surveillance system rfp -...

1152
REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF AN AGENCY FOR DESIGN, IMPLEMENTATION AND MANAGEMENT OF CLOUD BASED IP CCTV SURVEILLANCE SYSTEM IN AP APSFL/Surveillance Cloud/89/2016, DATED-21/12/2016 Andhra Pradesh State FiberNet Limited, Plot No.5,6,15&16, 1st Floor, KKR Square, Kavuri Hills, Phase- I, Jubilee Hills, Hyderabad 500 033, India. Tel: +91 040 2339 1165 www.apsfl.in

Upload: others

Post on 20-Mar-2020

34 views

Category:

Documents


0 download

TRANSCRIPT

  • REQUEST FOR PROPOSAL (RFP)

    FOR

    SELECTION OF AN AGENCY

    FOR

    DESIGN, IMPLEMENTATION AND MANAGEMENT OF CLOUD BASED IP CCTV

    SURVEILLANCE SYSTEM IN AP

    APSFL/Surveillance Cloud/89/2016, DATED-21/12/2016

    Andhra Pradesh State FiberNet Limited,

    Plot No.5,6,15&16, 1st Floor, KKR Square, Kavuri Hills, Phase-I, Jubilee Hills, Hyderabad – 500 033, India.

    Tel: +91 040 2339 1165

    www.apsfl.in

  • Page 2 of 1152

    DISCLAIMER

    The information contained in this RFP or subsequently provided to bidders, whether verbally or in documentary or any other form by or on behalf of the Authority or any of its employees or advisers, is provided to bidders on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.

    This RFP is issued by the Office of the Managing Director, APSFL. This RFP is not an agreement and is neither an offer nor invitation by the Authority to the prospective bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Bid pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Authority in relation to the State wide Surveillance System solutions. Such assumptions, assessments and statements do not purport to contain all the information that each Applicant may require. This RFP may not be appropriate for all persons, and it is not possible for the Authority, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtains independent advice from appropriate sources.

    Information provided in this RFP to the bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

    The Authority, its employees and advisers make no representation or warranty and shall have no liability to any person including any Applicant under any law, statute, and rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Selection Process.

    The Authority also accepts no liability of any nature whether resulting from negligence Or otherwise however caused arising from reliance of any Bidder upon the statements contained in this RFP . The Authority may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. The issue of this RFP does not imply that the Authority is bound to select an Bidder or bidders, as the case may be, for the selection of Surveillance System solutions and the Authority reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.

    The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Authority or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Selection Process.

  • Page 3 of 1152

    Table of Contents

    DISCLAIMER ....................................................................................................................... 2

    Table of Contents ............................................................................................................... 3

    Abbreviations ...................................................................................................................... 7

    Definitions .......................................................................................................................... 12

    A. [Part 1] Bidding Data Sheet ............................................................................... 16

    B. Fact Sheet ................................................................................................................... 17

    1. Procedure for Bid Submission ....................................................................................... 19

    2. Background .................................................................................................................... 22

    3. Introduction .............................................................................................................. 23 3.1. Project Vision ............................................................................................................................ 23 3.2. Project Beneficiaries .............................................................................................................. 24 3.3. Project Coverage ...................................................................................................................... 24 3.4. Overall Project Scope ............................................................................................................. 25

    4. Instructions to the Bidder ................................................................................... 29 4.1. Pre-Bid Queries ........................................................................................................................ 29 4.2. Language of the Bid ................................................................................................................ 29 4.3. Hand written documents, Erasures or Alterations ................................................... 29 4.4. Earnest Money Deposit (EMD) / Bid Security ............................................................. 29 4.5. Bid Prices .................................................................................................................................... 30 4.6. Firm Prices ................................................................................................................................. 30 4.7. Amendment of the RFP Document ................................................................................... 30 4.8. Inspection of Site and sufficiency of RFP ...................................................................... 31 4.9. Qualifying Criteria for Technical Bid .............................................................................. 31 4.10. Evaluation Framework ......................................................................................................... 32 4.10.1. Pre-Qualification Bid Evaluation Criteria ....................................................... 32 4.10.2. Technical Bid Evaluation Criteria ...................................................................... 35 4.10.3. Price Bid Evaluation Criteria ............................................................................... 38 4.11. Conditional bids/Offers by the bidders .......................................................................... 39 4.12. Late Tender bids ...................................................................................................................... 39 4.13. Bid Validity Period .................................................................................................................. 39 4.14. Address for Communication ............................................................................................... 39 4.15. Opening of Bids ........................................................................................................................ 39 4.16. Clarification of Bids ................................................................................................................ 39 4.17. Right to accept any Bid and reject any or all Bids ...................................................... 40 4.18. Notification of Award ............................................................................................................ 40 4.19. Performance Bank Guarantee ............................................................................................ 40 4.20. Signing of Contract ................................................................................................................. 40 4.21. Rejection criteria ..................................................................................................................... 40 4.21.1. General rejection criteria ...................................................................................... 41 4.21.2. Pre-Qualification rejection criteria ................................................................... 41 4.21.3. Technical rejection criteria ................................................................................... 41 4.21.4. Price Bid Rejection Criteria .................................................................................. 41 4.22. Concessions permissible under statutes ........................................................................ 42 4.23. Taxes ............................................................................................................................................. 42 4.24. Right to vary the scope of Work ......................................................................................... 42

  • Page 4 of 1152

    4.24.1. Right to vary the scope of the work at the time of award .......................... 42 4.24.2. Cost Control ................................................................................................................. 42 4.25. Fraud and corruption ............................................................................................................ 43 4.26. Terms and conditions of the RFP ...................................................................................... 44

    5. Service Level Agreement ..................................................................................... 45 5.1. Definitions .................................................................................................................................. 45 5.2. Measurement of SLA .............................................................................................................. 46 5.3. SLA Holiday Period, Planned Downtime ....................................................................... 46 5.4. Pre Implementation SLA ...................................................................................................... 47 5.5. SLA Matrix for Post Implementation SLAs ................................................................... 48 5.5.1. General Instructions related to SLAs mentioned above .......................................... 54 5.5.2. Security Breach SLA ................................................................................................ 54 5.5.3. Breach in supply of Technical Manpower ....................................................... 55 5.5.4. Explanation Notes for SLA Matrix ..................................................................... 55

    6. Annexure 1 – Formats for Pre-Qualification Bid ...................................... 57 6.1. Indicative Check-list for the Documents to be included in the Pre-

    Qualification Bid ...................................................................................................................... 57 6.2. Bid Cover Letter ....................................................................................................................... 58 6.3. Particulars of the bidders .................................................................................................... 60 6.4. Format to share Organizational Profiles (Consortium Members) ...................... 61 6.5. Formats to share Bidder and Consortium member details .................................... 62 6.6. Format for Power of Attorney for signing the Application & Bid ........................ 63 6.7. Summary of Response to the Pre-Qualification requirements (to be enclosed

    with Pre-qualification bid) .................................................................................................. 65

    7. Annexure 2 – Formats of Technical Bid ........................................................ 67 7.1. General Instructions for the Technical Bid .................................................................. 67 7.2. Format for Sharing Financial Capability of Bidder ................................................... 70 7.3. Format for submitting details on experience of Bidder (in case of Consortium

    please provide the details of lead member and other members separately) ... 71 7.3.1. Format for submitting details on experience of executing government

    projects in IP based CCTV Surveillance systems domain having minimum value of project as 10 crores each since 01/01/2010 .................................................. 71

    7.3.2. Format for submitting details on experience of implementing traffic management system (which shall include RLVD/ANPR/e-challan features) since 01/01/2010 ...................................................................................................................... 72

    7.3.3. Format for submitting details on setting up Command and Control Centers (CCCs) with a project cost of at least INR 1 Cr in each case since 01/01/2010 ................................................................................................................................. 73

    7.3.4. Format for submitting details on experience of setting up tier 3 or above level data centers with a project cost of at least INR 5 Cr in each case since 01/01/2010. .................................................................................................................... 74

    7.4. Format for sharing details of the Resources/Personnel to be deployed in this Project .......................................................................................................................................... 75

    7.5. Format for specifying Compliance to the benchmark / minimum Specifications ............................................................................................................................ 76

