
written correspondence or agreements between the parties. This Agreement may be
amended or modified only with the mutual written consent of the parties. Neither
this Agreement nor any right granted hereunder shall be assignable or otherwise
transferable.
10. CONFIDENTIAL INFORMATION IS PROVIDED “AS IS” WITH ALL FAULTS. IN
NO EVENT SHALL THE PURCHASER BE LIABLE FOR THE ACCURACY OR
COMPLETENESS OF THE CONFIDENTIAL INFORMATION.
11. This Agreement shall benefit and be binding upon the Purchaser and the Bidder and
their respective subsidiaries, affiliate, successors and assigns.
12. This Agreement shall be governed by and construed in accordance with the Indian
laws.
For and on behalf of the Bidder
___(Signature)______
(Name of the Authorized Signatory)
Date
Address
Location:
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 108 of 121
4.5 FORMAT FOR SUBMISSION OF QUERIES FOR CLARIFICATION
Bidders requiring specific points of clarification may communicate with
Rajasthan Police, during the specified period using the following format:
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
BIDDER’S REQUEST FOR CLARIFICATION
Name of Organization
submitting request
Name & position of person
submitting request
Full formal address of the
organization including
phone, fax and email points
of contact
Tel:
Fax:
Email:
S.
No
Bidding Document
Reference(s)
(section number/
page)
Content of RFP
requiring
Clarification
Points of clarification
required
Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/
.ODF). Queries not submitted in the prescribed format will not be considered/
responded at all by the Rajasthan Police. Also, kindly attach the scanned copy of the
receipt towards the submission of the bidding/ tender document fee with the pre-bid
queries.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 109 of 121
4.6 EARNEST MONEY DEPOSIT
(To be stamped in accordance with Stamp Act and to be issued by a Scheduled bank
having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Sir,
1. In accordance with your Notice Inviting Bid for <please specify the project title>
vide NIB reference no. <please specify> M/s. …………………………….. (Name & full
address of the firm) (Hereinafter called the “Bidder”) hereby submits the Bank
Guarantee to participate in the said procurement/ bidding process as mentioned in
the bidding document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security
amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref.
No. _______________ dated _________ issued by Rajasthan Police, Jaipur,
Rajasthan (hereinafter referred to as Rajasthan Police) by a Bank Guarantee from a
Scheduled Bank having its branch at Jaipur irrevocable and operative till the bid validity
date (i.e. 180 days from the date of submission of bid). It may be extended if required in
concurrence with the bid validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs.
______________ (Rupees <in words>)> to the Rajasthan Police as earnest money
deposit.
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate
constituted under the Banking Companies (Acquisition and Transfer of
Undertaking) Act. 1969 (delete, if not applicable) and branch Office at…………………...
(hereinafter referred to as the Guarantor) do hereby undertake and agree to pay
forthwith on demand in writing by the Rajasthan Police of the said guaranteed
amount without any demur, reservation or recourse.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 110 of 121
3. We, the aforesaid bank, further agree that the Rajasthan Police shall be the sole
judge of and as to whether the Bidder has committed any breach or breaches of any
of the terms costs, charges and expenses caused to or suffered by or that may be
caused to or suffered by the Rajasthan Police on account thereof to the extent of the
Earnest Money required to be deposited by the Bidder in respect of the said bidding
document and the decision of the Rajasthan Police that the Bidder has committed
such breach or breaches and as to the amount or amounts of loss, damage, costs,
charges and expenses caused to or suffered by or that may be caused to or suffered
by the Rajasthan Police shall be final and binding on us.
4. We, the said Bank further agree that the Guarantee herein contained shall remain in
full force and effect until it is released by the Rajasthan Police and it is further
declared that it shall not be necessary for the Rajasthan Police to proceed against the
Bidder before proceeding against the Bank and the Guarantee herein contained shall
be invoked against the Bank, notwithstanding any security which the Rajasthan
Police may have obtained or shall be obtained from the Bidder at any time when
proceedings are taken against the Bank for whatever amount that may be
outstanding or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier,
telex, fax, registered post or other electronic media to our address, as aforesaid and
if sent by post, it shall be deemed to have been given to us after the expiry of 48
hours when the same has been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we
undertake to extend the period of this guarantee on the request of our constituent
under intimation to you.
7. The right of the Rajasthan Police to recover the said amount of <Rs.
______________ (Rupees <in words>)> from us in manner aforesaid will not be
precluded/ affected, even if, disputes have been raised by the said M/s.
……….………………(Bidder) and/ or dispute or disputes are pending before any court,
authority, officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be
restricted to <Rs. ______________ (Rupees <in words>)> and our guarantee
shall remain in force till bid validity period i.e. <please specify> days from the last
date of bid submission and unless a demand or claim under the guarantee is made
on us in writing within three months after the Bid validity date, all your rights under
the guarantee shall be forfeited and we shall be relieved and discharged from all
liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian
Laws and we hereby submit to the exclusive jurisdiction of courts of Justice in India
for the purpose of any suit or action or other proceedings arising out of this
guarantee or the subject matter hereof brought by you may not be enforced in or by
such count.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 111 of 121
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor
under the Memorandum and Articles of Association/ Constitution of our bank and
the undersigned is/are the recipient of authority by express delegation of power/s
and has/have full power/s to execute this guarantee under the Power of Attorney
issued by the bank in your favour.
Date ………………… (Signature) ……………………………………….
Place ………………… (Printed Name) ………………………………….
(Designation) ……………………………………
(Bank‟s common seal) ………………………….
In presence of:
WTTNESS (with full name, designation, address & official seal, if any)
(1) ………………………………………
………………………………………
(2) ………………………………………
………………………………………
Bank Details
Name & address of Bank :
Name of contact person of Bank:
Contact telephone number:
GUIDELINES FOR SUBMISSION OF BANK GUARANTEE
The Bank Guarantee shall fulfil the following conditions in the absence of which they
cannot be considered valid: -
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value
purchased in the name of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation,
address and office seal (if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of
execution in his/ her favour authorizing him/ her to sign the document. The Power
of Attorney to be witnessed by two persons mentioning their full name and address.
4. The Bank Guarantee should be executed by a Scheduled Bank only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase
of the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six)
months of the purchase of such stamp paper shall be treated as non-valid.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 112 of 121
6. The contents of Bank Guarantee shall be strictly as per format prescribed by
Rajasthan Police
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G.
number.
8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by
signature of Bank Officials signing the Bank Guarantee.
9. Bank should separately send through registered post/courier a certified copy of Bank
Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the
Purchaser's communication address as mentioned in the bidding document.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 113 of 121
4.7 BID COVER LETTER
[Cover Letter]
[Date]
To,
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
Dear Sir,
Ref: RFP for Selection of System Integrator for Implementation of CCTNS in
Rajasthan Police
I/We, the undersigned, having examined the RFP, the receipt of which is hereby duly
acknowledged, offer to provide the professional services as required and outlined in the
RFP for the CCTNS Project.
I/We attach hereto the technical response as required by the RFP, which constitutes our
proposal.
I/We confirm that the information contained in this response or any part thereof,
including its exhibits, and other documents and instruments delivered or to be delivered
to Rajasthan Police is true, accurate, verifiable and complete. This response includes all
information necessary to ensure that the statements therein do not in whole or in part
mislead the department in its short-listing process.
I/We fully understand and agree to comply that on verification, if any of the information
provided here is found to be misleading the short listing process, I/We are liable to be
dismissed from the selection process or termination of the contract during the project, if
selected to do so.
I/We agree for unconditional acceptance of all the terms and conditions set out in the
RFP document and also agree to abide by this tender response for a period of 180 days
from the date fixed for bid opening.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 114 of 121
I/We hereby declare that in case the contract is awarded to us, I/We shall submit the
contract performance guarantee bond in the form prescribed in the Format 4.9 of this
RFP.
I/We agree that you are not bound to accept any tender response you may receive. I/We
also agree that you reserve the right in absolute sense to reject all or any of the products/
services specified in the tender response.
It is hereby confirmed that I/We am entitled to act on behalf of my organization and
empowered to sign this document as well as such other documents, which may be
required in this connection.
Dated this Day of 2013/14
(Signature) (In the capacity of)
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I,,……………………………, the Company Secretary of …….…………………, certify that
……………………………………………………………… who signed the above Bid is authorized to do
so and bind the company by authority of its board/ governing body.
Date:
Signature:
(Company Seal) (Name)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 115 of 121
4.8 ADVANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from
Rajasthan State only and to be issued by a Scheduled bank having its branch at Jaipur
and payable at par at Jaipur, Rajasthan)
To,
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
1. In consideration of the "Rajasthan Police" having agreed to exempt M/s
..........................(hereinafter called "the said Contractor(s)" from the demand, under
the terms and conditions of an Work Order No...................................dated
.....................made between the Rajasthan Police and .......................(Contractor) for
the work ................. of Security Deposit for the due fulfilment by the said Contractor
(s) of the terms and conditions contained in the said work order, on production of a
Advance Bank Guarantee for Rs...................(Rupees ........................................only),
we ...................(indicate the name of the Bank), (hereinafter referred to as "the
Bank") at the request of ..................Contractor(s) do hereby undertake to pay to the
Rajasthan Police an amount not exceeding
Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay
Rs.................... (Rupees............................only), the amounts due and payable under
this guarantee without any demur or delay, merely on a demand from the Rajasthan
Police. Any such demand made on the bank by the Rajasthan Police shall be
conclusive as regards the amount due and payable by the Bank under this guarantee.
The Bank Guarantee shall be completely at the disposal of the Rajasthan Police and
We....................... (Indicate the name of Bank), bound ourselves with all directions
given by Rajasthan Police regarding this Bank Guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs......................
(Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the Rajasthan
Police any money so demanded notwithstanding any dispute or disputes raised by
the contractor(s) in any suit or proceeding pending before any Court or Tribunal or
Arbitrator etc. relating thereto, our liability under these presents being absolute,
unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance
guarantee herein contained shall remain in full force and effective up to <1 year from
date of signing of contract> and that it shall continue to be enforceable for above
specified period till all the dues of Rajasthan Police under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till the
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 116 of 121
Rajasthan Police certifies that the terms and conditions of the said Agreement have
been fully and properly carried out by the said Contractor(s) and accordingly
discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the Rajasthan
Police that the Rajasthan Police shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms
and conditions of the said work order or to extend time of performance by the said
Contractor(s) from time to time or to postpone for any time or from time to time any
of the powers exercisable by the Rajasthan Police against the said Contractor(s) and
to forbear or enforce any of the terms and conditions relating to the said work order
and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the Rajasthan Police or any indulgence by the Rajasthan
Police to the said Contractor(s) or by any such matter or thing whatsoever which
would but for this provision, have effect of so relieving us.
