cctv surveillance system for nasik city - e tenders · request for proposal (rfp) for cctv...
TRANSCRIPT
Request for Proposal (RFP)
for
CCTV Surveillance System for Nasik City
(Temporary System for Kumbh Mela, 2015)
------------------------------------------------------------------------------
Issued By
Police Commissionerate, Nasik City
Confidential Tender Ref. No. – E-TenderNoticeNo. 02/2014-15/Nasik
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 2
Table of contents
1. Abbreviations ............................................................................................................................................. 5
2. Bidding Data Sheet ..................................................................................................................................... 6
1. Introduction ............................................................................................................................................... 7
1.1 ABOUT NASIK CITY & KUMBH MELA 2015 .............................................................................................................. 7 1.2 PROJECT VISION .................................................................................................................................................. 8 1.3 PROJECT COVERAGE ............................................................................................................................................. 8
2. Eligibility Criteria ........................................................................................................................................ 9
3. Instructions to the Bidders ....................................................................................................................... 11
3.1 ISSUER & ADDRESS FOR BID SUBMISSION ............................................................................................................... 11 3.2 PRICE OF TENDER DOCUMENT ............................................................................................................................. 11 3.3 COST OF BIDDING .............................................................................................................................................. 11 3.4 INSTRUCTIONS FOR ONLINE BID SUBMISSION .......................................................................................................... 12 3.5 PROCEDURE FOR SUBMISSION OF BIDS .................................................................................................................. 12 3.6 TWO ENVELOPE BID SYSTEM ............................................................................................................................... 13 3.7 PRE-BID QUERIES .............................................................................................................................................. 14 3.8 LANGUAGE OF THE BID ....................................................................................................................................... 14 3.9 HAND WRITTEN DOCUMENTS, ERASURES OR ALTERATIONS ........................................................................................ 14 3.10 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY .............................................................................................. 14 3.11 BID PRICES ................................................................................................................................................... 15 3.12 FIRM PRICES ................................................................................................................................................. 15 3.13 AMENDMENT OF RFP DOCUMENT .................................................................................................................... 16 3.14 INSPECTION OF SITE AND SUFFICIENCY OF TENDER................................................................................................ 16 3.15 EVALUATION FRAMEWORK .............................................................................................................................. 16 3.16 CONDITIONAL OFFERS BY THE VENDORS ............................................................................................................. 17 3.17 LATE TENDER OFFERS...................................................................................................................................... 17 3.18 OFFER VALIDITY PERIOD .................................................................................................................................. 17 3.19 ADDRESS OF COMMUNICATION ........................................................................................................................ 17 3.20 OPENING OF OFFERS ...................................................................................................................................... 18 3.21 CLARIFICATION OF OFFERS ............................................................................................................................... 18 3.22 RIGHT TO ACCEPT ANY OFFER AND TO REJECT ANY OR ALL OFFERS ......................................................................... 18 3.23 NOTIFICATION OF AWARD ............................................................................................................................... 18 3.24 PERFORMANCE GUARANTEE ............................................................................................................................ 18 3.25 SIGNING OF CONTRACT ................................................................................................................................... 19 3.26 REJECTION CRITERIA ....................................................................................................................................... 19 3.27 CONCESSIONS PERMISSIBLE UNDER STATUTES ...................................................................................................... 20 3.28 TAXES .......................................................................................................................................................... 20 3.29 RIGHT TO VARY THE SCOPE OF THE WORK AT THE TIME OF AWARD ........................................................................... 20 3.30 FRAUD AND CORRUPTION ................................................................................................................................ 20 3.31 TERMS AND CONDITIONS OF THE TENDER ........................................................................................................... 21
4. Scope of Work for the Systems Integrator ................................................................................................ 22
4.1 IMPLEMENTATION SERVICES ................................................................................................................................ 24 4.2 POST IMPLEMENTATION SERVICES ........................................................................................................................ 38
5. Service Level Agreement .......................................................................................................................... 40
5.1 DEFINITIONS ..................................................................................................................................................... 40 5.2 MEASUREMENT OF SLA: .................................................................................................................................... 41 5.3 PLANNED DOWNTIME ........................................................................................................................................ 41 5.4 PRE IMPLEMENTATION SLA ................................................................................................................................. 41 5.5 SLA MATRIX FOR POST IMPLEMENTATION SLAS ..................................................................................................... 42
6. Responsibility Matrix ................................................................................................................................ 46
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 3
7. Annexure 1 – Instructions for Pre-Qualification & Technical Bid ............................................................... 48
7.1 BID COVER LETTER ............................................................................................................................................ 48 7.2 CHECK-LIST FOR THE DOCUMENTS TO BE INCLUDED IN THE PRE-QUALIFICATION ENVELOPE .............................................. 50 7.3 FORMAT TO SHARE ORGANIZATIONAL PROFILES ...................................................................................................... 51 7.4 FORMATS TO SHARE BIDDER DETAILS ..................................................................................................................... 52 7.5 FORMAT FOR STATEMENT OF DEVIATION FROM THE RFP REQUIREMENTS .................................................................... 53 7.6 GENERAL INSTRUCTIONS FOR THE TECHNICAL PROPOSAL ........................................................................................... 54 7.7 FORMAT FOR SUBMITTING DETAILS ON BIDDER COMPETENCE .................................................................................... 55 7.8 FORMAT TO SHARE PROJECT DETAILS .................................................................................................................... 55 7.9 PROPOSED PROJECT TEAM DETAILS ...................................................................................................................... 56 7.10 FORMAT FOR CVS .......................................................................................................................................... 57 7.11 FORMAT FOR SPECIFYING COMPLIANCE TO THE BENCHMARK / MINIMUM SPECIFICATIONS ........................................... 59 7.12 FORMAT FOR AUTHORIZATION LETTERS FROM OEMS ........................................................................................... 60
8. Annexure 2 – Formats of Commercial Bid ................................................................................................. 61
8.1 FORMAT 1 – COMMERCIAL BID LETTER ................................................................................................................. 61 8.2 GENERAL INSTRUCTIONS ..................................................................................................................................... 63 8.3 FORMAT 2 – COMMERCIAL BID FORMAT ............................................................................................................... 64
9. Annexure 3 – Common guidelines / comments regarding the compliance of IT / Non-IT Equipments / Systems to be procured ...................................................................................................................................... 69
10. Annexure 4 – Functional Requirements for the Proposed Surveillance System ........................................ 71
10.1 INFORMATION TO BE CAPTURED BY EDGE DEVISES ............................................................................................... 71 10.2 INFORMATION TO BE ANALYSED AT THE COMMAND CENTER .................................................................................. 71 10.3 STORAGE / RECORDING REQUIREMENTS............................................................................................................. 72 10.4 OTHER GENERAL REQUIREMENTS ..................................................................................................................... 73
11. Annexure 5 - Surveillance Equipment Technical Specifications ................................................................ 76
11.1 FIXED BOX CAMERAS (HIGH DEFINITION) ........................................................................................................... 76 11.2 PAN, TILT AND ZOOM CAMERAS (PTZ) .............................................................................................................. 77 11.3 PANORAMIC CAMERAS ................................................................................................................................... 78
12. Annexure 6 - IT Equipment Technical Specifications ................................................................................. 79
12.1 WORKSTATION WITH JOYSTICK CONTROLLER ....................................................................................................... 79 12.2 LAPTOP ........................................................................................................................................................ 79 12.3 FIXED DOME CAMERA FOR INDOOR SURVEILLANCE .............................................................................................. 80 12.4 APPLICATION / DATABASE/ RECORDING / VIEWING / OTHER SERVERS ..................................................................... 80 12.5 LED DISPLAY ................................................................................................................................................ 81 12.6 NETWORK LASER COLOR PRINTER ..................................................................................................................... 81 12.7 ONLINE UPS................................................................................................................................................. 82 12.8 VIDEO STORAGE SOLUTION .............................................................................................................................. 82 12.9 DATA STORAGE SOLUTION ............................................................................................................................... 83
13. Annexure 7 – List of Camera Locations ..................................................................................................... 85
13.1 SUMMARY .................................................................................................................................................... 85 13.2 DETAILED LIST OF LOCATIONS ALONG WITH CAMERA & POLE REQUIREMENT ............................................................. 86
14. Annexure 8 – Terms & Conditions for Online Payments ........................................................................... 97
14.1 PRIVACY POLICY ............................................................................................................................................ 97 14.2 GENERAL TERMS AND CONDITIONS FOR E-PAYMENT ............................................................................................ 97 14.3 LIMITATION OF LIABILITY ................................................................................................................................. 99 14.4 MISCELLANEOUS CONDITIONS : ...................................................................................................................... 100 14.5 DEBIT/CREDIT CARD, BANK ACCOUNT DETAILS ................................................................................................. 100 14.6 PERSONAL INFORMATION .............................................................................................................................. 101 14.7 PAYMENT GATEWAY DISCLAIMER ................................................................................................................... 101
15. Annexure 9 – Format for Performance Bank Guarantee ......................................................................... 102
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 4
16. Annexure 10 – Format of Consortium Agreement .................................................................................. 104
17. Annexure 11 – Draft of the Master Service Agreement .......................................................................... 109
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 5
1. Abbreviations
Acronym Description
ANPR Automatic Number Plate Recognition
COTS Commercial Off the Shelf Products
GIS Geographic Information System
GoI Government of India
GoM Government of Maharashtra
ICT Information and Communication Technology
INR Indian Rupees
IP Internet Protocol
IT Information Technology
LAN Local Area Network
PC Personal Computer
RFP Request for Proposal
SI System Integrator
SLA Service Level Agreement
UPS Uninterrupted Power Supply
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 6
2. Bidding Data Sheet
# Department Stage Vendor Stage Start Date End Date
1 Release Tender - 10/02/2015 11:00 Hrs 11/02/2015 10:59 Hrs
2 - Tender Download 11/02/2015 11:00 Hrs 26/02/2015 23:00 Hrs
3 - Bid Preparation 11/02/2015 11:00 Hrs 27/02/2015 23:00 Hrs
4 Close For Technical Bid - 27/02/2015 23:01 Hrs 28/02/2015 17:00 Hrs
5 Close For Price Bid - 27/02/2015 23:01 Hrs 28/02/2015 17:00 Hrs
6 - Bid Submission 28/02/2015 17:01 Hrs 03/03/2015 15:00 Hrs
7 Technical Bid Opening - 03/03/2015 15:30 Hrs 09/03/2015 17:00 Hrs
8 Price Bid Opening - 03/03/2015 15:30 Hrs 09/03/2015 17:00 Hrs
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 7
1. Introduction
1.1 About Nasik City & Kumbh Mela 2015
Nasik is located in the north-west of
Maharashtra, 171 km from Mumbai and
210 km from Pune and is the
administrative headquarters of the
Nasik District and Nasik Division. With
a population of 1.5 million, Nasik is the
third largest city in Maharashtra after
Mumbai and Pune. Nasik district is the
eleventh most populous district in
India. Mumbai, Pune and Nasik are
known as golden triangle in
Maharashtra.
Nasik is said to be the abode of Lord Rama during his 14 years in exile here. It is located on the banks of
the Godavari which originates in the south-west of the city at Trimbakeshwar. It is one of the four places
in the world where the Kumbh Mela is held making it one of the holiest Hindu cities. The city is a site for
more than 100 ancient temples including the Kalaram Temple and Trimbakeshwar Shiva Temple.
Nasik ranks 16th in a global study of fastest developing city conducted by The City Mayors Foundation,
an international think tank on urban affairs and has witnessed significant economic progress in the last
decade. Nasik is also short listed for the Delhi-Mumbai Industrial Corridor as an investment region. The
city is also known as the Wine Capital of India since it accounts to a large amount of the country's grape
export and there are many vineyards in and around Nasik. It also plays an utmost important role in
agriculture. Onion, tomatoes and many other vegetables are exported from Nasik to various parts of the
world. In addition, Nasik is known for its picturesque surroundings, climate and tourism.
Kumbh Mela is a mass Hindu pilgrimage of faith in which Hindus gather to bathe in a sacred river. It is
considered to be the largest peaceful gathering in the world where around 100 million people were
expected to visit during the Maha Kumbh Mela. It is held every third year at one of the four places by
rotation: Haridwar, Allahabad (Prayaga), Nasik and Ujjain. Thus the Kumbh Mela is held at each of these
four places every twelfth year. Ardha ("Half") Kumbh Mela is held at only two places, Haridwar and
Allahabad, every sixth year. The rivers at these four places are: the Ganges (Ganga) at Haridwar, the
confluence (Sangam) of the Ganges and the Yamuna and the mythical Saraswati at Allahabad, the
Godawari at Nasik, and the Shipra at Ujjain. The name Kumbh Mela comes from Hindi, and in the
original Sanskrit and other Indian languages it is more often known as Kumbha Mela. Kumbha means a
pitcher and Mela means fair in Sanskrit. The pilgrimage is held for about one and a half months at each of
these four places where it is believed in Hinduism that drops of nectar fell from the kumbha carried by
gods after the sea was churned. Bathing in these rivers is thought to cleanse one of all sins. The festival is
billed as the "world’s largest congregation of religious pilgrims". There is no precise method of
ascertaining the number of pilgrims, and the estimates of the number of pilgrims bathing on the most
auspicious day may vary; approximately 80 million people attended on 14 February 2013 at Allahabad.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 8
1.2 Project Vision
Vision of the project is to implement holistic and integrated video surveillance system for Kumbh Mela
2015 in Nasik City for, areas mentioned below. This system shall be implemented with the objective of
enhancing safety and security in the city during the Kumbh Mela 2015. The system is expected to -
Support police to maintain Law and Order
Act as an aid to investigation
Improve Crowd Management
Help in deterring, detecting and thus dealing with criminal activities
Monitor select vital public places of Kumbh Mela 2015 in Nasik City for keeping eye on regular
activities & for disaster management support
1.3 Project Coverage
Police Commissionerate, Nasik City intends to implement security and surveillance system within its
jurisdiction in consultation with Nasik Municipal Corporation for Kumbh Mela 2015. Please refer to the
Annexure 7 for list of proposed locations.
Typical types of Locations to be kept under surveillance are:
Entry and Exit points of the City
Outer Parking areas
Inner Parking areas
Holding areas
Shahi & Pilgrim routes
Administrative routes
Dense crowd areas
Sadhu Gram
Temple / Ghat areas
Survey has been carried out in the areas under jurisdiction of respective police stations covering above
mentioned nodes for identifying the locations to be covered for CCTV cameras. Details of these areas
along with the required no. of cameras and approximate distance from Commissioner Office, Nasik City
has been mentioned in Annexure 7
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 9
2. Eligibility Criteria
The bidder (Individual firm or consortium of maximum 3 firms) must meet the following pre-
qualification requirements to become eligible for the Technical & Commercial Evaluation.
Sr.
No. Qualification Criteria
Mandatory documentary
evidence to be submitted
1.
The bidder (or all consortium partners) must be a
registered company in India, registered under the
Companies Act 1956. The bidder should be operating
in India for the at least three years as on 31/03/2014
Copy of Certificate of
Incorporation
Project Proofs or Financial
Statements
2.
The bidder (prime bidder in case of consortium) should
have overall revenue (gross income) of minimum Rs. 10
Cr from IT/ITES/Telecom in each of the last 3 financial
years as on 31/03/2014.
• In case of consortium, the consortium partners should
have revenue (gross income) of minimum Rs. 2 Cr
from IT/ITES/Telecom in each of the last 3 financial
years as on 31/03/2014.
• In case of consortium, maximum number of
consortium partners allowed shall be three.
Consortium partners shall sign a consortium
agreement format given by Police Commissionerate,
Nasik City.
Copy of the audited Profit & Loss
Statements for each of the last 3
financial years
3.
The bidder (prime bidder in case of consortium) should
have made cumulative net profit of minimum INR 1
Crores in the last 3 Financial Years as on 31/03/2014.
4.
The bidder (prime bidder in case of consortium) should
have experience in implementation of surveillance
projects (April 2011 – Till Bid Submission Date)
(At least 1 project of minimum 150 cameras OR At least 2
projects of minimum 75 cameras each OR At least 3
projects of minimum 50 cameras each)
Copy of work order / purchase
order / contract clearly showing
the no. of cameras installed
Completion certificate from client
(in case of completed projects)
5.
Experience of implementing at least 1 large IT projects
(April 2011 – Till Bid Submission Date)
(with project value of Rs 1 Crores or more)
Copy of work order / purchase
order / contract clearly showing
value of contract
Completion certificate from client
(in case of completed projects)
6. The bidder (or all consortium partners) should have a
positive net-worth as on 31/03/2014.
Copy of the audited balance sheet
of the company (s)
Certificate from the Chartered
Accountant
7.
The bidder (prime bidder in case of consortium) should
have an ISO 9001:2008 certification Or should be an
SEI CMM Level 3 or above certified organization.
Copies of the valid certificates
from authorized agencies
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 10
Sr.
No. Qualification Criteria
Mandatory documentary
evidence to be submitted
8.
The bidder (all consortium partners in case of consortium)
should submit valid documentary proof of Sales Tax/VAT
registration number and the details of income tax
registration (PAN).
Copy of PAN Card
Copy of Sales Tax / VAT
registration
Additional Points:
Any organization debarred / black-listed by Central / State Government in India / Police
Commissionerate, Nasik City / Nasik Municipal Corporation, at the time of submission of the RFP,
shall not be allowed to participate in this tender. Bidder (all members in case of consortium) need to
submit a self-certification in this regard.
Bid shall be submitted by the firm qualifying and complying all above criteria.
In case of Central Govt./PSU in IT/ITES/Telecom business, criteria 3) and 4) can be relaxed.
In case of consortium, a consortium partner shall only participate in one consortium bid unless the
partner is an OEM or Network Service Provider or Data Center Provider and has been part of
consortium only as OEM or Network Service Provider or Data Center Provider respectively.
In Case of Consortium, every member of the consortium shall be equally responsible and jointly and
severally liable for the successful completion of the entire Project.
If the bidder firm is 100% subsidiary of the parent firm, work by the parent firm shall not be
considered as "sub-contracting".
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) shall be considered.
However, in such case the authorized signatory of corresponding firm having the experience should
submit certificate of transfer of knowhow to the bidder firm.
Further, Police Commissionerate, Nasik City may change the criteria at its own discretion.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 11
3. Instructions to the Bidders
Submission of a Bid by the bidders should be carried after careful study and examination of the RFP
document, with full understanding of its implications. Bidders are expected to understand the
requirements to allow them to propose the best fit solution.
Proposals are to be submitted as per the enclosed format only along with certificates, brochures & other
documents asked for in the RFP document.
3.1 Issuer & Address for Bid Submission
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
3.2 Price of Tender Document
The cost of this tender document is INR 5,000 (Rs. Five thousand only). This amount will be Non-
Refundable to the bidders. Bidders have to pay the cost of the document by making an online payment
(using credit card/debit card/net banking) of INR 5,000 (Rs. Five thousand only). Terms and conditions
for Online Payment are mentioned in Annexure 8 of this document.
For tender document payment, if bidder uses NEFT or RTGS then system will generate a challan (in two
copies) with unique challan number specific to the tender. Bidder will use this challan in his bank to
make NEFT/RTGS Payment via net banking facility provided by bidder’s bank.
Bidder will have to validate the tender document payment as a last stage of bid preparation. If the
payment is not realized with bank, in that case system will not be able to validate the payment and will
not allow the bidder to complete his Bid Preparation stage resulting in nonparticipation in the aforesaid
eTender.
Note:
Realization of NEFT/RTGS payment normally takes 2 to 24 hours, so it is advised to make
sure that NEFT/RTGS payment activity should be completed well before time.
NEFT/RTGS option will be depend on the cost of tender document.
Help File regarding use of ePayment Gateway can be downloaded from eTendering
portal.
3.3 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its bid and Police
Commissionerate, Nasik City, in no event, be held responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 12
3.4 Instructions for Online Bid Submission
Proposals must be direct, concise, and complete and must be submitted online only. Police
Commissionerate, Nasik City will evaluate the Bidder’s Proposal based on its clarity, relevance and the
directness of its response to the requirements of the Project as outlined in this RFP.
Bidders shall furnish the required information on their Technical and Commercial Proposals in the
enclosed formats only. In case of any deviations in the format Bid will be liable for rejection.
The following points need to be considered while submitting the bids:-
Bidders Tool Kit link (detailed Help documents, designed for bidders) has been provided on e-Tendering
website (https://maharashtra.etenders.in/mah/toolkitBidder.asp) in order to guide them through
different steps involved during e-Tendering such as online procedure for tender document purchase, bid
preparation, bid submission.
If any assistance is required regarding e-Tendering (registration / upload / download) please contact e-
Tendering Help Desk on: 020 30187500 / [email protected]
The tender notice / regular communications shall be uploaded / released on eTendering website (Main
Portal – https://maharashtra.etenders.in & Sub Portal – https://mapo.maharashtra.etenders.in). Tender
document and clarifications/corrigendum shall also be uploaded on the same website.
All the Bids (Pre-Qualification & Technical and Financial) shall have to be submitted online.
The tenderers should ensure that their tender is prepared online before the expiry of the scheduled date
and time and then submitted online before the expiry of the scheduled date and time. No delay on
account of any cause will be entertained. Offers not submitted online will not be entertained.
In the event of the specified date for the submission of Bids being declared a holiday, the Bids can be
submitted online up to the appointed time on the next working day for which Police Commissionerate,
Nasik City will make necessary provisions.
Police Commissionerate, Nasik City may, at its own discretion, extend the date for submission of bids. In
such a case all rights and obligations of Police Commissionerate, Nasik City and the Bidders shall be
applicable to the extended time frame.
The offers submitted as documents, by telex/telegram/fax/Email or any manner other those specified
above will not be considered. No correspondence will be entertained on this matter.
Printed terms and conditions of the bidders will not be considered as forming part of their bid.
Any further amendments to the RFP will be notified on the eTendering website. Such amendments
should be taken into consideration by the Bidders while preparing their bids.
3.5 Procedure for Submission of Bids
To view- Tender Notice, Detailed Time Schedule for this Tender, kindly visit following e-Tendering
website (Main Portal – https://maharashtra.etenders.in & Sub Portal
https://mapo.maharashtra.etenders.in
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 13
The Bidders participating first time for e-Tenders on GoM e-tendering portal will have to complete the
Online Registration Process for the e-Tendering portal.
All Bidders interested in participating in the on-line e-Tendering process are required to obtain Class II
or Class III Digital Certificates. The tender should be prepared & submitted online using individual’s
digital signature certificate.
The interested contractors / bidders will have to make online payment (using credit card/debit card/net
banking) of Rs. 1038/- (inclusive of all taxes) per bid per tender to online service provider of e-Tendering
system at the time of entering online Bid Submission stage of the tender schedule.
3.6 Two Envelope Bid System
Complete bidding process will be online (e-Tendering) in two envelope system. Submission of bids shall
be in accordance to the instructions given in the Table below:
The bidder shall submit the bid proposal in 2 parts
a) Pre-Qualification & Technical Proposal,
b) Commercial Proposal.
The 3 Envelopes to be submitted by the bidder shall consist of minimum following documents:
Pre-Qualification
Related
Documentation &
Technical
Proposal
Bidder’s response to the Eligibility Criteria defined in Section 4 of this RFP shall
be submitted in this proposal
The Pre-Qualification related documentation shall be prepared in accordance
with the requirements specified in this RFP and in the formats prescribed in the
RFP Document.
Pre-Qualification & Technical Proposal should not contain commercials of the
Project, in either explicit or implicit form.
Conditional Technical Proposal is liable for rejection.
Commercial
Proposal
Financial Summary (in the format given in the RFP) shall be submitted in a
separate envelope marked “Financial Proposal”.
Detail Commercial Schedules shall be submitted by the bidder to Police
Commissionerate, Nasik City (at the address mentioned above) before the bid
submission timeline.
Forms and formats mentioned in this RFP document needs to be scrupulously
followed. Any deviation in it (without proper justification) may lead to
disqualification of the bid.
Price quotation accompanied by vague and conditional expressions such as
"subject to immediate acceptance", "subject to confirmation", etc. will be treated
as being at variance and shall be liable to be summarily rejected.
Police Commissionerate, Nasik City will not accept submission of a proposal in any manner other than
that specified in the RFP Document. Proposals submitted in any other manner shall be treated as
defective, invalid and rejected.
Pre-Qualification & Technical proposal and Financial proposals should be signed by an authorized person
of the bidder. The Pre-qualification proposal should be submitted along with a certified true copy of a
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 14
board resolution/power of attorney empowering authorized signatory to sign/act/execute documents
binding the bidder organisation to the terms and conditions detailed in this proposal.
Proposals must be direct, concise, and complete. Police Commissionerate, Nasik City will evaluate
bidder’s proposal based on its clarity and completeness of its response to the requirements of the
project as outlined in this RFP.
3.7 Pre-bid Queries
Police Commissionerate, Nasik City will host a Pre-Bid Meeting for queries (if any) by the prospective
bidders. The Meeting will be held on 18/02/2015 at 11:00 AM. Venue of the Meeting will be at the Police
Commissionerate Office, Nasik City. 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 or additional information, necessary for them to submit their bid.
All enquiries from the bidders relating to this RFP must be emailed to [email protected]
and [email protected] latest by 17/02/2015, 05:00 pm. The queries should necessarily be
submitted in the following format in an excel document:
Sr. No.
Company Name
Section No.
Page No.
Content of the RFP requiring clarification
Clarification Sought
1
2
…
<Pre-Bid Queries> <Clarification>
Queries submitted post the above mentioned deadline or which do not adhere to the above mentioned
format may not be responded to.
3.8 Language of the Bid
The Bids prepared by the Bidder and all subsequent correspondence and documents relating to the bids
exchanged by the Bidder and Police Commissionerate, Nasik City, shall be written in English language.
Any printed literature furnished by the Bidder, written in another language, shall be accompanied by an
accurate English translation, in which case, for purposes of interpretation of the bid, the English
translation shall govern.
3.9 Hand written documents, Erasures or Alterations
The offers containing erasures or alterations will not be considered. There should be no hand-written
material, corrections or alterations in the offer. Filling up of the information using terms such as “OK”,
“noted”, “as given in brochure/manual” is not acceptable and may lead to the dis-qualification of the bid.
3.10 Earnest Money Deposit (EMD) / Bid Security
Bidders should pay EMD of Rs. 22,00,000 (Rs. Twenty Two Lakh Only) through online payment (using
credit card/debit card/net banking) mode only. Terms and conditions of online payment are given in
Annexure 8 of this RFP
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 15
The bid security of all unsuccessful bidders would be refunded by Police Commissionerate, Nasik City
within three months of the bidder being notified as being unsuccessful. The bid security amount is
interest free and will be refundable to the unsuccessful bidders without any accrued interest on it. Bid
Security shall be returned to the successful bidder upon signing of contract and submission of 15%
Performance Guarantee.
The bid submitted without bid security, mentioned above, will be summarily rejected. The bid security
may be forfeited:
If a bidder withdraws its bid during the period of bid validity
If the successful bidder fails to sign the contract and submit Performance Bank Guarantee within
the stipulated period.
For EMD payment, if bidder uses NEFT or RTGS then system will generate a challan (in two copies) with
unique challan number specific to the tender. Bidder will use this challan in his bank to make
NEFT/RTGS Payment via net banking facility provided by bidder’s bank. Terms and conditions for
Online Payment are mentioned in Annexure 8 of this document.
Bidder will have to validate the EMD payment as a last stage of bid preparation. If the payment is not
realized with bank, in that case system will not be able to validate the payment and will not allow the
bidder to complete his Bid Preparation stage resulting in nonparticipation in the aforesaid eTender.
