E-GOVERNANCE
MISSION MODE PROJECT
(MMP)
CRIME AND CRIMINAL TRACKING
NETWORK & SYSTEMS
RFP FOR SELECTION OF SYSTEM INTEGRATOR
Corrigendum
RELEASED BY:
Delhi Police
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 2 of 39
Corrigendum
Following is a list of changes that have been incorporated in the RFP document post the Pre Bid
conference. A revised version of the entire RFP has also been uploaded on the website
www.delhipolice.nic.in and the bidders are requested to download the same from there. List of changes is
as follows.
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
1. Annexure 3 Section Table
3: Suggested
BoM for DC
16 Enterprise Management
Server (EMS) 1
Numbers of EMS Servers
have been changed from 1 to
4. The text reads ‖Enterprise
Management Server (EMS)
(in standalone mode) 4 Nos.‖‘
2. Annexure 3 Section 7.7 53 The proposed Backup
Solution has online
backup solution for
different type of
Databases
such as Oracle, MS
SQL, and Sybase / DB2
etc. on various OS.
Has been changed to "The
proposed Backup Solution
has online backup solution for
different type of Databases
such as Oracle, MS SQL,
MySQL, PostgreSQL and
Sybase / DB2 etc. on various
OS"
3. Volume 2 Section 2.4
8 (a), 8 (b), 8
(c), 8(d), 8(e),
8(f), 8(g) and
8 (h)
20,21
and
22
The term ―Bidder‖ be read as
―Bidder / Prime Bidder (in
case of consortium)‖
4. Volume 2 Section 2.4
(8(d))
21 The Bidder must have a
proven track record of
providing a successful
‗Turnkey Solution‘ for an
IT-projects in India in
last 5 years as on 31st
March 2011. A turnkey
project would include at
least three of the
following
i. setting up and
configuring the
hardware
(Servers,
Desktop,
Network Clients)
The Bidder / Prime Bidder
(in case of consortium)must
have a proven track record of
providing a successful
‗Turnkey Solution‘ for an IT-
project in India in last 5 years
as on 31st March 2011. A
turnkey project would include
at least three of the following
i. setting up and
configuring the
hardware (Servers,
Desktop, Network
Clients)
ii. Implementing
software solution
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 3 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
ii. Implementing
software
solution
including
Operating
Systems,
iii. Infrastructure
Management
Software,
iv. RDBMS,
v. establishment of
LAN / WAN
including
Firewalls, IPS
etc.
vi. providing life
cycle support.
Project value should be
Rs. 20 crores or above.
Bidder must provide as a
supporting documentary
proof in form of work
orders confirming year
and area of activity,
value of services to be
delivered for each of the
five projects, Completion
/ Partial Completion
Certificate from Client
confirming year and
value of Bidder‘s scope
of work, scope of work
completed by the Bidder
and its value along with
Reference details of the
Client
including Operating
Systems,
iii. Infrastructure
Management
Software,
iv. RDBMS,
v. Establishment of LAN
/ WAN including
Firewalls, IPS etc.
vi. Providing life cycle
support.
Project value should be Rs.
20 crores or above. Bidder /
Prime Bidder (in case of
consortium)must provide
supporting documentary proof
in form of work orders
confirming year and area of
activity, value of services
delivered for that project,
Completion / Partial
Completion Certificate from
Client confirming year and
value of Bidder / Prime
Bidder (in case of
consortium)’s scope of work
completed by the Bidder /
Prime Bidder (in case of
consortium)and its value
along with Reference details
of the Client.
5. Volume 2 Section 5.1
(Point C.
Project
Experience)
61 (Provide no more than 5
project in the last 5
years )
This line has now been
dropped.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 4 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
6. Annexure 2 Section 1.3 15 The Solution should
provide integral load &
stress testing tool.
The requirement ―The
Solution should provide
integral load & stress testing
tool‖ has been dropped.
7. Annexure 2 Section 1.3 16 The solution should
provide data mining
algorithms which help
discover patterns and
uncover business data
to reveal hidden trends
―The solution should provide
data mining algorithms which
help discover patterns and
uncover business data to
reveal hidden trends‖ has
been dropped.
8. Annexure 2 Section 1.3
26.11
17 The solution should
support Data mining
Add-ins to empower end
user to perform
advanced analysis in MS
Excel & MS Visio
The solution should support
Data mining Add-ins to
empower end user to perform
advanced analysis in MS
Excel & MS Visio or
equivalent.
9. Annexure 2 Section 1.3
26.13
17 The solution should
have the ability to extract
or refresh information
directly from within the
MS Office application
(Excel, PowerPoint and
Word) without the need
to export from another
existing report
The solution should have the
ability to extract or refresh
information directly from
within the Office applications
(Excel, PowerPoint ,Word or
equivalent) without the need
to export from another
existing report
10. Annexure 2 Section 1.3
25.14
15 The solution should be
able to convert reports to
MS-Excel, MS- Word &
PDF format directly
The solution should be able to
convert reports to MS-Excel,
MS- Word & PDF or
equivalent formats directly
11. Volume 1 Section 5.2
Development
of Training
Center and
Section 5.4
Infrastructure
at client side
locations
57,
61
Environment control The clause
―Environment Control‖ has
been dropped.
12. Annexure 3 Section
8.13.5
Section
70 Generator Specifications Generator specifications have
been revised. Revised
specifications are at Appendix
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 5 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
8.14.1
And section
8.14.2
A.
13. Annexure 3 Section
8.13.8
71 Electronic Pen
specifications
Electronic Pen specifications
have been revised. Revised
specifications are at Appendix
A.
14. Annexure 3 Section
8.13.9
72 Backup period should be
at least 1 Hr with
minimum 1000 VAH for
1 KVA
Backup period should be at
least 1 Hr at the rated output
of 1KVA.
15. Annexure 3 Section
8.13.4
69 SNMP Based UPS UPS with 2KVA rated output.
16. Annexure 3 Section
8.13.4 and
Section
8.13.9
72,69 Addition ISO 9001 certified
brand.
True online Type.
Power factor 0.8
(minimum).
17. Annexure 3 Section 4.3,
Table 3
16 Suggested BoM for DC Network components and
DMS Servers have been
included in the BoM with
respective quantities in the
revised RFP.
18. Annexure 3 Section 5.2
Table 4
20 Proposed BoM for DR Network components have
been included in the BoM with
respective quantities in the
revised RFP.
Global load balancer – Qty 1
no. has now been included
and the same is also changed
in the suggestive architecture
diagram for DR.