6. The liability of............................. (indicate the name of Bank), under this guarantee
will not be discharged due to the change in the constitution of the Bank or the
contractor(s).
7. We .............................. (indicate the name of Bank), lastly undertake not to revoke
this guarantee except with the previous consent of the Rajasthan Police in writing.
8. This advance bank Guarantee shall remain valid and in full effect, until it is decided
to be discharged by the Rajasthan Police. Notwithstanding anything mentioned
above, our liability against this guarantee is restricted to Rs...........................
(Rupees..............................only).
9. It shall not be necessary for the Rajasthan Police to proceed against the contractor
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank notwithstanding any security which the Rajasthan
Police may have obtained or obtain from the contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at
Jaipur, Rajasthan. We undertake that this Bank Guarantee shall be payable at any of
its branch at Jaipur, Rajasthan. If the last day of expiry of Bank Guarantee happens
to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next
working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favour
under the memorandum and articles of Association/ constitution of our bank and the
undersigned is/ are the recipient of authority by express delegation of power(s) and
has/have full power(s) to execute this guarantee for the power of attorney issued by
the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the
Bank)
Signature
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 117 of 121
(Name &
Designation)
Bank's Seal
The above performance Guarantee is accepted by the Rajasthan Police
For and on behalf of the Rajasthan Police
Signature
(Name & Designation)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 118 of 121
4.9 PERFORMANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from
Rajasthan State only and to be issued by a Scheduled bank having its branch at Jaipur
and payable at par at Jaipur, Rajasthan)
To,
Nodal officer, CCTNS
State Crime Records Bureau,
Nehru Nagar, Near Rajasthan Police Academy,
Jaipur, Rajasthan- 302016
1. In consideration of the "Rajasthan Police" having agreed to exempt M/s
..........................(hereinafter called "the said Contractor(s)" from the demand, under
the terms and conditions of an Work Order No...................................dated
.....................made between the Rajasthan Police and .......................(Contractor) for
the work ................. of Security Deposit for the due fulfilment by the said Contractor
(s) of the terms and conditions contained in the said work order, on production of a
Bank Guarantee for Rs...................(Rupees ........................................only), we
...................(indicate the name of the Bank), (hereinafter referred to as "the Bank") at
the request of ..................Contractor(s) do hereby undertake to pay to the Rajasthan
Police an amount not exceeding Rs...................(Rupees..................................only) on
demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay
Rs.................... (Rupees............................only), the amounts due and payable under
this guarantee without any demur or delay, merely on a demand from the Rajasthan
Police. Any such demand made on the bank by the Rajasthan Police shall be
conclusive as regards the amount due and payable by the Bank under this guarantee.
The Bank Guarantee shall be completely at the disposal of the Rajasthan Police and
We....................... (Indicate the name of Bank), bound ourselves with all directions
given by Rajasthan Police regarding this Bank Guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs......................
(Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the Rajasthan
Police any money so demanded notwithstanding any dispute or disputes raised by
the contractor(s) in any suit or proceeding pending before any Court or Tribunal or
Arbitrator etc. relating thereto, our liability under these presents being absolute,
unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance
guarantee herein contained shall remain in full force and effective up to <DATE> and
that it shall continue to be enforceable for above specified period till all the dues of
Rajasthan Police under or by virtue of the said Agreement have been fully paid and
its claims satisfied or discharged or till the Rajasthan Police certifies that the terms
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 119 of 121
and conditions of the said Agreement have been fully and properly carried out by the
said Contractor(s) and accordingly discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the Rajasthan
Police that the Rajasthan Police shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms
and conditions of the said work order or to extend time of performance by the said
Contractor(s) from time to time or to postpone for any time or from time to time any
of the powers exercisable by the Rajasthan Police against the said Contractor(s) and
to forbear or enforce any of the terms and conditions relating to the said work order
and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the Rajasthan Police or any indulgence by the Rajasthan
Police to the said Contractor(s) or by any such matter or thing whatsoever which
would but for this provision, have effect of so relieving us.
6. The liability of............................. (indicate the name of Bank), under this guarantee
will not be discharged due to the change in the constitution of the Bank or the
contractor(s).
7. We .............................. (indicate the name of Bank), lastly undertake not to revoke
this guarantee except with the previous consent of the Rajasthan Police in writing.
8. This performance Guarantee shall remain valid and in full effect, until it is decided to
be discharged by the Rajasthan Police. Notwithstanding anything mentioned above,
our liability against this guarantee is restricted to Rs...........................
(Rupees..............................only).
9. It shall not be necessary for the Rajasthan Police to proceed against the contractor
before proceeding against the Bank and the guarantee herein contained shall be
enforceable against the Bank notwithstanding any security which the Rajasthan
Police may have obtained or obtain from the contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at
Jaipur, Rajasthan. We undertake that this Bank Guarantee shall be payable at any of
its branch at Jaipur, Rajasthan. If the last day of expiry of Bank Guarantee happens
to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next
working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favour
under the memorandum and articles of Association/ constitution of our bank and the
undersigned is/ are the recipient of authority by express delegation of power(s) and
has/have full power(s) to execute this guarantee for the power of attorney issued by
the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the
Bank)
Signature
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 120 of 121
(Name &
Designation)
Bank's Seal
The above performance Guarantee is accepted by the Rajasthan Police
For and on behalf of the Rajasthan Police
Signature
(Name & Designation)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 121 of 121
4.10 MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012
Appeal No ………of ……………
Before the ………………………… (First/ Second Appellate Authority)
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
2. Name and address of the respondent(s):
a. <please specify>
b. <please specify>
c. <please specify>
3. Number and date of the order appealed against and name and designation of the
officer/ authority who passed the order (enclose copy), or a statement of a decision,
action or omission of the Rajasthan Police in contravention to the provisions of the
Act by which the appellant is aggrieved: <please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal
address of the representative: <please specify>
5. Number of affidavits and documents enclosed with the appeal: <please specify>
6. Grounds of appeal (supported by an affidavit): <please specify>
7. Prayer: <please specify>
Place …………………………………….
Date ……………………………………
Appellant's Signature
E-GOVERNANCE
MISSION MODE PROJECT
(MMP)
CRIME AND CRIMINAL TRACKING
NETWORK & SYSTEMS
RFP FOR SELECTION OF SYSTEM
INTEGRATOR
VOLUME – III: Contractual and Legal
Terms
RELEASED BY:
Rajasthan Police
Government of Rajasthan
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 2 of 40
Table of Contents
1 GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT .......................... 5
1.1 CONTRACT DOCUMENTS ............................................................................................................ 7
1.2 INTERPRETATION ...................................................................................................................... 7
1.3 LANGUAGE ................................................................................................................................ 8
1.4 ELIGIBLE GOODS AND RELATED SERVICES ................................................................................ 8
1.5 SCOPE OF WORK ....................................................................................................................... 8
1.6 DELIVERY & INSTALLATION....................................................................................................... 9
1.7 SELECTED BIDDER’S RESPONSIBILITIES .................................................................................... 9
1.8 PURCHASER’S RESPONSIBILITIES .............................................................................................. 9
1.9 CONTRACT PRICE .................................................................................................................... 10
1.10 RECOVERIES FROM SELECTED BIDDER .................................................................................... 10
1.11 TAXES & DUTIES ..................................................................................................................... 10
1.12 INTELLECTUAL PROPERTY RIGHTS .......................................................................................... 10
1.12.1 Product Fixes ................................................................................................................. 10
1.12.2 Bespoke development: .................................................................................................. 11
1.12.3 Pre-existing work: ........................................................................................................ 11
1.13 COPYRIGHT ............................................................................................................................. 11
1.14 CONFIDENTIAL INFORMATION................................................................................................. 11
1.15 SPECIFICATIONS AND STANDARDS ........................................................................................... 12
1.16 PACKING AND DOCUMENTS ..................................................................................................... 13
1.17 INSURANCE ............................................................................................................................. 13
1.18 TRANSPORTATION ................................................................................................................... 13
1.19 INSPECTION ............................................................................................................................ 14
1.20 SAMPLES ................................................................................................................................. 14
1.21 DRAWL OF SAMPLES ................................................................................................................ 15
1.22 TESTING CHARGES .................................................................................................................. 15
1.23 REJECTION.............................................................................................................................. 15
1.24 DELIVERY PERIOD & EXTENT OF QUANTITY – REPEAT ORDERS .............................................. 16
1.25 FREIGHT ................................................................................................................................. 16
1.26 PAYMENTS .............................................................................................................................. 16
1.27 LIQUIDATED DAMAGES (LD) ................................................................................................... 16
1.28 LICENSES ................................................................................................................................ 17
1.29 SETTLEMENT OF DISPUTES ...................................................................................................... 17
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 3 of 40
1.30 LEGAL PROCEEDINGS .............................................................................................................. 17
1.31 AUTHENTICITY OF EQUIPMENT ............................................................................................... 17
1.32 WARRANTY ............................................................................................................................. 18
1.33 INDEMNIFICATION .................................................................................................................. 19
1.34 PATENT INDEMNITY ................................................................................................................ 20
1.35 LIMITATION OF LIABILITY ....................................................................................................... 21
1.36 FORCE MAJEURE .................................................................................................................... 21
1.37 CHANGE ORDERS AND CONTRACT AMENDMENTS .................................................................... 24
1.38 TERMINATION ......................................................................................................................... 24
1.39 EFFECTS OF TERMINATION ..................................................................................................... 25
1.40 PERSONNEL ............................................................................................................................ 26
1.41 TRADEMARKS, PUBLICITY........................................................................................................ 27
1.42 NOTICES ................................................................................................................................. 27
1.43 VARIATIONS AND FURTHER ASSURANCE ................................................................................. 27
1.44 COMPLIANCE WITH APPLICABLE LAW ...................................................................................... 28
1.45 PROFESSIONAL FEES ............................................................................................................... 28
1.46 ETHICS .................................................................................................................................... 28
1.47 EXIT MANAGEMENT ................................................................................................................ 28
2 SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ........................... 34
2.1 PAYMENT TERMS AND SCHEDULE ........................................................................................... 34
2.2 SERVICE LEVEL STANDARDS/ REQUIREMENTS/ CONTRACT..................................................... 34
2.3 CHANGE REQUESTS/ MANAGEMENT ....................................................................................... 34
3 ANNEXURE ............................................................................................................................... 37
3.1 DRAFT AGREEMENT FORMAT ......................................................................................... 37
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 4 of 40
General Terms and
Conditions of Tender &
Contract
1
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 5 of 40
1 GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their
bids.
