Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
108 views101 pages

Tender

Uploaded by

Manoj Vashishth
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
108 views101 pages

Tender

Uploaded by

Manoj Vashishth
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 101

Punjab Police

(Technical Services)
Government of Punjab

REQUEST FOR PROPOSAL (RFP)

Part 1

Selection of System Integrator for Operation and Management of CCTNS Punjab

RFP Reference No :
RFP Publish date : 26th Aug 2021
e-Tender\Technical Services 2021-22\01

Contact Officer:

Ms Harpinder Kaur Gill, PPS


DSP/CCTNS, Technical Services,
Punjab Chandigarh
Cabin No.6, Command Centre,
Ground Floor, Punjab Police
Headquarters, Sector-9A, Chandigarh
Contact No. 0172-2748100-06 Extn 2184
Mob-7973165553
Email ID : [email protected]
(Please contact from 9.30 AM to 4.30 PM on working days)
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Contents

1. Section 1: Invitation for Bids (IFB) ......................................................................................................... 1


1.1. Invitation for Bids ........................................................................................................................ 1
1.2. Fact Sheet ..................................................................................................................................... 2
1.3. Important Dates ........................................................................................................................... 2
1.4. Definition of Terms ...................................................................................................................... 3
2. Section 2: Instruction to Bidders (ITB) .................................................................................................. 4
2.1. General.......................................................................................................................................... 4
2.2. Eligible Bidders ............................................................................................................................ 5
2.3. Compliant Bids/ Completeness of Response ........................................................................... 5
2.4. Pre-Bid Conference & Clarifications .......................................................................................... 6
2.4.1. Pre-bid Conference ...............................................................................................................6
2.4.2. Responses to Pre-Bid Queries and Issue of Corrigendum ..............................................7
2.5. Bid fee ........................................................................................................................................... 7
2.6. Earnest Money Deposit (EMD).................................................................................................... 7
2.7. Bidder’s Authorized Signatory ................................................................................................... 8
2.8. Bid Preparation Costs ................................................................................................................. 8
2.9. Language ...................................................................................................................................... 8
2.10. Downloadability/Visibility of the Uploaded Document ............................................................ 8
2.11. Format and Numbering of the Uploaded Document ................................................................ 8
2.12. Issues in Uploading Document Due to Internet Connectivity ................................................. 9
2.13. Extension of Deadline in Event of Server Downtime ............................................................... 9
2.14. Submission of Bid ....................................................................................................................... 9
2.15. Conflict of Interest ....................................................................................................................... 9
2.16. Right to terminate the process ................................................................................................. 11
3. Section 3: Pre-Qualification & Technical Evaluation ......................................................................... 12
3.1. Bid Evaluation Instruction ........................................................................................................ 12
3.1.1. Bid Evaluation process ......................................................................................................12
3.1.2. Bid Opening Process .........................................................................................................12
3.1.3. Bid validity ...........................................................................................................................12
3.1.4. Bid Evaluation .....................................................................................................................13
3.1.5. Right to Accept Any Bid and To Reject Any or All Bid(s) ..............................................13
3.1.6. Notification of Award ..........................................................................................................13
3.1.7. Award criteria ......................................................................................................................13
3.1.8. Performance Bank Guarantee (PBG) ................................................................................14

1
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3.1.9. Signing of Contract ............................................................................................................14


3.1.10. Change Request (CR) .....................................................................................................14
3.1.11. Failure to agree with terms and condition of RFP .......................................................14
3.1.12. Dispute resolution mechanism .....................................................................................15
3.2. Criteria for Evaluation ............................................................................................................... 16
3.2.1. Pre-Qualification (PQ) Criteria ...........................................................................................16
3.2.2. Technical Evaluation Scoring Matrix ................................................................................18
3.2.3. Selection Criteria ................................................................................................................21
3.2.4. Commercial Bid Evaluation ...............................................................................................21
3.2.5. Award of Contract ...............................................................................................................22
3.2.6. Notification of Award ..........................................................................................................22
4. Section 4: Terms of Reference (TOR) .................................................................................................. 22
4.1. Purpose....................................................................................................................................... 22
4.2. Project Background ................................................................................................................... 22
4.3. Stakeholders of the Project ...................................................................................................... 23
4.4. About CCTNS Punjab ................................................................................................................ 23
4.5. Infrastructure ............................................................................................................................. 24
4.5.1. IT Infrastructure at the End Locations ..............................................................................24
4.5.2. Data Centre ..........................................................................................................................24
4.6. CAS Application modules ......................................................................................................... 25
4.6.1. CAS Modules .......................................................................................................................25
4.6.2. Integration of CCTNS Application .....................................................................................27
4.6.3. State Developed Modules ..................................................................................................27
4.6.4. Offline/ Online Architecture of the CAS ...........................................................................29
4.6.5. Technology Stack for Existing Core Application Software ............................................29
4.7. Scope of Work ............................................................................................................................ 30
4.8. Detailed Scope of Work ............................................................................................................. 32
4.9. Resource requirement details .................................................................................................. 40
4.10. Project Timelines ....................................................................................................................... 45
4.11. Payment Terms & Deliverables ................................................................................................ 45
5. APPENDIX .............................................................................................................................................. 46
5.1. Appendix 1: Necessary Forms ................................................................................................. 46
5.1.1. Form 1: Compliance Sheet ................................................................................................46
5.1.2. Form 2: Particulars of the Bidder ......................................................................................48
5.1.3. Form 3: Letter of Technical Bid .........................................................................................49
5.1.4. Form 4: Project Citation Format ........................................................................................50
5.1.5. Form 5: Approach & Methodology ....................................................................................51
5.1.6. Form 6: Work Plan ..............................................................................................................52
5.1.7. Form 7: Proposed Team Composition .............................................................................52
2
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.8. Form 8: Deployment of Resources ...................................................................................53


5.1.9. Form 9: Curriculum Vitae (CV) Of Proposed Resources ................................................54
5.1.10. Form 10: Format for Power of Attorney .......................................................................55
5.2. Appendix 2: Commercial Bid Template ................................................................................... 56
5.2.1. Form 1.1: Covering Letter for Commercial Bid................................................................56
5.2.2. Form 2.2 : Summary of commercial proposal .................................................................57
5.3. Appendix 3: Form for Performance Bank Guarantee ............................................................ 61
5.4. Appendix 4: Change Control Notice (CCN) Format ............................................................... 62
5.5. Appendix 5: Undertaking on Blacklisting ............................................................................... 63
5.6. Appendix 6: List of Project Locations ..................................................................................... 64
5.7. Appendix 7: Service Level Agreement (SLA).......................................................................... 80
5.7.1. Service Level Agreement ...................................................................................................80
5.7.2. Definitions ...........................................................................................................................80
5.7.3. Interpretations .....................................................................................................................81
5.7.4. Operations & Maintenance Phase SLAs ..........................................................................83
5.7.5. Categorization of Severity Levels of the Client Site Application System .........89
5.7.6. Reporting .............................................................................................................................90
5.7.7. Credits for Successful Application Uptake ......................................................................91
5.7.8. Violations and Associated Penalties during the Operation & Maintenance Phase .92
5.8. Appendix 8: Details of Existing DC/ DR Infrastructure .......................................................... 93
5.8.1. Existing DC/ DR Equipment ...............................................................................................93
5.9. Appendix 9: Substitution of Key Experts at Validity Extension ........................................... 96
5.10 Appendix 10: Draft Master Service Agreement(MSA) ……………………… Part 2 of the RFP

3
Glossary

Abbreviation Definition Abbreviation Definition

AI Artificial Intelligence IT Information Technology

A&M Approach & Methodology ITES Information Technology


Enable Services
BI Business Intelligence MHA Ministry of Home Affairs

BPR Business Process MIS Management Information


Reengineering Systems
CCTNS Crime and Criminal Tracking MSR Monthly Status Report
Network and Systems
CCN Change Control Notes NCRB National Crime Records
Bureau
DC Data Center PDF Portable Document Format

DD Demand Draft PMU Project Management Unit

DPR Detailed Project Report LC Lowest Cost(L1)


EMD Earnest Money Deposit RoC Registrar of Companies
EMS Enterprise Management SAN Storage Area Network
System
EOI Expression of Interest SI System Integrator

FAT Final Acceptance Testing SDC State Data Center

GIS Geographic Information SEC State Empowered Committee


System
IA Implementing Agency SPOC Single Point of Contact

SSL Secured Socket Layer


Information and
ICT
Communication Technology UAT User Acceptance Testing
Request for Proposal for Selection of System Integrator for CCTNS Punjab

1. Section 1: Invitation for Bids (IFB)


1.1. Invitation for Bids

1. Tenders are invited under two bid system through e-procurement portal of Government of
Punjab, from eligible, reputed, qualified Information Technology (IT) firms with sound technical
and financial capabilities for support and management of the Core Application Software (CAS),
including the State extension modules of CCTNS Punjab for a period of 2 years and extendable
by another 01 year (total contract period of 03 years) on performance basis as per the
requirement of the Purchaser, detailed out in the scope of work under Section 4.7 of this RFP
document. This invitation to bid is open to all bidders meeting the pre-qualification criteria as
mentioned in Section-3.2.1 of this RFP document.

2. Any Contract that may result from this RFP will be issued for a term of 2 years initially from the
date of signing of Letter of Acceptance (LOA)/ Work Order (WO). Punjab Police reserves the
right, to extend the duration of the project on the same terms and conditions for one (01) more
year from the initial period of two (02) years.

3. Bidders are advised to note the eligibility and pre-qualifying criteria specified in the Instruction to
Bidders and Section 3 of this bid document.

4. Bidding documents: The Bidder can download the RFP/Bid document(s) from the website
www.eproc.punjab.gov.in . The bidder should submit the non-refundable bid fee of Rs. 2,500/-
(Rupees Two Thousand Five Hundred Only) in www.eproc.punjab.gov.in portal through
NEFT/RTGS. The details of the NEFT/RTGS or equivalent of bid fee should be submitted along
with the bidder’s Bid. Bids received without or with inadequate bid fee shall be rejected.

Bidders are advised to check for any Addendum / Corrigendum issued subsequently with respect
to this RFP on www.eproc.punjab.gov.in, www.punjab.gov.in, www.punjabpolice.gov.in and
ensure its compliance while submitting the Bid.

5. Earnest Money Deposit (EMD): Bidders should submit an EMD of Rs.15,00,000/- (Rupees
Fifteen Lakh Only) on www.eproc.punjab.gov.in portal. The EMD of the unsuccessful bidder will
be returned.

6. Pre-bid Meeting: A pre-bid meeting will be held as per the date specified in the factsheet in
Office of the Room no 118, Punjab Police HQ, Sector- 9, Chandigarh.

7. Email address for official Communication: Interested eligible Bidders may communicate for
information at email address: [email protected]

1
Request for Proposal for Selection of System Integrator for CCTNS Punjab

1.2. Fact Sheet

Bids are invited through e-procurement portal of Government of Punjab, from


eligible, reputed, qualified Bidders with sound technical and financial capabilities for
1. support and management of the Core Application Software (CAS), including 38
State extension modules of CCTNS-CAS as detailed out in the Scope of Work
section of this RFP.
The details of the NEFT/RTGS or equivalent of bid fee, should be submitted along
2. with the bidder’s Bid. Bids received without or with inadequate bid fee shall be rejected.

Technical and Commercial Bids shall be uploaded on e-procurement portal. The


3. EMD and bid fee should be submitted along with the Technical/Pre-qualification
Bids.
The selection of the Bidder will be Lowest Cost (L1).

4. Bidders who fulfil the pre-qualification criteria and scores a minimum of 70 marks in
technical evaluation will only be consider for commercial evaluation. The
commercial bids of only such bidders would be opened subsequently.

5. Bids should be submitted in English language only

6. Bids must remain valid for 180 days after the bid submission date.

7. The eligibility criteria for Bidders are mentioned in the section 3 of this RFP.

On receipt of a Letter of Intent (“LoI”) from Punjab Police, the successful Bidder will
furnish a bank guarantee, by way of performance security on or before the signing
8.
of the subsequent Contract, typically within 15 days from notification of the LOI,
unless specified to the contrary.

1.3. Important Dates

# Particular Details
1. Publication of Bid Thursday, 26th Aug 2021

2. Start date and time of issuance of RFP Thursday, 26th Aug 2021 from 1000
document hours
3. Last date & time for Submission of Pre-bid Thursday 2nd Sep 2021 up to 1400
Queries (in excel sheet) by bidder to mail id : hours
[email protected]
4. Pre-Bid meeting Friday 3rd Sep 2021 at 1030 hours

5. Response to pre-bid Queries will be published Saturday 4th Sep 2021


on website as corrigendum

2
Request for Proposal for Selection of System Integrator for CCTNS Punjab

# Particular Details

6. Last date and time for Bid Submission Thursday 16th Sep
2021 up to 1600 hours
7. Date and time for opening of Technical bids Friday 17th Sep 2021 at 1100 hours

8. Technical Presentation Thursday 23rd Sep 2021 and Friday


24th Sep 2021 from 1000 hours to
1700 hours. The dates and time
indicated is tentative in nature and
final date and time will be intimated
to the bidders via mail.
9. Date and time for opening of Commercial bids Friday 24th Sep 2021, 1800 hours.
The dates and time indicated is
tentative in nature and final date
and time will be intimated to the
bidders via mail.

1.4. Definition of Terms


# Term Definition

The Agreement entered between the Punjab Police and the


1
Agreement Agency, including all attachments, schedules, annexures
/Contract thereto and all documents incorporated by reference therein
and all amendments, corrigendum/corrigenda, changes thereto
The use of the term “Bidder” in the Tender means the Single
2 Bidder
Agency offering the Bids. Consortium partnership bids are not
allowed.
The party which will be selected through this RFP to carry out
3 Selected bidder
the project activities.
or System
Integrator (SI)
4 Offer by the Bidder to fulfil the requirement of the Client under
Bid /proposal the RFP/Contract for an agreed price. It shall be a
comprehensive technical and commercial response to the
Tender
5 Confidential All information (whether in written, oral, electronic or other
Information format) which relates to the technical, financial and business
affairs, dealers, suppliers, products, developments, operations,
processes, data, trade secrets, design rights, know-how, plans,
budgets and personnel of each stakeholder and its affiliates
which is disclosed to or otherwise learned by the other Party in
the course of or in connection with this Agreement (including
without limitation such information received during negotiations,
location visits and meetings in connection with this Agreement);

3
Request for Proposal for Selection of System Integrator for CCTNS Punjab

# Term Definition

Deliverables Products, infrastructure and services agreed to be delivered by


6
the Bidder in pursuance of the agreement as defined more
elaborately in the RFP Implementation and the Maintenance
phases and includes all documents related to the user manual,
technical manual, design, process and operating manuals,
service mechanisms, policies and guidelines (such as security
related, etc.), inter alia payment and/or process related etc.,
source code and all its modifications.

