Download as pdf or txt
Download as pdf or txt
You are on page 1of 136

Request for Proposal (RFP)

for

Design, Development, Implementation &


Maintenance of CCTV-based Surveillance
System for Thane City

-----------------------------------------------------------------------

Volume 1: Instructions to the Bidder

-----------------------------------------------------------------------

Issued By
Office of the Director-General of Police,
Government of Maharashtra

Date of Issue: 11th March 2024

Tender Reference Number: DGP|17|6162|CCTV


Project Thane City|28|2021-2024
RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Table of Content
Table of Content .................................................................................................................................................... 2
1. Disclaimer ................................................................................................................................................... 5
2. Abbreviations ............................................................................................................................................. 7
3. Glossary ...................................................................................................................................................... 9
4. Structure of RFP ....................................................................................................................................... 10
5. Bidding Data Sheet .................................................................................................................................. 12
6. Introduction .............................................................................................................................................. 14
6.1. About Thane City ................................................................................................................................ 14
6.2. About Thane Police and other stakeholders........................................................................................ 14
6.3. Project Objective ................................................................................................................................. 15
7. Summary of Scope of Work..................................................................................................................... 17
8. Instructions to Bidders ............................................................................................................................ 22
8.1. Purpose of Bid Document ................................................................................................................... 22
8.2. General ............................................................................................................................................... 22
8.3. Sub-Contracting .................................................................................................................................. 23
8.4. Contacting Purchaser .......................................................................................................................... 23
8.5. Right to Terminate the Process ........................................................................................................... 23
8.6. Bidder Registration and Instructions.................................................................................................... 23
8.7. Proposal Preparation Cost .................................................................................................................. 24
8.8. Tender Fee.......................................................................................................................................... 24
8.9. Earnest Money Deposit (EMD) ............................................................................................................ 24
8.10. Pre-Bid Meeting & Clarifications .......................................................................................................... 25
8.11. Bid Validity Period ............................................................................................................................... 25
8.12. Language of Bids ................................................................................................................................ 26
8.13. Submissions of Bids ............................................................................................................................ 26
8.14. Bidder Preparation Conditions ............................................................................................................ 27
8.15. Bid Format........................................................................................................................................... 28
8.16. Compliant proposals/ Completeness of response ............................................................................... 28
8.17. Deviations and Exclusions .................................................................................................................. 28
8.18. Authentication of Bids.......................................................................................................................... 28
8.19. Late Bids ............................................................................................................................................. 29
8.20. Modification or Withdrawal of Bids ...................................................................................................... 29
8.21. One Proposal & One Solution ............................................................................................................. 29
8.22. Local Conditions .................................................................................................................................. 29
8.23. Rights to Accept/Reject any or all Proposals. ...................................................................................... 29
8.24. Right to Amendment of the RFP ......................................................................................................... 30
8.25. Right to Vary Scope of Contract .......................................................................................................... 30
8.26. Rejection Criteria ................................................................................................................................. 30
8.27. Bid Prices ............................................................................................................................................ 31
8.28. Firm Prices .......................................................................................................................................... 32
8.29. Discount .............................................................................................................................................. 32
8.30. Taxes .................................................................................................................................................. 32
8.31. Performance Bank Guarantee ............................................................................................................. 32
8.32. Notifications of Award and Signing of Contract ................................................................................... 33
8.33. Failure to Agree with the Terms and Conditions of the tender ............................................................ 33
9. Bid Evaluation .......................................................................................................................................... 34

Issued by DGP office, Maharashtra State Page 2 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

9.1. Opening of Bids ................................................................................................................................... 34


9.2. Selection Process for Bidders ............................................................................................................. 34
10. Evaluation of Bids .................................................................................................................................... 35
10.1. Stage 1: Pre-Qualification ................................................................................................................... 35
10.2. Stage 2: Technical Evaluation ............................................................................................................. 40
10.2.1. Technical Evaluation Process ...................................................................................................... 40
10.3. Stage 3: Commercial Evaluation ......................................................................................................... 46
10.3.1. Commercial Evaluation Process .................................................................................................. 47
10.4. Total Bid Evaluation ............................................................................................................................ 47
11. Roles & Responsibilities of Stakeholders .............................................................................................. 50
11.1. Project Governance & Structure .......................................................................................................... 50
11.1.1. Governance Structure .................................................................................................................. 50
11.1.2. Governance Schedule .................................................................................................................. 50
12. Change Management & Control .............................................................................................................. 51
12.1. Purpose & Objective............................................................................................................................ 51
12.1.1. Institutional Framework for Change Requests ............................................................................. 51
12.2. Change Request ................................................................................................................................. 52
12.3. Change Request procedure Guidelines .............................................................................................. 52
13. Deliverable Milestones and Payment Schedule ..................................................................................... 54
14. Service Level Agreement ......................................................................................................................... 61
14.1. Definitions ........................................................................................................................................... 61
14.2. Planned Downtime .............................................................................................................................. 63
14.3. Pre-Implementation SLA ..................................................................................................................... 63
14.3.1. Timely delivery of the Scope of Work ........................................................................................... 63
14.4. Post-Implementation SLA & SLA Matrix .............................................................................................. 64
14.5. SLA Matrix for Post Implementation SLAs .......................................................................................... 65
14.6. SLA for Security Breach ...................................................................................................................... 67
14.7. SLA for Breach in provisioning of Technical Manpower (During Pre-implementation & Post
Implementation) ................................................................................................................................................. 68
14.8. SLA for Breach in Replacement of Technical Manpower .................................................................... 69
14.9. SLA Holiday Period ............................................................................................................................. 69
15. Formats for Pre-Qualification Bid ........................................................................................................... 71
15.1. Bid Cover Letter .................................................................................................................................. 71
15.2. Pre-Qualification Evaluation Checklist................................................................................................. 73
15.3. Format to share Organizational Profiles .............................................................................................. 75
15.4. Format for Statement of Deviation from the RFP Requirements ......................................................... 76
15.5. Format for Power of Attorney to Authorize Signatory .......................................................................... 77
15.6. Format for Power of Attorney for Lead bidder of Consortium .............................................................. 78
15.7. Consortium Agreement ....................................................................................................................... 79
15.8. Integrity Pact ....................................................................................................................................... 82
15.9. Format for CA Certificate..................................................................................................................... 86
15.10. Format for Project Details .................................................................................................................... 88
15.11. Non – Blacklisting Declaration ............................................................................................................. 89
15.12. Self-Declaration: Opening of Local Office ........................................................................................... 90
15.13. Land Border Sharing Declaration ........................................................................................................ 91
16. Formats for Technical Bid ....................................................................................................................... 92
16.1. General Instructions for the Technical Proposal .................................................................................. 92
16.1.1. Bidder’s Competence to execute the project ................................................................................ 92

Issued by DGP office, Maharashtra State Page 3 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.1.2. Proposed Team for the Project .................................................................................................... 92


16.1.3. Technical Solution Proposed for the Project ................................................................................ 92
16.2. Undertaking for Full-time Professionals on Company's Payroll ........................................................... 94
16.3. Proposed Project Team Details ........................................................................................................... 95
16.4. CV of Proposed Manpower ................................................................................................................. 97
16.5. Format for specifying compliance to the benchmark / minimum Specifications. .................................. 99
16.5.1. Summary Table of the Compliance of Requirements ................................................................... 99
16.5.2. Detail compliance tables for each of the above-mentioned line items against the benchmark
specifications specified in the RFP ................................................................................................................ 99
16.6. Unpriced Bill of Material (BOM) ......................................................................................................... 100
16.7. Format for Authorization Letters from OEMs ..................................................................................... 101
16.8. Declaration from the Bidder (if MAF from OEM is not available as defined format) .......................... 102
16.9. Formats for Performance Bank Guarantee ....................................................................................... 103
17. Formats for Financial Bid ...................................................................................................................... 106
17.1. Financial Bid Covering Letter ............................................................................................................ 106
17.2. General Instructions .......................................................................................................................... 108
17.3. Commercial Bid Format..................................................................................................................... 109
17.3.1. Summary of all Cost Components.............................................................................................. 109
17.3.2. Schedule A – Edge Devices ....................................................................................................... 110
17.3.3. Schedule B – Zonal Recording Station ...................................................................................... 111
17.3.4. Schedule C – Back-up Recording Station .................................................................................. 114
17.3.5. Schedule D – Command and Control Center at Thane Police HQ ............................................. 116
17.3.6. Schedule E – Viewing Center at Traffic Police (Thane) HQ Cost ............................................... 118
17.3.7. Schedule F – Viewing Center at Officer Offices & Police Stations Cost ..................................... 119
17.3.8. Schedule G – Viewing Center at Municipal Corporation Office .................................................. 120
17.3.9. Schedule H – Picture Intelligence Unit Cost ............................................................................... 121
17.3.10. Schedule I – Costs to connect other establishments for Collaborative monitoring ..................... 122
17.3.11. Schedule J – Miscellaneous Costs............................................................................................. 123
17.3.12. Schedule K – Bandwidth Cost .................................................................................................... 124
17.3.13. Schedule L – Electricity Cost ..................................................................................................... 125
17.3.14. Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure..................................... 126
17.3.15. Schedule N – Technical & Operational Manpower Cost ............................................................ 134
17.3.16. Schedule O – Miscellaneous Costs............................................................................................ 135

Issued by DGP office, Maharashtra State Page 4 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

1. Disclaimer

The information contained in this Request For Proposal document (the “RFP”) or subsequently provided
to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Office of the
Director-General of Police, Maharashtra State or any of its employees or advisors, is provided to
Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject
to which such information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the Office of the Director-General
of Police, Maharashtra State to the prospective Bidders or any other person. The purpose of this RFP
is to provide interested parties with information that may be useful to them in the formulation of their Bid
for qualification pursuant to this RFP (the “Bid”). This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Office of the Director-General of Police, Maharashtra
State relation to the Project. Such assumptions, assessments and statements do not purport to contain
all the information that each applicant may require. This RFP may not be appropriate for all persons,
and it is not possible for the Office of the Director-General of Police, Maharashtra State its employees
or advisors to consider the investment objectives, financial situation and particular needs of each party
who reads or uses this RFP. The assumptions, assessments, statements, and information contained in
this RFP may not be complete, accurate, adequate, or correct. Each applicant should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements, and information contained
in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the applicant(s) is on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative statement of law.
Office of the Office of the Director-General of Police, Maharashtra State accepts no responsibility for
the accuracy or otherwise for any interpretation or opinion on law expressed herein.
Office of the Director-General of Police, Maharashtra State, its employees and advisors make no
representation or warranty and shall have no liability to any person, including any Applicant or Bidder,
under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or
otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or information
contained therein or deemed to form part of this RFP or arising in any way with pre-qualification of
applicants for participation in the bidding process.
Office of the Director-General of Police, Maharashtra State also accepts no liability of any nature
whether resulting from negligence or otherwise howsoever caused arising from reliance of any applicant
upon the statements contained in this RFP. The Office of the Director-General of Police, Maharashtra
State may, in its absolute discretion but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP does not imply that the Office of the Director-General of Police, Maharashtra
State is bound to select and pre-qualify bids for bid stage or to appoint the selected bidder or
concessionaire, as the case may be, for the project and the Office of the Director-General of Police,
Maharashtra State reserves the right to reject all or any of the bids without assigning any reasons
whatsoever.
The applicant shall bear all its costs associated with or relating to the preparation and submission of its
bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by the Office of the Director-General of
Police, Maharashtra State or any other costs incurred in connection with or relating to its bid. All such
costs and expenses will remain with the applicant and the Office of the Director-General of Police,
Maharashtra State 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 bid, regardless of the
conduct or outcome of the bidding process.

Issued by DGP office, Maharashtra State Page 5 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

(This page has been intentionally left blank)

Issued by DGP office, Maharashtra State Page 6 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. Abbreviations
# Term Abbreviation
1. AI Artificial Intelligence
2. AMBIS Automated Multi-modal Biometric Identification System (AMBIS)
3. ANPR Automatic Number Plate Recognition
4. AKBC Ambernath & Kulgaon Badalapur Councils
5. BMS Building Management System
6. BNCMC Bhiwandi Nijampur City Municipal Corporation
7. BOQ Bill of Quantity
8. CAPEX Capital Expenditure
9. CCTNS Crime and Criminal Tracking Network & Systems
10. CCTV Closed Circuit Television
11. C4I/CCC/ICCC Integrated Command Control Centre
12. CP/CP Thane Commissioner of Police – Thane City
13. DBR Design Basis Report
14. DC Data Center (Zonal Recording Station (ZRS))
15. DHQ District Headquarter
16. DR Disaster Recovery (Backup Recovery Stations (BRS))
17. DG / DGP Director General of Police, Maharashtra
18. EMS Enterprise Management System
19. ERC Emergency Response Centre
20. FAT Final Acceptance Test
21. FRS Facial Recognition System
22. GIS Geographic Information System
23. GoI Government of India
24. GoM Government of Maharashtra
25. HA High Availability
26. HLD High-Level Demand
27. ICCC Integrated Command Control Center
28. ICT Information and Communication Technology
29. INR Indian Rupees
30. IP Internet Protocol
31. IR Infra-Red
32. IT Information Technology
33. JC Junction Cabinet
34. OPEX Operating Expenditure
35. PC Personal Computer
36. KDMC Kalyan & Dombivli Municipal Corporation
37. LAN Local Area Network
38. LED Light Emitting Diode
39. LLD Low-Level Design
40. MH Maharashtra

Issued by DGP office, Maharashtra State Page 7 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Term Abbreviation
41. MMR Mumbai Metropolitan Region
42. MP Megapixel
43. MPLS Multiprotocol Label Switching
44. NMS Network Management System
45. ONVIF Open Network Video Interface Forum
46. PCR Police Control Room
47. PMU Project Management Unit
48. PS Police Station
49. PTZ Pan Tilt Zoom
50. QRT Quick Response Time
51. RFP Request for Proposal
52. SD Secure Digital
53. SDD System Design Document
54. SLA Service Level Agreement
55. SITC Supply Installation Testing & Commissioning
56. SNMP Simple Network Management Protocol
57. SPOC Single Point of Contact
58. SRS Software Requirement Specifications
59. TMC Thane Municipal Corporation
60. ToT Turn Over Time
61. UMC Ulhasnagar Municipal Corporation
62. VMS Video Management System
63. VoIP Voice over Internet Protocol
64. VPN Virtual Private Network
65. WAN Wide Area Network
66. WMS Web Map Service
67. TCS Thane City Surveillance Project
68. TMC Thane Municipal Corporation
69. PS Police Station
70. RFP Request for Proposal
71. RI Re-instatement
72. RoW Right of Way: “the legal right, established by usage or grant, to pass along a
specific route through grounds or property belonging to another”, or “a path or
thoroughfare subject to such a right”
73. RPO Recovery Point Objective
74. RTO Recovery Time Objective
75. SI System Integrator
76. SLA Service Level Agreement
77. UAT User Acceptance Test
78. UPS Uninterrupted Power Supply
79. VAHAN Vehicle Registration System of Transport Department

Issued by DGP office, Maharashtra State Page 8 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

3. Glossary

Parameter Description
Client/ Purchaser References to “Client”, “Home Department, Govt. of Maharashtra”, “Office of
the Director-General of Police”, “Director General”, “Thane Police”, “CP
Office”, “purchaser”, “buyer”, “customer”. in this RFP document shall be
construed to refer to Thane Police.
Successfully This phrase used in this RFP would mean projects, which have completed the
executed implementation phase and has been declared Go-live. The bidder should
submit a Certificate from the Client to this effect.
SI/MSI / System A firm/entity that will be selected by the Office of the Commissioner of Police,
Integrator/ Master Thane to implement the proposed scope of work defined in this tender.
System Integrator References to “Vendor”, “successful bidder”, etc. in this RFP document shall
be construed to refer to the System Integrator/ Master System Integrator.
Go-Live Day on which the proposed initiatives under this project in Thane City is made
operational in the production environment and become available for use to all
the identified stakeholders of the project.
Post issuance of the Go-Live certificate by the Client/ Purchaser
RFP / Tender It shall mean this RFP document which comprises of the following sections:
Disclaimer, Scope of Work, Instructions to Bidders, Proposal
Evaluation, Draft License Agreement, Service Level Agreement, Forms of Bid
which include any applicable Appendix thereto
Similar Project Similar Project:
Completed projects involving implementation of below-mentioned components
and successfully executed (Go-Live) by the bidder in the past Seven years as
on the date of bid submission with State/Central Govt/PSU.
Project should cover the following:
• IP based CCTV surveillance with minimum 2500 cameras in outdoor
environment.
• Remote viewing of CCTV feeds through MPLS/VPN/WAN/GPON/Leased
Line etc.
• Command Center/Viewing Center to monitor surveillance system.
• Health monitoring/service level agreement (SLA) management of CCTV

Completed Projects means Projects which has been declared ‘Go Live’ &
have completed its O&M phase in last 7 years from date of bid submission.
OR
has been declared ‘Go Live’ & O&M phase is in process in last 7 years from
date of bid submission.
Note: If the project is ongoing and have not completed the implementation
phase or has not been declared Go-Live, then in that case the minimum
components mentioned in criteria need to be operational and bidder has to
share completion certificate of the claimed completed component from the
client.
Last three (3) The last three (3) audited financial years shall mean FY 2020-21, FY 2021-22,
financial years FY 2022-23
Last five (5) The last five (5) audited financial years shall mean FY 2018-19, FY 2019-20,
financial years FY 2020-21, FY 2021-22, FY 2022-23

Issued by DGP office, Maharashtra State Page 9 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

4. Structure of RFP
The RFP document includes Three Volumes. Broad areas covered in these three volumes is given
below:

1. Volume 1 – Instructions to Bidders


a) Introduction and Background of the project
b) Qualification Criteria(s) for the Bidders
c) Instructions to Bidders
d) General Terms and Conditions of the Bid
e) Evaluation Process
f) Delivery Milestones and Payment schedule
g) Service Level Agreements (SLA)
h) Bid Submission Formats

2. Volume 2 - Scope of work


a) Scope of Work
b) Functional Specifications
c) Technical Specifications
d) Manpower Requirement Details

3. Volume 3- List of Locations


a) Indicative list of locations shortlisted for the installation & commissioning of edge devices,
location of Command & Control Center, Viewing Centres, Police Stations, Zonal Recording
Stations (ZRS), Backup Recording Stations (BRS) etc. of Thane City Surveillance Project.

4. Volume 4- Draft Master Service Agreement


a) This contains the draft contractual, legal terms & conditions applicable for the proposed
engagement.

The bidders are expected to respond to the requirements as completely and in as much relevant detail
as possible and focus on demonstrating bidders’ suitability to be selected. The bidders are expected to
examine all instructions, forms, terms, Project requirements, and other information in the tender
documents. Failure to furnish all information required as mentioned in the tender documents or
submission of a proposal not responsive to the tender documents in every respect will be at the Bidder's
risk and may result in rejection of the proposal.

The whole project is required to be completed and maintained by the bidder. Accordingly, bidder is
understood to have assessed and quoted for all the items required for successful completion of the
Project. It will be the responsibility of the bidder to provide such items on free of cost basis, which are
not quoted in the bid but otherwise required at the time of installation for completion and successful
commissioning of the project.

Issued by DGP office, Maharashtra State Page 10 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

(This page has been intentionally left blank)

Issued by DGP office, Maharashtra State Page 11 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

5. Bidding Data Sheet

# Information Details
1. Project Name/ Name of Work Design, Development, Implementation & Maintenance
of CCTV based Surveillance System for Thane City

2. Tender Inviting Agency Office of the Director-General of Police, Maharashtra


State
3. RFP Reference No. DGP|17|6162|CCTV Project Thane City|28|2021-2024

4. Website to download RFP https://mahatenders.gov.in

5. Bid validity period 180 days from the last date and time of submission

6. Contact Person for submission of Designation: Additional Director General of Police


Proposals (P&C)
Office of Director General of Police, Mumbai, 400001
Email ID:
1. [email protected]
2. [email protected]
7. Contact Person for queries on Designation: Additional Director General of Police
scope of work & other technical (P&C)
queries [Nodal Officer] Office of Director General of Police, Mumbai, 400001
Email ID:
[email protected]
[email protected]
8. Publish Date of RFP by Office of 11th March 2024
Thane Police, GoM

9. Period for purchase of RFP 11th March 2024 to 02nd May 2024 by 6PM
Documents

10. Last date for Submission of Pre- 21st March 2024; 6PM
Bid Queries (Only through e-mail) Email ids:
To: [email protected]
Cc: [email protected]
11. Pre-Bid Meeting Date, Time & 27th March 2024 at 12 Noon
Venue Address of the venue:
1st Floor, Conference Hall, Office of Director General
of Police,Lion Gate, Fort, (Colaba),
Mumbai, Maharashtra - 400001

12. Mode of Submission of RFP Online

13. Non-Refundable Tender Cost • INR 49,200/-


• To be paid through online payment mode only on
mahatender
14. Earnest Money Deposit (EMD) • INR 4,93,69,412/- (Rupee Four Crore Ninety
Three Lakhs Sixty Nine Thousand Four Hundred
and Twelve Rupees only)

Issued by DGP office, Maharashtra State Page 12 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Information Details
• The EMD shall have to be paid through the
payment gateway available on the e-tenders
portal https://mahatenders.gov.in/nicgep/app

15. Submission Power of Attorney • Bidder shall submit the original copy of Power of
(physical hard copy submission) Attorney in an online manner along with the PQ
criteria titled “Power of Attorney” – RFP of Design,
Development, Implementation & Maintenance of
CCTV based Surveillance System for Thane City”
after the last date of bid submission, and as
communicated by Thane Police.
• Power of Attorney shall be submitted in the format
provided in the Annexures.
• Copy Power of Attorney also needs to be
uploaded on the e-procurement portal.
16. Last Date and Time for uploading 02nd May 2024 : 6PM
(online submission) the Bid on e-
Tendering website
17. Opening of the Bid responses 03rd May 2024 : 6PM
(Pre-Qual & Tech-Qual) Proposal

18. Presentation by Bidders To be declared later

19. Opening of Commercial Bids To be declared later

20. Bid System • Three-Stage Bid System


1. Pre-qualification
2. Technical Bid
3. Commercial Bid
21. Method of Selection • The method of selection is Quality and Cost
Based Selection (QCBS) method 70% Technical
& 30% Commercial
22. Currency • The currency in which the Bidders may quote the
price and will receive payment is INR only.

23. Language of Bid Submission • Proposals should be submitted in English only.

24. Contact email id 1. [email protected]


2. [email protected]
25. Communication Address Additional Director General of Police (P&C), Office of
Director General of Police, Chhatrapati Shivaji
Maharaj Marg, Colaba, Mumbai, Maharashtra, India -
400001

Note: The above dates, time and venue may be altered by the Purchaser at its sole discretion after
giving prior notice to the Bidders. Some of the information provided in the above control Sheet is further
elaborated in the subsequent sections of this RFP. Information provided in the control sheet and
subsequent sections of this RFP are to be read in conjunction and are to be interpreted harmoniously.

Issued by DGP office, Maharashtra State Page 13 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

6. Introduction

6.1. About Thane City


Thane, city, western Maharashtra state, western India. It lies at the mouth of the Thana River and head
of the Ulhas estuary, northeast of central Mumbai. The city is colloquially known as the “City of Lakes”,
given the 30 scenic lakes located within the bounds of the city and district. The city is primarily a
residential suburb of Mumbai, though it has a large industrial complex, including an industrial estate. It
has chemical, engineering, and textile industries and is the divisional headquarters of the state road-
transport service. Notable structures in the city include a fort, Christian churches, and many historical
buildings.
Thane city is entirely within Thane taluka, one of the seven talukas of Thane district; also, it is the
headquarters of the namesake district. With a population of 1,841,488 distributed over a land area of
about 147 square kilometers (57 sq mi), Thane city is the 15th most populous city in India with a
population of 1,890,000 according to the 2011 census.

6.2. About Thane Police and other stakeholders


Thane Police has approximately 10,000 personnel and a total of 35 Police Stations in its jurisdiction
and 6 new Police Stations are proposed. The Police Commissionerate is divided into 2 regions, East
Region and West Region. Each region is headed by an Additional Commissioner of Police. Each region
is divided into 2-3 zones; hence there are 5 Zones in Thane Police Commissionerate viz. Zone I
(Thane), Zone II (Bhiwandi), Zone III (Kalyan), Zone IV (Ulhasnagar), Zone V (Wagale Estate Thane).
Each Zone is headed by a Deputy Commissioner of Police (DCP). Each Zone is further divided into 10
divisions. Each division is headed by an Assistant Commissioner of Police (ACP).

The jurisdiction under Police Commissionerate of Thane City includes 35 Police stations across the
city, each headed by a Sr. Police Inspector.

The following map represents the Jurisdiction of Police Commissionerate of Thane City.

Issued by DGP office, Maharashtra State Page 14 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

CP
Thane

Jt. CP

Addl CP Addl CP Addl CP (E Addl CP (W


(Admin) (Crime) Region) Region) DCP Traffic DCP SB

DCP DCP DCP DCP DCP DCP DCP DCP DCP


(HQ1) (HQ2) Crime E.O.W. Zone 3 Zone 4 Zone 1 Zone 2 Zone 5

All
Control HQ Crime E.O.W. All P.S. All P.S. All P.S. All P.S. All P.S.
Units

Admin Cyber
Wireless
Branch Cell

M.T.
Transpo CCTNS
rt

Social
Media
Cell

Project Stakeholders
While Thane Police, is the primary stakeholder for the project, there are other stakeholders who shall
get benefitted from it. These include:
1. Home Department, Government of Maharashtra
2. Office of the Director-General of Police, Maharashtra State
3. Thane Smart City Development Corporation Ltd. (TSCDCL)
4. Thane Municipal Corporation (TMC)
5. Bhiwandi Nijampur City Municipal Corporation
6. Kalyan & Dombivli Municipal Corporation
7. Smart Kalyan Dombivali Development Corporation Ltd.
8. Ulhasnagar Municipal Corporation
9. Ambernath & Kulgaon Badalapur Councils
10. Railways
11. Forest Department
12. Shopping malls, multiplexes, theatres, schools, hotels, hospitals and other public places
13. IT Parks and Corporate Houses
14. Citizens in General

6.3. Project Objective


The key objective of this project is to establish a collaborative framework where input from different
functional departments such as Police, Municipal Corporation, Fire, Medical, e-Governance, Transport,
etc. can be assimilated and analyzed on a single platform; consequently, resulting in aggregated city-
level information. Further, this aggregated city-level information can be converted to actionable
intelligence, that would be propagated to relevant stakeholders and citizens.

The following are the intangibles that should be addressed by this intervention:
a) Enhance safety and security.

Issued by DGP office, Maharashtra State Page 15 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

b) Efficient traffic management.


c) Dial 112 Helpline integration.
d) Disaster management and emergency response.
e) Integrated Command Center to manage systems from a unified platform (with provision for
future scalability).
f) Real-time asset management.
g) Better management of utilities and quantification of services.
h) Enhanced e-governance services.
i) Aid to municipal corporations for the solid waste management.
The following are the system-level objectives considered:
a) Video Surveillance / General Surveillance
b) Communication / Community Participation
c) Disaster / Incident Response Management
d) Traffic Rules Compliance Management
e) Intelligence Gathering (Database, Pattern, GIS, Facial Recognition, AI-Video Analytics,
Automatic Traffic Violation Detection)
f) End-to-end automated workflow-based incident management

The project components for Thane City Surveillance Project were broadly classified in below
components:

Viewing Centers (Police Stations,


Integrated Command and Control Center
Municipal Corporation Offices, Traffic
(Thane Police HQ)
Control Room etc.)