a) Definitions
For the purpose of clarity, the following words and expressions shall have the meanings
hereby assigned to them: -
i. “Contract” means the Contract entered into between the Purchaser and the
successful/ selected bidder, together with the Contract Documents referred to
therein, including all attachments, appendices, and all documents incorporated
by reference therein.
ii. “Contract Documents” means the documents listed in the Contract, including any
amendments thereto.
iii. “Contract Price” means the price payable to the successful/ selected bidder as
specified in the Contract, subject to such additions and adjustments thereto or
deductions there from, as may be made pursuant to the Contract.
iv. “Contract/ Project Period” means the Contract/ Project Period shall commence
from the date of Signing of Contract till 5 Years which includes Operations &
Maintenance Services after successful commissioning of project.
v. “Day” means a calendar day as per GoR.
vi. “Delivery” means the transfer of the Goods from the successful/ selected bidder
to the Purchaser in accordance with the terms and conditions set forth in the
Contract.
vii. “Completion” means the fulfilment of the related services by the successful/
selected bidder in accordance with the terms and conditions set forth in the
Contract.
viii. “Goods” means all articles, material, commodities, electricity, livestock, furniture,
fixtures, raw material, spares, instruments, software (Application and System
Software), machinery, equipment, industrial plant, vehicles, aircraft, ships,
railway rolling stock and any other category of goods, whether in solid, liquid or
gaseous form, purchased or otherwise acquired for the use of a procuring entity
as well as services or works incidental to the supply of the goods if the value of
services or works or both does not exceed that of the goods themselves.
ix. “Purchaser/ Tendering Authority/ Procuring Entity” means Person or entity that
is a recipient of a good or service provided by a seller (bidder) under a purchase
order or contract of sale. Also called buyer, Rajasthan Police in this RFP
document.
x. “BoM” means the Bill of Material
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 6 of 40
xi. “Services” means any subject matter of procurement other than goods or works
and includes physical, maintenance, professional, intellectual, consultancy and
advisory services or any service classified or declared as such by a procuring
entity and does not include appointment of any person made by any procuring
entity
xii. “Subcontractor” means any person, private or government entity, or a
combination of the above, including its legal successors or permitted assigns, to
whom any part of the Goods to be supplied or execution of any part of the related
services is subcontracted by the successful/ selected bidder.
xiii. “Supplier/ Successful or Selected bidder” means the person, private or
government entity, or a combination of the above, whose Bid to perform the
Contract has been accepted by the Purchaser and is named as such in the
Contract, and includes the legal successors or permitted assigns of the successful/
selected bidder.
xiv. “The Site,” where applicable, means the designated project place(s) named in the
bidding document.
xv. “SLA” means Service Level Contract is a negotiated contract between two parties
wherein one is the Purchaser and the other is the successful Bidder. It is a service
contract where the level of service is formally defined. In practice, the term SLA is
sometimes used to refer to the contracted delivery time (of the service) or
performance.
xvi. “SOW” means Scope of Work for Successful bidder
xvii. “ETDC” means Electronic Testing & Development Center
xviii. “FOR/ FOB” means Free on Railway or Freight on Board
xix. “GoI/ GoR” means Govt. of India/ Govt. of Rajasthan
xx. “GF & AR” means General Financial and Accounts Rules of Rajasthan
xxi. “GR” means Goods receipt
xxii. “INR” means Indian Rupee
xxiii. “ISI” means Indian Standards Institution
xxiv. “ISO” means International Organization for Standardization
xxv. “LD” means Liquidated Damages
xxvi. “NIB” means Notice Inviting Bid
xxvii. “OEM” means Original Equipment Manufacturer
xxviii. “PSD/ SD” means Performance Security Deposit/ Security Deposit
xxix. “STQC” means Standardization Testing and Quality Certification, GoI
xxx. “TDS” means Tax Deduction at Source
xxxi. “VAT/ CenVAT” means Value Added Tax/ Central VAT
xxxii. “WO/ PO” means Work Order/ Purchase Order
xxxiii. “MAF” means Manufacture Authorization Form
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 7 of 40
xxxiv. “RTPPR” means Rajasthan Transparency in Public Procurement Rules, 2013.
xxxv. “RTPPA” means Rajasthan Transparency in Public Procurement Act, 2012.
xxxvi. “SPMU” means State Project Management Unit.
xxxvii. “CDPSM” means Centre for Development of Police Science and Management.
Note: The bidder shall be deemed to have carefully examined the conditions,
specifications, size, make and drawings, etc., of the goods to be supplied and related
services to be rendered. If the bidder has any doubts as to the meaning of any portion of
these conditions or of the specification, drawing, etc., he shall, before submitting the Bid
and signing the contract refer the same to the procuring entity and get clarifications.
1.1 Contract Documents
Subject to the order of precedence set forth in the Contract, all documents forming the
Contract (and all parts thereof) are intended to be correlative, complementary, and
mutually explanatory.
1.2 Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Contract: The Contract constitutes the entire contract between the
Purchaser and the Supplier/ Selected Bidder and supersedes all communications,
negotiations and contracts (whether written or oral) of parties with respect thereto
made prior to the date of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract, and is signed by a
duly authorized representative of each party thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay,
or indulgence by either party in enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the other shall prejudice, affect,
or restrict the rights of that party under the Contract, neither shall any waiver by
either party of any breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in
writing, dated, and signed by an authorized representative of the party granting
such waiver, and must specify the rights and the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered
invalid or unenforceable, such prohibition, invalidity or unenforceability shall not
affect the validity or enforceability of any other provisions and conditions of the
Contract.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 8 of 40
1.3 Language
a) The Contract as well as all correspondence and documents relating to the Contract
exchanged by the successful/ selected bidder and the Purchaser, shall be written in
English language only. Supporting documents and printed literature that are part of
the Contract may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the language specified in the special
conditions of the contract, in which case, for purposes of interpretation of the
Contract, this translation shall govern.
b) The successful/ selected bidder shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
1.4 Eligible Goods and Related Services
a) All articles/ goods being bid, other than those marked in the Bill of Material
(BoM)- (Annexure-6 of Volume- I of the RFP) should be the ones which
areproduced in volume and are used by a large number of users in India/ abroad.
All products quoted by the successful/ selected bidder must be associated with
specific make and model number, item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed
specifications should be clearly mentioned in the offer document by the bidder/
supplier. Also, the bidder is to quote/ propose only one make/ model against the
respective item.
b) The OEM/ Vendor of the quoted product must have its own registered spares depot
in India having adequate inventory of the equipment being quoted for providing
the necessary spares as per the requirements of this bidding document.
c) The OEM/ Vendor of the quoted product should also have its direct representation
in India in terms of registered office for at least past 3 years. The presence through
any Distribution/ System Integration partner contract will not be accepted.
d) Bidder must quote products in accordance with above clause “Eligible goods and
related services”.
1.5 Scope of Work
a) Subject to the provisions in the bidding document and contract, the goods and
related services to be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in the Contract, the scope of work shall include all such
items not specifically mentioned in the Contract but that can be reasonably inferred
from the Contract as being required for attaining delivery and completion of the
goods and related services as if such items were expressly mentioned in the
Contract.
c) The bidder shall not quote and supply any hardware/ software that is likely to be
declared as End of Sale in next 1 year and End of Service/ Support for a period of 5
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 9 of 40
Years from the last date of bid submission. OEMs are required to mention this in
the Contract for all the quoted hardware/ software. If any of the hardware/
software is found to be declared as End of Sale/ Service/ Support, then the bidder
shall replace all such hardware/ software with the latest ones having equivalent or
higher specifications without any financial obligation to the Purchaser.
1.6 Delivery & Installation
a) Subject to the conditions of the contract, the delivery of the goods and completion
of the related services shall be in accordance with the delivery and completion
schedule specified in the bidding document. The details of supply/ shipping and
other documents to be furnished by the successful/ selected bidder are specified in
the bidding document and contract.
b) The contract for the supply can be repudiated at any time by the Purchaser, if the
supplies are not made to his satisfaction after giving an opportunity to the bidder of
being heard and recording the reasons for repudiation.
c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the
ordered materials/ system as per specifications within the specified delivery and
commissioning period at various offices and locations mentioned in the bidding
document.
d) Shifting the place of Installation: The Purchaser will be free to shift the place of
installation within the same State. The successful/ selected bidder shall provide all
assistance, except transportation, in shifting of the equipment at no additional cost.
e) If the selected bidder feels that shifting of equipment anywhere within the state or
outside is in the interest of the project, the bidder may request the same to
Purchaser. If mutually agreed the place of installation may be changed. All cost in
such case would be borne by bidder.
1.7 Selected Bidder’s Responsibilities
The Selected Bidder shall supply all the goods and related services included in the
scope of supply in accordance with the provisions of bidding document and contract.
1.8 Purchaser’s Responsibilities
a) Whenever the supply of goods and related services requires that the Selected
Bidder obtain permits, approvals, and import and other licenses from local public
authorities, the Purchaser may provide support if so required by the Selected
Bidder.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 10 of 40
1.9 Contract Price
a) The Contract Price shall be paid as specified in the contract subject to any additions
and adjustments thereto, or deductions there from, as may be made pursuant to
the Contract.
b) Prices charged by the Selected Bidder for the Goods delivered and the Related
Services performed under the Contract shall not vary from the prices quoted by the
Selected Bidder in its bid.
1.10 Recoveries from Selected Bidder
a) Recoveries of liquidated damages, short supply, breakage, rejected articles shall
ordinarily be made from bills.
b) Amount may also be withheld to the extent of short supply, breakages, and rejected
articles and in case of failure in satisfactory replacement by the supplier along with
amount of liquidated damages shall be recovered from his dues and security
deposit available with the department.
c) In case, recovery is not possible recourse will be taken under RTPPR or any other
law in force.