End- location The use of the term “end location” means the Police Stations,
7
Higher Offices or locations associated with CCTNS Punjab.
8 O&M The date of commencement of Operations and management
phase will be from the date of issuing of work order or signing
of the contract whichever is earlier.
Project Implementation as per the testing standards and
9
Project acceptance criteria prescribed by Punjab Police or its
implementation nominated agencies.

Written solicitation that conveys to the Bidder, requirements for


10 Request for Bids /
products/ services that the Punjab Police intends to buy and
Tender Document
implement.

11 Tender
The current document through which the department intends to
document/RFP/
hire a system Integrator for carrying out the project activities.
bid document

12 SLA The level of service and other performance criteria which will
be applicable to the services provided by the Bidder.
13 SI The bidder who is qualified & successful in the bidding process
and is given the award of Contract and will be referred to as
System Integrator (SI)/Implementation Agency.

14 Department/ The use of the term “Department/ State/Authority/ Purchaser”


State/Authority/ in the Tender means Punjab Police or Govt. of Punjab
Purchaser/client otherwise specifically stated.

2. Section 2: Instruction to Bidders (ITB)

2.1. General
a) While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements.

4
Request for Proposal for Selection of System Integrator for CCTNS Punjab

b) All information supplied by Bidders may be treated as contractually binding on the Bidders,
on successful award of the assignment by the Purchaser on the basis of this RFP.

c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of the Purchaser. The Purchaser may
cancel this public procurement at any time prior to a formal written contract being executed
by or on behalf of the Purchaser.

d) This RFP and corrigendum published thereof supersedes and replaces any previous public
documentation & communications and Bidders should place no reliance on such
communications.

2.2. Eligible Bidders


Bids may be submitted by bidders as described below.

a) The Bidder must be a company/ registered legal entity in India, which has the capabilities
to deliver the entire scope of work as mentioned in the RFP.

b) The bidders qualifying the Pre-qualification/ eligibility criteria mentioned in the RFP
document shall be termed as Eligible Bidders and shall be eligible for opening of their
Technical & Commercial Bids.

c) Consortium partnership will not be allowed. The bidder must meet all eligibility criteria by
itself.

2.3. Compliant Bids/ Completeness of Response


a) The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope,
Service Levels, Specifications, and Schedules of this RFP. If the Bidder has any
doubts/clarifications, the Bidder shall submit the Pre-Bid queries before the last date and
time to the purchaser seeking clarifications in writing in order that such doubt may be
removed, or clarifications are provided.

b) Submission of the bid shall be deemed to have been done after careful study and
examination of the RFP document with full understanding of its implications.

c) Bids should be submitted in the English language only.

d) Failure to comply with the requirements of this paragraph may render the Bid(s) non-
compliant and the Bid may be rejected. Bidders must:

i. Include all documentation specified in this RFP.

ii. Follow the format of this RFP and respond to each element in the order as set out in
this RFP.

5
Request for Proposal for Selection of System Integrator for CCTNS Punjab

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

2.4. Pre-Bid Conference & Clarifications


2.4.1. Pre-bid Conference
a) Purchaser shall hold a pre-bid meeting with the prospective Bidders as per information given
in the fact sheet.

b) The Bidders will have to ensure that their queries for pre-bid meeting should reach the point
of contact (Nodal Officer) through email only as mentioned in this RFP.

c) Due to the current prevailing situation of the COVID 19 pandemic, the pre-bid conference will
be held virtually through online meeting. The information related to the meeting and link of
the online meeting (if any) will be intimated to the bidders via the given email.

All prospective bidders who wish to attend the online pre bid meeting should submit their
contact details to [email protected] in the format as below, so as to ascertain
the correct contact to whom the meeting link be sent.

Name of Company Contact Name and Email Address Mobile Number


Designation who
wish to attend Pre-
Bid Meeting

d) The queries should necessarily be submitted in the following format:

Bidding Company:
Contact Person Name and Designation:
Mobile:
Email:
S. No. RFP document reference(s) Content of RFP Points of clarification
(Section & page number) requiring
clarification(s)
1.
2.
3.
4.

6
Request for Proposal for Selection of System Integrator for CCTNS Punjab

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

2.4.2. Responses to Pre-Bid Queries and Issue of Corrigendum


a) The Nodal Officer notified by the Purchaser will endeavour to provide timely response to all
queries. However, Purchaser makes no representation or warranty as to the completeness
or accuracy of any response made in good faith, nor does Purchaser undertake to answer
all the queries that have been posed by the Bidders.

b) At any time prior to the last date for receipt of bids, Purchaser may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Bidder, modify
the RFP document by issuing corrigendum(s).

c) The corrigendum (if any) & clarifications to the queries from all Bidders will be posted on all
the three websites: www.eproc.punjab.gov.in , www.punjab.gov.in ,
www.punjabpolice.gov.in for the convenience of the bidder.

d) Any such corrigendum shall be deemed to be incorporated into this RFP.

e) In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, the Purchaser may, at its discretion, extend the last date and time for the receipt of
Bids.

2.5. Bid fee


The Bidder will download the RFP document(s) from the website www.eproc.punjab.gov.in
. The bid fee of the RFP document must be submitted along with the Bids.

2.6. Earnest Money Deposit (EMD)


a) EMD of all unsuccessful Bidders would be returned. The EMD of the successful Bidder would
be returned upon submission of Performance Bank Guarantee.

b) The EMD amount will be refunded to the unsuccessful Bidders without any accrued interest
on it.

c) Bids which are submitted and not accompanied by the EMD or with infirmity(ies) mentioned
above, shall be summarily rejected.

d) The EMD may be forfeited in the event of:

i. A Bidder withdrawing its bid during the period of bid validity.

ii. A successful Bidder fails to sign the subsequent contract in accordance with this RFP.

7
Request for Proposal for Selection of System Integrator for CCTNS Punjab

iii. The Bidder being found to have indulged in any suppression of facts, furnishing of
fraudulent statement, misconduct, or other dishonest or other ethically improper
activity, in relation to this RFP.

iv. Bid contains deviations (except when provided in conformity with the RFP) conditional
offers and partial offers.

2.7. Bidder’s Authorized Signatory


The Bid document should be accompanied by an appropriate board resolution or power of
attorney in the name of an authorised signatory of the Bidder stating that he/she is authorised to
execute documents and to undertake any activity associated with the Bidder’s bid submission.

2.8. Bid Preparation Costs


The Bidder shall be responsible for all costs incurred in connection with participation in the RFP
process, including, but not limited to, costs incurred in conduct of informative and other diligence
activities, participation in meetings/discussions/presentations, preparation of bid, in providing
any additional information required by the Purchaser to facilitate the evaluation process, and in
negotiating a definitive contract or all such activities related to the bid process.

Purchaser will in no event be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

2.9. Language
The Bid document should be filled by the Bidder in English language only. If any supporting
documents submitted are in any other language other than English, translation of the same in
English language should be duly attested by the Bidders. For purposes of bid evaluation, the
English translation shall govern.

2.10. Downloadability/Visibility of the Uploaded Document


The bidder shall assure that the document uploaded on the e-procurement portal is clearly visible
and downloadable.

2.11. Format and Numbering of the Uploaded Document


The bidder shall ensure that the documents uploaded are correctly numbered so that any specific
document can be easily and quickly found using the appropriate serial/page no. All documents
shall only be uploaded in the formats mentioned here: PDF, JPEG, RAR and XLS Format. The
unsuccessful opening or downloadability of documents which are uploaded in any format other
than those mentioned above shall not be entitled for any claim whatsoever. If the uploaded bid
document by bidder is not opening or downloadable by the purchaser then it will not be
considered for bid evaluation.

8
Request for Proposal for Selection of System Integrator for CCTNS Punjab

2.12. Issues in Uploading Document Due to Internet Connectivity


No claims shall be entertained owing to issues of internet connectivity. The bidders are advised
to upload the bid online well in advance of the deadline to avoid difficulties.

2.13. Extension of Deadline in Event of Server Downtime


In the event of the servers of the website (eproc portal) being down continuously for more than
2 hours before the deadline, the timeline for bid submission shall automatically be extended to a
specified time on the next working day.

2.14. Submission of Bid


Bidders are required to submit the bid and required documents in online (
www.eproc.punjab.gov.in ). The bid document should be duly sealed and signed.

a) Bidders should submit their responses as per the formats given in this RFP.

b) Commercial Bid (Price Bid) shall be submitted ONLY through online mode.

c) It should be noted that except the online Commercial Bid (Price Bid), no other
envelope/document shall contain any information/document relating to Commercial Bid
(Price Bid) in the event of any such occurrence, such bids will be summarily rejected.

d) All pages of the Bid, except for the Bid Security, and any other document executed on
non-judicial stamp paper, forming part of the Bid and corrections in the Bid, if any, must
be signed by the authorized signatory on behalf of the Bidder.

e) All the pages of the Bid must be sequentially numbered and must contain the list of
contents with page numbers. Any deficiency in the documentation may result in the
rejection of the Bidder’s Bid.

f) The Bid shall contain no interlineations or overwriting, except as necessary to correct


errors made by the Bidder itself. Any such corrections must be initialled by the authorized
signatory of the Bidder.

g) Only documents uploaded online will be considered for evaluations.

h) The bids submitted by fax/e-mail/by hand other than online submission will be outrightly
rejected.

2.15. Conflict of Interest


Bidder shall not have a conflict of interest that may affect the Bidding Process or the Solution
delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall be
disqualified. In the event of disqualification, the Purchaser shall forfeit and appropriate the EMD,
if available, and as mutually agreed genuine pre-estimated compensation and damages
payable to the Purchaser for, inter alia, the time, cost and effort of the Purchaser including

9
Request for Proposal for Selection of System Integrator for CCTNS Punjab

consideration of such Bidder’s Bid, without prejudice to any other right or remedy that may be
available to the Purchaser hereunder or otherwise.

The Purchaser requires that the System Integrator provides solutions which at all times hold
the Purchaser’s interest’s paramount, avoid conflicts with other assignments or its own
interests, and act without any consideration for future work. The System Integrator shall not
accept or engage in any assignment that would be in conflict with its prior or current obligations
to other clients, or that may place it in a position of not being able to carry out the assignment in
the best interests of the Purchaser.

Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of
Interest affecting the Bidding Process, if:

a) The Bidder or its Associates (or any constituent thereof) and any other Bidder, or its Associate
(or any constituent thereof) have common controlling shareholders or other ownership
interest; provided that this disqualification shall not apply in cases where the direct or
indirect shareholding or ownership interest of a Bidder, or Associate (or any shareholder
thereof having a shareholding of more than 5 per cent of the paid up and subscribed share
capital of such Bidder, or Associate, as the case may be) in the other Bidder, or Associate
is less than 5% (five per cent) of the subscribed and paid up equity share capital thereof. For
the purposes of this Clause, indirect shareholding held through one or more intermediate
persons shall be computed as follows:

i. Where any intermediary controlled by a person through management control or


otherwise, the entire shareholding held by such controlled intermediary in any other
person (the “Subject Person”) shall be taken into account for computing the
shareholding of such controlling person in the Subject Person; where a person does
not exercise control over an intermediary, which has shareholding in the Subject
Person, the computation of indirect shareholding of such person in the Subject
Person shall be undertaken on a proportionate basis; provided, however, that no
such shareholding shall be reckoned under this Sub-clause if the shareholding of
such person in the intermediary is less than 26% (twenty six per cent) of the
subscribed and paid up equity shareholding of such intermediary; or
ii. A constituent of such Bidder is also a constituent of another Bidder; or
iii. Such a Bidder or its Associate receives or has received any direct or indirect subsidy
or grant from any other Bidder or its Associate; or
iv. such a Bidder has a relationship with another Bidder, directly or through common
third parties, that puts them in a position to have access to each other’s’ information
with regard to this RFP, or to influence the Bid of either or each of the other Bidder;
or
10
Request for Proposal for Selection of System Integrator for CCTNS Punjab

v. There is a conflict among this and other software solution and services assignments
of the Bidder (including its personnel and other members, if any) and any
subsidiaries or entities controlled by such Bidder or having common controlling
shareholders. The duties of the System Integrator will depend on the circumstances
of each case. While providing software implementation and related solutions to the
Purchaser for this particular assignment, the System Integrator shall not take up any
assignment that by its nature will result in conflict with the present assignment; or
vi. A firm hired to provide software solution and services for the implementation of a
project, and its Consortium Members or Associates, will be disqualified from
subsequently providing goods or works or services related to the same project;

b) A Bidder eventually appointed to implement the Solutions for this Project, its Associates,
affiliates, shall be disqualified from subsequently providing goods or works or services
related to the construction and operation of the same Project and any breach of this
obligation shall be construed as Conflict of Interest; provided that the restriction herein shall
not apply after a period of 12 months from the completion of this assignment; provided
further that this restriction shall not apply to software solutions delivered to the Purchaser
in continuation of this systems implementation or to any subsequent systems
implementation executed for the Purchaser in accordance with the rules of the Purchaser.

2.16. Right to terminate the process


a) The Purchaser may terminate the RFP process at any time and without assigning any reason.
Purchaser also makes no commitments, express or implied, that this process will result in a
business transaction with anyone.

b) The Purchaser also reserves its right to vary, modify, revise, amend or change any of the
terms and conditions of the Bid before submission. The decision regarding the acceptance
or rejection of the bid by Purchaser will be full and final.

