You are on page 1of 146

CHHATTISGARH POLICE

Request for Proposal (RFP)

Selection of an agency

for

implementation, operations, and maintenance of next phase of the CG Dial-112 Project

Issuing Agency Chhattisgarh Police, Police Headquarters, Raipur (CG)


RFP Number PHQ/TS/Dial - 112/141/23

RFP Date 12/06/2023

Last date for Bid Submission 12/07/2023

Document Reference Volume 1: Bidding Instructions and Terms & Conditions


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Disclaimer

The information contained in this Tender or subsequently provided to Applicant (Bidder), 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 Applicants on the terms and conditions set out in this Tender and such other
terms and conditions subject to which such information is provided.

This Tender is issued by the Chhattisgarh Police. This Tender is not an agreement and is neither an
offer nor invitation by the Authority to the prospective Applicants or any other person. The purpose of
this Tender is to provide interested parties with information that may be useful to them in the formulation
of their Proposals pursuant to this Tender. This Tender includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Selection of Implementation
Agency for Chhattisgarh State Dial 112 Project (2023-2028). Such assumptions, assessments and
statements do not purport to contain all the information that each Applicant may require. This Tender
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 Tender. The assumptions, assessments, statements, and information contained in this Tender,
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 Tender and obtains
independent advice from appropriate sources.

Information provided in this Tender to the Applicants 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 Tender or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the
Tender and any assessment, assumption, statement or information contained therein or deemed to
form part of this Tender 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 Applicant upon the statements contained in this Tender.
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 Tender. The issue
of this Tender does not imply that the Authority is bound to select an Applicant or Applicants,
as the case may be, for the Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028), the Authority reserves the right to reject all or any of the Proposals without assigning any
reasons whatsoever.

Page 1 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

The Applicant 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 Applicant and the Authority shall not be liable in any manner whatsoever for the
same or for any other costs or other expenses incurred by an Applicant in preparation or submission
of the Proposal, regardless of the conduct or outcome of the Selection Process.

Page 2 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Abbreviations

S. No Abbreviations Full Form

1. ACD Automatic Call Distributor

2. AVLS Automatic Vehicle Locator System

3. BPO Business Process Outsourcing

4. CAD Computer Aided Dispatch

5. CAPA Corrective Action & Preventive Action

6. CCCC (C4) Centralized Command Control Centre

7. CCTNS Crime and Criminal Tracking Network & Systems

8. CISA Certified Information Systems Auditor

9. COTS Commercial Off The Shelf

10. DCC District Coordination Center

11. EMD Earnest Money Deposit

12. ERV Emergency Response Vehicle

13. GIS Geographic Information System

14. GPRS General Packet Radio Service

15. GPS Global Positioning System

16. GST Goods and Services Tax

17. HMV Heavy Motor Vehicle

18. ICT Information and Communication Technology

19. IP Internet Protocol

20. ITES Information Technology Enabled Services

21. LBS Location Based Service

22. LMV Light Motor Vehicle

23. LOA Letter Of Acceptance

24. LOI Letter of Intent

25. MDT Mobile Data terminal

26. MSME Micro, Small and Medium Enterprises

27. NDA Non-Disclosure Agreement

28. O&M Operations and Maintenance

29. OEM Original Equipment Manufacturer

30. PAN Permanent Account Number

31. PBG Performance Bank Guarantee

32. PBX Private Branch Exchange

Page 3 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

S. No Abbreviations Full Form

33. QCBS Quality and Cost Based Selection

34. RFP Request For Proposal

35. SDC State Data Centre

36. SLA Service Level Agreement

37. SSDG State Service Delivery Gateway

38. VTS Vehicle Tracking System

Page 4 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Contents
1 Bidding Data Sheet ......................................................................................................................... 9
2 Glossary ........................................................................................................................................ 11
3 Introduction ................................................................................................................................. 15
4 Project Brief ................................................................................................................................. 16
4.1 CG Dial 112 (2023-2028) Project Goals .................................................................................... 19
5 Instructions to Bidder (s) (ITB) ..................................................................................................... 20
5.1 Online Bid Submission.............................................................................................................. 20
5.2 RFP Issuing Authority ............................................................................................................... 20
5.3 Online Bid Submission.............................................................................................................. 20
5.4 Digital Certificates .................................................................................................................... 21
5.5 Payment of Portal registration Fee, Tender Fee and EMD ...................................................... 21
5.6 System requirements ............................................................................................................... 22
5.7 Publishing of N.I.T. ................................................................................................................... 22
5.8 Downloading of Tender Document.......................................................................................... 22
5.9 Briefcase................................................................................................................................... 22
5.10 Key Dates ................................................................................................................................. 22
5.11 Consortium Conditions ............................................................................................................ 22
5.12 Sub-contracting ........................................................................................................................ 24
5.13 Compliant Bids/Completeness of Response ............................................................................ 24
5.14 Bidder to Inform....................................................................................................................... 24
5.15 Bid Preparation costs ............................................................................................................... 24
5.16 Pre-bid meeting & Clarification................................................................................................ 25
5.17 Bidders Queries ........................................................................................................................ 25
5.18 Responses to Pre-Bid Queries and Issue of Corrigendum ....................................................... 25
5.19 RFP Document Fee ................................................................................................................... 25
5.20 Earnest Money Deposit (EMD) ................................................................................................ 25
5.21 Bid Validity Period .................................................................................................................... 26
5.22 Submission of Bid ..................................................................................................................... 26
5.23 Bid Formats .............................................................................................................................. 27
5.24 Pre-Qualification Bid Format ................................................................................................... 27
5.25 Technical Bid Format................................................................................................................ 27
5.26 Commercial Bid Format ........................................................................................................... 27
5.27 Language .................................................................................................................................. 28
5.28 Authentication of Bids ............................................................................................................. 28
5.29 Amendment of Request for Proposal ...................................................................................... 28
5.30 Bid Price ................................................................................................................................... 28
5.31 Deviations and Exclusions ........................................................................................................ 28
Page 5 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

5.32 Total Responsibility .................................................................................................................. 28


5.33 Late Bids ................................................................................................................................... 29
5.34 Right to Terminate the Process................................................................................................ 29
5.35 Non-Conforming bids ............................................................................................................... 29
5.36 Confidentiality .......................................................................................................................... 29
5.37 Acceptance/ Rejection/ Disqualification of bids ...................................................................... 29
5.38 Resource Requirement ........................................................................................................... 30
5.39 Evaluations ............................................................................................................................... 30
5.40 Replacement ............................................................................................................................ 30
5.41 Fraud and Corrupt Practices .................................................................................................... 30
5.42 Conflict of Interest ................................................................................................................... 31
5.43 Right to vary quantity .............................................................................................................. 32
5.44 Site Visit.................................................................................................................................... 32
6 Selection Process for Bidder ........................................................................................................ 33
6.1 Opening of Bids ........................................................................................................................ 33
6.2 Preliminary Examination of Bids .............................................................................................. 33
6.3 Clarification on Bids ................................................................................................................. 33
6.4 Evaluation Process ................................................................................................................... 33
6.4.1 Stage 1: Pre-Qualification .................................................................................................... 34
6.4.2 Stage 2: Technical Evaluation ............................................................................................. 34
6.4.3 Stage 3: Commercial Evaluation ......................................................................................... 35
6.5 Final Selection .......................................................................................................................... 35
6.6 Pre-Qualification Criteria ......................................................................................................... 36
6.7 Technical Evaluation Framework ............................................................................................. 41
6.7.1 Technical Bid Evaluation Criteria ......................................................................................... 41
7 Award of Contract ........................................................................................................................ 46
7.1 Notification of Award/ Letter of Intent (LoI)............................................................................ 46
7.2 Signing of Contract ................................................................................................................... 46
7.3 Performance Bank Guarantee (PBG) ....................................................................................... 46
7.4 Failure to agree with the Terms & Conditions of the RFP ....................................................... 47
8 Project Timelines and Payment Terms ........................................................................................ 48
8.1 Timeline & Payment Terms for Technical Bidder (Sole/Lead Bidder)...................................... 48
8.1.1 Stage 1- Project Implementation & Rollout .......................................................................... 48
8.1.2 Stage 2 – Operations & Maintenance by Technical Bidder (Sole/Lead Bidder) .................. 50
8.2 Timeline & Payment Term for the Fleet Bidder (Consortium Member) .................................. 51
8.2.1 Stage 1- Project Implementation & Rollout .......................................................................... 51
8.2.2 Stage 2- Operations & Maintenance by Fleet Bidder (Consortium Member) ...................... 52
9 Terms and Conditions .................................................................................................................. 53
9.1 General ..................................................................................................................................... 53

Page 6 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

9.2 Contract Period ........................................................................................................................ 54


9.3 Contract Extension ................................................................................................................... 55
9.4 Mishap and Injury to Resource ............................................................................................... 55
9.5 Reporting of Resource ............................................................................................................. 56
9.6 Reporting of Bidder .................................................................................................................. 56
10 Service Level Agreement (SLA) ................................................................................................ 57
10.1 Measurement of SLA:............................................................................................................... 57
10.2 SLA Holiday............................................................................................................................... 58
10.3 Planned Downtime................................................................................................................... 59
10.4 Breach in the supply of Managerial & Technical Resource ..................................................... 59
10.5 Breach in the supply of Operational Resource (Call center supervisor, Call Takers, Fleet
management supervisor & Drivers for ERV) ........................................................................................ 59
10.6 Security breach for SLA ............................................................................................................ 60
10.7 SLA Parameters ........................................................................................................................ 61
11 Annexures 1 ............................................................................................................................. 72
11.1 Template for Pre-Bid Queries .................................................................................................. 72
12 Annexures 2 - Formats for submission of the Pre-Qualification Bid........................................ 73
12.1 Pre-qualification bid checklist .................................................................................................. 73
12.2 Pre-Qualification Bid Covering Letter ...................................................................................... 75
12.3 Company profile....................................................................................................................... 77
12.4 Declaration For Existence of The Firm ..................................................................................... 78
12.5 Consortium Agreement............................................................................................................ 79
12.6 Declaration For Local Office and Chhattisgarh State GST no. .................................................. 84
12.7 Statutory Auditor Certificate – Financial Status of last Five years........................................... 85
12.8 Bidder’s Experience - Project Citations .................................................................................... 86
12.9 Resource Strength – Human Resource Certificate .................................................................. 87
12.10 Compliance of the CVs proposed ......................................................................................... 88
12.11 Curriculum Vitae (CV) format for proposed resources ........................................................ 90
12.12 Declaration For Deployment of Resource from CAD Software OEM to Bidder ................... 92
12.13 Declaration For Deployment of Resource from Contact Centre OEM to Bidder ................. 93
12.14 Manufacturers Authorization Form (MAF) .......................................................................... 94
12.15 Declaration of Non-Blacklisting -Lead Bidder ...................................................................... 95
12.16 Declaration of Non-Blacklisting - Consortium Member: ...................................................... 96
12.17 No Deviation Certificate ....................................................................................................... 97
12.18 Total Responsibility Certificate ............................................................................................ 98
12.19 Anti-Collusion Certificate ..................................................................................................... 99
12.20 Power of Attorney executed by Consortium Member in favor of Lead Bidder. ................ 100
12.21 Format for Power of Attorney to Authorize Signatory ...................................................... 102

Page 7 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

13 Annexures 3 - Formats for submission Technical Bid ............................................................ 104


13.1 Technical Bid Checklist ........................................................................................................... 104
13.2 Technical Bid Covering Letter ................................................................................................ 105
13.3 Project Plan ............................................................................................................................ 107
13.4 Unpriced Bill of Material (BoM) ............................................................................................. 108
14 Annexures 4 - Formats for Submission of the Commercial Bid ............................................. 113
14.1 Price Bid Covering Letter........................................................................................................ 114
14.2 Price Summary ....................................................................................................................... 116
14.3 Price Details ........................................................................................................................... 117
A. IT & Non-IT Equipment for Data Center, Primary & Secondary C4 ...................................... 117
B. IT Equipment for Emergency Response Vehicles ................................................................. 121
C. IT & Non-IT Equipment District Coordination Center Cost .................................................... 122
D. Miscellaneous Cost ............................................................................................................... 123
E. VTS Equipment & Non-IT for Emergency Response Vehicles .............................................. 124
F. AMC cost for Data Center, Primary & Secondary C4 Cost ................................................... 125
G. AMC cost for IT Equipment for Emergency Response Vehicles ........................................... 129
H. AMC cost for District Coordination Center Cost ................................................................... 130
J. Miscellaneous Cost ................................................................................................................ 131
K. Resource Cost for Technical scope (Managerial, Technical & Operational) ........................ 132
L. Operational Cost for Fleet Management & Operations .......................................................... 133
M. Fuel Cost for Fleet ................................................................................................................. 134
N. Resource Cost for Fleet Management & Operations ........................................................... 135
15 Annexures 5 - Format for Performance Bank Guarantee ...................................................... 138
16 Annexures 6 - Format of Earnest Money Deposit.................................................................. 140
17 Annexures 7 - Non-Disclosure Agreement............................................................................. 141
18 Annexure 11 - Case Study Format.......................................................................................... 144
19 Annexure 12 - Undertaking on Exit Management and Transition ......................................... 145

Page 8 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

1 Bidding Data Sheet

Particulars Details
Tender Inviting Authority Technical Services, Chhattisgarh Police
Tender/RFP number PHQ/TS/Dial-112/141/23
Project name/ Name of the Engagement Selection of Implementation Agency for Chhattisgarh
State Dial 112 Project (2023-2028)
04 months implementation + 5 years of Operations
Period of Contract
and Maintenance (O&M)
Release Date of RFP 12/06/2023
RFP document can be downloaded online from the
Availability of RFP Documents
website of https://eproc.cgstate.gov.in/
Last date for Submission of Pre-Bid Bidders may post queries by email to dial112-
Queries (Only through e-mail) phq@cg.gov.in on or before 21/06/2023 till 5:00 PM
22/06/2023 @ 3:00 PM at the conference meeting hall
Pre-Bid Conference Date, Time & Venue
block 1, Police Headquarters, Atal Nagar, Raipur (CG)
Publish Response to Pre-bid queries https://eproc.cgstate.gov.in/
Last Date for Purchase of RFP
12/07/23 at 3:00 PM
Documents
Last Date and Time for Submission of 12/07/23 at 3:00 PM
Bids
Opening of Pre-Qualification Bid 12/07/23 at 4:00 PM
Opening of Technical –Qualification Bid To be declared later
Demonstration/ Presentation by Bidders To be declared later
Opening of Commercial Bids To be declared later
Validity of Proposal Must be valid for 180 days post-date of submission of
bid
Address of Communication Additional Director General (A.D.G.) Technical
Services
Police Headquarters, Sector-19, Nava Raipur –
492002
The method of selection is Quality and Cost Base
Selection (QCBS).
The weightage given to the Technical and
Method of Selection
Commercial Bids are:
Technical = 60% and
Commercial = 40%
Three-Stage Bid System
1. Pre-qualification Bid
Bid System
2. Technical Bid
3. Financial / Commercial Bid

Page 9 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Particulars Details
RFP Document Fee INR 50,000/- (Rupees Fifty Thousand Only)
Earnest Money Deposit / Bid Security INR 5,00,00,000/- (Rupees Five Crore Only)
Earnest Money Deposit / Bid Security
180 days from the last date of submission of Bids
Validity Period
Performance Bank Guarantee 5 % of Contract Value
Period for furnishing Performance Bank Within 15 days from the date of issuance of Letter of
Guarantee Intent
Performance Bank Guarantee validity
90 days beyond the actual Contract period
period
Within 15 days from the date of receipt of Letter of
Period of Signing the contract
Intent (LOI)
Currency in which the bidders may quote the price and
Currency
will receive payment is INR only.

Note:

• The above dates, time and venue may be altered by the Department at its sole discretion after
giving prior notice to the Bidders. The information provided in the above Bidding Data Sheet is
further elaborated in the subsequent sections of this RFP. Information provided in the Bidding
Data Sheet, and subsequent sections of this RFP are to be read in conjunction and are to be
interpreted harmoniously.
• The Bidding process shall be conducted in an online (e-tendering) manner. Please visit
https://eproc.cgstate.gov.in/ for further details regarding the e-Tendering process.
• All the notification & detailed terms and conditions regarding this tender notice hereafter will
be published online on web site https://eproc.cgstate.gov.in/

Page 10 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

2 Glossary
S No Term Definition

1. Affiliate “Affiliate” shall mean any holding company or subsidiary company of a


part to the Agreement or any company, which is subsidiary of such a
holding company. The expressions "holding company" and “subsidiary
company” shall have the meaning specified in section 4 of the Companies
Act 1956 or 2013 (as amended from time to time).

2. Agreement/ Agreement entered between Authority and the Systems Integrator


Contract including all attachments, schedules, annexure there to and all
documents incorporated by reference therein and all amendments,
corrigendum /corrigenda, changes thereto

3. Authority/ Chhattisgarh Police acting for and on behalf of the Government of


Department/ Chhattisgarh.
Tender Inviting
Authority

4. Authorized Shall mean any person authorized by either of the parties.


Representative

5. Bidder The use of the term “Bidder” in the tender means the Sole Bidder or the
Lead Bidder of the consortium of firms (not exceeding two including Lead
Bidder)

6. Bid / Proposal Offer submitted by the Bidder to fulfil the requirement of the Client/
Authority against this RFP. It shall be a comprehensive technical and
commercial response to this RFP.

7. Breach A breach by Bidder of any of its obligations under this RFP and resultant
Agreement

8. Client/ Police Refers to Chhattisgarh Police acting for and on behalf of the Government
Department of Chhattisgarh

9. Confidential All information including Police Dept. Data (whether in written, oral,
Information 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);

10. Consortium A consortium of up to two (2) members including the Lead Bidder is
allowed (The Lead Bidder/Sole Bidder should be the Technology Bidder)
1. Technology Bidder (Sole/Lead Bidder)
2. Fleet Bidder (Consortium Member)
Refer Section 5.11 for details

11. 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

Page 11 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

S No Term Definition

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:

12. Deliverables Products, infrastructure, and services agreed to be delivered by the


Bidder in pursuance of the agreement as defined more elaborately in this
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;

13. Fleet Bidder/ The Bidder who will be responsible to handle the scope for Fleet
Consortium Components as per RFP Vol-2 (Section-3)
member

14. Notification of Department notification to the successful bidder in writing by way of Letter
Award (NoA)/ or by fax or email, that their proposal has been accepted.
Letter of Intent
(LoI)

15. Large IT project To be used for PQ criteria no. 7 & TQ criteria no. 4

The Bidder should have implemented (Completed /Partially completed) a


large IT project for any Central Government/ State Government/ PSU/
Municipal Corporation/ substantially funded by Government having the
order value of minimum 100 crores (as sole or Lead Bidder) involving
large IT Application Implementation and Post Implementation Support
(including minimum 50 crores from Application development /
customization / configuration and Operations & maintenance of Software)
in last 5 years as on bid submission date.

Completed Project:
• Completed project means projects, which have completed the
implementation phase (Go-live completion of at least 70% of the
components in the scope of the said project or 70% CAPEX
achieved). Bidder should submit a Certificate from the Client/
Statutory Auditor to this effect.
• Client appreciation letter (if available)
Partially Completed Project:
• One or more Phase Go-Live/ Partial Go-Live (Go-live completion of at
least 50 % of the components in the scope of the said project or 50%
CAPEX achieved) certificate issued by client or certificate from
statutory auditor mentioning percentage of CAPEX achieved.
Notes:
Project should have been Completed /Partially completed in last six
years, as on date of the bid submission.

16. Letter of Successful bidder’s response in writing by way of letter to Department


Acceptance acknowledging the receipt and acceptance of the of NoA/ LoI along with
(LoA) confirmation that bidder is willing to enter into a Contract by fulfilling the
pre-requisites mentioned in this RFP

Page 12 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

S No Term Definition

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

18. Partial Go Live/ If so, specified in the Agreement, Installation and Commissioning shall be
Acceptance carried out individually for each identified major component or
Subsystem(s) of the System. In this event, the provisions in the Contract
relating to Installation and Commissioning, including the Final Acceptance
Test, shall apply to each such major component or Subsystem
individually, and Operational Acceptance Certificate(s) shall be issued
accordingly for each such major component or Subsystem of the System,
subject to the limitations contained in the below clause

19. Operation and The commencement of Operations and Maintenance phase from the date
Maintenance of declaration of successful project go live by the Authority/ Department.
Phase

20. Intellectual All rights in written designs and copyrights, moral rights, rights in
Property Rights databases and Bespoke Software / Pre-existing work including its up-
gradation systems and compilation rights (whether any of these are
registered and including application for registration);

21. Month / Week The month shall mean calendar month & week shall mean calendar week

22. Operating Cost Operating Cost is the cost incurred by Authority after the Project
Commissioning of each Phase

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

24. Penalty/ The amount deducted from the payment of the Bidder owing to non-
Liquidated completion of defined tasks within the defined timelines as per the project
Damages timelines

25. Performance Unconditional guarantee provided by the Bidder from a Nationalized Bank
Security or Scheduled Banks in favour of the Authority

26. Police Refers to Chhattisgarh Police


Department

27. Project Chhattisgarh State Dial 112 Emergency Response System

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

29. Request for Written solicitation that conveys to the Bidder, requirements for products/
Proposal (RFP)/ services that the Authority intends to buy and implement against
Tender reference no. xxxxxxxxx dated xxxxxx. This RFP consists of three (3)
Document / volumes:
Bidding • Volume 1: Bidding Instructions and Terms & Conditions
document • Volume 2: Scope of Work
• Volume 3: Master Service Agreement

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

Page 13 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

S No Term Definition

31. Service Down The time period when specified services with specified technical and
Time operational requirements as mentioned in this document are not available
to Chhattisgarh Police. The departments shall be operational on all days
of a year except holidays within the uptime specified in the Service Level
Agreement (SLA).

32. Service Level Performance and Maintenance SLA executed as part of the Master
Agreement (SLA) Service Agreement

33. 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;

34. Successful The Bidder (Sole/Technology Bidder along with Consortium


Bidder / System member/Fleet Bidder) with whom the MSA/ Agreement has been signed
Integrator / SI / by the Authority will be referred to as Successful Bidder / System
Implementation Integrator / SI / Implementation Agency
Agency

35. Technology The Bidder who will be responsible to handle the scope for Technical
Bidder/ Lead Components as per RFP Vol-2 (Section-2)
Bidder

36. User Acceptance Mutually agreed document, which defines procedures for Acceptance
Test (UAT) testing against requirements laid down in the Agreement including test
Document procedures agreed prior to the testing phase.

Page 14 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

3 Introduction
It is very critical in emergency situations that citizens are able to easily communicate with Police and
other Emergency Services and the respective bodies respond immediately, by providing immediate
assistance. The State of Chhattisgarh recognizes the importance of Information and Communication
Technology as a key enabler in its economic development as well as in improving the quality of life and
functioning of government.

In concurrence with the state’s vision of delivering services to the citizens in a fast, efficient and timely
manner, Chhattisgarh Police has set up a modern Centralized Command & Control Center (C4) which
caters to the Emergency Services like, Police Assistance, Reporting of Crime, Medical Assistance in
case of Road Accidents and Reporting of Fire. Citizens of 11 districts in Chhattisgarh state can Dial
the State vide Emergency Response Center number 112 that directs the call to a call taker who attends
to the specific requirement of the Citizen and take necessary action.

Following are the brief details of existing service available under CG Dial 112 Project:

Head Detail
Districts Raipur, Mahasamund, Durg, Rajnandgaon, Kabirdham, Bilaspur, Janjgir
Covered Champa, Korba, RADGarh, Sarguja, Jagdalpur City (Bastar)
Resource • 80+ Call Takers to attend calls
• 45+ Call Dispatchers to dispatch Emergency Response Vehicle
• 10+ Supervisors to manage operations
• 720+ Drivers for Emergency Response Vehicle
• 11 Fleet Supervisors at district level to manage Emergency Response
Vehicles
Response time 10 Minutes for Urban Areas and 30 Minutes for Rural Areas.
Integration with • National 112 App – 112 India, owned by Ministry of Home Affairs (MHA),
other system supervised by Centre for Development of Advanced Computing (CDAC)
• Chhattisgarh State Data Centre (SDC) and capability to integrate with all
the services hosted by SDC
• Raipur Smart City (RSCL) - City Wide Live Surveillance Feed

To carry out the operations of Dial 112 from 11 Districts (After reorganization to 15 districts) to entire
Chhattisgarh State:

• Improving the response time for providing emergency services to the Citizens.
• Ensure State-wide coverage of the CG-112 service reaching even the remote areas of the
State.
• Providing 24x7 operations of a centralized state-wide CG-112 number.
• Provide 24x7 efficient and effective Police emergency response system to which citizens shall
be able to connect through multiple channels/ medium, like mobile, SoS, social media, SMS,
Chat etc.
• Integration of Highway Patrol vehicles with Dial 112.
• Handling emergency requests received from citizens through skilled Resource .
• GPS enabled quick dispatch of vehicles at the location of distressed person.
• Improved response system for timely dispatch of field personnel (police) to the location of
incidence.
• Analyze the trends and optimize the use of Police personnel to handle emergency situations.
• A highly scalable system to handle increased number of citizen requests and capability to
integrate with other services in future.
• Operation of Command-and-Control Centre in primary as well as Secondary mode.
• Provisioning Resource and IT equipment for 60 Highway patrol vehicles.

Page 15 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

4 Project Brief
# Item Envisaged Dial 112 (2023 - 2028)

1. Project Name Chhattisgarh Dial 112 Project (2023-2028)


2. Project Coverage All Districts of Chhattisgarh State (Limited coverage in LWE
areas)
3. Emergency Response New ERV’s to be procured by the Department
Vehicles ▪ Total 400 numbers of 4-wheeler
o 370 ERVs to be deployed in entire
Chhattisgarh State
o 30 ERVs will be kept as reserve across the
Chhattisgarh State

Department will also be using existing 60 numbers of


Highway Patrol vehicles.
4. Locations ▪ One Primary Centralized Command and Control
Centre - Raipur Location
▪ One Secondary Centralized Command and Control
Centre – Naya Raipur Location
(To be operational in active-active mode)
▪ 33 District Command and Control Centers
5. Key Operational Resource Sole / Technology Bidder
• Minimum Operational Resource for Primary &
Secondary C4 (Reserve Resource to be maintained
separately by the System Integrator)
o 120 Call Takers to support 24*7 Operations (in
3 shifts):
▪ Primary Centralized Command Control
Center: (30+30+20)
▪ Secondary Centralized Command
Control Center: (15+15+10)
o 13 Call Centre Supervisors/ Quality Auditors to
support 24*7 Operations (in 3 shifts):
▪ Primary Centralized Command Control
Center: (3+3+2)
▪ Secondary Centralized Command
Control Center: (2+2+1)

o 3 Social Media Operators to support 24*7


Operations (in 3 shifts):
▪ Primary Centralized Command Control
Center: (3+3+2)

Sole/Consortium Member (Fleet Bidder)


• Minimum Operational Resource for Fleet Management
(Reserve Resource to be maintained separately by the
System Integrator)
o 1290 drivers to support 24*7 Operations of 430
vehicles (370 ERV + 60 Highway Patrol)
▪ 1110 drivers for 370 ERV’s considering
3 shifts per vehicle
▪ 180 drivers for 60 highway patrol
considering 3 shifts per vehicle
o 20 Fleet Management Supervisors
Page 16 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Envisaged Dial 112 (2023 - 2028)

Department’s Part: Below mentioned Resource will be


provided by the Department
• 55 Centralized Call Dispatcher for ERV dispatch
o Primary Centralized Command Control Center:
(15+15+12)
o Secondary Centralized Command Control
Center: (5+5+3)
6. Hardware Involved at Data Sole / Technology Bidder
Center Server, Storage, Network, Firewall, Racks etc.
▪ Hosting of IT components in State Data Center
(CHIPS)
7. Hardware Involved at C4 Sole / Technology Bidder
(Primary & Secondary) IP Phones, Head Set for IP Phones, Workstations, CCTV
Cameras, Access Control, Video Wall, Network Switch,
UPS etc.
8. Connectivity Scope of Sole / Technology Bidder
Network Connectivity at Centralized Level

• Dark Fiber connectivity from the State data center


(SDC) to Primary Centralized Command and Control
Centre with adequate bandwidth
• MPLS connectivity From State data center (SDC) to
Secondary Centralized Command and Control Centre
with adequate bandwidth

Network Connectivity at Field Level


• VPN Broad band Connectivity from DCC to Data center
• GPRS-4G/5G Connectivity from MDT to Data center
• GPRS-4G/5G Connectivity for Mobile phone

SIP & PRI Line Connectivity

• SIP Trunk connectivity from Service Provider @


Raipur (Primary Centralized Command and Control
Centre) with auto switch feature

• E1 PRI Trunk connectivity from Service Provider @


Naya Raipur (Secondary Centralized Command and
Control Centre) with auto switch feature

Scope of Lead/ Fleet Bidder in case of consortium


▪ GPRS-4G/5G connectivity from VTS to data center

9. Applications Involved Scope of Sole / Technology Bidder

▪ New Computer Aided Dispatch (CAD)


▪ Automatic Call Distribution (ACD)
▪ Computer telephonic Integration (CTI)
▪ Contact Center Multimedia Software
▪ Automatic Vehicle Location System (AVLS)
▪ Location Intelligence Software
▪ Social Media Collaboration Software etc.
Page 17 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Envisaged Dial 112 (2023 - 2028)

▪ Mobile App for Citizen


▪ Analytics Software
▪ Automation in SLA module (EMS)
▪ Other relevant applications/programs
10. District Coordination Scope of Sole / Technology Bidder
Center ▪ 33 - Workstations
▪ 33 - 1 KVA UPS with 1 Hr. back up
▪ 33 - 42-inch LED TV
▪ 33 - VPN broadband
11. ERV + Highway Patrol Scope for Sole / Technology Bidder
vehicle ▪ 460 Mobile Device Terminal-4G/5G enabled
o 400 for ERV
o 60 for Highway Patrol
▪ 430 Smart Mobile Phones-4G/5G enabled
o 370 for ERV
o 60 for Highway Patrol
▪ 460 Dual Dashboard Camera with memory card
o 400 for ERV
o 60 for Highway Patrol

▪ 33 (Roof mounted rugged PTZ camera with mobile


NVR with 4G/5G connectivity along with accessories) –
One ERV per district.