    7.6. Format for Authorization Letters from OEMs ............................................................. 77 7.7. Summary of Response to the Technical requirements (to be enclosed with

    Technical bid) ........................................................................................................................... 79

    8. Annexure 3 – Formats of Price Bid ................................................................. 81 8.1. Price Bid - Format 1 ................................................................................................................ 81 8.2. Price Bid - Format 2 – Unit Rates ..................................................................................... 83

  • Page 5 of 1152

    8.2.1. Schedule A: Edge Devices (camera, poles, labour, etc.) and Fiber Connectivity ............................................................................................................................... 84

    8.2.2. Schedule B: Data Center Infrastructure .......................................................... 85 8.2.3. Schedule C: Infrastructure at State level Command and Control

    Center 88 8.2.4. Schedule D: Infrastructure for State level Viewing Centers .................... 89 8.2.5. Schedule E: Infrastructure at District/Commissionerate level

    Command and Control Centers ......................................................................................... 90 8.2.6. Schedule F: Mobile Command Center .............................................................. 91 8.2.7. Schedule G: Miscellaneous (Survey, Training, Project, Management,

    etc.) 92 8.2.8. Schedule H: Operations & Maintenance Costs for IT / Non-IT

    Infrastructure ........................................................................................................................... 92 8.2.9. Schedule I: Technical Manpower ........................................................................ 93 8.2.10. Schedule L: Additional Components (not to be considered in total bid

    price, this is for rate discovery only) ............................................................................... 94 8.2.10.1. Schedule L.1 for Additional Edge Devices ....................................................... 94 8.2.10.2. Schedule L.2 for Software for additional edge devices .............................. 94 8.2.10.3. Schedule L.3 for Vehicle Mounted Cameras .................................................. 95 8.2.10.4. Schedule L.4 for Operation & Maintenance of IT/Non IT

    Infrastructure for additional components (Incremental) ...................................... 95 8.3. Price Bid - Format 3 – Plan for Monetization of the Cloud based IP CCTV

    Surveillance System Infrastructure and the Estimated Revenue ........................ 96 8.4. General instructions .............................................................................................................. 97

    9. Annexure 4 -Format for EMD ............................................................................ 99

    10. Annexure 5 - Format of Performance Bank Guarantee ....................... 100

    11. Annexure 6 - Master Service Agreement (MSA) ...................................... 102

    12. Annexure 7 - Consortium Agreement Format .......................................... 149

    13. [Part-2] Scope of Work for System Integrator ........................................ 157 13.1. Prepare & Assess ................................................................................................................... 162 13.2. Implement ................................................................................................................................ 171 13.3. Phase wise Implementation .............................................................................................. 174 13.3.1. Phase 1 ......................................................................................................................... 175 13.3.2. Phase 2 ......................................................................................................................... 175 13.4. Additional Components ...................................................................................................... 176 13.4.1. Vehicle Mounted Cameras ................................................................................... 176 13.4.2. 4K Ultra High Definition Cameras ................................................................... 177 13.4.3. Offline Facial Recognition Software ................................................................ 177 13.5. Preparation and implementation of the Information security policy,

    including policies on backup ............................................................................................ 177 13.6. Training to the Police Personnel for operationalization of the system ........... 177 13.7. Partial Acceptance Testing & Final Acceptance Testing of Project phase wise

    ....................................................................................................................................................... 178 13.7.1. Partial Acceptance Test......................................................................................... 178 13.7.2. Final Acceptance Test ............................................................................................ 179 13.8. System Documents, User Documents ........................................................................... 179 13.9. Post Implementation Services ......................................................................................... 180 13.9.1. Helpdesk and Facilities Management Services ........................................... 180 13.9.2. Hand-over of the system at the end of contractual period along with

    all documentation required to operate and maintain the system ..................... 181

    14. Responsibility Matrix ......................................................................................... 182

  • Page 6 of 1152

    15. Common guidelines / comments regarding the compliance of equipment/systems ...................................................................................................... 185

    16. Annexure 8: Functional Requirements ....................................................... 187

    17. Annexure 9: Surveillance Equipment Technical Specifications ...... 196

    18. Annexure 10: IT Equipment Technical Specifications .......................... 205

    19. Annexure 11: Non-IT Requirements Specifications ............................... 246

    20. [Part-3] List of indicative site locations ..................................................... 255 20.1. List of indicative site locations – Proposed Cameras ............................................. 255 20.2. List of site locations – Existing Cameras ..................................................................... 957

  • Page 7 of 1152

    Abbreviations

    Abbreviation Description

    ACB Anti-Corruption Bureau: The Agency specialised in fighting corruption in various departments of the Government against Public Servants and Private Persons who abet the offences under the Prevention of Corruption Act, 1988.

    ACP Assistant Commissioner of Police

    Addl. Additional

    ALPR Automatic License Plate Recognition: is a mass surveillance method that uses optical character recognition on images to read vehicle registration plates.

    AMF Auto Main Failure: for automatic changeover from mains to stand-by generator at the time of power failure.

    ANPR Automatic Number Plate Recognition: is a mass surveillance method that uses optical character recognition on images to read vehicle registration plates.

    APSFL Andhra Pradesh State FiberNet Limited

    BMS Building Management System

    BoM Bill of Material

    C4I Command, Control, Communications, Computers, and Intelligence

    CAD Computer Aided Dispatch

    CAPEX Capital Expenditure: The Capital expenditure is incurred when a business spends money either to buy fixed assets or to add to the value of an existing fixed asset

    CB Capacity Building

    CCC Command and Control Center: single, scalable graphical user interface to integrate, manage and maintain all existing physical security systems and assets.

    CCS Central Crime Station

    CCTNS

    Crime and Criminal Tracking Network & Systems : CCTNS aims at creating a comprehensive and integrated system for enhancing the efficiency and effectiveness of policing through adopting of principle of e-Governance and creation of a nationwide networking infrastructure for evolution of IT-enabled-state-of-the-art tracking system around 'Investigation of crime and detection of criminals'

    CCTV Closed Circuit Television: use of video cameras to transmit a signal to a specific place, on a limited set of monitors

    CID Crime Investigation Department: The Investigation and Intelligence wing of the Indian State Police

    CIF Common Intermediate Format

    CLI Command Line Interface : Interaction with a computer program where the user (or client) issues commands to the program in the form of successive lines of text (command lines)

    COTS Commercial Off The Shelf: Commercial items, including services, available in the commercial marketplace that can be bought and used under government contract.

    CP Commissioner of Police

    CPE Customer Premises Equipment

    DC Data Center

  • Page 8 of 1152

    Abbreviation Description

    DCP Deputy Commissioner of Police

    DGP Director General of Police

    DIT Department of IT

    DR Disaster Recovery: Recovery and Protection of a business IT infrastructure in the event of a disaster

    eCOPS

    Enterprise Electronic Computerized Operations for Police Services:

    This application is a part of Crime Criminal Tracking Network and Systems (CCTNS) and gives an advantage to the police to have multiple options with single ID on a secured VPN

    EMS Enterprise Management System

    EDT Executive Director - Technical

    EOC

    Emergency Operation Center: The central command and control facility responsible for carrying out the principles of emergency preparedness and emergency management, or disaster management functions at a strategic level in an emergency situation, and ensuring the continuity of operation in an organization.

    FAR False Acceptance Ratio: The probability that the system incorrectly authorizes a non-authorized person/thing, due to incorrectly matching the input with a template.

    FAT Final Acceptance Test

    FIR First Information Report: The written document prepared by police organizations when they receive information about the commission of a cognizable offence.

    FMS Field Management Services

    FPS Frame Per Second: is the frequency (rate) at which an imaging device produces unique consecutive images called frames.

    FRD Functional Requirement Document

    FRS Facial Recognition System: The computer application for automatically identifying or verifying a person from a digital image or a video frame from a video source.

    GIS Geographic Information System: The system designed to capture, store, manipulate, analyse, manage, and present all types of spatial or geographical data

    GoAP Government of Andhra Pradesh

    GPON Gigabit Passive Optical Networks

    GPRS General Packet Radio Service: The packet oriented mobile data service on the 2G and 3G cellular communication system's global system for mobile communications.