11
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3. Section 3: Pre-Qualification & Technical Evaluation

3.1. Bid Evaluation Instruction


3.1.1. Bid Evaluation process
a) The Department will constitute a Bid Evaluation Committee to evaluate the responses of the
Bidders.

b) The Bid Evaluation Committee constituted by the Department shall evaluate the responses
to the RFP and all supporting documents / documentary evidence. Inability of a Bidder to
submit requisite supporting documents / documentary evidence may lead to the Bidder’s
Bid being declared non-responsive and disqualified.

c) The decision of the Bid Evaluation Committee in the evaluation of responses to the RFP
shall be final. No correspondence will be entertained outside the process of negotiation/
discussion with the Bid Evaluation Committee.

d) The Bid Evaluation Committee may ask for clarifications. All such clarifications will be done
via electronic means only.
e) The Bid Evaluation Committee reserves the right to reject any or all Bids on the basis of any
deviations contained in them.
f) Each of the responses shall be evaluated as per the criterions and requirements specified
in this RFP.

3.1.2. Bid Opening Process


a) The Bids submitted up to the last date and time mentioned in this RFP will be opened in
presence of the Bid Evaluation Committee or any other officer authorized by the purchaser
and also in presence of the Bidder’s representatives who may be present at the time of
opening.

b) The representatives of the Bidders are advised to carry an identity card or a letter of authority
from the Bidding entity to identify their bonafide representatives for attending the opening of
the Bid.

c) Purchaser reserves the right to finalize the bid in case a single bid is received.

3.1.3. Bid validity


The offer submitted by the Bidders should be valid for minimum period of 180 days from the last
date of submission of the Bid.

12
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3.1.4. Bid Evaluation


a) Initial Bid scrutiny will be held and to confirm that Bids do not suffer from the infirmities
detailed below. The Bid will be treated as non-responsive if a Bid is found to have been:

i. Submitted in manner not conforming with the manner specified in the RFP document.
ii. Submitted without appropriate EMD as prescribed herein.
iii. Received without the appropriate power of attorney.
iv. Containing subjective/ incomplete information.
v. Submitted without the documents requested in the checklist.
vi. Non-compliant with any of the clauses stipulated in the RFP.
vii. Having lesser than the prescribed validity period.

The EMD of all non-responsive bids shall be returned to the bidders.

b) All responsive bids will be considered for further processing as below.

Department will prepare a list of responsive Bidders, who comply with all the Terms and
Conditions of the Tender. All eligible bids will be considered for further evaluation by a
Committee according to the Evaluation process define in this RFP document. The decision
of the Committee will be final in this regard.

3.1.5. Right to Accept Any Bid and To Reject Any or All Bids
The Purchaser reserves the right to accept or reject any Bid, and to annul the Bidding Process /
public procurement process and reject all Bids at any time prior to award of Contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for purchaser action.

3.1.6. Notification of Award


Prior to the expiration of the validity period, Department will notify the successful bidder in the
notified website or email, that its Bid has been accepted. In case the tendering process /public
procurement process has not been completed within the stipulated period, Department, may like to
request the bidders to extend the validity period of the bid.
The notification of award will constitute the formation of the contract. Upon the successful bidder's
furnishing of Performance Bank Guarantee, Department will return the EMD to the successful
bidder after submission of the Performance Bank Guarantee.

3.1.7. Award criteria


Post evaluation process, Purchaser will award the Contract to the bidder whose proposal has been
determined to be technically responsive to the requirements of the RFP and has obtained at least
70% in the technical score and is L1 in the commercial evaluation process and this bidder will be
considered as successful bidder and henceforth referred as ‘System Integrator’.
13
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3.1.8. Performance Bank Guarantee (PBG)


a) On receipt of a Letter of Intent (“LoI”) from Punjab Police, the successful Bidder will furnish a
bank guarantee, by way of performance security, equivalent to 10 % of the total contract value
defined in this RFP on or before the signing of the subsequent Contract, typically within 15 days
from notification of the LoI, unless specified to the contrary. In case the successful Bidder fails
to submit Performance Guarantee within the time stipulated, Punjab Police may at its sole
discretion cancel the LoI/ LoA without giving any notice and encash the EMD furnished by the
Bidder, in addition to any other right available to it under this RFP.

b) The Performance Guarantee should be furnished by the successful Bidder. The successful
Bidder shall ensure, the Performance Guarantee is valid for 2 years from the date of signing of
agreement and during the term of the subsequent Contract (any renewal) and for a period of 60
days beyond all contractual obligations, including warranty terms.

c) Punjab Police may invoke the Performance Guarantee in the event of a material breach by the
successful Bidder leading to termination for material breach.

3.1.9. Signing of Contract


Post submission of Performance Guarantee by the successful Bidder, Purchaser shall enter into a
contract, incorporating all clauses, pre-bid clarifications and the proposal of the Bidder between
Purchaser and the successful Bidder. The Legal Agreement (Master Service Agreement) would
contain all the terms and conditions mentioned in this RFP document and is provided separately
as a template. Purchaser shall have the right to annul the award in case there is a delay of more
than 30 days in signing of contract, for reasons attributable to the successful Bidder.
In this case, the contract would be awarded to the next responsive Bidder.

3.1.10. Change Request (CR)


The change request will be applicable incase the purchaser wants to enhance the scope of
work/engagement of additional resources, for which the price is already discovered. It is to be noted
that the Change Request (CR) will be estimated based on the man-month effort mutually agreed
by the purchaser & the selected bidder at the discovered price. The total Change Request is capped
at maximum 25% of the total contract value.

3.1.11. Failure to agree with terms and condition of RFP

Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions
of the RFP shall constitute sufficient grounds for the annulment of the award, in which event
Department may award the contract to the next best value bidder or call for new Bid from the
interested bidders.

14
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3.1.12. Dispute resolution mechanism


The Bidder and the Purchaser shall endeavor their best to amicably settle all disputes arising out
of or in connection with the Contract in the following manner:

a) The Party raising a dispute shall address to the other Party a notice requesting an
amicable settlement of the dispute within seven (7) days of receipt of the notice.
b) The matter will be referred for negotiation between Nodal Officer of Purchaser or the
Purchaser and the Authorized Official of the System Integrator. The matter shall then
be resolved between them and the agreed course of action documented within a further
period of 15 days.
In case of any dispute between the Parties and which does not not settle by negotiation in the
manner as mentioned above, the same may be resolved exclusively by arbitration and such dispute
may be submitted by either party for arbitration within 20 days of the failure of negotiations.
Arbitration shall be held in Chandigarh and conducted in accordance with the provisions of
Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof. Each
Party to the dispute shall appoint one arbitrator each and the two arbitrators shall jointly appoint the
third or the presiding arbitrator.
The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of
the aggrieved party to refer such disputes to arbitration as provided herein, the name of the person
it seeks to appoint as an arbitrator with a request to the other party to appoint its arbitrator within 45
days from receipt of the notice. All notices by one party to the other in connection with the arbitration
shall be in writing and be made as provided in this tender document.
The arbitrators shall hold their sittings at Chandigarh. The arbitration proceedings shall be
conducted in English language. Subject to the above, the courts of law at Chandigarh alone shall
have the jurisdiction in respect of all matters connected with the Contract/ Agreement even though
other Courts in India may also have similar jurisdictions. The arbitration award shall be final,
conclusive and binding upon the Parties and judgment may be entered thereon, upon the
application of either party to a court of competent jurisdiction. Each Party shall bear the cost of
preparing and presenting its case, and the cost of arbitration, including fees and expenses of the
arbitrators, shall be shared equally by the Parties unless the award otherwise provides. The Bidder
shall not be entitled to suspend the Service/s or the completion of the job, pending resolution of any
dispute between the Parties and shall continue to render the Service/s in accordance with the
provisions of the Contract/Agreement notwithstanding the existence of any dispute between the
Parties or the subsistence of any arbitration or other proceedings.

15
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3.2. Criteria for Evaluation


3.2.1. Pre-Qualification (PQ) Criteria
Please note that the Bidders should submit all the documents confirming the qualification as per the
eligibility criteria mentioned. The bid is liable to be rejected without submission of relevant
documents. The bidder should meet the Qualifying Requirements as mentioned below:

SL Qualifying Requirements Documents Required


No
A. PRE-QUALIFICATION Criteria
1. The bidder should be duly registered as one of Duly attested copies of Certificate of
the following: incorporation issued by the Registrar
of companies / appropriate authority
A company registered under Indian Companies must be submitted.
Act, 1956 or 2013.
OR
A partnership firm registered under Indian
Partnership Act, 1932.
OR
A company registered under the Limited Liability
Partnership/LLP Act, 2008.
2. The bidder should have a valid PAN and GST Attested copy of the PAN & GST
registration registration certificate to be provided

3. Power of Attorney for authorized signatory on the Power of Attorney certificate for
bid document authorized signatory

4. Non-refundable Bid fee Proof of the amount of submission


should be submitted along with the bid.
Amount of INR 2500/- should be
submitted through NEFT/RTGS or
equivalent as per instructions given on
the eProc portal.
5. Earnest Money Deposit (EMD) Proof of the amount of submission
should be submitted along with the bid.
Amount of INR 15 Lakhs (Rupees
Fifteen Lakh Only)
6. The bidder should be a company of CMMI Level 3 Attested copy of valid and relevant
or higher. The certificate must be valid as on the certificate needs to be provided.
date of bidding.
7. The bidder should have ISO 27001 certification. Attested copy of valid and relevant
The certificate must be valid as on the date of certificate needs to be provided.
bidding.

16
Request for Proposal for Selection of System Integrator for CCTNS Punjab

SL Qualifying Requirements Documents Required


No
8. The bidder should have an average annual The audited balance sheet and Profit &
turnover of INR 35 Crores for the last 3 Financial loss statement for financial year 2017-
years from IT/ITES business. 18, 2018-19 and 2019-20 are to be
submitted.

Also, a certificate from the Statutory


Auditor of the bidder has to be
submitted mentioning the annual
turnover is from IT/ITES business
9. The bidder should have a positive net worth for The audited balance sheet and Profit &
each of the last three financial years namely 2017- loss statement for financial year 2017-
18, 2018-19, 2019-20 18, 2018-19 and 2019-20 are to be
submitted as documentary evidence
duly certified by statutory auditor.

10. The bidder should have successfully designed a) Work order along with Go-Live
and developed application, customization, testing certificate issued by client should
as well as providing Operation & Maintenance be submitted
support for projects meeting the criteria
mentioned below. OR
b) Project completion certificate
(i) 01 Project of value INR 12 Crore or more issued by the client should be
submitted.
OR
(ii) 02 projects of value INR 7.5 Crore or more

OR
(iii) 3 projects of value of INR 6 crore or more

Project credentials of the Government and Public


sector Undertakings within India in the last 05
years will be considered.

The project should have the following minimum


components:
a) Application development including API
integration
b) Data Centre Operation & Management
c) Data Digitization/ Migration

11. The Bidder should not be blacklisted by any A self-Certification/ undertaking to this
Government/ Government agency/ PSU in India as effect to be submitted as per the given
on the date of bidding nor any proceedings may be format in Appendix 5
pending against it.

17
Request for Proposal for Selection of System Integrator for CCTNS Punjab

3.2.2. Technical Evaluation Scoring Matrix


Scoring criteria Marking

Bidders Credentials 40
Resource CV 30
Presentation on understanding, Approach and 30
Methodology(A&M)

S. No Criteria Marks Supporting documents to be


submitted by bidder
A. BIDDER’S EXPERIENCE – 40 Marks
Projects undertaken in the last 05 (Five) years will be considered
1. The bidder should have successfully 15 1) Work order/LOA/agreement as
designed and developed application, supporting documents
customization, testing along with OR
Operation & Maintenance support for
projects of value INR 5 Crore or more 2) Completion certificate or Go-Live
certificate from Client
 5 Projects: 15 Marks OR
 4 Projects: 12 Marks
 3 Projects: 10 Marks 3) Self-declaration signed by company
 2 Projects: 6 Marks secretary

The project should have following


minimum components:
a. Application development including
API integration
b. Data Centre Operation
Management
c. Data Digitization/ Migration
2. The bidder should have experience in 10 1) Work order/LOA/agreement as
providing manpower support for supporting documents mentioning
operations and maintenance for MMP/ the no. of end user locations
eGov/ IT/ ITES projects having minimum OR
400 end user locations:
2) Completion certificate or Go-Live
 5 Projects: 10 Marks certificate from Client
 4 Projects: 8 Marks OR
 3 Projects: 6 Marks
 2 Projects: 4 Marks 3) Self-declaration signed by company
secretary
Project credentials of Government and
Public Sector Undertakings within India
will be considered.
3. The bidder should have experience of 10 1) Work order/LOA/agreement as
successful integration of more than two supporting documents needs to be
application for central/ State Govt/ PSU enclosed.
clients for cross departmental OR
integration 2) Completion certificate or Go-Live
• 2 marks for each project, certificate from Client
maximum 10 marks OR

18
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Projects undertaken within India will be 3) Self-declaration signed by


considered. Company Secretary

4. The bidder must have domain 05 1) Copies of purchase orders or LOI or


experience in CCTNS/ ICJS extract of the agreement needs to
be enclosed showing CCTNS/ICJS
in the scope of work.

B. Key Resources - 30 Marks


(Relevant CVs to be provided as per the Tech Form of the RFP)

Relevant experience: Project experience on law enforcement / CCTNS / Police / large e-


gov / Mission mode projects.