Scope for Sole/Consortium Member (Fleet Bidder)

▪ 460 (400+60) VTS Devices-AIS 140 standard- 4G/5G


o 400 for ERV
o 60 for Highway Patrol

▪ 400 In-fleet – Not-IT components for ERV

12. Project Implementation ▪ 4 Months from Award of Contract


Timeline
13. Operations and ▪ 5 years of operations and maintenance post Project
Go-Live & further extendable up to 2 years subject to
Maintenance
the approval by the Department.

14. Integrations Envisaged Scope of Technology Bidder


▪ Integration with Dial 100-Emergency Police service
▪ Integration with Dial 101-Emergency Fire service
▪ Integration with Dial 108-Emergency Ambulance
service
▪ Integration with India Dial 112 Mobile application
(CDAC)
▪ Integration with other Emergency Response Services

Page 18 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

4.1 CG Dial 112 (2023-2028) Project Goals


To carry out the operations of Dial 112 from 11 Districts (After reorganization to 15 districts) to entire
Chhattisgarh State:

• Improving the response time for providing emergency services to the Citizens.
• Ensure State-wide coverage of the CG-112 service reaching even the remote areas of the
State.
• Providing 24x7 operations of a centralized state-wide CG-112 number.
• Provide 24x7 efficient and effective Police emergency response system to which citizens shall
be able to connect through multiple channels/ medium, like mobile, SoS, social media, SMS,
Chat, video calls etc.
• Integration of Highway Patrol vehicles with Dial 112.
• Handling emergency requests received from citizens through skilled Resource .
• GPS enabled quick dispatch of vehicles at the location of distressed person.
• LBS based identification of location of the residents in distress and deploy the nearest available
ERV to support promptly
• Improved response system for timely dispatch of field personnel (police) to the location of
incidence.
• Analyze the trends and optimize the use of Police personnel to handle emergency situations.
• A highly scalable system to handle increased number of citizen requests and capability to
integrate with other services in future.
• The system shall support with distinct feature to support and assist physically challenged such
as blind, dumb, deaf persons
• Operation of Command-and-Control Centre in primary as well as Secondary mode.
• Provisioning Resource and IT equipment for 60 Highway patrol vehicles
• Response time will comprise of the time when call was first answered by call taker till the time
ERV reaches the incident location. The expected average response time in urban area is 10
minutes and 30 minutes in rural area.

Page 19 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

5 Instructions to Bidder (s) (ITB)

5.1 Online Bid Submission


This section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening and evaluation of bids and on the
award of contract. It is important that the Bidder carefully reads and examines the tender document.

5.2 RFP Issuing Authority


This Request for Proposal (RFP) is issued by the A.D.G. of Police (P&P), Government of Chhattisgarh.
The A.D.G. of Police (P&P) shall be the final authority with respect to qualifying a Bidder through this
RFP. Their decision about the selection of the SI who qualifies through this RFP shall remain final. The
A.D.G. of Police (P&P) reserves the right to reject any or all the bids without assigning any reason. The
A.D.G. of Police (P&P) further reserves the right to negotiate with the selected agency to enhance the
value through this project and to create a more amicable environment for the smooth execution of the
project.

5.3 Online Bid Submission


Below is the indicative process for the online bid submission on https://eproc.cgstate.gov.in.
However, bidders are advised to follow the instructions provided in the manual available on the
above portal.

Bidder should study and assess the Guidelines for Bidders on using integrated eProcurement System
Govt. of Chhattisgarh available at https://eproc.cgstate.gov.in

Note: The conditions mentioned for e-Procurement system will supersede the conditions stated in the
RFP document(s), wherever relevant and applicable.

a) Bidder Registration on the e-Procurement System – In order to participate in the bids floated
using the e-Procurement System, all contractors/ Bidders/ Supplier/ Contractor are required to
get enrolled / registered on the e-Procurement portal (https://eproc.cgstate.gov.in)
b) The Bidders intending to participate in this Bid are required to get enrolled / registered on the
abovementioned website. Enrolment on the above-mentioned Portal is mandatory. As the
online Bids are required to be digitally signed, Bidders are required to obtain Class – III Digital
Signature Certificates (DSCs). The Bidders may contact Mjunction Service Ltd., on helpdesk
Toll free number 18004199140 or through Email ID – helpdesk.eproc@cgswan.gov.in or they
may contact to Mr. Shailesh Kumar Soni, Sr. Manager, Chhattisgarh InfoTech and Biotech
Promotion Society (CHIPS) on Tel. No. 0771-4199140 or email- pro-chips@nic.in.
c) To participate in the online Bidding process, the Bidders must procure Digital Signature
Certificates (DSC class II or class III) in accordance with the IT Act 2000. Bidders who already
have a valid DSC need not procure a new DSC.
d) Bidders have to submit their bid online after successful filling of forms within the specified date
and time as set in the tender
e) The encrypted bid data of only those Bidders who have submitted their bids within the
stipulated date & time will be accepted by the e-Procurement system. It is expected that the
Bidder completes his bid within stipulated timeline. Bid of the Bidder who has not submitted
his bid within the stipulated date & time will not be available during opening. It is recommended
that Bidders’ login and recheck their bid details & its status after bid submission in order to
double sure submission of accurate bid data for respective tenders.
f) Size of bid documents uploaded during bid preparation should be less than five MB (for
individual document) and over all bid documents should be less than fifty MB.
g) In case of any concern for any tender/ bid submission, please register it in the Department /
CHiPS/ Help Desk well in advance before initiating opening process so that appropriate action
can be taken.

Page 20 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

h) Before the deadline for submission of bid, the Department may modify bid document by issuing
amendment/ corrigendum.
i) Any amendment thus issued shall be part of the bid document and shall be published only on
https://eproc.cgstate.gov.in.
j) The Pre-qualification / Main Bidding Documents are available for free downloading. However,
to participate in the online bid, the Bidder must get enrolled / registered on the e-Procurement
portal (https://eproc.cgstate.gov.in).

5.4 Digital Certificates


The bids submitted online must be signed digitally with a valid Class II / Class III Digital Signature
Certificate to establish the identity of the Bidders submitting the bids online. The Bidders shall obtain
Class III Digital Certificate with Encryption & Signing, issued by an approved Certifying Authority (CA)
authorized by the Controller of Certifying Authorities (CCA), Government of India.

It may take upto 7 to 10 working days for issuance of Class III Digital Certificate, therefore the Bidders
are advised to obtain it at the earliest. It is a pre-requisite to have a valid Class-III Digital Certificate
while registering online on the abovementioned e-Procurement portal. A Digital certificate once
mapped to an account / registration cannot be remapped with any other account / registration however
it may be inactivated / deactivated.

Important Note: Bid under preparation / creation for a particular tender may only be submitted using
the same digital certificate that is used for encryption to encrypt the bid data during the bid preparation
/ creation / responding stage. However, Bidder may prepare / create and submit a fresh bid using
his/her another / reissued / renewed Digital Certificate only within the stipulated date and time as
specified in the tender.

In case, during the process of a particular bid preparation / responding for a tender, the Bidder loses
his/her Digital Certificate because of any reason, they may not be able to submit the same bid under
preparation online. Hence, the Bidders are advised to keep their digital Certificates secure to be used
whenever required and comply with IT Act 2000 & its amendments and CVC guidelines.

Unless the certificate is revoked, it will be assumed to represent adequate authority of the specific
individual to submit the bid online on behalf of the organization / firm for online tenders as per
Information Technology Act 2000. This authorized user will be required to obtain a valid Digital
Certificate. The bid submitted by such user using his/ her Digital Signature user will be binding on the
organization / firm. It shall be the responsibility of management / partners of the concerned organization
/ firm to inform the Certifying Authority, if the authorized user changes, and apply for a fresh digital
certificate for the new authorized user

5.5 Payment of Portal registration Fee, Tender Fee and EMD


As the bid is to be submitted only online, Bidders are required to make online payment(s) of the
Registration fee / Transaction or Service fees / EMD using the online payments gateway services
integrated into the e-Procurement portal using various payment modes like Credit Card / Debit Card /
Internet Banking / Cash Card / NEFT / RTGS etc. Bidders are advised to initiate and process the
eChallan/NEFT/RTGS payments well before bid due date in order to get the same updated in the
eProcurement system. Also refer RBI guidelines for NEFT/RTGS payment.

For the list of available online modes of electronic payments that are presently accepted on the online
payments gateway services, please refer the link ‘Payments accepted online’ on the eProcurement
portal https://eproc.cgstate.gov.in.

Vendors are advised to complete their online enrolment / registration process on the portal well in
advance to avoid last minute hassle, it is suggested to complete enrolment at least four days before
the last date of bid submission date, failing which may result in non-submission of bids on time for
which vendor/end user shall be solely responsible. Also ensure to mention correct Bank account details
during the registration, which will be referred during refund of unsuccessful EMD/Bid Security.

Page 21 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Vendors are required to pay online registration / enrolment fee of Rs. 500/- one time and renewal fee
of Rs. 100/- for subsequent years.

The Tender fee (in original) and EMD (in original) has to be submitted to Department as per the Bidding
Data Sheet or corrigendum, please refer the link on the procurement portal https://eproc.cgstate.gov.in.

5.6 System requirements


In order to operate on the e-Procurement system for a Bidder / user, the computer system/ desktop /
laptop of the Bidder is required to have Java ver. 765, Internet explorer 9 / 11, latest Mozila firefox with
IE Tab V2 (Enhanced IE Tab) or any other latest browser. A detailed step by step document on the
same is available on the home page. Also, internet connectivity should be minimum one MBPS.

5.7 Publishing of N.I.T.


For the tenders processed using the e-Procurement system, only a brief advertisement notice related
to the tender shall be published in the newspapers and the detailed notice shall be published only on
the e-Procurement system. Bidders can view the detailed notice, tender document and the activity time
schedule for all the tenders processed using the e-Procurement system on the portal
https://eproc.cgstate.gov.in.

The Bidders are strictly advised to follow the tender time for their side for tasks / activities and
responsibilities to participate in the tender, as all the activities / tasks of each tender are locked before
the start time & date and after the end time & date for the relevant activity of the tender as set by the
concerned department official.

5.8 Downloading of Tender Document


The tender document and supporting document(s) if any can be downloaded only online. The tender
document(s) will be available for download to concerned Bidders after online publishing of the tender
and up to the stipulated date & time as set in the tender

5.9 Briefcase
Bidders have an online briefcase to keep their documents online and the same can be attached to
multiple tenders while responding, this will facilitate Bidders to upload their documents once in the
briefcase and attach the same document to multiple bids submissions. For any further queries /
assistance, Bidders may contact:

a. The Service Integrator of e-Procurement system, Mjunction Service Ltd. on Help


Desk Toll free No. 1800 419 9140 or email helpdesk.eproc@cgswan.gov.in.
b. Mr. Shailesh Kumar Soni, Sr. Manager, Chhattisgarh Infotech & Biotech Promotion
Society (CHiPS) on Tel. No. 0771 - 4014158 or email: pro-chips@nic.in.

5.10 Key Dates


The Bidders are strictly advised to follow the tender schedule (Key Dates) available on e-Procurement
portal for their side of tasks and responsibilities to submit their bids, as the system is time and date
locked.

5.11 Consortium Conditions


A consortium of up to 2 members including the Lead Bidder is allowed (The Lead Bidder/Sole Bidder
should be the Technology Bidder)

1. The number of consortium members shall not exceed two, including the Lead Bidder/Technology
Bidder and consortium member will be the Fleet Bidder.
2. A Bidder applying individually or as a consortium member shall not be entitled to submit another
application either individually or as a member of any other consortium, as the case may be.

Page 22 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

3. All consortium members must provide an Agreement covering the above points and showing their
intention to enter into such an Agreement at the time of bidding along with a Pre-Qualification Bid.
4. A Bidding Consortium is required to nominate a Lead Bidder. The formation of the consortium
including identification of Lead Bidder and role and responsibilities of each member shall be
supported by Memorandum of Agreement and Power of Attorney signed by all the members on a
stamp paper of INR 100/-.
5. The successful Bidder (SI) shall require entering into an agreement with the Consortium Member
specifying the following points in the Agreement. These points shall also be captured in the
agreement:
i. Identity Lead Bidder and Power of Attorney in favor of Lead Bidder.
ii. Roles and responsibilities of each consortium partner, the identification of the lead partner,
and providing for joint and several liability for each partner.
iii. All consortium members would be available throughout the Contract Period.
iv. The Lead Bidder and all Consortium Members shall be jointly and severally responsible for
complete scope.
v. The role and responsibility of any member must be commensurate with the technical/financial
capabilities that such member is contributing towards meeting the qualification criteria. Each
consortium member is liable to contribute resources in terms of knowledge, skills, and trained
Resource commensurate with its role and responsibilities during the Contract Period.
vi. The Consortium Agreement must also state that the period of the Agreement would coincide
with the Contract period. Consortium must continue to be in existence during the period of the
contract and that any change will be subject to approval of the Authority (CHHATTISGARH
POLICE) only.
vii. The final contract between the consortium members (The Consortium Contract) would be
available for legal vetting and open to suggestions by the CHHATTISGARH POLICE.
CHHATTISGARH POLICE will suggest binding corrections if it finds that such contract does
not meet its requirements and interests as per the Tender in letter and spirit.
viii. The Agreement should be on stamp paper and notarized. The signatories must be duly
authorized.
ix. Any modification in roles and responsibilities between consortium members during Contract
Period shall be allowed only after approval from CHHATTISGARH POLICE. Any changes and
deviation of roles and responsibilities of consortium members during the execution, operation,
and maintenance of this Project without prior approval of Authority shall be viewed seriously
by the CHHATTISGARH POLICE as it can affect an important public service. Such unilateral
action by the SI shall entitle CHHATTISGARH POLICE to take appropriate action including
considering it an event of default under this Contract leading to consequences including
termination with appropriate notice.
x. Any dispute arising during Contract Period between the Consortium Members shall be
resolved amicably if the same is adversely impacting Project Implementation and Operation.
If in CHHATTISGARH POLICE’s opinion, dispute between Consortium members are
adversely impacting implementation and operation of the Project then Authority may at its sole
discretion in the interest of the Project
a. Terminate the Contract after due process and/or
b. Provide a binding solution.
xi. In case CHHATTISGARH POLICE intends to proceed with Termination, on account of SI’s
Event of Defect and /or unresolved disputes between the Consortium Members, both the
Consortium Members shall be jointly and severally liable for Implementation, Operation and
Maintenance of project at agreed prices and payment terms specified in this Tender till the
Authority, or any new agency appointed by the Authority takes over the Project
xii. CHHATTISGARH POLICE reserve the right to reject the Bid in case of change in the
constitution of the consortium after the submission of Bid and before the execution of the
Agreement.
xiii. In case any of the Consortium member is unable to maintain the required SLA parameters and
breaches the overall maximum capping set in the RFP consecutively for a period of 3 quarters
or is declared bankrupt, the other member is at the liberty to disengage/ disassociate itself
from such defaulting member after obtaining prior written permission from the Department and
Page 23 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

onboard a new Consortium partner who qualifies the required Pre-Qualification and Technical
evaluation criteria set in the RFP and subject to evaluation of qualification criteria by the
Department.

5.12 Sub-contracting
The Bidder would not be allowed to sub-contract work, except for the following:

A. Technology Bidder (Sole/Lead Bidder)


1. Sub-contracting is allowed for Call Takers, Passive Networking, Civil Work and Mechanical
Work during project duration.
2. The Technology Bidder/Sole Bidder may sub-contract/outsource the OEM services like
system configurations, commissioning, product servicing and upgradation support during
the project duration from OEMs only.
3. Sub-contracting shall be allowed only with prior written approval of Authority. However,
even if the work is sub-contracted, the sole responsibility of the work shall lie with the
Sole/Lead Bidder. The Sole/Lead Bidder shall be held responsible for any delay/error/non-
compliance etc. of its sub-contracted vendor. The details of the sub-contracting
agreements (if any) between both parties would be required to be submitted to Authority.

B. Fleet Bidder (Consortium Member)


1. Sub-contracting is allowed for drivers and maintenance staff for Vehicles and Insurance
during project duration.
2. Sub-contracting shall be allowed only with prior written approval of Authority. However,
even if the work is sub-contracted, the sole responsibility of the work shall lie with the
consortium member. The consortium member shall be held responsible for any
delay/error/non-compliance etc. of its sub-contracted vendor. The details of the sub-
contracting agreements (if any) between both the parties would be required to be
submitted to Authority.

5.13 Compliant Bids/Completeness of Response


i. Bidders are advised to study all instructions, forms, terms, requirements, and other information
in the RFP documents carefully. Submission of the bid shall be deemed to have been done
after careful study and examination of the RFP document with full understanding of the terms
and conditions mentioned in all volumes of the RFP and its implications.

ii. Failure to comply with the requirements of this paragraph may render the bid non-compliant
and the Bid may be disqualified. Bidders must:

▪ Include all documentation specified in this RFP, in the bid.

▪ Follow the format of this RFP while developing the bid and respond to each element
in the order as set out in this RFP.

▪ Comply with all requirements as set out within this RFP.

5.14 Bidder to Inform


The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service
Levels, Specifications, and Schedules of this RFP. If Bidder has any doubts/ clarifications as to the
meaning of any portion of the Conditions or the specifications, the Bidder shall, before the last date for
Submission of Pre-Bid Queries set forth in the RFP, submit all such queries to the Authority for
clarification.

5.15 Bid Preparation costs


The Bidder is responsible for all costs incurred in connection with participation in this process,
including, but not limited to, costs incurred in conduct of informative and other diligence activities,
Page 24 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

participation in meetings/discussions/presentations, preparation of proposal, in providing any


additional information required by …… Office, Government of Chhattisgarh to facilitate the evaluation
process, or all such activities related to the bid process. ……Office, Government of Chhattisgarh will
in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding
process.

5.16 Pre-bid meeting & Clarification


As per the schedule given in the Bidding Data Sheet

5.17 Bidders Queries


Any clarification regarding the RFP document and any other item related to this project should be
submitted to the Authority through email id: dial112-phq@cg.gov.in as per the submission mode and
timelines mentioned in Bidding Data Sheet. The pre-bid queries should be submitted in MS Excel sheet
format, along with name and details of the organization submitting the queries.

The Authority shall not be responsible for ensuring that the Bidders’ queries have been received by
them. Any requests for clarifications post the indicated date and time shall not be entertained by the
Authority.

Bidders must submit their queries as per the format mentioned in Annexure 1, Section 11.1

5.18 Responses to Pre-Bid Queries and Issue of Corrigendum


The Authority will organize a pre-bid conference and will attempt to respond to any request for
clarification or modification of the bidding documents. The Authority shall formally respond to the pre-
bid queries after the pre-bid conference. No further clarifications shall be entertained after the date and
time of submission of queries.

The Authority shall endeavor to provide timely response to all queries. However, the Authority makes
no representation or warranty as to the completeness or accuracy of any response made in good faith.
The Authority does not undertake to answer all the queries that have been posed by the Bidders.

Any modifications of the RFP Documents, which may become necessary as a result of the Pre-Bid
Conference, shall be made by the Authority exclusively through a corrigendum. Any such corrigendum
shall be deemed to be incorporated into this RFP. However, in case of any such amendment, the bid
submission date may be extended at the discretion of the Authority.

Any corrigendum/notification issued by the Authority, subsequent to issue of RFP, shall only be
available/ hosted on the website URL mentioned above. Any such corrigendum shall be deemed to be
incorporated into this RFP.

5.19 RFP Document Fee


The RFP can be purchased by paying a non-refundable RFP Document Fee (amount as mentioned in
Bidding Data Sheet), in form of online payment as per the modes mentioned in the CG e-Proc portal
https://eproc.cgstate.gov.in.

5.20 Earnest Money Deposit (EMD)


The Bidders shall submit their Earnest Money Deposit online using payment gateway as stated in the
Tender document. Bidders also have to upload scanned copy of Earnest Money Deposit OR Online
Payment /NEFT/RTGS receipt along with the reference details online.

Bidders who choose to pay Earnest Money Deposit (EMD) or bid security using online payment(s)
mode like Internet banking/ Debit Card/ Credit Card/NEFT/RTGS/e-Challan/wallet etc. would be
entitled for online refund subject to tender terms & conditions and evaluation by respective department
authority.

Page 25 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Intending Bidder(s)/vendor(s)/user(s) are required to provide their relevant & correct account details
during registration in the portal which shall be used for EMD/Bid Security refund purpose,
Bidder(s)/vendor(s)/user(s) shall be solely responsible for providing correct account details and CHiPS/
System Integrator shall not verify account details provided and be not responsible for any loss/transfer
of funds.

Bidder(s)/vendor(s)/user(s) may update their account details in their registration if desired, the last
updated account details shall be considered for future payment(s)/refund(s) if applicable.

Bidders should submit EMD (amount as mentioned in Bidding Data Sheet) in the Pre-Qualification, in
the form of a Bank Guarantee, payable at XXXXX and issued by any Nationalized bank or Scheduled
Banks, in favor of the “XXXXXXXXXX”, which should be valid for 90 days from the last date of
submission of Bids. Bank Guarantee Format for EMD in given in Annexure 6.

For Unsuccessful Bidders: The bid security of all unsuccessful Bidders would be refunded without
interest by Authority on finalization of the bid in all respects by the successful Bidder.

For Successful Bidders: The bid security for the amount mentioned above, of successful Bidder would
be returned without interest upon submission of Performance Bank Guarantee by the successful
Bidder.

In case bid is submitted without the EMD then Authority reserves the right to reject the bid without
providing opportunity for any further correspondence to the Bidder concerned.

The EMD may be forfeited in any of the following circumstances:

i. If a Bidder withdraws their bid or increases their quoted prices during the period of bid validity
or its extended period, if any; or
ii. In the case of a successful Bidder, if the successful Bidder fails to sign the Contract or to
furnish Performance Bank Guarantee within specified time.
iii. During the bid process, if a Bidder indulges in any such deliberate act as would jeopardize or
unnecessarily delay the process of bid evaluation and finalization.
iv. During the bid process, if any information found wrong / manipulated / hidden in the bid.
v. In case the delay is submission of CG-GST No. exceeds 4 weeks from the date of LOI, the
department reserves the right to forfeit the EMD and decide the future course of action
accordingly.

5.21 Bid Validity Period


Bid shall remain valid for the time period mentioned in the Bidding Data Sheet.

On completion of the validity period, unless the Bidder withdraws his bid in writing, it will be deemed to
be valid until such time that the Bidder formally (in writing) withdraws his bid.

5.22 Submission of Bid


Bids shall be received by the Authority on the e-Procurement portal [https://eproc.cgstate.gov.in] before
the time and date specified in the schedule of the tender notice. In the event of the specified date for
the submission of tender being declared a public holiday by the Government of respective state, the
offers will be received up to the appointed time on the next working day. The Authority may, at its
discretion, extend this deadline for submission of offers by issuing corrigendum and uploading the
same on e-Procurement portal.

A Three-part Bid System will be followed for this RFP with a QCBS Selection criterion. The three parts
of the bid are Pre-Qualification Bid, Technical Bid and Commercial Bid.

All the pages of the Bid must be sequentially numbered and should be indexed properly. The
Department will not accept submission of the Bid by fax/ e-mail or any other electronic/non-electronic
means other than through e-Procurement portal as prescribed in this RFP. Late bids i.e., bids submitted
beyond the prescribed deadline of submission, shall not be accepted.

Page 26 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

The Bidder should consider any Corrigendum to this RFP document that may have been published
before submitting their Bids. The Bid should be submitted in the covers as mentioned in the e-
Procurement portal.

The Bidders are requested to go through the RFP advertisement and the RFP carefully to understand
the documents required to be submitted and the process to be followed as a part of the Bid. Any
deviations may lead to rejection of the Bid.

The Bidder should try to submit the Bid well before the last date to avoid any inconvenience at the last
moment for which the department will not take any responsibility. The Bid submission date and time
are mentioned in the Key dates section of the e-Procurement portal. The Bidder will not be allowed to
submit the Bid after the Bid submission time.

5.23 Bid Formats


Bidder to ensure that all scanned documents shall be legible and neatly scanned prior to uploading the
same.

5.24 Pre-Qualification Bid Format


Bidders are required to submit the Pre-qualification bid as per the requirements/ documents listed in
at Annexure 2, Section 12.1. Bidders to note that in the event all documents mentioned in the table
provided at section 12.1 are mandatory and bids will be disqualified in case of non-submission of any
such documents.

5.25 Technical Bid Format


Bidders are required to submit the Technical bid as per the requirements/ documents listed in at
Annexure 3, Section Error! Reference source not found..

5.26 Commercial Bid Format


The Bidder must submit the Commercial Bid as per the formats specified in Annexure 4. The Bidders
shall give the required details of Goods and Services Tax (GST) in respect of provision of services
under this RFP.

The Bidders shall quote for the entire scope of work on an “overall responsibility” basis such that the
total price offered covers all obligations of the Bidder mentioned in or to be reasonably inferred from
this RFP in respect of providing the product / services.

Prices quoted by the Bidder shall remain firm during the entire contract period and shall not be subject
to variation on any account except change in GST rates and laws. A Bid submitted with an adjustable
price quotation will be treated as non-responsive and shall be disqualified.

If there is any discrepancy in the commercial bid, it will be dealt as per the following:

i. If, in the price structure quoted for the required goods/services/works, there is discrepancy
between the unit price and total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price shall be corrected accordingly.

ii. 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 accordingly.

iii. If there is a discrepancy between words and figures, the amount in words shall prevail.

iv. If there is such discrepancy in an offer, the same shall be conveyed to the Bidder with target
date up to which the Bidder has to send his acceptance on the above lines and if the Bidder
does not agree to the decision of the Authority, the bid is liable to be disqualified and EMD will
be forfeited.