    GPS Global Positioning System: The space-based navigation system that provides location and time information

    GSM Global System for Mobile Communications

    GUI Graphical User Interface: The type of interface that allows users to interact with electronic devices through graphical icons and visual indicators

    HD High Definition

    HDPE High Density Polyethylene: a polyethylene thermoplastic made from petroleum known for its large strength-to-density ratio

    ICT Information and Communication Technology

  • Page 9 of 1152

    Abbreviation Description

    IDC International Data Corporation

    IEC Information, Education and Communication

    IMS IMS Research is a leading independent market research organization for the global electronics industry

    INR Indian Rupee

    IP Internet Protocol: The principal communications protocol for relaying datagrams across network boundaries. Its routing function enables internetworking, and essentially establishes the Internet

    IR Infra-Red

    ISDN Integrated Services Digital network: The set of communication standards for simultaneous digital transmission of voice, video, data, and other network services over the traditional circuits of the public switched telephone network.

    ISP Internet Service Provider

    ITMS Integrated Traffic Management System

    KPI Key Performance Indicator: The business metric used to evaluate factors that are crucial to the success of an organization/project.

    KVM Keyboard, Video display unit and Mouse unit

    LAN Local Area Network: A computer network that interconnects computers within a limited area such as a residence, school, laboratory, or office building.

    LCS Local Control Station

    LED Light Emitting Diode

    MCS Main Control Station

    MIS Management Information System: The computerized database of financial information organized and programmed in such a way that it produces regular reports on operations for every level of management in a company.

    MPLS

    Multi-Protocol Label Switching: The mechanism in high-performance telecommunications networks that directs data from one network node to the next based on short path labels rather than long network addresses, avoiding complex lookups in a routing table.

    MTTR Mean time to recovery: The average time that a device will take to recover from any failure

    NAS Network Attached Storage: The file-level computer data storage server connected to a computer network providing data access to a heterogeneous group of clients

    NSP Network Service Provider

    OCR Optical Character Recognition: The technology that enables you to convert different types of documents, such as scanned paper documents, PDF files or images captured by a digital camera into editable and searchable data.

    OEM Original Equipment Manufacturer

    OPEX Operating Expenditure: The ongoing cost for running a product, business, or system

    OSP Other Service Provider

    PAS Public Address System: The electronic sound amplification and distribution system with a microphone, amplifier and loudspeakers, used to allow a person to address a large public

    PB Peta Byte: is 1015bytes of data, 1,000 terabytes (TB) or 1,000,000 gigabytes (GB).

    PCR Police Control Room

  • Page 10 of 1152

    Abbreviation Description

    PD Andhra Pradesh State Police Department

    PDA Personal Digital Assistant: mobile device that functions as a personal information manager

    PIU

    Picture Intelligence Unit: This will be a video forensic unit. It will use live camera feeds, criminal and crime scene photographs/ videos etc. as evidence. It will ensure video-analytics, continuous time stamp and non-tampering of electronic evidence as per laws

    PMU Project Management Unit

    PoC Proof of Concept / Pilot Demonstration

    PSTN

    Public Switched Telephone Network: The aggregate of the world's circuit-switched telephone networks that are operated by national, regional, or local telephone operators, providing infrastructure and services for public telecommunication

    PTZ Pan Tilt Zoom: The PTZ camera that is capable of remote directional and zoom control

    QCIF Quarter Common Intermediate Format

    RDBMS Relational Database Management System: The program that lets you create, update, and administer a relational database.

    RLVD Red Light Violation detection

    ROW Right of Way: "the legal right, established by usage or grant, to pass along a specific route through grounds or property belonging to another", or "a path or thoroughfare subject to such a right".

    RTA Road Transport Authority

    SAN

    Storage Area Network: The dedicated network that provides access to consolidated, block level data storage. SANs are primarily used to enhance storage devices, such as disk arrays, tape libraries, and optical jukeboxes, accessible to servers so that the devices appear like locally attached devices to the operating system

    SDD System Design Document

    SI System Integrator : Successful Bidder who will undertake the work as mentioned in the scope of this RFP

    SLA Service Level Agreement

    SNMP Simple Network Management Protocol: It is a way that servers can share information about their current state, and also a channel through which an administer can modify pre-defined values

    SOP Standard Operating Procedures

    SRS

    System Requirements Specifications: The description of a software system to be developed, laying out functional and non-functional requirements, and may include a set of use cases that describe interactions the users will have with the software

    SSH Secure Shell: The UNIX-based command interface and protocol for securely getting access to a remote computer. It is widely used by network administrators to control Web and other kinds of servers remotely

    TCCC Traffic Command & Control Center

    TPA Third Party Auditor

  • Page 11 of 1152

    Abbreviation Description

    UAT User Acceptance Testing: The process of verifying that a solution works for the user. It ensures that the solution will work for the user i.e. test the user accepts the solution (Also known as "Beta testing").

    UHF Ultra-High Frequency

    UID Unique Identification Number

    UMTS Universal Mobile Telecommunications System: The third generation mobile cellular system for networks based on the GSM standard

    UPS Uninterrupted Power Supply

    VMB Variable Messaging Signboards

    VMS Video Management System

    VEMS Violation Evidence Management System

    VHF Very High Frequency

    VLAN

    Virtual Local Area Network: The local area network with definitions that map workstations based on anything except geographic location. It is the broadcast domain that is partitioned and isolated in a computer network at the data link layer.

    VoIP Voice over IP: The methodology and group of technologies for the delivery of voice communications and multimedia sessions over Internet Protocol (IP) networks, such as the Internet

    VPN

    Virtual Private Network: The method for the extension of a private network across a public network, such as the Internet. It enables users to send and receive data across shared or public networks as if their computing devices were directly connected to the private network, and thus are benefiting from the functionality, security and management policies of the private network

    VSAT Very Small Aperture Terminal

    VTS Vehicle Tracking System: The system combines the use of automatic vehicle location in individual vehicles with software that collects these fleet data for a comprehensive picture of vehicle locations

    Wi-Fi Wireless Fidelity

    WiMAX

    Worldwide Interoperability for Microwave Access: WiMAX (Worldwide Interoperability for Microwave Access) is a wireless communications standard designed to provide 30 to 40 megabit-per-second data rates, with the 2011 update providing up to 1 Gbit/s for fixed stations

    WS Work Station

  • Page 12 of 1152

    Definitions

    # Term Definition

    1. Agreement/ Contract

    The Agreement entered between Authority and the Systems Integrator including all attachments, schedules, annexure thereto and all documents incorporated by reference therein and all amendments, corrigendum /corrigenda, changes thereto

    2. Authority Andhra Pradesh State FiberNet Limited, an entity of Government of Andhra Pradesh

    3. Bidder The use of the term “Bidder” in the RFP means the Single Service Provider / firm or the Lead Member of the consortium of firms not exceeding three, who participate in the bidding process.

    4. Bid/Proposal Offer by the Bidder to fulfil the requirement of the Client/Authority under the RFP/Contract for an agreed price. It shall be a comprehensive technical and commercial response to the RFP

    5. Breach A breach by Bidder of any of its obligations under this Agreement

    6. Client/APSFL/Police Department

    Refers to Andhra Pradesh State FibreNet Ltd / Andhra Pradesh State Police department or any other authority acting for and on behalf of the Government of Andhra Pradesh

    7. Confidential Information

    All information including Police Dept. data and APSFL data (whether in written, oral, electronic or other Format) which relates to the technical, financial and business affairs, dealers, suppliers, products, developments, operations, processes, data, trade secrets, design rights, know-how, plans, budgets and personnel of each department and its affiliates which is disclosed to or otherwise learned by the other Party in the course of or in connection with this Agreement (including without limitation such information received during negotiations, location visits and meetings in connection with this Agreement);

    8. Consortium The consortium consist of multiple members (not more than 3 parties including the lead bidder) entering into a Consortium Agreement for a common objective of satisfying the Authority’s requirements & represented by Lead Member of the consortium