Note:
Realization of NEFT/RTGS payment normally takes 2 to 24 hours, so it is advised to make
sure that NEFT/RTGS payment activity should be completed well before time.
NEFT/RTGS option will be depend on the amount of EMD.
Help File regarding use of ePayment Gateway can be downloaded from eTendering
portal.
3.11 Bid Prices
The Bidder shall indicate in the proforma prescribed, the unit rates and total Bid Prices for the equipment
/ services, it proposes to provide under the Contract. Prices should be shown separately for each item as
detailed in this document.
The Bidder shall prepare the bid based on details provided in the tender documents. It must be clearly
understood that the Scope of Work is intended to give the Bidder an idea about the order and magnitude
of the work and is not in any way exhaustive and guaranteed by the bidder. The Bidder shall carry out all
the tasks in accordance with the requirement of the tender documents & with due diligence. It shall be
the responsibility of the Bidder to fully meet all the requirements of the tender documents and to meet
objectives of the project. If during the course of execution of the project any minor revisions to the work
requirements like technical specifications, equipment sizing, etc. are to be made to meet the goals of the
project; such changes shall be carried out within the proposed price. If any deviation has a major impact
on the commercials, Police Commissionerate, Nasik City shall take appropriate decision and such
decisions would be binding on the SI.
3.12 Firm Prices
Prices quoted in the bid must be firm and final and shall not be subject to any upward modifications, on
any account whatsoever. Police Commissionerate, Nasik City reserves the right to negotiate the prices
quoted in the bid to effect downward modification, in case price (of any component / sub-component) is
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 16
found unreasonable or higher than a reference price. The Bid Prices shall be indicated in Indian Rupees
(INR) only.
The Commercial bid should clearly indicate the price quoted without any ambiguity / qualifications
whatsoever and should include all applicable taxes, duties, fees, levies, \ and other charges as may be
applicable in relation to the activities proposed to be carried out. It is mandatory that such charges
wherever applicable / payable should be indicated separately. Should there be a change in applicable
taxes, the actual taxes on the date of billing would prevail.
Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing
which the offer shall be liable for rejection. If price change is inevitable due to any factor external to the
bidder, bidders may be given chance to submit revised Bids in a separate sealed cover. Decisions of Police
Commissionerate, Nasik City shall be final in this regards.
3.13 Amendment of RFP Document
At any time prior to the submission of bids, Police Commissionerate, Nasik City for any reason
whatsoever, may, modify any element of the RFP Document by issuing a corrigendum which shall be
notified to the short listed Bidders in writing, by e-mail or post. For the sake of interpretation, the content
of any corrigenda issued by Police Commissionerate, Nasik City shall be read as a part of the original bid.
In each instance in which provisions of the Corrigenda contradict or are inconsistent/ inapplicable with
the provisions of the RFP, the provisions of the Corrigenda shall prevail and govern, and the contradicted
or inconsistent/inapplicable provisions of the RFP shall be deemed amended accordingly. Police
Commissionerate, Nasik City may in its sole discretion consider extension of deadlines for submission of
the bids, in order to allow prospective Bidders reasonable time in which to take the amendment into
account while preparing their bids.
3.14 Inspection of Site and Sufficiency of Tender
SI is expected to work out their own rates based on the detailed description of scope of work items, the
specifications, SLA conditions, etc. and should judiciously arrive at the commercials. The SI shall be
deemed to have satisfied itself before bid submission as to correctness and sufficiency of its Tender. The
rates and prices quoted shall cover all its obligations under the contract necessary for proper completion
and maintenance of the Works/Services.
If necessary, before submitting its bid the SI should inspect and examine various sites and its
surroundings and shall satisfy itself about form and nature of the Sites (including camera locations),
means of access to the 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.
3.15 Evaluation Framework
3.15.1 Technical Evaluation
Bidders will have to ensure that the hardware / software proposed comply with the minimum
specifications specified in Annexure 5 & 6 of this document.
Bidders should submit a checklist, for all hardware / software equipment, in following format along with
the technical documentation during bid submission;
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 17
Item Make and Model <to be filled in by bidder>
# Parameter Minimum Specifications
as per RFP
Specifications
proposed by bidder
Compliance
1. <to be filled in by
bidder>
<to be filled in by bidder> <to be filled in by
bidder>
Yes or No
Bids which fully comply with the minimum requirements of the RFP will then be considered for
commercial evaluation.
3.15.2 Commercial Bid Evaluation
Commercial bid of only those bidders who qualify the eligibility criteria and comply with technical
requirements shall be opened.
The commercial bids will be opened, in the presence of bidders’ representatives who choose to attend the
Commercial bid opening on date and time which would be communicated to all the qualified bidders. The
bidder’s representatives who are present shall sign a register evidencing their attendance.
Bidder whose commercial bid (i.e. grand total) is lowest (hereby referred to as L1 Bidder) will be
considered eligible for negotiations and award of contract after the negotiations. Bidder whose
commercial bid is second lowest (hereby referred to as L2 Bidder) will be kept on reserve. If the L1 bidder
fails to either sign the agreement post negotiations, if required, or commence the assignment as specified
herein, Police Commissionerate, Nasik City may invite L2 bidder for negotiations.
3.16 Conditional offers by the Vendors
The vendor should abide by all terms and conditions specified in the RFP Document. Conditional offers
shall be liable for disqualification.
3.17 Late Tender offers
Any tender offer received by Police Commissionerate, Nasik City after the deadline for submission of
tender offer prescribed by Police Commissionerate, Nasik City, will be summarily rejected.
3.18 Offer validity Period
Proposals shall be valid for a period of 60 days (sixty days) from the date of opening of the proposals. A
Proposal valid for shorter period may be considered as non-responsive. In exceptional circumstances, at
its discretion, Police Commissionerate, Nasik City 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.
3.19 Address of Communication
Offers should be addressed to Police Commissionerate, Nasik City and submitted at below given address:
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 18
3.20 Opening of Offers
Offers received within the prescribed closing date and time will be opened in presence of bidder
representatives (who choose to attend the opening of tender), on the date, time & at the address
communicated separately to all the bidders who have purchased the RFP documents. The vendor’s
representatives present shall sign a register of attendance.
The dates for opening of Commercial bid would be communicated subsequently, as and when the Pre-
qualification & technical envelope scrutiny is completed. Police Commissionerate, Nasik City may ask
bidders to make a presentation on their technical solution proposed for the project before opening of
commercial bid.
3.21 Clarification of Offers
To assist in the scrutiny, evaluation and comparison of offers, Police Commissionerate, Nasik City may, at
its discretion, ask some or all vendors for clarifications with regards to their offer. The request for such
clarifications and the response will necessarily be in writing (by letter / fax / email). Failure of a Bidder to
submit additional information or clarification as sought by Police Commissionerate, Nasik City within the
prescribed period will be considered as non-compliance and the proposal may get evaluated based on the
limited information furnished along with the bid proposal.
3.22 Right to Accept Any Offer and to Reject Any or All Offers
Police Commissionerate, Nasik City reserves the right to accept or reject any tender offer, and to annul
the tendering process and reject all tenders at any time prior to award of control, without thereby
incurring any liability to the affected vendor(s) or any obligation to inform the affected vendor(s) of the
grounds for such action.
3.23 Notification of Award
Police Commissionerate, Nasik City will notify the successful Bidder via letter / fax /email of its intent of
accepting the bid. Within 5 days of receipt of the Letter of Intent issued by Police Commissionerate, Nasik
City, the successful Bidder shall be required to sign the LoI and return the same to the address specified
above as a token of acceptance of the LoI.
3.24 Performance Guarantee
As a condition precedent to execution of the Agreement, the successful Bidder shall ensure submission of
the requisite unconditional irrevocable Bank Guarantee, in the prescribed format within 7 days of receipt
of the LoI as a Performance Guarantee for the services to be performed under the resultant Agreement.
The Bank Guarantee shall be equivalent to 15% of the total Order value and must be issued by a
Nationalized Bank. The Performance Guarantee shall be valid for a 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.
Earnest Money Deposits (EMD) submitted by the bidders along with their proposal shall be refunded to
all bidders, except the successful bidder, within 30 days of issuance of the LoI. EMD of the successful
Bidder shall be returned on successful execution of the resultant Agreement.
The Performance Guarantee may be liquidated by Police Commissionerate, Nasik City as penalty /
liquidated damages resulting from the System Integrator’s (SI) failure to complete its obligations under
the resultant Agreement. The Performance Guarantee shall be returned by Police Commissionerate,
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 19
Nasik City to the vendor within 90 days of the term/expiration of the resultant Agreement after
applicable deductions as per the Agreement, if any.
3.25 Signing of Contract
Subsequent to notification from Police Commissionerate, Nasik City to the successful Bidder by way of a
LoI, acceptance of the LoI and submission of the Performance Guarantee, the successful Bidder shall
execute the Agreement with Police Commissionerate, Nasik City. Failure of the successful Bidder to
furnish the Performance Guarantee or execute the Agreement within the prescribed time may cause the
EMD of the successful Bidder to be liquidated. In such event, Police Commissionerate, Nasik City may
negotiate with the next eligible bidder. The successful Bidder will be liable to indemnify Police
Commissionerate, Nasik City for any additional cost or expense, incurred on account of failure of the
successful Bidder to execute the Agreement.
Notwithstanding anything to the contrary mentioned above, Police Commissionerate, Nasik City at its
sole discretion shall have the right to extend the timelines for execution of Agreement on the request of
the successful Bidder, provided the same is bona fide. The Draft Agreement between Police
Commissionerate, Nasik City and the Successful Bidder has been given in Annexure 11 of this RFP.
3.26 Rejection Criteria
Besides other conditions and terms highlighted in the tender document, bids may be rejected under
following circumstances:
3.26.1 General Rejection Criteria
a. Conditional Bids;
b. If the information provided by the Bidder is found to be incorrect / misleading / fraudulent at
any stage / time during the Tendering Process;
c. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or contract
award decisions;
d. Bids received after the prescribed time & date for receipt of bids;
e. Bids without signature of person (s) duly authorized on required pages of the bid;
f. Bids without power of attorney/ board resolution.
3.26.2 Pre-Qualification & Technical Rejection Criteria
a. Bidders not complying with the Eligibility Criteria given in this RFP
b. Pre-Qualification & Technical Envelope containing commercial details;
c. Revelation of Prices in any form or by any reason before opening the Commercial Bid;
d. 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;
e. Bidders not quoting for the complete scope of Work as indicated in the Tender documents,
addendum (if any) and any subsequent information given to the Bidder;
f. Bidders not complying with the Technical and General Terms and conditions as stated in the
Tender Documents;
g. 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; and/or
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 20
3.26.3 Commercial Rejection Criteria
a. Incomplete Price Bid;
b. Price Bids that do not conform to the Tender’s price bid format;
c. Total price quoted by the Bidder does not include all statutory taxes and levies applicable;
d. If there is an arithmetic discrepancy in the commercial bid calculations the Evaluation
Committee shall rectify the same. If the Bidder does not accept the correction of the errors, its
bid may be rejected.
3.27 Concessions permissible under statutes
Bidder, while quoting against this tender, must take cognizance of all concessions permissible, if any,
under the statutes and ensure the same is passed on to the Purchaser, failing which it will have to bear
extra cost. In case bidder does not avail concessional rates of levies like customs duty, excise duty, sales
tax, etc. Police Commissionerate, Nasik City will not take responsibility towards this. However, Police
Commissionerate, Nasik City may provide necessary assistance, wherever possible, in this regard.
3.28 Taxes
The Bidders shall fully familiarize themselves about the applicable domestic taxes (such as value added or
sales tax, service tax, income taxes, duties, fees, levies, etc.) on amounts payable by the Purchaser under
the resultant Agreement. All such taxes must be included by Bidders in the financial proposal. Should
there be a change in applicable taxes, the prevailing taxes on the date of billing would prevail.
3.29 Right to vary the scope of the work at the time of Award
The Purchaser reserves its right to make changes to the scope of the work at the time of execution of the
resultant Agreement. If any such change causes an increase or decrease in the cost of, or the time
required for the SI’s performance of any part of the work under the resultant Agreement, whether
changed or not changed by the order, an equitable adjustment (if required) shall be made in the Contract
Value or time schedule, or both, and the Agreement shall accordingly be amended. Any claims by the SI
for adjustment under this Clause must be asserted within thirty (30) days from the date of the SI’s receipt
of Police Commissionerate, Nasik City changed order.
3.30 Fraud and Corruption
Police Commissionerate, Nasik City requires that SI must observe the highest standards of ethics during
the entire process of tendering and during execution of the contract. In pursuance of this policy, Police
Commissionerate, Nasik City defines, for the purpose of this provision, the terms set forth as follows:
a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of Police Commissionerate, Nasik City in contract executions.
b. "Fraudulent practice" means a miss-presentation of facts, in order to influence a procurement
process or the execution of a contract, to Police Commissionerate, Nasik City, and includes
collusive practice among bidders (prior to or after Proposal submission) designed to establish
Proposal prices at artificially high or non-competitive levels and to deprive Police
Commissionerate, Nasik City of the benefits of free and open competition.
c. “Unfair trade practices” means supply of services different from what is ordered on, or change in
the Scope of Work which is given by Police Commissionerate, Nasik City.
d. “Coercive Practices” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the execution of contract.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 21
Police Commissionerate, Nasik City shall reject the bid proposal for award of contract, if it determines
that the bidder recommended for award, has been found to have been engaged in corrupt, fraudulent of
unfair trade practices. Once the contract is signed and if it is noticed that the SI has indulged into the
Corrupt / Fraudulent / Unfair / Coercive practices, it will be a sufficient ground for Police
Commissionerate, Nasik City for termination of the contract and initiate black-listing of the vendor.
3.31 Terms and Conditions of the Tender
Bidder is required to refer to the draft Master Service Agreement, attached as Annexure 11 in this RFP,
for all the terms and conditions (including project timelines) to be adhered to by the successful bidder
during Project Implementation and Post implementation period. Please note that one needs to read the
Master Service Agreement as a whole document; and the Annexures mentioned there-in may not
correspond to the RFP Annexures. Please refer to the Interpretation Section of the Agreement (Section 2
of draft agreement) for reference of the Annexures.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 22
4. Scope of Work for the Systems Integrator
The selected Systems Integrator shall have the overall responsibility to design, build, implement, operate,
and maintain CCTV Surveillance project for Kumbh Mela in Nasik City for a period of 4 months from 15th
June 2015 to 15th October 2015 . The detail work to be undertaken by the successful bidder for setting up
& operationalization of this CCTV surveillance project is given in subsequent sections and is to be
performed as per the specifications and conditions mentioned in this RFP, any further amendments
issued and the contract to be signed with the successful bidder subsequently.
The proposed video surveillance system will involve setting up of IP based outdoor security cameras and
other components across various locations in Nasik City (indicative list given in Annexure 7). Key
highlights of the scope of work of the successful System Integrator are as follows:
1 Locations 157 Locations
2 Cameras Total 348
o 103 Panoramic Cameras
o 152 Fixed Box Cameras
o 75 PTZ Cameras
o 18 ANPR Cameras
3 Data Center &
Application
Portfolio
• Setup Data Center at a Commercial Data Centre
• Video Management System, Video Recording System
• Application for ANPR System and Other Analytics
• Enterprise Management (Network and Helpdesk)
4 Storage of Feeds • 30 days storage of video feeds on server. All the recordings should be
given to Police Commissionerate, Nasik City on hard-drive for
permanent records
5 Viewing Frames • 12 FPS during movement period
6 Command /
Viewing Centers
• 1 Command Centre at CP Office
• Viewing of feeds at: 4 Police Stations and 9 Outer Parking areas
7 Helpdesk & FMS • Provision of Helpdesk System for technical / operational support
• Maintenance of the IT / Non-IT Infrastructure
• Providing Technical Manpower for smooth running of the system
8 Project Go-Live • 2.5 Months from date of Work Order
11 Maintenance and
Operations
Support
• 15th June 2015 to 15th October 2015
Various components of the project, including the users expected to use the system are shown in the
component architecture diagram below. Please note that this component architecture is indicative in
nature and is given in the RFP to bring clarity to prospective bidders on the scope of project and its
intended use. The successful bidder shall carry out the detail requirement analysis and prepare the
Technical Architecture in consultation with Police Commissionerate, Nasik City.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 23
CCTV Surveillance System Component Architecture
Ge
Ne
two
rk
Ap
pli
ca
tio
ns
Video Management System
ANPR
En
ter
pr
ise
C
om
pu
tin
g
Servers Storage and Backup System
De
vic
es
Monitoring
WorkstationsLED DisplaysVideo Walls
Network BackboneInfrastructure
Wireless Connectivity
Last Mile Connectivity
Camera, Poles and other fitments
Junction Boxes / Cabinets
Power to CCTV Equipments
Op
er
ati
on
al
Fa
cil
itie
s
VideoAnalytics
GIS
Enterprise Management System
A High level system overview of the proposed CCTV Surveillance System components for Kumbh Mela,
Nasik City area is given in the diagram below:
CCTV
Surveillance
Network
Command Center
/ Viewing Center
CCTV Surveillance
Cameras
Data Center
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 24
CCTV Cameras
Total 157 Locations
Total 348 o 103 Panoramic Cameras o 152 Fixed Box Cameras o 75 PTZ Cameras o 18 ANPR Cameras
From the perspective of project implementation and support, the scope has been categorized as follows:
A) Implementation Services
Assess and Prepare
Implement
B) Post-Implementation Services
Maintain (from 15th June 2015 to 15th October 2015 post successful commissioning)
Implementation Services have been further categorized into the different elements of scope as given
below:
1) Finalization and submission of a detailed technical architecture and submission of a detailed
project plan
2) Edge Level Equipment (CCTV Cameras)
3) Network
4) Data Center & Application Portfolio
5) Command / Viewing Center
6) Training to the identified Police Personnel for operation of the system
7) Partial Acceptance Testing & Final Acceptance Testing of IT & Non-IT Equipments
8) Preparation and implementing the Surveillance system information security policy, including
policies on backup
9) System Documents, User Documents as per ITIL (Information Technology Infrastructure Library)
standards
Post-Implementation Services have been categorized into:
1) Help Desk and Facility Management Services
2) Hand-over of the documentation and necessary data at the end of contractual period
4.1 Implementation Services
4.1.1 Edge Level Equipment
Scope Requirements
The project includes surveillance of about 157 locations across Nasik City (Refer to Annexure 7 of the RFP
for indicative list of these locations). These locations would
get covered through different types of surveillance cameras
including Fixed Box Cameras, Panoramic Cameras, ANPR
Cameras & PTZ Cameras.
The System Integrator (SI) shall asses the feasibility to use
any existing electricity or advertisement poles that are under
A. Assess and Prepare
B. Implement C. Maintain
During Implementation Post Implementation
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 25
Nasik City Police’s jurisdiction during initial site surveys. SI shall also asses the feasibility of leveraging
other structures such as areas under a bridge, nearby locations, electricity poles, billboards etc.
UPS requirement on last mile is mandatory and SI should ensure that proper protection is taken against
power surges and ensure power stabilization to the surveillance equipment. The System Integrator would
carry out required earthing and ensure that pole and the edge level components are protected against
lightning.
ANPR should support Devanagari script to read Marathi / Hindi number plates. The video feeds will be
recorded, stored and viewed at 720p (1280 X 720 resolution).
Implementation Services
The implementation Component for edge level equipment shall primarily would cover planning &
implementation of the Cameras at different locations identified by police department.
A1. Finalize the Camera distribution and exact positions of the Cameras at different
Locations in consultation with Police Department
Bidders are required to note that while executing the project, the successful bidder shall prepare the final
camera distribution plan at all the camera locations in discussion with Nasik City Police. Actual place for
placement of pole & number of cameras at each location, type of cameras, fixation of height & angle for
the cameras would be done carefully to ensure optimum impact. Due to this, there could be some
variation in number of the cameras & locations compared to the list given in Annexure 7 of this RFP.
Payments to be made to the Systems Integrator shall be based on actual number of cameras installed and
unit rates quoted by the successful bidder shall be used to arrive at the same.
A2. Finalize the Bill of Material for the number and type of the cameras to be implemented
Indicative list of camera locations along with the assessment of the camera requirements is given in
Annexure 7 of the RFP. SI shall prepare the detail report on Edge level requirements – Cameras (types
& numbers), Camera Mounting requirements, Power Requirements, Connectivity Requirements.
Indicative list of the Edge Level Hardware / Services is as follows:
Cameras
Switches / Routers
Junction boxes
Pole / Mast
Digging (if required)
Networking cables and other related infrastructure
Provisioning of Electrical Power
A. Assess & Prepare B. Implement
A1. Finalise the Camera distribution and exact positions of the Cameras at different Locations in consultation with Police Department
A2. Finalise the Bill of Material for the number and type of the cameras to be implemented
B1. Obtain all necessary legal / statutory clearances, Erection of Poles
B2. Supply, install, configure & commission & cameras
B3. Provision of the Electricity
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 26
During the course of project, if some camera requires change of FOV, it should be done by SI without any
extra cost, in consultation with Police officials. However, number of such instances would be kept in
check and bidder is expected to budget such effort in the regular post implementation support.
SI would also ensure that 10% inventory of all hardware items is available with SI for immediate
resolution of issues. This inventory has to comply with the specifications mentioned in the RFP.
B1. Obtain all necessary legal / statutory clearances & Erect Poles
Successful Bidder will have to identify and obtain necessary legal / statutory clearances for erecting the
poles and installing cameras, for provisioning of the required power, etc. It is important to mention that a
timely communication and required follow-up will be required by the successful bidder for the
clearances. SI will have to then supply & erect poles at these locations well in advance to meet the camera
installation timelines.
During post-implementation period, in case the Pole is damaged due to any other reason outside the
control of SI and needs repair, then the corresponding cameras won't be part of the SLA monitoring for
maximum 1 day. For the poles erected by SI for the project, SI will need to repair / have the new pole
within 1 day of the incident. Post 1 day, the corresponding cameras would be again considered for SLAs.
In such cases, damages would be borne by SIs through proper insurance.
B2. Supply, install, commission & configure cameras and other components
The successful bidder will be required to supply, install, configure and integrate the surveillance cameras
at the identified locations and then undertake necessary work towards their commissioning.
It is a must that the poles erected to house cameras are good. Benchmark specifications for various types
of cameras to be supplied & operationalized as part of this project are given in Annexure 5. Bench mark
specifications for IT & Non-IT equipment as a part of this project are given in Annexure 6.Bidders are
required to ensure that Cameras proposed are capable to meet these benchmark specifications and are
also able to adhere to the functional requirements specified in Annexure 4.
Bidders should also note that Police Commissionerate, Nasik City is more interested in
successful delivery of the objective of the project rather than the system requirements and
bidders should better the proposed specifications, if required at the same cost.
SI should use the industry best practice while positioning and mounting the cameras. Some of the check-
points which need to be adhered by the SI while installing / commissioning cameras are as follows:
Ensure Surveillance objective is met while positioning the camera, create the required field of
view
Ensure appropriate housing is provided to protect camera from the on field challenges
Carry out proper adjustments to have the best possible image
B3. Provision of the Electricity
The SI shall be responsible for provisioning of requisite power for the edge level equipments (Cameras,
Switches, etc.), viewing centers and CP Office Command Center. Recurring charges (during operational
phase) for the electricity connections and consumption shall be borne by SI and shall be payable along
with the next due payment milestone. Since this component has dependency on approval from other
agencies, it is recommended that successful bidder plans this requirement well in advance & submits the
application to the concerned electricity distribution agency.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 27
Establish connectivity between following - o Between Cameras & Aggregation Point at edge
level o Between Aggregation Point & Data Center o Between Data Center & Command / Viewing
Centers
4.1.2 Network
Scope Requirements
Robust and reliable network shall be deployed
by the successful bidder to enable converged
communication. The points of connection
include cameras, Data Centre (including
Helpdesk), CP Office Command Center, and
Viewing Centers. The bidder will be required
to provide all the required equipments (active and passive both) for establishing such connectivity and
meet the service levels specified in the RFP will need to be deployed as a part of the overall networking
solution. Networking requirements also include the required LAN creation at data center, command
center, and viewing center.
A high level connectivity diagram, considering MPLS as the backbone to be used for the bandwidth is
shown below:
CCTV Surveillance
Network
Network Connectivity at Edge Location (Wired & Wireless)
Junction Box
Junction Box
Data Center
Base Transceiver
Station (BTS)
Location where Wire line is not
Feasible
Wired
Junction Box may be erected for multiple cameras/ Poles within a close vicinity and shall contain:
Switch / Router
UPS
Power Stabilizer / Surge Protection
Wireless
The System Integrator shall be allowed to propose network connectivity solution involving multiple
service providers and using different technologies like OFC, Wireless, 3G, etc. Wherever System
Integrator opts for wired connectivity, it shall be allowed to use overhead cabling, in a way such that it
won’t block vehicular traffic / crowd movement.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 28
Implementation Services
Network Connectivity is one of the most important components of the project and needs very careful
attention in assessment, planning and implementation. It is important not only to ensure that the
required connectivity is provisioned within the required timelines but also ensure that it is reliable,
secure and supports the required SLA parameters of Latency, Jitter, Packet Loss and Performance.
A1. Finalize the Detailed Technical Architecture
The successful bidder will be required to review the network architecture suggested in the RFP and
finalize the detailed network architecture for the overall system, incorporating findings of site survey
exercise. The network so envisaged should be able to provide real time video stream to the Command
Centre and Viewing Center through Data Centre. All the components of the technical network
architecture should be of industry best standard and assist bidder in ensuring that all the connectivity
SLAs are adhered to during the operational phase.
A2. Prepare the detailed network connectivity roll-out plan
The successful bidder shall prepare the overall network connectivity establishment plan for this project.
The plan shall comprise of deployment of network equipments at the locations to be connected over
network, any clearances required from other State government departments, timelines for setting up of
the entire network. The detailed plan shall be also comprise of the scalability, expandability and security
that such architecture will implement under this project.
A3. Design the LAN connectivity requirements at locations
The successful bidder shall be responsible for gathering the LAN connectivity requirements at Command
Centre and viewing centers. The LAN connectivity may involve setting up the structured cabling,
commissioning of active and passive components for operationalization the surveillance system.
B1. Provisioning of connectivity between Cameras and Data Center, Command Center,
Viewing Centers
A combination of network technology including leased lines, OFC Network and Wireless broadband is
expected to be used to provide seamless connectivity to all cameras. Bidder shall be allowed to procure
bandwidth related services from multiple Telecom Service Providers.
Bidders are required to do the estimation of bandwidth & storage requirements considering following
benchmark parameters:
Parameter Fixed Box / Panoramic / ANPR / PTZ Camera
Resolution 1280 x 720
FPS (for Viewing & Storage) 12 FPS
A. Assess & Prepare B. Implement
A1. Prepare Detailed Technical Architecture
A2. Prepare the detailed network connectivity roll-out plan
A3. Design the LAN connectivity requirements at locations
B1. Provisioning of Network Connectivity between cameras and data centre, command centre & viewing centres
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 29
The actual bandwidth requirement and network solution to cater to above mentioned bandwidth &
storage parameters and to meet SLAs would be calculated by the bidder and the same shall be clearly
proposed in the technical proposal with detail calculations. Police Commissionerate, Nasik City also
requires the bidder to meet the parameters of video feed quality; security & performance and bidders
should factor the same while designing the solution. Police Commissionerate, Nasik City reserves its right
to ask the Systems Integrator to increase the bandwidth if the provided bandwidth is not sufficient to
provide functionality of the system mentioned in the RFP and adhere to the SLAs.