Domain Experience: Domain experience means experience in the technology domain which
is required for project implementation as well as for O&M support

S.no Resource Profile Marks Weightage


4 General Qualifications (Education and
years of experience): 20% (0.8
marks)

Adequacy in the assignment


(Relevant experience in similar
1 Program Manager -1 no. (Full Time)
sector/assignments): 70% (2.8 Marks)

Domain experience in working similar


kind of project implementation: 10%
(0.4
Marks)
3 General Qualifications (Education and
years of experience): 20% (0.6
marks)

Adequacy in the assignment


2 Project Manager - 1 no. (Full Time) (Relevant experience in similar
sector/assignments): 70% (2.1 Marks)

Domain experience in working similar


kind of project implementation: 10%
(0.3 Marks)

3 General Qualifications (Education and


years of experience): 20% (0.6 mark)

Adequacy in the assignment


(Relevant experience in similar
Lead Developer - 1 No. (Full Time- sector/assignments): 70% (2.1 Marks)
3
Remote support with VPN Access)
Domain experience in working similar
kind of project implementation: 10%
(0.3 Marks)

19
Request for Proposal for Selection of System Integrator for CCTNS Punjab

6 General Qualifications (Education and


years of experience): 20% (0.4
marks)

Adequacy in the assignment


Application Developer – 3 Nos.
(Relevant experience in similar
4 (Full Time- Remote support with VPN
sector/assignments): 70% (1.4 Marks)
Access)
Domain experience in working similar
kind of project implementation: 10%
(0.2
Marks)
3 General Qualifications (Education and
years of experience): 20% (0.6 mark)

Adequacy in the assignment


(Relevant experience in similar
System & Network Administrator – 1 No. sector/assignments): 70% (2.1 Marks)
5
(Full Time)
Domain experience in working similar
kind of project implementation: 10%
(0.3 Marks)

3 General Qualifications (Education and


years of experience): 20% (0.6 mark)

Adequacy in the assignment


Database Administrator/ Storage Expert (Relevant experience in similar
– 1 No. sector/assignments): 70% (2.1 Marks)
6
(Full Time- Remote support with VPN
Access) Domain experience in working similar
kind of project implementation: 10%
(0.3 Marks)

2 General Qualifications (Education and


years of experience): 20% (0.4 mark)

Adequacy in the assignment


Business Analyst cum Functional (Relevant experience in similar
7 Consultant - 1 No. sector/assignments): 70% (1.4 Marks)
(Full Time)
Domain experience in working similar
kind of project implementation: 10%
(0.2 Marks)

20
Request for Proposal for Selection of System Integrator for CCTNS Punjab

6 General Qualifications (Education and


years of experience): 20% (0.2 mark)

Adequacy in the assignment


(Relevant experience in similar
Helpdesk Engineer - 6 Nos. sector/assignments): 70% (0.7 Marks)
8
(Full Time)
Domain experience in working similar
kind of project implementation: 10%
(0.1 Mark)

C. Technical Presentation on understanding, approach and methodology and proposed


solution = 30 Marks
1. a. Understanding of the project 30 Presentation in form of PPT and
requirement- 10 Marks hardcopy of 03 sets in color print needs
b. Approach and Methodology – 10 to be submitted on the day of
Marks presentation. One copy of presentation
c. Solution for the project – 10 Marks in CD/ DVD/ Pen-Drive also to be
submitted.

3.2.3. Selection Criteria


Commercial bids of only those bidders shall be evaluated who scores a minimum technical score of
70 %. The bidder who has submitted the lowest commercial bid shall be selected as the L1 and shall
be called for further process leading to the award of contract.

3.2.4. Commercial Bid Evaluation


a) The commercial bid proposed by the bidder (in Form 2.2 : Summary of commercial
proposal) for O&M support cost for 1st, 2nd and 3rd year will be evaluated for Lowest
Cost (L1) selection. For clarification of the bidders, the initial contract will be awarded for
02 years which may further be extended to another 01-year subject to satisfactory
performance and rate quoted in Form 2B for 3rd year.

b) The Commercial Bids of technically qualified Bidders will be opened on the prescribed
date & time in the presence of Bidder representatives and bid evaluation committee.

c) If a firm quotes NIL charges / consideration, the bid shall be treated as unresponsive and
will not be considered.

d) Only fixed price commercial bids indicating total price for all the deliverables/services
specified in this bid document will be considered.

21
Request for Proposal for Selection of System Integrator for CCTNS Punjab

e) The bid price will include all taxes and levies and shall be in Indian Rupees and
mentioned separately.

f) Any conditional bid would be rejected.

g) Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there
is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be
corrected. If there is a discrepancy between words and figures, the amount in words will
prevail”.

3.2.5. Award of Contract


The Bidder, who has submitted the lowest Commercial bid, shall be selected as the L1 and shall be
called for further process leading to the award of the assignment.

3.2.6. Notification of Award


a) Department will notify the successful bidder in writing (LoI) thereby indicating that its Bid has
been accepted.

b) The notification of award will constitute the formation of the contract upon the successful
furnishing of Performance Bank Guarantee.

4. Section 4: Terms of Reference (TOR)

4.1. Purpose
The CCTNS Project has been successfully implemented in Punjab and is operational since 2012.
The project was implemented with the help of a System Integrator (SI) for implementation,
maintenance, operation, and management support. As the existing contract with the current SI is
expecting to expire, the State is looking forward for renewal of the contract through open tendering
process as per the Govt. guidelines. The selected SI will be onboarded for an initial period of 02
years and further extendable by another 01 year (total contract period of 03 years) on the basis of
satisfactory performance.

4.2. Project Background


The Crime and Criminal Tracking Network Systems (CCTNS) was conceptualized by the Ministry of
Home Affairs in detailed consultation with all stakeholders and implemented as a “Mission Mode
Project (MMP)” which has adopted the guidelines of the National e-Governance Plan (NeGP).
CCTNS aims at creation of a comprehensive and integrated system for enhancing the efficiency and
effectiveness of policing at all levels and especially at the Police Station level through adoption of

22
Request for Proposal for Selection of System Integrator for CCTNS Punjab

principles of e-Governance. CCTNS operates through the creation of a nationwide networked


infrastructure for evolution of IT enabled state-of-the-art tracking system around “investigation of
crime and detection of criminals” in real time, which is a critical requirement in the context of the
present-day internal security scenario.

The scope of CCTNS spans all States and Union Territories and covers all Police Stations (20,000+
in number) and all Higher Police Offices (6,000+ in number) in the country. The CCTNS project
includes vertical connectivity of police units (linking police units at various levels within the States –
police stations, district police offices, State headquarters, SCRB and other police formations – and
States, through State headquarters and SCRB, to NCRB at GOI level) as well as horizontal
connectivity, linking police functions at State and Central level to external entities. CCTNS also
provides a citizen’s interface for facilitating basic services to the citizens. The present System
Integrator M/s Tata Consultancy Services Limited (TCS) has been managing the current operation
and maintenance of CCTNS Punjab.

4.3. Stakeholders of the Project


The impact of the police subject being sensitive, a consultative and a bottom-up approach must be
adopted for designing the MMP impacting the following stakeholders:
1. MHA/NCRB
2. Govt. of Punjab
3. Citizens
4. External agency, Govt. of India/PSU
5. Non-Government/Private sector organizations

4.4. About CCTNS Punjab


The CCTNS Punjab is currently using Core Application Software (4.5) of Java stack for both online
(CAS State at SDC) and offline (in PS), citizen services, various State developed modules and
mobile application. The Core Application Software (CAS) enables day to day activities of Police and
provides various Police services and information to citizen through Saanjh. The project Go-Live was
successfully achieved in the year 2018. Some of the key milestones achieved by CCTNS Punjab
are as follows:

a) Computer hardware has been provided at all end locations of the State.
b) Requisite CCTNS software training has been imparted to all the district Police Officials.
c) All 423 Police Stations and 191 Higher Offices in Punjab are connected with the CCTNS data
center.
d) Registration of FIR, General Diary entries and entries in other IIF Forms have been going on
through CCTNS.

23
Request for Proposal for Selection of System Integrator for CCTNS Punjab

e) Since its inception, FIR records of all Police stations for 10 years (2005 to 2015) have been
digitized and migrated to CCTNS Database.
f) 09 Citizen services of CCTNS have been integrated with “Saanjh”.
g) Some of the integration of CCTNS with other applications like ICJS, VAHAN, SARATHI,
AFIS, National Crime Reporting Portal, ITSSO, Transliteration/ linguistic Software, UIDAI,
CM Dashboard, ArcGIS, Cognos, CCTNS Mobile App, HRMS, MedLEaPR, etc. has been
done.

4.5. Infrastructure
4.5.1. IT Infrastructure at the End Locations
CCTNS Punjab has IT infrastructure in all the police stations/ higher offices. Under CCTNS project
a standard infrastructure has been provided to all end locations (Police Stations and Higher Offices)
and the details of infrastructure presently available at various location/ offices are as follows:

i. 3-4 Desktops (PS)/ 5-10 Desktops (HO)


ii. Multifunctional Printer
iii. Laser printer
iv. 1KVA UPS
v. 1 DG Set \ Solar Power Plant
vi. 1TB External Hard disk Switch
All unit headquarters have been provided with desktop, printer, UPS and other peripherals. A LAN
connection is present in all the units and through the network connectivity these unit are connected
to the CCTNS Data Centre.

4.5.2. Data Centre


The CCTNS Servers are currently hosted at the State Data Centre (SDC), Mohali. The CCTNS Core
Application Software (CAS) is hosted at SDC which is connected to end locations covering 423
police stations and 191 Higher Offices across the State. CCTNS SDC is also connected with National
Data Centre and Disaster Recovery Centre for data transaction and regular backup respectively.

24
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Architecture of the State CCTNS Data Centre:

Data Centre Architecture

The existing System Integrator was assigned to provide implementation, Operation & Maintenance
support for CCTNS Punjab is as below:

a) Management and operation support for DC and DR


b) Support and management of Service Level agreement using EMS tool (IBM-SCCD)
c) Support for Antivirus Software management for DC/DR and end locations
d) Management of storage, SAN Switches, Data Backup, Tape Library at DC/DR.
e) Support and management of Networking, Switch, security & Firewall, LB
f) Integrating with aggregated bandwidth for data exchange with end user location, DC-NDC
and DC-DR

4.6. CAS Application modules


4.6.1. CAS Modules
The CAS application covers the following modules which are being used by the police for their day
to day policing activities.

a) Registration:
(i) FIR/NCR
(ii) Missing Person
(iii) Lost Property

25
Request for Proposal for Selection of System Integrator for CCTNS Punjab

(iv) Unidentified Person Registration


(v) Registration of Unidentified Dead Body
(vi) Registration of Unnatural Death
(vii) General Dairy
(viii) Unclaimed / Abandoned Property
(ix) Medico Legal Case Request Form
(x) Stranger Roll Registration
(xi) Preventive Action Registration
(xii) Foreigner Registration
(xiii) Missing Cattle Registration

b) Investigation:
(i) Crime Details Form
(ii) Arrest / Court Surrender Form
(iii) Property Search & Seizure Form
(iv) Final Form / Report
(v) Gang Profile Form
(vi) Gang/Organization Criminal Activity
(vii) Details
(viii) Member Details Form

c) Prosecution
(i) Court Disposal Form
(ii) Result of Appeal Form

d) Search & Query


(i) Person & Property Matching
(ii) Status Search

e) Dashboard
(i) Crime Reports
(ii) General Reports

26
Request for Proposal for Selection of System Integrator for CCTNS Punjab

4.6.2. Integration of CCTNS Application


Apart from the NCRB developed CAS, CCTNS Punjab has customized the CAS as per the Punjab
police requirement like customization in Punjabi (local language), State specific reports and
registers, specific work flows as per the State requirement. State has also done integrations with
various agencies which are as follows:
a) CCTNS-SAANJH (Citizen Portal)
b) CCTNS- ICJS
c) CCTNS- AFIS (Automated Finger Print Identification System)
d) CCTNS- CM Dashboard
e) CCTNS-Aadhaar
f) CCTNS- Transliteration/ linguistic Software
g) CCTNS-National Crime Reporting Portal (NCRP)
h) CCTNS-Vahan
i) CCTNS-Sarathi
j) CCTNS-HRMS
k) CCTNS-MedLEaPR (Medico Legal Examination & Postmortem Reporting System)
l) CCTNS-CDAC (SMS Gateway)
m) CCTNS-Cognos
n) CCTNS- ArcGIS
o) CCTNS- Litigation Management System (LMS) -Proposed to be integrated

4.6.3. State Developed Modules


CCTNS Punjab has developed 38 State extension modules apart from the Core Application
Software (State extension). The list of State developed modules as follows:

1) CRC
2) Grievance Redressal
3) Duty Allocation
4) Leave
5) ACR
6) Transfer/ Posting
7) Promotions
8) Court Case Management
9) Dashboard
10) Investigation Management Service
11) Registration
12) Complaint Management
13) Saanjh Integration

27
Request for Proposal for Selection of System Integrator for CCTNS Punjab

14) IT Store Management


15) IT Store Management - Condemnation
16) DMS
17) Knowledge Management
18) Employee Portal Service
19) Punjab Police Website
20) Payroll Generation
21) Arrear Generation
22) Cash Management
23) Store Management of Provisioning
24) Transport Store Management
25) Transport Store Management - Condemnation
26) Security Alert System and Vital Installation
27) Prisoner and Cash Escort
a) Nakabandi and Patrolling
b) Private Security
28) Training
29) SCRB Reports
30) CI Gazette
31) Welfare Module
32) Road Accident Reporting Module
33) Court, Jail Interface and Prosecution Management Services
34) Automated Fingerprint Identification System (AFIS)
35) Notification System
36) Integration of CCTNS CAS with following Projects:
a) NDSO
b) Punjabi University
c) National Cyber Crime Portal
d) CM Dashboard
e) Vahan & Sarathi
37) Integration with Aadhaar
38) Armory Store Management

28
Request for Proposal for Selection of System Integrator for CCTNS Punjab

4.6.4. Offline/ Online Architecture of the CAS

Architecture of CAS Offline Architecture of CAS Online

4.6.5. Technology Stack for Existing Core Application Software


Currently the Punjab Police is using NCRB developed Core Application Software (CAS). The current
version of CAS deployed across the Police Stations and Higher Offices of Punjab is CAS 4.5. The
existing technology version is Java 6.0, Database is MySQL 5.5.2 & GlassFish 2.1, Sun Solaris 10,
RedHat version 5 & 6. The following technological stack are used for deploying CCTNS CAS
applications.

Sl.no Module Technology Database Web Server OS


1. CAS Online Java 6.0 MySQL 5.5.2 GlassFish 2.1 Sun Solaris 10
2. CAS Offline Java 6.0 MySQL 5.5.2 Ubuntu 16.0
3. 38 State extension Java 6.0 MySQL 5.5.2 GlassFish 2.1 Solaris based
modules server

Note: The above information is indicative in nature, and the exact details would emerge out after a
detailed system study is carried out by the selected bidder.