BRS (Data Recovery Center)


ZRS (Data Center)

MPLS
KDMC and TMC existing Smart City
Edge Components (CCTV, PA etc.)
cameras

Issued by DGP office, Maharashtra State Page 16 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

7. Summary of Scope of Work


The Commissioner of Police, Thane is in the process to setup a state-of-the-art Integrated Command
and Control Center and establishing a city-wide surveillance infrastructure to maintain law and order,
manage traffic efficiently, and prevent and detect crimes to improve efficiency across the following 5
zones of Thane Police jurisdiction.
• Zone I and V – Thane City
• Zone II – Bhiwandi
• Zone III – Kalyan
• Zone IV - Ulhasnagar
Listing of broad components of the scope of work of the Systems Integrator is given below for quick
reference:

# Components Description
1. Surveillance Locations
Equipment • Locations - 1997 Nos.
Poles
• Poles - 2138 Nos.
Cameras – 6051 Nos.
• Fixed Box Cameras – 4786
• PTZ Cameras – 793
• RLVD Cameras - 90
• Speed Detection Cameras – 32
• ANPR Cameras - 350
Others
• 18 Tablets
• 20 Sets of PA System
• 2 Drones
2. Network • Between Cameras & Aggregation Points
• Between Drones & Zonal Recording Station
• Between Aggregation Points & Zonal Recording Station
• Between the Zonal Recording Station and Backup Recording Station
• Between Zonal Recording Station & Backup Recording Station to
the Command Center & other viewing centres
• Between existing cameras (Thane Smart City, Mangroves, KDMC) to
CCC
• Between collaborative monitoring establishments to ZRS & CCC
3. Data Center A. Zonal Recording Station (ZRS)
(Zonal • Setup 1 Zonal Recording Station in the existing Data centre established
Recording for Thane Smart City.
Station & • Compute, Storage, Network & Security IT Infrastructure
Backup • All the components to be available in Active Mode
Recording • Adequate redundancy arrangements to maintain trouble-free operations.
Station) • Adequate High availability of key Network & IT Security Components
• Primary Storage of video feeds for 30 days
• Primary Storage of snapshots from ANPR, RLVD, and Speed Detection
for 180 days
• Primary Storage of bookmarked video feeds for a longer duration ~ 180
days.

B. Backup Recording Station (BRS)

Issued by DGP office, Maharashtra State Page 17 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Components Description
• Setup 1 Backup Recording Station, a minimum 100 KM far from ZRS
preferably in Pune/Pimpri Chinchwad or Nasik in an existing Smart/Safe
City Government Data Center
• Compute, Storage, Network & Security IT Infrastructure
• BRS will operate in Active–Active mode for ICCC, VMS & EMS
application and Active – Passive mode for rest of applications.
• In case of unavailability of ZRS, the viewing of cameras (Live & recorded
video feeds) will resume from BRS with a maximum downtime of 15
minutes.
• Secondary Storage of video feeds for 30 days
• Secondary Storage of snapshots from ANPR, RLVD and Speed
Detection for 180 days
• Secondary Storage of bookmarked video feeds for longer duration ~ 180
days.
4. Application • ICCC Desktop Application – 56 Nos. (CCC & all Viewing Centers)
Portfolio • Video Management System – 6656 (6051 + 10% collaborative
monitoring) Camera Licenses & Client License for min 40 locations
• ICCC Mobile Application – 80 Nos. (for Officers over secured VPN)
• PA System software – 1 Lot
• GIS Map – 1 Lot
• EMS and NMS – 1 Lot
• Anti-virus – 1 Lot
5. Command / • Main Command Control Centre at CP Thane Office
Viewing • 37 Viewing setup situated across - 28 Police Station Viewing Centers, 3
Centers Viewing Center setups for Control Rooms, 5 Viewing Centers for
Municipal Corporations &1 Viewing Center at Traffic Police Control Room
6. Picture • AI-Based Video Analytics – 3000 Licenses
Intelligence • ANPR Licenses – 350 Nos
Unit • RLVD License – 90 Nos
• Speed Detection Camera Licenses – 32 Nos
• FRS Licenses – 478 Nos
• Video Summarization Licenses – 50 Nos
• Integration With Dial 100 / 112, VAHAN, CCTNS, AMBIS, One State One
Challan and Other Govt. Databases Etc.
• Integration with existing Surveillance Systems and surveillance feeds
(Approx. 1045 cameras in Kalyan Zone-III, 400 Cameras in Thane city
and Additional cameras in all others Zone).
7. Collaborative • Incidence-based access to the Surveillance System setup by
Monitoring private/public institutions (currently identified about 20 establishments)
8. Helpdesk & • Provision of 24 / 7 Help Desk System for technical/operational support.
FMS • Maintenance of the IT / Non-IT Infrastructure
• Providing Technical & Operational Manpower for smooth running of the
system.

A. Pre-Implementation Services
i. Assess existing systems, street infrastructure and connectivity within the city for the scope
items tabulated in this section subsequently.
ii. Conduct detailed feasibility and site surveys in accordance with scope of work as mentioned
in this RFP document to identify need for site preparation activities and a final bill of material.

Issued by DGP office, Maharashtra State Page 18 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

iii. The SI shall prepare and submit the detailed feasibility study report including the final Bill of
Quantity (BoQ) within the specified time limit from the date of issuance of LoI /Work Order.
Any discrepancies noticed in the BOQ or sites, or if there is any requirement of extra items, or
if there is a major excess of the quantity, bidder should immediately bring it in the notice of the
Thane Police in writing to take necessary action in time. Failing so, the SI will not get any extra
payment or extension in the timeline for such instances. This is a Turnkey/EPC kind of project
wherein; the bidder is required to propose an appropriate solution to meet the outcome
envisaged. However, Bidder is responsible for any other components inadvertently missed out
but it is required as per the proposed solution of the bidder and is essential for overall solution
to successfully run during entire project duration than bidder has to consider the same in his
proposed solution. Purchaser will not be liable for payment of any additional cost outside of
the Financial bid.
iv. Finalization and submission of a detailed Network & technical architecture and submission of
a detailed project plan. SI will commence the installation work only after Thane Police has
approved the final design. Final design shall ensure high availability and maximum fault
tolerance.
v. Pre-dispatch Acceptance Test (PDAT) of the integrated system & inspection clearance of the
relevant sub-systems with Commissioner of Police, Thane be in bidder’s scope. The PDAT
may be conducted at a local warehouse, before eventual delivery to Commissioner of Police,
Thane.
B. Implementation Services
i. Supply, installation, testing, and commissioning (SITC) of all components of the project as per
the requirements of this tender.
ii. Configuration of hardware, networking devices, and software as per system design, tender
requirements & site requirements.
iii. Integration of all components as per requirements in this tender document.
iv. Establishment of Command Control Center, Viewing Centers, Zonal Recording Station, and
Backup Recording Station as per requirements in this tender document.
v. All necessary cabling/wiring/sockets/components and allied infrastructure conforming to
respective quality / standard norms are also included in the scope of this job.
vi. The selected SI shall be responsible for providing the detailed requirement of bandwidth at
each identified location with proper justification of the same considering the number of cameras
and other factors. The last-mile network connectivity is in the scope of the SI.
vii. SI shall be responsible for trenching, digging, ducting, cable laying, cable termination, and any
other ancillary work (refiling after trenching) wherever required as per the scope mentioned in
this RFP document.
viii. RoW charges, security deposits, and Reinstatement charges to be paid to any Govt
Department or Municipal Corporation are waived off in this project.
ix. SI is responsible for carrying out Civil Work (Supply, Erection, and commissioning) of non-IT
infrastructure like poles/frames/fixtures/housing, etc. with proper electrical earthing (as per IS-
3043) wherever required based on the feasibility study report. The structural safety certificate
will be required for the design and civil foundation for the components like the Pole, Gantry,
Cantilever, etc. The certificate needs to be provided by the government-approved structural
engineer only.
x. The Successful Bidder shall be responsible for completing the works in all respects and in
doing so, provide/supply all facilities required for the satisfactory performance of complete
system. Bidder shall be liable for any damage to existing infrastructures during the course of
its work.
xi. The System Integrator will handle all coordination tasks with local government bodies to obtain
necessary permissions for fieldwork and project implementation activities in line with the
project scope.

Issued by DGP office, Maharashtra State Page 19 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

xii. All resources, including supervisory staff, tools, machinery, Maclift, JCB, Pneumatic/other
Jackhammer, boom lifts, portable DG Sets, Compressors, welding machines, cutting
machines, drilling machines, other power tools, hand tools, consumables, workmen, staff
(including PPE, safety accessories like Safety Belts, Safety Harness, Wire Ropes,
Scaffolding, Fire Blankets, Fire extinguishers, etc.) including compliance to Labour laws,
Regulatory / Statutory guidelines/rules shall be in bidder’s scope.
xiii. All conveyances, boarding, lodging, etc. of the bidder’s personnel shall be in the bidder’s
scope.
xiv. Bidder’s scope shall include supply, installation, and integration (including commissioning) of
any hardware/software/services that could be required for the completeness of the system
irrespective of whether the same is specifically mentioned or not. Bidder shall be responsible
for the technical soundness of the equipment and services rendered by them. In the event of
any deficiency in design/ manufacture/ installation/ integration/ commissioning etc., the bidder
shall re-design / modify the same with no time & cost implications admissible from Office of
the Director-General of Police, Maharashtra State.
xv. Capacity Building for Thane Police & Other Stakeholders from the Municipal Corporation which
includes preparation of operational manuals, training documents, and capacity building
support including:
• Training of the city authorities and operators on the operationalization of the system
• Support during the execution of acceptance testing
• Preparation and implementation of the information security policy, including policies on
backup and redundancy plans.
• Developing Standard Operating Procedures (SOPs) for operations management and other
services to be rendered by the Command & Control Center.
• Help the Police authorities and Municipal Corporation with necessary paperwork and
documents.
• Training material & User manual shall be bilingual which is in Marathi and English.
xvi. System Acceptance Test (SAT) shall be performed for the complete system after the
Liquidation of punch points provided by concerned personnel from Commissioner of Police,
Thane, complete system integration, testing & commissioning.
xvii. SI shall perform the necessary Partial Acceptance Testing & Final Acceptance Testing of IT &
Non-IT Equipment
xviii. SI shall be responsible for the Preparation of System documents and user documents as per
ITIL (Information Technology Infrastructure Library) standards.
C. Post-Implementation Services
i. Comprehensive warranty and technical support from the OEM of all IT Hardware &
Applications for a minimum period of 5 years from date of project Go-live.
ii. Operations and maintenance (O&M) including preventive maintenance of all the project
components for period of 5 years from date of the Project go-live. The O&M phase can be
further extended beyond the period of 5 years mentioned above.
iii. Any statutory/ regulatory approvals that may be required during the course of the
Project/Warranty/AMC shall be arranged by the bidder (approval shall be in the name of
Commissioner of Police, Thane, and all required Licensing & approvals shall be obtained by
the bidder).
iv. Project planning shall be in the bidder’s scope. Bidder shall submit all relevant Daily, Weekly
& Monthly Reports (as per approved formats) with plans & schedules to Commissioner of
Police, Thane. The Bidder shall highlight & indicate any delays/hold-ups & steps taken to
overcome those delays along with the required catch-up plans.

Issued by DGP office, Maharashtra State Page 20 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Note: Bidder not allowed to submit variation bid. Any change in the scope of work finalized at the stage
of contract finalization or after shall be dealt with in the ambit of the principles mentioned in the RFP.
GoM shall extend necessary support to SI (in terms of documentation, meetings with concerned
authorities, etc.) for getting the approvals/licenses from concerned authorities if all the necessary
requirements are in place.

Issued by DGP office, Maharashtra State Page 21 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

8. Instructions to Bidders
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.

8.1. Purpose of Bid Document


1. The purpose of this tender is to select System Integrator for Design, Development,
Implementation & Maintenance of CCTV based Surveillance System for Thane City. This
document provides information to enable the bidders to understand the broad requirements to
submit their ‘Bids’.
2. In case a bidding firm possesses the requisite experience and capabilities required for
undertaking the work, it may participate in the selection process either individually (the “Sole
Firm”) or as a lead member of a consortium of firms (the “Lead Bidder”) in response to this
invitation. The term “Bidder” means the Sole Firm or the Lead Bidder, as the case may be.
3. The manner in which the Proposal is required to be submitted, evaluated, and accepted is
explained in this volume of RFP. The detailed scope of work is provided in Volume II of this
tender document.

8.2. General
1. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this tender may
wish to consult their own legal advisers in relation to this tender.
2. All information supplied by the successful bidder may be treated as contractually binding on the
bidder after the successful award of the assignment is made on the basis of this tender.
3. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written
contract has been executed by or on behalf of Office of the Director-General of Police,
Maharashtra State.
4. Office of the Director-General of Police, Maharashtra State may cancel this public procurement
at any time prior to a formal written agreement being executed by or on behalf of Thane Police
or Office of the Director-General of Police, Maharashtra State.
5. Proposals must be submitted online ONLY.
6. No oral conversations or agreements with any official, agent, or employee of Thane Police or
Office of the Office of the Director-General of Police, Maharashtra State shall affect or modify
any terms of this tender and any alleged oral agreement or arrangement made by a bidder with
any port, agency, official or employee of Thane Police or Office of the Director-General of
Police, Maharashtra State shall be superseded by the definitive agreement that results from
this tender process.
7. Neither the bidder nor any of the bidder’s representatives shall have any claims whatsoever
against Thane Police / Office of the Director-General of Police, Maharashtra State, or any of
their respective officials, agents, or employees arising out of or relating to this tender or these
procedures (other than those arising under a definitive service agreement with the bidder in
accordance with the terms thereof).
8. All proposals and accompanying documentation of the Technical proposal will become the
property of Thane Police or Office of the Director-General of Police, Maharashtra State and will
not be returned after opening of the technical proposals.
9. The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of his bid or during any pre-contract or post-
contract stage in order to secure the contract or in furtherance to secure it.

Issued by DGP office, Maharashtra State Page 22 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

10. The cost of this RFP document is as specified in the Bidding Data Sheet. This amount will be
Non-Refundable to the bidders. Bidders have to pay the cost of the document by making online
payment on the e-tendering portal.

8.3. Sub-Contracting
1. No sub-contracting shall be allowed except for the tasks/areas mentioned below:
a. Building Infrastructure (Civil Work as required for various Components of the work)
b. Establishment of passive components of network infrastructure
c. Helpdesk services
d. Cabling and fixtures work, electric work during implementation
e. FMS staff for Non-IT support during post-implementation
f. Network Connectivity Services/Infrastructure
Sub-contracting would need to adhere to the following conditions:
1. All sub-contracting shall be signed contracts, entered by the bidder (lead bidder in case of
consortium) with the concerned parties.
2. Any changes in sub-contractors must be approved by Thane Police / Office of the Director-
General of Police, Maharashtra State prior to conclusion of any contract between the bidder
and the sub-contractor.
3. Thane Police / Office of the Director-General of Police, Maharashtra State retains the right to
request discontinuation of sub-contracting of activities if the work being carried out is not as
specified in the RFP.
4. Thane Police / Office of the Director-General of Police, Maharashtra State reserves its right to
subject the sub-contractors to security clearances, as it deems necessary.
5. Sub-contracting shall not dilute the responsibility and liability of the bidder. The lead bidder shall
be held responsible for any delay/error/non-compliance etc. by its sub-contracted vendor.
6. Bidders are encouraged to include Micro, Small and Medium Enterprises (MSMEs) in the
delivery of the project. Bidders are encouraged to earmark a minimum of 20% of such contract
for procuring goods and services from MSMEs. The procurement through MSMEs should be in
line with latest procurement policy order released by Ministry of Micro, Small, and Medium
Enterprises (MSMEs).
7. If the bidder firm is 100% subsidiary of the parent firm, work by the parent firm shall not be
considered as "sub-contracting".

8.4. Contacting Purchaser


1. No Bidders shall contact the Purchaser on any matter relating to its bid, from the time of the bid
opening to the time the Contract is awarded.
2. If a Bidder tries to directly influence the Purchaser or otherwise interfere in the bid submission
and evaluation process and the Contract award decision, its bid may be rejected.

8.5. Right to Terminate the Process


1. Office of the Director-General of Police, Maharashtra State reserves the right to terminate the
tender process at any time and without assigning any reason. Office of the Director-General of
Police, Maharashtra State makes no commitments express or implied, that this process will
result in a business transaction with anyone.
2. This tender does not constitute an offer by Office of the Director-General of Police, Maharashtra
State. The bidder's participation in this process may result in Office of the Director-General of
Police, Maharashtra State selecting the bidders to engage towards execution of the contract.

8.6. Bidder Registration and Instructions


1. Bidders have to first register into the e-tendering portal as specified in the Bidding Data Sheet.

Issued by DGP office, Maharashtra State Page 23 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. Bidders are advised to study all instructions, forms, terms, requirements, and other information
in the Bid Documents carefully.
3. Submission of bid shall be deemed to have been done after careful study and examination of
the Bid Document with full understanding of its implications.
4. The response to this Bid Document should be full and complete in all respects. Failure to furnish
all information required by the Bid Documents or submission of a proposal not substantially
responsive to the Bid Documents in every respect will be at the bidder's risk and may result in
the rejection of its Proposal.
5. Additionally, proposals of only those Bidders who satisfy the Conditions of Eligibility, stated
herein, will be considered for evaluation by Thane Police.
6. If necessary, before submitting its bid the SI should inspect and examine various sites and their
surroundings and shall satisfy itself about the form and nature of the Sites (including camera
locations), means of access to the site, and in general, obtain all necessary information which
may influence or affect project implementation and operationalization. No extra charges
consequent on any misunderstanding or otherwise shall be allowed.

8.7. Proposal Preparation Cost


1. The bidder is responsible for all costs incurred in connection with participation in this process,
including, but not limited to, costs incurred in the conduct of informative and other diligence
activities, participation in meetings/discussions/presentations, preparation of the proposal, in
providing any additional information required by Thane Police / Office of the Director-General
of Police, Maharashtra State to facilitate the evaluation process, or all such activities related to
the bid process. Thane Police / Office of the Director-General of Police, Maharashtra State will
in no case be responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.

8.8. Tender Fee


1. The RFP document to participate in the e-tender shall be available for downloading as per the
timeline mentioned in the Bidding Data Sheet and can be downloaded from the website URL
mentioned in the Bidding Data Sheet. The RFP document shall not be available for download
on or after its submission/closing date.
2. An amount as specified in the Bidding Data Sheet is to be paid by the bidder on the e-tendering
portal through an online payment mode only towards the Tender Fee.

8.9. Earnest Money Deposit (EMD)


1. Bidder shall pay the EMD through the payment gateway available on the e-tenders portal
https://mahatenders.gov.in/nicgep/app
2. An amount as specified in the Bidding Data Sheet is to be paid by the bidder on the e-tendering
portal through an online payment mode only towards EMD.
3. Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible, but not later
than 90 days after Signing of the Contract with the Selected SI. No interest shall be paid by the
Office of the Director General of Police, Maharashtra State on the EMD.
4. The EMD may be forfeited:
a. If a Bidder withdraws their bid or increases their quoted prices during the period of bid
validity or its extended period, if any;
b. In the case of a successful bidder, if the Bidder fails to sign the Contract or to furnish
Performance Bank Guarantee within the specified time;
c. 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.
d. Deliberate attempts by the bidder to share wrong information / manipulate information
/ hide the facts

Issued by DGP office, Maharashtra State Page 24 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

5. The EMD of the successful bidder shall be returned upon the execution of the contract upon
furnishing the Bank Guarantee/Security Deposit. No interest shall be paid by the purchaser on
the EMD.

8.10. Pre-Bid Meeting & Clarifications


1. Thane Police / Office of the Director-General of Police, Maharashtra State will host a Pre-Bid
Meeting for queries (if any) by the prospective bidders. The date, time, and place of the meeting
are given in the bidding data sheet. The representatives of the bidders may attend the pre-bid
meeting at their own cost. The purpose of the pre-bid meeting is to provide a forum to the
bidders to clarify their doubts / seek clarification / seek additional information necessary for
them to submit their bid.
2. All enquiries from the bidders relating to this Bid Document must be submitted to the
designated contact person as mentioned in the Bidding Data Sheet via email. The queries of
only those bidders would be considered who shall send the same across e-mail IDs as
indicated. The bidder shall only submit an Excel format for raising pre-bid queries. No scanned
copies shall be accepted for the same.
3. It is necessary that the pre-bid queries must be submitted in spreadsheet format, along with
name and details of the organization submitting the queries as mentioned below. In no event,
Thane Police / Office of the Director-General of Police, Maharashtra State will be responsible
for ensuring that bidders’ inquiries have been received by Thane Police.
Sr. No. RFP Document Reference Content of the RFP Clarification
Volume Section No. Page No. requiring clarification Sought

1
2

4. Any clarification regarding the tender document and any other item related to this project can
be submitted to Thane Police / Office of the Director-General of Police, Maharashtra State as
per the submission mode and timelines mentioned in the Bidding Data Sheet.
5. Queries submitted post the above-mentioned deadline (mentioned in Bidding Data Sheet) or
which do not adhere to the above-mentioned format may not be responded to. All the
responses to the queries (clarifications/ corrigendum) shall be made available on the e-
tendering website.
6. The Director-General of Police, Maharashtra will endeavor to provide timely responses to all
queries. However, Thane Police / Office of the Director-General of Police, Maharashtra State
makes no representation or warranty as to the completeness or accuracy of any response
made in good faith, nor does it undertake to answer all the queries that have been posed by
the Bidders.
7. Any modifications of this RFP, which may be necessary as a result of the pre-Bid Meeting or
for any other reason, shall be made available by the Office of the Director-General of Police,
Maharashtra State exclusively through a corrigendum.
8. Any such corrigendum shall be deemed to be incorporated into this RFP. In case of any such
amendment of the RFP, the Bid submission date may be extended by the Thane Police / Office
of the Director-General of Police, Maharashtra State in its sole discretion.
9. Notifications regarding extensions, and corrigendum, will be published on the website
mentioned in the tender schedule and there shall be no paper advertisement.

8.11. Bid Validity Period


1. The bid shall remain valid for the time mentioned in the bidding data sheet.

Issued by DGP office, Maharashtra State Page 25 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. In exceptional conditions, Thane Police / Office of the Director-General of Police, Maharashtra


State may request the Bidder(s) for an extension of the period of validity of the bid. Bidders will
be required to extend the validity of the bids for such a period.

8.12. Language of Bids


1. The Bids prepared by the Bidder and all correspondence and documents relating to the bids
exchanged by the Bidder and / or Office of the Director-General of Police, Maharashtra shall
be written in the English language, provided that any printed literature furnished by the Bidder
in another language shall be accompanied by an English translation in which case, for purposes
of interpretation of the bid, the English translation shall govern.
2. If any supporting documents submitted are in any language other than English, translation of
the same in the English language is to be duly attested by the bidder.

8.13. Submissions of Bids


1. Complete bidding process will be online (e-tendering) and under a cover system. All the
notification & detailed terms and conditions regarding, this tender notice hereafter will be
published online on web site: www.mahatenders.gov.in
2. The bid can be submitted in electronic format on the website within the deadline as specified in
the Bidding Data Sheet of the RFP.
3. The bidders are required to submit the Original EMD before the bid opening timeline.
4. Pre-qualification bids and technical bids will be opened online on the e-tendering website.
5. The time and date of opening of financial bids will be informed by email to only technically
qualified bidders.
6. Bidders should have a valid class III Digital Signature Certificate (DSC) + Encryption Certificate
obtained from any certifying Authorities.
7. PURCHASER reserves the right to accept or reject any or all the tenders without assigning any
reason.
8. The Bidder should take into account any Corrigendum to this RFP document that may have
been published before submitting their Bids.
9. The proposal should contain the following submission for on the e-Tendering Portal. However,
this is not an exhaustive list, the bidder is expected to go through the tender and provide
documents as necessary.
# Category Response
1. Response to Pre- 1. Bid Covering letter.
Qualification Criteria 2. Checklist
3. Pre-Qualification Conditions compliance
4. Certificate of Conformity/ No Deviation
5. CA Certificate with UDIN number for Annual Turnover Details
and Net profit as per RFP format
6. Scanned copy of EMD and Tender Fee Receipt (as mentioned
in this RFP).
7. Details of the Bidder
8. Details of Experience of Bidder in various projects along with
documentary evidence required to ascertain the claim as
mentioned in the RFP document.
9. Power of attorney for Lead bidder
10. Power of attorney for Authorized signatory
11. Consortium Agreement
12. Non- Blacklisted Declaration

Issued by DGP office, Maharashtra State Page 26 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Category Response
13. Copy of Certificate of Incorporation, PAN Card & GST
Certificate
14. Extracts from the audited Balance sheet and Profit & Loss
statements for last 5 Financial Years (FY 2018-19, FY 2019-20,
FY 2020-21, FY 2021-22, and FY 2022-23)
15. Copy of valid quality certifications, as required in the RFP.
16. Integrity Pact
17. Land Border sharing Declaration
18. Proof of Local Presence or declaration as mentioned in the
RFP document.
Note: Please refer to relevant annexures and RFP formats.
2. Technical Proposal 1. Undertaking of Full-time professionals
2. Profile of Proposed Resources (CVs)
3. Technical Solution
4. Approach & Methodology
5. Project Plan & Deployment of Personnel
6. Unpriced Bill of Material
7. Technical & Functional Compliance, datasheets of proposed
products (Hardware & Software)
8. Details of Experience of Bidder in various projects along with
documentary evidence required to ascertain the claim as
mentioned in the RFP document.
9. Manufacturers Authorization Forms from OEM or Declaration
from the Bidder (if MAF from OEM is not available)
10. Certifications from OEM wherever required
Note: Please refer to relevant annexures and RFP formats.
3. Commercial Proposal 1. Financial Bid Covering Letter
2. Financial Bid
Note: Please refer to relevant annexures and RFP formats.
4. Physical Cover (To be 1. Original Bank Guarantee for EMD
submitted as Hard 2. Tender Fee Receipt
Copy)
3. Original Power of Attorney
Note: Please refer to relevant annexures and RFP formats.

10. During the Online Bid Preparation stage, bidders are allowed to make any changes or
modifications in the bid data uploaded by them in Technical as well as Commercial envelope.
Once a bidder successfully completes the Bid Preparation stage (by generating the Hash
Values), system will not allow him/her to make any further changes or modifications in the bid
data.

8.14. Bidder Preparation Conditions


1. The bidder shall carry out the sizing of the solution based on internal assessment and analysis,
which may include the use of modeling techniques wherever necessary.
2. The bidder must propose a solution best suited to meet the requirements of the PURCHASER.
If, during the sizing of the solution, any upward revisions of the specifications and/or quantity
as given in this tender document, are required to be made to meet the conceptual design and/or
requirements of the tender, all such changes shall be included in the technical proposal.

Issued by DGP office, Maharashtra State Page 27 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

3. If, during the sizing of the solution, any additional product that is not listed in the tender
document is required to be included to meet the conceptual design, performance requirements
and other requirements of tender, all such product(s) should be included by the bidder in the
technical proposal.
4. PURCHASER will in no case be responsible or liable for any costs associated with the design/
sizing of the proposed solution, regardless of the conduct or outcome of the Tendering process.
5. During any stage of the contract, the solution proposed does not meet the functional
requirements, conceptual design, performance requirements/ SLA, and other requirements of
tender, the bidder shall revise the required specifications and/or quantities as proposed by the
bidder in his bid to meet the said objectives/ targets. All such provisions shall be made by the
bidder within the lump sum contract price, at no extra cost to PURCHASER and without any
impact to PURCHASER whatsoever.

8.15. Bid Format


1. Bidder should adhere to various formats given in RFP document. Bids not in the prescribed
formats will be liable for rejection. If a format for specific document is not provided for in this
RFP, the document shall be submitted in a format that makes it legally valid / binding on the
Bidder and that is acceptable to the Purchaser. In any event, PURCHASER shall have the right
to seek clarifications, modifications etc. on the document submitted by the Bidder and the
Bidder shall be obliged to provide such clarifications and modifications within the timelines
specified by Thane Police.

8.16. Compliant proposals/ Completeness of response


1. Bidders are advised to study all instructions, forms, terms, requirements, and other information
in the tender documents carefully. Submission of the bid shall be deemed to have been done
after careful study and examination of the tender document with full understanding of its
implications.
2. Failure to comply with the requirements of this paragraph may render the proposal non-
compliant and the proposal may be rejected. Bidders must:
a. Include all documentation specified in this tender
b. Follow the format of this tender and respond to each element in the order as set out in
this tender
c. Comply with all requirements as set out within this tender.
3. Bidder should not propose multiple options for any system software or other infrastructure
proposed as part of the bid.
4. For all the components, wherever applicable, the bidder needs to provide the data sheets of
the products.