Bidders are also required to estimate the bandwidth requirement for other connectivity (between Data
Center and Command Center / viewing Centers) based on the connectivity requirement. The acceptance
of the solution would be subject to the proposed networking solution achieving the service level
requirements of Police Commissionerate, Nasik City with respect to the Video based Surveillance System.
The bandwidth provisioned needs to adhere to the following minimum benchmark requirements –
Latency should be less than 40 ms
Jitter should be less than 10% of one-way latency
Packet loss should be less than 0.5%
4.1.3 Data Centers and Application Portfolio
Scope Requirements
Bidder is required to propose at least Tier II data Center within Nasik City area or setup the data centre
infrastructure in Police Commissionerate, Nasik City premises along with required cooling and electrical
requirements. System Integrator should submit the suitable design to meet the project requirements to
Police Commissionerate, Nasik City for approval at design stage of the project.
The successful bidder will be required to supply commission and integrate the underlying infrastructure
required for running the applications and manage the entire system. The bidder as the part of overall
solution should consider latest & innovative technologies and propose the most optimal solution. The
Solution implemented for this project needs to be highly secure, considering that it is intended to handle
sensitive data. The datacenter shall also host application required for Network and Help desk
management.
The key components of the Application Portfolio are Video Management System, Recording System,
Analytics System and GIS. Police Department has estimated requirement of ANPR cameras covering
outer parking areas, for implementation of Automatic Number Plate Recognition (ANPR) System. The
indicative list of locations is indicated in Annexure 7 of the RFP. Apart from ANPR requirement, Police
Department shall also need Analytics support for people and mass movement at select places.
Implementation Services
This Component includes procurement of Server Side Infrastructure and operationalization of the same
at the Data Center.
The VMS should allow access of the video feeds on Tablets/iPads/select devices on request. Such an
access should be based on MAC Address authentication over SSL (Secure Socket Layer) and/or by
creating a VPN (Virtual Private Network). In addition, the VMS should be able to stream feeds from
authorized Tablets/iPads/select devices on the Video Wall.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 30
A1. Finalize the location of the Data Center
It is proposed that the Successful Bidder sets up entire Server Side Infrastructure in the Commercial Data
Center within Nasik City or at Police Commissionerate, Nasik City premises. Following are the
benchmark requirements which should act as guiding factors for the Bidders to propose the location of
Data Center if commercial data center is proposed.
Data Center (if not at Police Commissionerate, Nasik City) should be at least a Tier II Data Center as
per Telecommunications Infrastructure Standard for Data Centers and should be 27001 Certified and
should have access control system implemented.
CCTV recordings at Data Centers shall be stored for 30 days. All the recordings during the project phase
should be given to Police Commissionerate, Nasik City on hard-drive for permanent records. Access logs
to be stored for the entire duration of contract and handed over to Police Commissionerate, Nasik City
upon termination of the contract.
A2. Finalize the Bill of Material for the Server Side Infrastructure
As part of preparing the final bill of material for the physical Data Centre, the successful bidder will be
required to list all passive & active components required in the Data Centers. The bill of material
proposed by the successful bidder will be approved by Police Commissionerate, Nasik City for its supply
and installation.
A3. Prepare roll-out plan for deployment & operationalization of equipments
The successful bidder shall prepare the overall Data Centre establishment & their operational plan for
this project. The plan shall comprise of deployment of all the equipments required under the project. The
implementation roll-out plan for setting up the Data Centre shall be approved by Police
Commissionerate, Nasik City. The detailed plan shall be also comprise of the scalability, expandability
and security that such Data Centre will implement under this project.
A4. Preparation of Detailed FRS, SRS and SDD for the Video Surveillance System and for integration with other systems
The present RFP document covers the key expectations from the project and various scope elements.
However, it is required that the Successful Bidder documents the requirements in detail before the work
on execution begins. Following documents are expected to be delivered as part of this documentation:
Functional Requirements Documentation, giving complete details of the functional aspects of
the project. Some of the key functional requirements for designing the system are given in
Annexure 4.
A. Assess & Prepare B. Implement
A1. Finalise the location of the Data Center
A2. Finalise the Bill of Material for the Server Side Infrastructure
A3. Prepare the roll-out plan for the deployment & operationalisation of the equipments
A4. Preparation of Detailed FRS, SRS and SDD for the Video Surveillance System and for integration with other systems
A5. GIS Integration
B1. Operationalise the basic Data Center Services
B2. Supply, install, configure & commission Server Side Infrastructure
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 31
System Requirements documentation, giving complete details of the entire system
components and their inter relationships to execute the project once operational
System Design Documentation, detailing out the design of the Surveillance System, Command
Control Center and viewing centers
The Successful Bidder shall prepare above mentioned documents in discussion with all key stakeholders
(Police Commissionerate, Nasik City, Consultants, etc.). It is expected that the successful bidder brings on
table some International Experience in this field and ensure that a quality and effective system is
implemented for the city Surveillance.
A5. GIS Integration
Systems Integrator shall undertake detail assessment for integration of the Surveillance System with the
Geographical Information System (GIS) so that physical locations of cameras are brought out on the GIS
map. SI is required to carry out the seamless integration to ensure ease of use of GIS in Command
Control Centers & by higher management. GIS Base Map shall be deployed by the successful Systems
Integrator at 1:1000 scale or better with all surveillance cameras located on the map apart from the
updated map of all buildings, utilities and roads. Different layers to be covered under GIS are as follows:
- Cameras
- Shahi / Bhavik / Administrative routes
- Important structures on the Shahi / Bhavik / Administrative routes
- Various Ghats (for Kumbh Mela, 2015)
Geographical coverage of the project is the jurisdiction of Police Commissionerate, Nasik City. SI shall
supply viewing software for GIS Maps and shall ensure that GIS application is integrated with VMS to
support the Command Centre / Police Commissionerate, Nasik City personnel to navigate on the map
and use it for better spatial understanding. It should also help higher management of Police Department
to analyze the events on a spatial perspective.
B1. Operationalise the basic Data Center Services
Selection of appropriate Data Center and its timely operationalization is critical to maintain project
timelines. It is important that the successful bidder gets the cage deployed inside the server farm for this
project and prepares the Data Center to install & commission the Server Side Infrastructure of the
project.
B2. Supply, install, configure & commission Server Side Infrastructure
The successful bidder shall provide system integration services to procure and commission the required
software and hardware infrastructure at the Data Centre and deploy the complete surveillance
management applications. The SI shall be completely responsible for the sourcing, installation,
commissioning, testing and certification of the necessary software licenses and infrastructure required to
deploy the Solution at the Data Centre the successful bidder shall be responsible for the provisioning of
connectivity from cameras to Data Centre and from Data Centre to the Command Centre.
The system integrator shall be required to submit a detailed installation report post installation of all the
equipment at approved locations. The report shall be utilized during the acceptance testing period of the
project to verify the actual quantity of the equipment supplied and commissioned under the project.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 32
B3. Deploy / Develop, Test and Commission the Surveillance System
The successful bidder will be responsible for the solution deployment / customization for implementing
end-to-end surveillance management system including its integration with other systems as mentioned
above. The application or COTS will be customized to meet the project objectives and the requirements of
Police Commissionerate, Nasik City. The bidder will ensure that the Best Practices for Software
Development and Customization are used during the software development / customization and
implementation exercise. This would at a minimum include:
(a) Software development / customization based on the functional requirement specifications, system
requirement specifications, software requirement specifications and solution designs finalized after
the approval of Police Commissionerate, Nasik City. Wherever necessary, the successful bidder shall
develop additional functionality/modules in order to meet the project requirements.
(b) Delivering the surveillance management system, along with all of the necessary modules and
additional functionalities/ integrated COTS products, utilities, system drivers and documentation
consistent with proven standards, including product updates, technology upgrades and patches to
run on the selected operating system(s) and hardware according to the solution.
(c) Deployment and commissioning of surveillance management system with all the necessary solution
elements at the data centre. It is pertinent to mention that application hosted at the data centre shall
be accessible by the intended users as desired under this project.
(d) Provision for Police officers to login into the system remotely from any location via a secure private
network.
Note: Over the period of the contract, even after the Go-Live of the system, department may require
certain modifications or additions in the application or the development of new modules. Also, the
selected Bidder can suggest certain improvements in the software to make the operations more effective
at no additional cost. In such a situation, the selected Bidder shall be responsible for carrying out
software enhancement / development activities, as requested by the Department. Any software
development / modification will need to pass through the following envisaged phase:
Feasibility study / proposal for change
Conceptualization of solution
Requirement Study
Design
Development
Unit and Integration testing
Regression Testing
User acceptance testing
Roll out
At each of the above phases, the successful bidder would have the deliverables (including documentation)
reviewed and approved by Police Commissionerate, Nasik City or its nominated agencies/
representatives. Police Commissionerate, Nasik City will approve all the deliverables; only then should
the successful bidder shall commence with the next course of action. Software modifications /
development will be considered completed only after formal acceptance provided by Police
Commissionerate, Nasik City. After "Go-Live" the major modifications or additions in the application
shall be done through change management requests.
4.1.4 Command Center and Viewing Centers
All camera feeds should be available for viewing by Police Personnel at any point of time. CP Office
Command Center is proposed to have simultaneous viewing capability for about any 30% of all
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 33
cameras during peak days (18 days) and any 15% of all cameras during non-peak days
(remaining days); Outer Parking Viewing Center shall have viewing capacity of all cameras in the
particular outer parking. Police Commissionerate, Nasik City will provide viewing manpower at the
Command Control Center.
Implementation services to be undertaken by SI for this Component of project is explain below:
A1. Detailed assessment of infrastructure requirements at Command Center
The Command Centre will be established in the office of Commissioner of Police, Nasik City. Command
Control & Viewing centers would be equipped with state of the art equipments to support monitoring and
analysis of video feeds. SI will be required to carry out the required civil work for these Command Control
& Viewing Centers.
The Command Control center will also have a room identified for IT Analytics and Forensic Experts
where they will analyze the incriminating video clips and certify its integrity & chain of custody. Please
refer to the indicative Functional Layout for Command & Control Center given in Annexure 4. Please use
this indicative layout to understand functional space requirements at Command & Control Center. SI
shall engage services of a professional Architect to prepare appropriate design layout for these
requirements at the location finalized by Police Commissionerate, Nasik City.
A2. Finalize the Bill of Material
Broad level Bill of Material for Client Side IT Infrastructure at different command / viewing centers is
given below:
Central Control Centers (at CP Office)
IT Components
Min. 40” LED Displays (Full HD) mounted in a 4x3 arrangement during peak days (18 days)
and 3x2 arrangement during non-peak days (remaining days)
Monitoring Workstations (Computers)
Network Color Laser Printers
Indoor Fixed Dome Cameras for Internal Surveillance (2 fixed box cameras)
Active Networking Components (Switches, Routers)
Passive Networking Components
Non-IT Components
Electrical Cabling and Necessary Illumination Devices
Fire Safety System with Alarm
Access Control System (RFID/ Proximity based, for all staff)
Full Biometric System to control entry / exit
Office Workstations (Temporary Furniture and Fixtures)
Comfort AC (Temporary)
A. Assess & Prepare B. Implement
A1. Detailed assessment of infrastructure requirements at Command Center
A2. Finalise the Bill of Material
B1. Supply, Install & Configure all the User Level components (Active & Passive) at Command Center
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 34
UPS (1 hour backup)
Automatic DG Set to provide power backup for 12 hours to the command center
Viewing Center at 4 locations
Broad level Client side Bill of Material required at each viewing centre is as follows:
IT Components
Min. 40” LED Displays (Full HD viewing capacity)
Monitoring Workstation (Computers)
Switches / Routers
Non-IT Components
Office Workstations (Temporary Furniture and Fixtures)
UPS (30 minutes backup)
Viewing Center at 9 locations (outer parking)
Broad level Client side Bill of Material required at each viewing centre in outer parking is as follows:
IT Components
• Monitoring Workstation (Computers)
• Switches / Routers
Non-IT Components
• UPS (30 minutes backup)
B1. Supply, Install & Configure all the User Level components (Active & Passive) at
Command Center
The System Integrator shall develop a plan to procure, install and configure all the necessary items for the
Command Center and viewing centers in a timely fashion. There should be a tracker created and shared
with Police Commissionerate, Nasik City that would track all the commissioning of the equipments, the
timelines adhered to and the compliance to the requirements.
4.1.5 Finalisation and submission of a Detailed Technical Architecture and
submission of a Detailed Project Plan
Within 1 week of the work order, the Systems Integrator shall deploy the team proposed for the project
and ensure that a Project Inception Report is submitted to Police Commissionerate, Nasik City covering
following aspects:
Names of the Project Team members, their roles & responsibilities
Approach & methodology to be adopted to implement the Project (which should be in line with what
has been promised during bidding stage, but may have value additions / learning in the interest of
the project).
Responsibility matrix for all stakeholders
Risks the bidder anticipates and the plans they have towards their mitigation.
Detailed Project Plan, specifying dependencies between various project activities / sub-activities
and their timelines.
Thereafter, within 2 weeks, SI shall submit the detailed Technical Architecture which should take into
consideration following guiding principles:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 35
• Availability - Components of the architecture must provide redundancy and ensure that are no
single point of failures in the key project components. Considering the high sensitivity of the system,
design should be in such a way as to be resilient to technological sabotage. To take care of remote
failure, the systems need to be configured to mask and recover with minimum outage. The bidder
shall make the provision for high availability for all the services of the system.
• Security - The architecture must adopt an end-to-end security model that protects data and the
infrastructure from malicious attacks, theft, natural disasters etc. Successful bidder must make
provisions for security of field equipment as well as protection of the software system from hackers
and other threats. Using Firewalls and Intrusion detection systems such attacks and theft should be
controlled and well supported (and implemented) with the security policy. The virus and worms
attacks should be well defended with Gateway level Anti-virus system, along with workstation level
Anti-virus mechanism. There should also be an endeavor to make use of the SSL/VPN technologies
to have secured communication between Applications and its end users. Furthermore, all the
system logs should be properly stored & archived for future analysis and forensics whenever
desired. Police Commissionerate, Nasik City may carry out the Security Audit of the entire system
through a Third Party Auditor (TPA). The following guidelines need to be observed for security
Build a complete audit trail of all activities and operations using log reports, so that errors in
system – intentional or otherwise – can be traced and corrected.
The most appropriate level of security commensurate with the value to that function for which
it is deployed must be chosen
Access Controls must be provided to ensure that the system is not tampered or modified by the
system operators.
Implement data security to allow for changes in technology and business needs.
• Manageability - Ease of configuration, ongoing health monitoring, and failure detection are vital to
the goals of scalability, availability, and security and must be able to match the growth of the
environment.
• Interoperability - The system should have capability to take feed from cameras installed by private
/ Govt. at public places, digitize (if required) & compress (if required) this feed & store as per
requirements.
• Open Standards - System should use open standards and protocols to the extent possible.
Sub-contracting / Outsourcing shall be allowed only with prior written approval of Police
Commissionerate, Nasik City. However, even if the work is sub-contracted / outsourced, the sole
responsibility of the work shall lie with the bidder. The bidder shall be held responsible for any
delay/error/non-compliance etc. of its sub-contracted vendor. The details of the sub-contracting
agreements (if any) between both the parties would be required to be submitted to Police
Commissionerate, Nasik City. If the bidder firm is 100% subsidiary of the parent firm, work by the parent
firm shall not be considered as "sub-contracting".
4.1.6 Training to the Police Personnel for operationalization of the system
Training is an important aspect of this project and the successful bidder shall be required to undertake it
in a very professional manner. Bidder shall conduct a proper Training Needs Analysis of all the concerned
staff and draw up a systematic training plan in line with the overall project plan. For all these training
programs the bidder has to provide necessary course material and reference manuals (user /
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 36
maintenance / administration). Bidders have to arrange for training room infrastructure and setup, place
for training shall be provided to Police Commissionerate, Nasik City.
Trainings would be of three types:
Functional Training: This training would focus on the use of the surveillance software at Command &
Control Room, so that the users are aware of all the operations of the surveillance systems and are able to
implement the overall process defined by the Police Department for optimum use of the system. Broad
training requirement defined for the purpose of calculation of effort is as follows –
Initial training of approx. 50 police personnel. Expected training time of 24 hrs (3 days of 8 hrs each)
Additional training programme of 1 batch (of 20 personnel) of 2 days
Administrative Training: This training would focus on the administration of Surveillance System and
Server Infrastructure
Initial training of approx. 20 police staff identified by Police Commissionerate, Nasik City. Expected
training time of 40 hrs (5 days of 8 hrs each)
Additional training programme of 1 batch (of 10 personnel) of 2 days
Senior Management Training: This training would focus on how to use the surveillance system for
day-to-day monitoring by the Sr. Management and access various exception reports. Broad training
requirement defined for the purpose of calculation of effort is as follows –
Initial Training of approx. 20 police officers (i.e. 1 batch of 20 officers). Expected training time of 8
hrs (2 days of 4 hrs each)
Additional training programme of 1 batch (of 10 personnel) of 2 days
Other requirements to be fulfilled by the Successful Bidder with respect to Training are as follows:
Prepare the training material in consultation with Police Commissionerate, Nasik City & its
Consultant. Detailed Training manuals would be prepared by the Systems Integrator prior to the start
of the training.
One Hard Copy & One Soft Copy of the training material shall be given by the Systems Integrator to
all the trainees.
Functional training shall be delivered at Command Centers, while location for the Administrative &
Sr. Management Training would be decided subsequently
Successful Bidder should ensure that the knowledge transfer happens effectively during these
trainings.
4.1.7 Partial Acceptance Testing & Final Acceptance Testing of IT & Non-IT
Equipments
The acceptance tests for project shall be carried out in two phases by Police Commissionerate, Nasik City
or third party agency / consultant appointed by Police Commissionerate, Nasik City. The Successful
bidder shall cooperate with the concerned agency to ensure successful completion of Acceptance tests.
The acceptance test shall consist of a Partial Acceptance Test (PAT) and Final acceptance test (FAT). The
successful bidder shall submit a detailed acceptance testing document at the stage of planning (as
mentioned in this document) and finalize it upon receipt of feedback from Police Commissionerate, Nasik
City.
A) Partial Acceptance test
Partial Acceptance Test shall involve scrutiny of documents for various IT / Non-IT components to verify
if the specifications conform to the requirements mentioned in the RFP and subsequent corrigendum.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 37
Given the requirement of the project, successful bidder is not required to supply brand
new hardware, but has to ensure that the quality of the delivered hardware is acceptable to
Police Commissionerate, Nasik City. Police Commissionerate, Nasik City reserves right to conduct
physical inspection of the equipments delivered to ensure that they arrive at the sites in good condition
and incomplete shipments and shall return the products to the Supplier at the supplier’s expenses if
required quality is not maintained. Physical inspection of hardware will also include physical checking
and counting of the delivered equipment in presence of the Successful Bidder. These equipments will only
be acceptable as correct when each received item corresponds with the checklist that will be prepared by
the Successful Bidder prior to shipment. Any shortfalls in terms of number of items received may render
the delivered equipments incomplete. SI shall submit third party test reports on performance for the
critical components like Cameras, Active Network Equipments, Servers, LED screens etc. Physical
verification of the individual items would be undertaken as part of FAT for Server Side equipments.
B) Final acceptance Test
After successful installation of equipments in accordance with the requirements in the RFP, the
successful bidder would need to carry out Final Acceptance Testing in 2 different phases - (a) Unit
Testing and (b) Integration Testing. These tests would be carried out based on the test cases
developed and validated by Police Commissionerate, Nasik City. Apart from the functional testing of the
entire system components, the testing would also verify following aspects –
Configuration Testing (to ensure that all the components are configured properly)
Security Testing (to review & evaluate security controls)
Final Acceptance Certificate shall be issued by Police Commissionerate, Nasik City to the successful
bidder after successful testing in a real time condition for at least 15 days of trouble free operation. The
date on which final acceptance certificate is issued shall be deemed date of the successful commissioning
of the project (either whole or partial, depending upon the implementation strategy adopted). Police
Commissionerate, Nasik City shall consider implementation of 90% cameras as a sufficient condition for
the overall project Go-Live. Any delay by the successful bidder in the performance of its contracted
obligations shall render the successful bidder liable to the imposition of appropriate liquidated damages,
unless agreed otherwise by tenderer.
4.1.8 Information Security Policy, including policies on backup
System Integrator shall prepare the Information Security Policy for the overall project, which would be
reviewed by Police Commissionerate, Nasik City & its Consultant. It is proposed that Security policy
would be submitted by the Systems Integrator within 15 days of the successful Final Acceptance Tests.
4.1.9 System Documents, User Documents
The Successful Bidder shall ensure completeness and exhaustiveness of the documentation during entire
life cycle of the project, which should follow the ITIL (Information Technology Infrastructure Library)
standards. This documentation should be submitted as the project undergoes various stages of
implementation. Indicative list of documents include:
Project Commencement Documentation: Project Plan in giving out micro level activities with
milestones & deadlines.
Cabling Layout: Systems Integrator shall submit the detail cabling Layout including cable routing,
telecommunication closets and telecommunication outlet/ connector designations. The layout shall
detail locations of all equipment and indicate all wiring pathways.
Equipment Manuals: Original Manuals from OEMs
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 38
Installation Manual : For all the Application Systems
Training Material: Training Material will include the presentations, course material, videos used
for trainings
User Manuals: For all the Application Software Modules, required for operationalization of the
system
System Manuals: For all the Software and Hardware components, covering detail information
required for its administration
Operational Manual: The bidder shall be responsible for preparing Operational Manual relating to
operation and maintenance of all the project components. The prepared process document shall be
formally signed off by Police Commissionerate, Nasik City before completion of final acceptance test.
Note: The successful bidder will ensure Upkeep & Updation of all documentation and manuals during
the contractual period. The ownership of all documents, supplied by the Successful Bidder, will be with
Police Commissionerate, Nasik City. Documents shall be submitted in two copies each in Printed & in
Softcopy Formats.
4.2 Post Implementation Services
Success of the project would lie on how professionally and methodically the entire project is managed
once the implementation is completed. From the Systems Integrator perspective too this is a critical
phase since 75% of the total payment would happen during post implementation phase. Successful
Integrator thus is required to depute a dedicated team of professionals to manage the project and ensure
adherence to the required SLAs.
4.2.1 Help Desk and Facility Management Services
The successful bidder will be required to establish the helpdesk and provide facilities management
services to support the Police officials in performing their day to day functions related to this system.
As part of Facilities Management System (FMS) the Command center to have dedicated man power, to be
provided by the System Integrator to troubleshoot & solve issues / problems.
The FMS shall be supported by a centralized helpdesk, to be located at Command Center. This Helpdesk
shall be single point of contact for complaint management & resolution for all users of the surveillance
system. This helpdesk shall be integrated with the Enterprise Management System. The helpdesk shall be
designed to meet the SLA response & resolution timelines and shall be supported by their field units. This
helpdesk would be operational upon implementation of Command Center at CP Office.
Functional requirements of the helpdesk management system, fully integrated with the enterprise
monitoring and network management system, are provided in Annexure 4. The system will be accessed
by Police Commissionerate, Nasik City officials for raising their incidents and logging calls for support.
The detailed service levels and response time which the successful bidder is required to maintain for
provisioning of the FMS services are described in the service level agreement of this RFP.
Systems Integrator is also required to depute a dedicated, centralized project management & technical
team for the overall project management and interaction with Sr. Police Dept. Indicative resource
requirement for this centralised administration of the project is as follows:
# Role Min. Qualification & Experience
1 Project Manager BE / BTech / MCA / Any Graduate with MBA
10+ Years of Experience in IT
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 39
# Role Min. Qualification & Experience
2 Assistant Project Manager BE / BTech / MCA / Any Graduate with MBA
5+ Years of Experience in IT
3 Technical Expert – Network BE / BTech /MCA
3+ Years of Experience in Network Management
4 Technical Expert – Security BE / BTech / MCA
3+ Years of Experience in IT Security
5 Technical Expert – Server BE / BTech / MCA
3+ Years of Experience in Server Management
6 Helpdesk Personnel Graduate in any discipline
Deployment of aforementioned personnel would be 100% during peak days (18 days) and
50% during non-peak days (remaining days)
The Systems Integrator is expected to undertake the Facilities Management Service and ensure that all
the SLAs are adhered to during the operations phase. In order to ensure that there is no downtime for any
of the critical components, the successful Systems Integrator is expected to provision on-site spares and
resident engineer(s). Help Desk Personnel would be located at CP Office Command Center.
Please refer to SLA section of the RFP for the detailed Service Level Agreement (SLA) to be adhered
by the Systems Integrator.
4.2.2 Hand-over of the system at the end of contractual period along with all the
relevant documentation
Systems Integrator shall supply to Police Commissionerate, Nasik City the following before expiry of the
contract:
Information relating to the current services rendered and data relating to the performance of the
services; Entire Documentation relating to various components of the Project, any other data and
confidential information related to the Project
Necessary video feeds storage as required by Police Commissionerate, Nasik City
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 40
5. Service Level Agreement
Service Level Agreement (SLA) shall become the part of contract between Police Commissionerate, Nasik
City and the Successful Bidder. SLA defines the terms of the successful Bidder’s responsibility in ensuring
the timely delivery of the deliverables and the correctness of the same based on the agreed Performance
Indicators as detailed in this section. The successful Bidder has to comply with Service Levels
requirements to ensure adherence to project timelines, quality and availability of services.
The successful bidder has to supply software / automated tools to monitor all the SLAs mentioned below.
Note: Penalties shall not be levied on the successful Bidder in the following cases:
There is a force majeure event effecting the SLA which is beyond the control of the successful Bidder
The non-compliance to the SLA has been due to reasons beyond the control of the bidder.
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 Police Commissionerate,
Nasik City for the duration of this contract.
5.1 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 :
o “Uptime” shall mean the time period for the specified services / components with the specified
technical service standards are available to the user department. Uptime, in percentage, of any
component (Non IT & IT) can be calculated as:
Uptime = {1- [(Downtime) / (Total Time – Maintenance Time)]} * 100
o “Downtime” shall mean the time period 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.
o “Incident” refers to any event / abnormalities in the functioning of the Services specified as part of
the Scope of Work of the Systems Integrator that may lead to disruption in normal operations of the
Surveillance System.
o “Resolution Time” shall mean the time taken (after the incident has been reported at the
helpdesk), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second level or
to respective Vendors, getting the confirmatory details about the same from the Vendor and
conveying the same to the end user), the services related troubles during the first level escalation.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 41
5.2 Measurement of SLA:
The SLA metrics provided specifies performance parameters as baseline performance, lower performance
and breach. All SLA calculations will be done on monthly basis. The SLA also specifies the penalties for
lower performance and breach conditions.
Payment to the successful bidder is linked to the compliance with the SLA metrics. The matrix specifies
three levels of performance, namely,
The Agency will get 100% of the payment applicable if the all baseline performance metrics are
complied with and the cumulative credit points are 100
The Agency will get lesser payment in case of the lower performance. (For e.g. if SLA point score is
80 then the vendor will get 20% penalized on the applicable payment)
The credit (+) points earned during the month will be considered for computing penalty. The monthly
payment shall be made after deducting the penalty as mentioned above.
The aforementioned SLA parameters shall be measured per the individual SLA parameter requirements
and measurement methods.
Total penalty to be levied on the SI shall be capped at 15% of the total contract value. However, Police
Commissionerate, Nasik City would have right to invoke termination of the contract in case the overall
penalty equals 15% of total contract value. Penalty to be levied during Post Implementation period shall
be capped at 10% of the total contract value.
5.3 Planned Downtime
Any planned application / server downtime would not be included in the calculation of application /
server availability. However, the Successful Bidder should take at least 3 days prior approval from Police
Commissionerate, Nasik City in writing for the planned outage, which should not be for more than 60
minutes, would be in non-critical period and limited to maximum 2 outages during the entire contract
period.