19. Annexure 3 Section 8.8
Core Router
60 Core Router : It should
support the industries
widest range of wired
and wireless connectivity
options such as T1/E1,
T3/E3, xDSL, 3G,
copper and fiber GE
It should support the
industry‘s widest range of
wired and wireless
connectivity options such as
T1/E1, T3/E3, copper and
fiber GE etc
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 6 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
20. Annexure 3 Section 8.8
Core Router
60 Performance
Requirements for 64
byte packet -> Minimum
1.2 Mbps and the
architecture should be
based on high
performance, distributed
forwarding architecture.
Performance Requirements
for 64 byte packet ->
Minimum 1.2 Mpps and the
architecture should be based
on high performance,
distributed/centralized
forwarding architecture
21. Annexure 3 Section 8.8
Point 4
61 Should support AC,
PoE, and DC* Power-
supply options
Should support AC / PoE
Power-supply options
22. Annexure 3 Section 8.12 64 Specifications of Core
Switch
Specifications of Core Switch
have been revised. Terms
such as Advanced Service
module support, STP fast
calculations, Dynamic
trunking protocol and Virtual
trunking protocol have been
dropped.
23. Annexure 3 Section 8.12
Specification
s of Core
Switch
65 Multicast must be
supported in
hardware so that
performance is not
affected by multiple
multicast instances.
Spanning-Tree
Protocol (IEEE
802.1D) per bridge
group
The following clauses have
been dropped as these
clauses were repetitive
Multicast must be
supported in hardware so
that performance is not
affected by multiple
multicast instances.
Spanning-Tree Protocol
(IEEE 802.1D) per bridge
group
24. Annexure 3 Section 8.10
External
firewall
63 Concurrent connections:
up to 2,000,000
Concurrent connections: up to
700,000 upgradable to
1000,000
25. Annexure 3 Section
8.13.6
71 Specifications of L2
Switch:
Operating: 10% to 90%
RH
Specifications of L2 Switch
have been revised to correct
industry standard range of
Humidity
Operating: 10% to 85% RH
26. Volume 2 Section 2.7 31 PMP certification.
Compliance = 1;Non
Compliance = 0
The clause has been
changed to PMP/ PRINCE2
certification. Compliance = 1;
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 7 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
Non Compliance = 0
27. Annexure 3 Section
8.13.1
68 Desktop Specifications Desktop Specifications have
been revised
1) DDR memory,
2) Screen size,
3) Total ports asked to
include Audio in/out in
front,
Headphone/Mic,
Ethernet and USB 2.0
4) Make of Mouse,
Keyboard and Screen
to be the same as
that Desktop/PC
5) Requirement of
bilingual keyboards
with Hindi and
English printed on the
keyboard and not with
stickers on the
keyboard
and the following line has
been added
“The operating systems
and office applications (like
document, spreadsheet,
presentation etc) will also
be supplied with the
Desktop/PC. Operating
systems and office
applications which the SI
will propose in its solution
should be industry
standard and OEM
supported”
28. Annexure 3 Section
8.13.3
69 Duplex laser printer
(Print/ scan)
Duplex laser printer
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 8 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
29. Volume 1 Section 5.2 51 No Products supplied
under the bidding
document should be
marked for ‗end of life‘
No IT equipment model
should have been
introduced in the market
earlier than 2 years back
from the date of bid
submission.
No Product/software/service
supplied under the bidding
document should be marked
for ‗end of life‘ till the contract
period.
Any product, software and
services for which support by
the OEM has been withdrawn
will have to be replaced with
an equivalent or higher
product, software and
services with OEM support
during the contract period.
All the IT infrastructure
components supplied should
be available from the OEM till
the tenure of the Project.
30. Annexure 3 Section
8.13.7
71 Digital Camera
Specifications
Digital camera specifications
have been revised. Revised
specifications are at Appendix
A.
31. Annexure 3 Section
8.15.1
74 Specifications for
desktop will remain
same as outlined in
section 8.3.1
Specifications for desktop will
remain same as outlined in
section 8.13.1
32. Annexure 3 Section 8.6.1 57 SAN storage Following are the changes to
the specifications:
Host Interface:
4 host ports per controller,
Fiber Channel (FC),4/8 Gbps
per port or
SAS port with sufficient SAS
links to achieve equivalent or
higher bandwidth as for FC
ports.
Drive Interface:
4 drive ports per controller—
Fiber Channel (FC) Switched
or FC Arbitrated Loop (FC-
AL) standard per controller, 4
Gbps per port or sufficient 6
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 9 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
Gbps of SAS-II back-end
ports/ lanes across all the
controllers
Drives: where ever
SATA/FATA is mentioned, it
has been changed to
SATA/FATA/NL-SAS or
SATA/ Equivalent
33. Annexure 3 Section 8.6.1 58 Storage subsystem shall support 300GB/ 400 GB/ 600 GB or higher with with 10K RPM Fiber channel/ SAS drives
Storage subsystem shall
support 300GB/ 450 GB/ 600
GB or higher
with 10K RPM (or higher) Fibre channel/ SAS drives
34. Annexure 3 Section 7.7 52 The backup software
must also be capable of
reorganizing the data
onto tapes within the
library by migrating data
from one set of tapes
into another, so that the
space available is
utilized to the maximum.
The software must be
capable of setting this
utilization threshold for
tapes
The backup software must
also be capable of
reorganizing the data onto
tapes/disks within the library
by migrating data from one
set of tapes/disks into
another, so that the space
available is utilized to the
maximum. The software must
be capable of setting this
utilization threshold for
tapes/disks.
35. Volume 2 Section 5.2.8 72 Clause ATS The term ATS (Annual
Technical Support) has been
changed to Annual
Maintenance Support.
36. Annexure 3 Section 4.1 11 Figure 2: Proposed
Connectivity at DC
Diagram has been corrected
(21 Mbps changed to 210
Mbps)
37. Annexure 3 Section 8.6.2 59 Tape Library The line "The State can size
for more as per their
requirements" has been
dropped.
38. Annexure 3 Section 4.1 10 Architectural Aspect The following requirements
have been dropped:
"1) as specified in this tender
document in n+1 cluster
2) as specified in this tender
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 10 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
document in n+1 cluster.
3) The application server shall
be deployed in N+1 cluster
mode with a common standby
server for multiple servers
4) There shall be at least two
load balancers for
redundancy. The web servers
shall be configured in n+1
redundancy mode‖
39. Annexure 3 Section 7.7 52 Backup Software The line "The proposed
backup solution shall be
offered with 4 Nos. UNIX
based licenses, 26 Nos.
Windows based licenses and
the rest 20 Nos. LINUX based
licenses for both SAN based
backup and the LAN based
backup. ―Has been dropped.
40. Annexure 4 Calculation Errors Calculation errors in
Annexure 4 have been
corrected in the revised RFP.
41. Annexure 3 Section 7.6 50 Document management
System
The Line "Scanning software
should be from the same
vendor proposing the system"
has been dropped.