8.17. Deviations and Exclusions


1. Bids shall be submitted strictly in accordance with the requirements and terms & conditions of
the tender. No Deviations and Exclusions to the tender are allowed. In the absence of any
specific provision in the agreement on any issue, the decision of PURCHASER shall be final.

8.18. Authentication of Bids


1. The ‘Bidder’ as used in the RFP shall mean the one who has submitted the proposal. The
Bidder may be either the Principal Officer or his duly Authorized Representative, in either case,
he/she shall submit a Certificate of Authority.
2. All certificates and documents (including any clarifications sought and any subsequent
correspondences) received herein, shall be signed by the authorized representative.
3. It is further clarified that the individual signing the RFP or other documents in connection with
the RFP must certify whether s/he signs as the Constituted attorney of the firm, or company.

Issued by DGP office, Maharashtra State Page 28 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

4. The authorization shall be indicated clearly by written power-of-attorney accompanying the bid.
5. Any change in the authorized signatory, SI/ Bidder shall intimate to PURCHASER in advance.
6. The response to the bid should be submitted along with legible, appropriately indexed, duly
filled Information sheets and enough documentary evidence as per Checklist. Responses with
illegible, incomplete Information sheets or insufficient documentary evidence shall be rejected.

8.19. Late Bids


1. The Bids received after the due date and the specified time (including the extended period if
any) shall not be entertained. The Bids submitted by telex/telegram/fax/e-mail etc. shall not be
considered. No correspondence will be entertained on this matter. PURCHASER shall not be
responsible for any delay or non-receipt/ non-delivery of the documents. No further
correspondence on the subject will be entertained. PURCHASER reserves the right to modify
and amend any of the above-stipulated conditions/criteria depending upon project priorities vis-
à-vis urgent commitments.
2. Given that the bid submission must be made online, it is advised that the Bidder takes all
necessary precautions for the same, including submitting the Bid well in advance to avoid any
last-minute hassles, ensuring that the names/ formats of the files to be uploaded are as per the
e-tendering portal requirements, using the prescribed browser for upload etc. PURCHASER
shall not entertain any bids which could not be uploaded or uploaded properly in the portal for
whatsoever reasons.

8.20. Modification or Withdrawal of Bids


1. No bid shall be altered/modified after the closing date and time for receipt of bids. Unsolicited
correspondence from Bidders shall not be considered.
2. No bid shall be withdrawn in the interval between the last date for receipt of bids and the expiry
of the bid validity period specified by the Bidder in the bid. Withdrawal of a bid during this interval
may result in the Bidder`s forfeiture of its EMD.

8.21. One Proposal & One Solution


1. If a Bidder submits or participates in more than one Proposal, such bids shall be liable for
disqualification.
2. If a Bidder submits presents more than one Solution/Product as part of their Technical Proposal,
Bidder shall be liable for disqualification. Bidders are advised to propose firm solution to meet
the requirements and provide due justification for the selection of the same within Technical
Proposal.

8.22. Local Conditions


1. It will be incumbent upon each Bidder to fully acquaint itself with the local conditions and other
relevant factors such as legal conditions which would have any effect on the preparation of the
bid and performance of the contract and / or the cost. PURCHASER shall not entertain any
request for clarification from the Bidders regarding such conditions.
2. Failure to obtain the information necessary for preparing the bid and/or failure to perform
activities that may be necessary for the providing services before entering into contract will in
no way relieve the successful Bidders from performing any work in accordance with the Tender
documents.
3. Neither any change in the time schedule of the contract nor any financial adjustments to the
contract awarded under the bidding documents shall be permitted by the PURCHASER
because of failure of the Bidders to apprise themselves of local laws and site conditions.

8.23. Rights to Accept/Reject any or all Proposals.


1. PURCHASER reserves the right to accept or reject any proposal, and to annul the bidding
process and reject any/all Bids at any time prior to award of Contract, without thereby incurring

Issued by DGP office, Maharashtra State Page 29 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

any liability to the affected Bidder or Bidders or any obligation to inform the affected bidder or
bidders of the grounds for PURCHASER's action.

8.24. Right to Amendment of the RFP


1. At any time prior to the last date for receipt of bids, PURCHASER, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, may modify
the Tender Document by an amendment. The amendment shall be notified on Website URL as
mentioned in the Control sheet and should be taken into consideration by the prospective
bidders while preparing their bids.
2. To provide the prospective Bidders reasonable time to take the amendment into account in
preparing their bids, PURCHASER may, at its discretion, extend the last date for the receipt of
Bids.

8.25. Right to Vary Scope of Contract


1. PURCHASER may at any time, by a written order given to the bidder, make changes within the
quantities, specifications, services or scope of the Contract as specified.
2. If any such change causes an increase or decrease in the cost of, or the time required for the
bidder’s performance of any part of the work under the Contract, whether changed or not
changed by the order, an equitable adjustment shall be made in the Contract Price or time
schedule, or both, and the Contract shall accordingly be amended or an addendum to the
contract will be signed by both parties. Any claims by the bidder for adjustment under this
Clause must be asserted within thirty (30) days from the date of the bidder’s receipt of the
PURCHASER’s changed order.
3. PURCHASER has right to increase or decrease the scope / value of contract by 25% during
the tenure of contract. The bidder will have to supply the same at unit rate quoted in the
proposal, any time during the contract period.
4. Fluctuations (positive/negative) in the currency exchange rates as well as applicable taxes shall
be considered for future purchases while determining the order value for such incremental
purchases based on the unit rates quoted in the bid.

8.26. Rejection Criteria


1. Notwithstanding anything contained in this RFP, PURCHASER reserves the right to accept or
reject any Proposal and to annul the Selection Process and reject all Proposals, at any time
without any liability or any obligation for such acceptance, rejection or annulment, and without
assigning any reasons therefore.
2. Besides other conditions and terms highlighted in the Tender Document, bids may be rejected
under the following circumstances:
3. General rejection criteria
i. Conditional Bids.
ii. If the information provided by the Bidder is found to be incorrect / misleading / fraudulent
at any stage / time during the Tendering Process.
iii. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or contract
award decisions;
iv. Revelation of prices in any form or by any reason before opening the Commercial Bid;
v. Failure to furnish all information required by the Tender Document or submission of a Bid
not substantially responsive to the Tender Document in every respect;
vi. Bids received after the prescribed time & date for receipt of bids.
vii. If it is found that multiple bidders have uploaded separate tenders/ quotations under
different names of firms/ establishments but with common address for such establishments/

Issued by DGP office, Maharashtra State Page 30 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

firms, are managed or governed by the same person/ persons jointly or severally, such
tenders shall be liable for penal and legal action including blacklisting.
viii. If it is found that firms have tendered separately under different names for the same
contract, all such tender(s) shall stand rejected and tender deposit of each such firm/
establishment shall be forfeited. In addition, such firms/ establishments shall be liable at
the discretion of the PURCHASER for further penal action including blacklisting.
4. Pre-Qualification Bid rejection criteria (But not limited to)
(i) Bidders not complying with the Eligibility Criteria given in this Tender;
(ii) Bids not furnishing documentation to confirm their eligibility to the tender requirements;
(iii) Bids without power of attorney/ board resolution;
(iv) Bids without the requisite EMD submission.
5. Technical Bid rejection criteria (But not limited to)
(i) Bidders not quoting for the complete scope of work as indicated in the Tender Documents,
addendum/corrigendum (if any), and any subsequent information given to the Bidder;
(ii) Bidders not complying with the Technical and General Terms and conditions as stated in
the Tender Documents;
(iii) The Bidder not confirming unconditional acceptance of full responsibility of providing
services in accordance with the scope of work and Service Level Agreements of this
Tender;
(iv) In case of conditional bid or any deviations from the RFP requirements, PURCHASER may
at its discretion reject the respective bid and will not be considered for further evaluation
process;
(v) Bidders not scoring the requisite technical marks.
6. Commercial Bid Rejection Criteria (But not limited to)
(i) Incomplete price Bid;
(ii) Price Bids that do not conform to the Tender’s price bid format;
(iii) Total price quoted by the Bidder does not include all statutory taxes and levies applicable;
(iv) If there is an arithmetic discrepancy in the commercial Bid calculations the Technical
Committee shall rectify the same. If the Bidder does not accept the correction of the errors,
its Bid may be rejected.
(v) If after awarding the contract, it is found that the accepted bid violated any of the directions
pertaining to the participation, the contract shall be liable for cancellation at any time during
its validity in addition to penal action including blacklisting against the bidders.
7. Misrepresentation/ improper response by the Bidder may lead to the disqualification. If the
Bidder is the Lead Member of a consortium, then the entire consortium may be disqualified/
rejected. If such disqualification/ rejection occurs after the Proposals have been opened and
the highest-ranking Bidder gets disqualified/ rejected, then PURCHASER reserves the right to
consider the next best Bidder or take any other measure as may be deemed fit in the sole
discretion of PURCHASER, including annulment of the Selection Process.

8.27. Bid Prices


1. The Bidder shall indicate in the prescribed Proforma, the unit rates and total Bid Prices of the
equipment / services, it proposes to provide under the Contract.
2. If bid is not submitted in the required Commercial Bid Format, the bid shall be liable for rejection.
3. The Bidder shall prepare the bid based on the details provided in the RFP. It must be clearly
understood that the Scope of Work is intended to give the Bidder an idea about the order and
magnitude of the work and is not in any way exhaustive and guaranteed by the Purchaser. The
Bidder shall carry out all the tasks in accordance with the requirement of the RFP and it shall
be the responsibility of the Bidder to fully meet all the requirements of the RFP.

Issued by DGP office, Maharashtra State Page 31 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

8.28. Firm Prices


1. Prices quoted in the bid must be firm and final and shall not be subject to any upward
modifications, on any account whatsoever. However, PURCHASER reserves the right to
negotiate the prices quoted in the bid to effect downward modification in case (of any
component / sub-component) is found unreasonable or higher than a reference price. The Bid
Prices shall be indicated in Indian Rupees (INR) only.
2. The Financial bid should clearly indicate the price to be charged and the taxes shall be
applicable as per actual. It is mandatory that such charges wherever applicable/payable
should be indicated separately in Annexure 17 – Financial Bid. In case there is a change in
the applicable taxes, the same shall apply provided the contract is completed within the
stipulated period. In case of delayed completion (solely attributable to bidder), any upward
revision in taxes will not be paid by PURCHASER.

8.29. Discount
1. The Bidders are advised not to indicate any separate discount in the Financial Bid. Discount, if
any, should be merged with the quoted prices. Discount of any type, indicated separately, shall
not be considered for evaluation purpose. However, in the event of such an offer is found to be
the lowest without considering the discount, the Purchaser shall avail such discount at the time
of award of contract.

8.30. Taxes
1. The Bidders shall fully familiarize themselves about the applicable domestic taxes (such as
Goods and Services Tax, value added or sales tax, service tax, income taxes, duties, fees,
levies, etc.) on amounts payable by the PURCHASER under the Agreement. All such taxes
must be included by Bidders in the financial proposal. (Bidder needs to find out applicable taxes
for the components being proposed). The bidders are required to indicate the applicable tax
rates and tax components in their commercial bids and invoices (by successful bidder)
thereafter.

8.31. Performance Bank Guarantee


1. The successful bidder shall at his own expense, deposit with PURCHASER, within 15 days of
the notification of award (done through issuance of the Purchase Order/Letter of Acceptance),
an unconditional and irrevocable Performance Bank Guarantee (PBG) from a list of approved
banks as per the format given in this Bid Document, payable on demand, for the due
performance and fulfilment of the contract by the bidder. (Refer Annexure 16.9)
2. This Performance Bank Guarantee (PBG) will be for an amount equivalent to 3% of contract
value. All charges whatsoever such as premium, commission, etc. with respect to the
Performance Bank Guarantee shall be borne by the bidder.
3. The Performance Bank Guarantee shall be valid for the 180 days beyond the term of the
resultant Agreement and shall be renewed and maintained as necessary by the SI for the term
of the resultant Agreement, and extensions if any.
4. The Performance Bank Guarantee may be discharged/ returned by PURCHASER upon being
satisfied that there has been due performance of the obligations of the Bidder under the
contract. However, no interest shall be payable on the Performance Bank Guarantee.
5. In the event of the Bidder being unable to service the contract for whatever reason,
PURCHASER would evoke the PBG. Notwithstanding and without prejudice to any rights
whatsoever of PURCHASER under the Contract in the matter, the proceeds of the PBG shall
be payable to PURCHASER as compensation for any loss resulting from the Bidder’s failure to
complete its obligations under the Contract. PURCHASER shall notify the Bidder in writing of

Issued by DGP office, Maharashtra State Page 32 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

the exercise of its right to receive such compensation within 14 days, indicating the contractual
obligation(s) for which the Bidder is in default.
6. PURCHASER shall also be entitled to make recoveries from the Bidder’s bills, performance
bank guarantee, or from any other amount due to him, the equivalent value of any payment
made to him due to inadvertence, error, collusion, misconstruction, or misstatement.

8.32. Notifications of Award and Signing of Contract


1. Prior to the expiration of the period of proposal validity, the bidder will be notified in writing or
through email that its proposal has been accepted.
2. PURCHASER shall facilitate signing of the contract within the period of 30 days of the
notification of award. However, it is to be noted that the date of commencement of the project
and all contractual obligations shall commence from the date of issuance of Purchase Order/
Letter of Acceptance, whichever is earlier. All reference timelines about the execution of the
project and the payments to the SI shall be considered as beginning from the date of issuance
of the Purchase Order/Letter of Acceptance, whichever is earlier.
3. The notification of award (LoI/ Purchase Order) will constitute the formation of the Contract.
Upon the Bidder’s executing the contract with PURCHASER, it will promptly notify each
unsuccessful bidder and return their EMDs.
4. At the time PURCHASER notifies the successful Bidder that its bid has been accepted,
PURCHASER will send the Bidders the Pro forma for Contract, incorporating all
clauses/agreements between the parties. Within 15 days of receipt of the Contract document,
the successful Bidder shall sign and date the Contract and return it to PURCHASER. Draft
Format of the Master Service Agreement is given in Volume IV.
5. The successful bidder will have to bear the necessary duties and charges to get the contract
registered.

8.33. Failure to Agree with the Terms and Conditions of the tender
1. Failure of the successful bidders to agree with the Draft Legal Agreement and Terms &
Conditions of the tender shall constitute enough grounds for the annulment of the award, in
which event PURCHASER may award the contract to the next best evaluated bidder or call for
new proposals from the interested bidders.
2. In such a case, the PURCHASER shall invoke the PBG of the successful bidder, if any.

Issued by DGP office, Maharashtra State Page 33 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

9. Bid Evaluation
9.1. Opening of Bids
1. The bids that are submitted online successfully shall be opened online as per date and time
given in Proposal Data Sheet, through e-Tendering procedure only in the presence of bidders.
2. Bids shall be opened either in the presence of bidders or it’s duly authorized representatives.
The bidder representatives who are present shall sign a register evidencing their attendance.
Two representatives per applicant shall be permitted to be present at the time of opening the
tender.
3. Total transparency will be observed and ensured while opening the Proposals/Bids.
4. PURCHASER always reserves the rights to postpone or cancel a scheduled Bid opening.
5. Bid opening will be conducted in two stages
(i) In the first stage, Pre-qualification Proposals would be opened. The EMD of the Bidders
will be opened on the same day and time, on which the Pre-qualification Proposal is
opened. Technical Proposals of Bidders who pass the Pre-qualification criteria will be
evaluated further.
(ii) In the second stage, Commercial Proposal of those Bidders who’s Technical Proposals
qualify, would be opened.
In the event of the specified date of Bid opening being declared a holiday for PURCHASER,
the bids shall be opened at the same time and location on the next working day. In addition to
that, if there representative of the Bidder remains absent, PURCHASER will continue process
and open the bids of the all Bidders.

9.2. Selection Process for Bidders


1. PURCHASER will appoint a Technical Evaluation Committee (TEC) to scrutinize and evaluate
the prequalification of bidders, technical and commercial bids received. The TEC will examine
the Bids to determine whether they are complete and whether the Bid format conforms to the
Bid Document requirements. PURCHASER may waive off any informality or nonconformity in
a Bid which does not constitute a material deviation according to PURCHASER.
2. The evaluation process of the RFP proposed to be adopted by PURCHASER is indicated under
RFP Section 10 below. The purpose of this clause is only to provide the Bidder(s) an idea of
the evaluation process that the Purchaser may adopt. However, PURCHASER reserves the
right to modify the evaluation process at any time during the Tender process, without assigning
any reason, whatsoever, and without any requirement of intimating the Bidder(s) of any such
change.

Issued by DGP office, Maharashtra State Page 34 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

10. Evaluation of Bids


1. PURCHASER shall constitute a Tender Evaluation Committee to evaluate the responses of the
bidders. The Tender Evaluation Committee shall evaluate the responses to the RFP and all
supporting documents/documentary evidence. Inability to submit requisite supporting
documents/documentary evidence by bidders may lead to rejection of their bids.
2. The Committee may seek inputs from their professional and technical experts in the evaluation
process.
3. PURCHASER reserves the right to do a reference check of the past experience stated by the
Bidder. Any feedback received during the reference check shall be taken into account during
the technical evaluation process.
4. 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 presentations with the Bidders to seek
clarifications or conformations on their bids.
5. 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.
6. Proposal Presentations: The Tender Evaluation Committee may invite each pre-qualified
Bidder to make a presentation to PURCHASER at a date, time and venue decided by
PURCHASER. The purpose of such presentations would be to allow the Bidders to present
their proposed solutions to the Committee and orchestrate the key points in their Proposals.
7. Unnecessarily elaborate brochures or other promotional materials beyond those sufficient to
present a complete and effective proposal are considered undesirable and may be construed
as an indication of the bidder’s lack of cost consciousness. PURCHASER interest is in the
quality and responsiveness of the proposal.
8. During the bid evaluation, PURCHASER may at its discretion, ask the bidder for a clarification
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. PURCHASER is entitled
to ask for clarifications as many times as possible from the bidders to the satisfaction of the
Technical Evaluation committee.
9. If the bidder fails to provide the clarification or additional information sought in the stipulated
time, the information provided in the technical proposal only will be used for evaluation. It is
clearly understood that the additional information or clarification on the technical proposal
provided by the bidders will not be the basis for affecting any changes in the Commercial
Proposal already submitted by the bidders.
10. The steps for evaluation are as follows:

10.1. Stage 1: Pre-Qualification


The Bidder (individual firm or a consortium of maximum 2 firms (i.e. Lead Bidder + Consortium Member)
must meet the following pre-qualification requirements to become eligible for the Technical &
Commercial Evaluation.

# Criteria Parameter Document Proof Applicable To


PQ 1 Company The SI (Sole Bidder or the • Copy of Certificate of • Sole/Lead
Existence Lead Bidder of the Incorporation Bidder &
consortium) should be: • Copy of PAN Consortium
• A company Member
• Copy of Registration
incorporated in India Certificates with the
under the Companies GST Authorities
Act, 1956 / 2013 and
• Copy of purchase
orders showing at least

Issued by DGP office, Maharashtra State Page 35 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Parameter Document Proof Applicable To


subsequent 5 years of operations or
amendments thereto. Certified true copy of
balance sheet and P&L
• Registered with GST statements for last 5
Authorities in India years or Certificate
• Should have been from the Statutory
operating for the last Auditor/ CA with UDIN
no. on overall turnover
five years in India as
details from the last five
on the date of (5) audited financial
publishing of RFP years as per format
notice (including name given in Annexure 15.9
change / impact of • Consortium agreement
mergers or clearly stating the roles
acquisitions). and responsibilities of
each member as per
In case of consortium, other format given in
consortium members Annexure 15.7
should be:
• A company
incorporated in India
under the Companies
Act, 1956 / 2013
• Should have been
operating for the last
five years as on the
date of publishing of
RFP notice (including
name change / impact
of mergers or
acquisitions).
• Maximum two
companies shall be
allowed in a consortium
including the Lead
Member.
PQ2 Financial • The Sole Bidder or the The Sole Bidder or the • Sole/Lead
Turnover Lead Bidder should Lead Bidder: Bidder &
have an average • Audited financial Consortium
overall turnover of at statements for the last Member
least INR 250 Crores three (3) financial
during last three (3) years.
financial years (FY
• Certificate from the
2020-21, FY 2021-22,
Statutory Auditor/ CA
FY 2022-23)
with UDIN no. on
overall turnover details
• In case of consortium, from the last three (3)
consortium member audited financial years
should have an as per format given in
average overall Annexure 15.9
turnover of at least
INR 100 Cr from
IT/ITES/Telecom

Issued by DGP office, Maharashtra State Page 36 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Parameter Document Proof Applicable To


Projects during last In case of Consortium
three (3) financial years Member:
(FY 2020-21, FY 2021-
• Audited financial
22, FY 2022-23)
statements for the last
three (3) financial
years.
• Certificate from the
Statutory Auditor/CA
with UDIN no. on
turnover details from
the IT / ITES/ Telecom
business areas over
the last three (3)
financial years as per
format given in
Annexure 15.9

PQ 3 Positive Net The bidder (Lead bidder in • Copy of the audited • Sole/Lead
Profit case of consortium) should balance sheets of the Bidder
have made cumulative net company(s)
profit of minimum Rs. 125 • Certificate from
Crores in the last five (5) Statutory Auditor/ CA
Financial Years. with UDIN no. on net
profit details of the last
five (5) financial years
as per format given in
Annexure 15.9
PQ 4 Similar Sole Bidder or the Lead Documents to be submitted • Sole/Lead
Project Bidder must have for “Similar Project”: Bidder
implemented at least one • Work Order/Signed
Similar project with Contract & ‘Go-Live’
State/Central Govt/PSU Certificate or
• Similar Project: Completion Certificate
Completed projects • Bidder to submit the
involving project details as per
implementation of the Format given in
below mentioned Annexure 15.10
components and
successfully executed
(Go-Live) by the bidder Note: - If the project is
in the past Seven ongoing and have not
years as on date of bid completed the
submission. implementation phase or
has not been declared Go-
Project should cover the
Live, then in that case the
following:
minimum components
• IP based CCTV mentioned in criteria need
surveillance with a to be operational and
minimum of 2500 bidder has to share
cameras in outdoor satisfactory completion
environment. certificate of the claimed

Issued by DGP office, Maharashtra State Page 37 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Parameter Document Proof Applicable To


• Remote viewing of completed component from
CCTV feeds through the client.
MPLS/VPN/WAN/GPO
N/Leased Line etc.
• Command
Center/Viewing Center
to monitor surveillance
system
• Health monitoring/
service level agreement
management of CCTV

Notes:
Project should have been
implemented in last 7
years, as on date of the bid
submission.

Completed Projects
means Projects which has
been declared ‘Go Live’ &
have completed its O&M
phase in last 7 years from
date of bid submission.
OR
has been declared ‘Go
Live’ & O&M phase is in
process in last 7 years from
date of bid submission.
PQ 5 Certification The Sole/Lead/consortium Sole/Lead • Sole/Lead
member should possess at Bidder/Consortium Bidder/Consortiu
least two certifications from Member: m Member
the below certifications • Copies of valid
(should be valid as on bid certificates in the name
submission date: of the bidding entity
• ISO 9001:2008 or latest
• CMMI Process Level 3
or above
• ISO 27001:2013 for
Information Security
Management System
PQ 6 Blacklisting • The bidder (all • Self-declaration by the • Sole/Lead
Declaration members in case of Bidder (all the Bidder &
consortium) should not members of the Consortium
have been Blacklisted Consortium individually, Member
currently by any State / in case the Bidder is a
Central Government or consortium) duly signed
Central Govt. PSU in by the authorized
India. signatory on Non –

Issued by DGP office, Maharashtra State Page 38 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Parameter Document Proof Applicable To


Note: - “currently” refer to judicial stamp paper of
any stage of the bid INR 100/-.
process as well as during • Bidder to submit the
PMU / contract period. undertaking in a format
as per Annexure 15.11
PQ 7 Project Office • The Bidder (or the Lead • A self-certified • Sole/Lead
in MMR Bidder of consortium, in declaration by the Bidder
case of a Consortium) authorized signatory of
should have office in the bidder should be
MMR Region. submitted along with
• Alternatively, if the the proposal as per the
bidder doesn’t have an format given in
office in MMR Region, Annexure 15.12
then they have to
furnish an undertaking
that an office would be
established in MMR
Region, within 1 (one)
month of signing the
contract, to provide
implementation and
O&M support for entire
project period.
PQ 8 Land border • Declaration by bidder • Self-declaration by • Sole/Lead
Sharing bidder or its OEM Bidder &
should submit a Consortium
compliance certificate Member
abiding the restrictions
mentioned in Order
(Public Procurement
No.4), No. F 7/10/2021-
PPD (1), issued by
Ministry of Finance,
Department of
Expenditure, Govt of
India dated 23.02.2023
& 11.09.2023 or any
subsequent
amendment thereafter
for the active
components &
applications proposed
in the project as per
format given in
Annexure 15.13

1. In case of any change in eligibility criteria during the bidding stage, it is bidder’s responsibility
(all consortium partners in case of a consortium) to bring any change to Thane Police / Office
of the Director-General of Police, Maharashtra State notice if there is a change in the status of
the bidder during bidding stage, with reference to any of the above-mentioned criteria for
eligibility.

Issued by DGP office, Maharashtra State Page 39 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. Experience of the parent firm (in case bidder firm is a 100% subsidiary of the parent firm) or
experience of the 100% subsidiary firm (if parent firm is applying for the bid) or Experience of
Sister Firm only if both (Bidder Firm & Sister Firm) are 100% subsidiaries of the same Parent
Firm shall be considered. However, in such case the authorized signatory of corresponding
firm(s), whose experience is being considered, should submit certificate to transfer know-how
to the bidder firm as and when required. (This note shall be also applicable for technical scoring
of the bids).
3. Each of the Pre-Qualification condition mentioned in above is MANDATORY. In case, the
Bidder does not meet any one of the conditions, the bidder shall be disqualified.
4. In case of Central Govt./PSU in criteria PQ 2 will be applicable and criteria PQ3 is not
mandatory.
5. In case of consortium, a consortium partner shall only participate in one consortium bid unless
the partner is an OEM or Network Service Provider and has been part of consortium only as
OEM or Network Service Provider.

10.2. Stage 2: Technical Evaluation


1. Technical bid will be evaluated only for the bidders who succeed in Pre-Qualification Stage.
2. PURCHASER will review the technical bids of the short-listed bidders to determine whether the
technical bids are responsive. Bids that are not responsive are liable to be disqualified.
3. The bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements specified in the RFP and technical evaluation framework as mentioned in
subsequent sections.
4. Bidders may be asked to give demonstration of the envisaged solution to PURCHASER.
5. Each Technical Bid will be assigned a technical score (T) out of a maximum of 100 marks.
Bidders are required to score a minimum 60% marks in each section and an overall
minimum of 70% (70 marks out of 100 across all the sections together) to get technically
qualified. Failing to secure minimum marks shall lead to technical rejection of the Bid.