29
Request for Proposal for Selection of System Integrator for CCTNS Punjab

4.7. Scope of Work


The broader scope of work expected from the selected Bidder is as follows (but not limited to):

a) Application support for CAS and State extension modules: To provide operational and
management support, customization and enhancement of features present in the Core
Application Software (CAS 4.5 or higher version) and existing 38 State extension modules in
DC/DR. In addition, roll-out support for any new version of CAS released by NCRB/MHA
which includes testing, bug fixing in co-ordination with NCRB and upgradation of Police
Station Offline DB and Sync Utility tools.
• The Citizen Portal is being managed through a separate application called “Saanjh”
which is out of scope of this RFP, however the bidder will provide all the support for
integration of Citizen services with the CAS application.
• Also, the State has mobile application for Police and citizen services which is not
covered under the scope of work of this RFP. However, the selected bidder will extend
support for integration of services with CAS application.
• The bidder will also integrate the existing 38 State extension modules with CAS 5.0 or
any higher version to be released by NCRB in future.
• The bidder needs to upgrade the existing Sun Solaris operating System to compatible
open-source Linux operating system having valid OEM support at least for the next 05
years. However, the existing web server (Glassfish), Java software and MySQL needs
to be upgraded as and when requested by the purchaser during the contract period.
• During the duration of the contract the Purchaser may ask for additional work as per
Change Request section (3.1.10) The man-month rates proposed by the bidder in the
commercial proposal shall be used to compute the overall cost of the additional effort.
One of the critical requirements would be the upgradation of existing web server version
i.e. Glassfish with any open source stable web server with valid OEM support,
upgradation of Java software and MySQL to the latest version compatible with CAS 4.5
or 5.0.
• Application enhancement: The bidder shall migrate the Police Stations from existing
offline DB to online mode of functioning based on the network feasibility. The Purchaser
shall provide complete support for the process of such migration.

b) Helpdesk support for CAS end user locations: To provide 24x7 operational and
management support for CAS for 423 Police Stations and 191 Higher Offices. The bidder will
assist in migrating the Police Stations from offline to online platform.

30
Request for Proposal for Selection of System Integrator for CCTNS Punjab

c) Support for operation and management of DC/DR: To provide operation and


management support for Data Center with bundle of services to ensure continuity of
business.
The DR Data backup needs to be periodically checked for its integrity and usability
half-yearly using the existing infrastructure to avoid data loss in time of need without
any additional cost to the department. The bidder may configure the required data backup
at DR end and connect it to the restored database with existing testing server at Data Center
to check the usability of the DR end.
The bidder needs to support in rectification and resolving the security audit observations
provided by the third-party security audit agency employed by the purchaser as and when
required during the contract period.
Technical support to migrate the CCTNS DC/Disaster Recovery Center to Cloud platform.
The resource deployed by the bidders for the DC operations should extend the technical
support in migrating DC/DR Site to cloud platform on need basis without any financial
implication.
d) Integration support: To provide integration support with CCTNS application w.r.t. any other
external/internal applications apart from ICJS, Mobile application, portal provided by Govt. of
India/NCRB/MHA as per the State requirement. This includes development of additional API,
script, codes, additional fields required to consume the data for integration with CAS.
e) Training support: To provide support for imparting role-based training to the Training of
Trainers (ToT) at PPHQ for any additional modules designed and developed at State level.
f) Support for value added services: To provide support for implementation of national best
practices for CAS application, tools (Analytics tool /BI, ArcGIS), integration support for SMS/
payment gateway, various portals of State and Central governments.
Note: All necessary hardware, software and license for DC, DR and end user locations will
be provided by separate vendor/OEM and is out of scope for SI to be selected through this
RFP.

31
Request for Proposal for Selection of System Integrator for CCTNS Punjab

4.8. Detailed Scope of Work

Sl. no Responsibilities of selected bidder

1) (i) Application support for CAS / State extension modules, customization

a) Operation and management support for CAS 4.5 or higher version (Online/Offline module)
b) Support for roll-out of new version of CAS/ State extension modules including testing,
Configuration and go-live.
c) Support for integration of CCTNS with ICJS, internal/external stakeholders which includes
design and development of API, e-Forms & related support services.
d) Support and management of 38 State extension modules of CCTNS and support in
migration of these 38 modules with CAS 4.5 or 5.0 and integration with other services.
e) Carry out the detail functional testing and coordination for bug fixing or providing alternate
solution for any new version to be released by the State/Central.
f) Non-functional testing such as Performance testing, Load testing, Stress testing, volume
testing, Security testing, Compatibility testing, Install testing, Recovery testing, Reliability
testing, Usability testing, compliance testing, localization testing of CAS application
g) Testing of new built version of CAS online and offline for identifying any functional bugs
and glitches and providing end to end solution for the department.
h) The bug issues needs to be categorized as per the severity of the bug into - Major, minor,
Critical, Showstopper and discuss with State/ NCRB for work around solution to avoid any
impact for rollout of new version.
i) The bidder will ensure that the CAS application meets all the requirements of the
department including the functionality and technical requirements.
j) Along with testing, SI will re-verify the existence of old bugs in the newly released CAS
version.
k) SI needs to suggest workaround solutions to the problem till NCRB provides a solution for
the identified bug in order to ensure continuity of the business at PS/HO level.
l) Submission of testing report containing the Package Deliverables, new enhancements,
Features, Fixes and correction, status of sync utility & the issues reported with no. of bugs
identified for all the three modules of CAS
m) Plan for CAS rollout activity once the testing is completed at State level and the released
version is found suitable for rollout after discussion with Purchaser.
n) Migration of State specific customization carried out in earlier version of CAS to the newer
version before rollout of latest version of CAS.
o) Upgrading the Police Stations Offline Database and Sync Utility tools.

32
Request for Proposal for Selection of System Integrator for CCTNS Punjab

p) The bilingual and Unicode of local language may be supported, integrated in the
application for local language typing in the CAS application
q) During the Operation and Management phase, the bidder will be responsible for overall
maintenance of the application through business continuity support, help desk support,
monitoring and maintenance, miscellaneous operations related to the solution and provide
support in compliance to the agreed SLA.
r) The Citizen Portal is being managed through a separate application called “Saanjh” which
is out of scope of this RFP, however the bidder will provide all the support for integration
of Citizen services with CAS application.
s) Also, the State has mobile application for Police and citizen services which is not covered
under the scope of work of this RFP. However, the selected bidder will extend their support
for integration of mobile services with CAS application.

(ii) CAS customization

a) SI needs to carry out the gap analysis for State specific requirement for customization after
discussion with the department.
b) For any new version of CAS, SI has to carried out customizations which are already been
done in earlier versions as per SRS along with supported documents.
c) SI will share a feasibility for the customization to be carried out as per the Do’s & Don’ts
guidelines provide by NCRB/SDA which is within the purview of SRS.
d) SI will perform customization of existing CAS (online/ offline) including 38 State extension
modules which will cover modification of existing e-Forms, Workflow re-design, addition of
actors/ stakeholders with minimum modification/ addition of database, writing of additional
codes/script and with appropriate measures so that it will not impact other working
functionalities
e) Customization of bilingual reports, design of MIS dashboard, design & customization of
responsive UI for performance enhancement of the application and associated services
f) SI will assist the department in implementing the national level best practices & integration
with CAS & State application on need basis.
g) SI will not make any changes in CAS structure without the prior approval from State.
However, any customized version post approval will be deployed in production
environment.
h) Any customization requirement will be given as per the approved guidelines of Software
Development Agency and being followed by other States on CCTNS. The timeline will be

33
Request for Proposal for Selection of System Integrator for CCTNS Punjab

as per the industry standard since the project is already live and the customization
requirement may be urgent to avoid impact on functioning of the system.
i) The bidder must ensure that the customization activity is completed within the acceptable
timeline mutually agreed by both the parties as per the industry best practices.
j) If additional back office resource support is required to supplement the customization effort
of onsite team, the bidder must plan the same to meet the agreed timeline without any
financial implication.
k) If the State desires to develop any additional modules on top of CAS application, 38 State
modules for further enhancement of the CAS application for business process
improvement with defined functionality requirement specification the same may be
awarded to SI for design and development through Change Request process. The effort
estimate and delivery timeline need to be mutually agreed by both the parties or duly vetted
by State designated agencies having required expertise.

(iii) MIS Dashboard Reports:

a) Customization of MIS dashboard for generation of various types of reports and registers
of Police stations for monitoring and review of supervisory officers. for monitoring and
review by the supervisory authorities.
b) The dashboard reports will be customized based on the input provided by the State.
c) Proof of Concept (POC) for report at UAT followed by demo to State team and approval
before deployment to production environment.
d) The generated dashboard reports need to have clarity for the purpose and may be
extracted in various formats(Doc, excel, PDF, etc.)
e) The generated reports will be in statistical as well as in graphical form.
f) Each report will have the provision to select one or multiple sub-criteria from the drop-down
list.
g) The reports should have a provision to select multiple options for the purpose of
comparison.

2) Helpdesk support System for CAS end user locations

a) Helpdesk will be the central point of contact for all CAS related issues. The Bidder shall
monitor complaints through the existing EMS system or any other upgraded system. The
details of manpower requirement for Helpdesk support is given in section 4.9
b) Provide solution support through the existing helpdesk system such as

34
Request for Proposal for Selection of System Integrator for CCTNS Punjab

(i) Call Receiving from Users, its logging and issue of ticket no. to user
(ii) Single point of contact for all CAS application related issues
(iii) Call Escalation, tracking and closure
(iv) Reporting on daily/weekly/ monthly/quarterly calls or incidents such as Call
Pending Report with details, call resolution and analysis reports.

c) In addition to the above services, the bidder must maintain Service level management,
incident management, change management, Problem management, Root Cause Analysis
related to CAS application and DC services. However, the above-mentioned list of task
and support services may vary as per the requirement of Punjab Police.
d) Setting up of dedicated helpdesk resource with telephone line for receiving calls from police
stations/Higher Offices and calling back for support and management of CAS offline/online
application.
e) Purchaser will provide the space for setting up the helpdesk whereas the Infrastructure
required for the helpdesk team such as Laptop/ Desktop PC/ Phone/ Printer must be
managed by the bidder.
f) Provide support required to resolve the field issues related to CAS application and may
work in all days as per the urgency of the business.
g) Support and management in good faith and ensure that no mistakes are done advertently
keeping the better interest of the project.
h) Helpdesk will handle fault acceptance, reporting, assigning to support team and closure of
ticket with submission of daily update to Punjab Police during the contract period.
i) The SLA report must be submitted to the purchaser on daily/monthly/quarterly basis.
j) The Bidder must provide their best effort to support solution till the closure of the
problem/incident/task and in compliance with the Service Level Agreement (SLA).
k) The Bidder must deploy the required quality and suitable manpower for the support system.
l) The bidder will assist in migrating the Police Stations from offline to online mode.
m) The bidder will provide support for any new end user location(under CCTNS Project) to be
established in the State during the contract period.

3) Support for operation and management of Data Centre and DRC

a) The bidder is free to upgrade the existing technology stack from Solaris to any latest open-
source compatible operating system like Linux or equivalent along with required web
services to have a better performance and manageability for the project. The proposed
solution should have at least 05 years of operating support from OEM. Any financial
requirement related to support maybe proposed by the bidder.

35
Request for Proposal for Selection of System Integrator for CCTNS Punjab

b) Manpower support for CCTNS Data Centre for management and configuration of existing
Data Center for smooth running of the services.
c) Management & troubleshooting of Servers and all services of the DC such as patches
update, taking back up of log files, system files, regular changing of password of the
equipment as per feasibility.
d) Updating of the System Software, Application software and Antivirus, Database, Routers,
Switches, Firewall & Storage equipment so that the system firmware or patches is up to
date as per feasibility.
e) Support for raising the ticket to OEM vendors for faulty DC/DR equipment’s.
f) The DR Data backup needs to be checked for its usability in case of any disaster situation.
g) The DC manpower resources must take backup of the file system, database and server
log files on daily/weekly/monthly /yearly basis or as per the requirement of CCTNS Punjab.
h) Regular cleaning of Tape/backup equipment drive, patch management, cleansing of
database for optimum performance of the system.
i) Technical support to migrate the CCTNS DC/Disaster Recovery Center to Cloud platform.
The resource deployed by the bidders for the DC operations should extend the technical
support in migrating DC/DR Site to cloud platform on need basis without any financial
implication.
j) Configuration of DC-DR for data replication/ restoration at DC as well as DR end.
k) The Bidder should help providing support including writing/executing script/
configuration/customize and management for all the services of Data Center including DR.
l) The team will also support for data restoration and data quality checking between the DC
& DR
m) During the contract period if any DC /DR equipment falls under end of support or end of
life, the purchaser will replace the equipment through a separate bidder. However, the
selected bidder will provide support for configuration of any DC/DR equipment as per State
requirement.
n) The successful bidder shall co-ordinate with OEMs for support regarding configuration
issues till up and running of the required services.
o) Support for Data Centre/DR on the basis of SLA and provide services as and when
required.
p) Security Audit related support: The SI will support in rectification and resolving the
observations provided by the third-party security audit agency employed by the purchaser
as and when required during the contract period. Anything related to asset
replacement/software upgradation will be out of scope of SI while resolving the security
audit observation.

36
Request for Proposal for Selection of System Integrator for CCTNS Punjab

4) Integration of CCTNS with internal/external agencies.

a) CCTNS Punjab is expected to be horizontally integrated with other agencies for sharing of
data electronically such as ICJS, e-court, FSL, Prosecution, Prison, State Portal services
for data exchange, single sign on (SSO) and other external departments.
b) Selected Bidder will support in integration of CCTNS with other external agencies/mobile
application by developing API, e-forms, etc. for successful electronic exchange of data
using web-services or connectors and support for other technical requirements to integrate
and enable the exchange of data electronically between CCTNS and external agencies.
c) Developing e-forms & API for electronic exchange of data using web-services or
connectors and support for other technical requirements to integrate and enable the
exchange of data electronically between CCTNS and external agencies.
d) Developing script/API/Connectors and other processes required for end-to-end integration
with CAS w.r.t. mobile application, ICJS and any other application and services of
internal/external stakeholder as per State requirement.
e) The integration process includes authentication, encryption process and exchanging of
data using CCTNS services by the State users.
f) Coordinate, requirement gathering, understand the feasibility and conduct the Proof of
concept for testing the requirements.
g) Analyze the feasibility for exchange of data sets between CCTNS and external entities.