5.4 Pre Implementation SLA
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
Level Parameter
To be measured in Number of weeks of delay from the timelines mentioned
in the section “Project Timelines”
Penalty for non-
achievement of SLA
Requirement
Any delay in the delivery of the project deliverables would attract a penalty
per week of 2% of the contract value per week for first 2 weeks and 0.5% per
day for every subsequent week. If the penalty reaches 15% of the total
contract value, Police Commissionerate, Nasik City may invoke termination
clause
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 42
5.5 SLA Matrix for Post Implementation SLAs
# Performance Area Baseline Lower Performance
Metric Points Metric Points Metric Points
1
Uptime per camera (live feed available irrespective of bandwidth or last mile issues, which are in control of SI)
97% 24 >= 92% to <97% 12 < 92% 0
2
At CP Office Command Centre : Live camera feed available from selected cameras for viewing) at any given time
97% 16 >= 92 % to
<97% 8 < 92% 0
3
At All Viewing Centres: Live camera feed available from various other viewing centers at any given time
96% 6 >= 92 % to
<96% 3 < 92% 0
4
Video stream Latency Latency refers to the average time required for transmission of video feed from one point to another
=< 40 ms 8 > 40 – 50 ms 4 > 50 ms 0
5 Overall application(s) availability at CP Office Command & Control Center
99% 6 >= 96.5 % to
<99% 3 < 96 % 0
6 ANPR for Standard Roman Number plates (3 wheelers & above)
80% 2 79.99% to 70% 1 < 70 % 0
7 ANPR for Non-Standard Roman Number plates (3 wheelers & above)
50% 1 49.99% to 40% 0.5 < 40 % 0
8 ANPR for Standard Roman Number plates (2 wheelers)
70% 1 69.99% to 60% 0.5 < 60 % 0
9 ANPR for Non-Standard Roman Number plates (2 wheelers)
50% 1 49.99% to 40% 0.5 < 40% 0
10 Any other analytics (SLA to be defined in discussion with successful bidder)
80% 2 79.99% to 70% 1 < 70% 0
11 Monitoring workstations at Command Center & Viewing Centers
99% 5 >= 97 % to
<99% 2.5 < 97 % 0
12 IP Phones 97% 2 >= 92 % to
<97% 1 < 92 % 0
13 LED Display screens 97% 2 >= 90 % to <95
% 1 < 90 % 0
14 Production Servers Uptime 99.90% 8 >= 99.5 % to
<99.9% 4 < 99.5% 0
15 Storage System Uptime 99.90% 6 >= 99.5 % to 3 < 99.5% 0
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 43
# Performance Area Baseline Lower Performance
Metric Points Metric Points Metric Points
<99.9%
16 Firewall and any other security appliance Uptime
100% 2 97 % to 99.99% 1 < 97% 0
17 Anti-virus, Anti-spyware, Anti-spam updates within 24 hrs of request
0 violations of service
parameters 1 1 – 4 violations 0.5
> 4 violations
0
18
Resolution of Critical Issue (that impacts more than one production services & higher management call)
60 minutes 3 60.01 to 120 min 1.5 > 120 min
0
19
Resolution of Medium Level Issue (that does not impact production services)
120 minutes 2 120.01 to 240
min 1
> 240 min
0
20
Resolution of low level Issue (upgrade, shifting and preventive maintenance (of non-production items))
2 days 2 >2 to 3 days 1 > 3 days 0
Total Score 100 50 0
All the baseline & lower performance SLA metrics would relaxed by 5% for non-critical
days. E.g. SLA matrix of 97% would be relaxed to 95% of 97% equal to 92.15%.
5.5.1 Security Breach SLA
Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above table.
Definition Security of the video feeds and the overall system is quite important and
successful bidder shall be required to ensure no compromise is done on
the same. Security Breach types considered for this SLA are–
Availability of Video feeds to any other user than those authorized
by the Police Dept., and provided passwords
Availability of any report / data to any other user than those
authorized by the Police Dept., 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
Service Level
Requirement
Security compliance of the system should be 100%
Measurement of Service
Level Parameter
Any reported security breach shall be logged into the SLA Management
solution as a security breach
Penalty for non-
achievement of SLA
Requirement
For every security breach reported and proved, there shall be a penalty
of INR 100,000/-.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 44
5.5.2 Breach in supply of Technical Manpower
Note – This SLA for supply of Technical Manpower is applicable over and above the SLAs mentioned in
the table 6.5.
Definition Bidder is required to propose the CVs of the required technical
manpower (as mentioned in Scope of Work Section). It is vital that such
manpower is available to Police Department as mentioned in the RFP
and performs to the expected levels. The current SLA breach shall
specify penalty amount for non-availability of these man-power.
Service Level
Requirement
Availability of the required man-power should be as per the requirement
specified
Measurement of Service
Level Parameter
Following instances would be considered as SLA non-compliances :
Replacement of a profile by the bidder (only one replacement per
profile would be permitted)
Non-deployment of the profile for more than 1 week. Police
Commissionerate, Nasik City reserves the right to ask SI to replace
the profile if the performance / commitment is not up to the mark
Note: Replacement due to reasons not in control of SI (like resignation
of the resource, accident, etc.) would not be counted in the permissible 1
replacement.
Penalty for non-
achievement of SLA
Requirement
For every SLA non-compliance reported and proved, there shall be a
penalty of INR 25,000/-.
5.5.3 Explanation Notes for SLA Matrix
A) Camera Availability
Definition “Camera Availability” means availability of the camera feed to the
Command Centers.
Measurement of Service
Level Parameter
[(Total average Uptime of all the Cameras in a month)/ (Total Time in a
month)]*100
B) Application Availability
Definition Application availability refers to the total time when the Application is
available to the users for performing all activities and tasks.
Measurement of Service
Level Parameter
[(Total Uptime of the Application in a month)/ (Total Time in a
month)]*100
D) Issue Resolution SLA
Explanation Issue Resolution SLA shall monitor the time taken to resolve a
complaint / query after it has been reported by Police
Commissionerate, Nasik City to the successful bidder.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 45
Service Level
Requirement
Different Issues / Queries shall be classified as in following three
categories as defined above.
Critical: Issue that impacts more than one production services / is
raised by higher management / is impacting high importance areas
Medium: Issue that doesn’t impact more than one production services
but has a potential to impact or may get escalated to top management if
not resolved quickly
Non Critical: Upgrades, shifting, preventive maintenance. Issues
which don’t have impact on services.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 46
6. Responsibility Matrix
The roles of the stakeholders shall change over a period of time as the project will evolve from design to
implementation and enter the operations phase. Stakeholders’ responsibilities, illustrative organizational
structure for the design & implementation phase, operational phase is given below:
Various Stakeholders identified for City Surveillance Project are as below:
PD Police Commissionerate, Nasik City (Under the leadership of CP)
Con Project Management Consultant (PwC)
SI Systems Integrator (Vendor to be selected for the Project’s Implementation)
Responsibilities are shown using RACI Matrix which splits project tasks down to four participatory
responsibility types that are then assigned to different Stakeholders in the project.
R (Responsible) - Those who do work to achieve the task
A (Approve) - The Stakeholder that ultimately approves the task
C (Consulted) - Those whose opinions are sought (2 way communications)
I (Informed) - Those who are kept up-to-date on progress (1 way communication)
Sr.
No Activity
PD
Co
n
SI
1. Preparation of the Draft RFP C R -
2. Review of the Draft RFP C I -
3. Preparation of the Final RFP C R -
4. Publishing of Tender & Bid Management R C I
5. Bid Evaluation I R I
6. Signing of the Contract R C R
7. Preparation of the Inception Report A C R
8. Finalize the List of Locations for Edge Devises in consultation with Police
Department & Prepare the detailed plan for Camera Connectivity with
Command Centers
R C R
9. Prepare SRS documentation for the Video Surveillance Solution & the
Video Analytics Solution, Finalize Reporting Formats / Base Rules C C R
10. Validate the Technical Design and Review SRS documentation C R I
11. Submission of the Partial Acceptance Testing & Final Acceptance Testing
Formats C C R
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 47
Sr.
No Activity
PD
Co
n
SI
12. Supply, Installation, Configuration and Commissioning of various
equipments, components, systems A C R
13. Provisioning of Connectivity between Cameras, Control Center, Viewing
Centers A C R
14. Preparing and implementing the Surveillance system information security
policy, including policies on backup I C R
15. Preparation of the Policy Documents for Use & Operations of Surveillance
System for CCTV System A C R
16. Guideline document / manual to standardize file formats, compression
types, interfaces, to be used by various agencies concerned with video /
photograph recording & storage.
A C R
17. Guidelines for video data handling for submission of the video data to
judiciary as legal evidence A C R
18. Preparation of the Guideline Documents for allowing CCTV Feed of
Public / Private Organisations to CCTV System C C R
19. Training and Capacity Building for the Police Commissionerate, Nasik
City for operation of the system A I R
20. Partial Acceptance Testing & Final Acceptance Testing C R R
21. System Documents, User Documents as per ITIL (Information
Technology Infrastructure Library) standards A C R
22. Review and Validation of the Documentation submitted by System
Integrator I R I
23. Providing technically qualified manpower for maintenance of the entire
system A C R
24. On-Site Facilities Management service A C R
25. Comprehensive Warranty Maintenance of the supplied equipment A C R
26. Provision of on-site spares A C R
27. Hand-over of all the documentation required to operate and maintain the
system C C R
28. Weekly Progress Reports I C R
29. Monthly Progress Reports I R I
30. Penalty for breach of SLA I C I
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 48
7. Annexure 1 – Instructions for Pre-Qualification & Technical
Bid
7.1 Bid Cover Letter
To,
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Appointment of an Agency for Design, Development, Implementation & Maintenance of
CCTV based Surveillance System for Kumbh Mela, 2015 in Nasik 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 Appointment of an
Agency for Design, Development, Implementation & Maintenance of CCTV based Surveillance System for
Kumbh Mela, 2015 in Nasik 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
Police Commissionerate, Nasik City 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 60 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
Police Commissionerate, Nasik City’s conditionality 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.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 49
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 2015
(Signature) (In the capacity of)
(Name)
Duly authorized to sign the Tender Response for and on behalf of:
(Name and Address of Company) Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 50
7.2 Check-list for the documents to be included in the Pre-Qualification
Envelope
# Documents to be submitted Submitted
(Y / N)
Documentary
Proof (Page No.)
1. Bid Covering Letter
2. Power of attorney / board resolution to the authorized Signatory of the Bid
3. E.M.D. of Rs. 22,00,000 (Rs. Twenty Two Lakh Only)
4. Particulars of the Bidders (in the format given in Annexure 1)
5. Copy of Certificate of Incorporation
6. Copy of Audited Balance Sheet for last 3 years
7. Copy of the audited Profit & Loss Statements for each of the last 3 financial years
8. Certificate from the Chartered Accountant towards net worth of the company as on 31/03/2014
9. Certificate from the Chartered Accountant towards Revenue of the firm from IT & ITES related business from last 3 financial years
10. Appraisal letter from the bank giving the financial position of the firm
11. Certified copies of valid PAN documents (Self Certification)
12. Proof of ISO / SEI CMM certification
13. Copy of Sales Tax / VAT registration
14. Statement of Deviation from the RFP Requirements (Format given in Annexure 1)
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 51
7.3 Format to share Organizational Profiles
Sr.
No Description
Details (to be filled by the
responder to the RFP)
1. Name of the company
2. Official address
3. Phone No. and Fax No.
4. Corporate Headquarters Address
5. Phone No. and Fax No.
6. Web Site Address
7. Details of Company’s Registration (Please
enclose copy of the company registration document)
8. Name of Registration Authority
9. Registration Number and Year of Registration
10. Quality Certificates (ISO 9001/SEI CMMI) and its validity
11. CST/LST/VAT registration No.
12. Service Tax Registration No.
13. Permanent Account Number (PAN)
14. Company’s Revenue for last 3 years (Year wise)
15. Company’s Profitability for the last 3 years (Year wise)
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 Authorised Signatory Secondary Contact
Name
Title
Company Address
Phone
Mobile
Fax
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 52
7.4 Formats to share Bidder details
Name of the Bidder
Heading1 Sub - Heading
Financial Capability
Overall turnover for FY 2011-12, FY 2012-13, FY
2013-14 (in INR crores)
Turnover from Surveillance projects for FY 2011-12,
FY 2012-13, FY 2013-14 (in INR crores) #
Turnover from IT/ITES/Telecom related business
for FY 2011-12, FY 2012-13, FY 2013-14 (in INR
crores) #
Profit for FY 2011-12, FY 2012-13, FY 2013-14 (in
INR crores)
Net Worth as on March 31, 2014 (in INR crores) #
* List of the Projects
considered for
Surveillance turnover for
the last 3 years
1.
2.
3. .....
# List of the Projects
considered for
IT/ITES/Telecom
turnover for the 3 years
1.
2.
3. .....
# Please submit CA Certification IT/ITES/TELECOM Business Turnover and Net Worth. Also attach the
Auditor Certified financial statements for the last three financial years; FY 2011-12, FY 2012-13, FY 2013-
14.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 53
7.5 Format for Statement of Deviation from the RFP Requirements
Date: dd/mm/yyyy
To,
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
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.
Sr.
No. Page No. Ref. No. Statement of deviations and variations
1.
2.
Yours faithfully,
(Signature of Authorized Signatory)
Name :
Designation:
(Note: Any bid submitted with deviations / variations having material impact on the project scope / terms & conditions shall be liable for rejection. Police Commissionerate, Nasik City decision in this matter shall be final.)
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 54
7.6 General Instructions for the Technical Proposal
Bidders have to submit a very structured and organized technical proposal, which will be analyzed by the
Project Management Consultant and Police Commissionerate, Nasik 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:
A) Proposed Team for the Project
As specified in the Technical Bid Evaluation Framework, Police Commissionerate, Nasik 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). Following documentation is expected in this section:
Overall Project Team (for both Project Implementation & Maintenance phases)
Escalation Chart for the entire Project Duration
Summary Table giving Qualification, Experiences, Certifications, Relevance
Detail CVs in the format attached
B) Technical Solution Proposed for the Project
Broad areas to be covered in the Technical Solution documentation are given below:
1. Bill of Material (i.e. un-priced commercial bid format). This document should give indication of all the
proposed cost components, without specifying the costs. Please note that the bid shall get dis-
qualified if bidder gives price details in the technical document.
2. 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
3. Clearly articulate the Strategy and Approach & Methodology for installation, Configuration &
Operationalization of all the key components of the project
4. 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 adhered in a table format given
below:
Sr.
No.
Performance Area Baseline
Performance
Synopsis of the solution
specifically meant to address the
corresponding SLA requirement
1
Uptime per camera (live feed
available irrespective of
network/power/etc issues)
97%
.
.
.
<include all SLAs specified in the
RFP>
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 55
5. Detailed Project Plan with timelines, resource allocation, milestones etc. in for supply, installation and
commissioning of the physical and IT components for the project.
6. Strategy to address all other technical challenges envisaged
C) Compliance Table to the IT / Non-IT Components
The RFP has specified the benchmark / minimum specifications for various components. Bidder is
expected to give a comprehensive compliance sheet for the equipments / software proposed by them. The
format to be used for this compliance matrix is as follows:
7.7 Format for submitting details on Bidder Competence
Evaluation Criteria Project
Name(s)
Client
Name(s)
Start-date & End-date
No. of
cameras
Supporting Document(s)
(mention file name & page
no.)
Certifications from client(s)
(Completion/ appreciation etc.)
(mention file name & page no.)
Experience in large
Surveillance Projects
(April 2011 – Till Bid
Submission Date)
(with 50 cameras or
more)
1.
2.
3. ......
Experience of
implementing large IT
projects (April 2011 –
Till Bid Submission
Date)
(with project value of
Rs 1 Crores or more)
1.
2.
3. ......
7.8 Format to share Project Details
Name of the Project
General Information
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of work of the Bidder
Deliverables of the Bidder
Technologies used
Outcomes of the project
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 56
Name of the Project
Other Details
Total cost of the project
Total cost of the services provided by the bidder
Duration of the project (no. of months, start date, completion date, current status)
Other Relevant Information
Mandatory Supporting Documents: Work order / Purchase order / Contract for the project Client Certificate giving present status of the project and view of the quality of services by the bidder
7.9 Proposed Project Team Details
Name of the Bidder
Role Proposed
Resource
Total IT
Experience
Total
Experience
as PM
Total
Experience in
Surveillance
(In Years)
Educational
Qualifications
Relevant
Certifications
(Proof to be
attached)
Project
Manager
Name of the Projects by the
proposed PM (along with
duration spent on the project)
1.
2.
3.
4. ......
Name of the Surveillance Projects
worked upon by the proposed PM
(along with duration spent on the
project)
1.
2.
3. ......
Role Proposed
Resource
Total IT
Security
Experience
Educational
Qualifications
Relevant Certifications
(Proof to be attached)
Technical
Expert –
Security
Name of the IT Security
Projects worked on by
1.
2.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 57
the proposed resource
(along with duration
spent on the project)
3. ......
Name of the IT Security
Projects worked on by
the proposed resource
(along with duration
spent on the project)
1.
2.
3. .......
Role Proposed Resource
Total
Network
Management
Experience
Educational
Qualifications
Relevant
Certifications
(Proof to be attached)
Technical Expert –
Network
Name of the Network Management
Projects worked on by the
proposed resource (along with
duration spent on the project)
1.
2.
3. ......
Name of the Network Management
Projects worked on by the
proposed resource (along with
duration spent on the project)
1.
2.
3. ......
No. of people proposed
for Help Desk & FM
Services
Average relevant
experience of the
proposed team
7.10 Format for CVs
1 Name of the Staff
2 Current Designation in
the Organization
3 Proposed Role in the
Project
4 Proposed
Responsibilities in the
Project
5 Date of Birth
6 Education Degree / Diploma, College, University, Year of Passing
Degree / Diploma, College, University, Year of Passing
7 Summary of Key
Training and
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 58
Certifications
8 Countries of Work
Experience
9
Language Proficiency
Language Reading Writing Speaking
10
Employment Record
(For the total relevant
experience)
From / To:
Employer:
Position Held:
From / To:
Employer:
Position Held:
From / To:
Employer:
Position Held:
11 Total No. of Years of
Work Experience
12 Total No. of Years of
Experience for the Role
proposed
13 Highlights of relevant assignments handled and significant accomplishments (Use following
format for each project)
Name of assignment or
project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 59
7.11 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 need 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) Summary Table of the Compliance of Requirements
Sr. No
Component Description OEM Make & Model
Page No. of Datasheet /
OEM Brochure attached
Compliance to Required
Specifications?
(Yes / No)
1. .............
2. .............
3. .............
2) Detail compliance tables for each of the above mentioned line items against the benchmark specifications specified in the RFP
Name of Equipment:
Sr. No
Parameter Minimum Specification /
Requirement mentioned in the RFP
Compliance (Yes / No)
Remarks
(If compliance is No)
1. .............
2. .............
3. .............
.............
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 60
7.12 Format for Authorization Letters from OEMs
Date: dd/mm/yyyy
To
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Authorization Letter to M/s. -------------- for the participation in the bid for Kumbh Mela,
2015 Nasik City Surveillance RFP
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 equipments / software products are not end of the life and
we hereby undertake to support these equipment / software till 15th October 2015
Yours faithfully,
For and on behalf of M/s __________________________(Name of the manufacturer)
Signature :
Name :
Designation :
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.
Company Seal
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 61
8. Annexure 2 – Formats of Commercial Bid
8.1 Format 1 – Commercial Bid Letter
To
Commissioner of Police
Office of Police Commissionerate, Nasik City,
Near Ashok Stambh, Gangapur Road
Nasik – 422002
Subject : Appointment of an Agency for Design, Development, and Implementation & Maintenance of
CCTV based Surveillance System for Kumbh Mela, 2015 Nasik City
Ref : Tender No: XXXXXXXXX Dated: XX/XX/XXXX
Dear Sir,
We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect of
Appointment of an Agency for Design, Development, Implementation & Maintenance of
CCTV based Surveillance System For Kumbh Mela, 2015 Nasik City do hereby propose to
provide services as specified in the Tender documents number XXXXXXXXX Dated XX/XX/XXXX
PRICE AND VALIDITY
All the prices mentioned in our Tender are in accordance with the terms as specified in the Tender
documents. All the prices and other terms and conditions of this Tender are valid for a period of 60
calendar days from the date of opening of the Tenders.
We hereby confirm that our Tender prices include all taxes. Taxes are quoted separately under
relevant sections, as specified in the RFP formats.
We have studied the clause relating to Indian Income Tax and hereby declare that if any income tax,
surcharge on Income Tax, Professional and any other corporate Tax in altercated under the law, we
shall pay the same.
UNIT RATES
We have indicated in the relevant schedules enclosed, the unit rates for the purpose of on account of
payment as well as for price adjustment in case of any increase to / decrease from the scope of work
under the contract.
DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the RFP documents and
there are no deviations except for those mentioned in Pre-Qualification Envelope, irrespective of
whatever has been stated to the contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in our bid documents, other than those stated
in the deviation schedule in Pre-Qualification Envelope, shall not be given effect to.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 62
QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidders. In case
you require any other further information/documentary proof in this regard before evaluation of our
Tender, we agree to furnish the same in time to your satisfaction.
BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the RFP documents. These
prices are indicated in the subsequent sub-sections of this Section.
CONTRACT PERFORMANCE GUARANTEE BOND
We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance
Bank Guarantee in the form prescribed in the RFP.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive. We confirm that no Technical deviations are attached here with this commercial offer.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Name
Designation
Seal
Date:
Place:
Business Address:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 63
8.2 General Instructions
(a) Bidder should provide all prices as per the prescribed format under this Annexure.
(b) All the prices are to be entered in Indian Rupees ONLY
(c) Prices indicated in the schedules shall be inclusive of all taxes, Levies, duties etc. The prices should
also specify be five year support cost as per provided formats.
(d) It is mandatory to provide breakup of all Taxes, Duties and Levies wherever asked for.
(e) Police Commissionerate, Nasik City reserves the right to ask the Bidder to submit proof of
payment against any of the taxes, duties, levies indicated.
(f) Police Commissionerate, Nasik City shall take into account all Taxes, Duties & Levies for the
purpose of Evaluation
(g) The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other
related items.
(h) 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, Police Commissionerate,
Nasik City, retains the right to negotiate this rate for future requirement. Dollar rate fluctuation to
be considered for such incremental / future purchases (by comparing USD to INR ratio on the day
of submission with the USD to INR ratio on future purchase date).
(i) Bidder shall be bound to give same or more % of discount on the list price of the OEMs on the
future purchases by Police Commissionerate, Nasik City. Bidder shall ensure that the future
products supplied are of latest specifications as per the OEM roadmap.
(j) For the purpose of evaluation of Commercial Bids, Police Commissionerate, Nasik City 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.
(k) 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.
(l) 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.
(m) 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).
(n) Bidder shall be bound for further negotiation with Police Commissionerate, Nasik City for the
proposed bandwidth rates, if found unreasonable by Tendering Authority.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 64
8.3 Format 2 – Commercial Bid Format
Summary of all Cost Components
Schedule A – Edge Devices
# Description Qty.
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1. Outdoor Box Cameras
(Normal) 152
2. Outdoor Box Cameras (ANPR) 18
3. Outdoor Box Cameras
(Panoramic) 103
4. Outdoor PTZ Cameras 75
5. Poles for Cameras and
Equipments 40
6. Provisioning of Electrical
Power
162
7. Switches 162
8. Junction Boxes 162
9. Networking Cost 162
10. UPS 162
Total for Schedule A =
Sr. No
Item Ref.
Schedule Total Price
1. Edge Devices A
2. Managed Hosting Costs B
3. Command Center Cost C
4. 4 Viewing Centers Cost D
5. 9 (outer parking) Viewing Centers Cost E
6. Miscellaneous Costs F
7. Bandwidth Cost G
8. Technical & Operational Manpower Cost H
Grand Total
Grand Total in Words
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 65
Schedule B – Managed Hosting
# Description Qty.
Unit
Rate
per
Mont
h
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1
Application, Recording,
Database, Management Servers
on OPEX model
1
2 Desktops for management staff 1
3
Application Software (primarily
the VMS & ANPR Software) on
rent model
1
4 GIS Map on subscription model 1
5
Enterprise Management System
(SLA management & Network
management)
1
6 Anti-virus Software 1
7 Unified Storage 1
8 Core Router 1
9 Switches 2
10 Indoor Fixed Dome Cameras 3
11 Managed Hosting (DC
Infrastructure) 1
12
Additional Cost Considered for
tech support to build the system
with support from OEMs
1
Total for Schedule B =
Schedule C – CP Office Command Center
# Description Qty.
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 LED Display 6 – During
Non-Peak Days
12 – During
Peak Days
3 Monitoring
Workstations
(Computers)
6
4 Network Laser Printers 1
5 Switches 2
6 Backup storage for on
permanent basis to be
1
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 66
# Description Qty.
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
handed over to Police
Dept. after 30 days
7 Networking/IT Racks 1
8 Networking Cost
(Passive Components)
1
9 Electrical & Furniture
work
1
10 Comfort AC (1.5 ton
each)
4
11 UPS 1
12 DG Set 1
Total for Schedule C =
Schedule D –4 Viewing Center
# Description
Qty.
(per
viewing
center)
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 LED Displays 2
2 Monitoring Workstations 1
3 Switches 1
4 Networking Cost (Passive
Components) 1
5 Office Workstations (Furniture) 3
6 UPS 1
Total for 1 viewing center
Total for Schedule D =
Schedule E – 9 Viewing Center
# Description
Qty.
(per
viewing
center)
Unit
Rate
per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 Monitoring Workstations 1
2 Switches 1
3 Networking Cost (Passive
Components) 1
4 UPS 1
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 67
Total for 1 viewing center
Total for Schedule E =
Schedule F – Miscellaneous Costs
# Description
Qty. (per
viewing
center)
Unit
Rate
per
Mont
h
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 PMC for the Project 6
2 Project Management by SI 1
3 Functional Training 4
4 Administrative Training 1
5 Sr. Management Training 1
Total for Schedule I
Schedule G – Bandwidth Cost
# Description
Qty. (per
viewing
center)
Unit
Rate
per
Mont
h
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 Bandwidth for Cameras 348
2 4 Viewing Centers 4
3 9 Viewing Centers 9
4 Command Control Center 1
5 Data Center 1
Total for Schedule I
Schedule H – Manpower Cost (50% deployment during Non-Peak Days and 100% deployment during Peak Days)
# Description
Qty. (per
viewing
center)
Unit
Rate per
Month
(INR)
Total
Amount
for 4
months
(INR) – A
Taxes &
Duties
(INR) –
B
Total (INR)
– A+B
1 Project Manager 1
2 Asst. Project Manager 1
3 Technical Expert – Network 1
4 Technical Expert – Security 1
5 Technical Expert – Server 1
6 Helpdesk Staff 2
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 68
Total for Schedule I
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 Commissionerate, Nasik
City after detail site survey by the successful bidder. Bidders should also note that the actual order of
hardware / software may have a variation of + or – 10% of the quantity mentioned above.
Please specify the line item prices for cameras to have ANPR / Other Analytics capabilities, if
required.
It is assumed that at most of locations, existing electrical poles could be utilized instead of erecting
new poles.
Bidder shall bear all the costs like Power, Trenching, etc.
Schedule B
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 G
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.