10.2.1. Technical Evaluation Process


The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as per the
evaluation criteria in the following table.
Section Evaluation Criteria Max. Marks
A Sole bidder/ Lead Bidder Profile 20
B Relevant experience of the Bidder 35
C Technical Solutions proposed, Approach & Methodology for 35
implementation and Project Presentation
D Proposed Manpower 10
Total 100

# Criteria Evaluation criterion details Max Supporting


Category Marks Documents required
A Bidder Profile (Maximum Marks – 20)
A1 Annual • Average annual turnover for Sole 12 Sole/Lead Bidder
turnover bidder (or Lead bidder in case of • Certificate from
consortium) over the last three the Statutory
audited financial years. Auditor/ CA
certificate with
Marks shall be allotted as given below: UDIN no. on

Issued by DGP office, Maharashtra State Page 40 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Evaluation criterion details Max Supporting


Category Marks Documents required
• >= 250 Crore – 9 marks turnover details
over the last three
• Every additional 50 Crore –
(3) financial years
Additional 1.5 marks each
as per format
given in Annexure
15.9
A2 Manpower • Full time Employees (FTE) on 5 Sole Bidder or any
payroll of Sole bidder (or Lead Member of Consortium
bidder in case of consortium) • Certificate from
working in the business unit with the Head of HR
more than 5 years of experience in Department or
ICT Projects and/or City equivalent on
Surveillance Projects. bidding entity’s
• 100 FTEs – 70% marks letter head as per
• Every additional 50 FTEs – fformat given in
Additional 10% marks each Annexure 16.2

• In case of consortium, Lead Bidder


should have minimum 50% of the
FTE Manpower being used for
technical evaluation.
PURCHASER reserves the right to
verify the certification submitted by the
bidder for consideration for
evaluation."
A3 Certification The valid certifications with Bidder 3 • Copies of valid
(Sole or Lead bidder or Consortium certificates in the
members), from the following list: name of the
• SEI / CMMI- Process Level 3 or bidding entity
above
• ISO 9001:2008 or latest
• ISO 27001:2013 for Information
Security Management System

Marks shall be allotted as given below:


• Any two unique of the above
certifications – 70% marks
• For all three of the above
certifications – Additional 30%
mark

Note: In case of consortium, if Lead &


consortium submit the similar type of
certificate then in such case only one
unique certificate will be considered
B Relevant experience of the Bidder (Maximum Marks – 35)

Issued by DGP office, Maharashtra State Page 41 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Evaluation criterion details Max Supporting


Category Marks Documents required
B1 Surveillance • The Sole Bidder or any consortium 15 Sole Bidder or any
Projects member (in case of consortium) Member of
should have been awarded and Consortium:
successfully executed video • Work order /
surveillance project(s) with Contract clearly
State/Central Govt/PSU with IP highlighting the
based CCTV cameras during last scope of work and
seven years as on the date of value of the
release of RFP contract / order.
Marks shall be allotted as below: • Completion / Go-
• One project with 2500 IP based Live Certificate
CCTV Cameras in outdoor issued & signed by
environment – 10 Marks the competent
• Every additional 500 IP based authority of the
CCTV Cameras in outdoor client entity on the
environment (in same / separate entity’s letterhead.
project) – Additional 1 marks each • Bidder to submit
the project details
as per Annexure
For e.g.
15.10 format.
1. If bidder submits 2 projects with
2700 and 1600 IP based CCTV
Cameras in outdoor environment
each, then the bidder will get 10
marks for project with 2700 IP
based CCTV Cameras in outdoor
environment and 3 marks (1 mark
for every 500 cameras) for 1600 in
outdoor environment IP CCTV
Cameras
2. If the bidder submits 1 project with
>=5000 IP based CCTV Cameras
in outdoor environment, then the
bidder will get 15 marks
B2 ICCC Projects • The Sole Bidder or any consortium 10 Sole Bidder or any
member (in case of consortium) Member of
should have been awarded and Consortium:
successfully executed projects that • Work order/
entails operationalization of Contract clearly
command-and-control center & its highlighting the
integration with VMS/ICCC, scope of work and
RLVD/ANPR/Speed value of the
Detection/Video Analytics, GIS contract / order.
Application/Map, NMS/EMS etc.
• Completion/ Go-
during last seven years as on the
Live Certificate
date of release of RFP.
issued & signed by
the competent
Marks shall be allotted as below: authority of the
• One Project – 7 Marks client entity on the
entity’s letterhead.
• Additional Project – 3 marks

Issued by DGP office, Maharashtra State Page 42 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Evaluation criterion details Max Supporting


Category Marks Documents required
• Bidder to submit
the project details
as per Annexure
15.10 format.
B3 Video • The Sole Bidder or any consortium 10 Sole Bidder or any
Analytics member (in case of consortium) Member of
should have been awarded and Consortium:
successfully executed projects that • Work order/
entails Server based Video Contract clearly
Analytics (RLVD/ANPR/Speed highlighting the
Detection/Video Analytics/FRS scope of work and
etc.). during last seven years as value of the
on the date of release of RFP. contract / order.
• Completion/ Go-
Marks shall be allotted as below: Live Certificate
• One Project 100 Video Analytics – issued & signed by
7 Marks the competent
authority of the
• Additional Project 50 Video
client entity on the
Analytics – 1.5 marks each
entity’s letterhead.
• Bidder to submit
the project details
as per Annexure
15.10 format.
C Technical Solutions proposed and Approach & Methodology for implementation (Maximum
Marks – 35)
C1 Technical The Technical solution proposed shall 15 • Assessment to be
Solution be evaluated for technical marking based on the
Proposed based on following parameters: evaluation of the
• Scalability of Servers, Storage and Technical
Core Infrastructure to handle Proposal &
future capacity – 2 marks Presentation made
by Bidder
• Innovative
technologies/methodologies
proposed for project execution – 2
marks
• Use cases for use of AI / emerging
tech in the project – 2 marks
• Additional functionalities proposed,
beyond the benchmark
specifications, which are found
relevant for the Project
o CCTV camera – 2 mark
o Facial Recognition application
– 2 marks
o Video Analytics – 2 marks
o Network & IT infrastructure –
2 mark

Issued by DGP office, Maharashtra State Page 43 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Evaluation criterion details Max Supporting


Category Marks Documents required
o RLVD/Speed Camera – 1
mark
C2 Approach & Proposed Approach & Methodology 10
Methodology shall be evaluated on following
parameters:
• Project Understanding
demonstrated by the Bidder – 2
marks
• Completeness of project plan – 2
marks
• Clarity and details on Bill of
Material – 2 marks
• Strategy to maintain all the SLAs
during Post Implementation Period
– 2 marks
• Completeness of the Risk Register
& Risk Mitigation Plan – 2 marks
C3 Project Following parameters will be evaluated 10
Presentation during presentation:
& • System Integrator’s understanding
Demonstration of project requirements (functional
and technical) and completeness
of proposed solution – 2.5 marks
• Presentation of the Approach and
Methodology for implementation,
maintenance and support – 2.5
marks
• Clarifications given during
Presentation – 2.5 marks
• Demonstration of the ICCC
Platform (At least One Go-Live
operation to be demonstrated) –
2.5 marks
D Proposed Manpower for implementation & O&M phase (Maximum Marks – 10)
D1 Project Marks shall be allotted towards 4 • Bidder is to submit
Manager following compliances: the Detailed CV as
• B. Tech / BE with min. 10 years of per the format
experience. – 2.5 Marks given in
Annexures 16.3 &
• Relevant project experience
16.4
(Overall project management
experience in monitoring of min.
500 Cameras) – 0.5 mark for
each project implementation
capped at max 1 marks.
• Relevant Certification (PMP or
PRINCE2) or PGP/PGDM/MBA –
0.5 marks for any one valid
certification/qualification

Issued by DGP office, Maharashtra State Page 44 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Criteria Evaluation criterion details Max Supporting


Category Marks Documents required

D2 Technical Marks shall be allotted towards 3 • Bidder is to submit


Expert – following compliances: the Detailed CV as
Network per the format
given in
• B. Tech/BE with min. 5 years of
Annexures 16.3 &
experience. – 1.5 Marks
16.4
• Relevant project experience (min.
500 active nodes) – 0.5 mark for
at-least one relevant project
implementation capped at max 1
marks.
• Relevant Certification (like CCNA
or CCNP) – 0.5 mark for any one
valid certification.
D3 Application Marks shall be allotted towards 3 • Submission of
Expert – following compliances: Detailed CV as per
CCTV • B. Tech/BE with min. 5 years of format given in
experience. – 1.5 Marks Annexure 16.3 &
16.4)
• Relevant project experience
(Experience of managing
surveillance related applications
like VMS, EMS, ANPR /AI /Video
Summarization, Ticketing tool) –
0.5 mark for at-least one relevant
project implementation capped at
max 1 mark.
• Relevant Certification (like ITIL) –
0.5 mark for valid certification.

Important Notes:
1. The qualifications of proposed Manpower are a mandatory requirement and should be as
mentioned in the Vol II of this RFP for evaluation purposes.
2. Relevant project experience: This phrase mentioned in above table would mean experience of
those projects which have similar components under implementation as mentioned in the scope of
this RFP (Vol II).
3. Evaluation shall be done based on the information provided in the technical proposal (& subsequent
clarification, if any) and Clarifications / Answers given to the Tender Evaluation Committee during
the Presentation by the Bidders.
4. Only those Bids which have a minimum score of 70 of total marks in technical evaluation will be
considered for opening of their Commercial Bid. However, the “DGP, Maharashtra Police” reserves
the right to lower the minimum required qualifying marks for sectional and/or overall qualification, if
less than three (3) Bidders qualifies for commercial evaluation. The decision of “DGP, Maharashtra
Police” office in this regard shall be final and binding to all the bidders.
5. In addition to the above-mentioned criteria, it is mandatory for the Bidder to get the compliance
of minimum benchmark technical & functional specifications from the OEM. Bidder should
submit either technical & functional compliance to the mentioned benchmark specifications directly

Issued by DGP office, Maharashtra State Page 45 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

from the OEM or Bidder to submit the technical specification sheets highlighting the compliance to
the benchmark specifications. Submission is to be made as per Annexure 16.5
6. As part of the technical Bid submission, it is mandatory for the Lead bidder to submit the below-
mentioned Annexure documents.
a. Unpriced BOM (Refer to Annexure 16.6)
b. Format of Authorization Letter from the OEM for the quoted products (Refer to Annexure
16.7)
7. It is mandatory for the Bidder to provide compliance to General guidelines & OEM Criteria
as mentioned in Annexure 1 of Vol 2 of this tender document.
8. It's mandatory for the Bidder to comply with the Manufacturer Authorization Form (MAF
certificate) for listed project components in line with the format mentioned in this tender document.
In case of minor deviation Bidder can submit an undertaking of submitting the MAF as per format
before contract signing. However, the decision of accepting the deviation at bid evaluation stage
remains with the Department.
9. The Sole Bidder OR Lead Bidder should have direct authorization from the original equipment
manufacturer (OEM) for selling and supporting the following equipment’s Bidder to submit the
required documents as per Annexure 16.7
a. All type of CCTV Cameras
b. PA System
c. All active IT Components (Server, Storage, Routers, Switches, Firewall etc.)
d. Workstations
e. Videowalls & LED TV
f. Smart rack
g. All IT applications
h. Online UPS
10. The Bidder should submit the MAF certificate as per the Annexure 16.8 in case if MAF from OEM
is not available) attached in the RFP. MAF certificate should clearly state the warranty and support
period.

10.3. Stage 3: Commercial Evaluation


1. The commercial bids shall not be opened by PURCHASER until the evaluations of Technical
bids have been completed. The technically shortlisted Bidders will be informed of the date and
venue of the opening of the Commercial Proposals through email or written communication
2. Prices quoted indicating total price for all the deliverables and services must be fixed and final
and shall remain constant throughout the period of the contract and shall not be subject to any
upward modifications, on any account whatsoever. The Bid Prices shall be indicated in Indian
Rupees (INR) only and payments shall be made to successful bidders in Indian currency only
3. The bid should clearly indicate the price to be charged without any qualifications whatsoever
and should include all taxes, duties, fees, levies and other charges as may be applicable in
relation to the activities proposed to be carried out. PURCHASER reserves the right to ask the
Bidder to submit proof of payment against any of the taxes, duties, levies indicated.
4. The taxes quoted in the offer should be as per the prevailing tax rates. Any subsequent increase
in the tax rates or introduction of new tax will be paid by PURCHASER. Similarly, any benefits
arising due to downward revision in tax rates, or any exemptions availed by the Bidders
organization should be passed on to PURCHASER.
5. The individual cost components as detailed later in the tender shall be uploaded as scanned
copy in the commercial envelope. The summary of all components shall be uploaded as BoQ
format in excel.
6. An adjustable price quotation or conditional proposal shall be treated as non-responsive, and
the bid may be rejected.

Issued by DGP office, Maharashtra State Page 46 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

7. Bidders are advised to exercise adequate care in quoting the prices. No excuse for corrections
in the quoted figures will be entertained after the commercial proposals are received.
8. Errors & Rectification: Arithmetical errors will be rectified on the following basis:
(i). If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the total price shall
be corrected.
(ii). If there is a discrepancy between words and figures, the amount in words will prevail.
9. Bidder should provide all prices as per the prescribed format provided in Volume I of the tender
10. Bidders shall indicate the unit rates and total Bid Prices of the equipment/ services, it proposes
to provide under the Contract. Prices should be shown separately for each item as required in
the tender.
11. Bidder should not leave any field blank. In case the field is not applicable, Bidder must indicate
“0” (Zero) in all such fields.
12. If there is no price quoted/leave any field blank for certain material or service, the department
will consider it as “0” (Zero) in all such fields.
13. The Bidder needs to account for all Out of Pocket expenses related to Boarding, Lodging and
other related items in the commercial bids. Any additional charges have to be borne by the
bidder. For the purpose of evaluation of Commercial Bids, PURCHASER shall make
appropriate assumptions as mentioned below 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.
14. It is mandatory to provide break up of all taxes, duties and levies wherever applicable and/or
payable. The taxes quoted in the offer should be as per the prevailing tax rates. Any subsequent
increase in the tax rates or introduction of new tax will be paid by PURCHASER. Similarly, any
benefits arising due to downward revision in tax rates, or any exemptions availed by the Bidders
organization should be passed on to PURCHASER. The bid amount shall be inclusive of
packing, forwarding, transportation, comprehensive insurance during entire contract period,
delivery charges and any other charges as applicable. Any other charges as applicable shall
be borne by the bidder.

10.3.1. Commercial Evaluation Process


1. Total Price shall be calculated based on the format provided in Section Format for Financial
Bid. The Total Price (C) for each responsive bid shall be sum of Capex cost and Opex cost,
where, Opex cost should be all inclusive of the costs of necessary goods such as spare parts,
software license renewals, labor etc. needed for the continued and proper operation of the
system.
2. The lowest Total Price (C) as calculated above shall be given a commercial score (CS) of 100
points. The Commercial Score of the other bidders 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 (CS) = {(Commercial Quote of the lowest bidder / Commercial
Quote of the respective bidder) x 100}

Note: The Bidder is expected to upload the price breakup as per the schedules mentioned in the
Vol I (Section 17.3 Commercial Bid Format) in PDF format in the Commercial Envelope along
with this macro-Excel.

10.4. Total Bid Evaluation


1. Evaluation criteria proposed to be adopted will be Quality cum Cost Based System (QCBS)
where Technical Bid Score will get a weightage of 70% and Commercial Bid Score a
weightage of 30%. The bidder would be technically evaluated out of 100 marks.

Issued by DGP office, Maharashtra State Page 47 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. In technical evaluation stage, bidder is required to score a minimum 60% marks in each section
and an overall minimum of 70% (70 marks out of 100 across all the sections together) to get
technically qualified.
3. Normalized Technical score of all bidders will be calculated based on the following formula:
• Normalized Technical Score of bidders (TS) = Technical Marks received by the bidder x 70%
4. The Bid having the Lowest Commercial Quote shall be termed as the Lowest Evaluated Bid
and will be awarded 100 marks. Commercial score of all the other bidders will be calculated as
per section 10.3.1.
5. Normalized Commercial score of all bidders will be calculated based on the following formula:
• Normalized Commercial score of the Bidder (CS) = Commercial score of the Bidder (CS) *
30%
6. Final Score of the bidder: Final Score of each bidding party will be computed by adding the
Technical score and Commercial Score based on the following formula:
• Total Score of the bidder = TS + CS
7. The bidder whose bid has secured the “Highest Total Score of the bidder” out of 100 as per
above evaluation will be considered as best evaluated Bid.
8. In case of a tie where two or more bidders achieve the same highest overall score, the bidder
with the higher technical score will be invited first for negotiations.
9. PURCHASER is not bound to accept the best evaluated bid or any bid and reserves the right
to accept any bid, wholly or in part.
10. Example demonstrating the calculation of Technical Score and Commercial Scores is provided
below:

Bidder Technical Score of the Calculations of Normalized


bidder Normalized Technical Technical Score
(A) Score of bidder (TS) of bidder (TS)
(A*70%)
Bidder 1 88 88*70% 61.6
Bidder 2 90 90*70% 63
Bidder 3 80 80*70% 56
Bidder 4 95 95*70% 66.5

Bidder Commercial Calculation of Commercial Calculation of Normalized


Quote commercial Score Normalized Commercial
Provided by score (B) Commercial Score Score of
Bidder (in (A) of Bidder (CS) Bidder (CS)
INR) (Capex + C = B * 30%
Opex)
Bidder 1 110 (110/110)*100 100 100 * 30% 30.00
Bidder 2 140 (110/140)*100 78.57 78.57 * 30% 23.57
Bidder 3 160 (110/160)*100 68.75 68.75 * 30% 20.63
Bidder 4 130 (110/130)*100 84.61 84.61 * 30% 25.38

Bidder Technical Score (TS) Commercial Score (CS) Total Score


(A) (B) C=A+B
Bidder 1 61.6 30.00 91.60
Bidder 2 63 23.57 86.57

Issued by DGP office, Maharashtra State Page 48 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Bidder Technical Score (TS) Commercial Score (CS) Total Score


(A) (B) C=A+B
Bidder 3 56 20.63 76.63
Bidder 4 66.5 25.38 91.88

The bidder with the highest final score shall be treated as the best evaluated Bid. In the above example,
Bidder 4 will be treated as best evaluated Bid.

However, the “DGP, Maharashtra Police” reserves the right to lower the minimum required qualifying
marks for sectional and/or overall qualification, if less than three (3) Bidders qualifies for commercial
evaluation. The decision of “DGP, Maharashtra Police” office in this regard shall be final and binding to
all the bidders.

Issued by DGP office, Maharashtra State Page 49 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

11. Roles & Responsibilities of Stakeholders


11.1. Project Governance & Structure
11.1.1. Governance Structure
Putting a governance structure around the project (surrounding this solution or any other envisaged
solution) is essential to ensure that project implementation stays on track and achieves its strategic
objectives and goals. It acts as a mechanism to measure the progress of the implementation.
Governance framework is an efficient system to ensure compliance. As part of the project governance,
client shall appoint the following committees:
• Steering Committee - High Power Committee (HPC), which shall strategic decisions regarding the
project and issue guidelines for the project
• Technical Evaluation Committee, which shall evaluate the business solutions proposed by the SI
as well as the project timelines and carry out end to end bid process management
• Project Implementation Committee (PIC), which shall take operational decisions, project planning
and implementation monitoring and will interact and co-ordinate with all the stakeholders.
• A User Team, along with member of project team & project consultant will evaluate the fit of the
workflows as proposed by the SI. In addition, this team will be involved in the UAT during the
implementation phase.
Steering Commiittee
(HPC)

Technical Evaluation Project Implementation


Committee Committee (PIC)

User Team

11.1.2. Governance Schedule


1. The agenda for each meeting of the Steering Committee and other committees shall be set to
reflect the discussion items related to the scope of work and additional items may be added
either with the agreement of the Parties or at the request of either Party.
2. Copies of the agenda for meetings along with relevant pre-reading material, shall be distributed.
3. All meetings and proceedings will be documented; such documents to be distributed to both
Parties and copies shall be kept as a record. All actions, responsibilities and accountabilities
arising out of any meeting shall be tracked and managed.
4. The Parties shall ensure as far as reasonably practicable that the above formed committees
shall resolve the issues and resolve the objectives placed before them and members
representing that Party are empowered to make relevant decisions or have easy access to
empowered individuals for decisions to be made to achieve this.
5. The Parties will proceed in good faith so that the Steering Committee shall resolve the issues
and smoothen the performance of the Project.
6. The parties agree to attempt to resolve all disputes arising under the Agreement, equitably and
in good faith. To this end, the parties agree to provide frank, candid and timely disclosure of all
relevant facts, information and documents to facilitate discussions between them/their
representatives or senior officers.

Issued by DGP office, Maharashtra State Page 50 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

12. Change Management & Control


12.1. Purpose & Objective
1. The purpose of the Change Request procedure is to control changes to the System environment.
The Change request procedure has the following objectives:
• To protect the System environment from uncontrolled changes.
• To minimize the occurrence of unintended affects during the implementation of necessary
changes.
• To avoid implementation of any changes which is not reviewed, approved or analysed.
• To control the impact of changes and minimize the effect on effective as well as efficient service
delivery.
2. The bidder will implement a Change Control system that will facilitate and maintain all records
pertaining to Change Control.

12.1.1. Institutional Framework for Change Requests

Role Description
Change Advisory Board • Chairperson of the PIC (CP Thane City)
(CAB) Chairperson • Final decision-making authority if CAB does not reach an
agreement.
• Deputes a member from the Board to be the evaluator for each
change request.
• Deputes additional member (part of Bidder team) to be the modifier
for each approved change request
Change Advisory Board • Project Implementation Committee (PIC) shall act as Change
Advisory Board (CAB)
• PMU engaged by the client shall support CAB
• CAB decides whether to approve or reject proposed changes for
the project
• Authorized to review, approve and schedule all changes to the
computing environment including software
• Decision of CAB will be final and binding on all parties involved
Evaluator • The person whom client asks to analyze the impact of a proposed
change
• Member of User Team
• Member Appointed by the client
Modifier • The person who is assigned responsibility for making changes in a
work product in response to an approved change request; updates
the status of the request over time
• Member of User Team
• Member Appointed by the client
Originator • The person / party who submits a new change request
• Client
• Police Stations
• PMC etc.

Issued by DGP office, Maharashtra State Page 51 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Role Description
Verifier • The person who determines whether a change was made correctly

The client may constitute a Change Advisory Committee (CAC) to handle minor Change Requests. This
will be headed by client’s nominated agency official and will include members of the SI and other third-
party agency nominated by the client. It will follow processes similar to the Change Advisory Board but
will be focusing only on minor Change Requests.
The client will provide the timelines to be followed during the project tenure for the implementation of
the Change Requests that will be binding on the bidder. All change request process shall be carried out
manually and no separate system is envisaged for the same. The sign off forms and Change control
form shall be finalized at the time of submission of project charter by the bidder. Bidder shall finalize the
change process for carrying out the Change Request in consultation with the client during the project
implementation.

12.2. Change Request


1. Due to the evolving nature of the project requirements and the complexity of the project, client or
any of its designated authorities recognizes that frequent changes may be required before, during
and after rollout of the solution. The client also recognizes that these changes may require
modification to the software, hardware, compute infrastructure and underlying processes and may
thus have a financial impact.
2. The SI is required to work with the client to ensure that all changes are discussed, managed, and
implemented in a constructive manner.
3. One of the key requirements is that the bidder will be responsible for providing system availability
according to defined service levels. This responsibility includes responsibility to implement
upgrades, enhancements, extensions and other changes to the software application in order to
maintain and extend reliable information systems, services and service delivery mechanism. It is
important that changes to the computing environment and underlying infrastructure are executed in
a standardized and controlled manner in order to mitigate the risk of interruptions to the services
and to maintain a repository of knowledge about the current as well changed configurations as well
as status of the computing environment at all times.
4. This section describes the procedure to be followed in the event of any proposed change to the
scope of work and SLAs. Such change shall, inter alia, include:
• Requests for requirements changes (additions, deletions, modifications, deferrals) in Scope of
Work (including software)
• Reports for resolving the problems in current production systems
• Requests for enhancements in current production systems
• Requests for new development projects
5. The Change Control process applies to base-lined work products created or managed by the users
of the System. The Change control process excludes any work products that are still under
development.

12.3. Change Request procedure Guidelines


1. Change requests in respect of the Agreement, the Project Implementation, or the SLA will
emanate from the Parties' respective authorized officials, who will be responsible for obtaining
approval for the change and will initiate the Change Request.
2. Parties, while evaluating and finalizing the Change Request, shall consider the change in the
context of the following parameter, namely whether the change is beyond the scope of Services
including ancillary and concomitant services required and as detailed in the sign-off version of
all required documents.

Issued by DGP office, Maharashtra State Page 52 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

3. Change requests will be reported monthly to the client who will prioritize and review progress.
Bidder shall be required to implement any proposed changes once approved with effect from
the date agreed for implementation.
4. On evaluation of the financial impact, the charges for such a change will be decided by CAB
and will be a part of the Change Control Notice (Evaluation and Finalization). The payment for
such changes will be as per the Terms of Payment decided by the client. The decision of
request under the category of the scope of the work of the project or under the change request
will be decided by CAB and will be binding to the bidder.
5. On receiving any Change Request from CAB, the bidder must submit its proposal with all the
required information in the prescribed format for CAB’s perusal within defined number of
working days.
6. The bidder may also submit any queries/clarifications that it may have with respect to
implementation of Change requested. The bidder must not deny the implementation of any
Change requested by CAB under any circumstances, unless technical feasibility is in question.
In all such matters, client’s decision will be final and binding on all parties.
7. The change request should be categorized as simple, medium and complex change. The bidder
must provide the list of deliverables within timelines.
8. The final sign-off and “Acceptance Certificate” would be provided by CAB. CAB will in all such
cases revert within predefined number of working days after final implementation of the change
and provide satisfactory completion certificate or the reasons for non-acceptance.
9. The bidder must take all necessary steps to implement the change as per the project plan
submitted without compromising on quality and performance standards. If the bidder fails to
comply with the acceptable standards & requirements of implementing of the requested change
or denies implementation of the requested change at any stage during the contract period, CAB
will have complete authority to get the change implemented from any of the third
party/nominated government agency independently. In all such cases the entire cost of change
implementation will be recovered completely from the bidder, along with applicable interest.
Also, CAB reserves the right to impose any other financial or legal penalties depending upon
the gravity of impact on the Service Delivery due to non-implementation of the requested
Change. In all such matters the decision of CAB will be final and binding on all parties.
10. If CAB gives any new requirement or change request, the bidder should follow the change
management procedure to implement the change. The requirements for required infrastructure
to implement the change should be specified by the bidder so that CAB can make necessary
provisions. The change request procedure would be considered complete only when the
training is imparted to the target users for whom the change is being done and the feedback is
evaluated by CAB.
11. It is proposed that the prevailing rates for all kinds of change, as and when initiated by CAB will
be taken into consideration and the proposals accordingly evaluated. In all such matters the
decision of the CAB will be final and binding on all parties.