42. Annexure 3 Section 9 76 Addition of Clause The following clause has
been added
"The SI has to ensure that the
solution proposed for the
Stack has to be totally
compatible and integrable
with CAS being developed by
MHA/NCRB.‖
43. Volume 1 Section 5.2 51 Operational expenses The following clause has
been added
―Operational expenses may
vary from location to location,
however the SI can take a
ballpark assumption of a
replacement of 1 toner (OEM
original and not refill) every 2
months, and consumption of
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 11 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
at least four paper reams
(2000 sheets) in a month, per
Location‖
44. Annexure 3 Section 8.2
Section 8.3,
Section 8.4
Section 8.5
55,
56
Blade Server and
Database Server
Addition
1) The clause
―Processor should be
latest
series/generation for
the server model
being quoted‖ has
been dropped.
2) The HDD type asked
is (SAS/SATA/FATA)
45. Volume 2 Section 1.3
Point A. i.
Envelope 5
11 All the above 4
envelopes along with the
cover letter, as specified
in Format 7 should be
put in envelope 5
All the above 4 envelopes
along with the tender fees
and documents, as specified
in Format
5.3.1, 5.2.4 and 5.4 should be
put in Envelope 5
46. Volume 1,
Volume 2,
Annexure 3
Fingerprint Reader As per the Advisory from
MHA, Fingerprint readers will
now be procured centrally
and thus the requirement for
fingerprint reader has been
dropped.
47. Annexure 3
Volume 2
Laptop Requirement for price
quotation of laptops has been
dropped.
48. Annexure 3 Section 4.1.3 13 Hardware and Security
Components at Primary
Data center (Staging
Server)
The clause for Staging server
has been revised, as this
section reflects the
requirement for a separate
Test and Development
server.
49. Annexure 3 Section
8.15.2
74 Servers In the specifications for
servers in training centers
manageability, video
controller, bus architecture,
power management and
antivirus compliances have
been dropped.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 12 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
50. Volume 1 Section 5.1
Point 6
38 ―Complete set of
hardware and software
procured under this
scope will have to be
supplied, installed,
configured and
supported for a period of
5 years, out of which 3
years shall be covered
under warranty.
Extended support
outside of warranty shall
be provided for an
additional 2 years in the
form of AMC.‖
―Complete set of hardware,
software and equipment
procured under this scope will
have to be supplied, installed,
configured and supported for
a period of 3 years. Post
warranty support shall be
provided for year on year
basis as per the format
specified in Volume 2, Pg 98,
Section 5.3.2‖
51. Volume 2 Section
5.2.14
Section 5.3.2
90,10
3
Point H
Generator 5KVA Generator 10 KVA
52. Volume 2 Section
5.2.14
Section 5.3.2
90,10
3
Point H
Laptop Laptop has been dropped.
53. Annexure 3 Section 4.1.1 12 (Switches , firewalls, IDS
/ IPS , routers, server
load balancer, link load
balancer etc)
(Switches, firewalls, IDS /
IPS, routers, server load
balancer etc).Link load
balancer is not in the
current scope of the
project.
54. Annexure 3 Section 8.3 56 The Blade should have
redundant 8 Gbps Fiber
Channel HBA/FC Port
(only for database
server)
The Blade should have
redundant 8 Gbps Fibre
Channel HBA/FC Port
55. Annexure 3 Section 8.8 60 Core Router
Following compliances
have been dropped
1) Should support 3G
standards High-Speed
Packet Access (HSPA)
2) Dial-Backup
Dial-on-Demand
3) Controlled
SNMP Clause
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 13 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
56. Annexure 5 Indicative
training plan
Section 4.2
Table 6
20 Point 8
―Data centre &
Network
Administration ―
10
Point 10, 11, 12, 13
Based on scope of
solution implemented.
―Data centre & Network
Administration ―
5
Point 10, 11, 12, 13
The clause “Based on
scope of solution
implemented.” has been
replaced with “3 Days”
57. Volume 2 Pricing
format
Section 5
Point B
60 Auditor Certified
financial statements for
the Last three financial
years; 2008-09, 2009-
10, and 2010-11
Auditor Certified financial
statements for the Last three
financial years; 2007-08,
2008-09, and 2009-10
58. Annexure 2 Section 1.3,
Point 5/6.3
7 Business process
Execution Language
(BPEL)
Business Messaging
protocols like EDI,
Metal-XML, Rosetta
Net, ebXML, OASIS,
AISI
These requirements have
been dropped.
59. Annexure 3 Section 8.10
External Fire
wall
64 PPPoE, EAP-TLS, RTP
PPPoE, RTP
60. Annexure 3 Section 5.1 19 Router: Router will be
installed in a redundant
mode at the secondary
data centre.
Firewall:
Firewall will be installed
in redundant mode at
server zone
Router: Router will be
installed at the secondary
data center.
Firewall:
Firewall will be installed at
server zone
61. Annexure 3 Section 7.2 45 EMS should compile the
performance statistics
from all the IT systems
involved and compute
the average of the
parameters over a
quarter, and compare it
with the SLA metrics laid
down in the RFP.
The EMS should
compute the weighted
EMS should gather the
performance statistics from all
the IT systems involved and
compute the average of the
parameters over a quarter, to
provide infrastructure
availability & performance
based SLA reports.
The EMS should provide
sufficient availability &
performance SLA metrics &
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 14 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
average score of the
SLA metrics and arrive
at the quarterly service
charges payable to the
Agency after applying
the system of penalties
and rewards.
reports that should help
Department in calculating
penalty \ reward based on
reports\metrics provided by
EMS in order to arrive at the
quarterly service charges
payable to the Agency.
62. Annexure 3 Section 8.5 56 Minimum 4x Quad core
processor with 2.1GHz
or higher clock speed
processor available
expandable to minimum
4 physical processor
with min 4 MB L3 cache
per processor
Minimum 4x Quad core
processor with 2.1GHz or
higher clock speed processor
available expandable by
additional minimum 4
physical processor with min 4
MB L3 cache per processor.
63. Volume 1 Section 5.2
Scope of Work of System Integrator with respect to Network and Connectivity for Police Stations..
55 Addition of clause Cyber Highway will provide
terminal points on the edge
routers. Client side
infrastructure beyond that
is the responsibility of the
SI.
64. Annexure 3 Section 8.6.1 58 The storage system
should be scalable from
30 TB to 60. TB of raw
capacity using 40% on
Fiber Channel drives
The storage system
should be scalable from
30 TB to 60 TB of usable
capacity using 40% on
Fibre Channel or
equivalent drives.
Minimum usable capacity
to be provisioned is 30
TB.
65. Annexure 3 Section
8.15.3
74 Backup period should be at least 2 Hr with minimum 3000 VAH for 3 KVA
Backup period should be 1 hr at the rated output of 3 KVA or higher.