1.11 Taxes & Duties
a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid
by Purchaser as per prevailing rates.
b) For goods supplied from outside India, the successful/ selected bidder shall be
entirely responsible for all taxes, stamp duties, license fees, and other such levies
imposed outside the country.
c) For goods supplied from within India, the successful/ selected bidder shall be
entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of
the contracted Goods to the Purchaser.
d) If any tax exemptions, reductions, allowances or privileges as per prevailing laws,
to the successful/ selected bidder in India, the Purchaser may provide necessary
support.
1.12 Intellectual Property Rights
1.12.1 Product Fixes
All products and related solutions and fixes provided pursuant to this contract shall be
licensed according to the terms of the license contract packaged with or otherwise
applicable to such product. The successful bidder would be responsible for arranging any
licenses associated with products without any additional cost to the Purchaser. “Product”
means any computer code, web-based services, or materials comprising commercially
released, pre-release or beta products (whether licensed for a fee or no charge) and any
derivatives of the foregoing
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 11 of 40
which are made available to Purchaser for license which is published by product owner
or its affiliates, or a third party. “Fixes” means product fixes that are either released
generally (such as commercial product service packs) or that are provided to successful
bidder when performing services (such as workarounds, patches, bug fixes, beta fixes
and beta builds) and any derivatives of the foregoing.
1.12.2 Bespoke development:
The IPR (Intellectual Property Rights) rights for any bespoke development done during
the implementation of the project will lie with Purchaser. Any customization in the
Application based on the requirements of the Purchaser, the source code of the
customized Application shall be the property of the Purchaser.
1.12.3 Pre-existing work:
All IPR including the source code and materials (other than products or fixes) developed
or otherwise obtained independently of the efforts of a party under this contract (“pre-
existing work”) shall remain the sole property of that party. During the performance of
the services for this contract, each party grants to the other party (and their sub-
contractors as necessary) a non-exclusive license to use, reproduce and modify any of its
pre-existing work provided to the other party solely for the performance of such services.
Except as may be otherwise explicitly agreed to in a statement of services, upon payment
in full, the successful bidder should grant Purchaser a non-exclusive, enterprise wide,
fully paid-up enterprise edition license(s) to use, reproduce and modify (if applicable)
the pre-existing work in the form delivered to Purchaser as part of the service
deliverables only for its internal business operations.
Purchaser’s license to pre-existing work is conditioned upon its compliance with the
terms of this contract and the enterprise wide license for unlimited number of users
applies solely to the pre-existing work that bidder leaves with Purchaser at the
conclusion of performance of the services
1.13 Copyright
The copyright in all drawings, design documents, source code and other materials
containing data and information furnished to the Purchaser by the Selected Bidder
herein shall remain vested in the Selected Bidder, or, if they are furnished to the
Purchaser directly or through the Selected Bidder by any third party, including suppliers
of materials, the copyright in such materials shall remain vested in such third party.
1.14 Confidential Information
a) The Purchaser and the Selected Bidder shall keep confidential and shall not,
without the written consent of the other party hereto, divulge to any third party any
drawings, documents, data, or other information furnished directly or indirectly by
the other party hereto in connection with the Contract, whether such information
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 12 of 40
has been furnished prior to, during or following completion or termination of the
Contract.
b) The Selected Bidder may furnish to its Subcontractor, if permitted, such
documents, data, and other information it receives from the Purchaser to the
extent required for the Subcontractor to perform its work under the Contract, in
which event the Selected Bidder shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received
from the Selected Bidder for any purposes unrelated to the Contract. Similarly, the
Selected Bidder shall not use such documents, data, and other information received
from the Purchaser for any purpose other than the design, procurement, or other
work and services required for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to
information that: -
i. the Purchaser or Selected Bidder need to share with other institutions
participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure
and which was not previously obtained, directly or indirectly, from the other
party; or
iv. otherwise lawfully becomes available to that party from a third party that has
no obligation of confidentiality.
e) The above provisions shall not in any way modify any undertaking of
confidentiality given by either of the parties hereto prior to the date of the Contract
in respect of the supply or any part thereof.
f) The provisions of this clause shall survive completion or termination, for whatever
reason, of the Contract.
1.15 Specifications and Standards
a) All articles supplied shall strictly conform to the specifications, trademark laid
down in the bidding document and wherever articles have been required according
to ISI/ ISO/ other applicable specifications/ certifications/ standards, those
articles should conform strictly to those specifications/ certifications/ standards.
The supply shall be of best quality and description. The decision of the competent
authority/ purchaser whether the articles supplied conform to the specifications
shall be final and binding on the selected bidder.
b) Technical Specifications and Drawings
i. The Selected Bidder shall ensure that the goods and related services comply
with the technical specifications and other provisions of the Contract.
ii. The Selected Bidder shall be entitled to disclaim responsibility for any design,
data, drawing, specification or other document, or any modification thereof
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 13 of 40
provided or designed by or on behalf of the Purchaser, by giving a notice of
such disclaimer to the Purchaser.
iii. iii. The goods and related services supplied under this Contract shall conform
to the standards mentioned in bidding document and, when no applicable
standard is mentioned, the standard shall be equivalent or superior to the
official standards whose application is appropriate to the country of origin of
the Goods.
c) Wherever references are made in the Contract to codes and standards in
accordance with which it shall be executed, the edition or the revised version of
such codes and standards shall be those specified in the bidding document. During
Contract execution, any changes in any such codes and standards shall be applied
only after approval by the Purchaser and shall be treated in accordance with the
general conditions of the contract.
1.16 Packing and Documents
a) The Selected Bidder shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final destination, as
indicated in the Contract. During transit, the packing shall be sufficient to
withstand, without limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage. Packing case size and
weights shall take into consideration, where appropriate, the remoteness of the
final destination of the Goods and the absence of heavy handling facilities at all
points in transit.
b) The packing, marking, and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided for in
the Contract, including additional requirements, if any, specified in the contract,
and in any other instructions ordered by the Purchaser.
1.17 Insurance
The goods will be delivered at the destination location as defined in the bidding
document in perfect condition. The Goods supplied under the Contract shall be fully
insured against loss by theft, destruction or damage incidental to manufacture or
acquisition, transportation, storage, fire, flood, under exposure to weather and delivery
at the designated project locations, in accordance with the applicable terms. The
insurance charges will be borne by the supplier and Purchaser will not be required to pay
such charges if incurred.
1.18 Transportation
The selected bidder shall be responsible for transport by sea, rail and road or air and
delivery of the material in the good condition to the consignee at destination. In the
event of any loss, damage, breakage or leakage or any shortage the bidder shall be liable
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 14 of 40
to make good such loss and shortage found at the checking/ inspection of the material by
the consignee. No extra cost on such account shall be admissible.
1.19 Inspection
a) The Purchaser or his duly authorized representative shall at all reasonable time
have access to the selected bidder’s premises and shall have the power at all
reasonable time to inspect and examine the materials and workmanship of the
goods/ equipment/ machineries during manufacturing process or afterwards as
may be decided. Inspection shall be made as required by the Purchaser at the time
of delivery and installation of goods (at selected bidder’s cost).
b) The selected bidder shall furnish complete address of the premises of his factory,
office, go-down and workshop where inspection can be made together with name
and address of the person who is to be contacted for the purpose.
c) After successful inspection, it will be selected bidder’s responsibility to dispatch
and install the equipment at respective locations without any financial liability to
the Purchaser. However, supplies when received at respective locations shall be
subject to inspection to ensure whether they conform to the specification.
d) The selected bidder has to follow the Standard Operating Procedures (SOP) as
provided in the bidding document based on the guidelines issued by NCRB and
MHA, GoI to implement CCTNS project in the state.
1.20 Samples
a) When notified by the Purchaser to the bidder/ selected bidder, goods marked in the
Bill of Material shall be accompanied by four sets of samples of the articles quoted
properly packed. Such samples if submitted personally will be received in the office.
A receipt will be given for each sample by the officer receiving the samples. Samples
if sent by train, etc., should be despatched freight paid and the R/R or G.R. should be
sent under a separate registered cover. Samples for catering/ food items should be
given in a plastic box or in polythene bags at the cost of the bidder.
b) Each sample shall be marked suitably either by written on the sample or on a slip of
durable paper securely fastened to the sample, the name of the bidder and serial
number of the item, of which it is a sample in the schedule.
c) Approved samples would be retained free of cost upto the period of six months after
the expiry of the contract. Purchaser shall not be responsible for any damage, wear
and tear or loss during testing, examination, etc., during the period these samples are
retained.
d) The Samples shall be collected by the bidder/ selected bidder on the expiry of
stipulated period. Purchaser shall in no way make arrangements to return the
samples. The samples uncollected within 9 months after expiry of contract shall be
forfeited by Purchaser and no claim for their cost, etc., shall be entertained.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 15 of 40
e) Samples not approved shall be collected by the unsuccessful bidder. Purchaser will
not be responsible for any damage, wear and tear, or loss during testing,
examination, etc., during the period these samples are retained. The uncollected
samples shall be forfeited and no claim for their cost, etc., shall be entertained.
f) Supplies when received may be subject to inspection to ensure whether they conform
to the specifications or with the approved samples. Where necessary or prescribed or
practical, tests shall be carried out in Government laboratories, reputed testing
house like STQC (ETDC) and the like and the supplies will be accepted only when the
articles conform to the standard of prescribed specifications as a result of such tests.
g) The selected bidder shall at its own expense and at no cost to the Purchaser carry out
all such tests and/ or inspections of the Goods and Related Services as are specified
in the bidding document.
1.21 Drawl of Samples
In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of
selected bidder or his authorised representative and properly sealed in their presence.
Once such set shall be given to them, one or two will be sent to the laboratories and/ or
testing house and the third or fourth will be retained in the office for reference and
record.
1.22 Testing charges
Testing charges shall be borne by the Government. In case of test results showing that
supplies are not upto the prescribed standards or specifications, the testing charges shall
be payable by the selected bidder.