Issued by DGP office, Maharashtra State Page 53 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

13. Deliverable Milestones and Payment Schedule


• Payments shall be released only on satisfactory acceptance of the deliverables from SI for each
Task as per the following schedule:
• Here “T” Stands for date of Contract Signing, “T1” stands for date of Go Live of the project

# Activity Estimated Indicative Deliverable Payment Terms


Timelines
1. Contract Signing with T • Contract agreement -
successful System as per defined
Integrator format
2. Submission of Advance T+2 • Submission of 10% of the CAPEX
Bank Guarantee (If Weeks equivalent ABG against advance bank
Mobilisation advance is against mobilisation guarantee**
required by SI) advance as per
format (Validity 9
months)
Design
3. Project Inception Phase T+3 • Inception Report -
• Project Kick Off Weeks • Project Plan
and Team • Technical
Mobilization Architecture
• Detailed Project Document
Plan
• Technical
Architecture
4. AS-IS / Requirement T+6 • Detailed Site Survey -
Documentation Phase Weeks Report with
• Detailed Site Coverage Study
Survey Report with • Detailed design of
Coverage Study poles with
• Detailed design of cantilever/gantry
poles with • Detailed electricity
cantilever/gantry plan for each
(including civil). location
• Detailed electricity • Identification of
plan for each video analytics per
location camera
• Identification of • Final Bill of Quantity
video analytics per • System
camera Requirements
• SLA plan/report for document
edge devices • Functional
• System requirement
Requirements document
Document
• Functional
requirement
document
5. Project Planning & T+12 • Network feasibility 5% of the CAPEX
Design phase documents Weeks report
Preparation & Approval of • Trenching plan
Design documents • Network architecture
• Detailed Network including first mile,
feasibility report last mile including
with Coverage wireless.
Study • Detailed Data
• Detailed trenching Center layout
plan • Data center
architecture

Issued by DGP office, Maharashtra State Page 54 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Activity Estimated Indicative Deliverable Payment Terms


Timelines

Proposed network (includes server
architecture sizing, detailed BOQ
integrating existing confirmation and
and new systems OEM Confirmation
• Network plan for sizing)
• Detailed Data • Data Center
Center (ZRS) Scalability plan
layout • Compliance reports
• Data Center against Functional &
architecture Technical
(including Requirements
reusability) from OEMs
• Data Center • Design
Scalability plan Documentation on
• Use Case physical layouts of
Documentation CCC, Viewing
• Technical Design centres and Head
Documents office.
• Physical layout • Test Plans
design for CCC component wise
• Finalisation of • Integration
space for documents with
installation of specifications
various viewing mentioning
centres methodology
• Test Cases technical
• Use Case architecture and
Documentation for proof of proposed
all the elements. outcomes basis the
• Standard operating integration done.
Procedure • SoPs to be
Documentation implemented at
preparation control room
Implementation
6. Supply & Installation T + 20 • Delivery Challans, 2.5% of the CAPEX
of Compute, and Storage, Weeks GRN
Network Infrastructure • License keys,
required and other IT & Installable files in
Non-IT infrastructure for DVD/CD/Pen drive
commissioning of with proper
components at Zonal documents and
Recording Station along manuals.
with Application license. • Installation Report
for all components
• Application
deployment and
configuration report
7. Supply & Installation of T + 20 • Delivery Challans, 2.5% of the CAPEX
Compute, and Storage, Weeks GRN
Network Infrastructure • License keys,
required and other IT & Installable files in
Non-IT infrastructure DVD/CD/Pen drive
(including civil work) for with proper
commissioning of documents and
components at ICCC along manuals.
with Application license. • Installation Report
for all components

Issued by DGP office, Maharashtra State Page 55 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Activity Estimated Indicative Deliverable Payment Terms


Timelines
• Application
deployment and
configuration report
8. Configuration, Testing & T + 22 • Application 2.5% of the CAPEX
Commissioning of all Weeks deployment and
component’s including configuration & Test
applications for zonal report
recording station.
9. Configuration, Testing & T + 24 • Installation Report 2.5% of the CAPEX
Commissioning of all Weeks for all components
component’s for ICCC • SOP documents
along with SOPs
10. SITC of the following T + 32 • Installation Report 15% of the CAPEX**
components: Weeks for all components
1. Cameras – 30% of
the total quantity
2. Viewing Centres
– 20% of the total
quantity
(Preferably the
viewing centres to
be made
operational inline
with the cameras
made operational
in respective police
station jurisdiction)
*The percentages
mentioned above is the
minimum requirement of
the total quantities for the
quantity of corresponding
item to be configured and
installed in Phase I
11. Training of concerned T + 36 • User Manuals (with -
police personnel for the Weeks online repository)
associated components. • Training material
(with online
repository)
• Attendance reports
12. Final Acceptance Testing T+ 36 • Warranty proof of 5% of the CAPEX
(FAT) for all the above- Weeks minimum 5 years
mentioned milestones. from OEM.
• Component wise
test cases & test
result report in
accordance with the
functionalities
mentioned in RFP.
• Closure on
observation report
• As-Build Drawing
with last mile
connectivity.
• Consolidated
Installation &
Commissioning
report.
13. Integration of existing T + 42 • Application 2.5% of the CAPEX
surveillance system Weeks integration reports

Issued by DGP office, Maharashtra State Page 56 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Activity Estimated Indicative Deliverable Payment Terms


Timelines
deployed under Thane • Proof of Integration
Smart city initiative and as per the
KDMC smart city initiative integration criteria
with this project mentioned in RFP
14. SITC of the following T + 48 • Installation Report 17.5% of the CAPEX**
components: Weeks for all components
1. Cameras – 60% of
the total quantity
2. Viewing Centers –
50% of the total
quantity
(Preferably the
viewing centres to
be made
operational inline
with the cameras
made operational
in respective police
station jurisdiction)
3. Integration of
existing
surveillance
system
*The percentages
mentioned above is the
minimum requirement of
the total quantities for the
quantity of corresponding
item to be configured and
installed.
15. Training of concerned T + 52 • User Manuals (with -
police personnel for the Weeks online repository)
associated components. • Training material
(with online
repository)
• Attendance reports
16. Final Acceptance Testing T + 52 • Warranty proof of 5% of the CAPEX
(FAT) for all the above- Weeks minimum 5 years
mentioned milestones. from OEM.
• Component wise
test cases & test
result report in
accordance with the
functionalities
mentioned in RFP.
• Closure on
observation report
• As-Build Drawing
with last mile
connectivity.
• Consolidated
Installation &
Commissioning
report.
17. Supply, Installation of T + 56 • Delivery Challans, 2.5% of the CAPEX
Compute, and Storage, Weeks GRN
Network Infrastructure • License keys,
required and other IT & Installable files in
Non-IT infrastructure for • Installation Report
commissioning of for all components

Issued by DGP office, Maharashtra State Page 57 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Activity Estimated Indicative Deliverable Payment Terms


Timelines
components at Backup • Application
Recording Station along deployment and
with Application license. configuration report
18. Configuration, Testing & T + 58 • Application 2.5% of the CAPEX
Commissioning of all Weeks deployment and
components part including configuration & Test
application portfolio report
required to commission for
backup recording
station.
19. SITC of the following T + 62 • Installation Report 20% of the CAPEX**
components: Weeks for all components
1. Cameras – 90% of
the total quantity
2. Viewing Centers –
100% of the total
quantity
(Preferably the
viewing centres to
be made
operational inline
with the cameras
made operational
in respective police
station jurisdiction)
3. Backup Recording
Station
4. Shifting of existing
traffic control room
*The percentages
mentioned above is the
minimum requirement of
the total quantities for the
quantity of corresponding
item to be configured and
installed.
20. Successful running of the T + 64 • SLA report for -
system for 2 Weeks Weeks successfully running
the system for 2
Weeks
21. Testing & Quality T + 65 • User Manuals (with 2.5% of the CAPEX
assurance, Capacity Weeks online repository)
building activities & • Training material
Handover (with online
repository)
• Attendance reports
22. Final Acceptance Test T + 65 • Warranty proof of 2.5% of the CAPEX
Weeks minimum 5 years
from OEM.
• Component wise
test cases & test
result report in
accordance with the
functionalities
mentioned in RFP.
• Closure on
observation report
• As-Build Drawing
with last mile
connectivity.

Issued by DGP office, Maharashtra State Page 58 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Activity Estimated Indicative Deliverable Payment Terms


Timelines
• Consolidated
Installation &
Commissioning
report.
23. Project Go-Live T1 = T+65 • Go-Live Report. 5% of the CAPEX
Weeks • Consolidated As-
Build drawing with
last mile
connectivity.
• SOP documents.
• Detailed plan for
monitoring of SLAs
and performance of
the overall system.
Operations & Maintenance
24. SITC of the following T1 + 3 • Installation Report 5% of the CAPEX
component: Months for all components
1. Cameras – 100%
of the total
quantity*
Excluding cameras which
are pending for
commissioning due to the
reason beyond the control
of the bidder.
25. Operation and T1 + 60 • Quarterly SLA Total 100% OPEX in 20
Maintenance for 5 Years: Months monitoring report in equal instalments for
• Operation and precise accordance five years after
Maintenance of IT, with the SLA successful Project Go
Non- IT mentioned in section Live
components 14 of RFP.
• SLA and • Availability of
Performance viewing of SLA
Monitoring intermittently using
• Logging, tracking an online portal.
and resolution of • Preventive
issues. maintenance plan &
• Application report
enhancement • Issues logging and
• Patch Updates resolution report
• Helpdesk services

Notes:
• ** The mobilization advance to be recovered will be adjusted against the 3 milestones (# 10, 14
& 19) of payment schedule) of payments during implementation stage at 20% (# 10 of payment
schedule), 30% (# 14 of payment schedule) and 50% (# 19 of payment schedule) of the total
mobilization advance. MSI will have choice to not avail the option of mobilization advance and the
same should be communicated at the time of bidding.
• Table of Contents of all the deliverable documents shall be finalised after discussion with
PURCHASER
• All the documents shall be available in a role-based access online repository.
• Payments shall be released after certification of the respective payment milestone by
PURCHASER.
• Payments shall be made in Indian Rupees Only and shall be subject to relevant provisions of this
RFP.

Issued by DGP office, Maharashtra State Page 59 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

• Payments shall be subject to deductions of any amount for which the SI is liable under the RFP
conditions. Further, all payments shall be made subject to deduction of TDS (Tax deduction at
Source) as per the current Income-Tax Act.
• CAPEX should not be over 50% of total project cost (i.e. CAPEX + OPEX for 5 years). If any
bidder quotes CAPEX as over 50% of total project cost, PURCHASER shall cap CAPEX at
50% and shall pay 50% of total project cost in 20 equal instalments for five years post project
Go-Live.
• Total Amount (INR) (without tax) -are inclusive of income tax, duties, fees, levies, charges, and
commissions and excluding of GST as applicable under the relevant Laws of India.
• Total Amount (INR) (with tax) are inclusive of income tax, duties, fees, levies, charges, and
commissions and inclusive of GST as applicable under the relevant Laws of India. Should there be
a change in applicable taxes / levies, the actual taxes / levies on the date of billing would prevail.

Issued by DGP office, Maharashtra State Page 60 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

14. Service Level Agreement


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 PURCHASER for the duration of
this Agreement. Service Level Agreement (SLA) shall become the part of Agreement between the
PURCHASER 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 must
comply with Service Levels requirements to ensure adherence to project timelines, quality, and
availability of services.
The Successful Bidder (refer as System Integrator or SI) must supply software/automated tools
(expected as part of the EMS Solution) 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.
• Theft cases by default would not be considered as "beyond the control of bidder". However,
certain cases, based on circumstances & certain locations, police may agree to qualify as "beyond
the control of bidder". Damages due to Road Accident / Mishap shall be considered as "beyond
the control of bidder". However, Power shut down or deliberate damage to camera / Pole would
not be considered as "beyond the control of 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 Director-General of Police,
Government of Maharashtra GoM and Thane Police for the duration of this contract.

14.1. Definitions
For the purposes of this service level agreement, the definitions and terms are specified in the contract
along with the following terms shall have the meanings set forth below:

# Term Definition
1. Uptime Shall mean the time for the specified services / components with the
specified technical service standards are available to the user
department. Uptime, in percentage, of any IP based active IT
component (CCTV camera, public address system, network
switch/router, workstation, servers, storage etc.) can be calculated as:
• Uptime = {1- [(Downtime) / (Total Time – Scheduled Maintenance
Time)]} * 100
2. Downtime Shall mean the time for which the specified services / components with
specified technical and service standards are not available to the user
department and excludes downtime owing to Force Majeure & Reasons
beyond control of SI.
3. Latency Refers to the average time required for round-trip packet transfers
between selected junctions/locations on the selected portions of the
network backbone during a calendar month.
4. Packet Loss Refers to the average percentage of IP packets transmitted between
selected junctions/locations during a calendar month that are not
successfully delivered.
5. Planned Refers to unavailability of network services due to infrastructure
Network maintenance activities such as configuration changes, up gradation, or
Outage changes to any supporting infrastructure. Details related to such
planned outage shall be approved by the PURCHASER or authorized

Issued by DGP office, Maharashtra State Page 61 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Term Definition
authority and shall be notified to all the concerned stakeholder in
advance (at least five working days). It is desirable that such outage
shall be taken on Sundays or other Government holidays to the extent
possible.
6. Unplanned Refers to an instance in which no traffic can pass in or out through
Network which users are connects to the network Backbone
Outage
7. Not Keeping Shall mean that the System Integrator does not keep cooling,
CCC Up to date electrification, cabling, cleanliness, hygiene and safety requirements
and other required infrastructure of CCC in proper working condition
and up to date as per the scope of the RFP.
8. Not Keeping Shall mean that the Master System Integrator does not deploy the
Manpower required specified quantity and quality of manpower as per RFP or a
person deployed is not reporting to the duty.
9. Incident Refers to any event/abnormalities in the functioning of the Services
specified as part of the Scope of Work of the System Integrator that
may lead to disruption in normal operations of the surveillance system.
10. Response Time Shall mean the time elapsed from the moment an incident is reported in
the Helpdesk, over phone or by any applicable mode of
communication, to the time when a resource is assigned for the
resolution of the same.
11. Resolution Shall mean the time taken (after the incident has been reported at the
Time helpdesk), in resolving (diagnosing, troubleshooting, and fixing), the
services related troubles.
12. Availability Shall mean the time for the specified services / components with the
specified technical service standards are available to the user
department. Availability, in percentage, of any (IT – Non-IT) component
like (Tablets) can be calculated as:
• Availability = {1- [(Incident reported + Response Time + Resolution
Time) / (Total Time – Scheduled Maintenance Time)]} * 100
13. Incidence The network outage, security or performance related issues impacting
Resolution / the network availability/performance and leading to unavailability of the
Request services. Resolution of incidence as per below priority levels:
Resolution • L1 Level Severity: Impacting ZRS (Zonal Recording Station), BRS
(Backup Recording Station) and Command & Control Centre.
• L2 Level Severity: Impacting components commissioned in more
than one police station.
• L3 Level Severity: Impacting one or junctions/endpoints/offices.

# Severity Issue Resolution Time


1 Level 1 1 Hour
2 Level 2 2 Hours
3 Level 3 48 Hours

• The SLA metrics provided specifies performance parameters as baseline performance, lower
performance, and breach. All SLA calculations will be done on quarterly basis. The SLA also
specifies the liquidated damages for lower performance and breach conditions.

Issued by DGP office, Maharashtra State Page 62 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

• Payment to the SI is linked to the compliance with the SLA metrics. The matrix specifies three
levels of performance, namely,
• The SI will get 100% of the Contracted value if all the baseline performance metrics are complied
with and the SLA Performance Score is 100.
• The SI will get lesser payment in case of the lower performance. (For e.g., if SLA Performance
Score is 80 then the SI will get 20% less on the quarterly payment) – The formula calculating the
deductions is “(100 – SLA Performance Score %”).
• If the performance in respect of any parameter falls below the prescribed lower performance limit,
the SI will be in breach of SLA.
• The Performance Score during the quarter will be considered for computing penalty. The quarterly
payment shall be made after deducting the liquidated damages as mentioned above.
• The SLA parameters shall be measured as per the individual SLA parameter requirements and
measurement methods, through appropriate SLA Measurement tools to be provided by the SI and
approved and audited by PURCHASER or its appointed Consultant for accuracy and reliability.
• PURCHASER 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
PURCHASER on an annual basis after consulting the SI, Project Management Consultants, and
other experts. All the changes would be made by PURCHASER after consultation with the SI and
might include some corrections to reduce undue relaxation in Service levels or some corrections
to avoid unrealistic imposition of liquidated damages, which are noticed after project has gone
live.
• If the delay in implementation or performance is due to reasons not attributable to SI, then the SI
is expected to submit proofs of the same to PURCHASER clearly highlighting the reason and
agency responsible for the delay. If the submitted proofs are acceptable to PURCHASER, penalty
would not be applicable.
• Total penalty to be levied on the SI shall be capped at 10% of the total contract value. Thane
Police / Office of the Director-General of Police, Maharashtra Police would have right to invoke
termination of the contract thereafter.

14.2. 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 10 days prior approval from
Thane Police in writing for the planned outage, which should not be for more than 30 minutes, would
be in lean period (non-movement period, like post mid-night) and limited to max. 4 outages in a year.
In case of planned outages at Data Centre level, services of other Data Centre services to be used to
service the clients, while there would be no planned outages for Cameras.

14.3. Pre-Implementation SLA


14.3.1. Timely delivery of the Scope of Work
Parameter Description

Definition Timely delivery of deliverables would comprise entire bill of material


and the application systems, and as per successful UAT of the sane.
Service Level Requirement All the deliverables defined in the contract has to be submitted On-
time on the date as mentioned in the contract with no delay.
Measurement of Service To be measured in Number of weeks of delay from the timelines
Level Parameter mentioned in the section “Project Timelines”
Penalty for non- • Any delay in the delivery of the project deliverables would attract
achievement of SLA a penalty of 1% of the milestone payment per week for the first 4
Requirement weeks and 2% per week for every subsequent week. Total
penalty to be capped at 10% of the CAPEX of the project.

Issued by DGP office, Maharashtra State Page 63 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Parameter Description

• If the delay in the project continues to be beyond 8 weeks after


the penalty cap is reached, solely for the reasons attributable to
the SI, Department would have right to invoke termination clause.

14.4. Post-Implementation SLA & SLA Matrix


• These SLAs shall be used to evaluate the performance of the services on monthly basis, but
penalties would be levied for cumulative performance for the quarterly basis.
• The SLA parameters shall be measured for each of the sub systems’ SLA parameter
requirements and measurement methods, through appropriate SLA Measurement tools. All
such required tools should be provided by the successful bidder. PURCHASER will have the
authority to audit these tools for accuracy and reliability.
• Penalty would be levied for every unit down time hour – be it for non-availability of network or
non- availability of power etc. because the System Integrator is responsible for supply of all
enabling components on end-to-end basis.
• Penalty levied for non-performance as per SLA requirements shall be deducted through
subsequent payments due from PURCHASER or through the Performance Bank Guarantee.
• PURCHASER would also have right to invoke the termination clause in case Performance
Score is below 70 in 3 consecutive quarters.
• Penalty to be levied during Post Implementation period shall be capped at 10% of the total
OPEX value. However, if the SI exceeds that limit, then it will the discretion of the Department
to terminate the contract or continue further after assessing the situation.
• Penalty to be levied during Post Implementation period shall be capped at 10% of the total
OPEX value.
• The EMS solution proposed by the SI shall be configured to monitor the post implementation
SLA

Issued by DGP office, Maharashtra State Page 64 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

14.5. SLA Matrix for Post Implementation SLAs


Post-implementation SLA Matrix
# Performance Area Baseline Lower Performance Breach
Metric Points Metric Points Metric Points
1. Uptime and Quality of Field devices
1. Uptime of cameras 98% 10 >=96% to <=98% 5 <96% 0
(surveillance, RLVD, Speed
Detection, ANPR and FRS)
installed for recording of live
feed irrespective of
bandwidth or last mile issues,
which are in control of SI
2. Ratio of Live cameras v/s 97% 5 >=93% to <=97% 2.5 <93% 0
Total number of cameras at
any point of time (To be
measured every 1 hour)
3. Uptime of Public Address 98% 1 >=95% to <=98% 0.5 <95% 0
System
4. Quality of Video Feeds (Bad 98% 2 >=95% to <=98% 1 <95 % 0
feeds due to Video Jitter,
dim, blurred, unfocused,
obstructed, non-aligned
feeds)
2. Application Performance (includes any user/system application related to the project
1. Overall application(s) 99% 2.5 >= 96.5 % to 1.25 <96.5 % 0
availability <=99%
2. Maximum time for < 8 Secs 1 >=8 secs to <=12 0.5 >12 secs 0
Surveillance Application(s) Sec
opening, this includes any
application deployed for the
project at the Command
Control Centre and other
viewing centres
3. Maximum time for User Login < 4 sec 1 >=4 secs to <=7 0.5 >7 secs 0
at Command Control Centre secs
and other viewing centres
4. Menu Navigation, <4 sec 1 >=4 secs to <=7 0.5 >7 secs 0
Window/Screen Opening, secs
Screen Navigation (Average)
at Command Control Centre
and other viewing centres
5. Change of screen from one <4 secs 1 >=4 secs to <=7 0.5 >7 secs 0
camera source to another at secs
Command Control Centre
and other viewing centres
6. Video feed query retrieval Implementatio 1 Implementation 0.5 Implementati 0
response time n queries - < Complexity on
5secs Query: >= 5 t0 Complexity
Medium <=10 secs Query: > 10
complexity Medium secs
query - < 10 Complexity Medium
secs Query: >=10 to < Complexity
High =15 secs Query: > 15
Complexity High Complexity: secs
query - < 15 >= 15 to <= 20 High
secs secs Complexity
Query : > 20
secs
7. PTZ Lag Time (movement at < 2 secs 0.5 >=2 secs to <=4 0.25 >4 secs 0
keyboard/ joystick and actual secs
moving indication through
video feed viewed
8. Maximum time for successful < 4 secs 0.5 >=4 secs to <=6 0.25 >6 secs 0
camera settings modification secs
3. Uptime/Availability of equipment’s installed at Command control centre (CCC) & viewing centres
1. Uptime of video wall at 95% 0.5 >=90% to <=95% 0.25 <90 % 0
command control centre
2. Uptime of workstations at 95% 1 >=90% to <=95% 0.5 <90 % 0
CCC and viewing centers
3. Uptime of IP Phones 95% 1 >=90% to <=95% 0.5 <90 % 0
4. At command control centre 98% 5 >=96% to <=98% 2.5 <96% 0
Live camera feed available

Issued by DGP office, Maharashtra State Page 65 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Post-implementation SLA Matrix


# Performance Area Baseline Lower Performance Breach
Metric Points Metric Points Metric Points
from selected cameras for
viewing) at any given time
5. At viewing centre (Police 98% 5 >=96% to <=98% 2.5 <96% 0
Stations, Municipal
Corporations, etc): Live
camera feed available from
selected cameras for
viewing) at any given time
6. Availability of other IT 98% 1 >= 96% to <=98% 0.5 < 96% 0
components provided by
bidder in command control
center & viewing centers
4. Uptime of Centralised Applications commissioned at Zonal Recording Station & Backup Recording Station **
1. ICCC Platform 99.50% 4 >= 96.5 % to 2 <96.5 % 0
<=99.5%
2. Video Management system 99.50% 4 >= 96.5 % to 2 <96.5 % 0
<=99.5%
3. Facial recognition application 99% 2 >= 96.5 % to 1 < 96.5% 0
<=99%
4. EMS Applications 99% 2 >= 96.5 % to 1 < 96.5 % 0
<=99%
5. PA Application 99% 1 >= 96.5 % to 0.5 < 96.5 % 0
<=99%
6. Video Summarization 99% 2 >= 96.5 % to 1 < 96.5% 0
application <=99%
7. Video analytics application 99% 2 >= 96.5 % to 1 < 96.5% 0
<=99%
8. ANPR Application 99% 2 >= 96.5 % to 1 < 96.5 % 0
<=99%
9. RLVD, Speed Detection 99% 2 >= 96.5 % to 1 < 96.5% 0
Application <=99%
10. Mobile Application 99% 2 >= 96.5 % to 1 < 96.5% 0
<=99%
11. Retrieval of video feeds from <=5 sec 2 > 5 secs to <= 8 1 > 8 secs 0
CCC and viewing centres secs
within 30 days period
12. Production Servers (App and 99.95% 4 >= 99.5 % to 2 < 99.5% 0
DB) Uptime both at ZRS & <=99.95%
BRS
13. Storage at ZRS 99.95% 4 >= 99.5 % to 2 < 99.5% 0
<=99.95%
14. Storage at BRS 99.95% 2 >= 99.5 % to 1 <99.5% 0
<=99.95%
15. Fire detection and 99.95% 1 >= 99.5 % to 0.5 <99.5% 0
suppression system uptime <=99.95%
16. CCTV surveillance of date 99.95% 0.5 >=98% to 0.25 <98% 0
centre area <=99.95%
17. Network Components at ZRS 99.90% 2 >= 99 % to 1 < 99% 0
& BRS (Switches, Routers) <=99.90%
18. Firewall and any other 99.90% 2 >= 99 % to 1 < 99% 0
security applications uptime <=99.90%
at ZRS & BRS
19. Security rules update within 2 0 violations of 0.5 1-4 violations 0.25 >4 violations 0
hours of approved change service
management request parameters%
20. Anti Virus, Anti Spyware, 0 violations of 0.5 1-4 violations 0.25 >4 violations 0
Anti-spam updates within 24 service
hrs of request parameters%
21. Critical patches – within 7 0 violations of 0.5 1 – 4 violations 0.25 > 4 violations 0
working days of patch service
release parameters
22. Non critical patches - within upto 1 0.5 2 -5 violations 0.25 > 5 violations 0
15 days of patch release violations of
service
parameters
23. Report generation response Simple query 2 Simple query > = 1 Simple query 0
time (alerts/ MIS/ logs, etc.) < 5 secs 5 secs to < = 10 > 10 secs
secs
Medium Medium Medium
complexity complexity query complexity
query < 30 > =30 secs to <= query > 60
secs 60 secs secs

Issued by DGP office, Maharashtra State Page 66 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Post-implementation SLA Matrix


# Performance Area Baseline Lower Performance Breach
Metric Points Metric Points Metric Points
High High complexity High
complexity query >=1 min to complexity
query <1 min <= 2 min query > 2
min
5. Successful Operationalization of Video Analytics - $
1. AI based Video Analytics 70% 1 >=60% to <=70% 0.5 < 60% 0
(True alerts/Total alerts) @
2. Facial recognition (True 70% 1 >=60% to <=70% 0.5 < 60% 0
alerts/Total alerts) @
3. Video summarization (True 70% 1 >=60% to <=70% 0.5 < 60% 0
alerts/Total alerts) @
4. ANPR - Accuracy for OCR 80% 1 >=70% to <=80% 0.5 < 70% 0
(Standardized Number Plates
for 4 -Wheeler & Above) @
5. ANPR - Accuracy for OCR 70% 1 >=60% to <=70% 0.5 < 60% 0
(Standardized Number Plates
for 2 & 3 Wheelers)
6. ANPR - Accuracy for OCR 50% 0.5 >= 40% to <=50% 0.25 < 40% 0
(Non Standardized Number
Plates for 4 -Wheeler &
Above)
7. ANPR - Accuracy for OCR 50% 0.5 >= 40% to <=50% 0.25 < 40% 0
(Non Number Plates for 2 & 3
Standardized Wheelers)
8. RLVD System Accuracy 70% 1 >= 60% to <=70% 0.5 < 60% 0
(True alerts/Total alerts) @
9. Speed Detection System 70% 1 >= 60% to <=70% 0.5 < 60% 0
Accuracy (True alerts/Total
alerts) @
6. Integration of All Sub-Systems, Standard Operating Procedures - $
1. Integrated working of all the 95% 1 >=77% to <=95% 0.5 < 77% 0
sub-systems within CCC
2. Integrated working of GIS 95% 1 >=77% to <=95% 0.5 < 77% 0
with CCC
3. Successful 95% 1 >=77% to <=95% 0.5 < 77% 0
Operationalization of SOPs
7. Technical Helpdesk, Trouble Ticketing, Incident Resolution
1. Resolution of Severity Level 1 hour 1 >=1 hour to <=1.5 0.5 >1.5 hours 0
1 Issues hours
2. Resolution of Severity Level 2 hours 1 >=2 hours to <=4 0.5 >4 hours 0
2 Issues hours
3. Resolution of Severity Level 48 hours 1 >=48 hours to 0.5 > 72 hours 0
3 Issues <=72 hours
4. Average speed of answer <=10 secs 0.5 >=10 secs to 0.25 >14 sec 0
<=14 secs
5. Average call lost rate 0 - 0.1% 1 >=0.1% - < =2.00 0.5 >2% 0
%
Total Score 100 50 0

Note:
1. @ - Proportionate increase of 2.5 % performance parameter year on year as mentioned in
Baseline metric, Lower Performance Metric, Breach Metric.
2. $ : SLAs defined for Operationalization of analytics, Integrations & SOP Operationalization shall
be monitored on the parameters defined by PURCHASER (and mutually agreed by the MSI)
during Design Phase
3. ** : The connectivity of Zonal Recording Station & Backup Recording Station with the CCC
would be associated with these SLAs

14.6. SLA for Security Breach


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

Issued by DGP office, Maharashtra State Page 67 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Definition • Security of the overall system is utmost important, and the


successful bidder shall be required to ensure no compromise is
done on the same. Security Breach types considered for this SLA
are:
• Availability of Video feeds to any other user than those authorized
by PURCHASER /End User Department and provided
passwords.
• Availability of any report/data to any other user than those
authorized by PURCHASER /End User Department and provided
passwords.
• Successful hacking of any active component on the network by
any unauthorized user OR any other privacy rule is broken as per
Govt. of India guidelines
• Any other security breach which can compromise the system
uptime/ accuracy/privacy etc.
Service Level Requirement • Security compliance of the system should be 100%. There would
be Zero Tolerance policy against such breaches.
Measurement of Level Service • Any reported security breach shall be logged into the SLA
Parameter Management solution as a security breach.