66. Annexure 3 Section
8.15.3
74 Addition Power factor 0.8 (minimum)
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 15 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
67. Annexure 3 Section 8.11 64 Should Offload, augments, or replaces DNS servers by taking over the domain resolution process, and transmits these requests at thousands of requests per second
Should Offload, augment, or replace DNS servers by taking over the domain resolution process, and transmits these requests at thousands of requests per second.
68. Annexure 3 Section 8.9
IDS/IPS
63 Should Stop outbreaks at the network level
Should stop all outbreaks at the network level
69. Volume 2 Section 4.5.2 45 The SI is suppose to adhere to the SLA and provide post implementations support of warranty and AMC M8: Completion of warranty and AMC for phase I locations M9: Completion of warranty and AMC for phase II locations
The SI is suppose to adhere to the SLA and provide post implementation support and warranty M8: Completion of warranty for phase I locations M9: Completion of warranty for phase II locations
70. Volume 2 Section 4.5.3 56 M8: Completion of warranty and AMC for phase I locations M9: Completion of warranty and AMC for phase II locations
M8: Completion of warranty for phase I locations M9: Completion of warranty for phase II locations
71. Volume 2 Section 5.3.2
A
98 Hardware Related Costs including AMC/Warranty for the period of 3 years from Go-Live
Hardware Related Costs including Warranty for the period of 3 years from Go-Live
72. Volume 1 Section 5.2 52 The bidder shall quote for year-wise comprehensive Annual Maintenance Contract for three years (Post warranty) which shall become effective at the end of the warranty period.
The bidder shall quote for year-wise comprehensive Annual Maintenance Contract (Post warranty) which shall become effective at the end of the warranty period.
73. Volume 1 Section 5.2 53 The bidder shall quote year wise comprehensive AMC price bands for four additional years post the completion of three year
The bidder shall quote year wise comprehensive AMC price, post the completion of three year warranty requested in the scope of this RFP.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 16 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
AMC requested in the scope of this RFP.
74. Volume 3 Section 2.1.1 16 Warranty / AMC Period
Warranty Period. The word AMC has been deleted.
75. Volume 3 Section 3.5.2 55 The SI is suppose to adhere to the SLA and provide post implementations support of warranty and AMC M8: Completion of warranty and AMC for phase I locations M9: Completion of warranty and AMC for phase II locations
The SI is supposed to adhere to the SLA and provide post implementation support and warranty M8: Completion of warranty for phase I locations M9: Completion of warranty for phase II locations
76. Volume 3 Section 3.5.2 55 Addition of Clause
The SI is supposed to adhere to the SLA and provide post implementation support and warranty for 3 years. Payment of operations from 4
th year
onward will be made on quarterly basis (at the completion of each quarter).
77. Volume 2 Section 4.5.2 44 Addition of Clause
The SI is supposed to adhere to the SLA and provide post implementation support and warranty for 3 years. Payment of operations from 4
th year
onward will be made on quarterly basis (at the completion of each quarter).
78. Annexure 3 Section 8.10
External
Firewall
63 802.1Q, NAT, PAT, IP Multicast support, Remote Access VPN, Time based Access control lists, URL Filtering, support VLAN, Layer 2 Firewall, Virtual Firewall, Radius/ TACACS
802.1Q, NAT, PAT, IP Multicast support, Remote Access VPN, Time based Access control lists, URL Filtering, support VLAN, Layer 2 Firewall, Radius/ TACACS
79. Volume 2 Section 1.1 6 Note: ―T‖ is the date when RFP is released to bidders
This clause has been dropped.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 17 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
80. Volume 1 Section 5.4 62 Requisite Number of Tables (2' x 2' x 2')
Requisite Number of Tables. The words (2' x 2' x 2') have been dropped.
81. Volume 1 Section 5.4 61 Addition of Clause Point 13
One industry standard table and one chair per computer per site and additional requisite space for other peripherals should be provisioned by the SI.
82. Annexure 5 Section 1.1 6 SI shall also identify the languages to be used by the end-user for entering data and ensuring multi-language training to the end users as per requirement
SI shall also identify the languages to be used by the end-user for entering data and ensuring multi-language (Hindi and English) training to the end users as per requirement
The material shall be developed in English, Hindi and vernacular language
The material shall be developed in English and Hindi
83. Annexure 3 Section 8.8
Point 6
61 Re-distribution of routes from on Routing protocol should not be a bottleneck
Re-distribution of routes and changes in routing table should not be a bottleneck.
Random Early Detection, Weighted Fair/priority Queuing, IP precedence or DSCP.
This sub-clause has been dropped.
84. Annexure 3 Section 8.12
Point 5
66 Congestion control via Weighted Random Early Detection (WRED).
Congestion control via Weighted Random Early Detection (WRED) or equivalent
85. Annexure 3 Section
8.13.6
70 3.2 Gbps Forwarding capacity
32 Gbps Forwarding capacity
86. Annexure 4 Section 6.1 26
and
27
Point 13 Point 5
Point 13: “www.delhipolice.nic.in” has been dropped. Point 5: “CAD based system” has been dropped.
87. Volume 1 Section 3.3 22 Running GIS based PSR applications
Running GIS based PCR applications
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 18 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
88. Annexure 4 Section 6.2 28 MACT Application, 7500 records per year
Addition of Clause : MACT application data to be migrated since its inception in 2009.
89. Volume 2 Section 1.2 8 Point (v) in the form of a Demand Draft/ Bank Guarantee/Banker‘s cheque/FDR issued by any Nationalised/ Scheduled bank in favour of Delhi Computerization of Police Services Society, payable at Delhi
in the form of a Demand Draft/ Bank Guarantee/Banker‘s cheque/FDR issued by any Commercial bank in favour of Delhi Computerization of Police Services Society, payable at Delhi
Point (i) Bank Guarantees to be provided against this tender should have been issued by Indian Public Sector Banks or Private Sector Banks authorized by the Government to conduct Government transaction. Apart from nationalized banks, at present HDFC Bank, ICICI Bank and AXIS Bank are the three private sector banks authorized by the Government.
Bank Guarantees to be provided against this tender should have been issued by any Commercial Bank
90. Volume 2 Section 1.2
(i)(v)
The bid security may be forfeited
9 Addition of sub-clause in section 1.2 (i)(v)
Any information given is found wrong.
91. Volume 2 Section 1.2
(i)(ii)
9 The bid security of all unsuccessful bidders would be refunded by Delhi Police within 45 days of the bidder being notified as being unsuccessful
EMD shall be returned to all unsuccessful bidders at the earliest after final bid validity and latest on or before the 30
th day after the award of
contract to successful bidder.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 19 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
92. Volume 2 Section 1.3
(b)(i)
12 The Bidder is expected to price all the items and services proposed in the Technical Proposal.
In the commercial bid, the Bidder is expected to give price for all the items and services it has proposed in the Technical Proposal.