Page 27 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

5.27 Language
The bid should be prepared and submitted by the Bidders in English language only. If any submitted
supporting documents are in any language other than English, translation of the same in English
language is to be provided (duly attested) by the Bidders. For purposes of interpretation of the
documents, the English translation shall govern. Such translated documents shall be notarized and
incase of any incorrectness of the translation, the Bidder will be penalized.

5.28 Authentication of Bids


An authorized representative (or representatives) of the Bidder shall initial all pages of the Pre-
Qualification, Technical and Commercial Bids.

Bid should be accompanied by an authorization in the name of the signatory (or signatories) of the Bid.
The authorization shall be in the form of a written power of attorney accompanying the Bid or in any
other form demonstrating that the representative has been duly authorized to sign all the bid
documents.

5.29 Amendment of Request for Proposal


At any time prior to the due date for submission of bid, the Authority may, for any reason, whether at
its own initiative or in response to a clarification requested by prospective Bidder(s), modify the RFP
document through amendments. Such amendments shall be uploaded on the
https://eproc.cgstate.gov.in/ through corrigendum and the same shall form an integral part of RFP
document. The relevant clauses of the RFP document shall be treated as amended accordingly.

It shall be the responsibility of the prospective Bidder(s) to check the Authority’s website from time to
time for any amendment in the RFP document. In case of failure to notice/ get/ read the amendments,
if any, the Authority shall not be responsible.

In order to allow prospective Bidders a reasonable time to take the amendment into account in
preparing their bids, the Authority, at its discretion, may extend the deadline for submission of bids.
Such extensions notices shall be uploaded on website of the Authority.

5.30 Bid Price


Commercial Bid shall be as per the format provided in Annexure 4. Bidders shall give the required
details of all applicable Goods and Service Tax in respect of direct transaction between the Authority
and the Bidder.

Bidders shall quote for the entire scope of contract on a “overall responsibility” basis such that the total
bid price covers Bidder’s all obligations mentioned in or to be reasonably inferred from the bidding
documents in respect of providing the product/services.

Prices quoted by the Bidder shall remain firm during the entire contract period and not subject to
variation on any account. A bid submitted with an adjustable price quotation shall be treated as non-
responsive and disqualified.

5.31 Deviations and Exclusions


Bids shall be submitted strictly in accordance with the requirements and terms & conditions of this RFP.
The Bidder shall submit a No Deviation Certificate as per the format mentioned in Annexure 2 Section
12.17. The bids with deviation(s) are liable for rejection.

5.32 Total Responsibility


Bidder should issue a statement undertaking total responsibility for the defect free operation of the
proposed solution as per the format mentioned in Annexure 2 Section 12.18.

Page 28 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

5.33 Late Bids


Submission of bid after the stipulated date and time of bid submission as per Bidding Data Sheet will
not be entertained and will not be permitted by the Authority .

The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence will
be entertained on this matter. The bid submission should be online only.

The Authority reserves the right to modify and amend any of the above-stipulated condition/criterion.

5.34 Right to Terminate the Process


Authority may terminate the RFP process at any time and without assigning any reason. Authority
makes no commitments, express or implied, that this process will result in a business transaction with
anyone. This RFP does not constitute an offer by the Authority.

5.35 Non-Conforming bids


A bid may be construed as a non-conforming bids and ineligible for consideration:

i. If it does not comply with the requirements of this RFP.


ii. If a bid does not follow the format requested in this RFP or does not appear to address the
particular requirements of the solution.

5.36 Confidentiality
All the material/information shared with the Bidder during the course of this procurement process as
well as the subsequent resulting engagement following this process with the successful Bidder, shall
be treated as confidential and should not be disclosed in any manner to any unauthorized person under
any circumstances. The successful Bidder must furnish a Non-Disclosure Agreement (NDA). In
addition, the NDA must be signed by consortium partner and all Resource deployed by the successful
Bidder.

5.37 Acceptance/ Rejection/ Disqualification of bids


Bids shall be accepted for processing/ evaluation only if the same confirms to the terms and conditions
mentioned in the RFP.

All pages of the scanned Bid document being uploaded online by the bidder shall be signed
and stamped by the authorized person.

The bid is liable to be disqualified in the following cases or in case Bidder fails to meet the bidding
requirements as indicated in this RFP:

i. If the Per KM cost quoted by the Bidder for fuel expense of ERV less than Rs.7 per km including
GST, the bid is liable to be disqualified and EMD will be forfeited.
ii. If the Bidder does not comply the Chhattisgarh Minimum Wages Act, the bid is liable to be
disqualified and EMD will be forfeited.
iii. During validity of the bid, or its extended period, if any, the Bidder changes its quoted prices.
iv. If any of the Sole Bidder/Lead Bidder/consortium partner is also partner in any other bid or
submitting more than 1 bid, then all the affected bids shall be disqualified.
v. More than one make, and model proposed for any proposed IT components.
vi. The Bidder’s bid is conditional and has deviations from the terms and conditions of RFP.
vii. Bid is received in incomplete form. Bid is not accompanied by all the requisite documents or is
not as per the terms and conditions mentioned in the RFP.
viii. Information submitted in technical bid is found to be misrepresented, incorrect or false,
accidentally, unwittingly, or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.
ix. Financial bid is enclosed with the same document as technical bid or prices are mentioned in
the commercial bid format.
Page 29 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

x. Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means at


any point of time during the bid process.
xi. Bids without EMD fee will be disqualified.
xii. All the pages of the Bid must be sequentially numbered and must contain the list of contents
with page numbers. Any deficiency in the documentation may result in the rejection of the Bid.

5.38 Resource Requirement


The Authority has identified certain positions and minimum qualifications that should be part of team
of the Bidder. Details of these positions are provided in RFP Vol-2; Section 2.8.1; 2.8.2 & 3.6.1.

5.39 Evaluations
Successful Bidder shall carry out an evaluation of the performance of each member of the Personnel
in connection with the Services at least once in each Contract Year. Successful Bidder shall provide
reasonable written notice to the Authority of the date of each evaluation of each member of the
Personnel. The Authority shall be entitled to provide inputs to the Successful Bidder for each such
evaluation. Successful Bidder shall promptly provide the results of each evaluation to Authority, subject
to Applicable Law.

5.40 Replacement
In case any proposed resource resigns, absconding/ missing or in the event of untimely demise, then
the successful Bidder must inform the Authority within one week of date of resignation/ such event.

Successful Bidder shall promptly initiate a search for a replacement to ensure that the position of any
member within the team is not vacant at any point in time during the contract period, subject to
reasonable extensions requested by Successful Bidder to the Authority.

Before assigning any replacement member of the Key Personnel prior to deployment, Successful
Bidder shall provide the Authority with:

i. A resume, curriculum vitae and any other information about the candidate that is reasonably
requested by the Authority; and
ii. An opportunity to interview the candidate.
The successful Bidder must provide replacement resource of equal or better qualification and
experience as per the requirements of this RFP.

If the Authority objects to the appointment, Successful Bidder shall not assign the individual to that
position and shall provide an alternative candidate in accordance with the resource requirements of
this RFP.

The successful Bidder needs to ensure at least 4 weeks of overlap period in such replacements. The
Authority will not be responsible for any knowledge transition to the replacement resource and any
impact/escalation of cost incurred by the successful Bidder due to resource replacement.

5.41 Fraud and Corrupt Practices


i. The Bidders and their respective officers, employees, agents, and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the
contrary contained in this RFP, Authority shall reject a Bid without being liable in any manner
whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or through
an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable
practice, or restrictive practice (collectively the “Prohibited Practices”) in the Selection Process.
In such an event, Authority shall, without prejudice to its any other rights or remedies, forfeit
and appropriate the EMD or PBG, as the case may be, as mutually agreed genuine pre-
estimated compensation and damages payable to Authority for, inter alia, time, cost, and effort
of Authority, in regard to the RFP, including consideration and evaluation of such Bidder’s Bid.
Page 30 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

ii. Without prejudice to the rights of Authority under Clause above and the rights and remedies
which Authority may have under the LOI or the Agreement, if a Bidder is found by Authority to
have directly or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice during the
Selection Process, or after the issuance of the LOI or the execution of the Agreement, such
Bidder shall not be eligible to participate in any tender or RFP issued by Authority during a
period of 3 years from the date such Bidder is found by Authority to have directly or through
an agent, engaged or indulged in any Prohibited Practices.
iii. For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:
iv. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of any person connected with the Selection Process
(for avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of Authority who is or has been associated in any
manner, directly or indirectly with the Selection Process or the LOI or has dealt with matters
concerning the Agreement or arising there from, before or after the execution thereof, at any
time prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of Authority, shall be deemed to constitute influencing
the actions of a person connected with the Selection Process); or (ii) save as provided herein,
engaging in any manner whatsoever, whether during the Selection Process or after the issue
of the LOA or after the execution of the Agreement, as the case may be, any person in respect
of any matter relating to the Project or the Award or the Agreement, who at any time has been
or is a legal, financial or technical consultant/ advisory of Authority in relation to any matter
concerning the Project;
v. “Fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process.
vi. “Coercive practice” means impairing or harming or threatening to impair or harm, directly or
indirectly, any persons or property to influence any person’s participation or action in the
Selection Process.
vii. “Undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by Authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest;
and
viii. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in the
Selection Process.

5.42 Conflict of Interest


i. A Bidder shall not have a conflict of interest that may affect the Selection Process or the
Solution delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall
be disqualified/ rejected. In the event of disqualification, the Authority shall forfeit and
appropriate the EMD, if available, as mutually agreed genuine pre-estimated compensation
and damages payable to the Authority for, inter alia, the time, cost and effort of the Authority
including consideration of such Bidder’s Bid, without prejudice to any other right or remedy that
may be available to Authority hereunder or otherwise.
ii. The Authority requires that the Bidder provides solutions which at all times hold the Authority’s
interest’s paramount, avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The Bidder shall not accept or engage in any
assignment that would be in conflict with its prior or current obligations to other clients, or that
may place it in a position of not being able to carry out the assignment in the best interests of
the Authority.

Page 31 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

5.43 Right to vary quantity


i. At the time of award of contract, the quantity of goods, works or services originally specified in
the bidding documents may be increased or decreased by 20% of the total value of contract
during the contract period or extensions, if any. It shall be without any change in the unit prices
or other terms and conditions of the Bid and the bidding documents.

ii. If the Authority does not procure any item(s) mentioned in the RFP/ BoQ or procures less
than the quantity specified in the bidding documents due to change in circumstances, the
successful Bidder shall not be entitled for any claim or compensation except otherwise
provided in the bidding document.

iii. Repeat orders for extra items or additional quantities may be placed, if it is provided in the
bidding document, on the rates and conditions given in the contract if the original order was
given after inviting open competitive bids. Delivery or completion period may also be
proportionally increased.

5.44 Site Visit


i. The Bidder may wish to visit and examine the site or sites and obtain for itself, at its own
responsibility and risk, all information that may be necessary for preparing the bid and
entering into the Contract. The costs of visiting the site or sites shall be at the Bidder’s own
expense.
ii. The Authority will arrange for the Bidder and any of its personnel or agents to gain access to
the relevant site or sites, provided that the Bidder gives the Authority adequate notice of a
proposed visit. Alternatively, the Authority may organize a site visit or visits concurrently with
the pre-bid meeting, as specified in this RFP. Failure of a Bidder to make a site visit will not
be a cause for its disqualification.

iii. No site visits shall be arranged or scheduled after the deadline for the submission of the
Bids and prior to the award of Contract.

Page 32 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

6 Selection Process for Bidder

6.1 Opening of Bids


The Bids shall be opened by the Authority in presence of those Bidders or their representatives who
may be present at the time of opening.

The representatives of the Bidders should be advised to carry the identity card or a letter of the
Authority from the Bidder firms to identify that they are bona fide representatives of the Bidder firm, for
attending the opening of bid.

There will be three bid-opening events

• Set 1 (Bid Security/EMD) and Set 2 (Pre-Qualification bid)


• Set 3 (Technical bid)
• Set 4 (Commercial bid)
The venue, date, and time for opening the Pre-qualification bid are mentioned in the Bidding Data
sheet.

The date and time for opening of Technical & Commercial bid would be communicated to the qualified
Bidders.

The Technical Bids of only those Bidders will be opened who clears the Pre-qualification stage.

The Technical Bid will be included in technical presentation document.

The Commercial Bids of only those Bidders will be opened as mentioned in section 6.4.2 .

6.2 Preliminary Examination of Bids


The Authority shall examine the bids to determine whether they are complete, whether the documents
have been properly signed and whether the bids are generally in order. Any bids found to be
nonresponsive for any reason or not meeting any criteria specified in this RFP, shall be disqualified by
the Authority, and shall not be included for further consideration.

Initial Bid scrutiny shall be held, and bids will be treated as non-responsive, if bids are:

i. Not submitted in format as specified in this RFP document

ii. Received without the Letter of Authorization (Power of Attorney)

iii. Found with suppression of details

iv. With incomplete information, subjective, conditional offers and partial offers submitted

v. Submitted without the documents requested

vi. Non-compliant to any of the clauses mentioned in this RFP

vii. With lesser validity period

6.3 Clarification on Bids


During the bid evaluation, the Authority may, at its discretion, ask the Bidder for any clarification(s) of
its bid. The request for clarification and the response shall be in writing, and no change in the price or
substance of the bid shall be sought, offered, or permitted.

6.4 Evaluation Process


The Authority shall constitute a Tender Evaluation Committee to evaluate the responses of the Bidders.
The Tender Evaluation Committee shall evaluate the responses to this RFP and all supporting
documents/documentary evidence. Inability to submit requisite supporting documents/documentary
evidence by Bidders may lead to rejection of their bids.
Page 33 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

The decision of the Tender Evaluation Committee in the evaluation of bids shall be final. No
correspondence will be entertained outside the process of evaluation with the Committee. The Tender
Evaluation Committee may ask for meetings or presentation with the Bidders to seek clarifications or
conformations on their bids.

The Tender Evaluation Committee reserves the right to reject any or all bids. Each of the responses
shall be evaluated as per the criteria and requirements specified in this RFP.

The steps for evaluation are as follows:

6.4.1 Stage 1: Pre-Qualification


i. Authority shall validate the Set 1 for Bid Security/Earnest Money Deposit (EMD) and Tender
document fee.

ii. If the contents of the Set 1 are as per requirements, Authority shall open the Set 2- “Pre-
Qualification Bid”. Each of the Pre-Qualification condition mentioned in Section 6.6 is
MANDATORY. In case, the Bidder does not meet any one of the conditions, the Bidder shall
be disqualified.

Bidders would be informed of their qualification/ disqualification based on the Pre-


Qualification criteria through Email and subsequently, the Bid Security amount shall be
returned to the respective/ all disqualified Bidders after the submission of Performance Bank
Guarantee by the successful Bidder.

iii. Technical bids of only those Bidders, who have qualified in the Pre-qualification stage, will be
opened.

6.4.2 Stage 2: Technical Evaluation


i. Set 3 “Technical bid” will be evaluated only for the Bidders who succeed in Stage 1.

ii. The Authority 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 at the Authority’s discretion.

iii. The Bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements specified in this RFP and technical evaluation framework as mentioned in
Section 6.7.1

iv. Bidders must upload a scanned copy of this RFP document (all 3 volumes) after putting
authorized representative’s signature and company seal on all pages along with the Technical
bid.

v. Bidders must present the envisaged solution to the Authority who qualify the Pre-Qualification
Stage.

vi. Each Technical Bid will be assigned a Technical Score out of a maximum of 100 points. Only
the Bidders who get Technical Score of more than or equal to 70% in Technical Evaluation will
qualify for Commercial Evaluation stage. However, if less than three Bidders achieve 70% of
the total marks, then 65% marks would be considered for the technical qualification. Failing to
secure minimum marks shall lead to technical rejection of the Bid.

vii. Financial bid of only those Bidders, who have qualified in the Technical evaluation stage, will
be opened.

Page 34 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

6.4.3 Stage 3: Commercial Evaluation


i. All the technically qualified Bidders will be notified to participate in Commercial Bid opening
process.

ii. The Commercial Bids for the technically qualified Bidders shall then be opened on the notified
date and time and reviewed to determine whether the commercial bids are substantially
responsive. Bids that are not substantially responsive are liable to be disqualified at the
Authority’s discretion.

iii. Commercial bids that are not as per the format provided in Section 14 (Annexure 4) or as per
requirements/ terms and conditions sought in this RFP are liable for rejection.

iv. Bidders must quote for Fuel charges based on the considerations made in this RFP else the
bids are liable to be disqualified.

v. The bid price shall include all taxes and levies; and shall be in Indian Rupees; and must be
mentioned separately.

vi. Total Price shall be calculated based on the format provided in Section 14 (Annexure 4). Each
of the Commercial bids shall be evaluated on a score of 100 points. The Commercial Score of
the Bidder shall be calculated with respect the lowest Total Price by any Bidder. The
methodology of Commercial Score shall be as follows:

Commercial Score of the Bidder under consideration = (Lowest Total Price from all
Commercial Bids / Total Price quoted in Commercial bid by the Bidder under consideration)
X 100

vii. Bid Security amount shall be returned for unsuccessful Bidder after PBG is submitted by
successful Bidder.

6.5 Final Selection


i. The Total Score will be calculated based on Quality and Cost Based Selection (QCBS)
process. Technical Score shall have 60% weightage and Commercial Score shall have 40%
weightage.

ii. The Total Score of the Bidder will be calculated as 0.6*(Technical Score) + 0.4*(Commercial
Score)

iii. The Bidder achieving the highest Total Score shall be invited for negotiations for awarding the
contract. In case of a tie where two or more Bidders achieve the same highest Total Score,
the Bidder with the higher Technical Score will be invited first for negotiations for awarding the
contract

Page 35 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

6.6 Pre-Qualification Criteria


“The Bidder” (The use of the term “Bidder” in the tender means the Single Service Provider or the
Lead Member of the consortium of firms not exceeding two) must meet the following pre-qualification
requirements to become eligible for the Technical & Commercial Evaluation.

# Minimum Criteria Documentary Evidence Applicable To


1. The Bidder(s) must be a • Copy of valid Certificate of Sole Bidder/
registered company in India under Registration attested by Technology
any of the following: Company Secretary/ Authorized Bidder & Fleet
1. A company, incorporated under Signatory Bidder
Companies Act, 1956 or 2013,
amended till date; or • An undertaking on the
2. A Limited Liability Partnership, Letterhead of the Bidder/
incorporated under Limited consortium member stating that
Liability Partnerships Act, 2008 the Bidder has been in
operation in India for at least
The Bidder(s) should be three (3) Years out of the last
operational in India for at least five (5) Financial Years (i.e.,
three (3) Years out of the last five 2017-18, 2018-19, 2019-20,
(5) Financial Years (i.e., 2017-18, 2020-21 & 2021-22).
2018-19, 2019-20, 2020-21 &
2021-22). As per Annexures 2 – Section 12.4

Wherein the Bidder(s) should be


operational in India in FY 2021-22
as the mandatory requirement.
2. In the case of a consortium, the Valid agreement on INR 100/- Sole Bidder/
applicant consortium shall submit Stamp Paper concluded among all Technology
a valid agreement among the the members of the consortium duly Bidder & Fleet
members. The agreement shall stamped and signed by the Bidder
clearly specify the details of the Authorized Signatories of the
lead member and other companies under consortium dated
consortium members and outline prior to the submission of Bid.
the financial strengths, technical
strengths and the role and As per Annexures 2 – Section 12.5
responsibility of each of the
members of the consortium.

The maximum number of


members allowed in a consortium
is two (2) including the Lead
Bidder.
3. The Bidder(s) should have valid Duly signed & stamped copies of Sole Bidder/
Income tax registration (PAN) and relevant documents: Technology
valid SGST registration number Bidder & Fleet
for Chhattisgarh State. • PAN Card Bidder
• GST Certificate
If the Bidder is not having SGST • SGST Certificate for
registration number of Chhattisgarh State or
Chhattisgarh State at the time of Undertaking As per Annexures
bid submission. Then the Bidder 2 – Section 12.6
has to submit the valid GST
registration number along with
attached undertaking.

Page 36 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Minimum Criteria Documentary Evidence Applicable To


4. The net-worth of the Bidder(s) Duly signed & stamped Certificate Sole Bidder/
should be positive for any 3 out of from the Statutory Auditor. Technology
the last 5 audited financial years Bidder & Fleet
(FY 2017-18, 2018-19, 2019-20, As per Annexures 2 – Section 12.7 Bidder
2020-21, 2021-22).

Wherein The net-worth of the


Bidder(s) should be positive in FY
2021-22 as the mandatory
requirement.
5. The Average Annual Turnover for Duly signed & stamped statutory Technology
the sole/Lead Bidder during any 3 auditor certificate. Bidder (Sole/Lead
out of the last 5 audited financial Bidder)
years (FY 2017-18, 2018-19, As per Annexures 2 – Section 12.7
2019-20, 2020-21, 2021-22)

Average Annual Turnover


(Overall) >= INR 300 Crores

Wherein the Bidder should have


at least yearly turnover of INR 200
Cr. in FY 2021-22 as the
mandatory requirement.

and

Average Annual Turnover


(IT/ITES) >= INR 100 Crores.
6. The Average Annual Turnover for Duly signed & stamped statutory Fleet Bidder
the sole/consortium member (if auditor certificate. (Sole/Consortium
any) during any 3 out of the last 5 Member)
audited financial years (FY 2017- As per Annexures 2 – Section 12.7
18, 2018-19, 2019-20, 2020-21,
2021-22).

Average Annual Turnover


(Overall) from Fleet Management
Business >= INR 75 Crores

Wherein the Bidder should have


at least yearly turnover of INR 50
Cr. in FY 2021-22 as the
mandatory requirement.
7. Experience in IT Project / • Citation - As per Annexures 2 – Technology
System Integration: Section 12.8 Bidder (Sole/Lead
• Copy of work order/ Bidder)
The Bidder should have Contract/agreement detailing
implemented (i.e. completed) a Scope
large IT project for any Central • Client Certificate/ Satisfactory
Government/ State Government/ performance certificate from
PSU/ Municipal Corporation/ same client
substantially funded by • Completion Certificate issued &
Government having the total signed by the competent
project/order value of minimum authority of the client entity on

Page 37 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Minimum Criteria Documentary Evidence Applicable To


100 crores (as sole or Lead the entity’s letterhead or
Bidder) and out of which minimum certificate from Statutory Auditor
50 crores should be from IT mentioning percentage of
Application Implementation and CAPEX achieved.
Post Implementation Support
(including Application Note: In case of NDA, copies of
development / customization / NDA agreement (along with masked
configuration and Operations & copies of work order OR
maintenance of Software and Completion Certificate from Bidder’s
corresponding IT hardware) in last statutory auditor) may be provided.
5 years as on bid submission
date.

Kindly refer Glossary section for


the definition of large IT project.
8. Experience in Call Center setup • Citation - As per Annexures 2 – Technology
and Operations: Section 12.8 Bidder (Sole/Lead
• Copy of work order/ Bidder)
The Sole/Lead Bidder should Contract/agreement detailing
have implemented at least one Scope
24*7 operational call center with • Client Certificate/ Satisfactory
minimum 30 seaters in India for performance certificate from
any Central Government/ State same client
Government/ PSU/ Municipal Note:
Corporation/ substantially funded The Bidder shall provide Work
by Government and same should Order (WO)/Contract Agreement
be operational/completed in last 5 wherein the number of seats or
years as on date of bid agents per shift (which will be
submission. considered as no. of operational
seats) shall be clearly mentioned. In
case of experience document
furnished stating the number of
agents only, the seats will be
calculated by dividing the number of
agents by three considering 24X7
operations.
Experience in Fleet • Citation - As per Annexures 2 – Fleet Bidder
management: Section 12.8 (Sole/Consortium
The Sole Bidder/ consortium • Copy of work order/ Member)
member must have experience in Contract/agreement detailing
operations of cumulative fleet of Scope
100 Emergency Response • Client Certificate/ Satisfactory
Vehicles or 300 centrally performance certificate from
controlled GPS equipped LMV/ same client
MMV/ HMV fleet in India
continuously for the period of
minimum 12 months in last 5
years as on bid submission date.
9. Resource strength : • Human Certificate from Bidder Technology
As per Annexures 2 – Section Bidder (Sole/Lead
The Technology Bidder 12.9 Bidder)
(Sole/Lead Bidder) have at least
Resource strength of 300 people
out of which at least 50 people

Page 38 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Minimum Criteria Documentary Evidence Applicable To


should be technically qualified
(BE/ B. Tech/ M. Tech/ MCA on
firm’s payroll at the time of bid
submission.

10. Proposed Resource from Technology


Sole/Lead Bidder • Proposed Resource Summary Bidder (Sole/Lead
(As per Annexures 2 – Section Bidder)
Compliance to the Resource 12.10)
Requirements mentioned in the • CV of the proposed resource
RFP for the Core Team (As per Annexures 2 – Section
1. Project Manager 12.11)
2. Server Admin
3. Network Expert

11. Proposed Resource from OEM • Declaration by the CAD OEM Technology
(As per Annexures 2 – Section Bidder (Sole/Lead
Compliance to the Resource 12.12) Bidder)
Requirements mentioned in the • Declaration by the Contact
RFP for the Core Team Centre Solution OEM (As per
1. CAD Solution Expert Annexures 2 – Section 12.13)
(From OEM)
2. Contact Centre Solution
Expert (From OEM)

12. The Sole/Lead Bidder must The Bidder should provide copy of Technology
possess any 3 (Three) of the valid certificates as on bid Bidder (Sole/Lead
following Certification. submission date. Bidder)
Sole/Lead Bidder
1. CMMi Level 3 and above
2. ISO 9001
3. ISO/IEC 20000
4. ISO/IEC 27001
5. ISO 22301
13. The Sole/Lead Bidder must be • Manufacturers'/Producers’ Technology
authorized by the OEMs of the Authorization Form Bidder (Sole/Lead
following active IT hardware and • The tender specific MAF Bidder)
application (Work Stations, (Manufacturer authorization
Servers, Storage, Networking form)/certificate of OEMs, as
Switches, Routers, Firewall, MDT, per the list of IT components
Online UPS, Map service with make & model number (as
provider, Call Centre Solution, proposed by Bidder in technical
CAD Application, EMS, Helpdesk bid)
application, Antivirus) to quote in
this tender. As per Annexures 2 – Section 12.14

14. The Sole/Consortium Member • Manufacturers'/Producers’ Fleet Bidder


must be authorized by the OEMs Authorization Form (Sole/Consortium
of the VTS/GPS devices to be • The tender specific MAF Member)
installed in ERV. (Manufacturer authorization
form)/certificate of OEMs, as
per the list of IT components
with make & model number (as

Page 39 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Minimum Criteria Documentary Evidence Applicable To


proposed by Bidder in technical
bid)

As per Annexures 2 – Section 12.14

15. The Bidder(s) (All the members of Self-declaration by the Bidder (All Sole Bidder/
the Consortium individually, in the members of the Consortium Technology
case the Bidder is a consortium) individually, in case the Bidder is a Bidder & Fleet
should not have been consortium) as per Form 6, duly Bidder
blacklisted/debarred/Applied or signed by the authorized signatory
declared for bankruptcy by
Central Government/State As per Annexures 2 – Section 12.15
Government/PSU/Municipal & 12.16
Corporation in India as on the
date of bid submission.
16. The Bidder(s) should have an Undertaking by the Bidder Sole Bidder/
office setup in Chhattisgarh State. Technology
In case doesn’t have office setup As per Annexures 2 – Section 12.6 Bidder & Fleet
in Chhattisgarh, Declaration to be Bidder
provided by the Bidder(s) so
setup an office in Chhattisgarh
and obtain the Chhattisgarh State
SGST No. for project invoicing
within 15 days of award of WO.
17. The Bidders should not have Self-Declaration as per Annexures 2 Sole Bidder/
colluded or adopted anti- – Section 12.19 Technology
competitive practices for the Bidder & Fleet
purpose of this RFP Bidder

Note: -

1. Projects executed for Bidder’s own or Bidder’s group (if part of same legal entity) of companies
shall not be considered.
2. Authority (or a nominated party) reserves the right to check/ validate the authenticity of the
information provided in the Pre-qualification criteria and the requisite support must be provided
by the Bidder during this process.
3. Bidders who will qualify with all the above-mentioned prequalification criteria would be
considered for the subsequent technical evaluation process.
4. Bidders are advised to upload all relevant documents at relevant sections to substantiate the
qualification criteria mentioned in the above table.