1.23 Rejection
a) Articles not approved during inspection or testing shall be rejected and will have to
be replaced by the selected bidder at his own cost within the time fixed by the
Purchaser.
b) If, however, due to exigencies of Purchaser 's requirements, such replacement
either in whole or in part, is not considered feasible, the Purchaser after giving an
opportunity to the selected bidder of being heard shall for reasons to be recorded,
deduct a suitable amount from the approved rates. The deduction so made shall be
final.
c) The rejected articles shall be removed by the bidder/ selected bidder within 15 days
of intimation of rejection, after which Purchaser shall not be responsible for any
loss, shortage or damage and shall have the right to dispose of such articles as he
thinks fit, at the selected bidder’s risk and on his account.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 16 of 40
1.24 Delivery period & Extent of Quantity – Repeat Orders
a) The time specified for delivery shall be deemed to be the essence of the contract
and the successful bidder shall arrange supplies within the period on receipt of the
work order from the Purchaser.
b) The selected bidder shall arrange supplies within the stipulated time period.
c) If the Rajasthan Police does not procure any subject matter of procurement or
procures less than the quantity specified in the bidding documents due to change in
circumstances, the bidder shall not be entitled for any claim or compensation.
d) Repeat orders for extra items or additional quantities may be placed on the rates
and conditions given in the contract within one month of last delivery. Delivery or
completion period may also be proportionately increased. The limits of repeat
order shall be as under: - 50% of the value of goods or services of the original
contract.
1.25 Freight
a) All goods must be sent freight paid through Railways or goods transport.
b) In case supply is desired to be sent by the Purchaser by passenger train, the entire
railway freight will be borne by the bidder.
c) Remittance charges on payment made shall be borne by the bidder.
1.26 Payments
a) Unless otherwise agreed between the parties, payment for the delivery of the goods
will be made on submission of bill in proper form by the bidder to the Purchaser in
accordance with G.F.& A.R. All remittance charges will be borne by the bidder.
b) In case of disputed items, 10% to 25% of the amount shall be withheld and will be
paid on settlement of the dispute.
c) Payment in case of those goods which need testing shall be made only when such
tests have been carried out, test results received conforming to the prescribed
specification.
1.27 Liquidated Damages (LD)
a) In case of extension in the delivery period with liquidated damages the recovery
shall be made on the basis of following percentages of value of goods which the
bidder has failed to supply/ install/ complete:-
delay up to one fourth period of the prescribed delivery period: 2.5%
delay exceeding one fourth but not exceeding half of the prescribed period: 5.0%
delay exceeding half but not exceeding three fourth of the prescribed
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 17 of 40
period: 7.5%
delay exceeding three fourth of the prescribed period: 10%
b) Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is
less than half a day.
c) The maximum amount of liquidated damages shall be 10% of the contract value.
d) If the supplier requires an extension of time in completion of contractual supply on
account of occurrence of any hindrance, he shall apply in writing to the authority,
which has placed the supply order, for the same immediately on occurrence of the
hindrance but not after the stipulated date of completion of supply.
e) Delivery period may be extended with or without liquidated damages if the delay in
the supply of goods is on account of hindrances beyond the control of the bidder.
Penalty
f) The Service Level Agreement (SLA) as per Annexure 1 of Volume 1, would be
imposed on the successful bidder for any deviation from agreed performance
benchmark during the O&M phase of this project.
1.28 Licenses
Bidders must make their own arrangements to obtain import licence, if necessary. If a
bidder imposes conditions which are in addition to or in conflict with the conditions
mentioned herein, his bid is liable to summary rejection. In any case none of such
conditions will be deemed to have been accepted unless specifically mentioned in the
letter of acceptance of bid issued by the Purchaser.
1.29 Settlement of Disputes
If any dispute arise out of the contract with regard to the interpretation, meaning and
breach of the terms of the contract, the matter shall be referred to by the Parties to the
DG, Rajasthan Police who will appoint his next level deputy as the Sole Arbitrator of the
dispute who will not be related to this contract and whose decision shall be final. The
disputes settlement procedure shall be as per Arbitration and Conciliation Act, 1996 of
Government of India.
1.30 Legal Proceedings
All legal proceedings, regarding contract, by any of the parties (Purchaser or Successful
Bidder) shall have to be lodged in courts situated in Rajasthan and not elsewhere.
1.31 Authenticity of Equipment
a) The selected bidder shall certify that the supplied goods are brand new, authentic,
not refurbished, conform to the description and quality as specified in this bidding
document and are free from defects in material, workmanship and service.
b) If during the contract period, the said goods be discovered counterfeit/
unauthentic, or are not in compliance to the specification and quality mentioned in
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 18 of 40
the bidding document, the decision of the Purchaser in that behalf will be final and
conclusive, notwithstanding the fact that the Purchaser may have inspected and
approved the said goods. Such rejection of the goods will be at the selected bidder’s
risk and all the provisions relating to rejection of goods etc., shall apply. The
selected bidder shall, if so called upon to do, replace the goods etc., or such portion
thereof as is rejected by Purchaser, otherwise the selected bidder shall pay such
damage. Nothing herein contained shall prejudice any other right of the Purchaser
in that behalf under this contract or otherwise.
c) Goods accepted by the Purchaser in terms of the contract shall in no way dilute
Purchaser’s right to reject the same later, if found deficient in terms of the this
clause of the contract.
1.32 Warranty
a) The bidder must supply all items with comprehensive on-site OEM warranty valid
for 3 years from the successful Go-Live of the project after the goods, or any
portion thereof as the case may be, have been delivered to, installed and accepted
at the final destination(s) indicated in the bidding document. However, if delay of
installation is more than a month’s time due to the reasons ascribed to the bidder,
the warranty shall start from the date of last successful installation of the items
covered under the Purchase Order.
b) At the time of goods delivery, the selected bidder shall submit a certificate/
undertaking from all the respective OEMs mentioning the fact that the goods
supplied are covered under comprehensive warranty & support for the prescribed
period.
c) The Purchaser shall give a written notice to the selected bidder stating the nature of
any defect together with all available evidence thereof, promptly following the
discovery thereof. The Purchaser shall afford all reasonable opportunity for the
selected bidder to inspect such defects. Upon receipt of such notice, the selected
bidder shall expeditiously cause to repair the defective goods or parts thereof or
replace the defective goods or parts thereof with brand new genuine/ authentic
ones having similar or higher specifications from the respective OEM, at no cost to
the Purchaser. Any goods repaired or replaced by the selected bidder shall be
delivered at the respective location without any additional costs to the Purchaser.
d) If having been notified, the selected bidder fails to remedy the defect within the
period specified, the Purchaser may proceed to take within a reasonable period
such remedial action as may be necessary, in addition to other recourses available
in terms and conditions of the contract and bidding document.
e) During the warranty period, the bidder shall also be responsible to ensure adequate
and timely availability of spare parts needed for repairing the supplied goods.
f) The warranty on supplied software media, if any, should be at least 90 days.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 19 of 40
1.33 Indemnification
a) Subject to Clause mentioned below, Successful bidder (the "Indemnifying Party")
undertakes to indemnify Purchaser (the "Indemnified Party") from and against all
Losses on account of bodily injury, death or damage to tangible personal property
arising in favor of any person, corporation or other entity (including the
Indemnified Party) attributable to the Indemnifying Party's performance or non-
performance under this contract to the extent of the Indemnifying Party's
comparative fault in causing such Losses.
b) The indemnities set out in the above clause shall be subject to the following
conditions:
i. The Indemnified Party as promptly as practicable informs the Indemnifying
Party in writing of the claim or proceedings and provides all relevant
evidence, documentary or otherwise;
ii. The Indemnified Party shall, at the cost of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the Defense of such claim
including reasonable access to all relevant information, documentation and
personnel provided that the Indemnified Party may, at its sole cost and
expense, reasonably participate, through its attorneys or otherwise, in such
Defense;
iii. If the Indemnifying Party does not assume full control over the Defense of a
claim as provided in this Article, the Indemnifying Party may participate in
such Defense at its sole cost and expense, and the Indemnified Party will have
the right to defend the claim in such manner as it may deem appropriate, and
the cost and expense of the Indemnified Party will be included in Losses;
iv. The Indemnified Party shall not prejudice, proceedings or pay or accept any
claim, or compromise any proceedings or claim, without the written consent
of the Indemnifying Party;
v. All settlements of claims subject to indemnification under this Article will:
a) Be entered into only with the consent of the Indemnified Party,
which consent will not be unreasonably withheld and include an
unconditional release to the Indemnified Party from the
claimant or plaintiff for all liability in respect of such claim; and
b) Include any appropriate confidentiality contract prohibiting
disclosure of the terms of such settlement;
vi. The Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favor of the
Indemnified Party which are to be paid to it in connection with any such
claim or proceedings;
vii. The Indemnified Party shall take steps that the Indemnifying Party may
reasonably require to mitigate or reduce its loss as a result of such a claim or
proceedings;
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 20 of 40
viii. In the event that the Indemnifying Party is obligated to indemnify an
Indemnified Party pursuant to this Article, the Indemnifying Party will, upon
payment of such indemnity in full, be subrogated to all rights and defenses of
the Indemnified Party with respect to the claims to which such
indemnification relates; and
ix. If a Party makes a claim under the indemnity set out under clause mentioned
above in respect of any particular Loss or Losses, then that Party shall not be
entitled to make any further claim in respect of that Loss or Losses (including
any claim for damages).
1.34 Patent Indemnity
a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-
clause (b) below, indemnify and hold harmless the Purchaser and its employees
and officers from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser may suffer as a result
of any infringement or alleged infringement of any patent, utility model, registered
design, trademark, copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract by reason of: -
i. the installation of the Goods by the supplier/ selected bidder or the use
of the Goods in the country where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other than for
the purpose indicated by or to be reasonably inferred from the Contract, neither any
infringement resulting from the use of the Goods or any part thereof, or any products
produced thereby in association or combination with any other equipment, plant, or
materials not supplied by the supplier/ selected bidder, pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising
out of the matters referred to above, the Purchaser shall promptly give the
supplier/ selected bidder a notice thereof, and the supplier/ selected bidder may at
its own expense and in the Purchaser’s name conduct such proceedings or claim
and any negotiations for the settlement of any such proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days
after receipt of such notice that it intends to conduct any such proceedings or
claim, then the Purchaser shall be free to conduct the same on its own behalf.
d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available
assistance to the supplier/ selected bidder in conducting such proceedings or claim,
and shall be reimbursed by the supplier/ selected bidder for all reasonable
expenses incurred in so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and
its employees, officers, and Subcontractors (if any) from and against any and all
suits, actions or administrative proceedings, claims, demands, losses, damages,
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 21 of 40
costs, and expenses of any nature, including attorney’s fees and expenses, which
the supplier/ selected bidder may suffer as a result of any infringement or alleged
infringement of any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise existing at the date of
the Contract arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or designed by or on behalf
of the Purchaser.