93. Volume 2 Section 1.3
(b)(iv)
13 Purchases may be increased by 50 % of the quantity originally ordered by repeat orders, provided that such orders shall not be given for a period exceeding one month from the date of the expiry of last supply made and also subject to the condition that prices have since not reduced and purchases were not made on urgent basis.
Purchases may be increased as per the operational requirements of the project.
94. Volume 3 Section 2.5.1
(iv)
18 iv. Standard repeat order clause for placing a repeat order to a maximum of 100% of the originally ordered quantity within 3 years from the date of supply against the original order, at the same rates and on the same terms and conditions at any time during the currency of the contract will hold
Purchases may be increased as per the operational requirements of the project.
95. Volume 2 Section 3.4 39 If it is unable to finalize the contract with the bidder ranked first due to any reason, the Delhi Police may proceed to and negotiate with the next ranked bidder, and so on as per General Financial Rules (GFR) until a contract is awarded.
Clause has been deleted.
96. Volume 2 Section 3.7 40 in which event NCRB may award the contract to the next best value bidder or call for new proposals or invoke the PBG.
Clause has been deleted.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 20 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
97. Volume 2 Section 5.2.2 66 Addition of Clause Any agency which is already deployed as CPMU in Delhi for this project will not be considered
98. Annexure 5 Section 3
Table no. 6
15 District level Training Centre Infrastructure Details
Recruitment Training Center Infrastructure Details
99. Volume 1 Section 5.2
Scope of
Work of
System
Integrator
with respect
to Network
and
Connectivity
for Police
Stations,
Higher
Offices,
Training
Centers
(DTC/RTC/P
TC/Police
Academy) for
CCTNS
project
55 Addition in Role of System Integrator
All LAN cabling shall be CAT 6 type LAN cable unless specified otherwise.
SI has to ensure that third party penta testing is carried out at each client location to ensure quality of network. The reports of such testing will have to be submitted to Delhi Police or its nominated agency.
Maintaining the network including hardware supplied for a minimum period of three years
Maintaining the network including hardware supplied.
100. Annexure 4 Section 6.2
Point 5
28 Application hosted at Traffic HQ
Application hosted at Police HQ
101. Annexure 4 Section 6.2
Point 5
28 Integration with CCTNS: No
Integration with CCTNS: Yes
102. Annexure 4 Section 6.2
Point 5
28 This is an independent system. Cannot be integrated with CCTNS at this point.
This is an independent system, however, an interface will be developed by SI to ensure exchange of key data relating to FIR etc.
103. Volume 1 Section 5.2
57 2. Ensure adequate power points in adequate numbers with proper electric-earthling
2. Ensure adequate power points in sufficient numbers with proper electric-earthing
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 21 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
104. Volume 1 Section 5.4 60 (ii) Ensure adequate power points in adequate numbers with proper electric-earthling and electric cabling required at the site
Ensure adequate power points in sufficient numbers with proper electric-earthing
2) Ensure adequate power points in adequate numbers with proper electric-earthling
15) Ensure adequate power points in sufficient numbers with proper electric-earthing
105. Volume 2 Section
5.2.14
88 Bill of Material for Infrastructure
The table has been updated to reflect components as they appear in BoM for DC, BoM for DR and Client side infrastructure requirements indicated in Annexure 3.
106. Volume 2 Section 4.5.1
Milestones and Payment Schedule for Implementation Phase
43 % Payment of Contract % Payment of amount calculated in Section 5.3.2 Pricing summary (A)
107. Volume 3 Section 3.5.1 54 % Payment of Contract % Payment of amount calculated in Volume II, Section 5.3.2 Pricing summary (A)
108. Volume 2 Section 4.5.1
45 Addition of Clause Payment of Operations will be made on quarterly basis (at completion of each quarter), based on the adherence to SLA, for the amount quoted for each respective year
109. Volume 2 Section 5.3.2 97 and 98
Form 1- Pricing Summary
Form 1- Pricing Summary has been revised. Please refer to Appendix A for the revised form.
110. Volume 2 Section 4.5.2 45 % Payment of Contract % Payment of amount calculated in Section 5.3.2 Pricing summary (A)
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 22 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
111. Volume 3 Section 3.5.2 55 % Payment of Contract % Payment of amount calculated in Volume II, Section 5.3.2 Pricing summary (A)
112. Volume 2 Section 2.9 36 Since the payment to the SI will made over a period of 3 years
Since the payment to the SI will be made over several years
113. Volume 1 Section 5.1 Point 2
37 Operation and Maintenance of CAS solution for a periods of 3 years
Operation and Maintenance of CAS solution
114. Volume 3 Section 4.2
Point 2 (ix)
62 Operation and Maintenance of CAS solution for a periods of 3 years
Operation and Maintenance of CAS solution
115. Volume 1 Section 5.1 Point 3(v)
37 Operation and Maintenance for IT infrastructure (Procured as a part of this project for a periods of 3 years)
Operation and Maintenance for IT infrastructure (Procured as a part of this project)
116. Volume 3 Section 4.2 Point 3 (v)
62 Operation and Maintenance for IT infrastructure (Procured as a part of this project for a periods of 3 years)
Operation and Maintenance for IT infrastructure (Procured as a part of this project)
117. Volume 2 Section 4.5.2
44 Payment for the O&M phase will be made available in 2 payment milestones which are described below
Balance payment of 10% will be made available in 2 payment milestones which are described below
118. Volume 3 Section 3.5.2
55 Payment for the O&M phase will be made available in 2 payment milestones which are described below
Balance payment of 10% will be made available in 2 payment milestones which are described below
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 23 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
119. Volume 2 Section 5.3.2 Point A
98 Detailed component wise pricing format
The table has been updated to reflect components as they appear in BoM for DC, BoM for DR and Client side infrastructure requirements indicated in Annexure 3.
120. Volume 2 Section 5.2.5 69 We acknowledge that the offline functionality requirement stated in Volume – I of the RFP is indicative and that the complete range of required offline functionality will be identified and clarified during the systems study phase of the CCTNS project.
We acknowledge that the offline functionality requirement stated in Annexure – I of the RFP is indicative and that the complete range of required offline functionality will be identified and clarified during the systems study phase of the CCTNS project.
121. Volume 2 5.2.21, 5.3.2,
Table A,
5.3.2, Table
A
86,
101,
102
Software Management Software
Storage Management Software
122. Volume 1 Section 5.2 Detailed scope, Acceptance Testing
41 The SI shall obtain the sign-off from Delhi Police on the testing approach and plan.
The SI shall obtain the approval certificate from Delhi Police on the testing approach and plan.