Penalty for Non-achievement • For every security breach reported and proved, there shall be a
of SLA Requirement penalty of INR 1,00,000/-.

14.7. SLA for Breach in provisioning of Technical Manpower (During


Pre-implementation & Post Implementation)
Note – This SLA for Technical Manpower Breach is applicable over and above the SLAs mentioned in
the above table.
Definition • Bidder is required to propose the CVs of the required technical manpower (as
mentioned in Vol 2). It is vital that such manpower is available to PURCHASER
/End User Department onsite and performs as per the scope of work specified in
this RFP. The current SLA breach shall specify penalty amount for non-availability
of these manpower.
Service Level • Availability of the required manpower should be 100%, as per Thane City Police
Requirement requirements
Measurement Following instances would be considered as SLA non-compliances:
of Service • Non-availability of proposed manpower as proposed by the Bidder in the technical
Level proposal
Parameter
• Availability of manpower which do not meet the min. required qualification

Issued by DGP office, Maharashtra State Page 68 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Penalty for For every SLA non-compliance reported and proved, there shall be a penalty as given
Non- below:
achievement of Team Member Penalty
SLA
Requirement Project Manager / • Penalty of Rs 3,000 per day of non-availability for 7
Surveillance days
Solution Architect • Penalty of Rs. 7,000 per day of non-availability after
7 days
Project Engineer, • Penalty of Rs 1,500 per day of non-availability for 7
Network Engineer, days
Server Storage • Penalty of Rs. 3,000 per day of non-availability after
Engineer 7 days
For all other team • Penalty of Rs 500 per day of non-availability for 7
members days

Penalty of Rs. 1,000 per day of non-availability after
7 days
# Prior approved leaves as per PURCHASER policies shall not be considered as absence of resources

14.8. SLA for Breach in Replacement of Technical Manpower


Note – This SLA for Technical Manpower Breach is applicable over and above the SLAs mentioned in
the above table.
Definition • Bidder is required to propose the CVs of the required technical manpower (as
mentioned in Vol 2). It is vital that such manpower is available to
PURCHASER /End User Department and performs to the expected levels.
The current SLA breach shall specify penalty amount for non-availability of
these manpower.
Service Level • Availability of the required manpower should be 100%, as per Thane city
Requirement police working days.
Measurement • Following instances would be considered as SLA non-compliances:
of Service • Replacement of a profile by the bidder within one year
Level
• Non-deployment of the profile for more than 1 month, if PURCHASER has
Parameter
asked MSI for the replacement (with equal or higher qualification and
experience) due to non-performance
• Note: Replacement due to reasons not in control of MSI (like resignation of
the resource, accident, etc.) would not be counted in the permissible 1
replacement.
Penalty for • For every SLA non-compliance reported and proved, there shall be a penalty
Non- as given below:
achievement of Team Member Penalty
SLA
Requirement Project Manager INR 1,00,000

Technical Expert INR 50,000

14.9. SLA Holiday Period

Issued by DGP office, Maharashtra State Page 69 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

• To stabilize the system & operations on the field post-Go-live, the SLA holiday for 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
• Any planned application/server downtime would not be included in the calculation of application/
server availability.

Issued by DGP office, Maharashtra State Page 70 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15. Formats for Pre-Qualification Bid

15.1. Bid Cover Letter


(To be submitted on the Letterhead of the Sole Bidder/Lead Bidder)

To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Selection of an Agency for Design, Development, Implementation & Maintenance of CCTV
based Surveillance System for Thane City

Ref: Tender No: XXXXXXXXX Dated: XX/XX/XXXX

Sir/ Madam,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned,
offer to provide the professional services as required and outlined in the RFP for the Selection of an
Agency for Design, Development, Implementation & Maintenance of CCTV based Surveillance System
for Thane City.

We attach hereto our responses to pre-qualification requirements and technical & commercial proposals
as required by the RFP. 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
Govt. of Maharashtra is true, accurate, verifiable and complete.

This response includes all information necessary to ensure that the statements therein do not in whole
or in part mislead the department in its short-listing process. 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 RFP document and
also agree to abide by this tender response for a period of 180 days from the date fixed for bid opening.
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 RFP. We also herewith express our willingness to subject to
Thane Police’s conditionality’s regarding manpower recruitments (required for the project), change of
hands of management and declaring upfront the source of funding for the project. 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.

Dated this Day of 2024

Issued by DGP office, Maharashtra State Page 71 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

(Signature)(In the capacity of)

(Name)

Duly authorized to sign the Tender Response for and on behalf of:

(Name and Address of Company) Seal/Stamp of bidder

Issued by DGP office, Maharashtra State Page 72 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.2. Pre-Qualification Evaluation Checklist


(To be submitted on the Letterhead of the Sole/Lead Bidder)

# # Documents to be submitted Annexure Ref. Submitted Documentary


(Y / N) Proof (Page
No.)
1. Bid Covering Letter Annexure 15.1
2. Power of attorney / board resolution to the Annexure 15.5
authorized Signatory of the Bid
3. Power of Attorney for Sole/Lead bidder of Annexure 15.6
Consortium
4. Consortium Agreement (if applicable) Annexure 15.7
5. Proof of Submission of RFP tender -
document fee
6. E.M.D. (Screenshot to be shared) -
7. Particulars of the Bidders Annexure 15.3
8. Certificate of Incorporation -
9. Audited Balance Sheet for each of last 5 -
financial years
10. Audited Profit & Loss Statements for each -
of the last 5 financial years
11. Certificate from CA with UDIN no. Annexure 15.9
/Statutory auditor regarding overall
turnover for last 3 financial years from
(Year wise)
12. Certificate from CA with UDIN no. Annexure 15.9
/Statutory auditor regarding overall
turnover for last 3 financial years from
IT/ITES/Telecom business (Year wise)
13. Certificate from CA with UDIN Annexure 15.9
no./Statutory auditor regarding cumulative
net profit from last 5 financial years
14. Appraisal letter from the lead banker -
giving the
- Financial position of the firm
- Liquidity position,
- Credit facility enjoyed by the firm,
- present working capital
- Any other financial aspects
15. Certified copies of valid PAN documents -
16. Proof of following certificates -
• ISO 9001:2008 or latest
• CMMI Process Level 3 or above
• ISO 27001:2013 for Information
Security Management System
17. Copy of GSTIN registration -

Issued by DGP office, Maharashtra State Page 73 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# # Documents to be submitted Annexure Ref. Submitted Documentary


(Y / N) Proof (Page
No.)
18. Non – Blacklisting Declaration Annexure
15.11
19. Statement of Deviation from the RFP Annexure 15.4
Requirements

20. Integrity Pact Annexure 15.8


21. Land Border Sharing Declaration Annexure
15.13
22. Proof of Local Presence or declaration as Annexure
mentioned in the RFP 15.12

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 74 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.3. Format to share Organizational Profiles


(To be submitted on the Letterhead of all the Sole Bidder or All the Consortium Members)

# Description Details (to be filled by the


responder to the RFP)
1. Name of the company
2. Address of Registered Office with Country of Registered
Office, Telephone Nos., Fax, E-mail, and website
3. Corporate Headquarters Address with Telephone Nos.,
Fax, E-mail, and website
4. Details of Company’s Registration (Please enclose copy of
the company registration document)
5. Name of Registration Authority
6. Registration Number and Year of Registration
7. Following Certificates and its validity (Sole or Lead bidder
or Consortium members)
• SEI / CMMI- Process Level 3 or above
• ISO 9001:2008 or latest
• ISO 27001:2013 for Information Security Management
System
8. GST Certificate No.
9. Permanent Account Number (PAN)

Please submit the relevant proofs for all the details mentioned above along with your Bid
response.
Contact Details of officials for future correspondence regarding the bid process:

Details Authorized Signatory Secondary Contact


Name
Title
Company Address
Phone
Mobile No
Fax
Email

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 75 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.4. Format for Statement of Deviation from the RFP Requirements


(To be submitted on the Letterhead of the Sole/Lead Bidder)

Date: dd/mm/yyyy

To
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Statement with respect to the deviations from the RFP Requirements, Terms & Conditions

Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX

Sir,

I would like to herewith state that in the proposal submitted by M/s. ---------------, there are no deviations
from the RFP Requirements / Terms & Conditions. The entire work shall be performed as per the project
requirements.

OR (Strike out whatever is not applicable)

I would like to herewith state that in the proposal submitted by M/s. ---------------, following is the
exhaustive list of deviations and variations from the RFP requirement. Except for these deviations and
variations, the entire work shall be performed as per your specifications and requirements mentioned
in the RFP.

# Volume No Page No Ref No Statement of deviations and variations


1
2

Yours faithfully,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

(Note: Any bid submitted with deviations / variations having material impact on the project scope / terms
& conditions shall be liable for rejection. Government decision in this matter shall be final.)

Issued by DGP office, Maharashtra State Page 76 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.5. Format for Power of Attorney to Authorize Signatory


(To be submitted by the Sole Bidder or All the Consortium Members)

POWER OF ATTORNEY

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp
Act. The stamp paper to be in the name of the company who is issuing the power of attorney.]

We, M/s.______ (name of the firm or company with address of the registered office) hereby constitute,
appoint and authorize Mr. or Ms.______ (Name and residential address) who is presently employed
with us and holding the position of ______, as our Attorney to do in our name and our behalf all or any
of the acts, deeds or things necessary or incidental to our RFP for the Project _____ (name of the
Project), including signing and submission of the RFP response, participating in the meetings,
responding to queries, submission of information or documents and generally to represent us in all the
dealings with Client or any other Government Agency or any person, in connection with the works until
culmination of the process of bidding till the Project Agreement is entered into with ____________
(Client) and thereafter till the expiry of the Project Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this
power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall
always be deemed to have been done by us.
(Add a following line in the case of a Consortium)
Our firm is a Member or Lead bidder of the Consortium of ___________ and _________ .
Dated this the _____ day of ______ 2024

(Signature and Name of authorized signatory)


___________
(Signature and Name in block letters of all the remaining partners of the firm Signatory for the Company)

Seal of firm Company

Witness 1: Witness 2:

Notes:
A. To be submitted on the Letterhead of all the Sole Bidder or All the Consortium Members
B. To be executed by all the members individually.
C. 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.

Issued by DGP office, Maharashtra State Page 77 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.6. Format for Power of Attorney for Lead bidder of Consortium


(To be submitted by the Lead Bidder or All the Consortium Members)
[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp
Act. The stamp paper to be in the name of the company who is issuing the power of attorney]

Whereas __________ has invited RFP response for __________ (Name of the Project)

Whereas, the Members of the Consortium comprising of M/s.________, and M/s.______(the respective
names and addresses of the registered offices to be given) are interested in bidding for the Project and
implementing the same in accordance with the terms and conditions contained in the RFP Documents.

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 RFP response for the
Project.

NOW THIS POWER OF ATTORNEY WITNESSES THAT

We, M/s._________ and M/s_________ hereby designate M/s. ______ being one of the members of
the Consortium, as the lead member of the Consortium, to do on behalf of the Consortium, all or any of
the acts, deeds or things necessary or incidental to the Consortium’s RFP response for the Project,
including submission of the RFP response, participating in meetings, responding to queries, submission
of information or documents and generally to represent the Consortium in all its dealings with Client or
any other Government Agency or any person, in connection with the Project until culmination of the
process of bidding till the Project Agreement is entered into with Client and thereafter till the expiry of
the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this
power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall
always be deemed to have been done by us or Consortium.

Dated this the ________ day of _______ 2024

_______________
(Signature)

____________
(Name in Block Letter of Executant) [Seal of Company]

Witness 1 Witness 2
Notes:

Note
i. To be executed by all the members individually, in case of a Consortium.
ii. 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.

Issued by DGP office, Maharashtra State Page 78 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.7. Consortium Agreement

<<On non-judicial stamp paper of appropriate value to be purchased in the name of executants
companies or as required by the jurisdiction in which executed>>

This Consortium Agreement executed on this ................ day of........................... Two Thousand
………………. By:
M/s. .....................................a Company incorporated under the laws of........................and having its
registered office at............................. (Hereinafter called the “Lead Member/First Member” which
expression shall include its successors);

And

M/s. …....................... a Company incorporated under the laws of


.......................................and having its registered office at.......................... (Hereinafter called the
“Second Member” which expression shall include its successors)
The Lead Member/First Member and the Second Member shall collectively hereinafter be called as the
“Consortium Members” for the purpose of submitting a proposal (hereinafter called as “Bid”) for the
work of Design, Development, Implementation & Maintenance of CCTV based Surveillance System for
Thane City of Office of the Director-General of Police, Maharashtra State (hereinafter called the
“Purchaser”) in response to Request for Proposal Document (hereinafter called as ”tender” Document)
Dated………….. for the purposes of submitting the bid no. ………….. …………………………..and
entering into a contract in case of award for the work of …… (Name of work)………………………
WHEREAS, the Purchaser invited bids vide its tender document no. …………………for the work
of…………AND WHEREAS as per document, Consortium bids will also be considered by the Purchaser
provided they meet the specific requirements in that regard.
AND WHEREAS the bid is being submitted to the Purchaser vide proposal dated ………… based on
the Consortium Agreement and the bid with its forms and submission documents, in accordance with
the requirement of tender conditions and requirements have been signed by all the partners and
submitted to the Purchaser.
AND WHEREAS Clause <> of tender document stipulates that a Consortium of maximum 2 companies,
meeting the requirements stipulated in the tender document may submit a Proposal signed by Lead
Member of the Consortium Members so as to legally bind all the Members of the Consortium to the
Purchaser and duly signed Consortium Agreement shall be attached to the Proposal.

NOW THEREFORE, in consideration of the mutual covenants of the members of the Consortium, the
sufficiency whereof is hereby acknowledged and other good valuable consideration, we agree as
follows:
We the members in the Consortium hereby confirm that the name and style of the Consortium shall be
…………….. Consortium.
M/s. ......................................shall act as Lead Member for self, and for and on behalf of M/s
…………………….. (Second Member) and further declare and confirm that we shall jointly and severally
be bound unto the Purchaser for the successful performance of the obligations under the Request for
Proposal (tender) and resulting Contact Agreement(s) submitted / executed by the Lead Member in
the event of the selection of Consortium. Further, the Lead member is authorized to incur liabilities and
receive instructions for and on behalf of any or all partners of the consortium.
The composition or the constitution of the consortium shall not be altered without the prior consent of
the Purchaser.
The roles and responsibilities of the lead member, and second member of the consortium for execution
of various components/activities as defined in the tender document shall be as under:

Issued by DGP office, Maharashtra State Page 79 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Project Component / Activity Roles & Roles & Responsibility of


Responsibility of Consortium Member(s)
Lead Member

1.

2.

…n

It is agreed that the lead member shall be liable for the entire scope of work and risks involved thereof.
It is also agreed that all non-lead members of the consortium shall be held equally responsible along
with the lead member for the obligations under the tender Document, Contract and this Agreement, as
per the scope of work, roles and responsibility agreed in this agreement.
For the purpose of this Agreement, the tender Document and the Contract, the Lead member shall be
the single point of contact for the Director-General of Police, Maharashtra State, 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.
If Director-General of Police, Maharashtra State suffers any loss or damage on account of any breach
in the stipulation of the Agreements to be entered into by the Consortium Members, upon its selection
pursuant to tender (the "Agreements") or any shortfall in the performance of the Transaction or in
meeting the performances guaranteed as per the tender and the Agreements, the Consortium Members
hereby jointly and severally undertake to promptly make good such loss or damages caused to Director-
General of Police, Maharashtra State on its demand without any demur or contest. The Purchaser shall
have the right to proceed against anyone of the partners and it shall neither be necessary nor obligatory
on the part of the Purchaser to proceed against the Lead bidder before proceeding against or dealing
with the other Member.
The financial liability of the Consortium Members to the Director-General of Police, Maharashtra State,
with respect to any of the claims arising out of the performance or non-performance of obligations under
the tender and the resulting Agreement(s) shall not be limited so as to restrict or limit the liabilities of
any of the Members.
It is expressly agreed by the Members that all the due payments shall be made by the Purchaser to
lead member only.
This Consortium agreement shall be construed and interpreted in accordance with the laws of India and
the Courts of Mumbai shall have the exclusive jurisdiction in all matters arising there under.
It is also hereby agreed that Lead Member shall, on behalf of the Consortium shall submit the Bid and
performance Security as specified by Purchaser in the tender document.
It is further agreed that this Consortium Agreement shall be irrevocable and shall continue to be
enforceable till the same is discharged by Director-General of Police, Maharashtra State.
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 Contract, tender Document and under this Agreement.
Any other terms and conditions not in contradiction to the tender and above mentioned terms and
conditions.
IN WITNESS WHEREOF, the Members to the Consortium agreement have through their
authorised representatives executed these presents and affixed common seal of their companies, on
the day, month and year first mentioned above.

Issued by DGP office, Maharashtra State Page 80 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Common Seal of ................ has been affixed in For and on behalf of M/s……………..
my/our Lead Member presence pursuant to Board
of Director’s resolution dated
(Lead Bidder)
..............................

(Signature of authorized representative) Name :


1) Witness
Designation:

2) Witness

Common Seal of ................ has been affixed in For and on behalf of M/s……………..
my/our Lead Member presence pursuant to Board
of Director’s resolution dated
(Second member)
..............................
1) Witness
(Signature of authorized representative) Name :
2) Witness
Designation:

Issued by DGP office, Maharashtra State Page 81 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.8. Integrity Pact


(To be submitted by the Lead Bidder or All the Consortium Members)

INTEGRITY PACT

Between

Office of Director General of Police, Maharashtra State, herein after referred to as “The Principal”,

And

…………………………………………………………. hereinafter referred to as “The Bidder/Contractor”

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for
……………………………………. The Principal values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness / transparency in its relations with its
Bidder(s) and / or Contractor(s).

In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who
will monitor the tender process and the execution of the contract for compliance with the principles
mentioned above.
Section 1 – Commitments of the Principal
1. The Principal commits itself to take all measures necessary to prevent corruption and to observe
the following principles: -

a. No employee of the Principal, personally or through family members, will in connection


with the tender for, or the execution of a contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and reason.
The Principal will in, before and during the tender process, provide to all Bidder(s) the
same information and will not provide to any Bidder(s) confidential / additional
information through which the Bidder(s) could obtain an advantage in relation to the
tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence
under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform
the Chief Vigilance Officer and in addition can initiate disciplinary actions.
Section 2 – Commitments of the Bidder(s)/Contractor(s)

Issued by DGP office, Maharashtra State Page 82 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

1. The Bidder(s)/Contractor(s) commit themselves to take all measures necessary to prevent


corruption. He commits himself to observe the following principles during his participation in the
tender process and during the contract execution.

a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal’s employees involved in the tender process or
the execution of the contract or to any third person any material or other benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage of any
kind whatsoever during the tender process or during the execution of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce cartelization in the
bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act;
further the Bidder(s) / Contractor(s) will not use improperly, for purposes of competition
or personal gain, or pass on to others, any information or document provided by the
Principal as part of the business relationship, regarding plans, technical proposals, and
business details, including information contained or transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of
the Agents / representatives in India, if any. Similarly, the Bidder(s)/Contractor(s) of
Indian Nationality shall furnish the name and address of the foreign principals, if any.
Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers”
shall be disclosed by the Bidder(s) / Contractor(s). Further, as mentioned in the
Guidelines all the payments made to the Indian agent/representative must be in Indian
Rupees only.
e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to, or intends to make to agents, brokers, or any
other intermediaries in connection with the award of the contract.
2. The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlines above or
be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion from future contract
If the Bidder(s) / Contractor(s), before award or during execution has committed a transgression through
a violation of Section 2, above or in any other form such as to put his reliability or credibility in question,
the Principal is entitled to disqualify the Bidder(s) / Contractor(s) from the tender process or take action
as per the procedure mentioned in the “Guidelines on Banning of business dealing”.
Section 4 – Compensation for Damages
1. If the Principal has disqualified the Bidder(s) from the tender process prior to the award according
to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest
Money Deposit / Bid Security.
2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to
terminate the contract according to Section 3, the Principal shall be entitled to demand and recover
from the Contractor liquidated damages of the Contract value or the amount equivalent to
Performance Bank Guarantee.
Section 5 – Previous transgression
1. The Bidder declares that no previous transgressions occurred in the last three years with any other
Company in any country conforming to the anti-corruption approach or with any Public Sector
Enterprise in India that could justify his exclusion from the tender process.

Issued by DGP office, Maharashtra State Page 83 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or action can be taken as per the procedure mentioned in “Guidelines on Banning of
business dealings”.
Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors
1. The Bidder(s) / Contractor(s) undertakes(s) to demand from his subcontractors a commitment in
conformity with this Integrity Pact.
2. The Principal will enter into agreements with identical conditions as this one with all Bidders and
Contractors.
3. The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate
its provisions.
Section 7 – Criminal charges against violating Bidder(s) / Contractor(s) / Subcontractor(s)
If the Principal obtains knowledge of conduct of a Bidder, Contractor, or Subcontractor, or of an
employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same
to the Chief Vigilance Officer.
Section 8 – Independent External Monitor / Monitors
1. The Principal appoints [1] XXXXX and [2] XXXXX as Independent External Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.
2. The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. It will be obligatory for him to treat the information and
documents of the Bidders / Contractors as confidential. He reports to the DGP, Maharashtra Police.
3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to
all Project documentation of the Principal including that provided by the Contractor. The Contractor
will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Subcontractors. The
Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4. The Principal will provide to the Monitor enough information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations
between the Principal and the Contractor. The parties offer to the Monitor the option to participate
in such meetings.
5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform
the Management of the Principal and request the Management to discontinue or take corrective
action, or to take other relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties that they act
in a specific manner, refrain from action, or tolerate action.
6. The Monitor will submit a written report to the DGP, Maharashtra Police within 8 to 10 weeks from
the date of reference or intimation to him by the principal and, should the occasion arise, submit
proposals for correcting problematic situations.
7. If the Monitor has reported to the DGP, Maharashtra Police substantiated suspicion of an offence
under relevant IPC/PC Act, and the DGP, Maharashtra Police has not, within the reasonable time
taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the
Monitor may also transmit this information directly to the Central Vigilance Commissioner.
8. The word ‘Monitor’ would include both singular and plural.
Section 9 – Pact Duration
1. Pact becomes effective on signing & submission with bid by Bidder

Issued by DGP office, Maharashtra State Page 84 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

2. For the successful Bidder, the Integrity Pact ends after 10 months from last payment made to the
successful Bidder
3. For unsuccessful Bidders, valid for six months after award of contract
If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite
the lapse of this pact as specified above, unless it is discharged / determined by DGP, Maharashtra
Police.
Section 10 – Other provisions
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e., Mumbai
2. Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
3. If the Contractor is a partnership, this agreement must be signed by all partner members.
4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.
5. In the event of any contradiction between the Integrity Pact and its Annexure, the Clause in the
Integrity Pact will prevail”.

__________________________ ______________________
(Pre- signed for & On behalf of the Principal) (For & On behalf of
Bidder/Contractor)

Name of HOD and Dept

(Office Seal) (Office Seal)

Place _______________
Date _______________

Witness 1:
(Name & Address) _________________________
_________________________
_________________________
_________________________

Witness 2:
(Name & Address) _________________________
_________________________
_________________________
___________________`______

Issued by DGP office, Maharashtra State Page 85 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.9. Format for CA Certificate


<< (To be submitted by the Sole Bidder or All the Consortium Members)>>
<< To be printed on CA/Auditors company’s letterhead and signed by Authorized signatory of CA/Auditor>>

Date: DD/MM/YYYY
To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Submission of declaration for Selection of agency for Design, Development, Implementation
& Maintenance of CCTV based Surveillance System for Thane City
Ref.:Tender No: XXXXXXXXX Dated: XX/XX/XXXX

Sir/ Madam,

I hereby declare that below are the details regarding Overall turnover and annual turnover in
(IT/ITES/Telecom) over the last 3 financial years and cumulative net profit in the last 5 financial years
for [Name of an Organization]

Table 15.9.1: Following table is applicable to Sole/lead bidder and consortium member

# Details FY 2020-21 FY 2021-22 FY 2022-23


(i) (ii) (iii)
(In INR) (In INR) (In INR)

1. Overall turnover for last 3


financial years
2. Overall turnover for last 3
financial years from
IT/ITES/Telecom business

Table 15.9.2: Following table is applicable to only Sole/Lead bidder

# Net Profit of Sole/Lead bidder in Amount


(in INR)
1. FY 2018-19

2. FY 2019-20

3. FY 2020-21

4. FY 2021-22

5. FY 2022-23

Issued by DGP office, Maharashtra State Page 86 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

# Net Profit of Sole/Lead bidder in Amount


(in INR)
Cumulative Net Profit of Sole/Lead bidder in
last five (5) financial years mentioned above.

Yours Sincerely,

Signature of Auditor (with official seal)


Name :
Designation :
Address :
Telephone& Fax :
E-mail address :
UDIN :

Issued by DGP office, Maharashtra State Page 87 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.10. Format for Project Details

# Project Name Remarks

11. Client Name

12. Client Entity Type


(Central Govt. / State Govt. / PSU organization/ Municipal
Corporation/Local Bodies/Private Entity etc.)

13. WO/PO/Contract/tender reference number

14. Value of the Project

15. Project Start Date

16. Project End Date

17. Scope of Work


(Please highlight the detailed scope of work and quantity supplied with
reference to similar project / criteria definition as applicable)

18. Is Copy of Work Order/ Purchase Order/ Contract of the project


attached?
(Note: Please mention all PO count in case of multiple POs attached)

19. WO/PO/Contract/tender reference number


(Note: Please mention all PO numbers in case of multiple POs
attached)

20. Is Completion Certificate/ Client Certificate of the completion of the


project attached?

21. Project Completion Status (in %)

Note:
1. The details mentioned under points 1 to 11 should be clearly visible on the documentary evidence
provided by the Bidder.

Yours faithfully,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 88 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.11. Non – Blacklisting Declaration


(To be submitted Sole Bidder or all the members of the Consortium individually duly signed by the
authorized signatory on Non – judicial stamp paper of INR 100/-)

Date: dd/mm/yyyy
To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Ref:. Tender Ref. no. dated

Subject: Declaration for not being under an ineligibility for corrupt or fraudulent practices or
blacklisted/debarred with any of the Government or Public Sector Units of India.

Dear Sir,

We, the undersigned, hereby declare that we are not involved in any litigation with any client which
would materially affect our ability to perform obligations as per the RFP and we are not under a
declaration of ineligibility for corrupt or fraudulent practices or blacklisted / debarred currently with any
of the Central Government Departments or any of the State Departments or Public Sector Units of India.

Note: - “currently” refer to any stage of the bid process as well as during PMU / contract period.

For and on behalf of

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 89 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.12. Self-Declaration: Opening of Local Office


<<To be submitted on Sole/Lead Bidder’s letterhead>>

Date: DD/MM/YYYY
To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Submission of Self-Declaration for opening Local Office in MMR region within 30 days from
the date of signing of the contract.

Ref: Tender No:

Dear Sir,
We, <company name> having our registered office at <current registered office address>, hereby
declare that we will open a local office in MMR region within 30 days from the date of signing of the
contract for the Tender: ‘Design, Development, Implementation & Maintenance of CCTV based
Surveillance System for Thane City)’ with Tender No:

Yours faithfully,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 90 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

15.13. Land Border Sharing Declaration

<To be submitted On their respective Letter Head by Sole Bidder / Lead Bidder & Consortium
member>

Date: DD/MM/YYYY
To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Submission of declaration for Design, Development, Implementation & Maintenance of CCTV
based Surveillance System for Thane City

We M/s.___ [Organization Name] hereby confirm that we will abide by the Rule 144 (xi) of the General
Financial Rules (GFRs), 2017 and its subsequent amendments thereafter.