1.35 Limitation of Liability
Except in cases of gross negligence or wilful misconduct: -
a) neither party shall be liable to the other party for any indirect or consequential loss
or damage, loss of use, loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any obligation of the selected bidder
to pay liquidated damages and other penalties as defined in the bidding document,
to the Purchaser; and
b) the aggregate liability of the selected bidder to the Purchaser, whether under the
Contract, in tort, or otherwise, shall not exceed the amount specified in the
Contract, provided that this limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the selected bidder to
indemnify the Purchaser with respect to patent infringement.
1.36 Force Majeure
The Successful bidder or the Purchaser as the case may be, shall be entitled to suspend
or excuse performance of its respective obligations under this Contract to the extent that
such performance is impeded by an event of force majeure (‘Force Majeure’).
Force Majeure events
A Force Majeure event means any event or circumstance or a combination of events and
circumstances referred to in this Clause, which:
a) Is beyond the reasonable control of the affected Party;
b) Such Party could not have prevented or reasonably overcome with the exercise of
reasonable skill and care;
c) Does not result from the negligence of such Party or the failure of such Party to
perform its obligations under this contract;
d) Is of an incapacitating nature and prevents or causes a delay or impediment in
performance; and
e) May be classified as all or any of the following events: Such events include:
I. Non-Political Events
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 22 of 40
a) Act of God, including earthquake, flood, inundation, landslide, exceptionally
adverse weather conditions, storm, tempest, hurricane, cyclone, lightning, thunder,
volcanic eruption, fire or other extreme atmospheric conditions;
b) Radioactive contamination or ionizing radiation or biological contamination except
as may be attributable to the Successful bidder’s use of radiation or radio-activity
or biologically contaminating material;
c) Strikes, lockouts, boycotts, labor disruptions or any other industrial disturbances
as the case may be not arising on account of the acts or omissions of the Successful
bidder and which affect the timely implementation and continued operation of the
Project; or
d) Any event or circumstances of a nature analogous to any of the foregoing.
II. Political Events
a) Change in Law, other than any Change in Law for which relief is provided under
this Contract;
b) Expropriation or compulsory acquisition by the Purchaser or any of their
nominated agencies of any material assets or rights of the Successful bidder;
c) Unlawful or unauthorized revocation of, or refusal by Purchaser or any of their
nominated agencies, GoI or any of its agencies to renew or grant any clearance or
Required Consents required by the Successful bidder to perform its obligations
without valid cause, provided that such delay, modification, denial, refusal or
revocation did not result from the Successful bidder’s inability or failure to comply
with any condition relating to grant, maintenance or renewal of such Required
Consents applied on a non-discriminatory basis;
d) Any judgment or order of any court of competent jurisdiction or statutory authority
in India made against the Successful bidder in any proceedings for reasons other
than failure of the Successful bidder to comply with Applicable Laws or Required
Consents or on account of breach thereof, or of any contract, or enforcement of this
contract or exercise of any of its rights under this contract;
e) Any requisition of the Project by any other authority; or
f) Any requisition of the Project by the Purchaser or any of their nominated agencies.
g) For the avoidance of doubt, suspension of the Project in accordance with the
provisions of this contract shall not be considered a requisition for the purposes of
Force Majeure event.
III. Other Events
a) An act of war (whether declared or undeclared), hostilities, invasion, armed conflict
or act of foreign enemy, blockade, embargo, prolonged riot, insurrection, terrorist
or military action, civil commotion or politically motivated sabotage, for a
continuous period exceeding seven (v') days.
For the avoidance of doubt, it is expressly clarified that the failure on the part of the
Successful bidder under this contract to implement any disaster contingency planning
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 23 of 40
and back-up and other data safeguards in accordance with the terms of this contract
against natural disaster, fire, sabotage or other similar occurrence shall not be deemed to
be a Force Majeure event.
Notification procedure for Force Majeure
a) The affected Party shall notify the other Party of a Force Majeure event within
seven (7) days of occurrence of such event. If the other Party disputes the claim for
relief under Force Majeure it shall give the claiming Party written notice of such
dispute within thirty (30) days of such notice. Such dispute shall be dealt with in
accordance with the dispute resolution mechanism in accordance with this Clause
b) Upon cessation of the situation which led the Party claiming Force Majeure, the
claiming Party shall within seven (7) days hereof notify the other Party in writing of
the cessation and the Parties shall as soon as practicable thereafter continue
performance of all obligations under this Contract.
Allocation of costs arising out of Force Majeure
a) Upon the occurrence of any Force Majeure Event prior to the Effective Date, the
Parties shall bear their respective costs and no Party shall be required to pay to the
other Party any costs thereof.
b) Upon occurrence of a Force Majeure Event after the Effective Date, the costs
incurred and attributable to such event and directly relating to the Project (‘Force
Majeure Costs’) shall be allocated and paid as follows:
• Upon occurrence of a Non-Political Event, the Parties shall bear their
respective Force Majeure Costs and neither Party shall be required to pay to
the other Party any costs thereof.
• Upon occurrence of an Other Event of Force Majeure, all Force Majeure
Costs attributable to such Other Event, and not exceeding the Insurance
Cover for such Other Event, shall be borne by the successful bidder.
• Upon occurrence of a Political Event, all Force Majeure Costs attributable to
such Political Event shall be reimbursed by Purchaser to the successful
Bidder.
• For the avoidance of doubt, Force Majeure Costs may include interest
payments on debt, operation and maintenance expenses, any increase in the
cost of the Services on account of inflation and all other costs directly
attributable to the Force Majeure Event.
• Save and except as expressly provided in this Clause, neither Party shall be
liable in any manner whatsoever to the other Party in respect of any loss,
damage, costs, expense, claims, demands and proceedings relating to or
arising out of occurrence or existence of any Force Majeure Event or exercise
of any right pursuant hereof.
Consultation and duty to mitigate
a) Except as otherwise provided in this Clause, the affected Party shall, at its own cost,
take all steps reasonably required to remedy and mitigate the effects of the Force
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 24 of 40
Majeure event and restore its ability to perform its obligations under this contract
as soon as reasonably practicable. The Parties shall consult with each other to
determine the reasonable measures to be implemented to minimize the losses of
each Party resulting from the Force Majeure event. The affected Party shall keep
the other Parties informed of its efforts to remedy the effect of the Force Majeure
event and shall make reasonable efforts to mitigate such event on a continuous
basis and shall provide written notice of the resumption of performance hereunder.
1.37 Change Orders and Contract Amendments
a) The Purchaser may at any time order the selected bidder through Notice in
accordance with clause “Notices” , to make changes within the general scope of the
Contract in any one or more of the following: -
i. drawings, designs, or specifications, where Goods to be furnished under
the Contract are to be specifically manufactured for the Purchaser;
ii. the method of shipment or packing;
iii. the place of delivery; and
iv. the related services to be provided by the selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time
required for, the selected bidder’s performance of any provisions under the
Contract, an equitable adjustment shall be made in the Contract Price or in the
Delivery and Completion Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the selected bidder for adjustment under this clause must
be asserted within thirty (30) days from the date of the selected bidder’s receipt of
the Purchaser’s change order.
c) Prices to be charged by the selected bidder for any related services that might be
needed but which were not included in the Contract shall be agreed upon in
advance by the parties and shall not exceed the prevailing rates charged to other
parties by the selected bidder for similar services.
1.38 Termination
a) Termination for Default
i. The procuring entity may, without prejudice to any other remedy for breach of
contract, by written notice of default of at least 30 days sent to the selected
bidder, terminate the contract in whole or in part: -
1. If the selected bidder fails to deliver any or all quantities of the
goods/services within the time period specified in the contract, or any
extension thereof granted by Purchaser; or
2. If the selected bidder fails to perform any other obligation under the
contract within the specified period of delivery of service or any
extension granted thereof; or
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 25 of 40
3. If the selected bidder, in the judgement of the Purchaser, is found to
be engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for or in executing the contract.
4. If the selected bidder commits breach of any condition of the contract.
ii. If Purchaser terminates the contract in whole or in part, amount of PSD may be
forfeited.
b) Termination for Insolvency
Purchaser may at any time terminate the Contract by giving a written notice of at least
30 days to the selected bidder, if the selected bidder becomes bankrupt or otherwise
insolvent. In such event, termination will be without compensation to the selected
bidder, provided that such termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to Purchaser.
c) Termination for Convenience
i. Purchaser, by a written notice of at least 30 days sent to the selected bidder
may terminate the Contract, in whole or in part, at any time for its convenience.
The Notice of termination shall specify that termination is for the Purchaser’s
convenience, the extent to which performance of the selected bidder under the
Contract is terminated, and the date upon which such termination becomes
effective.
ii. Depending on merits of the case the selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if
any due to such termination.
iii. The Goods that are complete and ready for shipment within twenty-eight (28)
days after the selected bidder’s receipt of the Notice of termination may be
accepted by the Purchaser at the Contract terms and prices; the decision of
Purchaser would be final. For the remaining Goods, the Purchaser may elect:
1. To have any portion completed and delivered at the Contract terms
and prices; and/or
2. To cancel the remainder and pay to the selected bidder an agreed
amount for partially completed Goods and Related Services and for
materials and parts previously procured by the selected bidder.
1.39 Effects Of Termination
a) In the event that Purchaser terminates this Contract pursuant to failure on the part
of the Successful bidder to comply with the conditions as contained in this Clause
and depending on the event of default, Performance Guarantee furnished by
Successful bidder may be forfeited.
b) Upon termination of this Contract, the Parties will comply with the Exit
Management requirements set in this Contract.
c) In the event that Purchaser terminates this Contract, the compensation will be
decided in accordance with terms and condition of this Contract.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 26 of 40
d) On termination of this Contract for any reason, the Purchaser will decide the
appropriate course of action.