Page 40 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

6.7 Technical Evaluation Framework


The following sections explain the technical criteria for evaluation of the qualified bids:

6.7.1 Technical Bid Evaluation Criteria


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 Tender Documents.
Authority has formed a Technical Committee, which will evaluate both technical & commercial bids
received in response to this Tender. The findings of the said Committee and subsequent decision of
State Government shall be final and binding on all the Bidders. Only those Bidders, who fulfill all the
criteria / requirements mentioned in the bid, shall be eligible and qualified for technical scrutiny as per
the Evaluation Framework given below.

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.

Technical Committee shall take a Technical Demonstration of the components and applications
proposed in the Technical Bid. Technical Committee shall ensure that the demo from each Bidder is
sought on a standardized requirement, thus creating level playing field to all. The Committee’s decision
in this regard shall be final. Key technical aspects, but not limited to, that will to be verified through the
demonstration would be as follows:

1. Demonstration of proposed MDT, Mobile phone & Dash camera along with accessories
2. Control Room setup with visualization of CAD and Contact Centre and integration with GIS
on real time basis
3. Integration & demonstration with VTS, MDT, Dashboard Camera

Regardless of the stage of the bidding, Police Department (or a nominated party) reserves the right to
check/ validate the authenticity of the information provided in the Pre-qualification and Technical
Evaluation criteria and the requisite support must be provided by the Bidder. The following sections
explain how the Bidders will be evaluated on each of the evaluation criteria.

# Parameter Minimum Criteria Documentary Maximu


Evidence m Score
1 Turnover Average Annual Turnover during Duly signed & stamped 15
any 3 out of the last 5 audited statutory auditor
financial years (FY 2017-18, certificate.
2018-19, 2019-20, 2020-21, 2021-
22) As per Annexures 2 –
Section 12.7
In the case of Sole Bidder
Overall Turnover
• 5 marks for 300 Crores
• 1 additional mark for every
additional 30 Crores

In the case of Consortium the


Bidder (Lead Bidder &
Consortium member) should
jointly have Overall Turnover

• 5 marks for 375 Crores

Page 41 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Parameter Minimum Criteria Documentary Maximu


Evidence m Score
• 1 additional mark for every
additional 37.5 Crores

2 IT/ITES Average Annual Turnover Duly signed & stamped 15


Turnover (IT/ITES) of the Sole/Lead statutory auditor
Bidder during any 3 out of the last certificate.
5 audited financial years (FY
2017-18, 2018-19, 2019-20, 2020- As per Annexures 2 –
21, 2021-22) Section 12.7
IT/ITES Turnover

• 5 marks for 100 Crores


• 1 additional mark for every
additional 10 Crores
3 Fleet The Average Annual Turnover Duly signed & stamped 10
management for the sole/consortium Bidder statutory auditor
business (if any) during any 3 out of the last certificate.
turnover 5 audited financial years (FY
2017-18, 2018-19, 2019-20, 2020- As per Annexures 2 –
21, 2021-22) Section 12.7

Fleet Management Business

• 5 marks for 75 Crores


• 1 additional mark for every
additional 15 Crores
4 Project Experience in IT Project / • Citation - As per 15
Experience (IT) System Integration for the Annexures 2 – Section
Sole/Lead Bidder 12.8
• Copy of work order/
The Bidder should have Contract/ agreement
implemented (Completed /Partially detailing Scope
completed) a large IT project for • Client Certificate/
any Central Government/ State Satisfactory
Government/ PSU/ Municipal performance certificate
Corporation/ substantially funded from same client
by Government having the total • Completion/ Partial
project/order value of minimum completion Certificate
100 crores (as sole or Lead issued & signed by the
Bidder) and out of which minimum competent authority of
50 crores should be from IT the client entity on the
Application Implementation and entity’s letterhead or
Post Implementation Support certificate from
(including Application Statutory Auditor
development / customization / mentioning percentage
configuration and Operations & of CAPEX achieved.
maintenance of Software and
corresponding IT hardware) in last Note: In case of NDA,
5 years as on bid submission copies of NDA
date. agreement (along with
masked copies of work
order OR Completion/

Page 42 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Parameter Minimum Criteria Documentary Maximu


Evidence m Score
• 5 marks for 1 Completed Partial completion
project Certificate from
• 5 additional marks for every Bidder’s statutory
completed project auditor) may be
• 2.5 additional marks for every provided.
partially completed project
5 Call Center Experience in Call Center setup • Citation - As per 15
setup and and Operations for the Annexures 2 – Section
Operations Sole/Lead Bidder 12.8
Experience • Copy of work order/
The Sole/Lead Bidder should Contract/agreement
have implemented at least one detailing Scope
24*7 operational call center with • Client Certificate/
minimum 30 seaters in India for Satisfactory
any Central Government/ State performance certificate
Government/ PSU/ Municipal from same client
Corporation/ substantially funded
by Government and same should Note:
be operational/completed in last 5 The Bidder shall provide
years as on date of bid Work Order
submission (WO)/Contract
Agreement wherein
1 Project - 5 marks the number of seats or
2 Projects – 8 marks agents per shift (which
3 Projects - 12 marks will be considered as
no. of operational
Note: - If the Sole/Lead Bidder seats) shall be clearly
have implemented 24*7 mentioned. In case of
emergency response call center experience document
(108/100/112) with minimum 30 furnished stating the
seaters in India for any Central number of agents only,
Government/State the seats will be
Government/PSU/Municipal calculated by dividing
Corporation/ substantially funded the number of agents
and same has been operational by three considering
for minimum 6 months after Go 24X7 operations.
live/completed in last 5 years as
on date of bid submission. Then
the Bidder will be awarded
maximum 3 marks additional for
the above citation (subject to
maximum score capping of 15
marks in the mentioned criteria)
6 Fleet The Sole Bidder/ Consortium • Citation - As per 5
Management Member must have experience in Annexures 2 – Section
Experience operations of cumulative fleet of 12.8
100 Emergency Response • Copy of work order/
Vehicles or 300 centrally Contract/agreement
controlled GPS equipped LMV/ detailing Scope
MMV/ HMV fleet in India • Client Certificate/
continuously for the period of Satisfactory
minimum 12 months in last 5 performance certificate
years as on bid submission date. from same client
Page 43 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Parameter Minimum Criteria Documentary Maximu


Evidence m Score
.
Minimum 100 ERV/ 300 LMV/
MMV/ HMV - 3 Marks
Minimum 200 ERV/ 400 LMV/
MMV/ HMV - 4 Marks
Minimum 300 ERV/ 500 LMV/
MMV/ HMV - 5 Marks
7 Resource Resource strength : • Certificate from Bidder 5
Strength as per Annexures 2 –
The Technology Bidder Section 12.9
(Sole/Lead Bidder) have at least
Resource strength on firm’s
payroll at the time of bid
submission.
>=300 people & <400 people: 3
marks
>=400 people & <500 people: 4
marks
>=500 people : 5 marks

8 Certifications The Sole/Lead Bidder must The Bidder should 5


possess any 3 (Three) of the provide copy of valid
following Certification. certificates as on bid
Sole/Lead Bidder submission date.
1. CMMi Level 3 and above
2. ISO 9001
3. ISO/IEC 20000
4. ISO/IEC 27001
5. ISO 22301

Minimum 3 certifications - 3 marks


More than 3 certifications - 5
marks
9 Approach & 1. Understanding of the Project • Technical proposal 10
Methodology & Scope and presentation by
2. Detailed Technical/Solution the Bidder
document
3. Migration Plan from old
system to new system
4. Pre & Post Go Live Resource
details with governance
structure
5. Work Breakdown structure
6. Implementation methodology
7. Risk Management Plan
8. Strategy to comply with
mentioned post
implementation SLA
9. Capacity Building and
Training Plan
10. Unpriced Bill of Material along
with detailed quantity and
make & model/version

Page 44 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Parameter Minimum Criteria Documentary Maximu


Evidence m Score
# Component Qty Make
&
Model

10 Technical 1. Demonstration of proposed Technical demonstration 5


Demonstration MDT, Mobile phone & Dash by the Bidder
camera along with
accessories
2. Control Room setup with
visualization of CAD and
Contact Centre and
integration with GIS
3. Integration & demonstration
with VTS, MDT, Dashboard
Camera

Total Maximum Marks 100

Note: -

1. Projects executed for Bidder’s own or Bidder’s group (if part of same legal entity) of
companies shall not be considered.
2. Authority (or a nominated party) reserves the right to check/validate the authenticity of the
information/ documents provided in the Technical Evaluation criteria and the requisite
support must be provided by the Bidder during this process.
3. Bidders are advised to upload all relevant documents at relevant sections to substantiate the
qualification criteria mentioned in the above table
4. Bidders who obtain minimum 70% overall technical score will be termed as technically
qualified and would be considered for subsequent evaluation process.
5. In case of less number of qualifications (Below 3 Bidders), the cut off percentage will be 65%
of overall technical score for termed as technically qualified and would be considered for
subsequent evaluation process.

Page 45 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

7 Award of Contract

7.1 Notification of Award/ Letter of Intent (LoI)


Authority will notify the successful Bidder through e-mail and letter and issue a Letter of Intent.

The Bidder achieving the highest Total Score in QCBS evaluation as per section 6.4 shall be invited
for negotiations for awarding the contract. In case of a tie where two or more Bidders achieve the same
highest Total Score, the Bidder with the higher Technical Score will be invited first for negotiations for
awarding the contract.

The Department will issue a Letter of Intent (LOI) to the successful Bidder as per the evaluation process
detailed above.

The successful Bidder should submit the Letter of Acceptance (LOA) within 7 days from the date of
LOI. In case the LOA submission exceeds 7days from the date of LOI, the department will levy a
penalty of 0.10% of the first milestone value, for each week of delay, from the first milestone payment
of Sole Bidder or Lead Bidder and Consortium member. In case the delay of submission of LOA
exceeds 21 days from date of LOI the department reserves the right to forfeit the EMD and decide the
future course of action accordingly.

7.2 Signing of Contract


After the notification of award/ LoI, the Bidder will submit a Letter of Acceptance (LoA) to the
Department within 7 days from the date of LoI. Subsequently, a tripartite agreement/ contract shall be
signed between Successful Bidder(s) and Authority or the agency designated by the Authority
subsequent to submission of a Performance Bank Guarantee (PBG) within 15 working days from the
date of issuance of LoI. The Master Service Agreement is provided in RFP Volume III.

Note: -

a) The successful Sole Bidder or Lead Bidder and Consortium member should have a valid
Chhattisgarh GST No. at the time of signing of the agreement for the project with the
department.
b) In case the signing of the agreement is delayed due to non-submission of valid CG-GST No.,
a penalty of 0.25% of the first milestone value will be deducted for each week of delay from
the first milestone payment of Sole Bidder or Lead Bidder and Consortium member.
c) In case the delay is submission of CG-GST No. exceeds 15 days from the date of LOI, the
department reserves the right to forfeit the EMD and decide the future course of action
accordingly.

7.3 Performance Bank Guarantee (PBG)


Within fifteen (15) days from the date of issuance of LOI, the successful Sole/ Lead Bidder shall, at
their own expense, submit an unconditional and irrevocable Performance Bank Guarantee (PBG) to
the Authority. The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank in the
format prescribed in Section 15 - Annexure 5, payable on demand, for the due performance and
fulfillment of the contract by the successful Bidder.

The Performance Bank Guarantee shall be for an amount equivalent to 5% of the total contract value,
as derived from the negotiated/ final commercial bid. PBG shall be invoked by the Authority, in the
event the successful Sole Bidder/ Lead Bidder/ Consortium member or both:

a. fails to meet the overall penalty condition as mentioned in RFP Volume II or any changes
agreed between the parties,

b. fails to perform the responsibilities and obligations as set out in this RFP to the complete
satisfaction of Authority,

c. Misrepresents facts/ information submitted to Authority anytime during the contract tenure.
Page 46 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

The performance bank guarantee shall be valid for a period of 90 days beyond the actual Contract
period. The performance bank guarantee may be discharged/ returned by the Authority upon being
satisfied that there has been due performance of the obligations of the Successful Bidder under the
contract. However, no interest shall be payable on the performance bank guarantee.

In the event of the Successful Bidder being unable to service the contract for whatever reason(s), the
Authority shall have the right to invoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of the Authority under the contract in the matter, the proceeds of the PBG shall be payable
to Authority as compensation for any loss resulting from the Successful Bidder’s failure to
perform/comply its obligations under the contract.

The Authority shall notify the successful Bidder in writing of the exercise of its right to receive such
compensation within 40 days, indicating the contractual obligation(s) for which the successful Bidder
is in default. The Authority shall also be entitled to make recoveries from the successful Bidder’s bills,
performance bank guarantee, or from any other amount due to him, an equivalent value of any
payment made to him due to inadvertence, error, collusion, misconstruction, or misstatement.

In case the project is delayed beyond the project schedule as mentioned in RFP, the performance
bank guarantee shall be accordingly extended by the successful Bidder till completion of scope of work
as mentioned in RFP Volume II.

It shall be the responsibility of the successful Lead Bidder and Consortium member to maintain, during
the contract period, a valid and binding Performance Bank Guarantee for a period of three months (90
days) after the expiry of the Contract Period (“Validity Period”).

On satisfactory performance and completion of the order in all respects and duly certified to this effect
by the Project Coordinator, Contract Completion Certificate shall be issued and the PBG would be
returned to the successful Bidder.

7.4 Failure to agree with the Terms & Conditions of this RFP
Failure of the successful Bidder to agree with the Terms & Conditions of this RFP shall constitute
sufficient grounds for the annulment of the award, in which event Authority may award the contract to
the next best value Bidder or call for new bids.

In such a case, Authority shall invoke the PBG and/or forfeit the EMD as applicable.

Page 47 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

8 Project Timelines and Payment Terms


The project will be implemented in two phases, which are as below:

• Implementation phase: Four (4) Months from the date of signing of the contract. The Go-live
shall be declared post implementation phase of the project as per the relevant scope of work
detailed in this RFP.
• Operational & Maintenance Phase: Sixty (60) months post Go-Live of the project, extendable
yearly up to 2 years subject to the approval by the Department

8.1 Timeline & Payment Terms for Technology Bidder (Sole/Lead Bidder)
8.1.1 Stage 1- Project Implementation & Rollout

Milestone Activities/Milestone Timeline Major Deliverables Payment


(M) (in Terms
days)
M-1 Signing of contract T ▪ Master Service NA
Agreement

M-2 Inception Phase & T+15 ▪ Project Kick off -


Resource Deployment ▪ Project Plan/Charter
▪ Hardware and Software
Plan

M-3 Requirement Phase T+30 ▪ As-Is and GAP Analysis 5% of Capped


Report of Existing CAPEX of
System Total project
▪ GIS Survey Report
cost
▪ FRS, SRS, RTM
▪ System Design
Document
▪ Takeover Plan for
Existing System
▪ Data migration plan
from existing system to
new system
M-4 Completion of T+60 ▪ Delivery Challan 10% of
Procurement and ▪ Site Acceptance Report Capped
installation of IT & Non-IT ▪ Weekly Progress Report CAPEX of
▪ Procurement and
Hardware component Total project
Installation report
(Data center, Secondary cost
C4, New District
Coordination Center ).
M-5 Completion of T+70 ▪ Delivery Challan 5% of Capped
Procurement and ▪ Site Acceptance Report CAPEX of
installation of field level IT ▪ Weekly Progress Report Total project
▪ Procurement and
equipment cost
Installation report
M-6 Completion of T+70 ▪ Delivery Challan 5% of Capped
Procurement and ▪ Site Acceptance Report CAPEX of
installation of IT & Non-IT ▪ Weekly Progress Report Total project
▪ Procurement and
Hardware component cost
Installation report
(Primary C4, Existing
District Coordination
Center ).
Page 48 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Milestone Activities/Milestone Timeline Major Deliverables Payment


(M) (in Terms
days)
M-7 Application deployment & T+70 ▪ Installation and 15% of
Commissioning of System commissioning Reports Capped
at Secondary Command & ▪ Weekly Progress Report CAPEX of
Control Center for 22 new Total project
districts along with all DCC cost
M-8 Integration and T+ 80 ▪ Weekly Progress Report 5% of Capped
Operationalization of ▪ Test Plan CAPEX of
system at Secondary ▪ SOP Document Total project
▪ User Manual & Help
Command & Control cost
Documents
Center for 22 new districts ▪ Training Material
M-9 UAT closure of new system T+ 90 ▪ UAT Reports 7.5% of
for 22 districts Capped
CAPEX of
Total project
cost
M-10 Training and Capacity T+ 95 ▪ Training attendance & 2.5% of
Building for new districts Feedback report Capped
CAPEX of
Total project
cost
M-11 Successful trial of New T+100 ▪ Client acceptance report 2.5% of
Districts on newly Capped
proposed system CAPEX of
Total project
cost
M-12 Migration of existing T+110 ▪ Migration Report 2.5% of
system to new system Capped
CAPEX of
Total project
cost
M-13 Operationalization of T+ 115 ▪ Final UAT Reports 7.5% of
system at Primary Capped
Command & Control CAPEX of
Center for all districts and Total project
UAT closure of entire cost
system
M-14 Training and Capacity T+ 115 ▪ Training attendance & 2.5% of
Building Feedback report Capped
CAPEX of
Total project
cost
M-15 System Go-Live including T+120 ▪ Go-live report 10% of
new & existing districts on ▪ Data migration Capped
the newly proposed system completion report CAPEX of
Total project
cost

Implementation Penalty Criteria (M3 onwards) : - 1% of the payment for the respective milestone for any
delay of each one week capped to max. 10% of the respective Milestone payment.

Page 49 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

8.1.2 Stage 2 – Operations & Maintenance (O&M) phase of Technology Bidder


(Sole/Lead Bidder)
# Activities/Milestone Timeline (in Major Payment Terms
days) Deliverables

1. Operations & 5 years from Quarterly • 1% of capped CAPEX Cost


Maintenance Phase date of System SLA reports out of Balance 20% of
Go-Live capped CAPEX cost and
• 5% of the OPEX Cost out of
100% of OPEX cost

Will be paid quarterly basis in 20


equal installments after deduction
of applicable penalties as per
SLA parameters.

Note: -

1. Total cost of scope work for Technology Bidder (Sole/Lead Bidder) will be derived from Section
14.2 (Ref. Schedule – A,B,C,D,F,G,H,J & K) of this RFP.
2. If the Total CAPEX cost exceeds 15% of the quoted total project cost, for making the milestone
payments to the Bidder, Overall Capex cost of the project will be capped to 15% of the quoted
total project cost.
3. On Go-live of the project Sole/Lead/Technology Bidder will be paid 80% of Total capped
CAPEX cost after deductions of pre-implementation SLA. Rest 20% of capped CAPEX cost &
100% of OPEX cost of the Technology Bidder components will be paid in 20 equal installments
after deduction of applicable SLA parameters.
4. All invoices shall be submitted quarterly by the successful Bidder. During the O&M phase, 75%
of the invoice will be processed after submission of invoice and all supporting documents and
the remaining 25% payment would be released post assessment of O&M phase SLA and after
deduction of applicable penalties (if any). If the amount of penalty exceeds more than 25% of
respective quarterly invoice amount, the same will be adjusted in the subsequent quarter.
5. However, if the amount of penalty exceeds 25% of the quarterly invoice amount of any 2
consecutive quarterly invoices, then the interim payment of 75% of the quarterly payment will
not be released in the third quarter, till the system is stabilized and it will be department’s
decision to resume or not the interim payment process again.
6. The type and template of all reports required during Operation and Maintenance Phase needs
to be submitted by the successful Bidder to Department and should be approved by the
Department before Go-live for release of any O&M payments.

Page 50 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

8.2 Timeline & Payment Term for the Fleet Bidder (Consortium Member)
8.2.1 Stage 1- Project Implementation & Rollout
Milestone Phases and Activities Timeline (in Major Deliverables Payment Terms
(M) days)

M-1 Handover of ERV by D NA


The Department
M-2 Vehicle Operational D+30 ▪ Insurance Policy NA
Readiness Including Document
▪ Comprehensive ▪ Fabrication Installation
Insurance report
Including Third ▪ VTS Installation report
Party of All ERVs ▪ Site Inspection report
(Including ▪ Driver Training report
Reserve)
▪ Fabrication of All
ERVs (Including
Reserve)
▪ Installation of VTS
Devices
▪ Procurement of
Consumables
Items
▪ ERV Branding
▪ Training of Drivers
M-3 Deployment and D+45 ▪ Go live NA
Commissioning of
Vehicles

Note: - Above timelines are subject to revision on basis of actual procurement of new vehicles by the
Government/ Department

Implementation Penalty Criteria (Milestone 2 & 3): - There shall be a penalty of INR 2,50,000/- for
any delay of each one week, capped to max. INR 10,00,000/- and will be deducted from the 1st quarter
of OPEX payout.

Page 51 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

8.2.2 Stage 1- Operations & Maintenance (O&M) phase of Fleet Bidder


(Consortium Member)
# Activities/Milestone Timeline (in Major Deliverables Payment Terms
days)

1. Operations & 5 years SLA report along with 5% of the CAPEX & OPEX
Maintenance Phase from date of following supporting Cost will be paid quarterly in
Go live documents: 20 equal installments after
▪ Attendance report
deduction of applicable
▪ Inventory
Management penalties in SLA
report parameters.
▪ Helpdesk report
▪ Fleet Management
report
▪ Incident/Event
report

Note:-

1. Total cost of scope work for Fleet Bidder (Consortium member) will be derived from Schedule
Section 14.2 (Ref. Schedule – E,L,M & N) of this RFP.
2. No CAPEX payment will be released to Fleet Bidder (Consortium member). The payment to
Fleet Bidder will only be made in Operations & Maintenance Phase i.e. after Project Go-live.
3. On Go-live of the project, the CAPEX cost quoted by Sole Bidder/Consortium Member in
Schedule E and the OPEX cost quoted by the Bidder for fleet components in section L,M,N
will be paid in 20 equal installments after deduction of applicable penalties in SLA parameters.
4. All invoices shall be submitted quarterly by the successful Bidder. During the O&M phase, 75%
of the invoice will be processed after submission of invoice and all supporting documents and
the remaining 25% payment would be released post assessment of O&M phase SLA and after
deduction of applicable penalties (if any). If the amount of penalty exceeds more than 25% of
respective quarterly invoice amount, the same will be adjusted in the subsequent quarter.
5. However, if the amount of penalty exceeds 25% of the quarterly invoice amount of any 2
consecutive quarterly invoices, then the interim payment of 75% of the quarterly payment will
not be released in the third quarter, till the system is stabilized and it will be department’s
decision to resume or not the interim payment process again.
6. The type and template of all reports required during Operation and Maintenance Phase needs
to be submitted by the successful Bidder to Department and should be approved by the
Department before Go-live for release of any O&M payments.

Acceptance Criteria for Go-live

The successful completion of the project requires completion of minimum following items:

i. Bidder to submit compliance report to all the project activities mentioned in this RFP.
ii. Deployment of all Resource (Centralized Command Control Center Resource and drivers) after
due-diligence or background verification.
iii. Delivery, customization and commissioning of all IT and Physical Hardware.
iv. Training of all deployed Resource is completed.
v. Initiation of services in each district as per the scope of work stated in this RFP.
vi. Deployment of all vehicles along with necessary branding and fabrication.
vii. Availability of all consumable items as per RFP.
viii. Other items if any, finalized and agreed after discussion with Chhattisgarh Police and successful
Bidder.
ix. Approval on system/manual SLA report formats required for SLA computation and payment.

Page 52 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

x. In case of any exception, the Bidder must take written approval from the Department. Department
will have the sole authority to provide any exception (subject to compliance in later period) only on
basis of valid reasons or decision of designated Committee.

9 Terms and Conditions

9.1 General
i. The Successful Bidder shall be in obligation to pay the salary on or before 10th of every month
to its deployed Resource
ii. The Successful Bidder shall discharge its liability for the deployed Resource in respect of
Employees Provident Fund under The Employees’ Provident Funds and Miscellaneous
Provisions Act, 1952, if applicable.
iii. The Successful Bidder shall also have to bear all other liabilities as per existing “Contract
Labour (Regulation and Abolition) Act, 1970” and other applicable Labour Act as amended
from time to time, if applicable.
iv. The Successful Bidder shall also bear other charges like Leaves (other than Statutory Leaves),
additional Salary, Group Insurance, photo-id ,Uniform, shoes etc.
v. The Successful Bidder will have to make the payments of Salary directly into a Bank Account
of deployed Resource .
vi. The Successful Bidder shall provide details to employees related to the payment of salary,
their bank accounts number & bank name where payment remit and other information through
the login access of IT facilities which should be available 24*7 to the employees.
vii. The Successful Bidder will mandatorily submit documents showing the proof of age and
qualification / experience of the Resource deployed by it, after executing the contract, and get
it verified from the designated Nodal Officer as declared by Chhattisgarh Police from time to
time. The verification of the credentials of the Resource by the Chhattisgarh Police is
mandatory whenever a new Resource in engaged. A Declaration in this regard filled and duly
signed by all deployed Resource at district should be submitted to designated Nodal Officer
before deploying the respective Resource . Random police verification would be carried out
regularly to the check the genuineness of the declaration.
viii. Chhattisgarh Police shall not pay any additional cost towards the establishment of office,
Administrative & support staff deployed for administering the Resource outsourcing contract
to the Successful Bidder
ix. The Successful Bidder shall provide and be responsible for payment of salaries and other
statutory privileges and facilities as applicable to its Resource as per relevant and applicable
law/rules/regulations and orders of the Central / State Government or local authorities or other
authorities as are in force from time to time.
x. All Resource engaged under this Contract by the Successful Bidder shall be employees of
Successful Bidder. Chhattisgarh Police shall not have any liability/responsibility to absorb the
persons engaged by the Successful Bidder and/or extend any type of recommendation, etc.
for obtaining any job with the Chhattisgarh Police or elsewhere.
xi. The Successful Bidder shall at the time of execution of the Contract have PF code number
obtained from authorities concerned under the Employee’s Provident Fund and Miscellaneous
Provisions Act, 1952 and where he remits contributions in respect of the employees employed
by him to the PF office concerned every month or obtain the same within a month after the
agreement for the concerned employees, if applicable.
xii. The Successful Bidder shall maintain all records/registers as required to be maintained under
various Labour laws and other statutory laws in force and as amended from time to time,
mentioned above and produce the same before the Statutory Authorities as well as the
Authorities of the Chhattisgarh police, if applicable.
xiii. The Successful Bidder shall also submit periodical reports on various Labour laws compliance
such as Contract Labour (Registration & Abolition) Act-1970, Employees Provident Fund Act
etc., under intimation to maintain the designation of the principal employer, if applicable.