5) Capacity building training

a) Selected SI will support the State in capacity building and role-based training to “Training
of Trainers” on enhanced and upgraded version of CAS application
b) SI will support the change management activity through technical presentation, knowledge
sharing of CAS, MIS dashboard and other citizen services related to CCTNS project
including hands on demo through web-based services of CCTNS.
c) Sharing other relevant technical information like mobile app, integrated services, or any
similar application
d) Provide refresher training on CAS/ State modules/ Mobile App for any new versions
released during the O&M phase.
e) Provide support for conducting CCTNS/ ICJS related change management program
workshop on need basis
f) Imparting training to Training of Trainers(ToTs) for additional new modules developed at
State/ Central level

37
Request for Proposal for Selection of System Integrator for CCTNS Punjab

g) Change management program will be conducted for officers (SP/DSP/ACP/SHO) who


have a direct impact through reviewing the performance of the Police Stations & using the
advance search features to facilitate the investigation process through CCTNS System.
h) SI in consultation with State will develop the contents, presentations and sample videos to
explain the objectives of the program, its benefit and expected outcome.
i) Defining the requirements based on the detailed analysis and design the necessary
content (reading material, presentations) in English, Hindi and Local Language (Punjabi)
for the Change Management Workshops.
6) Support for value added services

a) Support in implementing national best practices for CAS application


b) Support in implementing technologies like predictive policing, AI, BI and Data analytics
using the existing available tools like ArcGIS, IBM Cognos, CMAPS, etc. The SI will extend
integration support with the existing application, database, services, tools, etc. with
support of the OEM/supplier providing the technology/solution/product. However, if State
wants to implement any value-added services through SI which includes procurement,
implementation and support then it will be covered under Change Request (CR). The rate
will be discovered through designated market committee of the department.
c) Ensure availability of CAS in Bilingual version (Punjabi and English). Preparation of
necessary configuration files for both CAS and additional functionalities/modules
developed as part of CAS.
d) Configuration with Punjabi language at API/OS so that the PS/Citizen can do the data entry
in Punjabi apart from English. The SI should do the necessary configuration using Open
source Punjabi Unicode or as applicable
e) Support for other value-added services like implementation of chat-bot, AI, data analytics,
Facial recognition software, ArcGIS, FTP file server for data repository etc. on CCTNS
framework.
f) The bidder will also configure e-mail and SMS services through API in CAS and other State
applications.
g) The bidder must support the existing SMS/OTP services for management, deployment and
configuration of API in the Data Centre Application server as and when required
h) Integration of CAS with various State and Central government portals as per the
requirement.

7) Project Documentation & Reporting

a) The Bidder will update the project progress on daily/weekly basis as agreed upon during
the contract signing.

38
Request for Proposal for Selection of System Integrator for CCTNS Punjab

b) The reporting template will be shared by the state to the Bidder which may likely to change
during the progress of the project.
c) The reporting should mention any issues and challenges faced by the Bidder during project
rollout or support.
d) Documentations to be maintained by the selected bidder:
• System Documents
• User Documents
• Project Component Documentation
• Training Material
• User Manual
• System Manual
• Project Plan
• Weekly Review Sheet
• Test Cases, Test Report, Traceability Matrix, GAP Analysis document, Standard
Operating Procedure Documents, MOMs ,KT documents etc.
• System Requirements Specifications
• System Design Document
• Project Source Code
8) Risk Assessment and Mitigation Planning

a) Data Centre Network Security for external threat & the mitigation plan
b) Identification various threat perception for Data Centre & on the best practices as per the
industry standard
c) Risk identification & mitigation plan for Data backup, recovery and disaster management
d) Issues related to application testing, customization & rollout challenges in client location
e) Risk identification for Anti-virus, OS patch management & licensing.
f) Risk identification for Servers, mail back up
g) Risk identification of CAS & other applications
h) Risk identification & mitigation plan based on the ITIL/ ITSM as per the industry standard.

9) Approach for Taking over from existing SI

a) The bidder should prepare a comprehensive plan for takeover from the existing SI
b) The bidder should deploy qualified senior resources for Knowledge Transfer/ Training/
Briefing & document collection from the existing SI related to application & Data Centre
support.
c) Preparation of detailed checklist for proper KT and discussion with purchaser for approval

39
Request for Proposal for Selection of System Integrator for CCTNS Punjab

d) The bidder must take necessary precaution to extract critical information for DC related
activity and application support, so that the operation is not impacted post exit of the
existing SI.
e) At least 90 days will be planned for knowledge transfer from the outgoing SI to the new SI.
This exercise needs to be planned immediately after issue of LOI/Work order and the
bidder must have a plan ready.
10) Exit Management

a) Submission of exit management plan 180 days prior to end of the contract and
discussion with Nodal Officer for approval.
b) Exit management will be initiated minimum of 90 days prior to end of the contract
c) Proper Knowledge transfer to the designated team for smooth handover
d) Knowledge and documentation transfer as per exit plan.

4.9. Resource requirement details


SI should ensure that only quality and dedicated resources are proposed and deployed for the project
to support and manage the project.

Note: The quantity of resources indicated in the RFP are minimum in number and the bidder cannot
decrease the number of proposed resources however, The bidder is free to increase the quantity of
resources in order to adhere to the SLAs and other requirement of the RFP.

The resource requirement details are as follows:

40
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Sr Proposed
Qty Experience & Qualification
No. Resource

General qualification:
i. B.E./ B. Tech./ MCA / Post Graduate
ii. Minimum 15 years of experience in implementation of IT
Trunkey Project
iii. Minimum 10 years of experience in Enterprise- Wide
systems integration

Relevant experience:

iv. Minimum 08 year of proven professional experience as


Program
Project Manager in the management of 02 (two) large
Manager
1 1 scale e-Governance Projects/MMP with minimum project
(Full Time
cost of 25 crores or more.
Deployment)
Domain experience:

v. Should have involved in complete software development


life cycle for at least 02 projects in e-Gov projects.
vi. Should have experience in project administration,
coordinating, planning, execution, monitoring and
reporting.
vii. Should have minimum 5 years experience in Police
domain Project.

General qualification:

i. B.E. / B. Tech./ MCA


ii. 10 years of experience in IT
iii. Minimum 5 years of experience in Enterprise-Wide
systems integration

Relevant experience:

iv. Minimum 5 year experience in managing 01 (One) large


scale e-Governance projects/MMP with minimum project
Project Manager
cost of 10 crores or more.
2 (Full Time 1
Deployment)
Domain experience:

v. Should have involved in complete software development


life cycle for at least 02 projects in e-Gov projects.
vi. Should have minimum 3 years experience in Police
domain project
vii. Should have experience in supporting O&M Phase of
enterprise wide project.
viii. Must have expertise in- SDLC, integration of
applications, SMS/payment gateway integration,
architectural workflow & customization.

41
Request for Proposal for Selection of System Integrator for CCTNS Punjab

General qualification:
i. B.E. / B. Tech./ MCA
ii. 4 years of experience in Software Development
iii. Minimum 3 years’ experience in Enterprise- Wide
systems integration

Relevant experience:

iv. Minimum 3 year experience in development & support of


Lead Developer
large scale e-Governance projects/MMP of project.
(Full Time-
3 Remote support 1
Domain experience:
with VPN
Access)
v. Should have involved in complete software development
life cycle for at least 01 projects in e-Gov projects.
vi. Should have experience in supporting O&M Phase of
CCTNS project.
vii. Must have expertise in development of web applications
using Java/MySQL/open source stack, API development,
SRS/FRS and other project documents design,
integration of applications, SMS/payment gateway
integration, architectural workflow & customization.

General qualification:

i. B.E. / B. Tech./ MCA

Relevant experience:

ii. Experience in JAVA based application development &


support of large scale e-Governance projects/MMP of
Application
project.
Developer
(Full Time-
4 3 Domain experience:
Remote support
with VPN
iii. Should have involved in complete software development
Access)
life cycle for at least 01 projects in e-Gov projects.
iv. Should have experience in supporting O&M Phase of
CCTNS project.
v. Must have expertise in development of web applications
using Java/MySQL/open source stack, SRS/FRS and
other project documents design, integration of
applications, SMS/payment gateway integration,
architectural workflow & customization.

42
Request for Proposal for Selection of System Integrator for CCTNS Punjab

General qualification:

i. B.E. / B. Tech/ MCA


ii. 5 years of work experience

Relevant experience:

iii. Minimum 4 year experience as System & Network Admin


in large scale e-Governance projects/MMP of project.
iv. Should have experience in management of security
devices, maintaining firewall services to restrict network
protocols and traffic, detecting intrusions or unauthorized
System &
access to networks, systems, services, applications or
Network
data, protecting email gateways, firewalls and servers
5 Administrator 1
v. Experience in monitoring of various devices / tools such
(Full Time
as firewall, intrusion detection, content filtering and
Deployment)
blocking, virus protection, and vulnerability
protection through implementation of proper patches
and rules.

Domain experience:

vi. Should have experience in supporting O&M Phase of


enterprise wide project on a Large / medium sized
network of servers, desktop systems and
communications devices
vii. Should have experience in Redhat Enterprise
Linux, Sun Solaris.

General qualification:

i. B.E. / B. Tech/ MCA


ii. 4 years of work experience

Relevant experience:
Database
iii. Minimum 3 year experience as Database Admin in large
Administrator/
scale e-Governance projects/MMP of project.
Storage Expert
6 (Full Time- 1
Domain experience:
Remote support
with VPN
iv. Must have expertise on MySQL / Oracle Database
Access)
Administration
v. Expertise in analyze, consolidate and tune database for
optimal efficiency and preventive maintenance as
required
vi. Expertise in implementation and monitoring the data
security, encryption and database clustering
environment

43
Request for Proposal for Selection of System Integrator for CCTNS Punjab

General qualification:

i. B.E. / B. Tech./ MCA


ii. 08 years of experience in IT
iii. Minimum 5 years of experience in Enterprise-
Wide systems integration

Business Relevant experience:


Analyst cum
Functional iv. Minimum 5 years experience in large scale e-
7 1
Consultant Governance projects/ MMP.
(Full Time
Deployment) Domain experience:

v. Should have involved in complete software development


life cycle.
vi. Should have experience in requirement gathering,
Preparation of FRS, SRS, Test case, conducting UAT,
demonstration and training, project documentation etc.
vii. Should have experience of Police Domain Project

General qualification:
i. B.E. / B. Tech/ BCA/B. Sc IT /M.Sc. IT/ MCA
ii. 3 years of relevant work experience

Relevant experience:
Helpdesk
Engineer
iii. Minimum 2 years of experience working as application
(Full Time
8 6 Helpdesk support Engineer
Deployment of
all 6 helpdesk
Domain experience:
resources)
iv. Should have experience in handling helpdesk tickets.
v. Should be proficient in English, Hindi and
Punjabi Language.

44
Request for Proposal for Selection of System Integrator for CCTNS Punjab

4.10. Project Timelines

S.no Activity Timeline Remarks


(T = Date of contract signing)

Operation & Management support

1. Kick Off meeting T + 7 days

2. Deployment of resources for T + 15 days


Knowledge Transfer (KT) activity

3. Knowledge Transfer completion T + 60 days


including all the queries and
mitigation measures

4. Deployment of the team for project T+ 90 days Till the end of the
takeover and operation & contract period
management support
The project to
continue for 02 years
after successful
takeover (T+ 90 days)
by the new SI

Note:
It is to be noted that the contract of the current SI is till 12th February 2022. The knowledge
transfer as per the above schedule shall commence 90 days before the expiry of the current
contract.
The bidder shall plan the resource deployment accordingly and resource costing as no extra
payment shall be made to the selected bidder during the current exit period of the current SI.
4.11. Payment Terms & Deliverables

Operation & management

S.no Milestone Supporting document Payment frequency


to be submitted as
deliverables
1. Quarterly O&M SLA support Monthly/quarterly SLA Payment will be released as
report per equal quarterly payments
installments

45
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5. APPENDIX
5.1. Appendix 1: Necessary Forms
5.1.1. Form 1: Compliance Sheet
The bid should comprise of the following requirements. The documents mentioned in this compliance
sheet along with this form, needs to be a part of the bid and the forms will be used for the purpose
of technical bid evaluation of the bid.

# Specific Requirements Documents Required Compliance Reference


& Page
No.
(Mandatory
)
1. Particulars of the bidders As per Form 2 under Appendix I Yes / No

2. Certificate of incorporation Certificate of incorporation and Yes / No


certificate of commencement of
business issued by the Registrar
of companies / appropriate
authority
3. PAN and GST registration Attested copy of the PAN & GST Yes / No
certificate registration certificate
4. Power of Attorney for As per Form 10 under Appendix I Yes/No
authorized signatory of the
bid document
5. Tender fee Tender fee through NEFT/RTGS Yes/No
or equivalent
6. EMD Online submission in e-proc Yes / No
portal

7. CMMI Level 3 or higher Attested copy of valid and Yes / No


company certificate relevant certificate
8. ISO 27001 certification Attested copy of valid and Yes / No
relevant certificate
9. Average annual turnover of The audited balance sheet and Yes / No
INR 35 Crores for the last 3 Profit & loss statement for
Financial years from financial year 2017-18, 2018-19
IT/ITES business. and 2019-20
10. Positive net worth for each The audited balance sheet and
of the last three financial Profit & loss statement for
financial year 2017-18, 2018-19

46
Request for Proposal for Selection of System Integrator for CCTNS Punjab

# Specific Requirements Documents Required Compliance Reference


& Page
No.
(Mandatory
)
years namely 2017-18, and 2019-20 as documentary
2018-19, 2019-20 evidence duly certified by
statutory auditor.
11. Project documents for As per the supporting documents Yes / No
design, development of required to be submitted by bidder
application, customization, mentioned in section 3.2 of this
testing along with RFP
Operation & Maintenance
support for projects.