123. Volume 1 Section 5,2, Detailed scope, Capacity Building
45 The SI shall obtain a sign off on the proposed change management team structure, change management approach & the measurement tools from Delhi Police
The SI shall obtain an approval certificate on the proposed change management team structure, change management approach & the measurement tools from Delhi Police
124. Volume 2 Section 1.1, Table, Point 5.
6 Last date for submission of bids 16/08/2011
Last date for submission of bids 27/09/2011
125. Volume 2 Section 1.1, Table, Point 6.
6 Opening of technical bids 16/08/2011
Opening of technical bids 27/09/2011
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 24 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
126. Volume 2 Section 1.2, b (iv)
6 RFP document can be obtained from DCP,P&L (Police Headquarters) from 27-June-2011 between 10:30 am to 5 pm.
RFP document can be obtained from DCP,P&L (5, Rajpur Road, Delhi - 110054) from 27-June-2011 between 10:30 am to 5 pm.
127. Volume 2 Section 1.2, d 7 Delhi Police will host a Pre-Bid Conference, tentatively scheduled on 26/07/2011.
Line added “Already held on 26/07/2011”
128. Volume 2 Section 1.2, i (i)
8 ―, Delhi and should be valid for 180 days from the due date of the tender. Bid security in any other form will not be accepted. ―
EMD should be valid for 225 days (180 days bid validity period+ 45 days beyond bid validity) from the opening date of the tender. Bid security in any other form will not be accepted.
129. Volume 2 Section 1.2, l 9 Proposals, in its complete form in all respects as specified in the RFP, must be submitted to Delhi Police at the address specified below:
Name and Address: Shri Sandeep Goel (Jt CP, Crime and nodal officer, CCTNS), Indraprastha Estate, New Delhi, Police Headquarters, 10
th
Floor.
Telephone: 011 2349 0209
Fax: 011 2349 0209
Email: [email protected]
Last Date & Time of submission: Before 16
th
August, 2011, 3 p.m.
Proposals, in its complete form in all respects as specified in the RFP, must be submitted in the tender box kept at the address specified below:
Name and Address: Office of DCP, Provisioning and Logistics, , 5, Rajpur Road, Delhi - 110054
Telephone: 011 2394 6595
011 2334 1678
Email: [email protected]
Last Date & Time of submission: 27
th September,
2011, 3 p.m.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 25 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
130. Volume 2 Old Section 1.3, a (v)
12 If any bidder does not qualify in technical evaluation, the Commercial Proposal shall be returned unopened to the bidder.
This clause has been dropped.
131. Volume 2 Section 1.3, a (vi)
Old section 1.3, a (vii)
12 In exceptional circumstances, at its discretion, Delhi Police may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing or by fax or email.
In exceptional circumstances, at its discretion, Delhi Police may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing.
132. Volume 2 Section 1.3 h (l)
16 Bidder fails to deposit the Performance Bank Guarantee (PBG) or fails to enter into a contract within 30 working days of the date of notice of award of contract or within such extended period, as may be specified by Delhi Police
Bidder fails to deposit the Performance Security or fails to enter into a contract within 30 working days of the date of notice of award of contract or within such extended period, as may be specified by Delhi Police
133. Volume 2 Section 2.4, (7)
20 Company should be solvent of INR 30 Cr as for financial year ending 31
st March 2010 or
above. Relevant documents for the same needs to be submitted by the SI along with the bid proposal.
Company should be solvent of INR 30 Cr or above as for financial year ending 31
st
March 2011. Relevant documents for the same needs to be submitted by the SI along with the bid proposal.
134. Volume 2 Section 4.1 42 Advance Bank Guarantee
A bank guarantee equalling to 10% of the contract value would be furnished by the bidder in the form of a Bank Guarantee as per the format provided in this RFP from Indian Public Sector Banks or Private sector Banks authorized
Bank Guarantee for Advance payment
A bank guarantee equalling to 10% of the amount calculated in Section 5.3.2 Pricing summary (A) would be furnished by the bidder in the form of a Bank Guarantee as per the format provided in this RFP from any Commercial Bank. Details of the bank are to be furnished in the
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 26 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
by the Government to conduct Government Transaction. At present, HDFC Bank, ICICI Bank and Axis Bank are the only three private sector banks authorized by the government. Details of the bank are to be furnished in the commercial offer. The Advance Bank Guarantee should be furnished at the time of signing of the contract and should be valid for entire term of the contract
commercial offer. The advance will be adjusted in the first bill raised by SI.
135. Volume 2 Section 4.2 42 Performance Bank Guarantee
A PBG of 10% of value of the contract would be furnished by the bidder in the form of a Bank Guarantee as per the format provided in this RFP from Indian Public Sector Banks or Private Sector Banks authorized by the Government to conduct Government transaction. At present HDFC Bank, ICICI Bank and AXIS Bank are the only three private sector banks authorized by the Government. Details of the bank are to be furnished in the commercial offer.
Performance Security
A Performance Security of 10% of value of the contract would be furnished by the bidder in the form of a Bank Guarantee as per the format provided in this RFP from any Commercial Bank Details of the bank are to be furnished in the commercial offer. It can also be submitted in the form of FDR or A/C Payee Demand Draft.
.
The PBG should be furnished within 15 calendar days from the signing of the contract and should be valid for entire term of the contract
The Performance Security should be furnished before signing of the contract and should be valid for entire term of the contract.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 27 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
The validity period of PBG should be sixty days beyond the date of completion of all contractual obligations of the SI.
Bank Guarantee to remain valid up to 60 days beyond guarantee/warranty obligations.
Nodal Agency may forfeit the Performance Guarantee for any failure on part of Bidder to complete its obligations under the Agreement.
Nodal Agency may forfeit the Performance Guarantee/ Security for any failure on part of Bidder to complete its obligations under the Agreement.
The Performance Guarantee shall be returned to the Bidder within 30 days of the date of successful discharge of all contractual obligations at the end of the period of the Agreement by the Nodal Agency
The Performance Guarantee/ Security shall be returned after 60 days of expiry of warranty/guarantee obligations.
In the event of any amendments to Agreement, the Bidder shall within 15 days of receipt of such amendment furnish the amendment to the Performance Guarantee as required.
No amendment to the agreement can be made
If the bidder seeks the refund of PBG at the onset of O & M phase, the bidder will have to submit a fresh PBG. The bidder shall provide bank guarantee of the quoted amount of O & M cost or departmental estimated O & M cost, whichever is more.
This clause has been dropped
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 28 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
136. Volume 2 Section 4.3 42 In the event of the Bidder's failure to submit the Bonds, Guarantees and Documents and supply the solution / equipment as per schedule specified in this RFP, Delhi Police may, at its discretion, withhold any payment until the completion of the contract. Delhi Police may also deduct from the Bidder as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered services (as detailed in Volume 1 of this RFP) for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not more than 10% of the value of delayed services. This right to claim any liquidated damages shall be without prejudice to other rights and remedies available to Delhi Police, under the contract and law.