Page 53 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

xiv. The Successful Bidder shall ensure that its Resource perform their duties efficiently by taking
monthly report from District officer and Nodal officer. In case the feedback is not satisfactory
then deployment of new Resource needs to be exercised within defined timelines.
xv. Successful Bidder cannot assign any task / job to any third party before any written approval
from the Department. In case, if it has been reported to Chhattisgarh Police or Chhattisgarh
Police has observed the same then penalty will be invoked and two (2) such incidents may
lead to termination of contract by Chhattisgarh Police
xvi. In case the hired personnel do not attend the work at any time for whatever reason, the
successful Bidder shall make alternate arrangements to Chhattisgarh Police, so that the daily
work of Chhattisgarh Police does not suffer.
xvii. The Successful Bidder shall in the event of his employees sustain any injury or disablement
due to an accident or any other cause arising out of and in the course of his employment,
provide necessary medical treatment and pay compensation, if any, required under the
Employee’s Compensation Act, 2010 and other applicable law.
xviii. If any of the persons engaged by the Successful Bidder misbehaves with any officials of the
Chhattisgarh Police and other stakeholders of Chhattisgarh Police or commits any misconduct
in connection with the property of the Chhattisgarh Police or suffers from any serious
communicable diseases, the Successful Bidder shall be liable to replace them immediately.
xix. The Successful Bidder shall ensure that necessary information regarding the persons engaged
by him is intimated to the Nodal Officer through the online system along with hard copy.
xx. The successful Bidder will be responsible for compliance of all the applicable laws and
obligations arising out from the action of providing services of all personnel and Chhattisgarh
Police shall not be responsible for any such liability or lapses.
xxi. During the subsistence of the contract, Chhattisgarh Police shall not undertake any monetary
liability other than the amount payable to the successful Bidder for the services of personnel
provided by them. Other liabilities, if any, shall be solely rest on the successful Bidder.
xxii. Credentials of Resource
a. The Resource provided by the Successful Bidder should not have any adverse Police
records / criminal cases pending against them. The Successful Bidder should make
adequate enquires about the character and antecedents of the Resource before
recommending for deployment. The Successful Bidder have to furnish proofs of
identity like driving license, bank account details, previous work experience, proof of
residence, recent photograph, Voter ID card, AADHAR Card to the Chhattisgarh Police
Nodal officer along with a certificate to this effect in detail.
b. The Resource deployed by the Successful Bidder shall be of sound physical and
mental health and should not be under the influence of any drug or liquor during duty
and have full knowledge and experience to competently complete the job assigned to
them. In case it is found that any loss has occurred to the government’s interest due
to deployment of such Resource , the same shall have to be recovered by the
Successful Bidder without any extra cost to the Chhattisgarh Police
c. The successful Bidder shall be responsible for the discipline and conduct of the hired
personnel sponsored and in case the personnel lack in discipline and their quality of
work deteriorates during the course of their service, the successful Bidder shall provide
replacement services of suitable personnel.
xxiii. Debarment/ Blacklisting of bidders shall be as per Rule 151 of the GFR 2017 including
amendments

9.2 Contract Period


i. The contract shall commence from the date of execution of agreement and shall continue for
defined period in Bidding Data Sheet or more as the case may be unless it is curtailed or
terminated by the authority owing to deficiency in service or sub-standard quality of Resource
deployed or breach of any conditions of contract etc. or change in requirements.
ii. The Agreement shall automatically expire on completion of agreement period unless it is
extended for further period by mutual consent of the Successful Bidder and the Chhattisgarh
Police.
iii. The Agreement may be extended, on the same terms and conditions or with some additions /
deletions / modifications, for a further specific period as will be mutually agreed upon by the
Page 54 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Successful Bidder and the Chhattisgarh Police. However, there can be only two extensions of
one year each that can be made. It is essential because the project can further be extended
for a defined timeline subjected to approval by Govt of India.
iv. The Chhattisgarh Police reserves the right to terminate the agreement by issuing prior notice
of 1 month to the Successful Bidder.
v. The Successful Bidder will be bound to furnish details to the Chhattisgarh Police while
submitting the tender or at subsequent stage as per tender document. Any such document
furnished by the Successful Bidder found to be false at any stage, it would be deemed to be a
breach of terms of agreement making it liable for legal action against Successful Bidder apart
from termination of the agreement forthwith.
vi. After issuing termination Notice to the successful Best Fit vendor (BFV1), Chhattisgarh Police
reserves the right to initiate the process to engage the Next Best Fit Vendor (BFV2), if they
would like to be engaged during the rest period of the project. The Pricing will be the minimum
of (either the quoted Service charge by the Bidder (BFV2) or Service charge of BFV1). In case
BFV2 not agreed then BFV3, BFV4 etc. vendors will be approached in similar way as
discussed till any vendor is selected.

9.3 Contract Extension


i. Department reserves the right to extend the contract at its sole discretion, for a duration of 2
years, beyond the 5 years of post-implementation period. It will be mandatory for the system
integrator to take up the operation and maintenance for the extendable up to 2 years subject
to the approval by the Department
ii. The department may, at its discretion, provide an annual increment of maximum 10% on the
average of cumulative yearly operational & maintenance cost (OPEX) quoted by the Bidder in
the price bid/ contract for 05 years. Such an extension would be necessitated if the handover
of the project to the next Systems Integrator, post completion of the project duration of the
Systems Integrator, is delayed. All other T&C of the original contract shall remain applicable
during the extension period.
iii. During any such extension period, the Bidder shall submit a revised a PBG worth 5% of the
contract value during each such extension period and the same shall be valid for a period of
90 days from the date of expiry of such contract.

9.4 Mishap and Injury to Resource


i. The successful Bidder shall comply with all the rules and regulations regarding safety and
security of its employees and Chhattisgarh Police will in no way be responsible in any
manner in case of any mishap to their personnel.
ii. The Successful Bidder shall indemnify and keep Chhattisgarh Police indemnified against all
losses and claims for injuries or damage to any person whatsoever which may arise out of
or in consequence of the execution of the Contract and against all claims, demands,
proceedings, damages, costs, charges, and expenses whatsoever in respect of or in relation
thereto.
iii. Chhattisgarh Police shall not be liable for damage or compensation payable as per provision
of law/act in respect or consequence of any accident or injury to any workmen or other
person in the employment of the Successful Bidder. The Successful Bidder shall have to
pay all claims, demands, proceedings costs, charges, and expenses whatsoever in respect
there of or in relation there to.
iv. In the event of any accident and/or injury, in respect of which compensation may become
payable under the Workman’s Compensation Act-VIII of 1923 including all amendments
thereof, Chhattisgarh Police’s Authorized officer / Nodal officer shall have full powers to
retain out of any sums payable/becoming payable to the Successful Bidder , any sum as
may be deemed sufficient to meet such liability on receipt of award of compensation from
the competent authority under the said act, and the same shall be adjusted from this amount.
Any shortfall shall be recovered, and any excesses shall be refunded. The opinion of the
Authorized officer of Chhattisgarh Police shall be final in regard to all matters arising under
this clause.
Page 55 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

v. In case any Resource of the Successful Bidder is implicated in any lawsuit or is injured by
any person or group of persons, agitating mob, etc. during the course of performing his/her
duty/their duties for the Chhattisgarh Police, it shall be the sole responsibility of the
Successful Bidder to defend its Resource in the court of law or to extend all medical and
financial help, etc. without charging any cost to the Chhattisgarh Police.
vi. Chhattisgarh Police shall be deemed to be indemnified by the Successful Bidder for lapses
or other mischief’s etc. by its Resource .
vii. Claims arising due to “any activity” by the Resource shall be liable for adjustment from
performance bank guarantee furnished by Successful Bidder.

9.5 Reporting of Resource


i. The persons deployed shall be required to report for work at scheduled time as directed by
Chhattisgarh Police’s nodal officer and shall work for maximum 8 hours per day (8 hours X
3 Shifts). The Person (deployed), who remains absent from duty on a particular day / comes
late to the duty /leaves the duty early without prior permission, and proportionate deduction
from the remuneration shall be made accordingly.
ii. The resource/ person deployment shall be such so that the project operations run 24 x 7 x
365 days. Accordingly, the Successful Bidder shall make necessary arrangements for the
resource deployment.
iii. The person to be deployed by the Successful Bidder shall be working as per the directions
of Chhattisgarh Police. They may be assigned to any work decided by the Nodal Officer as
and when required. If any of the Resource deployed by the Successful Bidder will disobey
to carry out such order of the Nodal Officer; their services shall be withdrawn immediately
and sent back to the Successful Bidder. The penalties will be invoked as defined in SLA
section.

9.6 Reporting of Bidder


i. The Successful Bidder shall employ at least one competent representative (name, address,
telephone number, identity proof of the representative shall be communicated in writing to
the Nodal Officer) to supervise the deployment and performance. The said representative,
(or if more than one shall be employed, then one of such representatives), shall be present
whenever required and should be approachable in person or on phone at time to the
Chhattisgarh Police for discussion and meetings.
ii. For all purposes the Successful Bidder will be reporting primarily to the Chhattisgarh Police’s
officials / nodal officer on weekly basis.
iii. The representative shall comply with the oral and written instructions given on day-to-day
basis, by the officer(s) authorized by Chhattisgarh Police from time to time. They have to
honor office timings, timelines provided by Chhattisgarh Police, tasks assigned etc., in a
time bound manner.
iv. Any written order or instruction which the Nodal Officer or his duly authorized representative
may give to the said representative of the Successful Bidder shall be deemed considered to
have been given to the Successful Bidder.
v. The Successful Bidder shall furnish the complete address of its permanent office and local
office along with telephonic numbers, fax numbers, emails, etc. to the Chhattisgarh Police.
Any notice or instructions to be given to Successful Bidder under the terms of the Contract
shall be deemed to have been served on him if it has been sent at local office or to the
address of the Successful Bidder last notified by them or delivered to authorized signatory.

Page 56 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

10 Service Level Agreement (SLA)


Service Level Agreement (SLA) shall become the part of contract between Govt of Chhattisgarh and
the Successful Bidder. SLA defines the terms of the successful Bidder’s responsibility in ensuring the
timely delivery of the deliverables and the correctness of the same based on the agreed Performance
Indicators as detailed in this section. The successful Bidder has to comply with Service Levels
requirements to ensure adherence to project timelines, quality, and availability of services.

Definitions

a. Days: All Working and Non-working days (365 days in a calendar year)
b. 24*7 means around the clock (24 hours) for all seven days of the week without any non-working
days
c. “Scheduled Maintenance Time” shall mean the time that the Application is not in service due to a
scheduled maintenance activity as approved by the department
d. “Scheduled operation time” means the scheduled operating hours of the Application for the month.
All scheduled maintenance time on the Application would be deducted from the total operation
time for the month to give the scheduled operation time. The total operation time for the
applications and required Resource will be 24X7X365 (per year).
e. “Availability” means the time for which the services and facilities are available for conducting
operations. Availability is defined as: {(Scheduled Operation Time – Downtime)/ (Scheduled
Operation Time)} * 100%
f. “Incident” refers to any event/abnormalities in the functioning of the any of Equipment/Services
that may lead to disruption in normal operations of the Centralized Command Control Center or
Applications Involved or Call Taking Services.
g. Days are to be read as calendar days for the purpose of SLA computation

The successful Bidder has to supply software / automated tools to monitor all the SLAs mentioned
below.

Note: Penalties shall not be levied on the successful Bidder in the following cases:

• There is a force majeure event effecting the SLA which is beyond the control of the successful
Bidder

• The non-compliance to the SLA has been due to reasons beyond the control of the Bidder.

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the
levels of service which shall be provided by the System Integrator to Govt of Chhattisgarh and
Chhattisgarh police for the duration of this contract.

10.1 Measurement of SLA:


The SLA metrics provided specify performance parameters such as baseline performance, lower
performance, and breach. All SLA calculations will be done on a quarterly basis. The SLA also specifies
the penalties for lower performance and breach conditions.

Payment to the successful Bidder is linked to compliance with the SLA metrics. The matrix specifies
three levels of performance, namely,

• The Agency (Sole/Technology Bidder/Fleet Bidder) will get 100% of the Contracted value if
the all-baseline performance metrics are compiled and the points achieved from the respective
component (i.e. Technology component - 75 points out of 75 and Fleet component - 25 points
out of 25)

• The penalty calculation for respective agency for Technology and Fleet component = [(Total
Score - Achieved Score) *0.70] %

Page 57 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

• The respective agency who will be taking care of Technology component will get lesser
payment in case of the lower performance in parameters mentioned in SLA table for
Technology Bidder. (For e.g., if SLA point score is 70 out of total 75 then the respective
(Sole/Technology Bidder) will get 3.5 % [(75-70)*0.70=3.5], penalized on the quarterly
payment due for Technology Bidder)

• The respective agency who will be taking care of fleet component will get lesser payment in
case of the lower performance in parameters mentioned in SLA table for (For e.g., if SLA point
score is 20 out of total 25 then the respective Sole/Consortium Member/Fleet Bidder will get
penalized @ 3.5% [(25-20)*0.70=3.5] on the quarterly payment due for Fleet Bidder.

SLA report template for O&M phase is to be submitted by the service provider to the client for approval
based on defined SLA parameters in this RFP within 15 days of issuance of LOI.

• The SLA parameters defined in this RFP may be reviewed and recalibrated on an annual basis.
The service provider is required to submit the Corrective Action & Preventive Action (CAPA)
plan in case of any revision in SLA parameters.
• The police department reserves the rights to compute the SLA on monthly basis if needed
• Liquidated damages are mentioned as a percentage of certain components of cost:
• During O&M phase, the SLA shall be computed on a quarterly basis, for each individual month
separately, as per the individual SLA parameter requirements. In case the service levels
cannot be achieved at service levels defined in the tables below, it shall result in a breach of
contract and shall invoke liquidated damages.
• The SLA parameters shall be measured per the individual SLA parameter requirements and
measurement methods, through appropriate SLA Measurement tools to be provided by the SI
and audited by Department or its appointed Consultant for accuracy and reliability. The System
Integrator would need to configure the SLA Measurement Tools such that all the parameters
as defined under the SLA matrix can be measured and appropriate reports are generated for
monitoring compliance.
• GoCG shall also have the right to conduct, either itself or through any other agency as it may
deem fit, an audit/revision of the SLA parameters. The SLAs defined, shall be reviewed by
GoCG on an annual basis after consulting the SI, Project Management Consultants, and other
experts. All the changes would be made by Dept. after consultation with the SI and might
include some corrections to reduce undue relaxation in Service levels or some corrections to
avoid the unrealistic imposition of penalty, which are noticed after the project has gone live.
• Bidder is also required to note that incase of SLA penalties not being applicable for the cases
considered as “beyond the control of Bidder”, Bidder would be still required to solve the
problem within the SLA defined for resolution of critical level/medium level/low level issues. In
case Bidder doesn’t adhere to the issue resolution SLA timeline, the original SLA shall be
made applicable.

The Liquidated damages/ penalty to be levied on the SI shall be capped at 15% of the total contract
value (for the respective sole/Lead Bidder & consortium partner (if any)). In case the penalty exceeds
the capped value then the Department has the right to invoke termination of the contract.

10.2 SLA Holiday


In order to stabilize the system & operations on the field post-Go-live, the SLA holiday of the first quarter
shall be provided to the System integrator & SLA-related deductions/penalties will be applicable from
the second quarter onwards. However, SI will be responsible to submit the SLA reports on a timely
basis for the first quarter of operations.

Page 58 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

10.3 Planned Downtime


Any planned application / server downtime would not be included in the calculation of application /
server availability. However, the Successful Bidder should take at least 07 days prior approval from
Department in writing for the planned outage, which should not be for more than 15 minutes, would be
in a lean period and limited to max. 2 outages in a year.

10.4 Breach in the supply of Managerial & Technical Resource


Note – This SLA for the supply of Managerial & Technical Resource is applicable over and above the
SLAs mentioned in the post-implementation SLA table and calculated on a quarterly basis

Definition The Bidder is required to propose the CVs of the required managerial and
technical Resource (as mentioned in the RFP). It is vital that such Resource is
available to Police Department as mentioned in the RFP and performs to the
expected levels. The current SLA breach shall specify the penalty amount for
the non-availability of this Resource .

Service Level Availability of the required Resource should be 100% in the reporting
period
Requirement

Measurement of The following instances would be considered SLA non-compliances:


Service Level
Parameter • Frequent replacement of a profile by the Bidder (only one replacement per
profile would be permitted per year*)

• Non-deployment of the profile for more than 1 month.

Note: -


Replacement due to reasons not in control of SI (like the resignation/exit of the
resource, accident, etc.) would not be counted in the permissible 1
replacement.
• Department reserves the right to ask SI to replace the profile if the
performance/commitment is not up to the mark
• For every above-mentioned SLA non-compliance reported and proved, there
Penalty for non-
achievement of shall be a penalty of INR 1,00,000/- per instance
SLA
Requirement

10.5 Breach in the supply of Operational Resource (Call center supervisor, Call
Takers, Fleet management supervisor & Drivers for ERV)
In the case of operational Resource deployed by the System Integrator, for all non-reported days of
such Resource , a penalty equal to 1.25 times the man-day cost quoted would be applicable. The
quarterly payment shall be made after adjusting this penalty.

It is the responsibility of the SI to keep extra Resource to maintain the roaster of leaves of regular
Resource and no additional cost will be provided for the same.

Page 59 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

10.6 Security breach for SLA


Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above table.

Definition Security of the report /data and the overall system is quite important
and successful Bidder shall be required to ensure no compromise is
done on the same. Security Breach types considered for this SLA
are–
• Availability of any report /data to any other user than those
authorized by the Police Dept, and provided passwords
Service Requirement Level Security compliance of the system should be 100%
Measurement Service Any reported security breach shall be logged into the SLA
Parameter of Level Management solution as a security breach
Penalty for non- For every security breach reported and proved, there shall be a
achievement of SLA penalty of INR 2,00,000/-.
Requirement

Page 60 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

10.7 SLA Parameters


# Performance Area Description SLA Benchmark
reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

SLA for Technology Bidder


A. Application Availability
Availability of Computer aided EMS 99.90% 5 >= 99% to 2.5 < 99% 0
dispatch (CAD) <99.90 %
1. Availability of Contact Centre EMS 99.90% 5 >= 99% to 2.5 < 99% 0
Solution <99.90 %
2. Availability of Web Portal for Dial Percentage Availability is EMS 99.00% 2 >= 98% to 1 < 98% 0
112 Application defined as: {(Scheduled <99.00 %
3. Availability of Helpdesk Operation Time – System EMS 99.00% 2 >= 98% to 1 < 98% 0
Management Solution Downtime)/ (Scheduled <99.00 %
4. Availability of Dashboard Operation Time)} * 100 EMS 99.00% 2 >= 98% to 1 < 98% 0
<99.00 %
5. Availability of EMS EMS 99.00% 2 >= 98% to 1 < 98% 0
<99.00 %
6. Availability of GIS solution EMS 99.00% 2 >= 98% to 1 < 98% 0
<99.00 %
B. Application Performance

8. Percentage of transactions Response Time would be EMS 95% 3 >= 90% to 1.5 < 90% 0
meeting the prescribed Response calculated as time elapsed <95%
Time for all transactions for CAD between sending a request
application from client to server and

Page 61 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

9. Percentage of transactions receiving the response from EMS 95% 2 >= 90% to 1 < 90% 0
meeting the prescribed Response server. <95%
Time for all transactions for Web
Portal Response time of services to
be measured at an interval of
30 minutes and averaged
monthly on 24x7 basis.
Transactions over
internet(broadband) to be
completed within 4 seconds
for all applications
C. Device Uptime of IT hardware installed in Data Center, Primary & Secondary C4

10. Uptime of Routers Measured as the percentage EMS 99.90% 2 >= 99% to 1 < 99% 0
of time each device is up and <99.90%
11. Uptime of Network Switches, running on monthly basis. EMS 99.90% 2 >= 99% to 1 < 99% 0
Uptime of the equipment will <99.90%
12. Uptime of Servers be measured on 24X7 basis. EMS 99.90% 2 >= 99% to 1 < 99% 0
Uptime = (((Total Uptime- <99.90%
13. Uptime of Firewall Planned downtime)- EMS 99.90% 2 >= 99% to 1 < 99% 0
Downtime) *100)/ (Total <99.90%
14. Uptime of Centralized Storage Uptime-Planned downtime) EMS 99.90% 2 >= 99% to 1 < 99% 0
<99.90%
15. Uptime of Load balancer EMS 99.90% 2 >= 99% to 1 < 99% 0
<99.90%
16. Uptime of Media gateways EMS 99.50% 2 >= 98% to 1 < 98% 0
<99.50%

Page 62 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

17. Uptime of Workstations EMS 99.50% 2 >= 98% to 1 < 98% 0


<99.50%
18. Uptime of IP Phones EMS 99.50% 2 >= 98% to 1 < 98% 0
<99.50%
19. Uptime of Videowall EMS 98.00% 1 >= 97% to 0.5 < 97% 0
<98.00%
20. Uptime of UPS at primary and EMS 99.50% 2 >= 98% to 1 < 98% 0
secondary C4 <99.50%

21. Uptime of CCTV cameras EMS 98.00% 1 >= 97% to 0.5 < 97% 0
<98.00%
D. Device Uptime of Field Device

22. Uptime of MDT Uptime of MDT will be 95.00% 3 >= 90% to 1.5 < 95% 0
measured as the percentage <95.00%
of time each device is up
individually on quarterly basis.
Uptime of the individual MDT
will be measured on 24X7
basis (Quarterly).
Uptime = (((Total Uptime-
Planned downtime)-
Downtime) *100)/ (Total
Uptime-Planned downtime)

Baseline Score=(3/Total No.


of MDTs)*No. of MDT

Page 63 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

achieved base metric of


>=95%

Lower Performance Score


=(1.5/Total No. of MDTs)*No.
of MDT achieved base metric
of >= 90% to <95.00%

E. Link Availability & Location Detection

23. Link Availability State Data Center to Primary EMS 99.99% 5 >= 98.5% to 2.5 < 98.5% 0
C4, Secondary C4, DCC <99.99 %

Measured as the percentage


of time each device is up and
running on monthly basis.
Uptime of the equipment will
be measured on 24X7 basis.
Uptime = (((Total Uptime-
Planned downtime)-
Downtime) *100)/ (Total
Uptime-Planned downtime)

Page 64 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

24. PRI Availability Primary C4, Secondary C4 EMS 99.99% 5 >= 98.5% to 2.5 < 98.5% 0
<99.99 %
Measured as the percentage
of time each device is up and
running on monthly basis.
Uptime of the equipment will
be measured on 24X7 basis.
Uptime = (((Total Uptime-
Planned downtime)-
Downtime) *100)/ (Total
Uptime-Planned downtime)

25. Location Detection by the LBS Location Intelligence platform Report 85% 2 >= 75 % to 1 < 75% 0
System should provide location for the Tool of <85 %
callers LBS

F. Compliance and Security

26. Patch updates (Critical security Critical Patches – within 72 Report 0 violations 0.5 1 – 4 0.25 > 4 0
patch for Servers, Firewall, hours of patch release. of service violations violations
Workstations) parameters
Note: The Bidder has to
provide the report with patch
release date and date of
successful patch update.
27. Application updates (CAD) Application update/Service Report 0 violations 0.5 1 violation 0.25 > 1 0
Pack update – within 30 days from OEM of service violations
of update release. parameters

Page 65 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

Note: The Bidder has to


provide the report from OEM
with application update
release date and date of
successful update.
28. Anti-virus, Anti-spyware, Anti- Update within 24 hrs. of the Report 0 violations 2 1 – 4 1 > 4 0
spam updates release of update. of service violations violations
parameters
Note: The Bidder has to
provide the report with update
release date and date of
successful update.
G. Helpdesk

29. Time to Resolve – Severity 1 Time taken to resolve the Helpdesk 120 Min 3 120.01 Min to 1.5 >240 Min 0
reported problem. Tool 240 Min
Note-
All incidents impacting
complete operations are to be
categorized as Severity-1
tickets.
Example:
• MDT Hang issue
• CAD application
hang

Page 66 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

• Issues related to
CAD application.
• Issues related to
Contact center
solution
• Issues related to GIS
map
• Issues related to
other application
• Contact Centre
Solution not
functioning as per
requirement leading
to erroneous call
distribution and call
drop
• UPS or DG failure
leading to power
outage across the
command center

The above list is not


exhaustive and is mentioned
for exemplification only
29. Time to Resolve – Severity 2 Time taken to resolve the Helpdesk <8 Hrs. 2 8.01 Hrs. to 1 >12 Hrs. 0
reported problem. Tool 12 Hrs.
Note-

Page 67 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

All incidents impacting partial


operations are to be
categorized as Severity-2
tickets.
Example:
• Headphones are
malfunctioning and
need replacement
• Mobile phone is not
working
The above list is not
exhaustive and is mentioned
for exemplification only
30. Time to Resolve – Severity 3 Time taken to resolve the Helpdesk <24 Hrs. 1 24.01 Hrs. to 0.50 >36 Hrs. 0
reported problem. Tool 36 Hrs.
Note-
All incidents not covered
under Severity-1 and
Severity-2 are to be
categorized under Severity-3
H. Call success & Quality Audit
31 Actual Call success Success is defined as call EMS 97% 2 >= 95% to 1 < 95% 0
successfully landing at call <97%
agent or IVR as the case may
be

Page 68 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

32. Inbound and outbound call Quality audit of inbound calls System 5% 2 >= 5% to 1 < 3% 0
Monitoring and Quality Audit - and outbound calls. Generated <3%
Random Sample Basis

SLA for Fleet Bidder

I. Device Uptime
33 Uptime of VTS devices deployed in Uptime of VTS will be EMS 95% 3 >= 95% to 1.5 < 90% 0
Field measured as the percentage <90%
of time each device is up
individually on quarterly basis.
Uptime of the individual VTS
will be measured on 24X7
basis (Quarterly).
Uptime = (((Total Uptime-
Planned downtime)-
Downtime) *100)/ (Total
Uptime-Planned downtime)

Baseline Score=(3/Total No.


of VTSs)*No. of VTS achieved
base metric of >=95%

Lower Performance Score


=(1.5/Total No. of VTSs)*No.
of VTS achieved base metric
of >= 90% to <95.00%

Page 69 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

J. Helpdesk

34. Non-IT ERV issues Time taken to resolve the Helpdesk <24 Hrs. 2 24.01 Hrs. to 1 >36 Hrs. 0
reported problem regarding Tool 36 Hrs.
ERV issues (non-IT)

K. ERV Response time

35. Vehicle arrival at caller’s location Vehicle arrived at caller’s EMS Urban <= 10 Increase of avg. response time by 1 min
location after receiving Avg 10 Min compared to the base line benchmark metric will
information from Call center. attract a penalty of 0.5 point.

E.g.: - If the avg response time in urban area is


15min then the Bidder will achieve 7.5 points out
of 10 points.

If the avg response time in urban area is = > 30


min then the Bidder will achieve 0 points out of 10
points.
Rural 10 Increase of avg. response time by 1 min
<=Avg 30 compared to the base line benchmark metric will
Min attract a penalty of 0.5 point.

Page 70 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Performance Area Description SLA Benchmark


reporting Baseline Lower Performance Breach
tool/
system
Metric Points Metric Points Metric Points

E.g.: - If the avg response time in urban area is


35min then the Bidder will achieve 7.5 points out
of 5 points.

If the avg response time in urban area is = > 50


min then the Bidder will achieve 0 points out of 10
points.
Total Points 100 50 0

Page 71 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

11 Annexures 1

11.1 Template for Pre-Bid Queries


Bidder shall submit all pre-bid queries in editable format as per the following table.

Request for Clarification

Name and Address of the Organization


submitting request

Name and Position of Person submitting


request

Contact Details of the Organization /


Authorized Representative

Tel:

Mobile:

Fax:

Email:

Sr. RFP Document Reference (Volume, Content of the RFP requiring Clarification
Section No., Page No.) clarification Sought
No

Page 72 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12 Annexures 2 - Formats for submission of the Pre-Qualification


Bid

12.1 Pre-qualification bid checklist


S Section Heading Details Applicable to Complied Bid Proposal
No (Yes/ No) page
<Specify the
Reference no.
applicable
Party name
i.e. Sole/Lead
Bidder or the
Consortium
member>

1. Pre-Qualification As per format


Bid Covering provided in Annexure
Letter 2 section 12.2

2. Company Profile As per format


provided in Annexure
2 section 12.3

3. Declaration for As per format


existence of the provided in Annexure
firm 2 section 12.4

4. Consortium As per format


Agreement (If provided in Annexure
applicable) 2 section 12.5

5. Declaration/ As per format


Undertaking for provided in Annexure
establishment of 2 section 12.6
Local Office in
Chhattisgarh

6. Financial status of As per format


last five years provided in Annexure
2 section 12.7

7. Bidder’s As per format


Experience provided in Annexure
2 section 12.8

8. Human resource As per format


certificate provided in Annexure
2 section 12.9

9. Compliance of As per format


CVs proposed provided in Annexure
2 section 12.10

10. Proposed As per format


Resource CVs provided in Annexure
2 section 12.11

Page 73 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

S Section Heading Details Applicable to Complied Bid Proposal


No (Yes/ No) page
<Specify the
Reference no.
applicable
Party name
i.e. Sole/Lead
Bidder or the
Consortium
member>

11. Declaration for As per format


deployment of provided in Annexure
Resource from 2 section 12.12
CAD Software
OEM to Bidder

12. Declaration for As per format


deployment of provided in Annexure
Resource from 2 section 12.13
Contact Centre
OEM to Bidder

13. Manufacturer/ As per format


Producers provided in Annexure
authorization form 2 section 12.14

14. Declaration of As per format


Non-Blacklisting provided in Annexure
for Lead/Sole 2 section 12.15 &
Bidder & 12.16
Consortium Bidder
(If any)
15. No Deviation As per format
Certificate provided in Annexure
2 Section 12.17
16. Total responsibility As per format in
certificate Annexure 2 Section
12.18
17. Anti-Collusion As per format in
Certificate Annexure 2 Section
12.19
18. Power of Attorney As per format in
Annexure 2 Section
12.20 & 12.21

Note:

Bid will be disqualified if any of the above documents are unavailable in the pre-qualification bid.