12. Work Plan As per Form 6 under Appendix I Yes / No


Detail work plan preferably in
Gantt chart format
13. Proposed Team As per Form 7 under Appendix I Yes / No
Composition
14. CVs of proposed resources As per Form 9 under Appendix I Yes / No
15. Deployment of Resources As per Form 8 under Appendix I Yes / No

16. Project citation documents As per Form 4 under Appendix I Yes / No

17. Documents for not Self-Certification/ Undertaking as Yes / No


blacklisting by any per the format under Appendix 5
Government/ Government for undertaking on blacklisting
agency/ PSU in India as on
the date of bidding.
18. Project documents for As per the supporting documents Yes / No
design and development of required to be submitted by bidder
application, customization, mentioned in section 3.2 of this
RFP
testing along with Operation
& Maintenance support for
projects of value INR 5
Crore or more
19. Project documents for As per the supporting documents Yes / No
experience in providing required to be submitted by bidder
manpower support for mentioned in section 3.2 of this
operations and maintenance RFP
for MMP/ eGov/ IT/ ITES

47
Request for Proposal for Selection of System Integrator for CCTNS Punjab

# Specific Requirements Documents Required Compliance Reference


& Page
No.
(Mandatory
)
projects having minimum
400 end user locations.
20. Project documents As per the supporting documents Yes/No
highlighting experience of required to be submitted by bidder
successful integration of mentioned in section 3.2 of this
multiple databases for RFP
central/ State Govt/ PSU
clients for cross
departmental integration
21. Project documents for As per the supporting documents Yes/No
domain experience in required to be submitted by bidder
CCTNS/ ICJS mentioned in section 3.2 of this
RFP

5.1.2. Form 2: Particulars of the Bidder

SI Information Sought Details to be Furnished


No.
A Name and address of the bidding Company
B Incorporation status of the firm (public
limited / private limited, etc.)
C Year of Establishment
D Date of registration
E ROC Reference No.

F Details of company registration

H Name, Address, email, Phone nos. and Name:


Mobile Number of Contact Person involved
Address:
in this bid
Email:
Ph.no/Mob:

48
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.3. Form 3: Letter of Technical Bid


To:
<Location, Date>

<Name>
<Designation>
<Address>
<Phone Nos.>
<Email id>

Subject: Submission of the Technical bid for <Name of the Engagement>

Dear Sir/Madam,
We, the undersigned, offer to provide <Title of Implementation service> to the Purchaser with your
Request for Bid dated <insert date> and our Bid. We are hereby submitting our bid, which includes
the Technical bid sealed in a separate envelope. Also, the same has been uploaded in the
tendering portal.

We hereby declare that all the information and statements made in this Technical bid are true and
accept that any misinterpretation contained in it may lead to our disqualification.
We undertake, if our bid is accepted, to initiate the Implementation services related to the
assignment not later than the date indicated in Fact Sheet.
We agree to abide by all the terms and conditions of the RFP document. We would hold the terms
of our bid valid for <180> days as stipulated in the RFP document.

We understand you are not bound to accept any bid you receive.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Location: _____________________________________Date: ___________________________

49
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.4. Form 4: Project Citation Format

Relevant project experience (provide no more than 5 projects in the last 5 years)
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Phone no and
Email of client
Project Details
Description of the project
Scope of services
Outcomes of the project
Other Details
Total cost of the project
Total cost of the services provided by the
respondent
Duration of the project (no. of months, start
date, completion date, current status)
Other Relevant Information
Letter from the client to indicate the successful
completion of the projects
Copy of Work Order*

* Please provide scanned copy/ copies of the work order, completion certificate as required.

50
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.5. Form 5: Approach & Methodology


The bidder needs to submit the details/supporting documents as per Technical evaluation scoring
matrix provided in this RFP. Technical approach, methodology and work plan are key components
of the Technical bid. You are suggested to present your Technical Bid divided into the following
three chapters:

a) Understanding of the project


a. About Punjab CCTNS
b. Objective about the assignment

b) Understanding of Punjab CCTNS application and Integration with external agencies


a. Understanding of Punjab CCTNS application
b. customization approach, bug testing and rollout strategy
c. Customization of MIS report
d. Understanding for bi-lingual support
e. Understanding on DR data replication, data integrity check
f. Understanding of the project (how the solution proposed is relevant to the
understanding)
g. Technical Approach and Methodology

c) Understanding of State CAS Customization , ArcGIS mapping, Integration of CCTNS


with other applications.
a. Understanding of CAS modules, customization.
b. existing CAS architecture for performance improvement
c. Understanding of ArcGIS mapping and its implementation
d. Integration of CCTNS with other State and National applications.
e. Horizontal integration of CAS application with other pillars of ICJS system
f. Approach for Punjab CCTNS integration with SMS/Email/payment gateway
g. Implementation of AI and Data analytics to support investigation
h. Implementation of Biometrics, facial recognition, crime mapping/Police verification
report using handheld devices
i. Migration of existing application on Cloud platform

d) Risk and Mitigation Plan


e) Approach for taking over the project from existing SI
f) Exit management and KT planning

51
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.6. Form 6: Work Plan

Calendar Months
No Activity1
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5

a) Indicate all main activities of the assignment, including delivery of reports (e.g. inception,
interim, and final reports), and other benchmarks such as Purchaser approvals. For phased
assignments indicate activities, delivery of reports, and benchmarks separately for each
phase.
b) Duration of activities shall be indicated in the form of a bar/ Gantt chart.

5.1.7. Form 7: Proposed Team Composition


Time
Name of Staff with
Area of Position Task committed
qualification and
Expertise Assigned Assigned for the
experience
engagement

52
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.8. Form 8: Deployment of Resources

Total staff
2 man-
Name of Staff input in Months (in the form of a bar chart) months
No
Staff proposed
1 2 3 4 5 6 7 8 9 10 11 12 n Total

Total

a) Professional Staff input should be indicated individually; for Support Staff it should be
indicated by category
b) Months are counted from the start of the assignment.

53
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.9. Form 9: Curriculum Vitae (CV) Of Proposed Resources

General Information
Name of the person
Current Designation / Job Title
Current job responsibilities
Proposed Role in the Project
Proposed Responsibilities in the Project
Academic Qualifications:
• Degree
• Academic institution graduated from
• Year of graduation
• Specialization (if any)
• Key achievements and other relevant
information (if any)
Professional Certifications (if any)
Total number of years of experience
Number of years with the current company
Summary of the Professional / Domain
Experience
Number of complete life cycle implementations
carried out
The names of customers (Please provide the
relevant names)
Past assignment details (For each assignment
provide details regarding name of organizations
worked for, designation, responsibilities, tenure)
Prior Professional Experience covering:
❖ Organizations worked for in the past
o Organization name
o Duration and dates of entry and exit
o Designation Location(s)
o Key responsibilities
❖ Prior project experience
o Project name
o Client
o Key project features in brief
o Location of the project
o Designation
o Role
o Responsibilities and activities
o Duration of the project

Please provide only relevant projects.


Proficient in languages (Against each language
listed indicate if speak/read/write)

54
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.1.10. Form 10: Format for Power of Attorney


To be provided in original as part of Techno-Commercial Bid on stamp paper of value required
under law duly signed by the bidder for the tender.

Dated: ___

POWER OF ATTORNEY

To Whomsoever It May Concern

Know all men by these presents, we (name and registered office address of the Bidder) do
hereby constitute, appoint and authorize Mr. (Name of the Person(s)), domiciled at (Address),
acting as (Designation and the name of the firm), as Authorized Signatory and whose signature is
attested below, as our attorney, to do in our name and on our behalf, all such acts, deeds and
things necessary in connection with or incidental to our Bid for award of Agreement ““Selection of
System Integrator for Operation and Management for CCTNS Punjab”” involving the deliverables
as per agreement with Punjab Police, vide Invitation for Tender (Tender Document No.)
dated…………., issued by the Punjab Police, including signing and submission of all documents
and providing information and responses to clarifications / enquiries etc. as may be required by
Punjab Police or any governmental authority, representing us in all matters before Punjab Police,
and generally dealing with Punjab Police in all matters in connection with our Bid for the said
Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
attorney shall and shall always be deemed to have been done by us. For ---------------------

(Signature)

(Name, Title and Address)

Accept

(Attested signature of Mr………… )

(Name, Title and Address of the Attorney)

Notes:
• To be executed by the Bidder
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
• Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a resolution / power of attorney in favour of the
Person executing this Power of Attorney for the delegation of power hereunder on behalf
of the executants(s).

55
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.2. Appendix 2: Commercial Bid Template


5.2.1. Form 1.1 : Covering Letter for Commercial Bid
To:
<Location, Date>
<Name>
<Designation>
<Address>
<Phone Nos.>
<Email id>

Subject: Submission of the Commercial bid for selection of New System Integrator for operation
and management of CCTNS Punjab
Dear Sir/Madam,
We, the undersigned, offer to provide the Implementation services for <<Title of
Implementation Services>> in accordance with your Request for Bid dated <<Date>> and our
Commercial Bid. Our attached Commercial Bid is for the sum of <<Amount in words and figures>>.
This amount is inclusive of the local taxes.
1. PRICE AND VALIDITY
▪ All the prices mentioned in our Tender are in accordance with the terms as specified in the
RFP documents. All the prices and other terms and conditions of this Bid are valid for a
period of 180 calendar days from the date of opening of the Bid.
▪ We hereby confirm that our prices include all taxes. However, all the taxes are quoted
separately under relevant sections.
▪ We understand that the actual payment would be made as per the existing indirect tax
rates during the time of payment.
2. UNIT RATES
We have indicated in the relevant forms enclosed, the unit rates for the purpose of on account
of payment as well as for price adjustment in case of any increase to / decrease from the scope
of work under the contract.
3. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your Instruction to
Bidders included in Tender documents.
4. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to Bidders.
In case you require any other further information/documentary proof in this regard before
evaluation of our Tender, we agree to furnish the same in time to your satisfaction.
5. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the <Refer
Section No.>. These prices are indicated Commercial Bid attached with our Tender as part of
the Tender.

56
Request for Proposal for Selection of System Integrator for CCTNS Punjab

6. PERFORMANCE BANK GUARANTEE


We hereby declare that in case the contract is awarded to us, we shall submit the Performance
Bank Guarantee as specified in this RFP document.

Our Commercial Bid shall be binding upon us subject to the modifications resulting from Contract
negotiations, up to expiration of the validity period of the Bid, i.e., [Date].
We understand you are not bound to accept any Bid you receive.
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.
Thanking you,
Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:

5.2.2. Form 2.2 : Summary of Commercial Proposal

Price in INR Price in words


S. No Payment details
(inclusive of taxes) (inclusive of taxes)

O&M manpower support cost for


1.
1st and 2nd year (Form 2A)

O&M manpower support cost for


2.
3rd year (Form 2B)

Grand Total

All costs should be mentioned in INR.

57
Request for Proposal for Selection of System Integrator for CCTNS Punjab

a) Form 2A: Manpower cost for application, Data Centre / DR support & maintenance for 1st and 2nd year

Unit man- Cost for the total


No. of Total Cost
Sl. Total man- month Cost estimated man- GST (in
Resource Detail resources (inclusive of
No month month (exclusive Rs.)
proposed (excl. of GST) GST Rs.)
of GST in Rs.)

Program Manager (Full Time 1


1. Deployment)

Project Manager (Full Time 1


2. Deployment)

Lead Developer (Full Time- 1


3. Remote support with VPN
Access)

Application Developer (Full 3


4. Time- Remote support with VPN
Access)

System and Network 1


5. Administrator (Full Time
Deployment)

Database Administrator/ Storage 1


6. Expert (Full Time- Remote
support with VPN Access)

58
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Unit man- Cost for the total


No. of Total Cost
Sl. Total man- month Cost estimated man- GST (in
Resource Detail resources (inclusive of
No month month (exclusive Rs.)
proposed (excl. of GST) GST Rs.)
of GST in Rs.)

Business Analyst cum Functional 1


7. Consultant (Full Time
Deployment)

Helpdesk Engineer (Full Time 6


8. Deployment)

Total

b) Form 2B: Manpower cost for application, Data Centre / DR support & maintenance for 3rd year

Unit man- Cost for the total


No. of Total Cost
Sl. Total man- month Cost estimated man- GST (in
Resource Detail resources (inclusive of
No month month (exclusive Rs.)
proposed (excl. of GST) GST Rs.)
of GST in Rs.)

Program Manager (Full Time 1


1. Deployment)

Project Manager (Full Time 1


2. Deployment)

Lead Developer (Full Time- 1


3. Remote support with VPN
Access)

Application Developer (Full 3


4. Time- Remote support with VPN
Access)

59
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Unit man- Cost for the total


No. of Total Cost
Sl. Total man- month Cost estimated man- GST (in
Resource Detail resources (inclusive of
No month month (exclusive Rs.)
proposed (excl. of GST) GST Rs.)
of GST in Rs.)

System and Network 1


5. Administrator (Full Time
Deployment)

Database Administrator/ Storage 1


6. Expert (Full Time- Remote
support with VPN Access)

Business Analyst cum Functional 1


7. Consultant (Full Time
Deployment)

Helpdesk Engineer (Full Time 6


8. Deployment)

Total

60
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.3. Appendix 3: Form for Performance Bank Guarantee

To,
………………..
………………..