1.40 Personnel
a) The personnel assigned by Successful bidder to perform the Services shall be
employees of Successful bidder, and under no circumstances shall such personnel
be considered employees of Purchaser or its nominated agencies. The Successful
bidder shall have the sole responsibility for the supervision and control of its
personnel and for payment of such personnel’s compensation, including salary,
withholding of income taxes and social security taxes, worker’s compensation,
employee and disability benefits and the like and shall be responsible for all
obligations of an employer subject to Applicable Law.
b) The Successful bidder shall use its best efforts to ensure that sufficient personnel
are assigned to perform the Services and those personnel have appropriate
qualifications to perform the Services. After discussion with Successful bidder,
Purchaser shall have the right to require the removal or replacement of any such
personnel performing work under this Contract. In the event that Purchaser or its
nominated agencies requests that any personnel be replaced, the substitution of
such personnel shall be accomplished pursuant to a mutually agreed upon
schedule.
c) The Successful bidder shall also be responsible to train certain employees of
Purchaser, or its nominated agencies with regard to the Services being provided by
the Successful bidder as and when required by the Purchaser or its nominated
agencies during the entire project period. The parameters of the training required
for these employees of Purchaser or its nominated agencies shall be communicated
by Purchaser or its nominated agencies to the Successful bidder periodically and
shall be in accordance with the latest procedures and processes available in the
relevant areas of work.
d) In the event that the Purchaser or its nominated agencies identifies any personnel
of Successful bidder as “Key Personnel”, then the Successful bidder shall not
remove such personnel from the Purchaser or its nominated agencies engagement
without the prior written consent of Purchaser or its nominated agencies unless
such removal is the result of an unavoidable circumstance including but not limited
to resignation, termination, medical leave, etc.
e) Except as stated in this Clause, nothing in this Contract will limit the ability of
Successful bidder to freely assign or reassign its employees; provided that
Successful bidder shall be responsible, at its expense, for transferring all
appropriate knowledge from personnel being replaced to their replacements.
Purchaser or its nominated agencies shall have the right to review and approve
Successful bidder’s plan for any such knowledge transfer. Successful bidder shall
maintain the same or higher standards for skills and professionalism among
replacement personnel as in personnel being replaced.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 27 of 40
f) Each Party shall be responsible for the performance of all its obligations under this
Contract as the case may be and shall be liable for the acts and omissions of its
employees and agents in connection therewith.
g) Neither Party will solicit for employment or knowingly hire an employee of the
other Party with whom such Party has contact pursuant to project engagements
under this Contract. This restriction shall not apply to employees of either Party
responding to advertisements in job fairs or news media circulated to the general
public.
1.41 Trademarks, Publicity
The successful bidder shall not use the trademarks of the Purchaser without the prior
written consent. Except as required by law or the rules and regulations, the successful
bidder shall not publish or permit to be published either along or in conjunction with any
other person any press release, information, article, photograph, illustration or any other
material of whatever kind relating to this Contract, the SLA or the business without prior
reference to and approval in writing from the Purchaser. Such approval may not to be
unreasonably withheld or delayed by the Purchaser.
1.42 Notices
a) Any notice or other document which may be given by either Party under this
Contract shall be given in writing in person or by pre-paid recorded delivery post,
email or by facsimile transmission.
b) In relation to a notice given under this Contract, any such notice or other document
shall be addressed to the other Party’s principal or registered office.
c) In relation to a notice given under the Contract, a Party shall specify the Parties’
address for service of notices, any such notice to be copied to the Parties at the
addresses set out in this Clause.
d) Any such notice or other document shall be deemed to have been given to the other
Party (or, if relevant, its relevant associated company) when delivered (if delivered
in person) if delivered between the hours of 9.00 am and 5.00 pm at the address of
the other Party set forth above or if sent by fax, provided the copy fax is
accompanied by a confirmation of transmission, or on the next working day
thereafter if delivered outside such hours, and 7 days from the date of posting (if by
letter).
e) Either Party to this Contract may change its address, telephone number, facsimile
number and nominated contact for notification purposes by giving the other
reasonable prior written notice of the new information and its effective date.
1.43 Variations and Further Assurance
a) No amendment, variation or other change to this Contract shall be valid unless
authorized in accordance with the change control procedure as set out in this
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 28 of 40
Contract. Such amendment shall be made in writing and signed by the duly
authorized representatives of the Parties to this Contract.
b) Each Party to this Contract agrees to enter into or execute, without limitation,
whatever other contract, document, consent and waiver and to do all other things
which shall or may be reasonably required to complete and deliver the obligations
set out in this Contract.
1.44 Compliance with Applicable Law
Each Party to this Contract accepts that its individual conduct shall (to the extent
applicable to it) at all times comply with all laws, rules and regulations of government
and other bodies having jurisdiction over the area in which the Services are undertaken
provided that changes in such laws, rules and regulations which result in a change to the
Services shall be dealt with in accordance with the Change Control Schedule set out in
this Contract. For the avoidance of doubt the obligations of the Parties to this Contract
are subject to their respective compliance with all local, state, national, supra-national,
foreign and international laws and regulations.
1.45 Professional Fees
All expenses incurred by or on behalf of each Party to this Contract , including all fees of
agents, legal advisors, accountants and actuaries employed by either of the Parties in
connection with the negotiation, preparation and execution of this Contract shall be
borne solely by the respective Party which incurred them.
1.46 Ethics
The Successful bidder represents, warrants and covenants that it has given no
commitments, payments, gifts, kickbacks, lavish or expensive entertainment, or other
things of value to any employee or agent of Purchaser or its nominated agencies in
connection with this contract and acknowledges that the giving of any such payment,
gifts, entertainment, or other things of value is strictly in violation of Purchaser standard
policies and may result in cancellation of this Contract.
1.47 Exit Management
Purpose
a) This clause sets out the provisions, which will apply on expiry or termination of
the Contract.
b) In the case of termination during the project implementation and Operation and
Management, the Parties shall agree at that time whether, and if so during what
period, the provisions of this clause shall apply.
c) The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this clause.
Transfer of Assets
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 29 of 40
a) Purchaser shall be entitled to serve notice in writing on the successful bidder at
any time during the exit management period as detailed hereinabove requiring
the successful bidder and/or its sub contractors to provide the Purchaser with a
complete and up to date list of the Assets within 30 days of such notice.
Purchaser shall then be entitled to serve notice in writing on the successful bidder
at any time prior to the date that is 30 days prior to the end of the exit
management period requiring the successful bidder to sell the Assets, if any, to be
transferred to Purchaser or its nominated agencies at book value as determined
as of the date of such notice in accordance with the provisions of relevant laws.
b) In case of contract being terminated by Purchaser, Purchaser reserves the right to
ask successful bidder to continue running the project operations for a period of 6
months after termination orders are issued. The other liquidated damages and
SLA would be applicable during this period.
c) Upon service of a notice under this Article the following provisions shall apply:
i. in the event, if the Assets to be transferred are mortgaged to any financial
institutions by the successful bidder, the successful bidder shall ensure
that all such liens and liabilities have been cleared beyond doubt, prior to
such transfer. All documents regarding the discharge of such lien and
liabilities shall be furnished to the Purchaser.
ii. All risk in and title to the Assets to be transferred / to be purchased by the
Purchaser pursuant to this Article shall be transferred to Purchaser, on
the last day of the exit management period.
iii. Purchaser shall pay to the successful bidder on the last day of the exit
management period such sum representing the Net Block (procurement
price less depreciation as per provisions of Companies Act) of the Assets
to be transferred as stated in the Terms of Payment Schedule.
iv. Payment to the outgoing successful bidder shall be made to the tune of
last set of completed services / deliverables, subject to SLA requirements.
v. The outgoing successful bidder will pass on to Purchaser and/or to the
Replacement successful bidder, the subsisting rights in any leased
properties/ licensed products on terms not less favorable to Purchaser/
Replacement successful bidder, than that enjoyed by the outgoing
successful bidder.
Cooperation and Provision of Information
During the exit management period:
a) The Successful bidder will allow the Purchaser access to information reasonably
required to define the then current mode of operation associated with the
provision of the services to enable the Purchaser to assess the existing services
being delivered;
b) Promptly on reasonable request by the Purchaser, the successful bidder shall
provide access to and copies of all information held or controlled by them which
they have prepared or maintained in accordance with this contract relating to any
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 30 of 40
material aspect of the services (whether provided by the Successful bidder or sub
contractors appointed by the Successful bidder). The Purchaser shall be entitled
to copy of all such information. Such information shall include details pertaining
to the services rendered and other performance data. The Successful bidder shall
permit the Purchaser or its nominated agencies to have reasonable access to its
employees and facilities as reasonably required to understand the methods of
delivery of the services employed by the Successful bidder and to assist
appropriate knowledge transfer.
Confidential Information, Security and Data
a) The Successful bidder will promptly on the commencement of the exit
management period supply to the Purchaser the following:
i. Information relating to the current services rendered and Purchaser and
performance data relating to the performance of sub contractors in
relation to the services;
ii. Documentation relating to Project’s Intellectual Property Rights;
iii. Documentation relating to sub-contractors;
iv. All current and updated data as is reasonably required for purposes of
Purchaser or its nominated agencies transitioning the services to its
replacement bidder in a readily available format nominated by the
Purchaser, ;
v. All other information (including but not limited to documents, records
and contracts) relating to the services reasonably necessary to enable
Purchaser or its nominated agencies, or its replacement bidder to carry
out due diligence in order to transition the provision of the Services to
Purchaser or its nominated agencies, or its replacement bidder (as the
case may be).
b) Before the expiry of the exit management period, the Successful bidder shall
deliver to the Purchaser all new or up-dated materials from the categories set out
in Schedule above and shall not retain any copies thereof, except that the
Successful bidder shall be permitted to retain one copy of such materials for
archival purposes only.
c) Before the expiry of the exit management period, unless otherwise provided
under the Contract, the Purchaser shall deliver to the Successful bidder all forms
of Successful bidder confidential information, which is in the possession or
control of Purchaser .
Employees
a) Promptly on reasonable request at any time during the exit management period,
the Successful bidder shall, subject to applicable laws, restraints and regulations
(including in particular those relating to privacy) provide to the Purchaser a list
of all employees (with job titles) of the Successful bidder dedicated to providing
the services at the commencement of the exit management period.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 31 of 40
b) Where any national, regional law or regulation relating to the mandatory or
automatic transfer of the contracts of employment from the Successful bidder to
the Purchaser, or a replacement bidder ("Transfer Regulation") applies to any or
all of the employees of the Successful bidder, then the Parties shall comply with
their respective obligations under such Transfer Regulations.
c) To the extent that any Transfer Regulation does not apply to any employee of the
Successful bidder, department, or its replacement bidder may make an offer of
employment or contract for services to such employee of the Successful bidder
and the Successful bidder shall not enforce or impose any contractual provision
that would prevent any such employee from being hired by the SPMU or any
replacement bidder.