In the event of the Bidder's failure to submit the Bonds, Guarantees and Documents and supply the solution / equipment as per schedule specified in this RFP, Delhi Police may, at its discretion, withhold any payment until the completion of the contract. Delhi Police may also deduct from the Bidder, liquidated damages to the sum of 0.5% of the contract value of the delayed/undelivered services/goods (as detailed in Volume 1 of this RFP) for every week of delay or part of a week, being treated as a full week, subject to the maximum value of the Liquidated Damages being not more than 10% of the value of delayed services and goods. The right to claim any liquidated damages shall be without prejudice to other rights and remedies available to Delhi Police, under the contract and law.
137. Volume 2 Section 4.5.1, (1)
43 M1: Advance against submission of Bank Guarantee
M1: Advance against submission of Bank Guarantee of equal amount.
138. Volume 3 Section 3.5.1,
(1)
54 M1: Advance against submission of Bank Guarantee
M1: Advance against submission of Bank Guarantee of equal amount.
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 29 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
139. Volume 2 Section 4.5.1 43 Note: All payments to the Implementation Vendor shall be made upon submission of invoices along with relevant sign-offs from Delhi Police and.
Note: All payments to the Implementation Vendor shall be made upon submission of invoices along with relevant approval certificates from Delhi Police.
140. Volume 3 Section 3.5.1 54 Note: All payments to the Implementation Vendor shall be made upon submission of invoices along with relevant sign-offs from Delhi Police
Note: All payments to the Implementation Vendor shall be made upon submission of invoices along with relevant approval certificates from Delhi Police.
141. Volume 2 Section 4.5.3, 1
46 Performance Bank Guarantee (10% of Total Contract Value)
Bank Guarantee for advance payment (equal to the advance payment. The advance will be adjusted in the first bill raised by the SI.)
142. Volume 2 Section 5.6 107 In consideration of ________________ (hereinafter called the ―Government‖) represented by ________________, on the first part and M/s ____________ of ___________ (hereinafter referred to as ―Bidder‖) on the Second part, having agreed to accept the Earnest Money Deposit of Rs. ________ (Rupees _________) in the form of Bank Guarantee for the Request for Proposal for procurement of _________ we __________ (Name of the Bank), (hereinafter referred to as the ―Bank‖), do hereby undertake to pay to the Government forthwith on demand without any demur and without seeking any reasons
In consideration of ________________ (hereinafter called the ―Government‖) represented by ________________, on the first part and M/s ____________ of ___________ (hereinafter referred to as ―Bidder‖) on the Second part, having agreed to accept the Earnest Money Deposit of Rs. ________ (Rupees _________) in the form of Bank Guarantee/ FDR/ A/c Payee demand draft for the Request for Proposal for procurement of _________ we __________ (Name of the Bank), (hereinafter referred to as the ―Bank‖), do hereby undertake to pay to the Government forthwith on demand without any demur and without seeking any reasons whatsoever, an amount not exceeding ______ (Rupees _______) and the guarantee will remain valid up to a period of 225 days from the
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 30 of 39
S.No RFP
Volume No.
/ Annexure
No.
Section No. /
Clause No.
Page
No.
Previous Content of
RFP requiring
Clarification
Changed Content of RFP
whatsoever, an amount not exceeding ______ (Rupees _______) and the guarantee will remain valid up to a period of 180 days from the due date of the tender.
opening date of the tender.
Appendix A
Revised specifications in respect of generator set referred at Annexure 3, Section 8.13.5
Rated Output 2.1 KVA and above
Frequency 50Hz and above
Rated power factor 0.8
Fuel Type Kerosene/Diesel
Cylinders Single Cylinder
Continuous running hours Min. 8 hours
Cooling system Water cooled/ Air cooled
Rated voltage 220V – 240V
Fuel tank capacity 12 Ltr or above
Certification ISO 9001, CPCB norms compliance
Revised specifications in respect of generator set referred at Annexure 3, Section 8.14.1
Rated Output 3.0 KVA and above
Rated power factor 0.8
Fuel Type Kerosene/Diesel
Cylinders Single Cylinder
Continuous running hours Min. 8 hours
Cooling system Water cooled/ Air cooled
Rated voltage 220V – 240V
Fuel tank capacity 15 Ltr or above
Certification ISO 9001, CPCB norms compliance
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 31 of 39
Revised specifications in respect of generator set referred at Annexure 3, Section 8.14.2
Rated Output 10.0 KVA and above
Rated power factor 0.8
Fuel Type Kerosene/Diesel
Cylinders Multi Cylinder
Continuous running hours Min. 8 hours
Cooling system Water cooled/ Air cooled
Rated voltage 220V – 240V
Fuel tank capacity 60 Ltr or above
Certification ISO 9001, CPCB norms compliance
Revised specifications in respect of electronic pen referred at Annexure 3, Section 8.13.8
Electronic Pen - all Police Units/ Offices
Minimum Technical Specifications for Electronic Pen
Communication: USB 2.0
Battery : Lithium Battery/Rechargeable battery
Continuous writing time: 2 hours or longer Standby time:1 hours (min.)
Writing Area: No Pad/No Special Paper, should able to write on most surfaces
Memory: Storage device should store upto 100 A4 size papers
No external power is required, powered by USB bus
Pen Battery Life: Approx. 60 hours or longer
Should include any required accessories (Charger, USB cable, Drivers, SDK/API‘s etc)
Revised specifications in respect of digital camera referred at Annexure 3, Section 8.13.7
Max resolution 4000 x 3000
Image ratio w:h 4:3, 16:9
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 32 of 39
Effective pixels 10 megapixels or above
Sensor type CCD/CMOS
Digital zoom Yes, 6x or above
Image stabilization Yes
Auto Focus Yes
Optical zoom Yes, 5x or above
Built-in Flash Yes
Battery Type Lithium (Rechargeable)(should also be charged externally and not just with
USB)
Memory Card 4 GB
Accessories Should include any required accessories (Charger, USB cable, Drivers, etc)
Revised Form for Pricing Summary referred at Volume 2, Section 5.3.2
S.
No. Description
Total
Price
(INR)
Taxes
and
Other
Duties
Total
Amount
(INR)
Total
Amount
in Words
Services Provided During Implementation Phase
1. Systems Study
2. Configuration, Customization and Extension (New
Modules) of CAS (State)
3. Integration with CAS (Center) and External
Agencies
4. Support to 3
rd party acceptance testing, audit and
certification
5. Data migration and Digitization of Historical Data
6. Change Management & Capacity Building
7. Hand Holding Support
Capex during Implementation Phase
8. Site preparation at the Client site locations as
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 33 of 39
S.