    9. Control In relation to any business entity, the power of a person to secure

    a) by means of the holding of shares or the possession of voting power in or in relation to that or any other business entity, or

    b) by virtue of any powers conferred by the articles of association or other document regulating that or any other business entity, that the affairs of the first mentioned business entity are conducted in accordance with that person’s wishes and in relation to a partnership, means the right to a share of more than one half of the assets, or of more than one half of the income, of the partnership;

  • Page 13 of 1152

    # Term Definition

    10. Deliverables Products, infrastructure and services agreed to be delivered by the Bidder in pursuance of the agreement as defined more elaborately in the RFP Implementation and the Maintenance phases and includes all documents related to the user manual, technical manual, design, process and operating manuals, service mechanisms, policies and guidelines (such as security related, data migration related), inter alia payment and/or process related etc., source code and all its modifications;

    11. Go-Live The date of commencement of Operations and Maintenance phase after the successful completion of Implementation Phase(FAT and acceptance of the overall solution by the Authority)

    12. Intellectual Property Rights

    All rights in written designs and copyrights, moral rights, rights in databases and Bespoke Software / Pre-existing work including its up-gradation systems and compilation rights (whether or not any of these are registered and including application for registration);

    13. Net Project Cost

    Net Project Cost is the effective cost (inclusive of all applicable taxes, annual/recurring support charges or any other charges) of the Project arrived after deducting the anticipated net revenue by monetization of project infrastructure over period of contract from the Total Project cost as offered by the Bidder.

    14. Month/ Week

    The Month shall mean calendar month & Week shall mean calendar week

    15. Operating Cost

    Operating Cost is the cost incurred by Authority after the Go-Live of the State wide Surveillance project

    16. Parties Authority and Bidder for the purposes of this Agreement and “Party” shall be interpreted accordingly.

    17. Performance Bank Guarantee

    Unconditional guarantee provided by the Bidder from a Nationalized/Scheduled Commercial Bank in favour of the Authority for 5% of the Total Project Cost.

    18. Police Department

    Refers to Andhra Pradesh State Police Department

    19. Project Design, Implementation and Management of Cloud based IP CCTV Surveillance System in AP. The project consists of setting up this system in a timeframe of 2 years and three months from the date of award of contract and inherently involves O&M for a further period of 5 years from the Go-live of Phase 2.

    20. Project Implementation

    Project Implementation as per the testing standards and acceptance criteria prescribed by Authority or its nominated agencies;

    21. Request for Proposal/ RFP Document

    Written solicitation that conveys to the Bidder, requirements for products/ services that the Authority intends to buy and implement

  • Page 14 of 1152

    # Term Definition

    22. Service Level The level of service and other performance criteria which will apply to the Services delivered by the Bidder;

    23. SLA Performance and Maintenance SLA executed as part of this Master Service Agreement;

    24. Software Software designed, developed / customized, tested and deployed by the Bidder for the purposes of the Project and includes the source code (in case of Bespoke development) along with associated documentation, which is the work product of the development efforts involved in the Project and the improvements and enhancements effected during the term of the Project, but does not include the third party software products (including the COTS products used for the product), proprietary software components and tools deployed by the Bidder;

    25. Surveillance System

    The Project-Selection of an Agency for Design, Implementation and Management of Cloud based IP CCTV Surveillance System in AP

    26. Successful Bidder

    The bidder who is qualified & successful in the bidding process and is given the award of Contract and will be referred to as System Integrator(SI)

    27. Warranty Warranty is for a period of sixty months from the date of 'Go-Live' (Warranty Period) of each phase starting from Phase 1, for all the components, equipment, software and hardware manufactured, developed or supplied by it or any third party for the purpose of providing Services under "Service Level Agreement" as per the Agreement.

  • Part - 1

    Bidding Instructions and Terms & Conditions

  • Page 16 of 1152

    A. [Part 1] Bidding Data Sheet

    Purpose of this RFP

    Purpose of this RFP is for Selection of an Agency for Design, Implementation and Management of Cloud based IP CCTV Surveillance System in AP

    RFP Format: Single Volume

    The intent of this RFP is to invite proposals from the prospective bidders and the contents are provided in single volume in three parts:

    Part 1: Bidding Instructions and Terms & Conditions Part 1 of the RFP details the instructions with respect to the bid process management, technical evaluation framework, Technical & Price Bid forms and contractual and legal terms & conditions.

    Part 2: Scope of Services and Specifications Part 2 of the RFP provides information regarding the Project Implementation Plan, requirements and corresponding documentation, scope of work.

    Part 3: An indicative list of proposed site locations Part 3 of the RFP provides an indicative list of proposed site locations for installation of camera and other equipment’s in all 13 district and towns in AP.

  • Page 17 of 1152

    B. Fact Sheet

    1 Name of the Authority Andhra Pradesh State FiberNet Limited

    2 Name of the Assignment Selection of an Agency for Design, Implementation and Management of Cloud Based IP CCTV Surveillance System in AP

    3 RFP Number APSFL/Surveillance Cloud/89/2016, Dated 21/12/2016

    4 Last date and time for submission of Proposal (Proposal Due Date)

    18/01/2017 at 3:00 PM

    The proposal is to be submitted on www.apeprocurement.gov.in on e-procurement portal.

    5 Date and time of Pre-Bid Meeting

    30/12/2016 at 11:00 AM

    Andhra Pradesh State FiberNet Limited

    H. NO 48-13-1C, 1st Floor,

    Nithya Kalyani Building,

    Near Ayush Hospital, Ramachandra Nagar

    Vijayawada – 520 008

    6 Last date and time for receiving queries/clarifications

    02/01/2017 at 05:00 PM

    7 Date and time of opening of Pre-qualification and technical proposals on e-procurement platform

    18/01/2017 at 4:00 PM

    Andhra Pradesh State FiberNet Limited

    Plot No.5, 6, 15&16, 1st Floor,

    KKR Square (Opp: Hotel Jubilee Ridge)

    Jubilee Hills, Hyderabad – 500 033, India.

    Telephone No: 040-23391165

    Fax: 040-23391164

    8 Date and time of opening of financial proposal

    To be intimated to the technically qualified agencies at a later date

    9 Bid Processing Fee (Non-refundable)

    INR 1,00,000 (Indian Rupees One Lac only)

    In the form of Demand Draft issued by one of the Nationalized / Scheduled Commercial Banks in India drawn in favour of Andhra Pradesh State FiberNet Ltd’, payable at Hyderabad.

    The DD hardcopy must be submitted in APSFL office at Hyderabad before proposal due date.

    10 Bid Security / EMD (Refundable)

    INR 5,00,00,000 (Indian Rupees Five Crore only)

    In the form of Bank Guarantee issued by one of the Nationalized

  • Page 18 of 1152

    / Scheduled Commercial Banks in India drawn in favour of Andhra Pradesh State FiberNet Ltd, payable at Hyderabad.

    Bid Security / EMD should be valid for a period of 180 (One Eighty) days from Proposal Due Date. The Bid Security / EMD will be refunded to unsuccessful Applicant agencies within 30 (Thirty) days of completion of selection process.

    11 Performance Bank Guarantee 5% of the Total Project Cost, to be submitted by the successful bidder only.

    In the form of Bank Guarantee issued by one of the Nationalized / Scheduled Banks in India drawn in favour of Andhra Pradesh State FiberNet Ltd, payable at Hyderabad.

    12 For any enquiries and clarifications, please contact:

    The Executive Director Technical (EDT),

    Andhra Pradesh State FiberNet Limited,

    Plot No.5,6,15&16, 1st Floor, KKR Square, Kavuri Hills, Phase-I, Jubilee Hills, Hyderabad – 500 033, India.

    Tel: +91 040 2339 1165

    Email: [email protected]

    13 Validity of the Proposal Bidder proposals shall remain valid for a period of 180 days from the Proposal Due Date

    Important Note: Proposals/Bids submitted without Bid processing fee/Bid Security shall summarily be rejected.

  • Page 19 of 1152

    1. Procedure for Bid Submission

    The bidder shall submit his response through Bid submission to the RFP on e-Procurement platform at www.apeprocurement.gov.in by following the procedure given below:

    The bidder would be required to register on the e-procurement market place www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the RFP Inviting Authority for the RFP s published in e-Procurement platform.