Numbers proposed are for arriving at total bid price. Payment shall be on actual numbers arrived
during project execution.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 69
9. Annexure 3 – Common guidelines / comments regarding
the compliance of IT / Non-IT Equipments / Systems to be
procured
The specifications mentioned for various IT / Non-IT components are indicative requirements
and should be treated for benchmarking purpose only. Bidders are required to undertake their
own requirement analysis and may propose higher specifications that are better suited to the
requirements.
Any manufacturer and product name mentioned in the RFP should not be treated as a
recommendation of the manufacturer / product.
None of the IT / Non-IT equipments proposed by the bidder should be End of Life product. It is
essential that the technical proposal is accompanied by the OEM certificate in the format given in
this RFP, where-in the OEM will certify that the product is not end of life product & shall support
for at least 6 years from the date of Bid Submission.
Technical Proposal should be accompanied by OEM’s product brochure / datasheet. Bidders
should ensure complete warranty and support for all equipment from OEMs. All the back-to-back
service agreements should be submitted along with the Technical Bid.
The User Interface of the system should be a User Friendly Graphical User Interface (GUI).
Critical / Core components of the system should not have any requirements to have proprietary
Platforms and should conform to open standards.
For the custom made modules, Industry standards and norms should be adhered to for coding
during application development to make debugging and maintenance easier. Object oriented
programming methodology must be followed to facilitate sharing, componentizing and multiple-
use of standard code. The application should be subjected to Application security audit to ensure
that the application is free from any vulnerability, before hosting the application by any of the
CERTIN empanelled vendors.
All the Clients Machines / Servers shall support static assigned IP addresses or shall obtain IP
addresses from a DNS/DHCP server.
The Successful Bidder should also propose the specifications of any additional servers / other
hardware, if required for the system.
The indicative architecture of the system is given above. The Successful Bidder must provide the
architecture of the solution it is proposing.
The system servers and software applications will be hosted in Data Center identified by the
Successful Bidder. It is important that the entire set of Data Center equipments are in safe
custody and have access from only the authorized personnel and should be in line with the
requirements & SLAs defined in the RFP.
The Servers provided should meet industry standard performance parameters (such as CPU
Utilization of 75% or less, disk utilization of 75% or less). In case any non-standard computing
environment is proposed (such as cloud), detail clarification needs to be provided to confirm a)
how the sizing has been arrived at and b) how SLAs would be met.
SI is required to ensure that there is no choking point / bottleneck anywhere in the system (end-
to-end) to affect the performance / SLAs.
All the hardware and software supplied should be from the reputed Original Equipment
Manufacturers (OEMs). Police Commissionerate, Nasik City reserves the right to ask
replacement of any hardware / software if it is not from a reputed brand and conforms to all
requirements specified in tender documents.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 70
All licenses should be in the name of Police Commissionerate, Nasik City.
Following selection criteria are to be followed for OEMs for cameras, VMS, ANPR & other
analytics:
Component Selection Criteria
Surveillance Cameras Minimum installation base of 5,000 IP based cameras across globe as
on 31/12/2014
Video Management
Software
Minimum installation base of 25 projects across globe as on
31/12/2014
ANPR Cameras Minimum installation base of 100 cameras across globe as on
31/12/2014
With regards to above table, OEMs will certify the installation base and the project experience.
This certificate shall be issued through the global Headquarters and attested by the Indian office.
Tendering authority shall verify the claim of OEMs by using publicly available reports like IMS,
in case there is any doubt of gross negligence. Decision of Dept. shall be final and binding upon
the Bidder and OEM.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 71
10. Annexure 4 – Functional Requirements for the Proposed
Surveillance System
Functional Requirement of the overall Surveillance System can be categorized into following
components:
Information to be Captured by Edge Devises
Information to be Managed at the Command Center
Information to be made available to different Police Personnel
Operational Requirements
Storage / Recording Requirements
Other General Requirements
10.1 Information to be Captured by Edge Devises
Cameras being the core of the entire Surveillance system, it is important that their selection is carefully
done to ensure suitability & accuracy of the information captured on the field and is rugged, durable &
compact. These cameras need to work on 24 X 7 basis and transmit quality video feeds to the centralized
data centers and would capture the video feeds at 12 FPS. (This is not applicable to the cameras capturing
feeds up to 60 FPS). However, Police Department shall take the regular review of the requirements for
video resolution, FPS and may change these numbers to suit certain specific requirements (for example,
there could be a situation when certain cameras are required to be viewed at higher FPS for specific
period. It is estimated that not more than 0.5% of the cameras would be required to be viewed at higher
FPS at a given point of time). Bidder should also take into consideration fog conditions during
the implementation & post implementation phase and ensure that suitable solution is
proposed to enhance the quality of video during such conditions
Please refer to the benchmark camera specifications given in Annexure 5 to understand the detail
requirements with respect to camera types & estimated numbers. As clearly identified in the SLA table
cameras need to transmit quality video feed (appropriately focused, clear, unblurred, jitter free, properly
lit, unobstructed, etc.). Packet loss should be less than 0.5%.
10.2 Information to be Analyzed at the Command Center
The proposed Video Management System should provide a complete end-to-end solution for security
surveillance application. The control center shall allow an operator to view live / recorded video from any
camera on the IP Network. The combination of control center and the IP Network would create a virtual
matrix, which would allow switching of video streams around the system.
As informed in the tender, not all the cameras would be simultaneously viewed at Command Control
Center or at viewing center. Police personnel shall have following access to the video feeds of the cameras
of their jurisdiction:
Viewing rights to all the live Camera Feeds
Viewing rights to the stored feeds
Access to view Alerts / Exceptions / Triggers raised
Trail Report on specific person / object / vehicle for a specific period / location
Provide search of recorded video. Advanced search should be possible based on various filters
like alarm / event, area, camera, etc.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 72
Analyze and flag counter flow movement
Crowd density analysis
10.3 Storage / Recording Requirements
It is proposed that the storage solution is modular enough to ensure compliance to the changes in storage
/ recording policy, to be evolved upon initial deployment of the system. Following storage requirements
are proposed for the project:
The storage solution proposed is that the video feeds would be available for 30
days. All the recordings should be given to Police Commissionerate, Nasik City on hard-drive for
permanent records.
For incidents that are flagged by the Police or any court order, the video of the relevant portion
from all relevant cameras should be stored/archived separately for investigation purposes and a
committee at Police Department can decide when this video feed can be deleted.
Regardless of the above, the image of the License plate extracted by ANPR software, along with
the timestamp and location of the image capture will stored for a period of 3 months.
Full audit trail of reports to be maintained for 90 days.
Please refer Annexure 6 for specifications for Storage solution.
Retrieval time for any data stored should be max. 4 hours for critical data & 8 hours for other
data.
The Recording Servers / System, once configured, shall run independently of the Video
Management system and continue to operate in the event that the Management system is off-
line.
The system shall support H.264 or better, MPEG-4 and MJPEG compression formats for all
analog cameras connected to encoders and all IP cameras connected to the system.
The system shall record the native frame rate and resolution supplied by the camera or as
configured by the operator from the System Administration Server.
The system should not limit amount of storage to be allocated for each connected device.
The on-line archiving capability shall be transparent and allow Clients to browse and archive
recordings without the need to restore the archive video to a local hard drive for access.
The system shall allow for the frame rate, bit rate and resolution of each camera to be configured
independently for recording. The system shall allow the user to configure groups of cameras with
the same frame rate, bit rate and resolution for efficient set-up of multiple cameras
simultaneously.
The system shall support Archiving or the automatic transfer of recordings from a camera’s
default database to another location on a time-programmable basis without the need for user
action or initiation of the archiving process. Archiving shall allow the duration of the camera’s
recordings to exceed the camera’s default database capacity. Archives shall be located on either
the recording server or on a connected network drive. If the storage area on a network drive
becomes unavailable for recording the system should have the ability to trigger actions such as
the automatic sending of email alerts to necessary personnel.
Bandwidth optimization
o The Recording Server / System shall offer different codec (H.264, MJPEG, MPEG-4, etc)
and frame rate (CIF, 4CIF, QCIF) options for managing the bandwidth utilization for live
viewing on the Client systems.
o From the Client systems, the user shall have the option of having video images
continually streamed or only updated on motion to conserve bandwidth between the
Client systems and the Recording Server.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 73
The Recording Server / System shall support Camera (analogue and IP cameras) devices from
various manufacturers.
The Recording Server / System shall support the PTZ protocols of the supported devices listed by
the camera OEMs.
SNMP Support
o The system shall support Simple Network Management Protocol (SNMP) in order for
third-party software systems to monitor and configure the system.
o The system shall act as an SNMP agent which can generate an SNMP trap as a result of
rule activation in addition to other existing rule actions.
10.4 Other General Requirements
Management / Integration functionality
The Surveillance System shall be a fully distributed solution, designed for large multi-site and
multiple server installations requiring 24/7 surveillance. The solution shall offer centralized
management of all devices, servers and users.
The Surveillance System should not have any limit on the number of cameras to be connected for
Surveillance, Monitoring and recording. Any increase in the no. of cameras should be possible by
augmentation of Hardware components.
The Surveillance System shall support distributed viewing of any camera in the system using
LEDs.
The Surveillance System shall support alarm management. The alarm management shall allow
for the continuous monitoring of the operational status and event-triggered alarms from system
servers, cameras and other external devices.
The Management system shall store the overall network elements configuration in central
database, either on the management server computer or on a separate DB Server on the network.
System Administration functionality
The System Administration Server shall provide a feature-rich administration client for system
configuration and day-to-day administration of the system.
The System Administration Server shall support different logs related to the Management Server.
o The System Log
o The Audit Log
o The Alert Log
o The Event Log
Rules
The system shall support the use of rules to determine when specific actions occur. Rules shall define
what actions shall be carried out under specific conditions. The system shall support rule initiated
actions such as:
o Start and stop recording
o Set non-default live frame rate
o Set non-default recording rate
o Start and stop PTZ patrolling
o Send notifications via email
o Pop-up video on designated Client Monitor recipients
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 74
Client system
The Client system shall provide remote users with rich functionality and features as described below.
Viewing live video from cameras on the surveillance system
Browsing recordings from storage systems
Creating and switching between multiple of views.
Viewing video from selected cameras in greater magnification and/or higher quality in a
designated hotspot.
Controlling PTZ cameras.
Using digital zoom on live as well as recorded video.
Using sound notifications for attracting attention to detected motion or events.
Getting quick overview of sequences with detected motion.
Getting quick overviews of detected alerts or events.
Quickly searching selected areas of video recording for motion (also known as Smart Search).
Matrix Monitor
Matrix Monitor – The Matrix Monitor feature shall allow distributed viewing of multiple cameras
on the system on any monitor.
The Matrix Monitor feature shall access the H.264/MJPEG/MPEG4 stream from the connected
camera directly and not sourced through the recording server.
Alarm Management Module
The alarm management module shall allow for continuous monitoring of the operational status
and event-triggered alarms from various system servers, cameras and other devices. The alarm
management module shall provide a real-time overview of alarm status or technical problems
while allowing for immediate visual verification and troubleshooting.
The alarm management module shall provide interface and navigational tools through the client
including;
o Graphical overview of the operational status and alarms from servers, network cameras
and external devices including motion detectors and access control systems.
o Intuitive navigation using a map-based, hierarchical structure with hyperlinks to other
maps, servers and devices or through a tree-view format.
The module shall include flexible access rights and allow each user to be assigned several roles
where each shall define access rights to cameras.
Basic VMS should be capable to accept third party generated events / triggers
Other Miscellaneous Requirements
System should have a facility to create CDs or other storage media for submission to Judiciary,
which can be treated evidence for legal matters. Such storage media creation should be tamper
proof and SI to provide appropriate technology so that integrity and quality of evidence is
maintained as per requirements of the judiciary. Bidder is required to specify any additional
hardware / software required for this purpose & the same can be listed in miscellaneous section
of the commercial bid. SI will also prepare the guideline document to be followed by the Police
Personnel for the retrieval of Video / images from the CCTV System so as to maintain integrity of
the evidence. Such a guideline document should include methods of retrieval of data, check-list to
be followed and flowchart of the entire process to be followed.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 75
All the systems proposed and operationalization of Video Management System should comply
with requirements of IT Acts.
There would be the provision for Third party audit periodically, paid by Police Commissionerate,
Nasik City separately
HelpDesk Management
It is envisaged that the centralized helpdesk, functioning as proposed below, would be managed by the
Systems Integrator and shall serve following objectives:
Act as the Point of Contact for the users of Surveillance System
Own an Incident throughout its Lifecycle
Communicate effectively with Police Dept. Officers and IT support teams.
Maintain high user satisfaction levels
Maintain the SLA statistics & submit monthly report to Police Commissionerate, Nasik City
A general process flow for the helpdesk management is depicted in the following flow-chart.. Systems
Integrator shall prepare a detailed HelpDesk Policy in consultation with the Police Commissionerate,
Nasik City & its Consultant prior to the Go Live date.
System Integrator shall deploy a State-of-Art Enterprise Management System to handle the complexity of
Operations & SLA Management defined in the RFP.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 76
11. Annexure 5 – Surveillance Equipment Technical
Specifications
11.1 Fixed Box cameras (High Definition)
# Parameter Minimum Specifications
2. Video Compression H.264 or better
3. Video Resolution 1280 X 720
4. Frame rate Min. 12 fps
5. Image Sensor 1/3” Progressive Scan CCD / CMOS
6. Lens Type Varifocal, C/CS Mount, IR Correction
7. Lens# Auto IRIS
8 – 40 mm, F1.4
8. Minimum Illumination Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE)
9. IR Cut Filter Automatically Removable IR-cut filter
10. Day/Night Mode Colour, Mono, Auto
11. S/N Ratio ≥ 50 dB
12. Auto adjustment + Remote Control of Image settings
Colour, brightness, sharpness, contrast, white balance, exposure control, backlight compensation, Gain Control
13. Wide Dynamic Range On/Off
14. Protocol Any two or above of HTTP/HTTPS/TCP/UDP or any other protocols required by the solution
15. Security Password Protection, IP Address filtering, User Access Log, HTTPS encryption
16. Operating conditions 0 to 50°C
17. Casing Standard certification for water, dust, impact resistant
18. Certification UL / CE / FCC / EN
# At few places 2.8mm – 11 mm lens would be required depending upon the location of the camera and
area to be covered. 2.8mm - 11mm lens requirement can be assumed as 20%. However the actual type
of lens required would depend upon the field-specific user requirement & percentages may vary to
some extent.
* ANPR camera quantity mentioned in Annexure 7 would be used for Automatic Number Plate
Recognition. Please note that the exact numbers may change depending upon the survey carried out
by the successful bidder along with Police Dept.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 77
11.2 Pan, Tilt and Zoom cameras (PTZ)
# Parameters Minimum Specifications
1. Video Compression H.264
2. Video Resolution 1280 X 720
3. Frame rate Min. 25 fps
4. Image Sensor 1/3” OR ¼” Progressive Scan CCD / CMOS
5. Lens Auto-focus, 4.7 - 84.6 mm (corresponding to 18x)
6. Minimum Illumination Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE)
7. Day/Night Mode Colour, Mono, Auto
8. S/N Ratio ≥ 50dB
9. PTZ Pan: 360° endless/continuous, 0.2 to 300°/s (auto), 0.2 to 100°/s (Manual)
Tilt: 90°, 0.2 to 100°/s (Auto), 0.2 to 40°/s (Manual)
18x optical zoom and 10x digital zoom
64 preset positions
Pre-set tour
10. Auto adjustment + Remote Control of Image settings
Colour, brightness, sharpness, contrast, white balance, exposure control, backlight compensation, Gain Control, Wide Dynamic Range
11. Protocol Any two or above of HTTP/HTTPS/TCP/UDP or any other protocols required by the solution
12. Standards ONVIF Core Specification ‘2.X’ or ‘S’ compliant and should provide support for ONVIF profiles such as Streaming, Storage, Recording, Playback, and Access Control.
13. Security Password Protection, IP Address filtering, User Access Log, HTTPS encryption
14. Operating conditions 0 to 50°C
15. Casing Standard certification for water, dust, impact resistant
16. Certification UL / CE / FCC / EN
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 78
11.3 Panoramic Cameras
# Parameter Minimum Specifications
1. Video Compression H.264 or better
2. Video Resolution 800(H) X 600(V) per sensor
3. Frame rate Min. 12 fps
4. Image Sensor 1/2” optical format
5. Lens Type Day and Night, IR Correction
6. Lens# Auto IRIS
F1.4 or better
7. Minimum Illumination Colour: 0.2 lux, B/W: 0.1 lux
8. Day/Night Mode Colour, Mono, Auto
9. S/N Ratio ≥ 50 dB
10. Auto adjustment + Remote Control of Image settings
Colour, brightness, sharpness, contrast, white balance, exposure control, backlight compensation, Gain Control
11. Protocol Any two or above of HTTP/HTTPS/TCP/UDP or any other protocols required by the solution
12. Operating conditions 0 to 40°C
13. Casing Standard certification for water, dust, impact resistant
14. Certification UL / CE / FCC / EN
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 79
12. Annexure 6 – IT Equipment Technical Specifications
12.1 Workstation with Joystick Controller
# Parameter Minimum Specifications
1. Processor Latest generation 64 bit x86 Dual core CPU with 3 GHz or more
2. Memory Minimum 4 GB Memory
3. Graphics card Graphics card with 2 GB video memory (nonshared) (with connectivity to 3 monitors for command and control center)
4. HDD 500 GB SATA Hard drive @7200 rpm
5. Media Drive NO CD / DVD Drive
6. Network interface 1000BaseT, Gigabit Ethernet (10/100/1G auto sensing)
7. Audio Line/Mic IN, Line-out/Spr Out (3.5 mm)
8. USB ports Minimum 4 USB ports (out of that 2 in front). These would be disabled for data transfer.
9. Keyboard 104 keys minimum OEM keyboard
10. Mouse 2 button optical scroll mouse (USB)
11. PTZ joystick controller
• PTZ speed dome control for IP cameras
• Minimum 10 programmable buttons
• Multi-camera operations
• Compatible with all the camera models offered in the solution
• Compatible with VMS /Monitoring software offered
12. Monitor 22” LED IPS widescreen (16:9) monitor, Minimum 1920 x1080 resolution, 5 ms or better response time, Energy Star Compliant
For command Control Centers : 3 LCD Monitors
For Viewing Centers : 1 LCD Monitor
13. Operating System Windows 8.1 Professional (with recovery disc)
Laptop should be Windows Hardware Quality Lab (WHQL) certified
14. Anti-virus feature Advanced antivirus, antispyware, desktop firewall, intrusion
prevention (comprising of a single, deployable agent ) which can be managed by a central server. (Support, updates, patches and errata for the entire contract/ project period)
12.2 Laptop
# Parameter Minimum Specifications
1. Processor Latest generation 64 bit x86 Dual core CPU with 2.4 GHz or more
2. Display Minimum 14" Diagonal TFT Widescreen with minimum 1366 x 768 resolution (16:9 ratio)
3. Memory 8GB DDR3 SDRAM with 1DIMM Slot free
4. HDD 500 GB SATA HDD @ 7200 rpm
5. Ports 1- Integrated Gigabit LAN ; 1- HDMI/ Display port, 1- VGA, 1- RJ-45, 1- headphone/ Microphone out; 3 – USB 2.0, Wireless LAN – 802.11b/g/n Wi-Fi Certified, Bluetooth 3.0, Built in web cam
6. Battery backup Minimum 6 lithium ion battery with a backup of min 3 hrs
7. Keyboard & Mouse
84 Keys Windows Compatible keyboard, Integrated Touch Pad
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 80
# Parameter Minimum Specifications
8. OS Windows 8.1 Professional (with recovery disc)
Laptop should be Windows Hardware Quality Lab (WHQL) certified
9. Antivirus Advanced antivirus, antispyware, desktop firewall, intrusion
prevention (comprising of a single, deployable agent ) which can be managed by a central server. (Support, updates, patches and errata for the entire contract/ project period)
10. Weight Laptop with battery installed should not weigh more than 2.25 Kg
11. Accessories Laptop carrying case, Kensington lock
12.3 Fixed Dome Camera for Indoor Surveillance
# Parameter Minimum Specifications
1. Video Compression H.264 or better
2. Video Resolution 1280x720
3. Frame rate 25 fps in all resolutions
4. Image Sensor 1/4” or 1/3” Progressive Scan CMOS
5. Lens Type Varifocal, C/CS Mount, IR Correction
6. Lens Fixed IRIS 2.8-10mm, F1.7, 10x digital zoom
7. Minimum Illumination 0.9 lux
8. Image settings Compression, colour, brightness, sharpness, contrast, white
balance, exposure control, backlight compensation, rotation
9. Protocol HTTP, HTTPS
10. Security Password Protection, IP Address filtering, User Access Log
11. Operating conditions 0 to 50°C
12. Casing Tamper Resistant casing for Indoor Environment
12.4 Application / Database/ Recording / Viewing / Other Servers
# Parameter Minimum Specifications
1. Processor Latest series/ generation of 64 bit x86/ processors with Four (or higher) Cores. (2 processors per each blade server)
2. RAM Minimum 64 GB Memory per physical server
3. Internal Storage 300 GB SAS / SATA (15k rpm) disk
4. Network interface
Dual Integrated Gigabit Ethernet ports (or 10 G ports as required for any server type)
(Minimum 2 Integrated Gigabit Ethernet ports)
Optional : Fiber channel adapter (if required)
5. Power supply Dual Redundant Power Supply
6. RAID support As per requirement/solution
7. Operating System
Licensed version of 64 bit latest version of Linux/ Unix/Microsoft® Windows based Operating system, matching with the processor(s)
8. Form Factor Blade
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 81
9. Virtualization Shall support Industry standard virtualization hypervisor like Hyper-V, VMware and Citrix.
12.5 LED Display
# Parameter Minimum Specifications
1. Technology HD LED Display
2. Screen Size Min. 40” diagonal, 16:9 Widescreen
3. Resolution Full high definition (Minimum 1920 x 1080)
4. Control - On Screen Display (OSD)
- IR remote control
5. Operations 24x7
12.6 Network Laser Color Printer
# Parameter Minimum Specifications
1. Print Speed Black : 16 ppm or above on A3, 24 ppm or above on A4
Color : 8 ppm or above on A3, 12 ppm or above on A4
2. Resolution 600 X 600 DPI
3. Memory 8 MB or above
4. Paper Size A3, A4, Legal, Letter, Executive, custom sizes
5. Paper Capacity 250 sheets or above on standard input tray, 100 Sheet or above on Output
Tray
6. Duty Cycle 25,000 sheets or better per month
7. OS Support As per Workstation OS offered
8. Interface Ethernet Interface
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 82
12.7 Online UPS
# Parameter Minimum Specifications
1. Capacity Adequate capacity to cover all above IT Components at respective
location
2. Output Wave Form Pure Sine wave
3. Input Power Factor at Full
Load
>0.90
4. Input Three Phase 3 Wire for over 5 KVA
5. Input Voltage Range 305-475VAC at Full Load
6. Input Frequency 50Hz +/- 3 Hz
7. Output Voltage 400V AC, Three Phase for over 5 KVA UPS
8. Output Frequency 50Hz+/- 0.5% (Free running); +/- 3% (Sync. Mode)
9. Inverter efficiency >90%
10. Over All AC-AC Efficiency >85%
11. UPS shutdown UPS should shutdown with an alarm and indication on following
conditions 1)Output over voltage 2)Output under voltage 3)Battery
low 4)Inverter overload 5)Over temperature 6)Output short
12. Battery Backup 30 minutes in full load
13. Battery VRLA (Valve Regulated Lead Acid) SMF (Sealed Maintenance
Free) Battery
14. Indicators & Metering Indicators for AC Mains, Load on Battery, Fault, Load Level,
Battery Low Warning, Inverter On, UPS on Bypass, Overload, etc.
Metering for Input Voltage, Output Voltage and frequency, battery
voltage, output current etc.
15. Audio Alarm Battery low, Mains Failure, Over temperature, Inverter overload,
Fault etc.
16. Cabinet Rack / Tower type
17. Operating Temp 0 to 50 degrees centigrade
12.8 Video Storage Solution
# Parameter Minimum Specifications
1. Solution/Type Bidder shall provide NAS or Scale-out NAS storage meeting
benchmark performance parameters specified in SLA
Solution proposed should yield low cost per TB, while meeting the
performance parameters
2. Storage Disks should be preferably of 2 TB minimum per disk
To store video stream and other data as required, to meet the
archival requirement for different type of video feeds
Storage to have 100% capacity for all cameras of the project plus for
the storage for video feeds received from Internet and through
Collaborative Monitoring requirements specified in the RFP.
The storage design must be based on the expected data volume from
the project, including the expansion requirement of 5 years (System
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 83
capable of scaling upwards by connecting multiple boxes, which are
manageable as a single node)
3. Hardware
Platform
Rack mounted form-factor
Modular design to support disk drives expansion
4. Software
Platform
Must include backup/archive application portfolio required
5. Connectivity The Storage System shall be capable of providing multiple 10 GB
Ethernet connectivity.
6. Controllers At least 2 numbers of Controllers in active/active mode
The controllers / Storage nodes should be upgradable seamlessly,
without any disruptions / downtime to production workflow for
performance, capacity enhancement and software / firmware
upgrades.
7. RAID support Should support various RAID levels (RAID 5 minimum)
8. Redundancy and
High Availability
The Storage System should be able to protect the data against single
point of failure with respect to hard disks, connectivity interfaces,
fans and power supplies
9. Management
software
All the necessary software (GUI based) to configure and manage the
storage space, RAID configuration, logical drives allocation,
snapshots etc.
A Single command console for entire storage system
Should also include storage performance monitoring and
management software
Should provide the functionality of proactive monitoring of Disk
drive and Storage system for all possible disk failures
10. Data Protection The storage array must have complete cache protection mechanism
either by de-staging data to disk or providing complete cache data
protection with battery backup for up to 4 hours
11. Retrival time Retrieval time for any data stored should be max. 4 hours for critical
data & 8 hours for other data. This would be taken into account for
SLA calculation.
(Critical data means any data needing urgent attention by the Judicial
System or by Police Dept for investigation / terrorist treat
perception).
Every incidence of this SLA not being met would be charged a penalty
of Rs. 10,000/-.
Note:
The video feeds will be recorded, stored and viewed at HD Video quality i.e. 720p (1280 X
720 resolution)
12.9 Data Storage Solution
# Parameter Minimum Specifications
1. Solution/Type This storage would be used to store Data storage requirements (such
as OS, RDBMS, Logs, i.e. Non-video elements)
Bidder is expected to provide NAS / Scale-out NAS / SAN / Unified
or equivalent storage solution (via IP based and/or FC based
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 84
# Parameter Minimum Specifications
networking ) meeting benchmark performance parameters specified
in SLA
Solution proposed should yield low cost per TB, while meeting the
performance parameters
2. Storage Disks should be preferably of 2 TB minimum per disk
The storage design must be based on the expected data volume from
the project, including the expansion requirement of 5 years (System
capable of scaling vertically (Controller) & horizontally (disk
capacity))
3. Hardware
Platform
Rack mounted form-factor
Modular design to support controllers and disk drives expansion
4. Software
Platform
Must include backup/archive application portfolio required
5. Connectivity The Storage System shall be capable of providing 1 GbE/ 10 GbE, /
iSCSI/ Fiber Channel IP/ and 10 GB Fiber Channel over Ethernet
connectivity as per solution design
6. Controllers At least 2 numbers of Controllers in active/active mode
The controllers / Storage nodes should be upgradable seamlessly,
without any disruptions / downtime to production workflow for
performance, capacity enhancement and software / firmware
upgrades.
7. RAID support Should support various RAID levels (RAID 5 minimum)
8. Redundancy and
High Availability
The Storage System should be able to protect the data against single
point of failure with respect to hard disks, connectivity interfaces,
fans and power supplies
9. Management
software
All the necessary software (GUI based) to configure and manage the
storage space, RAID configuration, logical drives allocation,
snapshots etc.
A Single command console for entire storage system
Should also include storage performance monitoring and
management software
Should provide the functionality of proactive monitoring of Disk
drive and Storage system for all possible disk failures
Should be able to take “snapshots” of the stored data to another
logical drive for backup purposes
10. Data Protection The storage array must have complete cache protection mechanism
either by de-staging data to disk or providing complete cache data
protection with battery backup for up to 4 hours
11. Retrival time Retrieval time for any data stored should be max. 4 hours for critical
data & 8 hours for other data. This would be taken into account for
SLA calculation.
(Critical data means any data needing urgent attention by the Judicial
System or by Police Dept for investigation / terrorist treat
perception).
Every incidence of this SLA not being met would be charged a penalty
of Rs. 10,000/-.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 85
13. Annexure 7 – List of Camera Locations
13.1 Summary
Route No.
Description
Camera Type
Total No. Cameras
Poles
Pa
no
ra
mic
Fix
ed
PT
Z
AN
PR
1 Shahi Route- Tapovan Lakshmi Narayan Temple to Sardar Chowk & Return Route -
Kapaleshwar Temple to Brahma Valley via Aurangabad Road 13 15 4 0 32 0
2 Bhavik Route -1 Adgaon Outer Parking to Taakli Sangam Ghat 8 5 2 2 17 5
3 Bhavik Marg - 2 Madsangavi Shivar Outer Parking to Nandur Ghat 1 5 3 2 11 0
4 Bhavik Route - 3 Chincholi Shivar / Mohgaon Shivar Outer Parking to Dasak Ghat 4 19 5 4 32 5
5 Bhavik Route - 4 Outer Parking Rajurbhaula to Kannamwar Bridge - Lakshmi Narayan Ghat 11 12 7 4 34 0
6 Bhavik Route - 5 Saatpur Bus Stand via Trimbakeshwar Road to Rokdoba Maidan 1 1 0 0 2 0
7 Bhavik Route - 6 Gangapur Road, Dugaon Phata Outer Parking - Shivaji Nagar Saatpur Bus
Stand Via Bardaan Phata - Rokdoba Maidan 6 14 9 2 31 4
8 Bhavik Route - 7 Peth Road Thakkar Maidan Outer Parking, Sharadchandra Pawar Market
Yard Internal Parking to Kapurthala, Gandhi Talao 9 12 6 2 29 0
9 Bhavik Route - 8 Dindori Road - Arogya Vidnyanpith Outer parking to Talkote Ghat 8 5 3 2 18 5
10 Administrative Route 1- Golf Club Rest House to Ravivar Karanja upto Panchavati Stadium 5 2 3 0 10 0
11 Administrative Route 2- Gadkari Signal to Shitaladevi 3 3 0 0 6 0
12 Administrative Route 3 - Dwarka to Bitco Signal 4 0 0 0 4 0
13 Administrative Route 4 - Aurangabad Naka to Nandur Naka 0 0 0 0 0 0
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 86
Route No.
Description
Camera Type
Total No. Cameras
Poles
Pa
no
ra
mic
Fix
ed
PT
Z
AN
PR
14 Administrative Route 5 - Dasak Ghat Jail Road- Sailani Baba Chowk - Taakali Village-
Tapovan 0 2 1 0 3 0
15 Administrative Route 6 to 10 0 8 0 0 8 0
16 Other Important Points 3 2 4 0 9 0
17 Sinhastha Kumbhmela- Ganga Ghat- Holkar Bridge to Dasak Ghat 27 17 16 0 60 8
18 Saadhu – Camp (5 junction boxes, switches etc. would be needed at this location) 0 30 12 0 42 13
Total 103 152 75 18 348 27
13.2 Detailed List of Locations along with Camera & Pole requirement
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
1 1 Laxmi Narayan Mandir, Tapovan Adgaon Chowk 0 2 1 0 3 0 3.0
2 1 Agra Road Tapovan Crossing -
Near G T Tyre Adgaon Chowk 2 0 0 0 2 0 2.5
3 1 Katya Maruti Chowk Panchavati Chowk 0 2 1 0 3 0 2.8
4 1 Dnyaneshwar Abhyasika -
Ganeshwadi Panchavati T Point 1 0 0 0 1 0 2.8
5 1 Devi Mandir - Ganeshwadi Panchavati T Point 1 0 0 0 1 0 2.7
6 1 Maruti Mandir - Ganeshwadi Panchavati T Point 0 1 0 0 1 0 2.6
7 1 Munjoba Par - Ganeshwadi Panchavati T Point 0 1 0 0 1 0 2.5
8 1 Opposite Aayurvedik College Panchavati T Point 1 0 0 0 1 0 2.5
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 87
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
9 1 Road towards Gauri Patangan &
Gadge Maharaj Bridge Panchavati T Point 0 2 0 0 2 0 2.5
10 1 Saradar Junction (Tamboli Pan
Stall) Panchavati T Point 0 2 1 0 3 0 1.9
11 1
Rankund Junction (Towards
Malegaon Stand, Indrakund,
Kapaleshwar Temple & Vashrantar
Gruh
Panchavati Chowk 1 2 0 0 3 0 1.8
12 1 Near Parasher Wada Panchavati Road 0 1 0 0 1 0 1.8
13 1 Mul Malviya Junction Panchavati T Point 1 0 0 0 1 0 1.9
14 1 New Malviya Junction Panchavati T Point 1 0 0 0 1 0 1.9
15 1 Shivaji Junction Panchavati Chowk 1 0 0 0 1 0 2.2
16 1 Gajanan Junction Panchavati Chowk 1 0 0 0 1 0 2.3
17 1 Santosh Hotel Junction Panchavati T Point 2 0 1 0 3 0 4.1
18 1 Swami Narayan Junction
Aurangabaad Naaka Adgaon
Highway
Junction 1 2 0 0 3 0 4.0
19 2 Adgaon Shivar - Outer Parking Adgaon Outer
Parking 4 0 0 2 6 4 12.0
20 2 Jatra Hotel Junction Dhule
Highway Adgaon Junction 2 0 0 0 2 0 7.9
21 2 Agra Road Hanuman Nagar -
Rasbihari Chowk Adgaon Junction 2 0 0 0 2 0 6.9
22 2 Nilgiri Baugh Internal Parking &
Chowk Adgaon
Internal
Parking 0 2 1 0 3 0 6.8
23 2 STP Plant (Arch) Aadgaon L Point 0 1 0 0 1 0 7.7
24 2 Taakli Sangam Bridge Upanagar L Point 0 1 0 0 1 1 7.0
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 88
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
25 2 Mirchi Dhaba Chowk Adgaon Junction 0 1 1 0 2 0 6.5
26 3 Madsangavi Outer Parking Adgaon Outer
Parking 1 0 1 2 4 0 12.7
27 3 Nandur Naka Adgaon T Point 0 1 1 0 2 0 8.3
28 3 Entry route to Nandur Ghat (near
Janardan Swami bridge) Adgaon T Point 0 1 0 0 1 0 9.3
29 3 Near Nandur Ghat (Outer road) Adgaon Road 0 1 1 0 2 0 9.4
30 3 Manur Ashram Adgaon T Point 0 1 0 0 1 0 8.9
31 3
Manurgaon Outer Road
(Aurangabad Road on Hambrevasti
bridge)
Adgaon Road 0 1 0 0 1 0 9.2
32 4 Chincholi Shivar Outer Parking Sinnar Outer
Parking 0 0 1 2 3 0 20.0
33 4 Mohgaon Outer Parking Sinnar Outer
Parking 0 0 1 2 3 0 20.0
34 4 Sinnar Phata Market Yard Nashik
Road
Internal
Parking 0 2 0 0 2 0 11.5
35 4 Sinnar Phata T Point, Eklara Road Nashik
Road Road 1 1 0 0 2 0 11.0
36 4 Shivaji Statue Chowk Nashik
Road Junction 0 3 0 0 3 0 11.7
37 4 Devi Chowk Buddhavihar Nashik
Road T Point 0 1 0 0 1 0 10.8
38 4 Railway Station Near Dr.
Babasaheb Ambedkar Statue
Nashik
Road Junction 0 3 1 0 4 0 10.9
39 4 Bitco Signal Nashik Junction 0 2 1 0 3 0 10.5
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 89
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
Road
40 4 Near Central Jail Nashik
Road Junction 0 0 1 0 1 0 10.0
41 4 Sailani Baba Chowk Nashik
Road Junction 1 0 0 0 1 1 9.7
42 4 Near Adhav Petrol Pump Nashik
Road T Point 0 2 0 0 2 0 9.6
43 4 Janardan Swami Bridge, Dasak
Ghaat, Near Kabristan Upanagar T Point 1 0 0 0 1 0 9.0
44 4 Old Citric Company, Near Shani
Mandir
Nashik
Road T Point 1 0 0 0 1 0 9.2
45 4 Dasak Smashan Bhoomi (Near
Stairs)
Nashik
Road T Point 0 1 0 0 1 1 9.5
46 4 Near Dashkirya Vidhi Manadap
Stairs - Dasak Ghat
Nashik
Road T Point 0 1 0 0 1 0 9.6
47 4 Road towards Mahadeo Temple
Stairs
Nashik
Road T Point 0 3 0 0 3 3 9.5
48 5 Rajurbahula Shivar Outer Parking Nashik
Taluka
Outer
Parking 4 0 0 2 6 0 15.7
49 5 Villoli (Near Jain Temple) Nashik
Taluka
Outer
Parking 0 0 1 2 3 0 13.5
50 5 Garware T Point Ambad T Point 1 0 0 0 1 0 10.0
51 5 Pathardi Phata Ambad Junction 1 0 0 0 1 0 8.8
52 5 State Bank Chowk CIDCO Ambad Junction 1 0 0 0 1 0 4.2
53 5 Bhujbal Farm (Near Surya hotel) Ambad T Point 0 1 0 0 1 0 3.8
54 5 Indiranagar Jogging track Ambad Junction 0 1 0 0 1 0 3.7
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 90
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
55 5 Mahamarg Bus Station (Entry &
Exit) Sarkarwada
Internal
Parking 0 2 1 0 3 0 2.5
56 5 Mumbai Naka Circle Sarkarwada Junction 0 2 1 0 3 0 2.5
57 5 Wadala Naka Bhadrakali Junction 0 0 1 0 1 0 2.9
58 5 Dwarka Circle Bhadrakali Junction 2 2 1 0 5 0 3.0
59 5 Takli Phata Bhadrakali T Point 0 4 0 0 4 0 3.1
60 5 Opposite Tractor House (Column
no. P081) Bhadrakali T Point 2 0 1 0 3 0 3.2
61 5 Near Patel Tiles (Maruti Wafers
Road) Bhadrakali T Point 0 0 1 0 1 0 3.4
62 6 Pimpalgaon Bahula Jakat Naka Saatpur Route 0 1 0 0 1 0 9.6
63 6 Ambad Link Road Saatpur T Point 1 0 0 0 1 0 7.4
64 7 Dugoan Phata Outer Parking Nashik
Taluka
Outer
Parking 2 0 0 2 4 2 14.5
65 7 Baardaan Phata Gangapur T Point 1 0 0 0 1 0 6.7
66 7 Samrudhinagar Chowk Saatpur T Point 1 0 0 0 1 0 6.8
67 7 Saatpur Bus Stand Saatpur Internal
Parking 0 2 1 0 3 2 7.4
68 7 ABB Circle Gangapur Junction 0 0 1 0 1 0 4.0
69 7 Bhavani Circle Sarkarwada Junction 0 2 0 0 2 0 2.7
70 7 Rajdoot Hotel Sarkarwada T Point 0 1 1 0 2 0 1.5
71 7 CBS Signal Sarkarwada Junction 0 1 1 0 2 0 1.0
72 7 Ambedkar Statue - Shivaji Road Bhadrakali T Point 1 0 0 0 1 0 1.2
73 7 Shalimar Chowk Bhadrakali Junction 0 1 1 0 2 0 1.5
74 7 Nepali Corner Bhadrakali T Point 0 0 1 0 1 0 1.6
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 91
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
75 7 Sant Gadge Maharaj Statue
Mainroad Bhadrakali Junction 0 0 1 0 1 0 2.2
76 7 Badshahi Corner Near Fruit
Market Bhadrakali T Point 0 1 0 0 1 0 2.3
77 7 Tivandha Chowk Bhadrakali Junction 1 0 0 0 1 0 2.8
78 7 Budha Halvai Chowk Bhadrakali Junction 0 0 1 0 1 0 3.0
79 7 Khaire Hotel Naav Darvaja Bhadrakali T Point 0 1 0 0 1 0 3.1
80 7 Delhi Darwaja Bhadrakali Junction 0 1 1 0 2 0 2.5
81 7 Nehru Chowk Sarkarwada T Point 0 1 0 0 1 0 2.2
82 7 Dhumal Point Sarkarwada Junction 0 2 0 0 2 0 1.8
83 7 Ramabai Ambedkar Vasatigrih
(Nehru Garden) Sarkarwada Junction 0 1 0 0 1 0 1.5
84 8 Peth Road Thakkar Maidan
Panchavati Outer
Parking 2 0 1 2 5 0 6.5
85 8 Rau Hotel Junction Panchavati Junction 2 0 0 0 2 0 6.0
86 8 Opposite Sharad Pawar Market
Main Gate Panchavati Junction 0 0 1 0 1 0 3.6
87 8 Sharad Pawar Market, Meri
Junction, peth Road Panchavati Junction 1 0 0 0 1 0 3.5
88 8
Sharad Pawar Market Peth Road
(Market Yard Gala No. B1 Outer
way)
Panchavati Internal
Parking 0 2 0 0 2 0 3.4
89 8
Hanumaan Nagar Chowk,
Makhamalabaad Road, Dream
Cassel
Panchavati Junction 1 0 0 0 1 0 2.0
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 92
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
90 8
Udaynagar Colony, Near Bachhav
Hospital Road, (Near Panchavati
Division Office Road)
Panchavati T Point 0 2 0 0 2 0 1.2
91 8 Ramwadi Bridge Panchavati Side Panchavati T Point 0 1 0 0 1 0 1.1
92 8 Ramwadi Bridge near Sanap Dairy
Corner Sarkarwada Junction 0 2 0 0 2 0 1.0
93 8 Ashok Stambh Sarkarwada Junction 1 0 1 0 2 0 0.8
94 8 Ravivaar Karanja Sarkarwada Junction 0 1 1 0 2 0 1.0
95 8 Main Road Boharpatti Corner Sarkarwada Junction 0 0 1 0 1 0 1.1
96 8 Saraf Market, Adgaonkar Saraf Sarkarwada Junction 0 1 0 0 1 0 1.2
97 8 Bhande Market, Ramsetu Bridge
Corner Sarkarwada Junction 0 0 1 0 1 0 1.5
98 8
Road towards Kailash Nagari
Pathsansta, Chitpawan
Managalkaryala & Gyanupaga Lane
Sarkarwada Junction 1 0 0 0 1 0 1.3
99 8 Gyanupaga Lane Sarkarwada Return
Route 0 2 0 0 2 0 1.2
100 8 Old Gawakari Press Sarkarwada Return
Route 1 1 0 0 2 0 1.0
101 9 Mhasarul Shivar Outer Parking Panchavati Outer
Parking 2 0 1 2 5 4 8.8
102 9 Mhasarul Varwandi Road Panchavati T Point 1 0 0 0 1 0 7.0
103 9 Meri Junction RTO Signal Panchavati Road 0 0 1 0 1 0 5.1
104 9 Hotel Pya Pya Panchavati Road 0 1 0 0 1 0 7.0
105 9 Amrutdham Junction Panchavati Junction 2 0 0 0 2 0 5.0
106 9 Near KK Wagh College (Before the Panchavati T Point 0 2 0 0 2 0 4.5
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 93
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
flyover)
107 9 Panchavati Stadium (Meenatai
Thakare Stadium) Panchavati
Internal
Parking 0 2 1 0 3 1 4.2
108 9 Near Swami Narayan Police
Chowki (On Flyover) Adgaon Road 1 0 0 0 1 0 4.0
109 9 Santosh Hotel (On Flyover) Panchavati Road 1 0 0 0 1 0 3.8
110 9 Kannamwar Bridge Left Side Ramp Panchavati Road 1 0 0 0 1 0 3.8
111 10 Golf Club Rest House Sarkarwada Road 0 1 0 0 1 0 2.3
112 10 Gadkari Signal Sarkarwada Junction 2 0 0 0 2 0 2.2
113 10 Meher Signal Sarkarwada Junction 1 0 0 0 1 0 0.6
114 10 Sangali Bank Signal Sarkarwada Junction 1 0 0 0 1 0 1.1
115 10 Malegaon Bank Signal Panchavati Junction 0 0 1 0 1 0 2.2
116 10 Indrakunda Panchavati Junction 1 0 0 0 1 0 2.3
117 10 Panchavati Karanja Panchavati Junction 0 0 1 0 1 0 2.1
118 10 Dindori Phata Panchavati Junction 0 0 1 0 1 0 2.5
119 10 Hirawadi Corner Panchavati Junction 0 1 0 0 1 0 2.6
120 11 Sarada Signal Bhadrakali Junction 2 0 0 0 2 0 2.7
121 11 Bagvan Pura Police Chowki Bhadrakali T Point 0 1 0 0 1 0 3.3
122 11 Shivaji Chowk Kathada Bhadrakali Junction 0 1 0 0 1 0 3.3
123 11 Gumsha Baba Darga Nanavalli
Road Bhadrakali T Point 0 1 0 0 1 0 3.2
124 11 Shitala Devi Chowk Bhadrakali Junction 1 0 0 0 1 0 3.1
125 12 Kathegalli Signal Bhadrakali Junction 1 0 0 0 1 0 3.7
126 12 Fem Signal (Vijay Mamata) Upnagar Junction 1 0 0 0 1 0 5.8
127 12 Upnagar Naka, Near Atalari Gate Upnagar Junction 1 0 0 0 1 0 7.4
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 94
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
128 12 Datta Mandir Signal Upnagar Junction 1 0 0 0 1 0 9.6
129 13
Important points on this route
have been covered in Shahi route
and Bhavik routes
0 0 0 0 0 0 0.0
130 14 Indira Gandhi Statue Narayan
Gaon Upnagar Chowk 0 0 1 0 1 0 8.5
131 14 Dive Bunglow (Jail Road) Upnagar T Point 0 1 0 0 1 0 8.1
132 14 Samarth Nagar Junction Bhadrakali T Point 0 1 0 0 1 0 4.0
133 15 Jyoti Book Depot Sarkarwada T Point 0 1 0 0 1 0 0.5
134 15 Tilak Wadi Signal Sarkarwada T Point 0 1 0 0 1 0 1.0
135 15 Abdul Hamid Chowk Dudh Bajar Bhadrakali Junction 0 1 0 0 1 0 2.1
136 15 Trimbak Police Chowki Bhadrakali Junction 0 1 0 0 1 0 1.9
137 15 Khadkali Signal Bhadrakali Junction 0 1 0 0 1 0 1.3
138 15 Shirish Kumar Chowk Bhadrakali T Point 0 1 0 0 1 0 2.5
139 15 Azad Chowk Bhadrakali Junction 0 1 0 0 1 0 2.2
140 15 Nagsen Nagar Motha Rajwada
Corner Bhadrakali Junction 0 1 0 0 1 0 2.8
141 16 Nag Chowk Panchavati Junction 2 0 0 0 2 0 3.0
142 16 Kalaram Mandir East Darwaja Panchavati Junction 0 0 2 0 2 0 2.8
143 16 Kalaram Mandir South Darwaja Panchavati Junction 1 0 0 0 1 0 2.7
144 16 Ambika Farsan Panchavati Crossing 0 1 0 0 1 0 2.5
145 16 Near Dnyaneshwar Tailor Panchavati Crossing 0 1 0 0 1 0 2.5
146 16 Talkuteshwar bridge (near
Panchawati Amardham) Panchavati Junction 0 0 1 0 1 0 3.5
147 16 Near Panchawati Pharmacy College Panchavati T Point 0 0 1 0 1 0 3.5
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 95
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
148 17
Ramkund Parking Area, Ekmukhi
Datta Mandir Side & Ramkunth
area
Panchavati Godavari
Ghat 4 3 3 0 10 2 1.6
149 17
Neelkantheshwar Mandir,
Yashwant Maharaj Patangan to
Ramsetu, Ramsetu to Bhaji Market
Maidan
Panchavati Godavari
Ghat 4 2 1 0 7 2 1.5
150 17
Ramsetu Bridge to Gadge Maharaj
Bridge, Mhasoba Maidan,
Kapurthala Maidan, Gangaghat
Area
Panchavati Godavari
Ghat 2 2 1 0 5 0 1.3
151 17
Gadge Maharaj Bridge to
Talkuteshwar Bridge, Rokdoba
Maidan, Gauri Patangan Area Ghat
Panchavati
Gouri
Patangan
Ghat
6 2 3 0 11 0 1.8
152 17 Taalkuteshwar Bridge to
Kannamwar Bridge Panchavati
Godavari
Ghat 2 0 1 0 3 0 1.8
153 17
Kannamwar Bridge to Lakshmi
Narayan Bridge including Ghat
Road
Panchavati
Lakshmi
Narayan
Ghat
4 4 3 0 11 4 2.5
154 17 Kapila Sangam Ghat Aadgaon
Kapila
Sangam
Ghat
0 1 2 0 3 0 3.0
155 17 STP Bridge to Takli Sangam Bridge Adgaon
Takli
Sangam
Ghat
2 2 0 0 4 0 8.0
156 17 Nandur & Dasak Ghat (both sides) Nasik Road
/ Adgaon Ghat Area 3 1 2 0 6 0 8.5
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 96
# Route
No. Location Name
Police
Station
Type of
Location
Camera Type Total No.
Cameras Poles
Approx. Distance
from CP Office Panoramic Fixed PTZ ANPR
157 18
Sadhu Camp 323 acres Place (15
Locations Proposed) (5 junctions
boxes, switches etc. would be
required)
Aadgaon Sadhu
Camp 0 30 12 0 42 13
Total 103 152 75 18 348 40
Note: Actual requirement of cameras at various locations may change based on the survey carried out by bidder with Police Commissionerate, Nasik City
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 97
14. Annexure 8 – Terms & Conditions for Online Payments
The Terms and Conditions contained herein shall apply to any person or firm or company (“User”) using
the services of Police Commissionerate, Nasik City, hereinafter referred to as “Merchant”, for making
Tender fee and Earnest Money Deposit (EMD) payments through an online Payment Gateway Service
(“Service”) offered by ICICI Bank Ltd. in association with E Tendering Service provider and Payment
Gateway Service provider through Police Commissionerate, Nasik City website i.e. (Main Portal –
https://maharashtra.etenders.in & Sub Portal – https://mapo.maharashtra.etenders.in). Each User is
therefore deemed to have read and accepted these Terms and Conditions.
14.1 Privacy Policy
The Merchant respects and protects the privacy of the individuals that access the information and use the
services provided through them. Individually identifiable information about the User is not willfully
disclosed to any third party without first receiving the User's permission, as covered in this Privacy
Policy.
This Privacy Policy describes Merchant’s treatment of personally identifiable information that Merchant
collects when the User is on the Merchant’s website. The Merchant does not collect any unique
information about the User (such as User's name, email address, age, gender etc.) except when you
specifically and knowingly provide such information on the Website. Like any business interested in
offering the highest quality of service to clients, Merchant may, from time to time, send email to the User
and other communication to tell the User about the various services, features, functionality and content
offered by Merchant's website or seek voluntary information from The User.
Please be aware, however, that Merchant will release specific personal information about the User if
required to do so in the following circumstances:
i. in order to comply with any valid legal process such as a search warrant, statute, or court order, or
available at time of opening the tender
ii. if any of User’s actions on our website violate the Terms of Service or any of our guidelines for
specific services, or
iii. to protect or defend Merchant’s legal rights or property, the Merchant’s site, or the Users of the site
or;
iv. to investigate, prevent, or take action regarding illegal activities, suspected fraud, situations
involving potential threats to the security, integrity of Merchant’s website/offerings.
14.2 General Terms and Conditions For E-Payment
1) Once a User has accepted these Terms and Conditions, he/ she may register on Merchant’s website
and avail the Services.
2) Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as well as
any directives/ procedures of Government of India, and nothing contained in these Terms and
Conditions shall be in derogation of Merchant's right to comply with any law enforcement agencies
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 98
request or requirements relating to any User’s use of the website or information provided to or
gathered by Merchant with respect to such use. Each User accepts and agrees that the provision of
details of his/ her use of the Website to regulators or police or to any other third party in order to
resolve disputes or complaints which relate to the Website shall be at the absolute discretion of
Merchant.
3) If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant to
applicable law including, but not limited to, the warranty disclaimers and liability limitations set
forth herein, then the invalid or unenforceable provision will be deemed superseded by a valid,
enforceable provision that most closely matches the intent of the original provision and the
remainder of these Terms and Conditions shall continue in effect.
4) These Terms and Conditions constitute the entire agreement between the User and Merchant. These
Terms and Conditions supersede all prior or contemporaneous communications and proposals,
whether electronic, oral, or written, between the User and Merchant. A printed version of these
Terms and Conditions and of any notice given in electronic form shall be admissible in judicial or
administrative proceedings based upon or relating to these Terms and Conditions to the same extent
and subject to the same conditions as other business documents and records originally generated
and maintained in printed form.
5) The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in the
ordinary course of business of Merchant and/or the Payment Gateway Service Providers with regard
to transactions covered under these Terms and Conditions and matters therein appearing shall be
binding on the User and shall be conclusive proof of the genuineness and accuracy of the
transaction.
6) Refund For Charge Back Transaction: In the event there is any claim for/ of charge back by the User
for any reason whatsoever, such User shall immediately approach Merchant with his/ her claim
details and claim refund from Merchant alone. Such refund (if any) shall be effected only by
Merchant via payment gateway or by means of a demand draft or such other means as Merchant
deems appropriate. No claims for refund/ charge back shall be made by any User to the Payment
Gateway Service Provider(s) and in the event such claim is made it shall not be entertained.
7) In these Terms and Conditions, the term “Charge Back” shall mean, approved and settled credit card
or net banking purchase transaction(s) which are at any time refused, debited or charged back to
merchant account (and shall also include similar debits to Payment Gateway Service Provider's
accounts, if any) by the acquiring bank or credit card company for any reason whatsoever, together
with the bank fees, penalties and other charges incidental thereto.
8) Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for any
fraudulent transaction(s) on account of misuse of Card/ Bank details by a fraudulent
individual/party and such issues shall be suitably addressed by Merchant alone in line with their
policies and rules.
9) Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service Provider’s
webpage, that is linked to the Website, is experiencing any server related issues like ‘slow down’ or
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 99
‘failure’ or ‘session timeout’, the User shall, before initiating the second payment,, check whether
his/her Bank Account has been debited or not and accordingly resort to one of the following options:
i. In case the Bank Account appears to be debited, ensure that he/ she does not make the payment
twice and immediately thereafter contact Merchant via e-mail or any other mode of contact as
provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to make
payment.
However, the User agrees that under no circumstances the Payment Gateway Service Provider shall be
held responsible for such fraudulent/duplicate transactions and hence no claims should be raised to
Payment Gateway Service Provider No communication received by the Payment Gateway Service
Provider(s) in this regard shall be entertained by the Payment Gateway Service Provider.
14.3 Limitation of Liability
1) Merchant has made this Service available to the User as a matter of convenience. Merchant expressly
disclaims any claim or liability arising out of the provision of this Service. The User agrees and
acknowledges that he/ she shall be solely responsible for his/ her conduct and that Merchant
reserves the right to terminate the rights to use of the Service immediately without giving any prior
notice thereof.
2) Merchant and/or the Payment Gateway Service Providers shall not be liable for any inaccuracy, error
or delay in, or omission of (a) any data, information or message, or (b) the transmission or delivery
of any such data, information or message; or (c) any loss or damage arising from or occasioned by
any such inaccuracy, error, delay or omission, non-performance or interruption in any such data,
information or message. Under no circumstances shall the Merchant and/or the Payment Gateway
Service Providers, its employees, directors, and its third party agents involved in processing,
delivering or managing the Services, be liable for any direct, indirect, incidental, special or
consequential damages, or any damages whatsoever, including punitive or exemplary arising out of
or in any way connected with the provision of or any inadequacy or deficiency in the provision of the
Services or resulting from unauthorized access or alteration of transmissions of data or arising from
suspension or termination of the Services.
3) The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever for any
monetary or other damage suffered by the User on account of:
i. the delay, failure, interruption, or corruption of any data or other information transmitted in
connection with use of the Payment Gateway or Services in connection thereto; and/ or
ii. any interruption or errors in the operation of the Payment Gateway.
4) The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and Merchant
and their respective officers, directors, agents, and employees, from any claim or demand, or actions
arising out of or in connection with the utilization of the Services.
5) The User agrees that Merchant or any of its employees will not be held liable by the User for any loss
or damages arising from your use of, or reliance upon the information contained on the Website, or
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 100
any failure to comply with these Terms and Conditions where such failure is due to circumstance
beyond Merchant’s reasonable control.
14.4 Miscellaneous Conditions :
1) Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean
that those rights are automatically waived.
2) The User agrees, understands and confirms that his/ her personal data including without limitation
details relating to debit card/ credit card transmitted over the Internet may be susceptible to misuse,
hacking, theft and/ or fraud and that Merchant or the Payment Gateway Service Provider(s) have no
control over such matters.
3) Although all reasonable care has been taken towards guarding against unauthorized use of any
information transmitted by the User, Merchant does not represent or guarantee that the use of the
Services provided by/ through it will not result in theft and/or unauthorized use of data over the
Internet.
4) The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall not be
liable, at any time, for any failure of performance, error, omission, interruption, deletion, defect,
delay in operation or transmission, computer virus, communications line failure, theft or destruction
or unauthorized access to, alteration of, or use of information contained on the Website.
5) The User may be required to create his/ her own User ID and Password in order to register and/ or
use the Services provided by Merchant on the Website. By accepting these Terms and Conditions the
User agrees that his/ her User ID and Password are very important pieces of information and it shall
be the User’s own responsibility to keep them secure and confidential. In furtherance hereof, the
User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and Password.
The User is hereby informed that Merchant will never ask the User for the User’s password in an
unsolicited phone call or in an unsolicited email. The User is hereby required to sign out of his/ her
Merchant account on the Website and close the web browser window when the transaction(s) have been
completed. This is to ensure that others cannot access the User’s personal information and
correspondence when the User happens to share a computer with someone else or is using a computer in
a public place like a library or Internet café.
14.5 Debit/Credit Card, Bank Account Details
1) The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid
Service(s) must be correct and accurate and that the User shall not use a debit/ credit card, that is
not lawfully owned by him/ her or the use of which is not authorized by the lawful owner thereof.
The User further agrees and undertakes to provide correct and valid debit/credit card details.
2) The User may make his/ her payment (Tender Fee/Earnest Money deposit) to Merchant by using a
debit/credit card or through online banking account. The User warrants, agrees and confirms that
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 101
when he/ she initiates a payment transaction and/or issues an online payment instruction and
provides his/ her card / bank details:
i. The User is fully and lawfully entitled to use such credit / debit card, bank account for such
transactions;
ii. The User is responsible to ensure that the card/ bank account details provided by him/ her are
accurate;
iii. The User is authorizing debit of the nominated card/ bank account for the payment of Tender Fee
and Earnest Money Deposit
iv. The User is responsible to ensure sufficient credit is available on the nominated card/ bank
account at the time of making the payment to permit the payment of the dues payable or the
bill(s) selected by the User inclusive of the applicable Fee.
14.6 Personal Information
1) The User agrees that, to the extent required or permitted by law, Merchant and/ or the Payment
Gateway Service Provider(s) may also collect, use and disclose personal information in connection
with security related or law enforcement investigations or in the course of cooperating with
authorities or complying with legal requirements.
2) The User agrees that any communication sent by the User vide e-mail, shall imply release of
information therein/ therewith to Merchant. The User agrees to be contacted via e-mail on such
mails initiated by him/ her.
3) In addition to the information already in the possession of Merchant and/ or the Payment Gateway
Service Provider(s), Merchant may have collected similar information from the User in the past. By
entering the Website the User consents to the terms of Merchant’s information privacy policy and to
our continued use of previously collected information. By submitting the User’s personal
information to us, the User will be treated as having given his/her permission for the processing of
the User’s personal data as set out herein.
4) The User acknowledges and agrees that his/ her information will be managed in accordance with the
laws for the time in force.
14.7 Payment Gateway Disclaimer
The Service is provided in order to facilitate payment of Tender Fees/Earnest Money Deposit online. The
Merchant or the Payment Gateway Service Provider(s) do not make any representation of any kind,
express or implied, as to the operation of the Payment Gateway other than what is specified in the
Website for this purpose. By accepting/ agreeing to these Terms and Conditions, the User expressly
agrees that his/ her use of the aforesaid online payment service is entirely at own risk and responsibility
of the User.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 102
15. Annexure 9 – Format for Performance Bank Guarantee
(To be printed on Rs. 100/- Stamp Paper)
IN CONSIDERATION OF…………………………………………………………….The Government of Maharashtra
through…………………………………., (hereinafter referred to as “the Government”) to implement the project
for CCTV Surveillance system for Kumbh Mela, 2015 in Nasik City ( hereinafter referred to as the “said
work”) on the terms and conditions as per the Letter of Intent issued by Government of Maharashtra,
Reference No. …………………………………., dated __/__/2015, and the AGREEMENT to be executed
between 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 being specified in
the Contract as per the above mentioned Letter of Intent from Government of Maharashtra, dated
__/__/2015. The Company has agreed to furnish Government in Guarantee of the Nationalized 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 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 Government of all sum of money, losses, damages,
costs, charges, penalties and expenses that may become due or payable to Government by or from
the Company by reason of or in consequence of any breach, nonperformance 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 Government on demand
without delay demur the said sum of Rs……………………. (Rupees ……………………………….. only) as may be
demanded by Government from us as and by way of indemnity on account of any loss or damage caused
to or suffered by Government 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 Government 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
Government are fully paid under or by virtue of the said AGREEMENT and its claims satisfied or
discharged and till Government 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 Government 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.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 103
(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
Government 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 Government 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 Government 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
Government demand without any demur, such sum as may by demanded, not exceeding
Rs…………………………. (Rupees…………………………………) and that the Bank will indemnify and keep
Government indemnified against all the losses pursuant to the said AGREEMENT and default on
the part of the Company. The decision of Government 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 Government as regards the Agreement due and payable by the Company shall be final
and conclusive and binding on the Bank /Guarantor.
(g) Government 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
Government 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 suretiship and other rights which it
might otherwise be entitled to enforce.
(h) That the absence of powers on the part of the Company or Government 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,
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 –
1…………………………………………………………….
2…………………………………………………………….
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 104
16. Annexure 10 – Format of Consortium Agreement
(To be printed on Rs. 100/- Stamp Paper)
This Consortium Agreement (hereinafter the "Agreement") entered into this _______________ day of
__________ Two Thousand and Fifteen (“Date of Signing”)
BETWEEN
1. _______________________ through Authorised Signatory
____________________________ having their principal place of business at
____________________________ in India for and on behalf of
____________________________ (hereinafter called "the Bidder") of the ONE PART;
AND
2. _______________________ through Authorised Signatory
____________________________ having their principal place of business at
____________________________ in India for and on behalf of
____________________________ (hereinafter called "the Bidder") of the SECOND PART;
AND
3. _______________________ through Authorised Signatory
____________________________ having their principal place of business at
____________________________ in India for and on behalf of
____________________________ (hereinafter called "the Bidder") of the THIRD PART
RECITALS
A. Police Commissionerate, Nasik City called as GoM, has issued a Tender (hereinafter the “Tender
Document”), inviting bids for Design, Development, Implementation & Maintenance of CCTV based
Surveillance System for Kumbh Mela, 2015 for Nasik City (hereinafter the “Project”);
C. As specified in clause --------------- of the Tender Document, the Bidder has formed a consortium
and hereby enters into this Agreement and the Parties have agreed to the participate as members of the
Consortium subject to said terms and conditions of this Agreement
The members of the Agreement shall each be referred to as the “Party” and together as the “Parties”
NOW THEREFORE, in consideration of the mutual covenants of the Parties, the sufficiency whereof is
hereby acknowledged and other good valuable consideration, the Parties agree as follows:
1. Definitions and Interpretation
1.1 Definitions
Capitalized terms used in this Agreement shall have their respective defined meanings, and/or shall have
the meaning specified in the Contract and the Tender Document and subsequently signed Contract
between GoM and Bidder, unless the context expressly or by necessary implication otherwise requires.
“Contract” shall mean the Contract entered into by the Bidder and GoM
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 105
1.2 Interpretation
(a) For the purpose of this Agreement, where the context so admits, (i) the singular shall be deemed
to include the plural and vice-versa, and (ii) masculine gender shall be deemed to include the feminine
gender and vice-versa.
(b) References to a “person” if any shall, where the context so admits, include references to natural
persons, partnership firms, companies, bodies corporate and associations, whether incorporated or not
or any other organisation or entity including any governmental or political subdivision, ministry,
department or agency thereof;
(c) The headings and sub-headings are inserted for convenience only and shall not affect the
construction and interpretation of this Agreement.
(d) References to the word “include” and “including” shall be construed without limitation.
(e) any reference to day shall mean a reference to a calendar day;
2. Purpose of Consortium Agreement
The purpose of this Agreement is to specify the responsibilities of the Parties towards the GoM,
supplement the provisions of the Contract and the Tender Document concerning the Project and to set
out further rights and obligations of the Parties supplementing but not conflicting with those present in
the Contract and the Tender Document.
3. Duration
This Agreement shall come into force as of the Date of Signing and shall continue in full force and effect
until the complete discharge of all obligations, concerning the carrying out of the Project, which have
been taken on by the Parties under the Contract, Tender Document and under this Agreement.
4. Coordinator
4.1 The Parties hereby understand and agree that there shall be a “Lead Partner” who shall be the
point of contact for the purpose of the Project. It is hereby agreed by the Parties that for the purpose of
the Agreement M/s. ______________________ has been appointed as Lead Partner. The Lead
Partner shall be specifically authorized by the Parties to make representations and declarations on their
behalf. However, it is clarified that every member of the consortium shall be equally responsible and
jointly and severally liable for the successful completion of the entire Project.
4.2 For the purpose of this Agreement, the Tender Document and the Contract, the Lead Partner shall
be the single point of contact for the GoM, 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.
4.3 All instructions/communications from GoM to the Lead Partner shall be deemed to have been
duly provided to all the members of the consortium.
4.4 For the avoidance of doubt it is hereby clarified that the all Parties of the consortium shall be
individually, jointly & severely responsible for the obligations under the Tender Document, Contract and
this Agreement, irrespective of the specific roles/responsibilities undertaken by them.
5. Rights and Obligations
5.1 For delivery of all services as per the agreement with GoM, Lead Partner shall be primarily
accountable and responsible.
5.2 The Lead Partner shall be responsible for the transmission of any documents and information
connected with the Project to the Parties concerned.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 106
5.3 It is hereby clarified that representations and declarations made by the Lead Partner shall be
legally binding on all the Parties of the Agreement.
5.4 Each Party shall use reasonable efforts to perform and fulfill, promptly, actively and on time, all
of its obligations under the Tender Document, Contract and this Agreement.
5.5 All commercials activities with GOM will be conducted by the Lead Partner.
6. Responsibilities towards each other
6.1 (a) Each Party undertakes :-
(i) to promptly notify each of the Parties about any significant delay in fulfillment of milestones in
relation to the Project;
(ii) to inform other Parties of relevant communications it receives from third parties in relation to
the Project.
(b) Each Party shall use reasonable efforts to ensure the accuracy of any information or materials it
supplies hereunder or under the Contract and promptly to correct any error that came to its knowledge.
(c) Each Party shall act in good faith. When a Party believes that for carrying out the Project or use of
knowledge from the Project it might require access rights to another Party’s pre-existing know-how or to
another Party's knowledge and material which is not from the Project, it shall obtain written permission
from the Party prior to the use of such material.
(d) Each Party shall abide with the terms of confidentiality as described in Tender Document and
shall also abide with all the clauses of the Tender Document.
(e) Each Party shall share and disclose information including confidential information and
documents as may be necessary for the Project. The Parties hereby understand and agree that the
information shall be used solely for the purpose of the Project and not for its own use or for any third
party benefit.
7. Liabilities
7.1 Liability towards each other
The Parties hereby understand and agree that all the Parties shall be jointly and severally liable for any
default with regard to the deliverables as per the Tender Document.
7.2 Indemnification of a Party to other
Each Party shall indemnify each of the other Parties, in respect of liability resulting from acts or
omissions of itself.
7.3 Liability towards Third Parties
Subject to such other undertakings and warranties as are provided for in this Agreement and the
Contract, each Party shall be solely liable for any loss, damage or injury to third parties resulting from its
carrying out its parts of the Project and from its use of knowledge and/or know how.
8. Assignment
No Party shall, without the prior written consent of the GOM and of the other Parties, assign or otherwise
transfer partially or totally any of its rights and obligations under Agreement.
9. Representation and Warranties
9.1 The Parties hereby represents and warrants that: -
(a) They are duly organized and validly existing under the laws of India and have full power and
authority to enter into this Agreement and to perform its obligations under this Agreement. The
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 107
execution and validity of this Agreement and the consummation of the transactions contemplated by this
Agreement have been duly authorized by all necessary action on the part of the Parties;
(b) This Agreement constitutes a valid and binding obligation of the Parties, enforceable against
them in accordance with the terms hereof, and the execution, delivery and performance of this
Agreement and all instruments or agreements required hereunder do not contravene, violate or
constitute a default of or require any consent or notice under any provision of any agreement or other
instrument to which the Bidder is a party or by which the Bidder are or may be bound.
(c) Each of the representations and warranties shall be construed as a separate representation,
warranty, covenant or undertaking, as the case may be, and shall not be limited by the terms of any other
representation or warranty or by any other term of this Agreement.
(d) The Parties have read, understood and agree with the terms of this Agreement and the Tender
Document.
10. Miscellaneous
(a) This Agreement shall be specifically enforceable at the instance of any of the Parties.
(b) Notices, demands or other communication required or permitted to be given or made under this
Agreement shall be in writing in the English language and delivered personally or sent by prepaid post
with recorded delivery addressed to the intended recipient at its address set forth below:
If to the Party of the First Part
[Add name]
[Add address]
Attention:[add name of the person]
If to the Party of the Second Part
[Add name]
[Add address]
Attention:[add name of the person]
(c) Any such notice, demand or communication shall, unless the contrary is proved, be deemed to
have been duly served at the time of delivery in the case of service by delivery in person or by registered
post.
(d) Each Party shall bear its own legal, accounting, professional and advisory fees, commissions and
other costs and expenses incurred by it in connection with this Agreement and the transactions
contemplated herein.
(e) This Agreement supersedes all prior discussions and agreements (whether oral or written,
including all correspondence) if any, between the Parties with respect to the subject matter of this
Agreement. In the event of any conflict between the terms of this Agreement and the Contract and the
Tender Document, the terms of the Contract shall prevail.
(f) Any provision of this Agreement, which is invalid or unenforceable, shall be ineffective to the
extent of such invalidity or unenforceability, without affecting in any way the remaining provisions
hereof.
(g) This Agreement shall be governed and interpreted by, and construed in accordance with the
substantive laws of India, without giving effect to the principles of conflict of laws there under.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 108
(h) (i) Any and all disputes or differences between the Parties arising out of or in connection
with this Agreement or its performance shall, so far as it is possible, be settled amicably through
consultation between the Parties
(ii) If after 30 (thirty) days of consultation, the Parties have failed to reach an amicable
settlement, on any or all disputes or differences arising out of or in connection with this Agreement or its
performance, such disputes or differences shall be submitted to final and binding arbitration. The
arbitration panel shall consist of three arbitrators : one nominated by __________[add name of Party
of the First Part], one nominated by ______________[add name of Party of the Second part] and the
third nominated jointly by both the parties. The arbitration shall be governed by the Arbitration and
Conciliation Act, 1996. The place of arbitration shall be Mumbai, India. The language to be used in the
arbitration proceedings shall be English. The award of the arbitration proceedings will be final and
binding on both Parties to the Agreement.
(i) This Agreement shall be Governed by the laws of India.
IN WITNESS WHEREOF, the Parties have entered into this Agreement the day and year first above
written.
[add name of the party of the First Part]
Authorised Signatory
Name:
Designation:
In the presence of :
Name:
Address:
[add name of the party of the Second Part]
Authorised Signatory
Name:
Designation:
In presence of:
Name:
Address:
[add name of the party of the Third Part]
Authorised Signatory
Name:
Designation:
In presence of:
Name:
Address:
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 109
17. Annexure 11 – Draft of the Master Service Agreement
(To be printed on Rs. 100/- Stamp Paper)
This AGREEMENT is made at __________, Maharashtra, on this ____ day of _____, 2015,
BETWEEN
The Governor of the State of Maharashtra exercising executive powers of the Government of Maharashtra
represented through …………………………………. hereinafter referred to as "GoM", or "Police
Commissionerate, Nasik City"” (which expression unless repugnant to the context therein shall include
its administrator and permitted assignees) of the FIRST PART;
AND
-----------------------------, a company registered under the Companies Act, 1956, having its registered
office at -----------------------------, hereinafter referred to as “Systems Integrator” or “SI”, (which
expression unless repugnant to the context therein, shall include its successors, administrators, executors
and permitted assignees), of the SECOND PART.
Whereas Police Commissionerate, Nasik City has envisaged to setup a comprehensive CCTV based City
Surveillance System for Kumbh Mela, 2015, Nasik City (hereinafter referred to as the “Surveillance
Project”);
And whereas Police Commissionerate, Nasik City published the RFP to seek services of a reputed IT firm
as a System Integrator for Implementation & Maintenance of CCTV based Surveillance System For
Kumbh Mela, 2015, Nasik City;
And whereas M/s. ------------------------- has submitted its proposal for Implementation & Maintenance of
CCTV based Surveillance System for Kumbh Mela, 2015, Nasik City;
AND whereas Police Commissionerate, Nasik City has selected M/s………………………as successful bidder
and issued Letter of Intent dated ………………..to the successful bidder who in turn signed and returned
the same as a token of acceptance of Letter of Intent.
And whereas Police Commissionerate, Nasik City and M/s. --------------------------- have decided to enter
into this Agreement on the terms and conditions stipulated hereinafter.
NOW, THEREFORE, in consideration of the premises covenants and promises contained herein and
other good and valuable considerations, the receipt and adequacy of which is hereby acknowledged, the
parties intending to be bound legally, IT IS HEREBY AGREED between the Parties as follows:
1. Definitions
In this Agreement, the following terms shall be interpreted as indicated, -
(a) “GoM” means Government of Maharashtra and for the present agreement would also represent
Police Commissionerate, Nasik City;
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 110
(b) “Contract” means this Agreement entered into between GOM and the Systems Integrator including
all attachments and annexure thereto and all documents incorporated by reference therein;
(c) “Systems Integrator” means M/s. ----------------- interchangeably referred to as “SI” in the contract;
and
(d) “RFP” means the Tender Published by Police Commissionerate, Nasik City (Ref. No. ------) and the
subsequent Corrigenda / Clarifications issued.
(e) "Go Live" date means the date on which the proposed solution becomes operational after successful
conclusion of all acceptance tests to the satisfaction of Police Commissionerate, Nasik City.
(f) "Deliverable" means any action / output generated by the SI while discharging their contractual
obligations. This would include feeds, analytics, information and all the other services rendered as
per the scope of work and as per the SLAs.
2. Interpretation
The documents forming this Agreement are to be taken as mutually explanatory of one another. The
following order shall govern the priority of documents constituting this Agreement, in the event of a
conflict between various documents; the documents shall have priority in the following order:
i) this Agreement;
ii) Detail Commercial proposal of the Systems Integrator accepted by Police Commissionerate, Nasik
City (hereby annexed as Annexure I);
iii) LoI issued by Police Commissionerate, Nasik City to the successful bidder;
iv) Clarification & Corrigendum Documents published by Police Commissionerate, Nasik City
subsequent to the RFP for this work;
v) RFP Document of Police Commissionerate, Nasik City for this work; and
vi) Successful bidder’s “Technical Proposal” and “Commercial Proposal” submitted in response to the
RFP.
3. Term of the Agreement
The term of this agreement shall be till --/--/2015
4. Fees
Total fees to be paid to the Systems Integrator for the execution of this Contract is Rs. ---------------------.
GoM shall pay the Systems Integrator the total fees in following manner :
a) 10% of total cost against 10% Advance Bank Guarantee and Mobilization of the Project Team.
b) 10% of total cost against UAT for the Infrastructure for Command Center at CP Office & Viewing
Center
c) 20% against Go Live of the project, which requires at least 90% of the cameras to be live and
operational.
d) 10% of total cost in 3 equal installments for 3 months during Kumbh Mela period, after successful
operations for the duration 15th June 2015 to 15th September 2015. (Rs. -------------- /- per month).
e) 20% of total cost after 4th month after successful operations
f) 10% of total cost after completing all the deliverables as per this agreement.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 111
Notes:
The fees are inclusive of Value Added Tax or Sales Tax, Service Tax, Income Tax, duties, fees, levies,
charges, commissions 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.
If the Systems Integrator is liable for any penalty/liquidated damages as per the SLAs, the same shall be
adjusted from monthly payments due to the System Integrator.
Police Commissionerate, Nasik City will release the payment within 30 days of submission of valid
invoice subject to the condition that invoice and all supporting documents produced are in order and
work is performed to the satisfaction of Police Commissionerate, Nasik City.
5. Work Completion Timelines
List of the broad activities to be carried out by the Systems Integrator and the timelines from the date of
Signing of the Contract are given in the table below. “T” stands for the date of signing of the contract.
# Activity Timeline
Prepare SRS, SDD for the Entire Video Surveillance System T + 1 Months
Supply, Installation, Configuration of various equipments, components,
systems at Data Center T + 1 Months
Installation of Cameras at all locations T + 2 Months
Training and Capacity Building for the Police Personnel T + 2 Months
Final Acceptance Testing (FAT) for Video Surveillance System, Data Center
Equipments & Phase I Cameras T + 2.5 Months
Go Live for rest of the Locations T + 2.5 Months
Preparation and Submission of all the documentation specified in the RFP
document
T + 2.5 Months
Operations and Maintenance for the duration 15th June 2015 to 15th October
2015
4 months
Time is the essence of the agreement.
6. Service Level Agreement (SLA)
Police Commissionerate, Nasik City is looking at a professional approach in the project implementation
and its operations. System Integrator is expected to match these expectations of the service levels given in
the RFP. Any non-adherence to the SLAs would lead to the penalty, to be calculated as per the details
given there-in.
7. Ownership and Use of the Assets
The project is being executed on rental model and System Integrator shall own all the deployed or created
as part of its deliverables, except for the following
o Data / documentations / manuals created or utilized by the SI or Police Commissionerate, Nasik City
for the City Surveillance Project
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 112
The System Integrator shall -
o Keep all the tangible Assets in good & serviceable condition (reasonable wear & tear excepted) &/or
the intangible Assets suitably upgraded subject to the relevant standards as stated in of the RFP to
meet the SLAs mentioned in the contract & during the entire term of the Agreement.
o Take such steps as may be recommended by the manufacturer of the Assets & notified to the system
integrator or as may be necessary to use the Assets in a safe manner; &
o Provide and facilitate access to Police Commissionerate, Nasik City or its nominated agencies & any
persons duly authorized by him/her to enter any land or premises on which the Assets are for the
time being sited so as to inspect the same, subject to any reasonable requirements; &
o Not, knowingly or negligently, use or permit any of the Assets to be used in contravention of any
statutory provisions or regulation or in any way contrary to law; &
o Use the Assets exclusively for the purpose of providing the Services as defined in the contract, during
the contract period; &
8. Security and safety
o The System Integrator will comply with the directions issued from time to time by Police
Commissionerate, Nasik City and the standards related to the security and safety in so far as it
applies to the provision of the Services.
o System Integrator shall also comply with Police Commissionerate, Nasik City Project's information
technology security and standard policies in force from time to time as applicable.
o System Integrator shall use reasonable endeavors to report forthwith in writing to all the partners /
contractors about the civil and criminal liabilities accruing due to by unauthorized access (including
unauthorized persons who are employees of any Party) or interference with Police Commissionerate,
Nasik City's data, facilities or Confidential Information.
o The System Integrator shall upon reasonable request by Police Commissionerate, Nasik City or
his/her nominee(s) participate in regular meetings when safety and information technology security
matters are reviewed.
o System Integrator and its partners / sub-contractors shall promptly report in writing to each other
and Police Commissionerate, Nasik City any act or omission which they are aware that could have an
adverse effect on the proper conduct of safety and information technology security at Police
Commissionerate, Nasik City's Facilities.
9. Indemnity
The System Integrator agrees to indemnify and hold harmless Police Commissionerate, Nasik City, its
officers, employees and agents (each a “Indemnified Party”) promptly upon demand at any time and from
time to time, from and against any and all losses , claims, damages, liabilities, costs (including reasonable
attorney’s fees and disbursements) and expenses (collectively, “Losses”) to which the Indemnified Party
may become subject, in so far as such losses directly arise out of, in any way relate to, or result from
(i) any miss-statement or any breach of any representation or warranty made by the System Integrator
or
(ii) the failure by the System Integrator to fulfill any covenant or condition contained in this Agreement,
including without limitation the breach of any terms and conditions of this Agreement by any
employee or agent of the System Integrator. Against all losses or damages arising from claims by
third Parties that any Deliverable (or the access, use or other rights thereto), created System
Integrator pursuant to this Agreement, or any equipment, software, information, methods of
operation or other intellectual property created by System Integrator or sub-contractors pursuant to
this Agreement, or the SLAs (I) infringes a copyright, trade mark, trade design enforceable in India,
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 113
(II) infringes a patent issued in India, or (III) constitutes misappropriation or unlawful disclosure or
use of another Party's trade secretes under the laws of India (collectively, "Infringement Claims");
provided, however, that this will not apply to any Deliverable (or the access, use or other rights
thereto) created by (A) "Implementation of Project by itself or through other persons other than
System Integrator or its sub-contractors; (B) Third Parties (i.e., other than System Integrator or sub-
contractors) at the direction of Police Commissionerate, Nasik City, or
(iii) any compensation / claim or proceeding by any third party against Police Commissionerate, Nasik
City arising out of any act, deed or omission by the System Integrator or
(iv) claim filed by a workman or employee engaged by the System Integrator for carrying out work
related to this Agreement. For the avoidance of doubt, indemnification of Losses pursuant to this
section shall be made in an amount or amounts sufficient to restore each of the Indemnified Party to
the financial position it would have been in had the losses not occurred.
Any payment made under this Agreement to an indemnity or claim for breach of any provision of this
Agreement shall include applicable taxes.