No. Description
Total
Price
(INR)
Taxes
and
Other
Duties
Total
Amount
(INR)
Total
Amount
in Words
outlined in this RFP.
9.
IT Infrastructure at the Client site locations (police
stations, Commissionerates, Range offices, Zones,
special police stations, district control rooms, FSL,
FPB, SDPOs, Police HQ).
10.
IT infrastructure at the Data Center including the
necessary hardware, software and other
networking components.
11.
IT infrastructure at Disaster Recovery Centre
including the necessary hardware, software and
other networking components.
12.
IT infrastructure at Training Centre including the
necessary hardware, software and other
networking components.
13.
Price quotes of additional hardware quoted under
section 8.14 of Annexure III
a. Generator 3KVA
b. Generator 10KVA
c. Multifunction colour laser printer
A Sub-total for Services Provided During
Implementation Phase (Sum of items 1 – 12):
Services Provided During Post Implementation Phase
(Operational Costs)
1. Operational Cost for Year 1 after ―Go-Live of
Phase 1‖
2. Operational Cost for Year 2 after ―Go-Live of
Phase 1‖
3. Operational Cost for Year 3 after ―Go-Live of
Phase 1‖
4.
Operational Costs (including AMC for 1st Phase)
for maintenance of all hardware, software and
solution for 4th year after ―Go-Live of Phase 1‖
5. Operational Cost (including AMC for 1
st and 2
nd
Phases) of all hardware, software and solution for
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 34 of 39
S.
No. Description
Total
Price
(INR)
Taxes
and
Other
Duties
Total
Amount
(INR)
Total
Amount
in Words
5th year after ―Go-Live of Phase 1‖
6.
Operational Cost (including AMC for 1st, 2
nd and
3rd
Phases) of all hardware, software and solution
for 6th year after ―Go-Live of Phase 1‖
7.
Operational Cost (including AMC for 1st, 2nd and
3rd Phases) of all hardware, software and solution
for 7th year after ―Go-Live of Phase 1‖
B
Sub-total for Operational Costs Provided
During Post Implementation Phase (NPV of
items 1 – 7):
Grand Total for
Consideration of L1 (A + B)
A. Detailed Component-Wise Pricing Formats
S.
No.
Category Component No of Components /
Units of Service (X)
Rate (per unit)
(Y)
Total Cost ( =
X*Y)
A. Hardware Related Costs including Warranty for the period of 3 years from Go-Live
1. Infrastructure at
Client Side /
Hardware
HDD 160GB
Duplex Laser
Printer
Multi-Function
Laser
(Print/Scan/Copy)
UPS 2KVA for 1
Hr backup
UPS 1KVA for 1
Hr backup
Generator 2.1
KVA
Digital Camera
Electronic Pen
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 35 of 39
S.
No.
Category Component No of Components /
Units of Service (X)
Rate (per unit)
(Y)
Total Cost ( =
X*Y)
Client Systems
(PC/ Desktop)(
Cost of the
computer
includes
Operating
System, Office
suite)
L2 Switch
Others
2. Infrastructure
Installation and
Testing /
Miscellaneous
Charges (If Any)
Total A:
B. Site Preparation at Client Side
1. Site Preparation LAN Cabling
Chair
Table
White Board
Power Strips
Fire Extinguisher
Others
Total B:
C: Data Centre Related Costs (including 3 year Warranty)
1. Deployment of
requisite
infrastructure for
Data centre
Development Server
2. Test/QA Server
3. Training Server
4. Application Server
5. Database Server
6. Email Server/ Mail & Messaging
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 36 of 39
S.
No.
Category Component No of Components /
Units of Service (X)
Rate (per unit)
(Y)
Total Cost ( =
X*Y)
7. Web Server
8. Backup Server
9. Access Control Server/ Single
Sign On
10. DMS Server
11. EMS Server
12. Antivirus Server
13. SAN (External Storage) - List
the total capacity offered on
FC and SATA disks
14. Tape Library
15. SAN Switch
16. KVM Switch
17. L3 Core Switch
18. L2 Switch
19. Global Load Balancer
20. Server Load Balancer
21. IDS/IPS
22. External Firewall
23. Internal Firewall
24. Core Router
25. FC-IP Router
26. Others (Insert each item in a
separate row as required)
1. Software at DC Storage
management
Software (SMS)
2. Enterprise
Management
System (EMS)
3. Host Intrusion
Prevention
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 37 of 39
S.
No.
Category Component No of Components /
Units of Service (X)
Rate (per unit)
(Y)
Total Cost ( =
X*Y)
System (HIPS)
4. Antivirus
5. Mail and
Messaging
Solution
6. Document
Management
System (DMS)
7. Backup Software
8. Others
1. Integration and
Installation
DC Services
2. Others
Total C
D: Disaster Recovery Centre Costs (Including 3 year warranty)
1. Deployment of
requisite
infrastructure for
Data centre
Application Server
2. Database Server
3. Web Server
4. Email Server/ Mail & Messaging
5. Backup Server
6. Access Control Server/ Single
Sign On
7. Antivirus Server
8. SAN (External Storage) - List
the total capacity offered on
FC and SATA disks
9. Tape Library
10. SAN Switch
11. KVM Switch
12. L3 Core Switch
13. L2 Switch
14. IDS/IPS
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 38 of 39
S.
No.
Category Component No of Components /
Units of Service (X)
Rate (per unit)
(Y)
Total Cost ( =
X*Y)
15. External Firewall
16. Internal Firewall
17. Global load balancer
18. Core Router
19. FC-IP Router
20. Others (Insert each item in a
separate row as required)
1. Software at DR Storage
management
Software (SMS)
2. Host Intrusion
Prevention
System (HIPS)
3. Antivirus
4. Mail and
Messaging
Solution
5. Document
Management
System (DMS)
6. Backup Software
7. Others
1. Integration and
Installation
DR Services
6. Others
Total G:
H: Optional Hardware Cost (SI is required to furnish only price quotes for these items, the same shall not be
considered in the Price bids)
1 Hardware cost
for additional
items
mentioned
under Section
9.14 or
Annexure 3
Generator 3 KVA
2 Generator 10 KVA
3 Multifunction Laser
printer (Coloured)
5 Others
Total H:
Mission Mode Project-CCTNS Corrigendum
DOCUMENT REFERENCE: CCTNS/CCTNS Delhi /01/008 Page 39 of 39
S.
No.
Category Component No of Components /
Units of Service (X)
Rate (per unit)
(Y)
Total Cost ( =
X*Y)
I : Training Centres related costs
27.
Deployment of
requisite
infrastructure
for Training
Centres
Server
28. Desktop/PC
29. UPS
30. LCD Projector
31. MFD
32. Other
33. Networking
equipments for
LAN
Switch
34. Others
Total I: