e-governance - national crime records bureauncrb.gov.in/bureaudivisions/cctnsnew/data/all state...
TRANSCRIPT
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
4.5 NON – DISCLOSURE AGREEMENT (NDA) .................................................................... 106
4.6 FORMAT FOR SUBMISSION OF QUERIES FOR CLARIFICATION .............................. 108
4.7 EARNEST MONEY DEPOSIT ............................................................................................ 109
4.8 BID COVER LETTER.......................................................................................................... 113
4.9 ADVANCE BANK GUARANTEE ....................................................................................... 115
4.10 PERFORMANCE BANK GUARANTEE ............................................................................. 118
4.11 MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ....................................... 121
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- 21/02/2014; 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- 21/02/2014
Submission of Banker’s
Cheque/ Demand Draft for
Tender Fee, RISL
Start Date/Time-22/01/2014; 5:00 pm
End Date/Time- 21/02/2014; 3:00pm
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 as on
the date of submission of bid
Copy of SEI CMMi Level 5 certificate
or reassessment self certification (in
case if reassessment is applied for).
In case of reassessment the Bidder
need to submit the certificate before
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 23 of 121
contract signing.
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
Notes:
i. ‘IT-projects’ relates to projects involving IT Infrastructure procurement and
commissioning, IT Application Customization, Integration with legacy
systems, Deployment and Maintenance
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 24 of 121
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
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.
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 25 of 121
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
8. Undertaking on Provision for Support for Software 4.2.8
9. Undertaking on Service Level Compliance 4.2.9
Mission Mode Project-CCTNS Request for Proposal (RFP) Vol-II -CCTNS Rajasthan
Rajasthan Police Page 26 of 121
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 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.
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
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 54 of 121
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.
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
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
____________________________________, 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;
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 58 of 121
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:
iv. Address of the Office in Rajasthan or alternatively an undertaking
that the same would be established within two months of signing
the contract.
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 59 of 121
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
Mandatory Supporting Documents:
a) Letter from the client to indicate the successful completion of the projects
Project Capability Demonstration
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 60 of 121
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
Total cost of the services provided by the
Bidder
Place (town, state) where the project was
executed (deployment, operations and
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 61 of 121
Relevant e-Governance project experience
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
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
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 62 of 121
Relevant e-Governance project experience
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
Scope of services
Service levels being offered
Technologies used
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 63 of 121
Relevant IT project experience
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
as
e
pr
ov
ide
p
ag
e
nu
mb
er/s
ec
tion
-
nu
mb
er/v
olu
me
)
Se
rv
ice
s
pr
op
os
ed
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
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:
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 rate
180
IV Capacity
Building Costs
for state level/
specialized
trainings
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)
Mission Mode Project-CCTNS Request for Proposal (RFP) - Vol-II-Rajasthan
Rajasthan Police Page 106 of 121
4.5 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.
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
4.6 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
4.7 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
4.8 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
4.9 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
4.10 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
4.11 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