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 91 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16. Formats for Technical Bid

16.1. General Instructions for the Technical Proposal


Bidders must submit a very structured and organized technical proposal, which will be analyzed by the
Project Management Consultant and the Office of the Director General of Police, Maharashtra’s
Committee for different compliances with regards to the requirements of the project. Since the overall
evaluation of the bid is techno-commercial, the quality and completeness of the information submitted
by the Bidder will matter a lot while finalizing the technical scores. Bidder is expected to structure its
proposal in the following Sections / Documents:

16.1.1. Bidder’s Competence to execute the project


• This document should bring about the capability of the firm to execute this project. Some of the
required documents are as follows:
1. Financial Capability of the Bidder in required formats and supporting documents
2. Experience of Bidder in Executing Internal monitoring Projects in required formats and supporting
documents
3. Quality of IT, Security & Internal monitoring Domain Manpower in the firm
4. Bidder also may project their strategic strengths like alliances, partnerships, Parent firm’s
experiences, etc.

16.1.2. Proposed Team for the Project


• As specified in the Technical Bid Evaluation Framework, the DGP, Maharashtra Police would like
to give lot of importance on the right people proposed for the project. Bidder may propose different
people for different skill sets required & different responsibilities (during Project Implementation &
Post-Implementation). Some of the required documents are as follows:
1. Overall Project Team (for both Project Implementation & Maintenance Phases)
2. Escalation Chart for the entire Project Duration.
3. Summary Table giving Qualification, Experiences, Certifications, Relevance.
4. Detail CVs in the format attach in this RFP

16.1.3. Technical Solution Proposed for the Project


• Broad areas to be covered in the Technical Solution documentation are given below:
10. Describe the proposed Technical Solution in a structured manner. Following should be captured in
the same:
a) Clear articulation and description of the design and technical solution and various components
including make of equipment or sizing of infrastructure (including diagrams and calculations
wherever applicable)
b) Reasoning for selection of the proposed technology over other options.
c) Extent of compliance to technical requirements specified in the scope of work.
d) Technical Design and clear articulation of benefits to project of various components of the solution
vis-à-vis other options available.
e) Strength of the Bidder to provide services including examples or case-studies of similar solutions
deployed for other clients.

Issued by DGP office, Maharashtra State Page 92 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

11. Provide detailed approach and methodology for Pre-Implementation, Implementation & Post-
Implementation periods.
12. Approach & Methodology for Management of SLA Requirements specified in the RFP. Bidder is
required to clearly articulate how each of the SLA requirements would be adhere.
13. Insight on Implementation of different Best Practices like ITIL, BS7799, Security Policy, etc.
14. Detailed Project Plan with timelines, resource allocation, milestones etc. in for supply, installation,
and commissioning of the physical and IT components for the project.
15. Strategy to address all other technical challenges envisaged.

Issued by DGP office, Maharashtra State Page 93 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.2. Undertaking for Full-time Professionals on Company's Payroll


<<To be printed on Company’s Letterhead and signed by Authorized Signatory>>
Date: DD/MM/YYYY

To
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Undertaking for Technically Qualified Full-time Professionals on Company's Payroll

Ref.:Tender No: XXXXXXXXX Dated: XX/XX/XXXX

Dear Sir,

I have carefully gone through the Terms & Conditions contained in the RFP document for “Selection of
an Agency for Design, Development, Implementation & Maintenance of CCTV based Surveillance
System for Thane City”. I hereby declare that my company <company’s name> has <number > full-time
professionals working in the business unit with more than 5 years of experience in ICT/City Surveillance
Projects as on the date of bid submission.

NOTE: To be filled for the lead bidder and each consortium member.

# Name of the Designation Highest Total Total Relevant


Resource Qualification Experience Experience (in
(in years) Years)

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

Yours sincerely,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 94 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.3. Proposed Project Team Details


Date: DD/MM/YYYY

To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Details of proposed manpower Design, Development, Implementation & Maintenance of


CCTV-based Surveillance System for Thane City

Ref.: Tender No: XXXXXXXXX Dated: XX/XX/XXXX

• Details of below Proposed Resources

1. Project Manager
2. Asst. Project Manager (3)
3. Technical Expert – Network
4. Technical Expert – Security
5. Technical Expert - Server & Storage
6. Technical Expert – Applications

Note: The details of all mentioned resources above should be provided by the bidder as per below
tabular format:

Name of the Proposed Resources:

Role for which the Resource is proposed :

Educational Qualifications Total Work Total Relevant Relevant


Experience Experience in Certifications
(In Years) (In Years) (Proof to be
attached)

Fluency in English, Marathi & Hindi


(Read, Write and Speak)
Names of the Relevant Projects worked upon 1.
by the proposed resource 2.
n..

Yours sincerely,

Issued by DGP office, Maharashtra State Page 95 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

:
Note: The manpower resource proposed for the project implementation & operation should be on the
payroll of the Bidder as on the date of submission of the bid and the same will be validated using the
Bidder’s submitted HR certificate (Annexure 16.2)

Issued by DGP office, Maharashtra State Page 96 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.4. CV of Proposed Manpower

Date: DD/MM/YYYY
To
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Ref.:Tender No: XXXXXXXXX Dated: XX/XX/XXXX

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. Educational Qualifications <Degree>/<Diploma>, <College/University>,
<Year of Passing>
7. Key Training and Certifications
8. Language Proficiency Language Reading Writing Speaking

9. Employment Record From / To: Employer Position Held


(For the Total Relevant Experience)

10. Total No. of Years of Work Experience


11. Total No. of Years of Experience for the Role
Proposed
12. Highlights of relevant assignments handled Use following format for each project
and significant accomplishments Name of
Assignment/Project:
Year:
Location:
Client:
Main Project
Features/Scope:
Positions Held:
Activities Performed:

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :

Issued by DGP office, Maharashtra State Page 97 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Business Address :
Telephone & Fax :
E-Mail address :
Date :

Note:
• ** The manpower resource proposed for the project implementation & operation should be on the
payroll of the Bidder as on date of submission of the bid and same will be validated using certificate
submitted by bidder as per Annexure 16.2
• The details to be submitted on the letter head of the company

Issued by DGP office, Maharashtra State Page 98 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.5. Format for specifying compliance to the benchmark / minimum


Specifications.
• Bidder is required to submit compliance to the required benchmark / minimum specifications for
various IT / Non-IT components. This compliance would be needed in two formats – 1) Summary
table given below for all the items, 2) Compliance tables for each of the line item against the
benchmark specifications specified in the RFP.
1) OEM to submit/provide compliance to all minimum specification of the respective components as
per below table on the OEM’s letterhead with OEM’s authorized signatory & stamp.
OR
2) Bidder to submit/provide compliance to all minimum specification of the respective components as
per below table on the Bidder’s letterhead with authorized signatory & stamp and should
mandatorily provide an OEM’s authorised datasheet along with this compliance sheet.

16.5.1. Summary Table of the Compliance of Requirements


# Component Description OEM Make Page No. of Compliance to
& Datasheet / Required
Model OEM Specifications?
Brochure (Yes / No)
attached
1 .............
.. .............
..n .............

16.5.2. Detail compliance tables for each of the above-mentioned


line items against the benchmark specifications specified in the RFP

Name of the Project


components
Make
Model
# Parameter Minimum Specification / Compliance Remarks
Requirement mentioned in the (Yes / No) (If compliance is
RFP No)
1. .............
2. .............
.. .............
..n .............

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 99 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.6. Unpriced Bill of Material (BOM)


<< Sole/Lead bidder to submit unpriced BOM as per below format on their letter with authorized signatory>>

• This document should give indication of all the proposed cost components, without specifying the
costs.

• The Bidder should provide the proposed Bill of Material (BoM) here.
Note:

• Details of the make/brand and model against each line item, wherever applicable, should be
mentioned.

• The indicative/estimated quantity provided in the Bid document would be used for evaluation
purposes; however, the payment would be done on actual usage basis.

• Bidder to submit / specify exact quantity wise break-up for the components/products with unit of
measurement of “lot” in the unpriced BoM and commercial bid format

# BoM Line Item Unit of Quantity Make / Model Full Compliance


(Component Measurement Proposed Brand Details with Bid
Name) document
Requirements
(Yes / No)

1.

2.

....
n

Yours faithfully,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :
Note:
1. In above table, Bidder to mention same quantity as provided in commercial format of the Bid
document
2. Bidder to submit the compliance to un-priced Bill of Material on their letter head with authorised
signatory and stamp
3. Non submission of un-priced BoM will lead to rejection of the bid
4. Bid shall get dis-qualified if Bidder gives price details in the Pre/technical qualification/technical bid
document.

Issued by DGP office, Maharashtra State Page 100 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.7. Format for Authorization Letters from OEMs

Date: DD/MM/YYYY
To
Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Authorization Letter to M/s. -------------- for the participation in the bid for “RFP for Design,
Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City”

Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX

Sir,
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 above equipment / software manufactured / developed by us.

We herewith certify that the above-mentioned equipment / software products are not end of the life and
we hereby undertake to support this equipment / software for the duration of minimum 6 years from the
date of this letter.

Yours faithfully,

For and on behalf of M/s ________________________(Name of the manufacturer)

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Note: This letter of authority should be on the letterhead of the concerned manufacturer and should be
signed by an authorized signatory of the manufacturer. The same would need to be submitted by the
bidder as a part of technical proposal.

Issued by DGP office, Maharashtra State Page 101 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.8. Declaration from the Bidder (if MAF from OEM is not available
as defined format)
***** On the Letter Head of the Bidder *****
Date: DD/MM/YYYY
To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Submission of declaration for Design, Development, Implementation & Maintenance of CCTV
based Surveillance System for Thane City

We [Name of the Bidder] hereby confirm that we will abide by the technical, functional, integration,
guidelines, and standards mentioned in the RFP and Corrigendum, throughout the duration of the
contract period.

In case of any requirement for replacement/repair of the product (hardware/software) if the quoted
product is discontinued by the OEM, [Name of the Bidder ] confirms that we will provide the product
which complies with the specifications, guidelines, standards of the products proposed/quoted as part
of the technical proposal submitted to the DGP, Maharashtra Police/Thane Police, and also comply with
the clauses mentioned in the RFP and corrigendum without insuring extra cost to the DGP, Maharashtra
Police /Thane Police.

In such cases, rights related to the acceptance or rejection of the product lie with the DGP, Maharashtra
Police/Thane Police.

Yours faithfully,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 102 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

16.9. Formats for Performance Bank Guarantee

IN CONSIDERATION OF…………………………………………………………….The Office of the


Director-General of Police, Maharashtra State through…………………………………., (hereinafter referred
to as “the DGP office”) to implement the project for Thane surveillance system ( hereinafter referred to as
the “said work”) on the terms and conditions of the AGREEMENT dated the………………….day of
…………………….2024 ……….executed between the Government on the one part and the Company
(Name of the Company) on the other part (hereinafter referred to as “ the said AGREEMENT) and on the
terms and conditions specified in the Contract, Form of Offer and Form of acceptance of Offer, true and
complete copies of the offer submitted by the Company, the said Acceptance of Offer and the said
AGREEMENT are annexed hereto. The Company has agreed to furnish the DGP office in Guarantee of
the Nationalized Bank/Scheduled Bank for the sum of Rs…………………………….. (Agreement in Words
and Figures) only which shall be the Security Deposit for the due performance of the terms covenants and
conditions of the said AGREEMENT. We ………………………….. Bank Registered in India under
………………………………….. Act and having one of our Local Head Office at
………………………………………… do hereby guarantee to the DGP office in
……………………………….. Department.

(i) Due performance and observances by the Company of the terms covenants and conditions on the part
of the Company contained in the said AGREEMENT, AND

(ii) Due and punctual payment by the Company to the DGP office of all sum of money, losses, damages,
costs, charges, penalties and expenses that may become due or payable to the DGP office by or from the
Company by reason of or in consequence of any breach, non performance or default on the part of the
Company of the terms covenants and conditions under or in respect of the said AGREEMENT.

AND FOR THE consideration aforesaid, we do hereby undertake to pay to the DGP office on demand
without delay demur the said sum of Rs……………………. (Rupees ……………………………….. only)
together with interest thereon at the rate prescribed under………………… from the date of demand till
payment or such lesser sum, as may be demanded by the DGP office from us as and by way of indemnity
on account of any loss or damage caused to or suffered by the DGP office by reason of any breach, non-
performance or default by the Company of the terms, covenants and conditions contained in the said
AGREEMENT or in the due and punctual payment of the moneys payable by the Company to the DGP
office thereunder and notwithstanding any dispute or disputes raised by the Company in any suit or
proceeding filed before the Court relating thereto our liability hereunder being absolute and unequivocal
and irrevocable AND WE do hereby agree that –

(a) The guarantee herein contained shall remain in full force and effect during the subsistence of the said
AGREEMENT and that the same will continue to be enforceable till all the claims of the DGP office are
fully paid under or by virtue of the said AGREEMENT and its claims satisfied or discharged and till the
DGP office certifies that the terms and conditions of the said AGREEMENT have fully and properly carried
out by the Company.
(b) We shall not be discharged or released from liability under this Guarantee by reason of –
i. any change in the Constitution of the Bank or
ii. any arrangement entered into between the DGP office and the Company with or without our
consent;
iii. any forbearance or indulgence shown to the Company,
iv. any variation in the terms, covenants or conditions contained in the said AGREEMENT;
v. any time given to the Company, OR
vi. any other conditions or circumstances under which in a law a surety would be discharged.

Issued by DGP office, Maharashtra State Page 103 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

vii. any change in the Constitution of the Bank or


viii. any arrangement entered between the DGP office and the Company with or without our
consent;
ix. any forbearance or indulgence shown to the Company,
x. any variation in the terms, covenants or conditions contained in the said AGREEMENT;
xi. any time given to the Company, OR
xii. any other conditions or circumstances under which in a law a surety would be discharged.

(c) Our liability hereunder shall be joint and several with that of the Company as if we were the principal
debtors in respect of the said sum of Rs………………………. (Rupees …………………………………….
Only).

(d) We shall not revoke this guarantee during its currency except with the previous consent of the DGP
office in ……………………… department in writing;

(e) Provided always that notwithstanding anything herein contained our liabilities under this guarantee shall
be limited to the sum of Rs……………………….. (Rupees………………… only) and shall remain in force
until the DGP office certifies that the terms and conditions of the said AGREEMENT have been fully and
properly carried out by the Company.

(f) Bank hereby agrees and covenants that if at any stage default is made in payment of any installment or
any portion thereof due to the DGP office under the said AGREEMENT or if the Company fails to perform
the said AGREEMENT or default shall be made in fulfilling any of the terms and conditions contained in
the said AGREEMENT by the Company, the Bank shall pay to the DGP office on demand without any
demur, such sum as may by demanded, not exceeding Rs………………………….
(Rupees…………………………………) and that the Bank will indemnify and keep the DGP office
indemnified against all the losses pursuant to the said AGREEMENT and default on the part of the
Company. The decision of the DGP office that the default has been committed by the Company shall be
conclusive and final and shall be binding on the Bank/Guarantor. Similarly, the decision of the DGP office
as regards the Agreement due and payable by the Company shall be final and conclusive and binding on
the Bank /Guarantor.

(g) The DGP office shall have the fullest liberty and the Bank hereby gives its consent without any way
affecting this guarantee and discharging the Bank/Guarantor from its liability hereunder, to vary or modify
the said AGREEMENT or any terms thereof or grant any extension of time or any facility or indulgence to
the Company and Guarantee shall not be released by reason of any time facility or indulgence being given
to the Company or any forbearance act or omission on the part of the DGP office or by any other matter
or think whatsoever which under the law, relating to sureties so releasing the guarantor and the Guarantor
hereby waives all suretyship and other rights which it might otherwise be entitled to enforce.

(h) That the absence of powers on the part of the Company or the DGP office to enter into or execute the
said AGREEMENT or any irregularity in the exercise of such power or invalidity of the said AGREEMENT
for any reason whatsoever shall not affect the liability of the Guarantor/Bank and binding on the bank
notwithstanding any abnormality or irregularity,
not affect the liability of the Guarantor/Bank and binding on the bank notwithstanding any abnormality or
irregularity,

The Guarantor agrees and declares that for enforcing this Guarantee by………………… against it, the
Courts at Mumbai only shall have exclusive jurisdiction and the Guarantor hereby submits to the same
1…………………………………………………………………………..
2…………………………………………………………………………..

Being respectively the Director of the Company, who in token thereof, has hereto set his respective hands
in the presence of –

Issued by DGP office, Maharashtra State Page 104 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

1…………………………………………………………….
2…………………………………………………………….

Note: If the duration of the Bank Guarantee needs to be reduced due to RBI Guidelines, then decision to
that effect shall be taken by DGP office.

Issued by DGP office, Maharashtra State Page 105 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17. Formats for Financial Bid


17.1. Financial Bid Covering Letter
Date:

To,
Designation: Additional Director General of Police (P&C)
Office of Director General of Police
Mumbai 400001
Email ID: [email protected]

Subject: Submission of the Financial bid for “RFP for Design, Development, Implementation &
Maintenance of CCTV based Surveillance System for Thane City”

Ref :Tender No: XXXXXXXXX Dated: XX/XX/XXXX

Dear Sir,

1. Price and Validity


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

2. Taxes
We hereby confirm that our proposal prices include all taxes existing as on the date of submission. We
have studied the clause relating to Indian 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. However any variation in tax apart from income tax will be reimbursed by the Director-General
of Police, Maharashtra State based on actual prevailing rates as on the date of invoice.

3. Tender Pricing
We further confirm that the prices stated in our proposal are in accordance with all requirements,
instruction, terms and conditions and procedures included in RFP documents.

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 Bid,
we agree to furnish the same in time to your satisfaction.

5. Proposal Price
We declare that our proposal Price is for the entire scope of the work as specified in the Schedule of
Requirements and Tender documents. The price quoted will remain firm during the contract period.

6. We hereby declare that our Proposal is made in good faith, without collusion or fraud and the
information contained in the Proposal is true and correct to the best of our knowledge and belief.
7. We understand that our Proposal is binding on us during the validity period or the extensions thereof
and that you are not bound to accept a Proposal you receive.

Issued by DGP office, Maharashtra State Page 106 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

8. We confirm that no deviations are attached here with this commercial offer.

Yours sincerely,

Signature of Authorized Signatory (with official seal) :


Authorized Signatory Name & Designation :
Business Address :
Telephone & Fax :
E-Mail address :
Date :

Issued by DGP office, Maharashtra State Page 107 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.2. General Instructions


1. Bidder should provide all prices as per the prescribed format under this Annexure.
2. All the prices are to be entered in Indian Rupees ONLY
3. Prices indicated in the schedules shall be inclusive of all taxes, Levies, duties etc. The prices should
also specify yearly support cost as per provided formats.
4. It is mandatory to provide breakup of all Taxes, Duties and Levies wherever asked for.
5. Director-General of Police, Maharashtra State reserves the right to ask the Bidder to submit proof
of payment against any of the taxes, duties, levies indicated.
6. Director-General of Police, Maharashtra State shall take into account all Taxes, Duties & Levies for
the purpose of Evaluation
7. The Bidder needs to account for all Out-of-Pocket expenses due to Boarding, Lodging and other
related items.
8. Quantities mentioned in the commercial formats are indicative in number. Director-General of
Police, Maharashtra State may or may not procure above components. Director-General of Police,
Maharashtra State has the rights to delete any of the above components before final
implementation. Also, Director-General of Police, Maharashtra State reserves the right to remove
any of the line components (as per BOQ provided) and to change the location of final
implementation of components.
9. 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, Director-General of Police,
Maharashtra State, retains the right to negotiate this rate for future requirement. Bidder shall ensure
that the future products supplied are of latest specifications as per the OEM roadmap.
10. For the purpose of evaluation of Commercial Bids, Director-General of Police, Maharashtra State
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.
11. Bidder should refer to the RFP for details on the functional requirements of the system and the
benchmark specifications for the items mentioned in the Commercial formats.
12. Line items mentioned in the Commercial Formats are for representation purpose and bidder may
propose alternate technology / solution (with proper justification). Bidders are required to suitably
add line items / merge the cost components depending upon their proposed solution.
13. Bidder shall reduce the bandwidth rates if the prevailing rate as per TRAI, are decreased during the
contract period (reduction in bandwidth rate shall be in proportion to the TRAI rate reductions).

Issued by DGP office, Maharashtra State Page 108 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3. Commercial Bid Format

Note: The Bidder is expected to upload the price breakup as per the schedules mentioned in the
Vol I (Section 17.3 Commercial Bid Format) in PDF format in the Commercial Envelope along
with this macro-Excel.

17.3.1. Summary of all Cost Components

Summary of Thane CCTV Project


# Item Ref. Total Amount
Schedule with Taxes (INR)
CAPITAL COST
1. Edge Devices A
2. Zonal Recording Station B
3. Back-up Recording Station C
4. Command and Control Center at Thane Police HQ D
5. Viewing Center at Traffic Control Room E
6. Viewing Center at other control rooms and police F
stations
7. Viewing Center at Municipal Corporation G
8. Picture Intelligence Unit H
9. Collaborative Monitoring I
10. Miscellaneous Costs J
Total CAPEX Cost (I) = A+B+C+D+E+F+G+H+I+J
OPERATIONAL COST (5 years from project go-live)
11. Bandwidth Cost K
12. Electricity Cost L
13. Operations & Maintenance for IT / Non-IT M
Infrastructure
14. Managerial, Technical & FMS Manpower Cost N
15. Miscellaneous Costs O
Total OPEX Cost (II) = K+L+M+N+O
Total Project Cost = CAPEX (I) + OPEX (II) Cost
Grand Total in Words

Issued by DGP office, Maharashtra State Page 109 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.2. Schedule A – Edge Devices

Schedule A – Edge Devices Cost


# Description Scope Unit Unit Rate Total Taxes (GST) in Total
Qty. Type without Amount INR Amount
(A) Taxes without (D=C*GST%) with
(INR) Taxes Taxes
(B) (INR) (INR)
(C=A*B) (E=C+D)
1. Outdoor Box Cameras with Inbuilt 4786 Nos
IR Illuminators
2. Outdoor Box Cameras without 472 Nos
Inbuilt IR Illuminators (ANPR (350
Nos), Speed Detection (32) ,
RLVD (90))
3. Outdoor PTZ Cameras 793 Nos
4. IR Illuminators 472 Nos
5. Public Address (PA) System (2 20 Nos
speakers per pole per system)
6. Tablets 18 Nos
7. Drones with Ground Control 2 Nos
Station (GCS)
8. Poles for Cameras and 2138 Nos
Equipment's including gantries
9. Industrial Grade POE Switch 2138 Nos
10. Junction Box with 1 KVA Online 2138 Nos
UPS and passive network
components (Patch cords, Pigtails,
LIU, CAT-6 cables, power cables
etc.)
11. Provisioning of Electrical Power 2138 Nos
(Connection, meter, MCB,
Electrical Box)
12. Any other Cost (Pl. specify) - 2138 Nos
Earthing
13. Last Mile Connectivity for 2138 Nos
provisioning network and electrical
connection which includes the cost
of material and labor (network fibre
cable, electrical cable, ducts and
labour component for trenching,
refilling, etc.)
14. Wireless equipment in case of 214 Nos
non-feasibility of wired network
connectivity (Max 10% of Poles)
Total for Schedule A

Issued by DGP office, Maharashtra State Page 110 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.3. Schedule B – Zonal Recording Station

Schedule B – Zonal Recording Station Cost


# Description Scope Qty. Unit Unit Rate without Total Taxes (GST) Total
(A) Type Taxes (INR) Amount in INR Amount
(B) without (D=C*GST%) with
Taxes Taxes
(INR) (INR)
(C=A*B) (E=C+D)
1 Servers (inclusive of
Operating System and
licenses)
A Application Servers 1 Lot.
B Recording Server 1 Lot.
C Analytics Server 1 Lot.
D Database Server 1 Lot.
E Management Server 1 Lot.
F Enterprise Backup Server 1 Lot.
G Domain Controller 1 Lot.
H Any other Server required 1 Lot.
to cater to the scope of
work mentioned in Vol II
2 Application & System
Software
A Video Management 1 Lot.
1 System - Base license
A Video Management 6656 Nos.
2 System - Camera license
(Software for Recording,
Viewing of Videos)
B Integrated Command and 1 Lot.
1 Control Center Application
- Base license and
integration cost
B Integrated Command and 56 Nos.
2 Control Center Application
- Client/workstation
license
B Integrated Command and 80 Nos.
3 Control Center Application
- Mobile application
license
C PA System software 1 Lot.
D Anti-virus Software 1 Lot.
(servers, workstations,
tablets etc.)
E Updated GIS Base Map 1 Lot.
for Thane City (min. 0.6
mtr resolution, min. 1:500)
F RDBMS 1 Lot.
G Backup Solution 1 Lot.
H Enterprise Management 1 Lot.
System (including SLA
Mngt, HelpDesk Mngt,
Network Mngt, BMS etc. if

Issued by DGP office, Maharashtra State Page 111 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule B – Zonal Recording Station Cost


# Description Scope Qty. Unit Unit Rate without Total Taxes (GST) Total
(A) Type Taxes (INR) Amount in INR Amount
(B) without (D=C*GST%) with
Taxes Taxes
(INR) (INR)
(C=A*B) (E=C+D)
applicable) for all active
components

J LDAP Software 1 Lot.


K Any other Server side 1 Lot.
Software required to cater
to the scope of work
mentioned in Vol II
3 Primary Storage 1 Lot.
4 Secondary Storage 1 Lot.
5 Storage Management 1 Lot.
System
6 Core Router 1 Lot.
7 Switch
A L2 Switch 1 Lot.
B L3 Switch 1 Lot.
C Core Switch 1 Lot.
D Server Farm Switch 1 Lot.
8 Firewall 1 Lot.
9 Intrusion Prevention 1 Lot.
System
10 SIEM 1 Lot.
11 Anti-DDOS 1 Lot.
12 Key Management Solution 1 Lot.
13 Any other IT Component 1 Lot.
& Application for Cyber
Security
14 IP Phone 1 Nos.
15 Smart Racks (Caged) - 1 Lot.
Bidder to evaluate as per
proposed solution
including buffer of 10%
from day zero.
16 Indoor Fixed Dome 4 Nos.
Cameras
17 Networking Cost (Passive 1 Lot.
Components) (Pl. specify
the details)
18 Any Other Component(s) 1 Lot.
to Cater to the
requirements of scope of
work mentioned in Vol II
19 Access Control on Cage 1 Nos.
20 Last Mile Connectivity for 1 Lot.
provisioning network and
electrical connection
which includes the cost of
material and labor
(network fibre cable,

Issued by DGP office, Maharashtra State Page 112 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule B – Zonal Recording Station Cost


# Description Scope Qty. Unit Unit Rate without Total Taxes (GST) Total
(A) Type Taxes (INR) Amount in INR Amount
(B) without (D=C*GST%) with
Taxes Taxes
(INR) (INR)
(C=A*B) (E=C+D)
electrical cable, ducts and
labour component for
trenching, refilling, etc.)

Total for Schedule B

Issued by DGP office, Maharashtra State Page 113 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.4. Schedule C – Back-up Recording Station

Schedule C – Backup Recording Station Cost


# Description Scope Unit Unit Rate Total Taxes (GST) Total
Qty. Type without Amount in INR Amount
(A) Taxes without (D=C*GST%) with
(INR) Taxes (INR) Taxes
(B) (C=A*B) (INR)
(E=C+D)
1 Servers (inclusive of Operating System
and licenses)
A Application Servers 1 Lot.
B Recording Server 1 Lot.
C Analytics Server 1 Lot.
D Database Server 1 Lot.
E Management Server 1 Lot.
F Enterprise Backup Server 1 Lot.
G Domain Controller 1 Lot.
H Any other Server required to cater to 1 Lot.
the scope of work mentioned in Vol II
2 Application & System Software
A1 ICCC Applications 1 Lot.
A2 VMS Applications 1 Lot.