10. Third Party Claims
a. Subject to Sub-clause (b) below, the System Integrator (the "Indemnified Party") from and against all
losses, claims litigation and damages on account of bodily injury, death or damage to tangible
personal property arising in favour or any person, corporation or other entity (including the
Indemnified Party) attributable to the Indemnifying Party's performance or non-performance under
this Agreement or the SLAs.
b. The indemnities set out in Sub-clause (a) above shall be subject to the following conditions:
i) the Indemnified Party, as promptly as practicable, informs the Indemnifying Party in writing of
the claim or proceedings and provides all relevant evidence, documentary or otherwise;
ii) the Indemnified Party shall, at the cost and expenses of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the defence of such claim including reasonable
access to all relevant information, documentation and personnel. The indemnifying party shall
bear cost and expenses and fees of the Attorney on behalf of the Indemnified Party in the
litigation, claim.
iii) if the Indemnifying Party does not assume full control over the defense of a claim as provided in
this Article, the Indemnifying Party may participate in such defense at its sole cost and expense,
and the Indemnified Party will have the right to defend the claim in such manner as it may deem
appropriate, and the cost and expense of the Indemnified Party will be borne and paid by the
Indemnifying Party.
iv. the Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or
compromise any proceedings or claim, without the written consent of the Indemnifying Party;
v. system integrator hereby indemnify & hold indemnified Police Commissionerate, Nasik City
harmless from & against any & all damages, losses, liabilities, expenses including legal fees &
cost of litigation in connection with any action, claim, suit, proceedings as if result of claim
made by the third party directly or indirectly arising out of or in connection with this agreement.
vi. all settlements of claims subject to indemnification under this Article will: (a) be entered into
only with the consent of the Indemnified Party, which consent will not be unreasonably
withheld & include an unconditional release to the Indemnified Party from the claimant for all
liability in respect of such claim; & (b) include any appropriate confidentiality agreement
prohibiting disclosure of the terms of such settlement;
viii. the Indemnified Party shall take steps that the Indemnifying Party may reasonably require to
mitigate or reduce its loss as a result of such a claim or proceedings; &
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 114
ix. in the event that the Indemnifying Party is obligated to indemnify an Indemnified Party pursuant
to this Article, the Indemnifying Party will, upon payment of such indemnity in full, be
subrogated to all rights & defenses of the Indemnified Party with respect to the claims to which
such indemnification relates;
x. in the event that the Indemnifying Party is obligated to indemnify the Indemnified Party
pursuant to this Article, the Indemnified Party will be entitled to invoke the Performance Bank
Guarantee, if such indemnity is not paid, either in full or in part, & on the invocation of the
Performance Bank Guarantee, the Indemnifying Party shall be subrogated to all rights &
defenses of the Indemnified Party with respect to the claims to which such indemnification
relates.
11. Publicity
Any publicity by the SI in which the name of Police Commissionerate, Nasik City is to be used should be
done only with the explicit written permission of the Commissioner of Police, Nasik City. SI would be
allowed to use the project reference in its Sales Pitch / Brochures without sharing confidential
information on the project.
12. Warranties
a. The System Integrator warrants and represents to Police Commissionerate, Nasik City that:
i. It has full capacity and authority and all necessary approvals to enter into and to perform its
obligations under this Agreement;
ii. This Agreement is executed by a duly authorized representative of the System Integrator;
iii. It shall discharge its obligations under this Agreement with due skill, care and diligence so as to
comply with the service level agreement.
b. In the case of the SLAs, the System Integrator warrants and represents to Police Commissionerate,
Nasik City, that:
i. the System Integrator has full capacity and authority and all necessary approvals to enter into and
perform its obligations under the SLAs and to provide the Services;
ii. the SLAs have been executed by a duly authorized representative of the System Integrator;
iii. the System Integrator is experienced in managing and providing works similar to the Services and
that it will perform the Services with all due skill, care and diligence so as to comply with service
level agreement;
iv. the Services will be provided and rendered by appropriately qualified, trained and experienced
personnel as mentioned in the RFP;
v. System Integrator has and will have all necessary licenses, approvals, consents of third Parties free
from any encumbrances and all necessary technology, hardware and software to enable it to
provide the Services;
vi. the Services will be supplied in conformance with all laws, enactments, orders and regulations
applicable from time to time;
c. Notwithstanding what has been stated elsewhere in this Agreement and the Schedules attached herein,
in the event the System Integrator is unable to meet the obligations pursuant to the implementation of
the Project, Operations and Maintenance Services and any related scope of work as stated in this
Agreement and the Schedules attached herein, Police Commissionerate, Nasik City will have the option
to invoke the Performance Guarantee after serving a written notice of thirty (30) days on the system
Integrator.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 115
13. Force Majeure
The System Integrator shall not be liable for forfeiture of its Performance Guarantee, imposition of
liquidated damages or termination for default, if and to the extent that it’s delay in performance or other
failure to perform its obligations under the contract is the result of an event of Force Majeure. For
purposes of this Clause, “Force Majeure” means an event beyond the “reasonable” control of the System
Integrator, not involving the System Integrator’s fault or negligence and not foreseeable. Such events may
include Acts of God & acts of Government of India in their sovereign capacity.
For the SI to take benefit of this clause it is a condition precedent that the SI must promptly notify Police
Commissionerate, Nasik City, in writing of such conditions and the cause thereof within 2 calendar days
of the Force Majeure event arising. Police Commissionerate, Nasik City, or the consultant / committee
appointed by Police Commissionerate, Nasik City shall study the submission of the SI and inform
whether the situation can be qualified one of Force Majeure. Unless otherwise directed by Police
Commissionerate, Nasik City in writing, the SI shall continue to perform its obligations under the
resultant Agreement as far as it is reasonably practical, and shall seek all reasonable alternative means for
performance of services not prevented by the existence of a Force Majeure event.
In the event of delay in performance attributable to the presence of a force majeure event, the time for
performance shall be extended by a period(s) equivalent to the duration of such delay. If the duration of
delay continues beyond a period of 15 days, Police Commissionerate, Nasik City and the SI shall hold
consultations with each other in an endeavor to find a solution to the problem.
Notwithstanding anything to the contrary mentioned above, the decision of Police Commissionerate,
Nasik City shall be final and binding on the SI.
14. Resolution of Disputes
Police Commissionerate, Nasik City and the SI shall make every effort to resolve amicably, by direct
informal negotiation, any disagreement or dispute arising between them under or in connection with the
Agreement. If after 15 days from the commencement of such informal negotiations, Police
Commissionerate, Nasik City and the SI are unable to resolve amicably such dispute, the matter will be
referred to the Commissioner of Police, Nasik City, and his / her opinion shall be taken.
If the SI doesn’t agree with the opinion of the Commissioner of Police, Nasik City, matter shall be referred
to two Arbitrators: one Arbitrator to be nominated by Police Commissionerate, Nasik City and the other
one to be nominated by the SI. In the case of the said Arbitrators not agreeing, then the matter will be
referred to an umpire to be appointed by the Arbitrators in writing before proceeding with the reference.
The award of the Arbitrators, and in the event of their not agreeing, the award of the Umpire appointed
by them shall be final and binding on the parties. Proceedings under this clause shall be subject to
applicable law of the Arbitration and Reconciliation Act, 1996 and the venue of such arbitration shall be
Nasik City. Cost of arbitration shall be borne by each party proportionately. However, expenses incurred
by each party in connection with the preparation, presentation shall be borne by the party itself. The
provisions of this clause shall survive termination of this Agreement.
15. Risk Purchase Clause
In the event SI fails to execute the project as stipulated in the delivery schedule, or to the satisfaction of
Police Commissionerate, Nasik City. Police Commissionerate, Nasik City reserves the right to procure
similar services from the next eligible bidder or from other alternate sources at the risk, cost and
responsibility of the SI. Before taking such a decision, Police Commissionerate, Nasik City shall serve a
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 116
notice period of 1 month to the SI. Total Liability of the SI towards this Clause is limited to 50% of the
contract value.
16. Limitation of Liability towards GOM
The SI's liability under the resultant Agreement shall be determined as per the Law in force for the time
being. The SI shall be liable to Police Commissionerate, Nasik City for loss or damage occurred or caused
or likely to occur on account of any act of omission on the part of the SI and its employees, including loss
caused to Police Commissionerate, Nasik City on account of defect in goods or deficiency in services on
the part of SI or his agents or any person / persons claiming through or under said SI. However, such
liability of SI shall not exceed the total value of the Agreement.
This limitation of liability shall not limit the SIs liability, if any, for damage to Third Parties caused by the
SI or any person or firm acting on behalf of the SI in carrying out the scope of work envisaged herein.
Third Party Liability however is not applicable for the viewing man-power deployed by SI.
17. Conflict of Interest
The SI shall disclose to Police Commissionerate, Nasik City in writing, all actual and potential conflicts of
interest that exist, arise or may arise (either for the Systems Integrator or its Team) in the course of
performing the Services as soon as it becomes aware of such a conflict. However, SI shall hold Police
Commissionerate, Nasik City’s interest paramount, without any consideration for future work, and
strictly avoid conflict of interest with other assignments.
18. Data Ownership
All the data created as the part of the project shall be owned by Police Commissionerate, Nasik City. The
SI shall take utmost care in maintaining security, confidentiality and backup of this data. Access to the
data / systems shall be given by the SI only to the personnel working on the projects and their names &
contact details shall be shared with Police Commissionerate, Nasik City in advance. Police
Commissionerate, Nasik City / its authorized representative(s) shall conduct periodic / surprise security
reviews and audits, to ensure the compliance by the SI Vendor to data / system security.
19. Fraud and Corruption
Police Commissionerate, Nasik City requires that SI must observe the highest standards of ethics during
the execution of the contract. In pursuance of this policy, Police Commissionerate, Nasik City defines, for
the purpose of this provision, the terms set forth as follows:
a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence
the action of Police Commissionerate, Nasik City in contract executions.
b. "Fraudulent practice" means a miss-presentation of facts, in order to influence a procurement
process or the execution of a contract, to Police Commissionerate, Nasik City, and includes collusive
practice among bidders (prior to or after Proposal submission) designed to establish Proposal prices
at artificially high or non-competitive levels and to deprive Police Commissionerate, Nasik City of the
benefits of free and open competition.
c. “Unfair trade practices” means supply of services different from what is ordered on, or change in the
Scope of Work which is given by Police Commissionerate, Nasik City.
d. “Coercive Practices” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the execution of contract.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 117
If it is noticed that the SI has indulged into the Corrupt / Fraudulent / Unfair / Coercive practices, it
will be a sufficient ground for Government for termination of the contract and initiate black-listing of
the vendor.
20. Termination of Contract
Police Commissionerate, Nasik City may, without prejudice to any other remedy under this
Contract and applicable law, reserves the right to terminate for breach of contract by providing a
written notice of 15 days stating the reason for default to the SI and as it deems fit, terminate the
contract either in whole or in part:
If the SI fails to deliver any or all of the project requirements / operationalization / go-live of the
project within the time frame specified in the contract; or
If the SI fails to perform any other obligation(s) under the contract.
Prior to providing a notice of termination to the SI, Police Commissionerate, Nasik City shall provide
15 days to the SI to cure any breach/ default of the Contract, if Police Commissionerate, Nasik City is
of the view that the breach may be rectified.
On failure of the SI to rectify such breach within 15 days, Police Commissionerate, Nasik City may
terminate the contract by providing a written notice of 15 days to the SI, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to Police Commissionerate, Nasik City. In such an event the SI, shall be liable for
penalty/liquidated damages imposed by Police Commissionerate, Nasik City. The performance
Guarantee shall be forfeited by Police Commissionerate, Nasik City
Consequences of Termination
In the event of termination of this contract, Police Commissionerate, Nasik City is entitled to impose any
such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient
transition and effective continuity of the services which the SI shall be obliged to comply with and take all
available steps to minimize the loss resulting from that termination/ breach, and further allow and
provide all such assistance to Police Commissionerate, Nasik City and/ or succeeding vendor, as may be
required, to take over the obligations of the SI in relation to the execution / continued execution of the
requirements of this contract.
Plans and drawings
All plans, drawings, specifications, designs, reports and other documents prepared by the Vendor in the
execution of the contract shall become and remain the property of Police Commissionerate, Nasik City
and before termination or expiration of this contract the SI shall deliver all such documents, prepared
under this contract along with a detailed inventory thereof, to Police Commissionerate, Nasik City.
21. Miscellaneous
a) Confidentiality
“Confidential Information" means all information including Project Data (whether in written, oral,
electronic or other format) which relates to the technical, financial and operational affairs, business
rules, citizen information, video footages, alert information, any police department data, products,
processes, data, crime / criminal secrets, design rights, know-how and personnel of each Party and its
affiliates which is disclosed to or otherwise learned by the other Party or its consortium partners or
subcontractors (whether a Party to the contract or to the SLA) in the course of or in connection with
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 118
the contract (including without limitation such information received during negotiations, location
visits and meetings in connection with the contract or to the SLA) or pursuant to the contract to be
signed subsequently.
Except with the prior written permission of Police Commissionerate, Nasik City, the Systems
Integrator (including all consortiums or partners) and its Personnel shall not disclose such
confidential information to any person or entity not expected to know such information by default of
being associated with the project, nor shall the Systems Integrator and it’s Personnel make public the
recommendations formulated in the course of, or as a result of the Project.
a. The System Integrator recognizes that during the term of this Agreement, sensitive data will be
procured & made available to it, its Sub contractors & agents & others working for or under the
System Integrator. Disclosure or usage of the data by any such recipient may constitute a breach of
law applicable causing harm not only to the Department whose data is used but also to its
stakeholders. The function of Police Commissionerate, Nasik City requires the System Integrator,
its Subcontractors & agents to demonstrate utmost care, sensitivity & strict confidentiality. Any
breach of this Article will result in Police Commissionerate, Nasik City & its nominees receiving a
right to seek injunctive relief & damages from the System Integrator.
b. Each Party agrees as to any Confidential Information disclosed by a Party to this Agreement (the
"Discloser") to the other Party to this Agreement (the "Recipient") &
i. to take such steps necessary to protect the Discloser's Confidential information from
unauthorized use, reproduction & disclosure, as the Recipient takes in relation to its own
Confidential Information of the same type, but in no event less than reasonable care;
ii. to use such Confidential Information only for the purposes of this Agreement or as otherwise
expressly permitted or expressly required by this Agreement or as otherwise permitted by the
Discloser in writing; &
iii. not, without the Discloser's prior written consent, to copy the Confidential Information cause
or allow it to be copied, directly or indirectly, in whole or in part, except as otherwise expressly
provided in this Agreement, or as required in connection with Recipient's use as permitted
under this Article, or as needed for the purposes of this Agreement, or as needed for the
purposes of this Agreement, provided that any proprietary legends & notices (whether of the
Discloser or of a Third Party) are not removed or obscured; &
iv. Not, to disclose, transfer, publish or communicate the Confidential Information in any
manner, without the Discloser's prior written consent, to any person except as permitted
under this Agreement.
c. The restrictions of this Article shall not apply to confidential Information that:
i. is or becomes generally available to the public through no breach of this Article by the
Recipient; &
ii. was in the recipient's possession free of any obligation of confidence prior to the time of
receipt of it by the Recipient hereunder; &
iii. is developed by the Recipient independently of any of discloser's Confidential Information; &
iv. is rightfully obtained by the Recipient from third Parties authorized at that time to make such
disclosure without restriction; &
v. is identified in writing by the Discloser as no longer proprietary or confidential; or
vi. is required to be disclosed by law, regulation or Court Order, provided that the recipient gives
prompt written notice to the Discloser of such legal & regulatory requirement to disclose so as to
allow the Discloser reasonable opportunity to contest such disclosure.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 119
d. to the extent that such disclosure is required for the purposes of this Agreement, either Party may
disclose Confidential Information to:
i. its employees, agents & independent contractors & to any of its affiliates & their respective
independent contractors or employees; &
ii. its professional advisors & auditors, who require access for the purposes of this Agreement,
whom the relevant Party has informed of its obligations under this Article & in respect of
whom the relevant Party has informed of its obligations under this Article has used
commercially reasonable efforts to ensure that they are contractually obliged to keep such
Confidential Information confidential on terms substantially the same as set forth in this
Article. Either Party may also disclose confidential Information or any entity with the other
Party's prior written consent.
e. The provisions of this Article shall survive the expiration or any earlier termination of this
Agreement.
f. Confidential Information shall be & remain the property of the Discloser & nothing in this Article
shall be construed to grant either Party any right or license with respect to the other Party's
confidential Information otherwise than as is expressly set out in this Agreement.
g. Subject as otherwise expressly provide in this Agreement all Confidential information in tangible
or electronic form under the control of the Recipient shall either be destroyed, erased or returned
to the Discloser promptly upon the earlier of : (i) the written request of the Disclose, or, (ii)
termination or expiry of this Agreement or, in respect of the SLAs, the termination or expiry of the
SLAs. Notwithstanding the forgoing, both Parties may retain, subject to the terms of this Article,
reasonable number of copies of the other Party's Confidential Information solely for confirmation
of compliance with the confidentiality obligations of this Agreement.
h. Neither Party is restricted by the provisions of this clause from using (including using to provide
products or perform services on behalf of third Parties) any ideas, concepts, know-how &
techniques that are related to the Recipient's employees or agents (and not intentionally
memorized for the purpose of later recording or use) (collectively, the "residuals"). This Article
shall not permit the disclosure or use by either Party or any financial (including business plans),
statistical, product, personnel or customer data or the other Party. Each party agrees not to
disclose the source of the Residuals.
i. Both Parties agree that monetary damages would not be a sufficient remedy for any breach of this
clause by the other Party & that Police Commissionerate, Nasik City & system integrator, as
appropriate, shall be entitled to equitable relief, including injunction & specific performance as a
remedy for any such breach. Such remedies shall not be deemed to be the exclusive remedies for a
breach by a Party of this clause, but shall be in addition to all other remedies available at law or
equity to the damaged Party.
j. in connection with the Services, System Integrator may from time to time undertake one or more
quality assessment reviews for the purpose of improving the Project. In order for such reviews to
be frank & candid, for the greatest benefit to both Police Commissionerate, Nasik City & System
Integrator, they shall be kept confidential to the greatest extent possible. The Parties agree that
any documentation created in connection with such quality assessment reviews shall be
confidential Information of System Integrator which is licensed to Police Commissionerate, Nasik
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 120
City for any internal use except that in no event shall such documentation or the results of such
reviews be discoverable or admissible (or used for any purpose) in any arbitration or legal
proceedings against System integrator related to this Agreement or the Services.
A Non-disclosure agreement shall be signed separately between the Systems Integrator and Police
Commissionerate, Nasik City.
b) Standards of Performance
The SI shall provide the services and carry out their obligations under the Contract with due
diligence, efficiency and professionalism/ethics in accordance with generally accepted professional
standards and practices. The SI shall always act in respect of any matter relating to this contract. The
SI shall abide by all the provisions/Acts/Rules/Regulations, Standing orders, etc of Information
Technology as prevalent in the country. The SI shall also conform to the standards laid down by
Police Commissionerate, Nasik City / Government of Maharashtra or Government of India from time
to time.
c) Sub Contracts
The SI shall take prior approval from Police Commissionerate, Nasik City for sub-contracting any
work, if not already specified in the proposal and approved by Police Commissionerate, Nasik City.
Such sub-contracting shall not relieve the SI from any liability or obligation under the Contract. The
SI shall solely responsible for the work carried out by subcontracting under the contract.
d) Care to be taken while working at Public Place
SI should follow instructions issued by concerned Competent Authority and Police Dept. from time
to time for carrying out work at public places. SI should ensure that there is no damage caused to any
private or public property. In case such damage is caused, SI shall immediately bring it to the notice
of concerned organization and Police Commissionerate, Nasik City in writing and pay necessary
charges towards fixing of the damage. SI should also ensure that no traffic congestion/public
inconvenience is caused while carrying out work at public places.
SI shall ensure that its employees/representatives don’t breach privacy of any citizen or
establishment during the course of execution or maintenance of the project.
e) Compliance with Labour regulations
The SI shall pay fair and reasonable wages to the workmen employed by him, for the contract
undertaken by him and comply with the provisions set forth under the Minimum wages Act and the
Contract Labour Act 1970.
f) Independent Contractor
Nothing in this Agreement shall be construed as establishing or implying any partnership or joint
venture or employment relationship between the Parties to this Agreement. Except as expressly
stated in this Agreement nothing in this Agreement shall be deemed to constitute any Party as the
agent of any other Party or authorizes either Party (i) to incur any expenses on behalf of the other
Party, (ii) to enter into any engagement or make any representation or warranty on behalf of the
other Party, (iii) to pledge the credit of or otherwise bind or oblige the other Party, or (iv) to commit
the other Party in any manner whatsoever in each case without obtaining the other Party's prior
written consent.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 121
g) Waiver
A waiver of any provision or breach of this Agreement must be in writing and signed by an authorized
official of the Party executing the same. No such waiver shall be construed to affect or imply a
subsequent waiver of the same provision or subsequent breach of this Agreement.
h) Notices
Any notice or other document, which may be given by either Party under this Agreement, shall be
given in writing in person or by pre-paid recorded delivery post.
In relation to a notice given under this Agreement, any such notice or other document shall be
addressed to the other Party's principal or registered office address as set out below
Police Commissionerate, Nasik City:
Commissioner of Police, Nasik City
------------------------------
Tel: ------------------------
Fax: -----------------------
Systems Integrator:
------------------------------
------------------------------
Tel: ------------------------
Fax: -----------------------
Any notice or other document shall be deemed to have been given to the other Party when delivered
(if delivered in person) if delivered between the hours of 9.30 am and 5.30 pm at the address of the
other Party set forth above or on the next working day thereafter if delivered outside such hours, and
7 calendar days from the date of posting (if by letter).
i) Performance Guarantee
The SI shall submit performance guarantee which is unconditional & irrevocable equal to 15% of the
order value of the contract in the format prescribed in RFP issued by any of the Nationalized Banks
Only. The performance guarantee shall be valid for the term agreement & shall be renewed &
maintained by the SI for the term of the agreement & extension, if any. The performance guarantee
shall be forfeited by Police Commissionerate, Nasik City as a penalty in the event of failure to
complete obligations or breach of any of the conditions by the SI. The performance guarantee shall be
used Police Commissionerate, Nasik City in the event of failure to complete obligations or breach of
any of the contract conditions by the SI.
j) Personnel/Employees
i. Personnel/employees assigned by System Integrator to perform the services shall be employees of
System Integrator or its sub-contractors, & under no circumstances will such personnel be
considered as employees of Police Commissionerate, Nasik City. System Integrator shall have the
sole responsibility for supervision & control of its personnel & for payment of such personnel's
employee's entire compensation, including salary, legal deductions withholding of income taxes &
social security taxes, worker's compensation, employee & disability benefits & the like & shall be
responsible for all employer obligations under all laws as applicable from time to time. Police
Commissionerate, Nasik City shall not be responsible for the above issues concerning to personnel
of System Integrator.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 122
ii. System Integrator shall use its best efforts to ensure that sufficient System Integrator personnel
are employed to perform the Services, & that, such personnel have appropriate qualifications to
perform the Services. Police Commissionerate, Nasik City or its nominated agencies shall have the
right to require the removal or replacement of any system Integrator personnel performing work
under this Agreement. In the event that Police Commissionerate, Nasik City requests that any
System Integrator personnel be replaced, the substitution of such personnel shall be accomplished
pursuant to a mutually agreed upon schedule & upon clearance of the personnel based on profile
review & upon schedule & upon clearance of the personnel based on profile review & personal
interview by Police Commissionerate, Nasik City or its nominated agencies, within not later than
30 working days. System Integrator shall depute quality team for the project & as per
requirements, Police Commissionerate, Nasik City shall have the right to ask System Integrator to
change the team.
iii. Except as stated in this clause, nothing in this Agreement will limit the ability of System Integrator
freely to assign or reassign its employees; provided that System Integrator shall be responsible, at
its expense, for transferring all appropriate knowledge from personnel being replaced to their
replacements. Police Commissionerate, Nasik City shall have the right to review & approve System
Integrator's plan for any such knowledge transfer. System Integrator shall maintain the same
standards for skills & professionalism among replacement personnel as in personnel being
replaced.
iv. Each Party shall be responsible for the performance of all its obligations under this Agreement &
shall be liable for the acts & omissions of its employees & agents in connection therewith.
k) Variations & Further Assurance
a. No amendment, variation or other change to this Agreement or the SLAs shall be valid unless
made in writing & signed by the duly authorized representatives of the Parties to this Agreement.
b. Each Party to this Agreement or the SLAs agree to enter into or execute, without limitation,
whatever other agreement, document, consent & waiver & to do all other things which shall or
may be reasonably required to complete & deliver the obligations set out in the Agreement or the
SLAs.
l) Severability & Waiver
a. if any provision of this Agreement or the SLAs, or any part thereof, shall be found by any court or
administrative body of competent jurisdiction to be illegal, invalid or unenforceable the illegality,
invalidity or unenforceability of such provision or part provision shall not affect the other
provisions of this Agreement or the SLAs or the remainder of the provisions in question which
shall remain in full force & effect. The relevant Parties shall negotiate in good faith in order to
agree to substitute for any illegal, invalid or unenforceable provision a valid & enforceable
provision which achieves to the greatest extent possible the economic, legal & commercial
objectives of the illegal, invalid or unenforceable provision or part provision within 7 working
days.
b. No failure to exercise or enforce & no delay in exercising or enforcing on the part of either Party to
this Agreement or the SLAs of any right, remedy or provision of this Agreement or the SLAs shall
operate as a waiver of such right, remedy or provision in any future application nor shall any
single or partial exercise or enforcement of any right, remedy or provision preclude any other or
further exercise or enforcement of any other right, remedy or provision.
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 123
m) Entire Agreement
This MSA & the documents referred as Annexures constitute the entire agreement between the
Parties with respect to their subject matter.
n) Survivability
The termination or expiry of this Agreement or the SLAs for any reason shall not affect or prejudice
any terms of this Agreement, or the rights of the Parties under them which are either expressly of by
implication intended to come into effect or continue in effect after such expiry or termination.
o) Applicable Law
The contract shall be governed by the laws and procedures prescribed by the Laws prevailing and in
force in India, within the framework of applicable legislation and enactment made from time to time
concerning such commercial dealings/processing. All legal disputes are subject to the jurisdiction of
Nasik City courts only.
p) The stamp duty payable for the contract shall be borne by the Systems Integrator.
IN WITNESS whereof the parties hereto have signed this on the day, month and year first herein above
written.
Signed, sealed and delivered
By -------------------------
------------------------------,
For and on behalf of the
Commissioner of Police, Nasik City
Signed, sealed and delivered
By -----------------------------
For and on behalf of the “Systems Integrator”,
----------------------------------------------
Witnesses :
(1)
(2)
Attachments to the Agreement :
1. Scope of Services for the Systems Integrator (Annexure I)
2. Detail Commercial proposal of the Systems Integrator accepted by Police Commissionerate,
Nasik City (Annexure II)
3. SLA to be adhered by the Systems Integrator (Annexure III)
4. LoI & Work Order issued by Police Commissionerate, Nasik City to the successful bidder
(Annexure IV)
RFP for CCTV Surveillance System for Nasik City [Confidential]
Police Commissionerate, Nasik City Page | 124
5. Corrigendum Document published by Police Commissionerate, Nasik City subsequent to the RFP
for this work (Annexure V)
6. RFP Document of Police Commissionerate, Nasik City for this work (Annexure VI)
7. The successful bidder’s “Technical Proposal” and “Commercial Proposal” submitted in response
to the RFP (Annexure VII)