    The bidders shall submit their Pre-Qualification Bid, Technical bid and financial bid online in e-Procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their Pre-Qualification, Technical bids and other certificates/documents with clear readability, in the e-Procurement web site. The bidder should sign on all the statements, documents, certificates uploaded in the e-Procurement website, owning responsibility for their correctness/authenticity.

    Registration with e-Procurement platform:

    For registration and online bid submission bidders may contact HELP DESK on www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in

    Digital Certificate authentication:

    The bidder shall authenticate the bid with the agency’s Digital Certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-Procurement platform.

    For obtaining Digital Signature Certificate, you may please contact:

    Andhra Pradesh Technology Services Limited, Vijayawada/Hyderabad

    www.apts.gov.in

    (OR)

    You may please contact any Registration Authorities of Certifying Authorities in India. The list of CAs is available in the link provided below.

    https://RFP .apeprocurement.gov.in/DigitalCertificate/signature.html

    Hard copies:

    i) All the bidders shall submit the hardcopy of the DD towards the bid processing fee in APSFL office at Hyderabad before proposal due date. They shall invariably upload the scanned copies of DD/BG in e-Procurement system and this will be the primary requirement to consider the bid responsive.

    ii) APSFL shall carry out the technical evaluation solely based on the uploaded certificates/documents, DD/BG towards EMD in the e-Procurement system and open the Price Bids of the responsive bidders.

  • Page 20 of 1152

    iii) APSFL will notify the successful bidder for submission of original hardcopies of all the uploaded documents and DD/BG towards EMD prior to entering into agreement.

    iv) The successful bidder shall invariably furnish the original DD/BG towards EMD, Certificates/Documents of the uploaded scanned copies to the RFP Inviting Authority before entering into agreement, either personally or through courier or post and the receipt of the same within the stipulated date shall be the responsibility of the successful bidder. APSFL will not take any responsibility for any delay in receipt/non-receipt of original DD/BG towards EMD, Certificates/Documents from the successful bidder before the stipulated time.

    On receipt of documents, APSFL shall ensure the genuinity of the DD/BG towards EMD and all other certificates/documents uploaded by the bidder in e-Procurement system in support of the qualification criteria before concluding the agreement.

    Deactivation of Bidders

    Vide Ref GO Ms. No.174 – I&CAD dated 1-9-2008, if any successful bidder fails to submit the original hard copies of uploaded certificates/documents, DD/BG towards EMD within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder, the successful bidder will be suspended from participating in the RFP on the e-Procurement platform for a period of 3 years. The e-Procurement system would deactivate the user ID of such defaulting bidder based on the trigger/recommendation by the RFP Inviting Authority in the system. Besides this, APSFL shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the RFP process for execution of the development schemes taken up by the government. Other conditions as per RFP document are applicable.

    The bidder is requested to get a confirmed acknowledgement from the RFP Inviting Authority a proof of Hardcopies submission to avoid any discrepancy.

    a) Payment of Transaction Fee:

    It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a prescribed non-refundable Transaction fee to M/s. APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006.

    b) Corpus Fund:

    As per GO MS No.4, user departments shall collect 0.04% of ECV (estimated contract value) with a cap of Rs.10,000 (Rupees ten thousand only) for all works with ECV up too Rs.50 Crores, and Rs.25,000/- (Rupees twenty five thousand only) for works with ECV above Rs.50 Crores, from successful bidders on e-Procurement platform before entering into agreement / issue of purchase orders, towards e-procurement fund in favour of Managing Director, APTS. There shall not be any charge towards e-Procurement fund in case of works, goods and services with ECV less than and up to Rs. 10 lakhs

    c) RFP Document:

    The bidder is requested to download the RFP document and read all the terms and conditions mentioned in the RFP Document and seek clarification if any from the RFP Inviting Authority. Any offline bid submission clause in the RFP document could be neglected.

    The bidder has to keep track of any changes by viewing the Addendum/Corrigenda issued by the RFP Inviting Authority from time-to-time in the e-Procurement platform. The Department calling for RFP s shall not be responsible for any claims/issues arising out of this.

  • Page 21 of 1152

    d) Bid Submission Acknowledgement:

    The bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidder. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the RFP Inviting Authority for processing the bids. The Government of AP is not responsible for incomplete bid submission by users.

    1. The bidders may contact the Executive Director Technical (EDT), APSFL for any further information / clarifications on e-procurement.

    2. The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., www.eprocurement.gov.in. On registration in the e-procurement market place they will be provided with a user ID and password by the system using which they can submit their bids on line.

    3. While registering on the e-procurement market place, bidders need to scan and upload the required documents as per the RFP requirements on to their profile. The e-procurement market place provides an online self-service registration facility to such of the Contractors who are already registered with respective participating departments for supply of specified goods and services.

    4. All the bidders shall invariably upload the scanned copies of DD/BG in e-Procurement system and this will be the primary requirement to consider the bid as responsive. The Department shall carry out the Technical bid evaluation solely based on the uploaded certificates/documents, DD/BG towards EMD in the e-procurement system and open the Price Bids of the eligible and responsive bidders. The Department will notify the successful bidder for submission of original hard copies of all uploaded documents and DD/BG towards EMD prior to entering into agreement.

    5. The bidders shall furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and apart from cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business.

  • Page 22 of 1152

    2. Background

    AP State FiberNet Limited (APSFL) has been incorporated under the Companies Act, 2013 in the month of October, 2015. It is a fully owned entity of the Government of AP under the control of Energy, Infrastructure & Investment (E,I&I) Department. This Corporation is responsible for undertaking the works of AP Fiber grid, its operations & maintenance and business activities duly partnering with various stakeholders for the benefit of all.

    Vision of AP State FiberNet Ltd.

    “To establish a highly scalable network infrastructure, accessible on a non-discriminatory basis; to provide on demand, affordable and end-to-end broadband connectivity of 15 to 20 Mbps for households and 100 Mbps to 1 Gbps for institutions & enterprises, to enable realization of the Vision of Digital AP, in partnership with the Government of India and the private sector”.

    AP State FiberNet is the means through which the vision of Hon’ble Chief Minister, Sri N. Chandrababu Naidu to make available highly qualitative and affordable digital services (data, voice and video etc..) to households, Government Offices and private agencies on demand in the State of AP. This endeavour can truly turn the State of AP as Digital AP in the direction of realising the dream of Digital India. APSFL aims to promote Digital inclusiveness by providing affordable, high-speed broadband connectivity to households, deepening the reach of Internet in the rural areas. It throws up immense possibilities for enhancing the quality of life of the people. The services from AP State FiberNet system can effectively be utilised in education, health, law enforcement, agriculture and allied sectors and also open up new vistas in e-governance and enables delivering citizen-centric services in an efficient & transparent way.

    AP Fiber Grid as foundation of AP state-wide Surveillance Cloud

    As part of the AP Fiber Grid Project, a state-wide high speed optical fiber network infrastructure has been established. A 24-core optical fibre cable has been pulled over the electrical poles covering approximately 23,000 kms route across the 13 districts of Andhra Pradesh. Its back end electronics system have been set-up at 2445 identified electrical sub-stations as PoPs (Points of Presence). This entire network infrastructure is being operated and controlled from Network Operations Centre (NOC) set-up in the Andhra University Campus in Vishakhapatnam (Vizag).

    The state-wide fiber optic network infrastructure (over GPON) and the NOC can be leveraged to set up AP Surveillance cloud which can be utilized effectively for the purposes of security, traffic control, monitoring cleanliness and other governance purposes.

    The broad contour of the AP Surveillance Cloud is that each cameras will be connected to optical Network Terminals (ONT) which will further be connected by optical fiber to their nearest point of Presence (PoPs).

    The feed from these cameras will be transmitted through a hierarchy of PoPs to the NOC, where the back-end supporting infrastructure for processing such as servers, storage, analytics and other requisite customized software will be made available on a common cloud platform. Apart from the central command & control center, the live feeds will also be monitored at 13 District Command & Control Center and offices of the 3 Police Commissionerates at Vijayawada, Tirupati & Vizag. State-wide viewing centres are also planned at CM office, CS office and DGP office.

  • Page 23 of 1152

    3. Introduction

    3.1. Project Vision

    Vision of Hon. Chief Minister is to develop all towns in the state and thereby the whole state into a leading Smart State with a special emphasis on safety and security. A Smart State refers to states where urban transformation leverages innovative technology and existing ICT investments across departments to enrich its resident’s standards of living, provides positive investment climate for businesses, and equips government to sustain, maximize resource utilization, and provide transparency.

    As a significant step towards transforming Andhra Pradesh into a Smart State, the Andhra Pradesh State FiberNet Limited (APSFL) has decided to leverage its current optical fiber network infrastructure combined with leading technology-based tools and be able to deliver policing services that are on par across leading Smart cities. The vision of the project is to implement a citizen friendly, holistic, integrated, and responsive CCTV based surveillance cloud for all districts of AP. The proposed surveillance cloud shall help to meet the following objectives:

    Security & Safety

    Live surveillance through a network of CCTV cameras

    Live alerts in case of an event/ incident

    Help to identify, apprehend and prosecute offenders

    Monitoring of suspicious people, vehicles, objects etc. with respect to protecting life & property

    Improved Responsiveness

    Access to police by the Citizens for quick and effective response, improved visibility and transparency

    Provide assistance to emergency services and fast turn-around time

    Effective Policing

    Address threats from Terrorist attacks

    Assist in the management and policing of large-scale events (political, religious etc.)

    Aid to investigation by Police department by integration of analytic tools

    Providing evidence for criminal and civil action in the courts

    Improved Management

    Help in maintaining Law & Order situations

    Help in improving traffic discipline

    Act as a tool for Municipalities and other government agencies in monitoring cleanliness and also effective management of their functions

  • Page 24 of 1152

    The proposed CCTV surveillance cloud shall enable the above by:

    Providing trigger based any form of alerts/ feedback to the Central Command & Control Center about abnormal movements/ suspicious objects etc.

    Providing live feed and alerts to all stake holders/ departments.

    Better Management of Security breaches based on alerts received from the system.

    Improved turnaround time in responding to any investigation case, faster access to evidence in case of security breach, law violation in the prescribed areas.

    Minimizing the journey time by ensuring 24 x 7 video surveillance to handle any bottlenecks and create a sense discipline within citizens by enforcing integrated traffic management system at identified locations ensuring the inevitability of being caught and punished.

    3.2. Project Beneficiaries

    The project creates permanent benefits and provides value to three key beneficiaries:

    Citizens

    Businesses

    Government Departments

    3.3. Project Coverage

    The Government of AP intends to implement the city surveillance system across all the 13 districts of the State. Typical locations to be kept under surveillance as part of the project include:

    Entry and Exit points of the Cities and Districts

    Important Chowks and Traffic Junctions

    Important Road Stretches (accident prone areas)

    Approach Roads to Important buildings- Govt. buildings, Major Hospitals, Major School/Colleges, Major Banks, Shopping Malls

    Approach Roads to Key Travel Stations- Railway Stations, Airports, Bus Stands, Taxi stands etc.

    Entry/Exit of Schools, Key Residential Places, Market Places

    Vital installations in the city- Flyovers / Bridges, Power plants, Power distribution stations/towers, Water Supply and Pumping Stations, Water Filtration Plants

    Near/Around Public Places with high footfall

  • Page 25 of 1152

    An assessment has been done by the Police Department, in the areas under jurisdiction of respective police stations covering above-mentioned nodes for identifying the locations to be covered with CCTV cameras and a list of all such locations identified/ proposed for CCTV cameras along with cameras types is being finalised. An indicative list of proposed site locations is provided under Part 3 of this RFP document.

    3.4. Overall Project Scope

    The Government of AP intends to implement the project in well-planned phased manner with each phase clearly demonstrating value to all beneficiaries of the project. A phased agile approach with each phase clearly demonstrating standalone benefits also ensures:

    Timely integration with other planned and future resilient, smart, safe and secure initiatives

    Early gains for the benefit of all beneficiaries of the project

    Preparedness for downstream impact with resource and internal capacity building

    The proposed video surveillance system will involve setting up of IP based security surveillance cameras across various locations across all districts in AP. The video surveillance data from various cameras deployed will be monitored at the Central Command & Control centers, District Command & Control Centers, special viewing centers, Mobile Command and Control Center and the handheld smartphone devices.

    Key highlights of the project scope of the successful System Integrator are as follows:

    Scope Item Details

    Cameras

    Approx. 14200 new cameras (Full HD 1920 X 1080)

    Approx. 3800 existing cameras to be integrated with the new surveillance cloud platform.

    Inclusive of approx. 4500 ANPR Cameras for traffic enforcement

    Community surveillance cameras integration to view feeds on need basis

    Red Light Violation detection system for 1000 locations (lanes)

    Last mile Connectivity/Network

    Core backbone (GPON) network connectivity by APSFL

    Last mile connectivity to be provided by the successful bidder.

    Last mile as part of the successful bidder’s scope shall include optical fiber cable connectivity of camera locations with the nearest PoP provided by APSFL.

    It is assessed about 13,000 km OFC (min. 2 Core Fiber as per prescribed specifications) to be pulled for connecting the field equipments (cameras/network switches) to their nearest POP of AP fiber grid.

    In case of Multicast based video streaming, the entire multicast traffic is to be managed by the bidder. Bidder to consider the suitable network equipments in their proposed solution.

    Smart City Components

    Provisions for connectivity of Smart City Sensors – All locations

  • Page 26 of 1152

    Scope Item Details

    Analytics

    Basic video analytics such as temper detection etc. for all cameras

    Advanced Video Analytics such as Wrong way detection, Crowd analysis etc. – Approx. 2000 Licenses

    Facial Recognition System- 1000 cameras & 20 viewing locations

    State level Central Command Control Center

    State of the art Command & Control Center at Amaravati

    District level /Commissionerate level Command and Control Centers

    District Command & Control Centers (13)

    Mobile Command and Control Center (1)

    Command and Control Centers at Police Commissionerate level at Vijayawada, Tirupati and Vizag

    Handheld smartphone devices

    State level viewing/monitoring centers

    Chief Minister’s Office

    Chief Secretary’s Office

    DGP’s Office

    Data Center Primary data center at Amaravati and Secondary/DR data center at Vizag

    Storage of feeds

    30 days storage of video feeds

    Viewing at 25 FPS

    Storage Frames - 18 FPS during day/movement period & 8 FPS during no movement period

    60 days storage for flagged data

    60 days storage for ANPR video feeds

    Specific data as notified by police department will be stored for long term records

    Collaborative Monitoring

    Integration with Community Surveillance System and other Public/ Private CCTV systems for viewing on need basis (feeds from these cameras shall be aggregated at District Command & Control Center/Police stations for integration)

    Implementation Timelines

    Phase 1: 15 Months from the date of Signing of Contract

    Phase 2: 12 Months from the Go-Live of Phase 1

    Project Go-Live: Date of Go-Live of Phase 2

    Maintenance & Operations Support

    For 5 years from the Go Live date of Phase 2

    The licenses for software/hardware as required shall be obtained by the selected Systems Integrator in the name of the Authority/APSFL.

  • Page 27 of 1152

    The detailed Project scope and functional requirements are mentioned in Part 2 of this RFP. Bidders are advised to go through the detailed phase wise scope of Project and the major components in the Part 2 of RFP.

    Note:

    1. Core (backbone) network connectivity is out of Bidder's scope and shall be provided by APSFL through existing AP FiberNet’s GPON based state wide network infrastructure. Last mile connectivity i.e. from the nearest Point of Presence (PoP) to the camera/field location to be provided by the Bidder.

    2. It is assessed about 13,000 km OFC (min. 2 Core Fiber as per prescribed specifications) to be pulled by selected SI for connecting the field equipments (cameras/network switches) to their nearest POP of AP fiber grid.

  • Page 28 of 1152

    Figure 1: Overall Network Architecture

  • Page 29 of 1152

    4. Instructions to the Bidder

    4.1. Pre-Bid Queries

    All enquiries from the Bidders relating to this RFP must be submitted to the Executive Director (Technical), APSFL, Hyderabad. These queries should be e-mailed in non-editable Format document to [email protected]. The queries should necessarily be submitted in the following Format:

    # RFP Part No.

    Section No.