A3 EMS Application 1 Lot

B Anti-virus Software (servers, 1 Lot.


workstations, tablets etc.)
C RDBMS 1 Lot.
D Backup Solution 1 Lot.
E Enterprise Management System 1 Lot.
(including SLA Mngt, HelpDesk Mngt,
Network Mngt, BMS etc. if applicable)
for all active components
F LDAP Software 1 Lot.
G Any other Server side Software 1 Lot.
required to cater to the scope of work
mentioned in Vol II
3 Primary Storage 1 Lot.
4 Secondary Storage 1 Lot.
5 Storage Management System 1 Lot.
6 Core Router 1 Lot.
7 Switch
A L2 Switch 1 Lot.
B L3 Switch 1 Lot.
C Core Switch 1 Lot.
D Server Farm Switch 1 Lot.
8 Firewall 1 Lot.
9 Intrusion Prevention System 1 Lot.
10 SIEM 1 Lot.
11 Anti-DDOS 1 Lot.

Issued by DGP office, Maharashtra State Page 114 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule C – Backup Recording Station Cost


# Description Scope Unit Unit Rate Total Taxes (GST) Total
Qty. Type without Amount in INR Amount
(A) Taxes without (D=C*GST%) with
(INR) Taxes (INR) Taxes
(B) (C=A*B) (INR)
(E=C+D)
12 Key Management Solution 1 Lot.
13 Any other IT Component & Application 1 Lot.
for Cyber Security
14 IP Phone 1 Nos.
15 Smart Racks (Caged) - Bidder to 1 Lot
evaluate as per proposed solution
including buffer of 10% from day zero..
16 Indoor Fixed Dome Cameras 4 Nos.
17 Networking Cost (Passive 1 Lot.
Components) (Pl. specify the details)
18 Any Other Component(s) to Cater to 1 Lot.
the requirements of scope of work
mentioned in Vol II
19 Access Control on Cage 1 Nos.
20 Last Mile Connectivity for provisioning 1 Lot.
network and electrical connection
which includes the cost of material and
labor (network fibre cable, electrical
cable, ducts and labour component for
trenching, refilling, etc.)
21 UPS (Online UPS with adequate 1 Lot
capacity & 2 hours power backup on
full load)

Total for Schedule C

Issued by DGP office, Maharashtra State Page 115 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.5. Schedule D – Command and Control Center at Thane Police


HQ

Schedule D – Command Center at Thane Police HQ Cost


# Description Scope Unit Unit Total Taxes (GST) Total
Qty. Type Rate Amount in INR Amount
(A) without without (D=C*GST%) with
Taxes Taxes Taxes
(INR) (INR) (INR)
(B) (C=A*B) (E=C+D)
1. Video Wall (along with hardware, software 1 Nos.
& controller) (9 * 3 Cubes)
2. Video Wall (along with hardware, software 1 Nos.
& controller) (4 * 3 Cubes)
3. Video Wall (along with hardware, software 1 Nos.
& controller) (3 * 3 Cubes)
4. 22” Monitoring Workstations with 2 17 Nos.
monitors & Joystick
5. LED 55" with all mounting accessories 2 Nos.
6. Network Colour Laser Printers 2 Nos.
7. IP Phones 18 Nos.
8. Indoor Fixed Dome Cameras 6 Nos.
9. Switches 2 Nos.
10. Router 1 Lot.
11. Networking/IT Racks 1 Nos.
12. Networking Cost (Passive Components) 1 Lot.
(Pl. specify the details)
13. Civil Work (Give separate break up for 1 Lot.
Masonry work, Flooring, Ceiling etc)
Note: The bidder to include cost for civil
work and required permission for the
extension of the current CCC setup at
Thane Police HQ
14. Electrical Cabling & Necessary 1 Lot.
Illumination Devices
15. Fire Safety System with alarms 1 Lot.
16. Smoke Detection System 1 Lot.
17. Rodent Repellant System 1 Lot.
18. Access Control System (RFID/Proximity 1 Lot.
based, for all staff)
19. Partitioning Work 1 Lot.
20. Office Workstations (Furniture and 19 Nos.
Fixtures)
21. Comfort AC 9 Nos.
22. UPS (2 Hrs backup) - 30KVA 1 Nos.
23. DG Set - 80KVA 1 Nos.
24. Conference table with chairs 7-seater 1 Lot
25. Last Mile Connectivity for provisioning 1 Lot.
network and electrical connection which
includes the cost of material and labor
(network fibre cable, electrical cable,
ducts and labour component for trenching,
refilling, etc.

Issued by DGP office, Maharashtra State Page 116 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule D – Command Center at Thane Police HQ Cost


# Description Scope Unit Unit Total Taxes (GST) Total
Qty. Type Rate Amount in INR Amount
(A) without without (D=C*GST%) with
Taxes Taxes Taxes
(INR) (INR) (INR)
(B) (C=A*B) (E=C+D)
Total for Schedule D

Issued by DGP office, Maharashtra State Page 117 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.6. Schedule E – Viewing Center at Traffic Police (Thane) HQ Cost

Schedule E – Viewing Center at Traffic Police (Thane) HQ Cost


# Description Scope Unit Unit Rate Total Taxes (GST) Total
Qty. Type without Amount in INR Amount
(A) Taxes without (D=C*GST%) with
(INR) Taxes (INR) Taxes
(B) (C=A*B) (INR)
(E=C+D)
1. Shifting & Installation Cost for existing 1 Lot.
Video Wall (along with hardware &
software)
2. 22” Monitoring Workstations with 2 2 Nos.
monitors
3. IP Phones 1 Nos.
4. Indoor Fixed Dome Cameras 1 Nos.
5. Industrial Grade Switch 1 Nos.
6. Networking/IT Racks 1 Nos.
7. Networking Cost (Passive 1 Lot.
Components) (Pl. specify the details)
8. Civil Work (Partition, Furniture etc) 1 Lot.
9. Office Workstations (Furniture and 2 Nos.
Fixtures)
10. Online UPS - 5KVA 1 Nos.
11. Last Mile Connectivity for provisioning 1 Lot.
network and electrical connection
which includes the cost of material
and labor (network fibre cable,
electrical cable, ducts and labour
component for trenching, refilling, etc.)
Total for Schedule E

Issued by DGP office, Maharashtra State Page 118 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.7. Schedule F – Viewing Center at Officer Offices & Police Stations Cost

Schedule F – Viewing Center at Officer Offices & Police Stations Cost


# Description Scop Unit Unit Total Taxes Total
e Qty. Typ Rate Amoun (GST) in Amoun
(A) e withou t INR t
t without (D=C*GST with
Taxes Taxes %) Taxes
(INR) (INR) (INR)
(B) (C=A*B (E=C+D
) )
1. LED 55" with all mounting accessories 2 Nos.
2. 22” Monitoring Workstations with 2 monitors 1 Nos.
3. IP Phone 1 Nos.
4. Industrial Grade Switch 1 Nos.
5. Networking Cost (Active & Passive Components) 1 Nos.
6. Electrical Cabling 1 Nos.
7. Computer Tables & Chairs 1 Nos.
8. UPS(2 Hrs backup) - 5KVA 1 Nos.
9. Minor Civil Work (Space re-alignment, Partitioning 1 Lot.
Work etc.)
10. Last Mile Connectivity for provisioning network and 1 Lot.
electrical connection which includes the cost of
material and labor (network fibre cable, electrical
cable, ducts and labour component for trenching,
refilling, etc.)
Sub-Total for 1 Viewing Center (X)
Total for Schedule F = (Total for about 31 Viewing Centers) = 31 * X

Issued by DGP office, Maharashtra State Page 119 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.8. Schedule G – Viewing Center at Municipal Corporation Office

Schedule G – Viewing Center at Municipal Corporation Office


# Description Scop Unit Unit Total Taxes Total
e Qty. Typ Rate Amoun (GST) in Amoun
(A) e withou t INR t
t without (D=C*GST with
Taxes Taxes %) Taxes
(INR) (INR) (INR)
(B) (C=A*B (E=C+D
) )
1. LED 55" with all mounting accessories 2 Nos.
2. 22” Monitoring Workstations with 2 monitors 1 Nos.
3. IP Phone 1 Nos.
4. Industrial Grade Switch 1 Nos.
5. Networking Cost (Active & Passive Components) 1 Nos.
6. Electrical Cabling 1 Nos.
7. Computer Tables & Chairs 1 Nos.
8. UPS(2 Hrs backup) - 5KVA 1 Nos.
9. Minor Civil Work (Space re-alignment, Partitioning 1 Lot.
Work etc.)
10. Last Mile Connectivity for provisioning network and 1 Lot.
electrical connection which includes the cost of
material and labor (network fibre cable, electrical
cable, ducts and labour component for trenching,
refilling, etc.)
Sub-Total for 1 Municipal Corporation Office (X)
Total for Schedule G (Total for about 5 Muncipal Corporation offices)

Issued by DGP office, Maharashtra State Page 120 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.9. Schedule H – Picture Intelligence Unit Cost

Schedule H – Picture Intelligence Unit Cost


# Description Scope Unit Unit Rate Total Taxes (GST) in Total
Qty. Type without Amount INR Amount
(A) Taxes without (D=C*GST%) with Taxes
(INR) Taxes (INR) (INR)
(B) (C=A*B) (E=C+D)
1. Monitoring Workstations 2 Nos.
2. IP Phones 2 Nos.
3. Facial Recognition Licenses 478 Nos.
4. Automatic Number Plate 350 Nos.
Recognition Licenses
5. Red Light Violation Detection 90 Nos.
Licenses
6. Speed Detection Licenses 32 Nos.
7. Video Summarization Licenses 50 Nos.
8. AI-Based Video Analytics Licenses 3000 Nos.
9. Video Forensic Licenses 1 Lot.
10. Integration with Systems - Dial 100 1 Lot.
/ 112, VAHAN, CCTNS, AMBIS,
One State One Challan and Other
Govt. Databases Etc.
11. Integration with existing 1 Lot.
Surveillance Systems and
surveillance feeds (Approx. 1045
cameras in Kalyan Zone-III, 400
Cameras in Thane city and
Additional cameras in all others
Zone)
Total for Schedule H

Issued by DGP office, Maharashtra State Page 121 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.10. Schedule I – Costs to connect other establishments for


Collaborative monitoring

Schedule I – Costs to connect other establishments for Collaborative monitoring


# Description Scope Unit Unit Rate Total Amount Taxes (GST) Total
Qty. Type without without in INR Amount
(A) Taxes Taxes (INR) (D=C*GST%) with Taxes
(INR) (C=A*B) (INR)
(B) (E=C+D)
1. Equipment (Network Switch, NVR 20 Nos.
if required etc.) cost to provide the
connectivity
(To establish connectivity on both
the sides)
2. Last Mile Connectivity for 20 Nos.
provisioning network and
electrical connection which
includes the cost of material and
labor (network fibre cable,
electrical cable, ducts and labour
component for trenching, refilling,
etc.)
Total for Schedule I

Issued by DGP office, Maharashtra State Page 122 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.11. Schedule J – Miscellaneous Costs

Schedule J – Miscellaneous Costs


# Description Scope Unit Unit Total Taxes (GST) Total
Qty. Type Rate Amount in INR Amount
(A) without without (D=C*GST%) with
Taxes Taxes Taxes
(INR) (INR) (INR)
(B) (C=A*B) (E=C+D)
1 Training Costs (per batch)
A Functional Training - 1 batch of 25 officers (16 16 Batch
batches)
B Refresher Training - every 6 months - 1 batch 1 Batch
of 30 officers (1 batch)
C Administrative Training - every 6 months - 1 1 Batch
batch of 10 officers (1 batch for two days)
D Sr. Management Training - 1 batch of 10 5 Batch
officers (5 batches)
E Sr. Management Training (Additional) - every 1 Batch
3 months - 1 batch of 10 officers (1 batches for
two day)
2 Hardware, Software for supporting creation of 1 Lot.
legal evidence on CDs/ DVDs in an
untampered manner (In PIU) - every 6 months
- 1 batch of 2 officers
Total for Schedule J

Issued by DGP office, Maharashtra State Page 123 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.12. Schedule K – Bandwidth Cost


Schedule K – Bandwidth Cost
# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
1. Bandwidth for 4786 Nos.
Outdoor Box
Cameras with
Inbuilt IR
Illuminators
(Cameras –
Recording
Station)
2. Outdoor Box 472 Nos.
Cameras without
Inbuilt IR
Illuminators
(ANPR, Speed
Detection, RLVD)
3. Bandwidth for 793 Nos.
Outdoor PTZ
Cameras
(Cameras –
Recording
Station)
4. Public Address 20 Nos.
(PA) System –
Recording Station
5. CP Office HQ 1 Nos.
Command Center
– Recording
Station
6. Traffic Command 1 Nos.
Center –
Recording Station
7. Police Station – 29 Nos.
Recording Station
8. Municipal 5 Nos.
Corporation –
Recording Station
9. Zonal Recording 1 Nos.
Station - Back-up
Recording Station
10. Tablets - Data 18 Nos.
Recharge
11. Collaborative 20 Nos.
Monitoring
establishments
Total for Schedule K (without Taxes) in
INR
Taxes (GST) in INR
Total for Schedule K (with Taxes) in INR

Issued by DGP office, Maharashtra State Page 124 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.13. Schedule L – Electricity Cost

Schedule L – Electricity Cost


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for
Year Year Year Year Year 5 Years
1. Electricity Charges for Edge 2138 Nos.
Devices at Pole Level
Total for Schedule L (without Taxes) in INR
Taxes (GST) in INR
Total for Schedule L (with Taxes) in INR

Issued by DGP office, Maharashtra State Page 125 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.14. Schedule M – Operations & Maintenance for IT / Non-IT


Infrastructure

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
I. Edge Devices (Sch A)
1. Outdoor Box Cameras 4786 Nos
with Inbuilt IR
Illuminators
2. Outdoor Box Cameras 472 Nos
without Inbuilt IR
Illuminators (ANPR (350
Nos), Speed Detection
(32) , RLVD (90))
3. Outdoor PTZ Cameras 793 Nos
4. IR Illuminators 472 Nos
5. Public Address (PA) 20 Nos
System (2 speakers per
pole per system)
6. Tablets 18 Nos
7. Drones with Ground 2 Nos
Control Station (GCS)
8. Poles for Cameras and 2138 Nos
Equipment's including
gantries
9. Industrial Grade POE 2138 Nos
Switch
10. Junction Box with 1 KVA 2138 Nos
Online UPS and passive
network components
(Patch cords, Pigtails,
LIU, CAT-6 cables,
power cables etc.)
II. Zonal Recording
Station (Sch B)
1 Servers (inclusive of
Operating System and
licenses)
a. Application Servers 1 Lot.
b. Recording Server 1 Lot.
c. Analytics Server 1 Lot.
d. Database Server 1 Lot.
e. Management Server 1 Lot.
f. Enterprise Backup 1 Lot.
Server
g. Domain Controller 1 Lot.
h. Any other Server 1 Lot.
required to cater to the
scope of work
mentioned in Vol II
2 Application & System
Software

Issued by DGP office, Maharashtra State Page 126 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
a. Video Management 1 Lot.
System - Base license
b. Video Management 6656 Nos.
System - Camera
license (Software for
Recording, Viewing of
Videos)
c. Integrated Command 1 Lot.
and Control Center
Application - Base
license and integration
cost
d. Integrated Command 56 Nos.
and Control Center
Application -
Client/workstation
license
e. Integrated Command 80 Nos.
and Control Center
Application - Mobile
application license
f. PA System software 1 Lot.
g. Anti-virus Software 1 Lot.
(servers, workstations,
tablets etc.)
h. Updated GIS Base Map 1 Lot.
for Thane City (min. 0.6
mtr resolution, min.
1:500)
i. RDBMS 1 Lot.
j. Backup Solution 1 Lot.
k. Enterprise Management 1 Lot.
System (including SLA
Mngt, HelpDesk Mngt,
Network Mngt, BMS etc.
if applicable) for all
active components
l. LDAP Software 1 Lot.
m. Any other Server side 1 Lot.
Software required to
cater to the scope of
work mentioned in Vol II
3 Primary Storage 1 Lot.
4 Secondary Storage 1 Lot.
5 Storage Management 1 Lot.
System
6 Core Router 1 Lot.
7 Switch
a. L2 Switch 1 Lot.
b. L3 Switch 1 Lot.
c. Core Switch 1 Lot.
d. Server Farm Switch 1 Lot.

Issued by DGP office, Maharashtra State Page 127 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
8 Firewall 1 Lot.
9 Intrusion Prevention 1 Lot.
System
10 SIEM 1 Lot.
11 Anti-DDOS 1 Lot.
12 Key Management 1 Lot.
Solution
13 Any other IT Component 1 Lot.
& Application for Cyber
Security
14 IP Phone 1 Nos.
15 Smart Racks (Caged) - 1 Lot.
Bidder to evaluate as
per proposed solution
including buffer of 10%
from day zero.
16 Indoor Fixed Dome 4 Nos.
Cameras
17 Networking Cost 1 Lot.
(Passive Components)
(Pl. specify the details)
18 Any Other 1 Lot.
Component(s) to Cater
to the requirements of
scope of work
mentioned in Vol II
19 Access Control on Cage 1 Nos.
III. Back-up recording
station (Sch C)
1 Servers (inclusive of
Operating System and
licenses)
a. Application Servers 1 Lot.
b. Recording Server 1 Lot.
c. Analytics Server 1 Lot.
d. Database Server 1 Lot.
e. Management Server 1 Lot.
f. Enterprise Backup 1 Lot.
Server
g. Domain Controller 1 Lot.
h. Any other Server 1 Lot.
required to cater to the
scope of work
mentioned in Vol II
2 Application & System
Software
a. ICCC Applications 1 Lot.
b. VMS Applications 1 Lot.
c. EMS Application 1 Lot

Issued by DGP office, Maharashtra State Page 128 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
d. Anti-virus Software 1 Lot.
(servers, workstations,
tablets etc.)
e. RDBMS 1 Lot.

f. Backup Solution 1 Lot.

g. Enterprise Management 1 Lot.


System (including SLA
Mngt, HelpDesk Mngt,
Network Mngt, BMS etc.
if applicable) for all
active components
h. LDAP Software 1 Lot.

i. Any other Server side 1 Lot.


Software required to
cater to the scope of
work mentioned in Vol II
3 Primary Storage 1 Lot.

4 Secondary Storage 1 Lot.

5 Storage Management 1 Lot.


System
6 Core Router 1 Lot.

7 Switch
a. L2 Switch 1 Lot.
b. L3 Switch 1 Lot.

c. Core Switch 1 Lot.


d. Server Farm Switch 1 Lot.
8 Firewall 1 Lot.
9 Intrusion Prevention 1 Lot.
System
10 SIEM 1 Lot.
11 Anti-DDOS 1 Lot.
12 Key Management 1 Lot.
Solution
13 Any other IT Component 1 Lot.
& Application for Cyber
Security
14 IP Phone 1 Nos.
15 Smart Racks (Caged) - 1 Lot
Bidder to evaluate as
per proposed solution
including buffer of 10%
from day zero..

Issued by DGP office, Maharashtra State Page 129 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
16 Indoor Fixed Dome 4 Nos.
Cameras
17 Networking Cost 1 Lot.
(Passive Components)
(Pl. specify the details)
18 Any Other 1 Lot.
Component(s) to Cater
to the requirements of
scope of work
mentioned in Vol II
19 Access Control on Cage 1 Nos.
20 UPS (Online UPS with 1 Lot
adequate capacity & 2
hours power backup on
full load)
IV. Command Center at
Thane Police HQ (Sch
D)
1. Video Wall (along with 1 Nos.
hardware, software &
controller) (9 * 3 Cubes)
2. Video Wall (along with 1 Nos.
hardware, software &
controller) (4 * 3 Cubes)
3. Video Wall (along with 1 Nos.
hardware, software &
controller) (3 * 3 Cubes)
4. 22” Monitoring 17 Nos.
Workstations with 2
monitors & Joystick
5. LED 55" with all 2 Nos.
mounting accessories
6. Network Colour Laser 2 Nos.
Printers
7. IP Phones 18 Nos.
8. Indoor Fixed Dome 6 Nos.
Cameras
9. Switches 2 Nos.
10. Router 1 Lot.
11. Networking/IT Racks 1 Nos.
12. Networking Cost 1 Lot.
(Passive Components)
(Pl. specify the details)
13. Civil Work (Give 1 Lot.
separate break up for
Masonry work, Flooring,
Ceiling etc)
Note: The bidder to
include cost for civil
work and required
permission for the
extension of the current

Issued by DGP office, Maharashtra State Page 130 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
CCC setup at Thane
Police HQ
14. Electrical Cabling & 1 Lot.
Necessary Illumination
Devices
15. Fire Safety System with 1 Lot.
alarms
16. Smoke Detection 1 Lot.
System
17. Rodent Repellant 1 Lot.
System
18. Access Control System 1 Lot.
(RFID/Proximity based,
for all staff)
19. Partitioning Work 1 Lot.
20. Office Workstations 19 Nos.
(Furniture and Fixtures)
21. Comfort AC 9 Nos.
22. UPS (2 Hrs backup) - 1 Nos.
30KVA
23. DG Set - 80KVA 1 Nos.
24. Conference table with 1 Lot
chairs 7-seater
V. Viewing Center at
Traffic Police (Thane)
HQ (Sch E)
1. Existing Video Wall 1 Lot.
(along with hardware &
software)
2. 22” Monitoring 2 Nos.
Workstations with 2
monitors
3. IP Phones 1 Nos.
4. Indoor Fixed Dome 1 Nos.
Cameras
5. Industrial Grade Switch 1 Nos.
6. Networking/IT Racks 1 Nos.
7. Networking Cost 1 Lot.
(Passive Components)
(Pl. specify the details)
8. Civil Work (Partition, 1 Lot.
Furniture etc)
9. Office Workstations 2 Nos.
(Furniture and Fixtures)
10. Online UPS - 5KVA 1 Nos.
VI. Viewing Center at
other control rooms
and police stations
(Sch F)
1. LED 55" with all 62 Nos.
mounting accessories

Issued by DGP office, Maharashtra State Page 131 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
2. 22” Monitoring 31 Nos.
Workstations with 2
monitors
3. IP Phone 31 Nos.
4. Industrial Grade Switch 31 Nos.
5. Computer Tables & 31 Nos.
Chairs
6. UPS (2 Hrs backup) - 31 Nos.
5KVA
VII. Viewing Center at
Municipal Corporation
(Sch G)
1. LED 55" with all 10 Nos.
mounting accessories
2. 22” Monitoring 5 Nos.
Workstations with 2
monitors
3. IP Phone 5 Nos.
4. Industrial Grade Switch 5 Nos.
5. Computer Tables & 5 Nos.
Chairs
6. UPS (2 Hrs backup) - 5 Nos.
5KVA
VIII. Picture Intelligence
Unit (Sch H)
1. Monitoring Workstations 2 Nos.
2. IP Phones 2 Nos.
3. Facial Recognition 478 Nos.
Licenses
4. Automatic Number Plate 350 Nos.
Recognition Licenses
5. Red Light Violation 90 Nos.
Detection Licenses
6. Speed Detection 32 Nos.
Licenses
7. Video Summarization 50 Nos.
Licenses
8. AI-Based Video 3000 Nos.
Analytics Licenses
9. Video Forensic Licenses 1 Lot.
IX. Collaborative
monitoring (Sch I)
1. Equipment (Network 20 Nos.
Switch, NVR if required
etc.) cost to provide the
connectivity
(To establish
connectivity on both the
sides)

Issued by DGP office, Maharashtra State Page 132 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

Schedule M – Operations & Maintenance for IT / Non-IT Infrastructure


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
X. Miscellaneous Cost
(Sch J)
1. Any other component (if 1 Lot
any) , please specify
breakup.
Total for Schedule M (without Taxes) in INR
Taxes (GST) in INR
Total for Schedule M (with Taxes) in INR

Issued by DGP office, Maharashtra State Page 133 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.15. Schedule N – Technical & Operational Manpower Cost

Schedule N – Technical & Operational Manpower Cost


# Description Qty Unit Total Cost in INR
Type
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
1. Project Manager 1 Nos.
2. Asst. Project 3 Nos.
Manager
3. Technical Expert – 1 Nos.
Network
4. Technical Expert – 1 Nos.
Security
5. Technical Expert – 1 Nos.
Server & Storage
6. Technical Expert – 1 Nos.
Application
7. ICCC Manager - 1 Nos.
Thane Police HQ
8. FR & Video 1 Nos.
Forensic Expert
9. Helpdesk Staff 3 Nos.
10. Engineers 3 Nos.
11. Field Manpower 1 Lot
Total for Schedule N (without Taxes) in
INR
Taxes (GST) in INR
Total for Schedule N (with Taxes) in INR

Issued by DGP office, Maharashtra State Page 134 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

17.3.16. Schedule O – Miscellaneous Costs

Schedule O – Miscellaneous Costs


# Description Total Cost in INR
1st 2nd 3rd 4th 5th Total Cost for 5
Year Year Year Year Year Years
1. Please specify other relevant
costs, not qualified in other sub-
headings
Total for Schedule O (without Taxes) in
INR
Taxes (GST) in INR
Total for Schedule O (with Taxes) in
INR

Notes for Commercial Formats

Schedule A

• Numbers provided against each camera type are for consideration of calculation of the total bid
price. Actual procurement shall be based on the requirements finalized by Police Department after
detail site survey by the successful bidder.
• Please specify the line item prices for cameras to have ANPR / Other Analytics capabilities, if
required.
• Bidder shall bear all the costs like Power, Labour for Trenching, etc.
• Government shall facilitate the Systems Integrator in getting requisite approvals by the respective
Government / Semi-Government agencies like TMC, MSEB, Forest, etc.
• RoW charges, security deposits, Reinstatement charges are waived off in this project.

Schedule B & C

• Server / Software Names & other line items mentioned are indicative. Bidders to specify the actual
ones. If any of the mentioned servers are not required, proper justification should be given in un-
priced Bill of Material in the technical proposal.
• Bidders are required to carry out due diligence in proposing various systems and keep in mind the
overall system requirements and provide justification for the quantities in the Technical Proposal.

Schedule D & E

• Size (in terms of aq. Feet) would vary from office to office. Bidders may chose to visit the locations
for more clarity
• System Integrator would need to take services of a professional Interior Designer to and propose
at least 2 designs for each of the Command Centers (including the CP Office Command Center,
Thane)

Schedule F & G

• The requirement is specified for 29 Police Stations and 5 Municipal Corporation. This number may
change depending upon the actual number of police stations & viewing centers at Municipal
Corporation on the day of contract signing & payment shall be paid on actual.

Schedule H

Issued by DGP office, Maharashtra State Page 135 of 136


RFP for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for Thane City Volume 1

• Cost towards deployment of video analytics is being captured to use them on approx. 3000 streams.
• Cost towards deployment of video summarization is being captured to use them on approx. 50
streams.
• If the software proposed by bidders is on un-limited license model, bidders need to specify the
same. GoM would consider such pricing model technically superior during the bid evaluation.

Schedule I

• Bidders are required to propose the bandwidth required for their solution, along with justification
and specify the bandwidth in unpriced Bill of material in technical bid. Bidders proposing lesser
bandwidth than estimated by home Department, but not able to provide sufficient justification for
the same during Technical Presentation, would be considered as non-compliant to the
requirements.
• Numbers proposed are for arriving at total bid price. Payment shall be on actual numbers arrived
during project execution.

Schedule K

• System Integrator shall put a separate electricity meter for the Individual poles. Electricity
connection shall be provided from the nearby electricity supply at these poles.
• User Department (Thane Police) will provide electricity to Command & Control Center, Traffic
Viewing Center & Viewing Centers
• GoM shall not entertain any requests in project maintenance phase for increase in electricity
charges due to rate increase or any other reason.

Schedule L

• Bidder should mention all the applicable line items, which have been considered by them for
calculation of Operations & Maintenance charges for 5 years.
• Please add the relevant line items in the provided table.

Schedule M

• As mentioned in the RFP, man-month rates for different types of technical manpower is being
captured to provide base to arrive at the cost estimates for any further customized developments.
• Numbers estimated in Qty column are indicative and may vary.

Schedule N

• As mentioned in the RFP, for different types of technical manpower is being captured to provide
base to arrive at the cost estimates for Implementation and Sustenance of the project till 5 years.

Signature Not Verified


Digitally signed by SHRIKANT
SAHEBRAO PATIL
Date: 2024.03.11 01:38:59 PDT
Issued by DGP office, Maharashtra State Page 136 of 136
Location: Maharashtra-MH

You might also like