Page 74 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.2 Pre-Qualification Bid Covering Letter


<<To be printed on Sole/ Lead Bidder company’s letterhead and signed by Authorized signatory>>

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-
2028)

Reference: Tender No :<No> Dated<DD/MM/YYYY>

Dear Sir/ Madam,

Having examined the Bid Document (and the clarification / corrigendum issued thereafter, if any), the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional
services as required and outlined in the Bid Document for the RFP for Selection of Implementation
Agency for Chhattisgarh State Dial 112 Project (2023-2028). We attach hereto our responses to pre-
qualification requirements and technical & commercial proposals as required by the Bid Document.
We confirm that the information contained in these responses or any part thereof, including the exhibits,
and other documents and instruments delivered or to be delivered to Chhattisgarh 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 Chhattisgarh Police in its shortlisting process.

We fully understand and agree to comply that on verification, if any of the information provided here is
found to be misleading the selection process, we are liable to be dismissed from the selection process
or termination of the contract during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the Bid Document (&
subsequent clarification / corrigendum, if any) document and also agree to abide by this tender
response for a period of 180 days from the Bid Opening date. We hereby declare that in case the
contract is awarded to us, we shall submit the contract performance guarantee bond in the form
prescribed the Bid Document.

We agree that you are not bound to accept any tender response you may receive. 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 are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.

Thanking you,

Yours sincerely,

(Signature of the Sole/Lead Bidder)

Printed Name
Page 75 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Designation

Seal

Date:

Place:

Business Address:

Page 76 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.3 Company profile


A. Brief company profile (required for Sole/Lead Bidder and all Consortium Members)

S Particulars Description or Details


No

1 Name of Bidder

2 Legal status of Bidder (company, Pvt. Ltd., LLP


etc.)

3 Main business of the Bidder

4 Registered office address

5 Incorporation/Registration date and number

6 GST number

7 PAN details

8 Primary Contact Person identified for this


project (Name, Designation, address,

9 Secondary Contact Person (Name,


Designation,

10 EMD details

11 Role in Consortium (if applicable) Brief scope of work in the Consortium

Page 77 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.4 Declaration For Existence of The Firm


(To be submitted on the letterhead of all Bidders)

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”,
I / We (Full name in capital letters), Holder of Power of Attorney of (insert name of Bidder) as the
Proprietor/ Partner /Managing Director certify and confirm that (insert name of the Bidder) has been in
operation for at least 3 (three) Financial Years out of the last 5 Financial Years (i.e., 2017-18, 2018-
19, 2019-20, 2020-21 & 2021-22), since (insert year of operations) in the field of providing (areas of
services to be mentioned).

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: Business Address:

Page 78 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.5 Consortium Agreement


(To be printed on Rs. 100/- Stamp Paper)

This Consortium Agreement (hereinafter the "Agreement") entered into this ______ d ay of

Two Thousand and Twenty-Three (“Date of Signing”) BETWEEN ______________ through


_______________________________ Authorized Signatory

Having their principal place of business at ____________________ in India for and on behalf of
(hereinafter called "the Bidder") of the ONE PART; AND_________________ through
Authorized Signatory having their principal place of business at in India for and on behalf of
____________________ (hereinafter called "the Bidder") of the SECOND PART.

RECITALS

Chhattisgarh Police Tender No. -------------------------------------------------------------------------------------


(Hereinafter the “Tender Document”), inviting bids for Selection of Implementation Agency for
Chhattisgarh State Dial 112 Project (2023-2028)

As s p e c if ie d in c la u s e _ _ _ _ _ of the Tender Document, the Bidder has formed a consortium


and hereby enters into this Agreement and the Parties have agreed to the participate as members
of the Consortium subject to said terms and conditions of this Agreement

The members of the Agreement shall each be referred to as the “Party” and together as the “Parties”

NOW THEREFORE, in consideration of the mutual covenants of the Parties, the sufficiency whereof is
hereby acknowledged and other good valuable consideration, the Parties agree as follows:

1 Definitions and Interpretation Definitions

Capitalized terms used in this Agreement shall have their respective defined meanings, and/or shall
have the meaning specified in the Contract and the Tender Document and subsequently signed
Contract between Authority and Bidder, unless the context expressly or by necessary implication
otherwise requires.

“Contract” shall mean the Tripartite Agreement/ Contract entered into by the above Parties and Authority
for the scope of work/ services as per Tender/ RFP published vide Ref no. ______________ dated
____________ including its pre-bid clarifications and corrigendum, if any.

Interpretation

a) Tender document shall mean the Tender/ RFP published vide Ref no. ______________
dated ____________ including its pre-bid clarifications and corrigendum, if any.

b) For the purpose of this Agreement, where the context so admits, (i) the singular shall be
deemed to include the plural and vice-versa, and (ii) masculine gender shall be deemed to
include the feminine gender and vice-versa.

c) References to a “person” if any shall, where the context so admits, include references to
natural persons, partnership firms, companies, bodies corporate and associations, whether
incorporated or not or any other organization or entity including any governmental or political
subdivision, ministry, department, or agency thereof.

d) The headings and sub-headings are inserted for convenience only and shall not affect the
construction and interpretation of this Agreement.

e) References to the word “include” and “including” shall be construed without limitation.

f) Any reference to “day” shall mean a reference to a calendar day.


Page 79 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

2 Purpose of Consortium Agreement

The purpose of this Agreement is to specify the responsibilities of the Parties under this Consortium
Agreement towards the Authority, supplement the provisions of the Tripartite Agreement/ Contract and
the Tender Document concerning the Project and to set out further rights and obligations of the Parties
supplementing but not conflicting with those present in the Tripartite Agreement/ Contract and the
Tender Document and to provide services mentioned in the Tripartite Agreement/ Contract as per
the Tender/ RFP published vide Ref no. ______________ dated ____________ including its pre-bid
clarifications and corrigendum, if any.

3 Duration

This Agreement shall come into force as of the Date of Signing and shall continue in full force and
effect until the complete discharge of all obligations, concerning the carrying out of the Project,
which have been taken on by the Parties under the Tripartite Agreement/ Contract, Tender
Document and under this Agreement.

4 Coordinator

The Parties hereby understand and agree that there shall be a “Lead Bidder” who shall be the
point of contact for the purpose of the Project. It is hereby agreed by the Parties that for the purpose
of the Agreement, M/s._____________ have been appointed as Lead Bidder/ Partner/Technology
Bidder. The Lead Partner shall be specifically authorized by the Parties to make representations
and declarations on their behalf.

For the purpose of this Agreement, the Tender Document and the Contract, the Lead Partner shall
be the single point of contact for the Authority, shall have the overall responsibility of the
management of the Project and shall have single point responsibility for ensuring that all members
of the consortium are complying with the terms and conditions set out in the Contract and the Tender
Document.

All instructions/communications from Authority to the Lead Partner shall be deemed to have been
duly provided to all the members of the consortium.

For the avoidance of doubt, it is hereby clarified that all Parties of the consortium shall be
individually, jointly & severely responsible for the obligations under the Tender Document,
Contract, and this Agreement, irrespective of the specific roles/responsibilities undertaken by them.

5 Rights and Obligations

i. For delivery of all services as per the agreement with Authority, Lead Partner shall be
primarily accountable and responsible.
ii. The Lead Partner shall be responsible for the transmission of any documents and
information connected with the Project to the Parties concerned.
iii. It is hereby clarified that representations and declarations made by the Lead Partner shall be
legally binding on all the Parties of the Agreement.
iv. Each Party shall use reasonable efforts to perform and fulfil, promptly, actively and on time,
all of its obligations under the Tender Document, Contract, and this Agreement.
v. All commercials’ activities with Authority will be conducted by both the Lead Partner and the
Consortium member jointly or individually.
vi. In case if the consortium member is unable to maintain the required SLA parameters and
breaches the overall maximum capping set out in the RFP or is declared bankrupt or is
unable to deliver the services as defined in the Tripartite Agreement/ Contract, the Lead
Bidder is at the liberty to disengage/ disassociate itself from such defaulting member after
obtaining prior written permission from the Department and onboard a new consortium
member on same terms & conditions of the Contract. The consortium member should qualify
the required Pre-Qualification criteria set in the RFP and should have better technical
evaluation criteria set in the RFP than the incumbent consortium member. The same will be
evaluated by the Department.

Page 80 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

6 Responsibilities towards each other

Each Party undertakes: -

1. to promptly notify each of the Parties about any significant delay in fulfilment of milestones in
relation to the Project.

2. To inform other Parties of relevant communications it receives from third parties in relation to
the Project.

3. Each Party shall use reasonable efforts to ensure the accuracy of any information or materials
it supplies hereunder or under the Contract and promptly to correct any error that came to its
knowledge.

4. Each Party shall act in good faith. When a Party believes that for carrying out the Project or
use of knowledge from the Project it might require access rights to another Party’s pre-existing
know-how or to another Party's knowledge and material which is not from the Project, it shall
obtain written permission from the Party prior to the use of such material.

5. Each Party shall abide with the terms of confidentiality as described in Tender Document and
shall also abide with all the clauses of the Tender Document.

6. Each Party shall share and disclose information including confidential information and
documents as may be necessary for the Project. The Parties hereby understand and agree
that the information shall be used solely for the purpose of the Project and not for its own use
or for any third-party benefit.

7 Liabilities towards each other

The Parties hereby understand and agree that all the Parties shall be jointly and severally liable
for any default with regard to the deliverables as per the Tender Document.

Indemnification of a Party to other

Each Party shall indemnify each of the other Parties, in respect of liability resulting from acts or
omissions of it.

Liability towards Third Parties

Subject to such other undertakings and warranties as are provided for in this Agreement and the
Contract, each Party shall be solely liable for any loss, damage, or injury to third parties resulting
from it carrying out its parts of the Project and from its use of knowledge and/or know how.

8 Assignment

No Party shall, without the prior written consent of the Authority and of the other Parties, assign or
otherwise transfer partially or totally any of its rights and obligations under Agreement.

The Parties hereby represents and warrants that: -

(a) They are duly organized and validly existing under the laws of India and have full power and
authority to enter into this Agreement and to perform its obligations under this Agreement. The
execution and validity of this Agreement and the consummation of the transactions
contemplated by this Agreement have been duly authorized by all necessary action on the
part of the Parties.

(b) This Agreement constitutes a valid and binding obligation of the Parties, enforceable against
them in accordance with the terms hereof, and the execution, delivery and performance of this
Agreement and all instruments or agreements required hereunder do not contravene, violate, or
constitute a default of or require any consent or notice under any provision of any agreement
or other instrument to which the Bidder is a party or by which the Bidder are or may be bound.

(c) Each of the representations and warranties shall be construed as a separate representation,
Page 81 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

warranty, covenant or undertaking, as the case may be, and shall not be limited by the
terms of any other representation or warranty or by any other term of this Agreement.

(d) The Parties have read, understood, agree and abide with the terms of this Agreement and the
Tender Document.

9 Miscellaneous

(a) This Agreement shall be specifically enforceable at the instance of any of the Parties.

(b) Notices, demands or other communication required or permitted to be given or made under this
Agreement shall be in writing in the English language and delivered personally or sent by
prepaid post with recorded delivery addressed to the intended recipient at its address set forth
below:

If to the Party of the First


Part [Add name]

[Add address]

Attention: [add name of the person]

If to the Party of the Second


Part [Add name]

[Add address]

Attention: [add name of the person]

(c) Any such notice, demand or communication shall, unless the contrary is proved, be deemed
to have been duly served at the time of delivery in the case of service by delivery in person or
by registered post.

(d) Each Party shall bear its own legal, accounting, professional and advisory fees, commissions
and other costs and expenses incurred by it in connection with this Agreement and the
transactions contemplated herein.

(e) (n)This Agreement supersedes all prior discussions and agreements (whether oral or written,
including all event of any conflict between the terms of this Agreement and the Contract and the
Tender Document, the terms of the Contract shall prevail.

(f) (o) Any provision of this Agreement, which is invalid or unenforceable, shall be ineffective to the
extent of such invalidity or unenforceability, without affecting in any way the remaining provisions
hereof.

(g) (p) This Agreement shall be governed and interpreted by and construed in accordance with the
substantive laws of India, without giving effect to the principles of conflict of laws there under:

a. Any and all disputes or differences between the Parties arising out of or in connection
with this Agreement or its performance shall, so far as it is possible, be settled amicably
through consultation between the Parties

b. If after 30 (thirty) days of consultation, the Parties have failed to reach an amicable
settlement, on any or all disputes or differences arising out of or in connection with this
Agreement or its performance, such disputes or differences shall be submitted to final and
binding arbitration. The arbitration panel shall consist of three arbitrators: one nominated
by ________________________________________ [add name of Party of the First Part],

Page 82 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

one nominated by ____ [add name of Party of the Second part] and the third nominated

jointly by both the parties. The arbitration shall be governed by the Chhattisgarh Arbitration
Tribunal Act. The place of arbitration shall be Raipur, Chhattisgarh. The language to be used
in the arbitration proceedings shall be English. The award of the arbitration proceedings
will be final and binding on both Parties to the Agreement.

(h) (r) This Agreement shall be governed by the laws of India.

IN WITNESS WHEREOF, the Parties have entered into this Agreement the day and year first above
written. [add name of the party of the First Part]

Authorized Signatory

Name:

Designation:

In the presence of:

Name: Address:

[Add name of the party of the Second Part]

Authorized Signatory

Name

Designation:

In presence of:

Name:

Address:

Page 83 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.6 Declaration For Local Office and Chhattisgarh State GST no.
(To be submitted on the letterhead of BOTH Bidders)

To, Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”,
I / We (Full name in capital letters), Holder of Power of Attorney of (insert name of Bidder) as the
Proprietor/ Partner /Managing Director certify and confirm that (insert name of the Bidder) we will setup
an office in Chhattisgarh state and shall also submit a valid Chhattisgarh State GST number within 15
days from the date of getting Letter of Intent (LOI) from the Department.

We understand that in case we fail to comply to the above requirements, Department has the right and
discretion to cancel the LoI issued to us and forfeit the EMD.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: Business Address:

Page 84 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.7 Statutory Auditor Certificate – Financial Status of last Five years


[To be submitted on the letterhead of Statutory Auditor of Sole/ Lead Bidder and Consortium
member]

CERTIFICATE

We have verified the audited financial statements and other relevant records of M/s <Bidder name>,
“the Company”, having its registered office at __________________________________ for the
financial years tabulated below. Based on such verification and as per the information and explanations
provided to us by the Company, we certify as under:

S. Financial Net worth of Average Average Annual Average Annual Net


No. Year (Latest the Bidder Annual IT/ITES Turnover Turnover for profit
5 financial as per the Turnover for Technology Fleet Bidder after
years) balance (Sole Bidder (Sole/Lead (Sole/Consortium tax
sheet Bidder) Bidder) Member) (INR)
(All the (INR) (INR) (INR)
Bidders)
(INR)
1 2017-18
2 2018-19
3 2019-20
4 2020-21
5 2021-22

We also certify that the Company has a positive net worth as on date of bid submission.

Note:

1. Attached Audited Balance sheets for the above period after pagination and mention total
pages here.

Signature of Statutory Auditor of the Bidder Signature ……………………………….

Name Name …………………………………...


& Seal

Address & Contact numbers

Registration number / membership number with


ICAI

Page 85 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.8 Bidder’s Experience - Project Citations


A. Project Citation/ Credential Summary

Sr # Project Client Client Project Value (in Project Documentary Project Status
Name Name Type Indian Rupees) Components evidence (Completed or
Provided (Yes Ongoing or
or No) Withheld)
1
2
3
4
5
6
7

• Client type – Indicate whether the client is State/ Central Government/ PSU/Municipal Corporation

• Project Components – Indicate the major project components like Fleet management Services,
provisioning Resource for Call Center, etc.

• Documentary evidence provided – Indicate the documentary evidence provided with the detailed
project credential like work order or purchase order or completion certificate or letter of
appointment

• Project Status – Completed (date of project completion) or Ongoing (project start date)

Prime Bidder or Consortium member is requested to furnish the credentials in the following format for
both Pre-qualification and Technical criterion. All credentials should be followed by relevant
documentary proof.

Name of the Project & Location

Client’s Name and Complete


Address

Narrative description of project

Contract Value for the Bidder (in


Indian Rupees)

Date of Start

Date of Completion

Activities undertaken by prime


Bidder or consortium member

Copy of Work Order or Purchase


Order (PO)

Copy of Contract/Agreement

Client Certificate

Page 86 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.9 Resource Strength – Human Resource Certificate


[On the letterhead of Lead Bidder/Sole Bidder]

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject:- Undertaking for Resource strength on Company's Payroll

Dear Sir,

We have carefully gone through the Terms & Conditions contained in the RFP document for “Selection
of System Integrator (SI) for Chhattisgarh State Dial 112 Project (2023-2028)”. We hereby declare
that our company <company’s name> has below mentioned Resource strength as on date of bid
submission.

# Total Resource strength Total number of technically qualified Resource


(Bidder’s payroll) as on bid submission with B.E./ B. Tech/ M. Tech/ MCA as qualification
date on Bidder’s payroll as on bid submission date
1

I further certify that I am competent officer in my company to make this declaration.

Yours sincerely,

__________________________________________
Signature of Authorized Signatory (with official seal)
Name :
Designation :
Address :
Telephone & Fax :
E-mail Address :

Page 87 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.10 Compliance of the CVs proposed

To Date:

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: Request for Proposal for Selection of Implementation Agency for Chhattisgarh State Dial
112 Project (2023-2028)”

Reference: RFP No. <<…..>> dated <<…..>>

Dear Sir,

We hereby declare that:

As part of the Pre-Qualification bid requirement, we undertake that the below proposed resources are
employed on our Firm’s payroll and comply to the qualification and experience sought in the above
referred RFP. We also confirm that the below resources are available for immediate deployment from
the date of start of the project.

Proposed Resource Summary

# Resource Details as per evaluation Details of Compliance as per criteria


criteria proposed mentioned In RFP
resource Evaluation Parameters
(Yes/No)

C1 Project Manager

C1.1 Name of Resource

C1.2 Graduation (Minimum B.E/B.Tech/MCA)

C1.3 Post-Graduation (Minimum M.Tech/MBA)

No. of years of relevant experience


C1.4
(Minimum 12 Years)

C1.5 Certification: PMI or Prince 2

C1.6 Payroll of the Bidder

C2 Server Admin

C2.1 Name of Resource:

C2.2 Graduation (Minimum B.E/B.Tech/MCA) :

No. of years of relevant experience


C2.3
(Minimum 10 Years):

C2.4 Certification: VMware Certified Advanced


Professional or Red Hat Certified Engineer
Page 88 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Resource Details as per evaluation Details of Compliance as per criteria


criteria proposed mentioned In RFP
resource Evaluation Parameters
(Yes/No)

or Professional Oracle Linux 8 System


Administrator

C2.
Payroll of the Bidder
5

C3 Network Expert

C3.1 Name of Resource:

C3.2 Graduation (Minimum B.E/B.Tech/MCA) :

No. of years of relevant experience


C3.3
(Minimum 8 Years):

C3.4 Certification: CCNA/ CCNP

C3.5 Payroll of the Bidder

Enclosure: Detailed CV of all the Proposed Resources as per Section 12.11 .

In case of any clarifications please contact ___________________ email at _______________

Thanking you,

Yours faithfully

(Signature of the Authorized signatory of the Bidding Organization)

Name :

Designation :

Date :

Company Seal :

Business Address :

Page 89 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.11 Curriculum Vitae (CV) format for proposed resources


1 Name of the Staff
2 Current Designation in the
Organization

3 Proposed Role in the


Project
4 Proposed Responsibilities
in the Project
5 Date of Birth
6 Education ▪ Degree / Diploma, College, University, Year of Passing
▪ Degree / Diploma, College, University, Year of Passing
7 Summary of Key Training
and Certifications
8 Language Proficiency Language Reading Writing Speaking

9 Employment Record
(For the total relevant From / To:
experience)
Employer:

Position Held:

From / To:

Employer:

Position Held:

From / To:

Employer:

Position Held:

1 Total No. of Years of Work


0 Experience
1 Total No. of Years of
1 Experience for the Role
proposed

Page 90 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

1 Highlights of relevant assignments handled and significant accomplishments (Use following


2 format for each project) – Please mention all assignments that are relevant for marking of
profiles.
Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

Expert’s contact information:


e-mail:
phone:

Certification:
I, the undersigned, certify that to the best of my knowledge and belief that
• This CV correctly describes my qualifications and my experience
• I was not part of the team who wrote the Scope of Work for this RFP.
I understand that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.

Name
Signature:
Date:

Page 91 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.12 Declaration For Deployment of Resource from CAD Software OEM to


Bidder

(To be submitted on the letterhead of OEM for CAD software)

To, Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”, We _________________________(Full name of the OEM firm), hereby confirm and
undertake to provide M/s _________________________ (Name of the Bidder’s firm) with one resource
having qualification and experience as mentioned below or higher:

# Description Number of Resources Minimum Qualification and Experience


1 CAD Expert (OEM) 1 a) Educational Qualification:
• BE / B. Tech / MCA
b) Minimum overall 5 years and should
have 3 years of experience in CAD
Application.
c) To be provided by the CAD OEM to the
successful bidder. This Resource
should be on payroll of CAD OEM. The
Resource has to be deployed in Raipur
city (Centralized Command Control
Center)

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: Business Address:

Page 92 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.13 Declaration For Deployment of Resource from Contact Centre OEM to


Bidder
(To be submitted on the letterhead of OEM for Contact Centre)

To, Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”, We _________________________(Full name of the OEM firm), hereby confirm and
undertake to provide M/s _________________________ (Name of the Bidder’s firm) with one resource
having qualification and experience as mentioned below or higher:

# Description Number of Resources Minimum Qualification and Experience


1 Contact 1 a) Educational Qualification:
Centre (OEM) • BE / B. Tech / MCA
b) Minimum overall 5 years and should
have 3 years of experience in Contact
Centre Implementation experience
c) To be provided by the Contact Center
OEM to the successful bidder. This
Resource should be on payroll of
Contact center OEM. The Resource
has to be deployed in Raipur city
(Centralized Command Control Center)

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: Business Address:

Page 93 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.14 Manufacturers Authorization Form (MAF)


<<To be printed on letter head of OEM and signed by Authorized signatory of OEM>>

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Sub : “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-
2028)”.

Ref : Tender No: <No> Dated <DD/MM/YYYY>

Dear Sir/ Madam,

We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers of __________________ having factories at __________________
(addresses of manufacturing / development locations) do hereby authorize M/s
_______________________ (name and address of the Bidder) to bid, negotiate and conclude the
contract with you against the above mentioned tender for the below equipment / software list
manufactured / developed by us.

List of equipment and/ or Software along make & model:

# Name of Equipment/Software Make Model/Version

We hereby certify that the above-mentioned equipment/software products are not the end of their life
of the date of bid submission and undertake to support the above equipment/ software for a minimum
period of six (06) years from the date of bid submission.

Yours faithfully,

(Signature with seal of the Authorized Signatory

from OEM)

Name

Designation

Business Address:

Date:

Place:

Page 94 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.15 Declaration of Non-Blacklisting -Lead Bidder


<<To be submitted on INR 100 stamp paper and duly notarized, to be submitted by sole/Lead
Bidder >>

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”, as an owner/ partner/ Director of _________________________, I/ We hereby declare
that presently our Company/ firm ___________________is having unblemished record and is not
declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of
time by any State/ Central Government/ PSU/Municipal Corporation.

We further declare that presently our Company/ firm ___________________is not blacklisted or
debarred and not declared ineligible for bankruptcy or reasons other than corrupt and fraudulent
practices by any State/ Central Government/ PSU/Municipal Corporation on the date of Bid
Submission.

We hereby agree and understand that in the event this declaration is found to be incorrect then without
prejudice to any other action that may be taken, our EMD/ bid security may be forfeited in full and the
tender if any to the extent accepted may be cancelled.

(Signature of the Authorized representative of Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 95 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.16 Declaration of Non-Blacklisting - Consortium Member:


<<To be submitted on INR. 100 stamp paper and duly notarized, to be submitted by Consortium
member>>

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated


___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”, as an owner/ partner/ Director of _________________________, I/ We hereby declare
that presently our Company/ firm ___________________is having unblemished record and is not
declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of
time by any State/ Central Government/ PSU/Municipal Corporation.

We further declare that presently our Company/ firm ___________________is not blacklisted or
debarred and not declared ineligible for bankruptcy or reasons other than corrupt and fraudulent
practices by any State/ Central Government/ PSU/Municipal Corporation on the date of Bid
Submission.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken,
my/ our security may be forfeited in full and the tender if any to the extent accepted may be cancelled.

(Signature of the Authorized representative of Consortium Member)

Printed Name

Designation

Seal Date:

Place: Business Address:

Page 96 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.17 No Deviation Certificate


(To be provided on the Company letter head of the Lead Bidder)

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: Self Declaration of No Deviation in response to the “RFP for Selection of Implementation
Agency for Chhattisgarh State Dial 112 Project (2023-2028)”.

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including amendments)
no. _________ dated __________. This is to expressly certify that our offer contains no deviation
either Technical (including but not limited to Scope of Work) or Commercial in either direct or indirect
form.

(Authorized Signatory)

Signature:

Name:

Designation:

Address:

Seal:

Date:

Page 97 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.18 Total Responsibility Certificate


(To be provided on the Company letter head)

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: Self Declaration of Total Responsibility in response to the “RFP for Selection of
Implementation Agency for Chhattisgarh State Dial 112 Project (2023-2028)”,

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

This is to certify that we undertake the total responsibility for the defect free operation of the proposed
project, solution and any or all components thereof as per the requirement of the RFP for the duration
mentioned in the RFP or during any extensions provided by the Department.

(Authorized Signatory)

Signature:

Name:

Designation:

Address:

Seal:

Date:

Page 98 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.19 Anti-Collusion Certificate


[Certificate should be provided by Lead Bidder and on letter head]

Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: Anti-Collusion Certificate in response to the “RFP for Selection of Implementation Agency for
Chhattisgarh State Dial 112 Project (2023-2028)”,

Ref: RFP No. <<….>> dated << …..>>

Dear Sir,

We hereby certify and confirm that in the preparation and submission of our Bid for Request for “RFP
for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-2028)”, against
the RFP issued by Authority, we have not acted in concert or in collusion with any other Bidder or other
person(s) and also not done any act, deed, or thing, which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any
person or organization in connection with the instant bid.

(Authorized Signatory of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

Page 99 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.20 Power of Attorney executed by Consortium Member in favor of Lead


Bidder.
(To be executed by all members of the Consortium)

Whereas the Chhattisgarh Police (the “Authority”) has invited proposals from applicants for <RFP
Name>, (the “Project”).