    Page no.

    Content of the RFP requiring clarification

    Clarification Sought

    4.2. Language of the Bid

    The bids prepared by the Bidder and all subsequent correspondence and documents relating to the bids exchanged by the Bidder and APSFL shall be written in English language. Any printed literature furnished by the Bidder, written in another language, shall be accompanied by an accurate English translation, in which case, for purposes of interpretation of the Bid, the English translation shall govern.

    4.3. Hand written documents, Erasures or Alterations

    The offers containing erasures or alterations will not be considered. There should be no hand-written material, corrections or alterations in the offer. Filling up of the information using terms such as “OK”, “noted”, “as given in brochure/manual” is not acceptable and may lead to the disqualification of the Bid.

    4.4. Earnest Money Deposit (EMD) / Bid Security

    Bidders should submit EMD of Rs. 5,00,00,000 (Rs. Five Crore Only), in the form of a Demand Draft / Bank Guarantee issued by any Nationalized bank or Scheduled Commercial Bank, in favour of the “Andhra Pradesh State FiberNet Limited” which should be valid for 180 days from the last date of submission of bids. Format of the Bank Guarantee is given in Annexure 4 of this RFP (Part I).

    The Bid security of all unsuccessful bidders would be refunded by APSFL within 120 days of the Bidder being notified as being unsuccessful. The Bid security amount is interest free and will be refundable to the unsuccessful bidders without any accrued interest on it. Bid Security shall be returned to the Successful Bidder upon signing of contract and submission of 5% Performance Bank Guarantee (i.e. 5% of Total Project Cost).

    The Bid submitted without Bid Security, mentioned above, will be summarily rejected. The Bid Security may be forfeited:

    If a Bidder withdraws its Bid during the period of bid validity

  • Page 30 of 1152

    If the Successful Bidder fails to sign the contract and submit Performance Bank Guarantee within the stipulated period.

    In case the documents submitted or the information furnished by the bidder are found to be not genuine/false.

    4.5. Bid Prices

    The Bidder shall indicate in the proforma prescribed, the unit rates and total Bid Prices for the equipment / services, it proposes to provide under the Contract. Prices should be shown separately for each item as detailed in this document.

    The Bidder shall prepare the Bid based on details provided in the RFP document. It must be clearly understood that the Scope of Work is intended to give the Bidder an idea about the order and magnitude of the work and is not in any way exhaustive and guaranteed by the Bidder. The Bidder shall carry out all the tasks in accordance with the requirement of the RFP document & with due diligence. It shall be the responsibility of the Bidder to fully meet all the requirements of the RFP document and to meet objectives of the Project. If during the course of execution of the project any minor revisions to the work requirements like technical specifications, equipment sizing, etc. are to be made to meet the goals of the Project; such changes shall be carried out within the proposed price. If any deviation has a major impact on the Project Cost, the Authority shall take appropriate decision and such decisions would be binding on the Bidder.

    4.6. Firm Prices

    Prices quoted in the Bid must be firm and final and shall not be subject to any modifications, on any account whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only.

    The Price Bid should clearly indicate the price quoted without any ambiguity / qualifications whatsoever and should include all applicable taxes, duties, fees, levies, and other charges as may be applicable in relation to the activities proposed to be carried out. Should there be a change in applicable taxes, the actual taxes on the date of billing would prevail.

    Prices in any form or by any reason before opening the Price Bid should not be revealed, failing which the offer shall be liable for rejection. If price change is inevitable due to any factor external to the bidders, the bidders may be given chance to submit revised Bids in a separate sealed cover. Decisions of the Authority shall be final in this regards.

    4.7. Amendment of the RFP Document

    At any time prior to the submission of bids, Authority for any reason whatsoever, may, modify any element of the RFP Document by issuing a corrigendum. For the sake of interpretation, the content of any corrigenda issued by the Authority shall be read as a part of the original RFP Document. In each instance in which provisions of the Corrigenda contradict or are inconsistent/ inapplicable with the provisions of the RFP, the provisions of the Corrigenda shall prevail and govern, and the contradicted or inconsistent/inapplicable provisions of the RFP shall be deemed amended accordingly.

    The Authority may in its sole discretion consider extension of deadlines for submission of the bids, in order to allow prospective bidders reasonable time in which to take the amendment into account while preparing their bids. All the communications with regards to the clarifications /

  • Page 31 of 1152

    corrigendum shall be uploaded in the website of APSFL on www.apsfl.in and on e-procurement platform.

    4.8. Inspection of Site and sufficiency of RFP

    Bidder is expected to work out their own rates based on the detailed description of scope of work items, the specifications, SLA conditions, etc. and should judiciously arrive at the commercials. The Bidder shall be deemed to have satisfied itself before Bid submission as to correctness and sufficiency of its RFP. The rates and prices quoted shall cover all its obligations under the contract necessary for proper completion and maintenance of the Works/Services.

    If necessary, before submitting its Bid the Bidder should inspect and examine various sites and its surroundings and shall satisfy itself about form and nature of the Sites (including camera locations), means of access to the Sites, and in general, obtain all necessary information which may influence or affect Project implementation and operationalization. No extra charges consequent on any misunderstanding or otherwise shall be allowed.

    4.9. Qualifying Criteria for Technical Bid

    Prior to the detailed evaluation of the Technical Bids, Authority shall determine whether each Bid is

    complete,

    is accompanied by the required information and documents and

    is substantially responsive to the requirements set forth in the RFP Documents.

    The technical committee of the Authority will evaluate both technical & Price Bids received in response to this RFP. The findings of the said Committee and subsequent decision of the Authority shall be final and binding on all the bidders. Only those bidders, who fulfil all the criteria / requirements mentioned in the RFP, shall be eligible and qualified for technical scrutiny as per the Evaluation Framework given below.

    Bidders should obtain minimum 70 marks in the overall technical evaluation to qualify for opening of the Price Bid. In case, none of the bidder achieves the min. qualifying marks, the Evaluation Committee may revise the min. qualification marks to 60 as per the case in the interest of this RFP. Evaluation Committee’s decision in this regard shall be final and binding on the Bidders.

    Authority may in its sole discretion, waive any informality or non-conformity or irregularity in a Bid document, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

    The bidders are expected to propose one make and model for each requirement in Technical Proposal e.g. all PTZ cameras must belong to a single OEM and must be of the same model etc.

  • Page 32 of 1152

    4.10. Evaluation Framework

    4.10.1. Pre-Qualification Bid Evaluation Criteria

    Note: Only the bids of those Bidders, who submitted the prescribed Bid processing fee and EMD shall be considered for evaluation. The bids not accompanied with a valid Bid processing fee/EMD towards the security deposit shall summarily be rejected.

    Sl. No

    Criteria Supporting documents required

    In case of Single Bidder

    In case of Consortium Bidding

    In case of Single Bidder

    In case of Consortium Bidding

    1 LEGAL ENTITY

    The Bidder should be a Company registered in India under the Indian Companies Act 1956 / 2013 existing for the past 3 years as on 31/03/2016

    LEGAL ENTITY

    Only 3 members are allowed as part of the Consortium (including lead member). All members should be registered in India under the Indian Companies Act 1956 / 2013 existing for the past 3 years as on 31/03/2016. One of the members shall be designated as the Lead member.

    A copy of the Certificate of Incorporation.

    Copies of Certificate of Incorporation for all members of the Consortium.

    A notarized agreement or registered agreement between the Consortium members duly detailing their strengths, respective roles and responsibilities has to be submitted.

    2 VAT, SERVICE TAX REGISTRATION

    The bidder should have valid Service tax and VAT registration in India

    VAT, SERVICE TAX REGISTRATION

    Lead member should have valid Service tax and VAT registration in India.

    Certified copy of valid service tax and VAT registration certificates issued by competent authority.

    Certified copy of valid service tax and VAT registration certificates issued by competent authority in India for the Lead partner.