Transfer of Certain Contracts
On request by the Purchaser the Successful bidder shall effect such assignments,
transfers, licenses and sub-licenses as the Director General of Police may require the
same in the name of Director General of Police, Rajasthan or its replacement bidder in
relation to any equipment lease, maintenance or service provision contract between
Successful bidder and third party licensor, vendors, and which are related to the services
and reasonably necessary for the carrying out of replacement services by the Purchaser
or its replacement bidder.
Rights of Access to Premises
a) At any time during the exit management period, where Assets are located at the
Successful bidder's premises, the Successful bidder will be obliged to give
reasonable rights of access to (or, in the case of Assets located on a third party's
premises, procure reasonable rights of access to) the Purchaser and/or any
replacement bidder in order to make an inventory of the Assets.
b) The Successful bidder shall also give the Purchaser or any of its nominated
agency or any replacement bidder right of reasonable access to the Successful
bidder's premises and shall procure the Purchaser or any of its nominated agency
and any replacement bidder rights of access to relevant third party premises
during the exit management period and for such period of time following
termination or expiry of the Contract as is reasonably necessary to migrate the
services to the Purchaser , or a replacement bidder.
General Obligations of the Successful bidder
a) The Successful bidder shall provide all such information as may reasonably be
necessary to effect as seamless a handover as practicable in the circumstances to
the Purchaser or its replacement bidder and which the Successful bidder has in
its possession or control at any time during the exit management period.
b) For the purposes of this Schedule, anything in the possession or control of any
Successful bidder, associated entity, or sub contractor is deemed to be in the
possession or control of the Successful bidder.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 32 of 40
c) The Successful bidder shall commit adequate resources to comply with its
obligations under this clause.
Exit Management Plan
a) The Successful bidder shall provide the Purchaser with a recommended exit
management plan ("Exit Management Plan") which shall deal with at least the
following aspects of exit management in relation to the Contract as a whole and
in relation to the Project Implementation, and the Operation and Management
SLA.
i. A detailed program of the transfer process that could be used in
conjunction with a replacement bidder including details of the means to
be used to ensure continuing provision of the services throughout the
transfer process or until the cessation of the services and of the
management structure to be used during the transfer;
ii. plans for the communication with such of the Successful bidder's sub
contractors, staff, suppliers, customers and any related third party as are
necessary to avoid any material detrimental impact on the Purchaser’s
operations as a result of undertaking the transfer;
iii. (if applicable) proposed arrangements for the segregation of the
Successful bidder's networks from the networks employed by Purchaser
and identification of specific security tasks necessary at termination;
iv. Plans for provision of contingent support to Purchaser and replacement
bidder for a reasonable period after transfer.
b) The Successful bidder shall re-draft the Exit Management Plan annually
thereafter to ensure that it is kept relevant and up to date.
c) Each Exit Management Plan shall be presented by the Successful bidder to and
approved by the Purchaser or its nominated agencies.
d) The terms of payment as stated in the Terms of Payment Schedule includes the
costs of the Successful bidder complying with its obligations under this Schedule.
e) In the event of termination or expiry of Contract, and Project Implementation,
each Party shall comply with the Exit Management Plan.
f) During the exit management period, the Successful bidder shall use its best
efforts to deliver the services.
g) Payments during the Exit Management period shall be made in accordance with
the Terms of Payment Schedule.
h) This Exit Management plan shall be furnished in writing to the Purchaser or its
nominated agencies within 90 days from the Effective Date of this Contract.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 33 of 40
2
Special Terms and
Conditions of Tender &
Contract
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 34 of 40
2 SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
2.1 Payment Terms and Schedule
Refer Volume- II of this RFP
2.2 Service Level Standards/ Requirements/ Contract
Refer Annexure- 1 of Volume - I of this RFP
2.3 Change Requests/ Management
a) An institutional mechanism will be set up for taking decisions regarding requests
for changes. The Purchaser will set up a Change Control Committee with
members from the procurement agency and the selected bidder. If it is unable to
reach a consensus, the decision of the Purchaser will be final.
b) Purchaser may at any time, by a written order given to the bidder , make changes
within the general scope of the Contract in any one or more of the following: -
i. Designs, specifications, requirements which software or service to be
provided under the Contract are to be specifically developed and rendered
for Purchaser.
ii. The method of deployment, shipping or packing.
iii. Schedule for Installation Acceptance.
iv. The place of delivery and/or the services to be provided by the bidder.
c) The change request/ management procedure will follow the following steps: -
i. Identification and documentation of the need for the change - The
information related to initiator, initiation date and details of change
required and priority of the change will be documented by Purchaser.
ii. Analysis and evaluation of the Change Request - Impact of the change in
terms of the estimated effort, changed schedule, cost and the items
impacted will be analysed and documented by the bidder.
iii. Approval or disapproval of the change request – Purchaser will approve
or disapprove the change requested including the additional payments for
software development, quoted man-month rate shall be used for cost
estimation, efforts of all technical resources- project manager, analyst,
software developer, testing engineer, database architecture etc shall be
taken into account for total man-month estimation to carry out the s/w
development resulting from the change request. For all technical
resources irrespective of their experience and specialisation, the quoted
man-month rate shall be used. Efforts of support staff shall not be taken
into consideration for this purpose.
iv. Implementation of the change – The change will be implemented in
accordance to the agreed cost, effort, and schedule by the selected bidder.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 35 of 40
v. Verification of the change - The change will be verified by Purchaser on
implementation of the change request.
d) All changes outside the scope of supplies agreed to herein which may have likely
financial implications in terms of the overall cost/ time of the project shall be
undertaken by successful bidder only after securing the express consent of
Purchaser. In the event that the consent of Purchaser is not received then the
change will not be carried out.
e) While approving any change request, if required, Purchaser may ask the bidder to
deploy the required resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an
increase or decrease in cost of, or the time required for, firm’s performance of any
provisions under the Contract, equitable adjustments shall be made in the
Contract Price or Delivery Schedule, or both, and the Contract shall accordingly
be amended. Any claims by firm for adjustment under this must be asserted
within 30 (thirty) days from the date of successful bidder receiving the Purchaser
change order which shall not be unreasonably withheld or delayed.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 36 of 40
Annexure
3
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 37 of 40
3 ANNEXURE
3.1 DRAFT AGREEMENT FORMAT
This Contract is made and entered into on this _____________ day of , <<Year>> by
and between Governor of Rajasthan acting through Additional Director General of Police
and Member Secretary of the CDPSM, Rajasthan Police Academy, Jaipur, India (herein
after referred to as Purchaser) which term or expression, unless excluded by or
repugnant to the subject or context, shall include his successors in office and assignees
on ONE PART
And
M/s , a company registered under with
its registered office at (herein after referred as the “Successful Bidder/ Supplier”) which
term or expression, unless excluded by or repugnant to the subject or context, shall
include his successors in office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title> as per the Scope of
Work and Terms and Conditions as set forth in the RFP document dated of
<NIB No >.
And whereas
The successful bidder/supplier represents that it has the necessary experience for
carrying out the overall work as referred to herein and has submitted a bid and
subsequent clarifications for providing the required services against said NIB and RFP
document issued in this regard, in accordance with the terms and conditions set forth
herein and any other reasonable requirements of the Purchaser from time to time.
And whereas
Purchaser has accepted the bid of supplier and has placed the Work Order vide Letter
No. __________________ dated _______, on which M/s__________ has given
their acceptance vide their Letter No._____________ dated ____________.
And whereas
M/s The successful bidder/ supplier has deposited a sum of Rs. ________________/-
(Rupees _________________) in the form of __________________ ref no.
_________________ dated ______________ of ____________ Bank and valid
up to _____________ as security deposit for the due performance of the contract.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 38 of 40
Now it is hereby agreed to by and between both the parties as under: -
1. The NIB Ref. No. ____________________________ dated ___________
and RFP document dated _________ issued by Purchaser along with its
enclosures/ annexures, wherever applicable, are deemed to be taken as part of this
contract and are binding on both the parties executing this contract.
2. In consideration of the payment to be made by Purchaser to supplier at the rates set
forth in the work order no. ____________________ dated_________ will duly
supply the said articles set forth in “Annexure-I: Bill of Material” thereof and provide
related services in the manner set forth in the RFP, along with its enclosures/
annexures and Technical Bid along with subsequent clarifications submitted by
supplier.
3. The Purchaser do hereby agree that if supplier shall duly supply the said articles and
provide related services in the manner aforesaid observe and keep the said terms and
conditions of the RFP and Contract, the Purchaser will pay or cause to be paid to
supplier, at the time and the manner set forth in the said conditions of the RFP, the
amount payable for each and every project milestone & deliverable. The mode of
Payment will be as specified in the RFP document.
4. The timelines for the prescribed Scope of Work, requirement of services and
deployment of technical resources shall be effected from the date of work order i.e.
____________ and completed by supplier within the period as specified in the
RFP document.
5. supplier has failed to supply/ install/ complete: -
a) Delay up to one fourth period of the prescribed delivery period,
successful installation & completion of work
2.5%
b) Delay exceeding one fourth but not exceeding half of the prescribed
delivery period, successful installation & completion of work.
5.0%
c) Delay exceeding half but not exceeding three fourth of the
prescribed delivery period, successful installation & completion of
work.
7.5%
d) Delay exceeding three fourth of the prescribed delivery period,
successful installation & completion of work.
10.0%
Note:
i. Fraction of a day in reckoning period of delay in supplies/ maintenance
services shall be eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
iii. If supplier requires an extension of time in completion of contractual supply
on account of occurrence of any hindrances, he shall apply in writing to the
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 39 of 40
authority which had placed the work order, for the same immediately on
occurrence of the hindrance but not after the stipulated date of completion of
supply.
iv. Delivery period may be extended with or without liquidated damages if the
delay in the supply of goods in on account of hindrances beyond the control of
supplier.
6. All disputes arising out of this agreement and all questions relating to the
interpretation of this agreement shall be decided as per the procedure mentioned in
the RFP document.
In witness whereof the parties have caused this contract to be executed by their
Authorized Signatories on this _____day of _______________, 2013.
Signed By: Signed By:
( )
Designation:,
Company:
For and on behalf of Governor of
Rajasthan
In the presence of:
In the presence of:
( )
Designation:
Company:
( )
Designation:
For and on behalf of Governor of
Rajasthan
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-III -CCTNS Rajasthan
Rajasthan Police Page 40 of 40
( )
Designation:
Company:
( )
Designation:
For and on behalf of Governor of
Rajasthan