Whereas [name of Party], [name of Party] and [name of Party] (collectively the “Consortium”) being
Members of the Consortium are interested in bidding for the Project in accordance with the terms and
conditions of the Request for Qualification and Request for Proposal and other connected documents
in respect of the Project, and

Whereas it is necessary for the Members of the Consortium to designate one of them as the Member
in-charge with all necessary power and authority to do for and on behalf of the Consortium, all acts,
deeds, and things as may be necessary in connection with the Consortium’s bid for the Project and
its execution.

NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS,

We, [name of Party] having our registered office at [registered address], M/s. [name of Party], having
our registered office at[registered address],and M/s.[name of Party],having our registered office at
[registered address], (hereinafter collectively referred to as the “Principals”) do hereby irrevocably
designate, nominate, constitute, appoint and authorize M/s [name of Member In-charge], having its
registered office at [registered address], being one of the Members of the Consortium, as the Member
In-charge and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”)
and hereby irrevocably authorize the Attorney (with power to sub- delegate to any person) to conduct
all business for and on behalf of the Consortium and any one of us during the bidding process and,
in the event the Consortium is awarded the Contract, during the performance of the services related
to the Project, and in this regard, to do on our behalf and on behalf of the Consortium, all or any of
such acts, deeds or things as are necessary or required or incidental to the submission of its bid for
the Project, including but not limited to signing and submission of all applications, bids and other
documents and writings, accept the Letter of Acceptance, participate in Bidders’ and other
conferences, respond to queries, submit information/documents, sign and execute contracts and
undertakings consequent to acceptance of the bid of the Consortium and generally to represent the
Consortium in all its dealings with the Authority, and/ or any other government agency or any person,
in all matters in connection with or relating to or arising out of the Consortium’s bid for the Project
and/ or upon award thereof until the Contract is entered into with the Authority.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds, and things done by our said Attorney in exercise
of the powers hereby conferred shall and shall always be deemed to have been done by us/
Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS [date in words] DAY OF [month] [year in ‘yyyy’ format].

SIGNED, SEALED & DELIVERED

For and on behalf of MEMBER IN-CHARGE by:

[Signature]

[Name]

[Designation]

[Address]

SIGNED, SEALED & DELIVERED


Page 100 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

For and on behalf of SECOND PART by:

[Signature]

[Name]

[Designation]

[Address]

SIGNED, SEALED & DELIVERED

For and on behalf of THIRD by:

[Signature]

[Name]

[Designation]

[Address]

In presence of:

[Signature, name, and address of witness]

[Signature, name, and address of witness]

Notes:

1. The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required the same should be under common seal or official seal of all members.

2. Wherever required, the Bidder should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favor of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

3. For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Bidders from countries that have signed The
Hague Legislation Convention, 1961 are not required to be legalized by the Indian Embassy if it
carries a conforming apostolic certificate.

4. In case of consortium, above Performa to be submitted for each consortium member.

Page 101 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

12.21 Format for Power of Attorney to Authorize Signatory


Whereas the Chhattisgarh Police has invited applications from interested parties for the RFP for
Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-2028)”.

Whereas …………………………..……….,……………………………………..,
………………………………… and ……………………….. (Collectively “Consortium”) being Members
of the Consortium are interested in bidding for the Project in accordance with the terms and conditions
of the Request for Proposal (RFP document) and other connected documents in respect of the Project,
and

Whereas it is necessary for the Members of the Consortium to designate one of them as the Lead
Member with all necessary power and authority to do for and on behalf of the Consortium, all acts,
deeds, and things as may be necessary in connection with the Consortium’s bid for the Project and its
execution.

NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS

We, ………………………………. Having our Registered office at ……………….,

M/s, …………………………………Having our Registered office at ………………….,

M/s, …………………………………. Having our Registered office at ……………………….,

(Hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate,


constitute, appoint, and authorize M/s. ……………………… having its registered office at
………………………………………………, being one of the Members of the Consortium, as the Lead
Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”). We
hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for and
on behalf of the Consortium and any one of us during the bidding process and, in the event the
Consortium is awarded the concession/contract, during the execution of the Project and in this regard,
to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are
necessary or required or incidental to the pre-qualification of the Consortium and submission of its bid
for the Project, including but not limited to signing and submission of all applications, bids and other
documents and writings, participate in Bidders and other conferences, respond to queries, submit
information/ documents, sign and execute contracts and undertakings consequent to acceptance of
the bid of the Consortium and generally to represent the Consortium in all its dealings with the
Chhattisgarh Police, and/ or any other Government Agency or any person, in all matters in connection
with or relating to or arising out of the Consortium’s bid for the Project and/ or upon award thereof till
the Concession Agreement is entered into with the Chhattisgarh Police.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds, and things done by our said Attorney in exercise of
the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS ……………… DAY OF ………………., 20….

For …………………………………

(Signature)

Page 102 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

…………………………………

(Name & Title)

For …………………………………

(Signature)

…………………………………

(Name & Title)

For …………………………………

(Signature)

…………………………………

(Name & Title)

Witnesses:

1.

2.

(Executants)

(To be executed by all the Members of the Consortium)

Notes:

• The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and when
it is so required, the same should be under common seal affixed in accordance with the
required procedure.
• Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/power of attorney in
favor of the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.
• For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney
is being issued. However, the Power of Attorney provided by Bidders from countries that have
signed the Hague Legislation Convention, 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Apostle certificate.

Page 103 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

13 Annexures 3 - Formats for submission Technical Bid

13.1 Technical Bid Checklist

# Section Heading Details Applicable Complied Document page


to (Yes/ No) Reference no.

1. Technical Bid As per format provided


Covering Letter in Annexure 3 section
13.2

2. Technical Bid Technical proposal as


per the requirements
stated in the RFP

3. Project Plan As per format provided


in Annexure 3 section
13.3

4. Unpriced BoM As per format provided


in Annexure 3 section
13.4

5. Compliance to As per details mentioned


Scope of work in Volume 2 of this
Sole /Technology tender document
Bidder

6. Compliance to As per details mentioned


Scope of work in Volume 2 of this
Sole /Consortium tender document
Member (Fleet
Bidder)

7. Compliance to As per details mentioned


OEM Criteria in Volume 2 of this
tender document

8. Compliance to As per details mentioned


Functional in Volume 2 of this
Requirement tender document
Specifications

9. Compliance to As per details mentioned


Technical in Volume 2 of this
Requirement tender document
Specifications

10. Scanned RFP Scanned RFP document


document (All volumes) along with
signature and company
seal on all pages

Page 104 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

13.2 Technical Bid Covering Letter


Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-
2028)”,

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

I (in case of single Bidder) or We, <<name of the undersigned Bidder and consortium member>>,
having read and examined in detail all the bidding documents in respect of “RFP for Selection of
Implementation Agency for Chhattisgarh State Dial 112 Project (2023-2028)”, do hereby propose to
provide our services as specified in the bid submitted by us.

It is hereby confirmed that I / We are entitled to act on behalf of our company / corporation / firm /
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.

We declare that all the services shall be performed strictly in accordance with the RFP documents.

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 Authority, 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 evaluation process. We also
confirm that we shall not attract conflict of interest in principle.

We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
bank guarantee in the form prescribed at Annexure 5 (a) of Section 15 of the RFP Volume 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.

We understand that our bid is binding on us and that you are not bound to accept a Bid you receive.
This bid is valid for 180 days after opening of technical bid. We shall extend the validity of the bid if
required by Authority.

Thanking you,

Yours sincerely,

(Authorized Signatory of the Lead Bidder)

Printed Name
Page 105 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Designation

Seal

Date:

Place:

Business Address:

Page 106 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

13.3 Project Plan


A Detailed Project Plan covering break-up of each phase into the key activities, along with the start
and end dates must be provided as per format given below.

Activity- wise Timelines

Sr. Detailed WBS Month Wise Program


No.

1 2 3 4 5 …………

Project Plan

1 Activity 1

1.1 Sub- Activity 1

1.2 Sub- Activity 2

2 Activity 2

2.1 Sub- Activity 1

…..

Note: The above activity chart is just for the purpose of illustration. Bidders are requested to provide
detailed activity & timelines for executing the project with details of deliverables & milestones as per
their bid.

Page 107 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

13.4 Unpriced Bill of Material (BoM)


To, Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Sub: Unpriced Bill of Materials (BoM)

Dear Sir,

In response to the Tender Ref. No. ______________________________________ dated

___________ for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project
(2023-2028)”, please find below the unpriced BoM for the project as per the RFP:

# Item Description Qty Make Model Remarks

A Data Center

1 Servers Bidder to specify

2 Blade Chassis Bidder to specify

3 Server Load Balancer and Web Bidder to specify


Application Firewall

4 Link load balancer Bidder to specify

5 Firewall Bidder to specify

6 Router Bidder to specify

7 Network Switch-L3 Bidder to specify

8 Aggregation Switch Bidder to specify

9 SAN Switch 1

10 KVM Switch 1

11 Network Switch-L2 Bidder to specify

12 Primary Storage as per functional and Bidder to specify


technical specifications

13 Secondary Storage Bidder to specify

14 Database Software Licenses Bidder to specify

15 End Point Protection – Anti Virus Bidder to specify

16 Web Server Software Bidder to specify

17 Server Operating System Bidder to specify

18 Backup Software Bidder to specify

Page 108 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Qty Make Model Remarks

19 Virtualization Software Bidder to specify

20 Host Based Intrusion Prevention Bidder to specify


System (HIPS)

21 Mobile Device Management (MDM) 1

22 42 U Racks Bidder to specify

B Contact Center Solution

1. Existing Avaya G450 Gateway with 2 2 (Bidder to reuse) *


E1 PRI Cards

2. Existing Avaya 9641GS IP Desk 75 (Bidder to reuse) *


phones

3. Existing Avaya 9641GS IP phone 75 (Bidder to reuse) *


License

4. Existing Avaya Contact Center 50 (Bidder to reuse) *


Reporting/CMS Agents Lic

5. Existing Avaya Harmony/AWFOS 50 (Bidder to reuse) *


Recording (Voice + Screen)

6. Existing Avaya Dialer 10 (Bidder to reuse) *

7. Existing Avaya Soft phone license 10 (Bidder to reuse) *

8. Existing Avaya Automatic Call 50 (Bidder to reuse) *


Distribution (ACD) Agents Lic

9. Existing Avaya CTI 2 (Bidder to reuse) *

10. Existing Avaya IP Logger 50 (Bidder to reuse) *

11. Existing Avaya ISDN PRI Licenses 4 (Bidder to reuse) *

12. SIP Gateway (SBC) with 60 SIP 2


Session Licenses

13. Local Survivability Server with 2


Licenses for primary C4

14. Additional Avaya 9641GS IP Desk 10


phones

15. Head Set for IP Phones 65

16. Additional Avaya 9641GS IP phone 10


License

17. Additional Avaya Contact Center 15


Reporting/CMS Agents Lic

18. Additional Avaya Harmony/AWFOS 15


Recording (Voice + Screen)

19. Additional Avaya Automatic Call 15


Distribution (ACD) Agents Lic

Page 109 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Qty Make Model Remarks

20. Additional Avaya IP Logger 15

C CAD Application Solution

1 CAD Application Software 1

2 CAD Call Taker Licenses 45

3 CAD Call Dispatcher Licenses 20

4 CAD Supervisor Licenses 5

5 CAD MDT Licenses 460

6 CAD Remote Supervisors Licenses 1


(concurrent users)

7 Social Media Collaboration Software 1


License

D Centralized Command Control Center (Primary &


Secondary)

1 Computer Work Stations for Call Taker 70


/ Dispatchers/Supervisor

2 Computer Work Stations for Helpdesk, 22


Training

3 PoE+ Access Switch for IP Phone and Bidder to specify


Camera

4 Network Switch -L2 Bidder to specify

5 Existing LG Video Wall at Primary C4 12 Cubes (Bidder to


(55” 700 Nits Cube with Accessories reuse)*
and controller)

6 Existing Video Wall Controller at 2 (Bidder to reuse)*


Primary C4

7 Additional Video wall -Secondary C4 6 Cubes


(55” 700 Nits Cube with Accessories
and controller)

8 Additional Video Wall Controller at 1


Secondary C4

9 Existing CP plus CCTV Cameras for 20 (Bidder to reuse)*


with NVR at primary C4

10 Additional CCTV Cameras for with 5


NVR at secondary C4

11 Card and Biometric based Access 2


Control for C4

12 Portable Fire Extinguishers 15

Page 110 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Qty Make Model Remarks

13 Existing 30 KVA UPS at primary C4 2 (Bidder to reuse)*


with minimum 2 hrs. of battery backup
on full load

14 Additional 15 KVA UPS at secondary 2


C4 (with minimum 2 hrs. of battery
backup on full load

15 Geo-referenced Maps of the 1


Chhattisgarh State area ( Digital Vector
Maps / Google Maps )

16 Enterprise Management System/ 1


Network Management Software for
SLA monitoring and management

17 Identity & Access Management 1

18 Citizen Portal 1

19 Dashboard 1

20 Web Based SMS Gateway Software 1


License

21 Email Gateway 1

22 Mobile Gateway 1

23 Air-condition at Secondary C4 5

24 Existing 200 KVA Diesel Generator 1 (Bidder to reuse)*


with accessories at primary C4

25 Provision of 50 KVA Diesel Generator 1


with accessories, & earthing with high
raised flooring or steal structural
arrangements and civil works at
secondary C4

E ERV

1 7” MDT along with fabrication kit & 460


accessories

2 Dash Camera 460

3 Smart Mobile Phones 430

4 Rugged Roof mounted PTZ Cameras 33


for ERV

5 Rugged Dome/Bullet Cameras for ERV 66

6 Rugged NVRs with 4G/5G SIM 33


Support & Wi-Fi Support with 4 TB
Surveillance grade HDD for ERV

7 Solar Panel Modules with 2 Hrs. 33


Battery Back-up for ERV

Page 111 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Qty Make Model Remarks

F DCC

1 Computer Work Stations for DCC 33

2 43” LED TV for monitoring 33

G Miscellaneous

1 System Integration Services 1

2 LAN / Structured Cabling 1

3 Custom Software Development 1

4 One Time Training to Police Personnel 1


(Dispatchers, Vehicle Personnel,
Supervisors and other officers)

5 Survey/Layer creation charges for 1


customer specific layer 10,000 Points
of Interest (POI) and integration with
Google map or equivalent any other
Web Service based Map as a layer.

6 Equipment Earthing & Grounding for 1


Server room, UPS room, Contact
Centre.

7 Secondary C4 Interiors & Furnishing 1

H VTS Equipment & Non-IT for


Emergency Response Vehicles

1 Fabrication Work in ERVs 400

2 VTS/GPS Devices 460

3 ERV Branding 400

4 In-fleet Components (Lot) 400

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Designation

Seal Date:

Place: Business Address:

Page 112 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

14 Annexures 4 - Formats for Submission of the Commercial Bid


General Instructions

i. Bidder should provide all prices as per the prescribed format under this Annexure.

ii. All the prices are to be entered in Indian Rupees ONLY

iii. Prices indicated in the schedules shall be inclusive of all Goods and Services Tax.

iv. Chhattisgarh Police reserves the right to ask the Bidder to submit proof of payment against
any applicable taxes.

v. Chhattisgarh Police, shall consider Goods and Services Tax for the purpose of Evaluation

vi. The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change
Order’ for respective items, if any. However, based on the market trends, Chhattisgarh Police,
retains the right to negotiate this rate for future requirement

vii. For the purpose of evaluation of Commercial Bids, Chhattisgarh Police shall make appropriate
assumptions to arrive at a common bid price for all the Bidders. This however shall have no
co-relation with the Contract value or actual payment to be made to the Bidder.

viii. Chhattisgarh Police also intends to utilize various rates obtained through this tender for
requirements across various departments. Bidders are requested to factor this larger demand
and give the best possible rate to Chhattisgarh Police.

ix. Bidder should refer Volume II of the RFP for details on the functional and technical
requirements of the system and the benchmark specifications for the items mentioned in the
Commercial formats.

x. Bidders may add, delete items and increase, decrease quantities of items based on the
solution proposed to fully comply with the RFP requirements. However, if any item is deleted
or any quantity is reduced, then justification for doing so needs to be provided in the ‘Remarks
Column’ of the table.

xi. Any cell in the price format if left blank shall be read as ZERO.

Page 113 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

14.1 Price Bid Covering Letter


(Company letterhead of Sole Bidder/Lead Bidder)

To:

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject: Submission of the response to the RFP No <> dated <>

Dear Sir,

We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect
of Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-2028) do
hereby propose to provide services as specified in the Tender documents number XXXXXXXXX Dated
XX/XX/XXXX

1. PRICE AND VALIDITY

• All the prices mentioned in our Tender are in accordance with the terms as specified in the
Tender documents. All the prices and other terms and conditions of this Tender are valid for a
period of 180 calendar days from the date of opening of the Tenders.

• We hereby confirm that our Tender prices include all taxes. Taxes are quoted separately under
relevant sections, as specified in the RFP formats.

• We have studied the clause relating to Indian Income Tax and hereby declare that if any
income tax, surcharge on Income Tax, Professional and any other corporate Tax in altercated
under the law, we shall pay the same.

2. UNIT RATES

We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of work
under the contract.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the RFP documents and
there are no deviations except for those mentioned in Pre-Qualification Envelope, irrespective of
whatever has been stated to the contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in our bid documents, other than those stated
in the deviation schedule in Pre-Qualification Envelope, shall not be given effect to.

4. QUALIFYING DATA

We confirm having submitted the information as required by you in your Instruction to Bidders. In case
you require any other further information/documentary proof in this regard before evaluation of our
Tender, we agree to furnish the same in time to your satisfaction.

5. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the RFP documents.
These prices are indicated in the subsequent sub-sections of this Section.

6. MINIMUM WAGES
Page 114 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

We declare that we shall pay each individual deployed on this project, whether an employee of Lead
Bidder or Consortium Member at least the Minimum Wages defined by the state of Chhattisgarh.

7. CONTRACT PERFORMANCE GUARANTEE BOND

We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
Bank Guarantee in the form prescribed in the RFP.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive. We confirm that no technical deviations are attached here with this commercial offer.

Thanking you,

Yours faithfully,

(Authorized Signatory of the Bidder)

Name

Designation

Seal.

Date:

Place:

Page 115 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

14.2 Price Summary


# Component Bidder Scope Ref. Total Cost
Schedule (Inclusive
of all taxes)
in INR
I Capital Cost (CAPEX)
1 IT & Non-IT Equipment for Data Center, Technology Bidder A
Primary & Secondary C4 (Sole/Lead Bidder)

2 IT Equipment for Emergency Response B


Vehicles
3 IT & Non-IT Equipment District C
Coordination Center Cost
4 Miscellaneous Cost D
5 VTS Equipment & Non-IT for Fleet Bidder E
Emergency Response Vehicles (Sole/Consortium
Member)
Total CAPEX - (A+B+C+D+E)
II Operational Cost for 5 years (OPEX)
6 AMC cost for Data Center, Primary & Technology Bidder F
Secondary C4 Cost (Sole/Lead Bidder)
7 AMC cost for IT Equipment for G
Emergency Response Vehicles
8 AMC cost for District Coordination H
Center Cost
9 Miscellaneous Cost J
10 Resource Cost for Technical scope K
(Managerial, Technical & Operational)
11 Operational Cost for Fleet Management Fleet Bidder L
& Operations (Sole/Consortium
Member)
12 Fuel Cost for Fleet M

13 Resource Cost for Fleet Management & N


Operations
Total OPEX (E+F+G+H+K+L+M+N)
Total Cost of Bid / Total Value of Contract (in value) (Total CAPEX+ Total OPEX)
Total Cost of Bid / Total Value of Contract (in words) (Total CAPEX+ Total
OPEX)

Page 116 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

14.3 Price Details


A. IT & Non-IT Equipment for Data Center, Primary & Secondary C4

# Item Description Quantity Unit Unit Rate- Unit Rate- Total Cost-INR
Type INR INR (Including GST)
(Excluding (Including
GST) GST)
(A) (B) (C) (D = A*C)
A Data Center
1 Servers Bidder to specify Nos
2 Blade Chassis Bidder to specify Nos
3 Server Load Balancer and Web Application Firewall Bidder to specify Nos
4 Link load balancer Bidder to specify Nos
5 Firewall Bidder to specify Nos
6 Router Bidder to specify Nos
7 Network Switch-L3 Bidder to specify Nos
8 Aggregation Switch Bidder to specify Nos
9 SAN Switch 1 No
10 KVM Switch 1 No
11 Network Switch-L2 Bidder to specify Nos
12 Primary Storage as per functional and technical specifications Bidder to specify Nos
13 Secondary Storage Bidder to specify Nos
14 Database Software Licenses Bidder to specify Nos
15 End Point Protection – Anti Virus Bidder to specify Nos
16 Web Server Software Bidder to specify Nos
17 Server Operating System Bidder to specify Nos
18 Backup Software Bidder to specify Nos
19 Virtualization Software Bidder to specify Nos
20 Host Based Intrusion Prevention System (HIPS) Bidder to specify Nos
21 Mobile Device Management (MDM) 1 Lot
22 42 U Racks Bidder to specify Nos
B Contact Center Solution - - -

Page 117 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Quantity Unit Unit Rate- Unit Rate- Total Cost-INR
Type INR INR (Including GST)
(Excluding (Including
GST) GST)
(A) (B) (C) (D = A*C)
1. Existing Avaya G450 Gateway with 2 E1 PRI Cards 2 Nos Bidder has to - -
reuse
2. Existing Avaya 9641GS IP Desk phones 75 Nos Bidder has to - -
reuse
3. Existing Avaya 9641GS IP phone License 75 Nos Bidder has to - -
reuse
4. Existing Avaya Contact Center Reporting/CMS Agents Lic 50 Nos Bidder has to - -
reuse
5. Existing Avaya Harmony/AWFOS Recording (Voice + Screen) 50 Nos Bidder has to - -
reuse
6. Existing Avaya Dialer 10 Nos Bidder has to - -
reuse
7. Existing Avaya Soft phone license 10 Nos Bidder has to - -
reuse
8. Existing Avaya Automatic Call Distribution (ACD) Agents License 50 Nos Bidder has to - -
reuse
9. Existing Avaya CTI 2 Nos Bidder has to - -
reuse
10. Existing Avaya IP Logger 50 Nos Bidder has to - -
reuse
11. Existing Avaya ISDN PRI Licenses 4 Nos Bidder has to - -
reuse
12. SIP Gateway (SBC) with 60 SIP Session Licenses 2
13. Local Survivability Server with Licenses for primary C4 2
14. Additional Avaya 9641GS IP Desk phones 10 Nos
15. Head Set for IP Phones 65 Nos
16. Additional Avaya 9641GS IP phone License 10 Nos
17. Additional Avaya Contact Center Reporting/CMS Agents Licenses 15 Nos

Page 118 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Quantity Unit Unit Rate- Unit Rate- Total Cost-INR
Type INR INR (Including GST)
(Excluding (Including
GST) GST)
(A) (B) (C) (D = A*C)
18. Additional Avaya Harmony/AWFOS Recording (Voice + Screen) 15 Nos
19. Additional Avaya Automatic Call Distribution (ACD) Agents Licenses 15 Nos
20. Additional Avaya IP Logger 65 Nos
C CAD Application Solution
1 CAD Application Software 1 Lot
2 CAD Call Taker Licenses 45 Nos
3 CAD Call Dispatcher Licenses 20 Nos
4 CAD Supervisor Licenses 5 Nos
5 CAD MDT Licenses 460 Nos
6 CAD Remote Supervisors Licenses (concurrent users) 1 No
7 Social Media Collaboration Software License 1 No
D Centralized Command Control Center (Primary & Secondary)
1 Computer Workstations for Call Taker / Dispatchers/Supervisor 70 Nos
2 Computer Work Stations for Helpdesk, Training 22 Nos
3 PoE+ Access Switch for IP Phone and Camera Bidder to specify Nos
4 Network Switch -L2 Bidder to specify Nos
5 Existing LG Video Wall at Primary C4 (55” 700 Nits Cube with Accessories 12 Cubes Nos Bidder has to - -
and controller) reuse
6 Existing Video Wall Controller at Primary C4 2 Nos. Bidder has to
reuse
7 Additional Video wall -Secondary C4 (55” 700 Nits Cube with Accessories 6 Cubes Nos
and controller)
8 Additional Video Wall Controller at Secondary C4 1 No.
9 Existing CP plus CCTV Cameras for with NVR at primary C4 10 Nos - -
10 Additional CCTV Cameras for with NVR at secondary C4 5 Nos
11 Card and Biometric based Access Control for C4 2 Nos
12 Portable Fire Extinguishers 15 Nos

Page 119 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Quantity Unit Unit Rate- Unit Rate- Total Cost-INR
Type INR INR (Including GST)
(Excluding (Including
GST) GST)
(A) (B) (C) (D = A*C)
13 Existing 30 KVA UPS at primary C4 with minimum 2 hrs. of battery backup 2 No Bidder has to - -
on full load reuse
14 Additional 15 KVA UPS at secondary C4 (with minimum 2 hrs. of battery 2 No
backup on full load
15 Geo-referenced Maps of the Chhattisgarh State area (Digital Vector Maps / 1 No
Google Maps )
16 Enterprise Management System/ Network Management Software for SLA 1 No
monitoring and management
17 Identity & Access Management 1 No
18 Citizen Portal 1 No
19 Dashboard 1 No
20 Web Based SMS Gateway Software License 1 No
21 Email Gateway 1 No
22 Mobile Gateway 1 No
23 Air-condition at Secondary C4 5 Nos
24 Existing 200 KVA Diesel Generator with accessories at primary C4 1 No Bidder has to - -
reuse
25 Provision of 50 KVA Diesel Generator with accessories, & earthing with high 1 No
raised flooring or steal structural arrangements and civil works at secondary
C4
26 Any other component to meet the overall solution (With itemized Details) Bidder to specify Lot
Total (In Value)
Total (In words)

Page 120 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

B. IT Equipment for Emergency Response Vehicles

# Item Description Quantity Unit Unit Rate- INR Unit Rate-INR Total Cost-
Type (Excluding (Including INR(Including
GST) GST) GST)

(A) (B) (C) (D = A*C)

1. 7” MDT along with fabrication kit & accessories for ERV 400 Nos

2. 7” MDT along with fabrication kit & accessories for Highway Patrol vehicle 60 Nos

3. Dash Camera for ERV 400 Nos

4. Dash Camera for Highway Patrol vehicle 60 Nos

5. Smart Mobile Phones for ERV 370 Nos

6. Smart Mobile Phones for Highway Patrol vehicle 60 Nos

7. Rugged Roof mounted PTZ Cameras for ERV 33 Nos

8. Rugged NVRs with 4G/5G SIM Support & Wi-Fi Support with 4 TB Surveillance 33 Nos
grade HDD for ERV

9. Solar Panel Modules with 2 Hrs. Battery Back-up for ERV 33 Nos

10. Any other component to meet the overall solution ((With itemized Details)) 1 Lot

Total (In Value)

Total (In Word)

Page 121 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

C. IT & Non-IT Equipment District Coordination Center Cost

# Item Description Quantity Unit Type Unit Rate- INR Unit Rate-INR Total Cost-
(Excluding GST) (Including GST) INR(Including GST)

(A) (B) (C) (D = A*C)

1 Computer Workstations for DCC 33 Nos

2 43” LED TV for monitoring 33 Nos

3 UPS with 1 Hr. back up 33 Nos

Total (In Value) Total (In Value)

Total (In Words)

Page 122 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

D. Miscellaneous Cost

# Item Description Quantity Unit Type Unit Rate- INR Unit Rate-INR Total Cost-
(Excluding GST) (Including GST) INR(Including
GST)

(A) (B) (C) (D = A*C)

1 System Integration Services 1 Lot

2 LAN / Structured Cabling 1 Lot

3 Custom Software Development 1 Lot

4 One Time Training to Police Personnel (Dispatchers, Vehicle 1 Lot


Personnel, Supervisors and other officers)

5 Survey/Layer creation charges for customer specific layer 10,000 1 Lot


Points of Interest (POI) and integration with Google map or equivalent
any other Web Service based Map as a layer.