    3 POWER OF ATTORNEY / BOARD RESOLUTION

    The bidder should

    POWER OF ATTORNEY / BOARD RESOLUTION

    The bidders should submit an authorization letter for authorizing the

    A Board Resolution / authorization letter from the board of directors or Power of Attorney

    For the lead member - A Board Resolution / authorization letter from the board of directors or

  • Page 33 of 1152

    submit an authorization letter for authorizing the tender signing authority for signing and submission of the tender.

    tender signing authority i.e., Lead Member for signing and submission of the tender.

    authorizing the tender signing authority (as per the Format provided under Annexure-1)

    Power of Attorney authorizing the tender signing authority (as per the Format provided under Annexure-1)

    4 EXPERIENCE

    Experience of executing min. 3 govt. projects (Central/State Govt./any Govt. PSU/Local Bodies) in IP based CCTV Surveillance systems domain having minimum project value of Rs.10 crores each since 01/01/2010.

    EXPERIENCE

    Experience of executing min. 3 govt. projects (Central/State Govt./any Govt. PSU/Local Bodies) in IP based CCTV Surveillance systems domain having minimum project value of Rs.10 crores each since 01/01/2010.

    In case of Consortium the

    combined experience of all members will be considered.

    Copy of Work Orders / Contracts / Work Completion Certificates from Clients (or) Certificate(s) from statutory auditor with all relevant details.

    5 FINANCIAL CAPABILITY

    i) The Bidder should have overall average annual turnover of at least Rs.500 Cr in last 3 financial years as on 31/03/2016.

    ii) Out of the total turnover as stated above, the bidder should have min. total turnover of Rs.60 Cr from IP based CCTV Surveillance systems related projects in last three FYs as on 31/03/2016.

    FINANCIAL CAPABILITY

    i) The Bidder should have overall average annual turnover of at least Rs.500 Cr. The sum of the average annual turnovers of all the consortium members will be considered. However the lead member shall necessarily have an overall average annual turnover of at least 300 Cr in last 3 financial years. as on 31/03/2016

    ii) Out of the total turnover as stated above, the bidder (inclusive of all the consortium members) should have min. total turnover of Rs.60 Cr from IP based CCTV Surveillance

    Certificate(s) from statutory auditor with all relevant details from the bidder/the respective consortium members.

  • Page 34 of 1152

    systems related projects in last three FYs as on 31/03/2016.

    6 NON-BLACKLISTING

    The Bidder should not have been blacklisted by any Government (Central / State / PSU) Organization in India as on the date of bid Submission

    NON-BLACKLISTING

    Any of the Consortium members should not have been blacklisted by any Government (Central / State / PSU) Organization in India as on the date of bid Submission

    Self-Certification from the authorized signatory of the Bidder and respective Consortium member

    Important Note:

    Bidders are required to provide the aforementioned information as per the Formats provided at ANNEXURE 1 – Formats for Pre-Qualification Bid along with the required supporting documents for each of the criteria.

    Proposals without necessary supporting documents or without meeting the prescribed qualification criteria will be treated as ineligible and will not be considered for further evaluation.

    In case of Consortium, one of the members should expressly be designated as the Lead member and all correspondence should be through the Lead member only.

    Only 3 members are allowed in the Consortium including the lead member.

  • 4.10.2. Technical Bid Evaluation Criteria

    Technical bids of only those bidders who are found responsive and eligible as per the Pre-Qualification Criteria will be evaluated. Eligible bidders will be evaluated on the following criteria:

    Sl. No

    Parameter Criteria Max. marks

    Supporting Docs

    1 FINANCIAL CAPACITY (OVERALL)

    Average Annual Turnover in the last 3 financial years (i.e. FY 13-14, 14-15 and 15-16). In case of Consortium, the combined average annual turnover of all members will be considered.

    Average Annual Turnover in last 3 FYs.

    Marks

    INR 500 Cr to 750 Cr 5

    > INR 750 Cr to 1000 Cr 10

    > INR 1000 Cr 15

    15 Certificate(s) from statutory auditor with relevant details.

    2 FINANCIAL CAPACITY (EXCLUSIVELY FROM IP BASED CCTV SURVEILLANCE BUSINESS)

    Total Annual Turnover exclusively from projects related to IP based CCTV Surveillance systems business in last 3 financial years (i.e. FY 13-14, 14-15 and 15-16).

    In case of Consortium, the combined exclusive annual turnovers of all members will be considered.

    Total Annual Turnover of last 3 FYs. (Exclusively from IP based CCTV Surveillance systems business)

    Marks

    INR 60 Cr to 75 Cr 10

    > INR 75 Cr to 100 Cr 15

    > INR 100 Cr 20

    20 Certificate(s) from statutory auditor with relevant details.

    3

    EXPERIENCE OF THE BIDDER WITH GOVT. IN RELATED PROJECTS

    Experience of executing government projects in IP based CCTV Surveillance systems domain having minimum value of project as 10 crores each since 01/01/2010.

    No. of Projects (min. value INR 10 Cr each)

    Marks

    3 - 5 5

    6 - 8 10

    > 8 15

    15

    Copies of Work Orders/Client’s certificates/ Certificate(s) from statutory auditor with all relevant details

  • Page 36 of 1152

    In case of Consortium,

    the combined experience of all members will be considered.

    4 MANPOWER

    Manpower/Resources to be deployed for Design, Implementation and O&M of this Project

    All resources to have a min. of 3 years of relevant experience

    At least 1 relevant project should have been implemented by each proposed resource

    Each proposed resource has to be exclusive and should not be part of any other criteria. e.g. A resource proposed for design cannot be proposed as implementation resource.

    Minimum Manpower Criteria

    No. of resources

    Marks

    Design (B.Tech or equivalent)

    3-5 2

    6-8 3

    >8 5

    Implementation & O&M (B.Tech / equivalent (or) MBA – as per the role of proposed resource)

    15 5

    16-20 7

    >20 10

    15

    Certified by the authorized signatory with all relevant details as per the prescribed Format – Annexure 2.

    5 EXPERIENCE OF IMPLEMENTING TRAFFIC MANAGEMENT SYSTEM (WHICH SHALL INCLUDE RLVD/ANPR/E-CHALLAN FEATURES) since 01/01/2010.

    In case of consortium, the combined experience of all the members will be taken into consideration.

    In number of distinct towns:

    Criteria Marks

    3-5 5

    6-8 10

    > 8 15

    15

    Copies of Work Orders/Clients certificates with all relevant details.

  • Page 37 of 1152

    6 EXPERIENCE OF SETTING UP COMMAND AND CONTROL CENTERS (CCCS) with a project cost of at least INR 1 Cr in each case since 01/01/2010.

    In case of consortium, the combined experience of all the members will be taken into consideration.

    In number of distinct CCCs:

    Criteria Marks

    3-5 5

    6-8 7

    > 8 10

    10

    Copies of Work Orders/Clients certificates with all relevant details.

    7 EXPERIENCE OF SETTING UP TIER 3 OR ABOVE LEVEL DATA CENTERS with a project cost of at least INR 5 Cr in each case since 01/01/2010.

    In case of consortium, the combined experience of all the members will be taken into consideration.

    In number of distinct Data Centers:

    Criteria Marks

    2-5 5

    6-8 7

    > 8 10

    10

    Copies of Work Orders/Clients certificates with all relevant details.

    TOTAL MARKS 100

    Important Notes:

    The Bidders shall submit the Technical Solution Proposed and compliance to the min. specifications for IT/non-IT components for the Project as detailed under Section 7.1. The Bids submitted without these documents are liable to be rejected. The Technical/Evaluation Committee’s decision shall be final and binding on all.

    Bidders should obtain minimum 70 marks in the overall technical evaluation to qualify for

    opening of the Price Bid. In case, none of the bidder achieves the min. qualifying marks, the Technical Evaluation

    Committee may revise the min. qualification marks to 60 as per the case in the interest of this RFP. The Technical Evaluation Committee’s decision in this regard shall be final and binding on the Bidder.

    Bidders are required to provide the aforementioned information as per the Formats provided at ANNEXURE 2 – Formats of technical bid along with the required supporting documents for each of the criteria. Proposals without necessary supporting documents will be treated as ineligible and will not be awarded any marks.

    Bidders should submit necessary proofs towards experience claimed such as work orders / work completion certificates from clients/certificate from Auditors etc. as per the case as explained above.

  • Page 38 of 1152

    4.10.3. Price Bid Evaluation Criteria

    Pri