6 Equipment Earthing & Grounding for Server room, UPS room, Contact 1 Lot
Centre.

7 Secondary C4 - Office Workstations (Furniture and Fixtures) 1 Lot

8 Secondary C4 - Civil Work (Masonry work, Flooring, Ceiling, etc.) 1 Lot

9 Any other component to meet the overall solution (With itemized 1 No


Details)

Total (In Value) Total (In Value)

Total (In Words)

Page 123 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

E. VTS Equipment & Non-IT for Emergency Response Vehicles

# Item Description Quantity Unit Type Unit Rate- INR Unit Rate-INR Total Cost-
(Excluding GST) (Including GST) INR(Including GST)

(A) (B) (C) (D = A*C)

1 Fabrication Work in ERVs 400 Nos

2 VTS/GPS Devices 460 Nos

3 ERV Branding 400 Nos

4 In-fleet Components (Lot) 400 Nos

Total (In Value) Total (In Value)

Total (In Words)

Page 124 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

F. AMC cost for Data Center, Primary & Secondary C4 Cost

# Item Description Quantity Unit Yearly OPEX Cost (Including Total OPEX Cost-
Type GST) INR for 5 years
Year Year Year Year Year (Including GST)
1 2 3 4 5

A Data Center
1 Servers Bidder to specify Nos.
2 Blade Chassis Bidder to specify Nos.
3 Server Load Balancer and Web Application Firewall Bidder to specify Nos.
4 Link load balancer Bidder to specify Nos.
5 Firewall Bidder to specify Nos.
6 Router Bidder to specify Nos.
7 Network Switch-L3 Bidder to specify Nos.
8 Aggregation Switch Bidder to specify Nos.
9 SAN Switch 1 Nos.
10 KVM Switch 1 Nos.
11 Network Switch-L2 Bidder to specify Nos.
12 Primary Storage as per functional and technical specifications Bidder to specify Nos.
13 Secondary Storage Bidder to specify Nos.
14 Database Software Licenses Bidder to specify Nos.
15 End Point Protection – Anti Virus Bidder to specify Nos.
16 Web Server Software Bidder to specify Nos.
17 Server Operating System Bidder to specify Nos.
18 Backup Software Bidder to specify Nos.
19 Virtualization Software Bidder to specify Nos.
20 Host Based Intrusion Prevention System (HIPS) Bidder to specify Nos.
21 Mobile Device Management (MDM) 1 Nos.
22 42 U Racks Bidder to specify Nos

Page 125 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Quantity Unit Yearly OPEX Cost (Including Total OPEX Cost-
Type GST) INR for 5 years
Year Year Year Year Year (Including GST)
1 2 3 4 5

B Contact Center Solution


1. Existing Avaya G450 Gateway with 2 E1 PRI Cards 2 Nos.
2. Existing Avaya 9641GS IP Desk phones 75 Nos.
3. Existing Avaya 9641GS IP phone License 75 Nos.
4. Existing Avaya Contact Center Reporting/CMS Agents Lic 50 Nos.
5. Existing Avaya Harmony/AWFOS Recording (Voice + Screen) 50 Nos.
6. Existing Avaya Dialer 10 Nos.
7. Existing Avaya Soft phone license 10 Nos.
8. Existing Avaya Automatic Call Distribution (ACD) Agents Lic 50 Nos.
9. Existing Avaya CTI 2 Nos.
10. Existing Avaya IP Logger 50 Nos.
11. Existing Avaya ISDN PRI Licenses 4 Nos.
12. SIP Gateway (SBC) with 60 SIP Session Licenses 2 Nos.
13. Local Survivability Server with Licenses for primary C4 2 Nos.
14. Additional Avaya 9641GS IP Desk phones 10 Nos.
15. Head Set for IP Phones 65 Nos.
16. Additional Avaya 9641GS IP phone License 10 Nos.
17. Additional Avaya Contact Center Reporting/CMS Agents Lic 15 Nos.
18. Additional Avaya Harmony/AWFOS Recording (Voice + Screen) 15 Nos.
19. Additional Avaya Automatic Call Distribution (ACD) Agents Lic 15 Nos.
20. Additional Avaya IP Logger 65 Nos.
C CAD Application Solution
1 CAD Application Software 1 Nos.
2 CAD Call Taker Licenses 45 Nos.
3 CAD Call Dispatcher Licenses 20 Nos.

Page 126 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Quantity Unit Yearly OPEX Cost (Including Total OPEX Cost-
Type GST) INR for 5 years
Year Year Year Year Year (Including GST)
1 2 3 4 5

4 CAD Supervisor Licenses 5 Nos.


5 CAD MDT Licenses 460 Nos.
6 CAD Remote Supervisors Licenses (concurrent users) 1 No.
7 Social Media Collaboration Software License 1 No.
D Centralized Command Control Center (Primary & Secondary)
1 Computer Workstations for Call Taker / Dispatchers/Supervisor 70 Nos.
2 Computer Work Stations for Helpdesk, Training 22 Nos.
3 PoE+ Access Switch for IP Phone and Camera Bidder to specify Nos.
4 Network Switch -L2 Bidder to specify Nos.
5 Existing LG Video Wall at Primary C4 (55” 700 Nits Cube with Accessories 12 Cubes Nos
and controller)
6 Existing Video Wall Controller at Primary C4 2 Nos.
7 Additional Video wall -Secondary C4 (55” 700 Nits Cube with Accessories 6 Cubes Nos
and controller)
8 Additional Video Wall Controller at Secondary C4 1 No.
9 Existing CP plus CCTV Cameras for with NVR at primary C4 10 Nos.
10 Additional CCTV Cameras for with NVR at secondary C4 5 Nos.
11 Card and Biometric based Access Control for C4 2 Nos.
12 Portable Fire Extinguishers 15 Nos.
13 Existing 30 KVA UPS at primary C4 with minimum 2 hrs. of battery backup 2 Nos.
on full load
14 Additional 15 KVA UPS at secondary C4 (with minimum 2 hrs. of battery 2 Nos.
backup on full load
15 Geo-referenced Maps of the Chhattisgarh State area ( Digital Vector Maps 1 Nos.
/ Google Maps )

Page 127 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

# Item Description Quantity Unit Yearly OPEX Cost (Including Total OPEX Cost-
Type GST) INR for 5 years
Year Year Year Year Year (Including GST)
1 2 3 4 5

16 Enterprise Management System/ Network Management Software for SLA 1 Nos.


monitoring and management
17 Identity & Access Management 1 Nos.
18 Citizen Portal 1 Nos.
19 Dashboard 1 Nos.
20 Web Based SMS Gateway Software License 1 Nos.
21 Email Gateway 1 Nos.
22 Mobile Gateway 1 Nos.
23 Air-conditioner at Secondary C4 5 Nos.
24 AMC of Existing 200 KVA Diesel Generator with accessories at primary C4 1 Nos.
25 Provision of 50 KVA Diesel Generator with accessories, & earthing with 1 Nos.
high raised flooring or steal structural arrangements and civil works at
secondary C4
26 Any other component to meet the overall solution ((With itemized Details)) Bidder to specify Nos.
Total (In value)

Page 128 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

G. AMC cost for IT Equipment for Emergency Response Vehicles

# Item Description Quantity Unit Yearly OPEX Cost (Including GST) Total
Type OPEX
Year 1 Year Year Year Year Cost-INR
2 3 4 5 for 5
years
(Including
GST)

1. 7” MDT along with fabrication kit & accessories for ERV 400 Nos.

2. 7” MDT along with fabrication kit & accessories for Highway Patrol vehicle 60 Nos.

3. Dash Camera for ERV 400 Nos.

4. Dash Camera for Highway Patrol vehicle 60 Nos.

5. Smart Mobile Phones for ERV 370 Nos.

6. Smart Mobile Phones for Highway Patrol vehicle 60 Nos.

7. Rugged Roof mounted PTZ Cameras for ERV 33 Nos.

8. Rugged NVRs with 4G/5G SIM Support & Wi-Fi Support with 4 TB 33 Nos.
Surveillance grade HDD for ERV

9. Solar Panel Modules with 2 Hrs. Battery Back-up for ERV 33 Nos.

10. Any other component to meet the overall solution ((With itemized Details)) Bidder to specify

Total

Page 129 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

H. AMC cost for District Coordination Center Cost

# Item Description Quantity Unit Type Yearly OPEX Cost (Including GST) Total OPEX Cost-INR for 5
Year 1 Year 2 Year 3 Year 4 Year 5 years (Including GST)

1 Computer Work Stations for DCC 33 Nos.


2 43” LED 33 Nos.
3 Bandwidth Services 33 Nos.
4 UPS with 1 Hr. Back up 33 Nos.
Total

Page 130 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

J. Miscellaneous Cost

# Item Description Quantity Unit Yearly OPEX Cost (Including GST) Total OPEX Cost-INR for 5 years
Type Year Year Year Year Year (Including GST)
1 2 3 4 5

1. Existing Internet Leased Lines at SDC from two different 2 Nos.


Service Provider
2. Existing dark fiber connectivity @ 10 Gbps with 2 Nos.
redundancy between primary C4 & data center
3. MPLS connectivity with adequate bandwidth & 2 Nos.
redundancy between secondary C4 & data center
4. SIP trunk (60 Channels) at Primary C4 from two different 2 Nos.
Service Provider with redundancy
5. PRI lines at Secondary C4 from two different Service 2 Nos.
Provider with redundancy
6. GPRS SIM module with SMS and GPRS service 890 Nos.
operational cost
7. Refresher Training for Police Personnel 1 Lot

8. Fuel Cost for running DG up to 500 hours (total over 500 1 Lot
hours)
9. Fuel Cost for running DG for additional 50 hours (beyond 1 Lot Lot
500 hours)
10. Any other component to meet the overall solution ((With
itemized Details))
Total

Page 131 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

K. Resource Cost for Technical scope (Managerial, Technical & Operational)

# Item Description Quantity Unit Type Yearly OPEX Cost (Including GST) Total OPEX Cost-INR for 5 years (Including GST)
Year 1 Year 2 Year 3 Year 4 Year 5

1 Project Manager 1 No
2 Contact Center Expert (OEM) 1 No
3 CAD Expert (OEM) 1 No
4 Server Admin 1 No
5 DB Admin 1 No
6 Network Expert 1 No
7 IT Security Expert 1 No
8 L2 Staff 7 No
9 MIS Staff 1 No
10 Call Centre Supervisor 13 No
11 Social Media Operators 3 No
12 Master Trainer 1 No
13 Call Taker 120 Nos.
Total

Page 132 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

L. Operational Cost for Fleet Management & Operations

# Item Description Quantity Unit Yearly OPEX Cost (Including GST) Total OPEX Cost-INR for 5 years
Type Year Year Year Year Year (Including GST)
1 2 3 4 5
1 AMC cost of GPS devices installed in ERVs 460 Nos.
2 SIM subscription charges for GPS devices in ERV 460 Nos.
3 Non-IT In-fleet Components provided in ERVs 400 Nos.
4 Vehicle Maintenance Cost for ERVs 400 Nos.

5 Insurance cost for ERVs 400 Nos.


Total

Page 133 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

M. Fuel Cost for Fleet

# Item Description Total OPEX Cost-INR for 5 years (Including GST)

1* Fuel Cost of running 370 ERVs for 5 years Total OPEX Cost-INR for 5 years (Including GST) = 370 ERV * 110 KMs/Day *
(365 days * 5 Years) * (per KM Cost quoted by the Bidder including GST)
Note:
a) Bidders to consider 110 kms per day per ERV while calculating the fuel
Cost of running 370 ERVs for 5 years. However, the km assumed
above (i.e. 110 kms) is only for calculation purpose and will be paid by
the department as per actual km run in the respective billing quarter.
b) Per KM cost quoted by the Bidder for fuel expense of ERV should not
be less than Rs.7 per km including GST.

Page 134 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

N. Resource Cost for Fleet Management & Operations

# Item Description Quantity Unit Type Yearly OPEX Cost (Including GST) Total OPEX Cost-
Year 1 Year Year Year Year INR for 5 years
2 3 4 5 (Including GST)
1 Project Manager 1 No.
2 Fleet Management Supervisors 25 Nos.
3 Drivers 1290 Nos.
Total

Page 135 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Note :-

1. All prices are to be mentioned in INR (₹)


2. The unit cost for all items / services as quoted above shall be valid for the entire contract duration
i.e., 5 years from the Project Go Live date.
3. In case the Bidder has not provided warranty amount for any hardware/software, it will be
assumed that the Bidder will provide warranty for such item at no additional cost during entire
contract period and extension if any. Further, the warranty cost provided will be applicable during
entire contract period.
4. In case of make/model of any items proposed in the Bidder proposal is not available in future, the
Bidder needs to ensure that the newly item proposed for the replacement is of similar or higher
specification than the currently proposed item. The proposed change of item has to be approved
by the Department.
5. The numbers of personnel deployed on the project may be increased or decreased by
Chhattisgarh Police at any time during the term of the contract.
6. Chhattisgarh Police may give additional order or decrease any item for any of the expenditure
item in one of more instances. The total value of this quantity variation may not exceed 25% of
the total quoted value.
7. GST Revision – Change in GST rate (upward & downward) as applicable on the date of invoicing
shall be adjusted and accounted proportionately during the entire contract period.
8. All the ERVs will be procured by the government and are government asset. In case of total loss
of the ERV, the Bidder needs to replace it with new ERV within 30 days. Bidder to take necessary
comprehensive insurance for all the ERVs.
9. Call Takers & Drivers will be considered as skilled labor as per Chhattisgarh State Minimum wage
notification. The Bidder must be compliance the minimum wages perspective. The Bidder to factor
in the revision of minimum wages for the entire contract period including the extension. Service
provider is required to comply by minimum wages act.
10. The Bidder to ensure the rate quoted for the Call Taker and Driver should not be below from the
Chhattisgarh minimum wages rate at the time of bid submission.
11. Fuel for vehicles to be referred as Standard Diesel fuel.
12. Average standard diesel cost per quarter will be calculated by taking six readings in the interval
of 15 days of an applicable quarter. These six readings will be taken from any PSU petrol pump
in Raipur City, Chhattisgarh of standard Diesel fuel.
13. The quoted fuel cost per ERV per KM shall remain valid for the entire duration of the agreement.
In case the average per liter cost of standard Diesel in Raipur, Chhattisgarh on any PSU petrol
pump of particular operational cost, remains in bucket of (-10% to +10% of variation) compared
to rate of standard Diesel per liter in Raipur Chhattisgarh on any PSU petrol pump as on date of
bid submission.
14. In case in particular operational quarter the fluctuation in average per liter price of standard diesel
fuel is beyond the above-mentioned bucket (-10% to +10% of variation) compared to rate of
standard Diesel per liter in Raipur Chhattisgarh on any PSU petrol pump as on date of bid
submission. Then the payout for the Bidder in particular operational quarter will change (positive
or negative) on basis of % variation beyond the above-mentioned bucket. For e.g. :-

Illustration 1 on Fuel Escalation (Per Litre Price)


Fuel cost Fuel base price No Quarterly Quarterly Revision in per
per ERV per (fuel price on the adjustment Avg cost of Percentage KM rate
KM quoted date of bid bracket (10%) fuel change in rate applicable on
by the submission) (INR) (INR) that quarter
Bidder (INR)
(INR) ((D-C)/C) ((A+ (A*%age
change in E))
(INR)
A B C=B+B*10% D E F
12 100 110 120 9.00% 13.08

Page 136 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Illustration 2 on Fuel Reduction (Per Litre Price)


Fuel cost Fuel base price No Quarterly Quarterly Revision in per
per ERV per (fuel price on the adjustment Avg cost of Percentage KM rate
KM quoted date of bid bracket (- fuel change in rate applicable on
by the submission) 10%) (INR) that quarter
Bidder (INR) (INR) ((D-C)/C) ((A + (A*%age
(INR) change in E))
(INR)
A B C=B+B*10% D E F
12 100 90 80 - 11.11% 10.67

Page 137 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

15 Annexures 5 - Format for Performance Bank Guarantee


[On Appropriate Stamp Paper]

PERFORMANCE GUARANTEE

Ref:

Bank Guarantee No:

Date:

To

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

1. Against contract vide Advance Acceptance of the Tender No. ________ Dated ______ covering
“RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-2028) -”
(hereinafter called the said 'contract') entered into between Chhattisgarh Police, (hereinafter called the
Purchaser) and M/s._________________ , a Company incorporated under the Companies Act, 1956
and having its Registered Office at ..................................................(hereinafter called the Bidder) this
is to certify that at the request of the Bidder we (name of the Bank / Branch
.........................................................) a body corporate constituted under the Banking Companies
[Acquisition and Transfer of Undertakings] Act, 1970 and having its, Registered Office
at..................................................................................... and a branch office at
................................................................................................ are holding in trust in favor of the
Purchaser, an amount of Rs.......................(Rupees
................................................................................................................................only) to indemnify
and keep indemnified the Purchaser against any loss or damage that may be caused to or suffered by
the Purchaser by reason of any breach by the Bidder of any of the terms and conditions of the said
contract and/or in the performance thereof. We agree that the decision of the Purchaser, whether by
any breach of any of the terms and conditions of the said contract and/or in the performance thereof
has been committed by the Bidder and the amount of loss or damage that has been caused or suffered
by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be
paid by us forthwith on demand and without demur to the Purchaser.

2. We (Name of the Bank /Branch) ........................................................ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for
satisfactory performance and fulfillment in all respects of the said contract by the Bidder i.e. till
_________________ hereinafter called the said date and that if any claim accrues or arises against
us ______(Name of the Bank /Branch) by virtue of this guarantee before the said date, the same shall
be enforceable against us .........................(Name of the Bank/Branch) notwithstanding the fact that the
same is enforced within six months after the said date, provided that notice of any such claim has been
given to us .....................(Name of the Bank/Branch) by the Purchaser before the said date. Payment
under this guarantee shall be made promptly upon our receipt of notice to that effect from the
Purchaser.

3. It is fully understood that this guarantee is effective from the date of the said contract and that
we........................ (Name of the Bank /Branch) undertake not to revoke this guarantee during its
currency without the consent in writing of the Purchaser.

Page 138 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

4. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute or
disputes raised by the Bidder in any suit or proceeding pending before any court or Tribunal relating
thereto our liability under this present bond being absolute and unequivocal.

5. The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Bidder shall have no claim against us for making such payment.

6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall have the fullest
liberty, without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the Bidder from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Purchaser against the
said Bidder and to forebear or enforce any of the terms and conditions relating to the said contract and
we, .....................................(Name of the Bank / Branch) shall not be released from our liability under
this guarantee by reason of any such variation or extension being granted to the said Bidder or for any
forbearance by the Purchaser to the said Bidder or for any forbearance and or omission on the part of
the Purchaser or any other matter or thing whatsoever, which under the law relating to sureties, would,
but for this provision have the effect of so releasing us from our liability under this guarantee.

7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder.

Notwithstanding anything contained herein:

i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees in words
only).

ii). The Bank Guarantee shall be valid up to ..........................., and.

iii) We........................................... (Name of the Bank / Branch) are liable to pay the guaranteed amount
or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or
demand on or before ##......................................

Authorized Signatory of the Bank

Signature

Full name/designation/ Address of the official and date

WITNESS NO. 1

Signature

Full name/designation/ Address

WITNESS NO. 2

Signature

Full name/designation/ Address

Page 139 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

16 Annexures 6 - Format of Earnest Money Deposit


Date: dd/mm/yyyy

To,

ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Whereas M/s <<Name of Bidder>>, a company incorporated under the <<Act>>, its registered office
at …………………………. or (hereinafter called 'the Bidder') has submitted its Proposal dated ----------
---- for “RFP for Selection of Implementation Agency for Chhattisgarh State Dial 112 Project (2023-
2028)”.

KNOW ALL MEN by these presents that WE <<Name of Bank>> of --------------------------------------------


------------------------- having our registered office at ------------ ---------------------------------------------------
(hereinafter called "the Bank") are bound unto the Chhattisgarh Police (hereinafter called "the Client")
in the sum of Rs. 5,00,00,000 (Rupees Five Crore Only) for which payment well and truly to be made
to the said Client, the Bank binds itself, its successors and assigns by these presents. Sealed with the
Common Seal of the said Bank this -------------- day of ---------------------------2021.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid

2. If the Bidder, having been notified of the acceptance of its Proposal by the Client during the period
of validity of Proposal, Bidder:

a. withdraws his participation from the Proposal during the period of validity of Proposal
document.
b. fails to extend the validity if required and as requested or
c. fails to produce Performance Bank Guarantee in case of award of tender within 15 days
of award of LOI or awarding contract whichever is earlier
We undertake to pay to the Client up to the above amount upon receipt of its first written demand,
without the Client having to substantiate its demand, provided that in its demand the Client will note
that the amount claimed by it is due to it owing to the occurrence of one or any or a combination of the
above conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to the period of bid validity and its validity should be extensible
to 60 days beyond the bid validity date. Any demand in respect thereof should reach the Bank not later
than the above date.

(Authorized Signatory of the Bank)

Page 140 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

17 Annexures 7 - Non-Disclosure Agreement

WHEREAS we the undersigned Bidder, __________________________________, having our


principal place of business or registered office at _________________, are desirous of bidding for RFP
No. <<>> dated <<DD-MM-YYYY>> “RFP for Selection of Implementation Agency for Chhattisgarh
State Dial 112 Project (2023-2028)”. (Hereinafter called the said 'RFP') to the “Chhattisgarh Police”,
hereinafter referred to as ‘Authority'

And,

WHEREAS the Bidder is aware and confirms that the Authority’s business or operations, information,
application or software, hardware, business data, architecture schematics, designs, storage media and
other information or documents made available by the Authority in the RFP documents during the
bidding process and thereafter, or otherwise (confidential information for short) is privileged and strictly
confidential and or proprietary to the Authority,

NOW THEREFORE, in consideration of disclosure of confidential information, and in order to ensure


the Authority’s grant to the Bidder of specific access to Authority’s confidential information, property,
information systems, network, databases and other data, the Bidder agrees to all of the following
conditions.

It is hereby agreed as under:

1. The confidential information to be disclosed by the Authority under this Agreement (“Confidential
Information”) shall include without limitation, any and all information in written, representational,
electronic, verbal or other form relating directly or indirectly to processes, methodologies,
algorithms, risk matrices, thresholds, parameters, reports, deliverables, work products,
specifications, architecture, project information, security or zoning strategies & policies, related
computer programs, systems, trend analysis, risk plans, strategies and information communicated
or obtained through meetings, documents, correspondence or inspection of tangible items,
facilities or inspection at any site to which access is permitted by the Authority.

2. Confidential Information does not include information which:

a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its
confidentiality.

b. information in the public domain as a matter of law.

c. is obtained by the Bidder from a third party without any obligation of confidentiality.

d. the Bidder is required to disclose by order of a competent court or regulatory authority.

e. Is released from confidentiality with the written consent of the Authority.

The Bidder shall have the burden of proving hereinabove are applicable to the information in the
possession of the Bidder.

3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as part of
the Tendering process or otherwise, and the Bidder shall maintain strict confidentiality in respect
of such Confidential Information, and in no event a degree of confidentiality less than the Bidder
uses to protect its own confidential and proprietary information. The Bidder also agrees:

a. to maintain and use the Confidential Information only for the purposes of bidding for this RFP
and thereafter only as expressly permitted herein.

b. to only make copies as specifically authorized by the prior written consent of the Authority and
with the same confidential or proprietary notices as may be printed or displayed on the original.

Page 141 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

c. to restrict access and disclosure of Confidential Information to their employees, agents,


consortium members and representatives strictly on a "need to know" basis, to maintain
confidentiality of the Confidential Information disclosed to them in accordance with this clause;
and

d. To treat Confidential Information as confidential unless and until Authority expressly notifies
the Bidder of release of its obligations in relation to the said Confidential Information.

4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be
performed as part of the Tendering process or thereafter may require the Bidder’s personnel to be
present on premises of the Authority or may require the Bidder’s personnel to have access to
software, hardware, computer networks, databases, documents, and storage media of the
Authority while on or off premises of the Authority. It is understood that it would be impractical for
the Authority to monitor all information made available to the Bidder’s personnel under such
circumstances and to provide notice to the Bidder of the confidentiality of all such information.

Therefore, the Bidder shall disclose or allow access to the Confidential Information only to those
personnel of the Bidder who need to know it for the proper performance of their duties in relation
to this project, and then only to the extent reasonably necessary. The Bidder will take appropriate
steps to ensure that all personnel to whom access to the Confidential Information is given are
aware of the Bidder’s confidentiality obligation. Further, the Bidder shall procure that all personnel
of the Bidder are bound by confidentiality obligation in relation to all proprietary and Confidential
Information received by them which is no less onerous than the confidentiality obligation under this
agreement.

5. The Bidder shall establish and maintain appropriate security measures to provide for the safe
custody of the Confidential Information and to prevent unauthorized access to it.

6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its
currency, at the request of the Authority, the Bidder shall promptly deliver to the Authority the
Confidential Information and copies thereof in its possession or under its direct or indirect control,
and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates
or directors, officers, employees or advisors based on the Confidential Information and promptly
certify such destruction.

7. Confidential Information shall at all times remain the sole and exclusive property of the Authority.
Upon completion of the Tendering process and or termination of the contract or at any time during
its currency, at the request of the Authority, the Bidder shall promptly deliver to the Authority the
Confidential Information and copies thereof in its possession or under its direct or indirect control,
and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates
or directors, officers, employees or advisors based on the Confidential Information within a period
of sixty days from the date of receipt of notice, or destroyed, if incapable of return. The destruction
shall be witnessed and so recorded, in writing, by an authorized representative of the Authority.
Without prejudice to the above the Bidder shall promptly certify to the Authority, due and complete
destruction, and return. Nothing contained herein shall in any manner impair rights of the Authority
in respect of the Confidential Information.

8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential
Information, the Bidder shall give sufficient notice and render best effort assistance to the Authority
to enable the Authority to prevent or minimize to the extent possible, such disclosure. Bidder shall
not disclose to a third party any Confidential Information or the contents of this RFP without the
prior written consent of the Authority. The obligations of this Clause shall be satisfied by handling
Confidential Information with the same degree of care, which the Bidder applies to its own similar
Confidential Information but in no event less than reasonable care.

For and on behalf of:

(BIDDER)
Page 142 of 145
Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

Authorized Signatory Office Seal:

Name: Place:

Designation: Date:

Page 143 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

18 Annexure 11 - Case Study Format


Sr. Item Details
No.

General Information

1 Name of Project

2 Owner of the project

3 Owner’s representative

4 Name and contact details of


the client

5 Project location

Other Details

6 Description of the project

7 Scope of services

8 Other details

9 Total cost of the project

10 Total cost of the services


provided by the

respondent

11 Duration of the project (no. of


months,

start date, completion date,


current status)

Page 144 of 145


Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112 Project-Vol-1

19 Annexure 12 - Undertaking on Exit Management and Transition


Tender Ref. Date:

To,
ADG Technical Services,

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Sub: Undertaking on Exit Management and Transition

Dear
Sir,

1. I/We hereby undertake that at the time of completion of o u r engagement with the
Chhattisgarh Police, either at the End of Contract or termination of Contract before planned
Contract Period for any reason, we shall successfully carry out the exit management and
transition phase of this Project to the Chhattisgarh Police or to an agency identified by
Chhattisgarh Police to the satisfaction of the Chhattisgarh Police. I/We further undertake to
complete the following as part of the Exit management and transition:

a. We undertake to complete the updating of all Project documents and other artefacts
and handover the same to Chhattisgarh Police before transition.

b. We undertake to design standard operating procedures, document, and train


Chhattisgarh Police personnel on the same.

c. We undertake to handover all the services, assets, data, documents, artefacts, etc.
relating to the project as part of the exit management phase to the Department or to
the Agency nominated by the Department.

2. I/We also understand that the Exit management and transition will be considered complete
on the basis of approval from Chhattisgarh Police.

Yours faithfully,

(Signature of the Authorized signatory of the Bidding Organization)

Name :

Designation :

Date :

Seal :

Business Address:

Page 145 of 145

You might also like