Whereas, <<name of the supplier and address>> (hereinafter called “the Bidder”) has undertaken,
in pursuance of contract no. <Insert Contract No.> dated. <Date> to provide Implementation
services for <<name of the assignment>> to Purchaser (hereinafter called “the beneficiary”)
And whereas it has been stipulated by in the said contract that the Bidder shall furnish you with
a bank guarantee by a recognized bank for the sum specified therein as security for compliance
with its obligations in accordance with the contract;
And whereas we, <Name of Bank> a banking company incorporated and having its head
/registered office at <Address of Registered Office> and having one of its office at <Address of
Local Office> have agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and we
undertake to pay you, upon your first written demand declaring the supplier to be in default under
the contract and without cavil or argument, any sum or sums within the limits of Rs. <Insert Value>
(Rupees <Insert Value in Words> only) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Bidder before presenting
us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to
be performed there under or of any of the contract documents which may be made between you
and the Bidder shall in any way release us from any liability under this guarantee and we hereby
waive notice of any such change, addition or modification.
This Guarantee shall be valid until <<Insert Date>>)

Notwithstanding anything contained herein:


I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees <Insert
Value in Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising
under this bank guarantee that we receive a valid written claim or demand for payment under
this bank guarantee on or before <Insert Expiry Date>) failing which our liability under the
guarantee will automatically cease.

61
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.4. Appendix 4: Change Control Notice (CCN) Format


Change Control Note CCN Number:
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments as
A1, A2, and A3 etc.)

Authorized by : Date:
Name:
Signature: Date:
Received by the IP
Name:

Signature:
Change Control Note CCN Number:

Part B: Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, charging structure, payment profile, documentation, training, service levels
and component working arrangements and any other contractual issue.

Brief Description of Solution:

Impact:
Deliverables:

Timetable:

Charges for Implementation:


(including a schedule of payments)
Other Relevant Information:
(including value-added and acceptance criteria)

Authorized by the Bidder Date:


Name:

Signature:

62
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.5. Appendix 5: Undertaking on Blacklisting

On a Rs. 100 non-judicial stamp paper duly notarized

To,

The…….,

<ADDRESS OF THE CLIENT>

This is to certify that << COMPANY NAME >> has not been blacklisted by a central / state
Government institution and there has been no litigation with any government department on
account of similar services as on the date of bidding.

Authorized Signature & Seal [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address

63
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.6. Appendix 6: List of Project Locations

Police Station
S.No. District Name of Sites
/Higher Office
1 Amritsar-rural DSP Ajnala Higher Office
2 Amritsar-rural DSP Majitha Higher Office
3 Amritsar-Rural DSP JANDIALA Higher Office
4 Amritsar-rural IGP Border Range Higher Office
5 Amritsar-rural PCR ASR-R Higher Office
6 Amritsar-rural DSP Attari Higher Office
7 Amritsar-Rural DSP BABA BAKALA Higher Office
8 Amritsar-rural DPO ASR-Rural Higher Office
9 Barnala DSP Mehal Kalan Higher Office
10 Barnala DSP Barnala Higher Office
11 Barnala PCR Barnala Higher Office
12 Barnala DSP Tapa Higher Office
13 Barnala DPO Barnala Higher Office
14 Batala DSP Fatehgarh Churrian Higher Office
15 Batala DSP Dera Baba Nanak Higher Office
16 Batala PCR Batala Higher Office
17 Batala DPO Batala Higher Office
18 Batala DSP City Batala Higher Office
19 Bathinda DSP Maur Higher Office
20 Bathinda DSP City-1 Higher Office
21 Bathinda PCR Bathinda Higher Office
22 Bathinda IG office Higher Office
23 Bathinda DPO Bathinda Higher Office
24 Bathinda DSP R Bathinda Higher Office
25 Bathinda DSP City-II Higher Office
26 Bathinda DSP Talwandi Sabo Higher Office
27 Bathinda DSP Rampura Higher Office
28 Comm-Amritsar O/O ACP West Higher Office
29 Comm-Amritsar ACP South Higher Office
30 Comm-Amritsar ACP Central Higher Office
31 Comm-Amritsar PCR Higher Office
32 Comm-Amritsar O/o ACP North Higher Office
33 Comm-Amritsar Commissioner of Police, Higher Office
Amritsar
34 Comm-Amritsar ACP East Higher Office
35 Comm-Jalandhar ACP North Higher Office
36 Comm-Jalandhar ACP Model Town Higher Office
37 Comm-Jalandhar ACP West Higher Office
38 Comm-Jalandhar ACP Cantonment Higher Office

64
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
39 Comm-Jalandhar ACP Central, Jalandhar. Higher Office
40 Comm-Jalandhar PCR Jalandhar Higher Office
41 Comm-Jalandhar O/O Jalandhar Higher Office
Commisnarate
42 Comm-Ludhiana ACP Centeral Higher Office
43 Comm-Ludhiana ACP West Higher Office
44 Comm-Ludhiana ACP North Higher Office
45 Comm-Ludhiana ACP East Higher Office
46 Comm-Ludhiana ACP Industrial Area Higher Office
47 Comm-Ludhiana ACP Sahnewal Higher Office
48 Comm-Ludhiana ACP Civil Lines Higher Office
49 Comm-Ludhiana ACP South Higher Office
50 Comm-Ludhiana PCR Ludhiana Higher Office
51 Comm-Ludhiana IGP Office Higher Office
52 Comm-Ludhiana O/O Commisnior Higher Office
53 Faridkot DSP Jaito Higher Office
54 Faridkot SDPO Faridkot Higher Office
55 Faridkot PCR Faridkot Higher Office
56 Faridkot DPO Faridkot Higher Office
57 Faridkot SDPO Kotkapura Higher Office
58 Faridkot IGP Faridkot Higher Office
59 Fatehgarh Sahib DSP KHAMANON Higher Office
60 Fatehgarh Sahib DSP Bassi Pathana Higher Office
61 Fatehgarh Sahib SDPO Fateghgarh sahib Higher Office
62 Fatehgarh Sahib PCR Fatehgarh Sahib Higher Office
63 Fatehgarh Sahib DSP Amloh Higher Office
64 Fatehgarh Sahib DPO Fathegarh Sahib Higher Office
65 Fazilka DSP Abohar Higher Office
66 Fazilka DSP Jalalabad Higher Office
67 Fazilka PCR Fazilka Higher Office
68 Fazilka DSP Bullana Higher Office
69 Fazilka DSP/R Fazilka Higher Office
70 Fazilka DPO Fazilka Higher Office
71 Ferozpur DSP GHS Higher Office
72 Ferozpur DSP zira Higher Office
73 Ferozpur PCR Ferozpur Higher Office
74 Ferozpur IGP Ferozpur Higher Office
75 Ferozpur DPO Ferozpur Higher Office
76 Ferozpur SDPO FZR Higher Office
77 Ferozpur SDPO City Ferozepur Higher Office
78 Ferozpur DSP GRP Ferozpur Higher Office
79 Gurdaspur DSP Dhariwal Higher Office
65
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
80 Gurdaspur PCR Gurdaspur Higher Office
81 Gurdaspur DPO Gurdaspur Higher Office
82 Gurdaspur SDPO Gurdaspur Higher Office
83 Gurdaspur SDPO Kalanaur Higher Office
84 Gurdaspur DSP Dinanagar Higher Office
85 Hoshiarpur DSP Mukerian Higher Office
86 Hoshiarpur DSP HPR Rural Higher Office
87 Hoshiarpur PCR Higher Office
88 Hoshiarpur DSP Garh Shankar Higher Office
89 Hoshiarpur DPO Hpr Higher Office
90 Hoshiarpur DSP Dasuya Higher Office
91 Hoshiarpur DSP Tanda Higher Office
92 Jalandhar-rural DSP Phillaur Higher Office
93 Jalandhar-rural DSP Nakodar Higher Office
94 Jalandhar-rural PCR Jalandhar-R Higher Office
95 Jalandhar-rural IGP Office Higher Office
96 Jalandhar-rural FPB Higher Office
97 Jalandhar-rural FSL Mini Higher Office
98 Jalandhar-rural DPO Jal Higher Office
99 Jalandhar-rural DSP Adampur Higher Office
100 Jalandhar-rural DSP Kartarpur Higher Office
101 Jalandhar-rural DSP Shahkot Higher Office
102 Kapurthala DSP Bholath Higher Office
103 Kapurthala DSP Kapurthala Higher Office
104 Kapurthala SP KPT Higher Office
105 Kapurthala PCR Higher Office
106 Kapurthala SDPO Sultanpur Higher Office
107 Kapurthala DPO Kapurthala Higher Office
108 Khanna PCR Khanna Higher Office
109 Khanna DPO Khanna Higher Office
110 Khanna DSP Khanna Higher Office
111 Khanna DSP Samrala Higher Office
112 Khanna DSP Payal Higher Office
113 Ludhiana-Rural SDPO Raikot Higher Office
114 Ludhiana-Rural SDPO Ludhiana- Rural Higher Office
115 Ludhiana-Rural SDPO Dakha Higher Office
116 Ludhiana-rural PCR LDH-r Higher Office
117 Ludhiana-Rural DPO Ludhiana- Rural Higher Office
118 Malerkotla DSP Amargarh Higher Office
119 Malerkotla DSP Malerkotla Higher Office
120 Malerkotla DPO Malerkotla Higher Office

66
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
121 Malerkotla PCR Malerkotla Higher Office
122 Malerkotla DSP Ahmedgarh Higher Office
123 Mansa DSP Sardulgarh Higher Office
124 Mansa DSP Bhudladha Higher Office
125 Mansa PCR Mansa Higher Office
126 Mansa DPO Mansa Higher Office
127 Mansa SDPO Mansa Higher Office
128 Moga DSP NHS wala Higher Office
129 Moga DSP Bhagwpurana Higher Office
130 Moga DSP City Moga Higher Office
131 Moga PCR Moga Higher Office
132 Moga DSP Dharmkot Higher Office
133 Moga DPO Moga Higher Office
134 Muktsar Sahib DSP Giderbaha Higher Office
135 Muktsar Sahib DSP Muktsar Sahib Higher Office
136 Muktsar Sahib PCR Muktsar Sahib Higher Office
137 Muktsar Sahib DSP Malout Higher Office
138 Muktsar Sahib DPO Muktsar Sahib Higher Office
139 NOC NOC Higher Office
140 Pathankot DSP City PTK Higher Office
141 Pathankot DSP R PTK Higher Office
142 Pathankot PCR Higher Office
143 Pathankot DPO Pathankot Higher Office
144 Pathankot DSP Dharkalan Higher Office
145 Patiala DSP Samana Higher Office
146 Patiala DSP PATRAN Higher Office
147 Patiala DSP RAJPURA Higher Office
148 Patiala DSP City-1, Patiala Higher Office
149 Patiala DSP Nabha Higher Office
150 Patiala SDPO Rajpura Urban Higher Office
151 Patiala PCR Patiala Higher Office
152 Patiala IGP Range Patiala Higher Office
153 Patiala O/O ADGP RLY Higher Office
154 Patiala DPO Patiala Higher Office
155 Patiala DSP/R Patiala Higher Office
156 Patiala DSP City-2 Higher Office
157 Ropar DSP Ropar Higher Office
158 Ropar SDPO Andandpur sahib Higher Office
159 Ropar SDPO Nangal Higher Office
160 Ropar PCR Ropar Higher Office
161 Ropar IGP Ropar Higher Office

67
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
162 Ropar DSP CHAMKAUR SAHAIB Higher Office
163 Ropar DPO Ropar Higher Office
164 Sangrur DSP Sunam Higher Office
165 Sangrur DSP Dirba Higher Office
166 Sangrur DSP Dhuri Higher Office
167 Sangrur DSP SGR Higher Office
168 Sangrur SDPO Bhawanigarh Higher Office
169 Sangrur PCR SGR Higher Office
170 Sangrur DSP Lehra Higher Office
171 Sangrur DPO Sangrur Higher Office
172 Sangrur DSP Moonak Higher Office
173 SAS Nagar DSP City-1 Higher Office
174 SAS Nagar DSP Kharar Higher Office
175 SAS Nagar DSP Dera Bassi Higher Office
176 SAS Nagar FSL Lab Higher Office
177 SAS Nagar PCR Higher Office
178 SAS Nagar DPO SAS Nagar Higher Office
179 SAS Nagar DSP City-2 Higher Office
180 SBS Nagar DSP SBS Nagar Higher Office
181 SBS Nagar SDPO Balachor Higher Office
182 SBS Nagar PCR Higher Office
183 SBS Nagar SSP S.B.S. Nagar Higher Office
184 SBS Nagar DSP Banga Higher Office
185 State Data Center (SDC), SDC Higher Office
Mohali
186 Tarn-Taran DSP Patti Higher Office
187 Tarn-Taran DSP Bhikhiwind Higher Office
188 Tarn-Taran DSP City Tarn Taran Higher Office
189 Tarn-Taran DPO Tarn-Taran Higher Office
190 Tarn-Taran PCR TTN Higher Office
191 Tarn-Taran DSP Goindwal Sahib Higher Office
192 Amritsar-Rural PS Gharinda Police Station
193 Amritsar-Rural PS Beas Police Station
194 Amritsar-Rural PS Khilchian Police Station
195 Amritsar-Rural PS Tarsikka Police Station
196 Amritsar-Rural PS Chattiwind Police Station
197 Amritsar-Rural PS Ramdas Police Station
198 Amritsar-Rural PS Kathunangal Police Station
199 Amritsar-Rural PS Kamboj Police Station
200 Amritsar-Rural PS Rajasansi Police Station
201 Amritsar-Rural PS Mehta Police Station
202 Amritsar-Rural PS BHINDI SAIDAN Police Station
68
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
203 Amritsar-Rural PS JHANDER Police Station
204 Amritsar-Rural PS LOPOKE Police Station
205 Amritsar-Rural PS MATTEWAL Police Station
206 Amritsar-Rural PS Ajnala Police Station
207 Amritsar-Rural PS Majitha Police Station
208 Amritsar-Rural PS JANDIALA Police Station
209 Barnala PS Dhanaula Police Station
210 Barnala PS Barnala Police Station
211 Barnala PS City Barnala Police Station
212 Barnala PS Rurekalan Police Station
213 Barnala PS Thuliwal Police Station
214 Barnala PS Talewal Police Station
215 Barnala PS Tapa Mandi Police Station
216 Barnala PS Bhadur Police Station
217 Barnala PS Sehna Police Station
218 Barnala PS Mehal Kalan Police Station
219 Batala PS Fatehgarh Churian Police Station
220 Batala PS Sadar Batala Police Station
221 Batala PS City Batala Police Station
222 Batala PS Dera baba nanak Police Station
223 Batala PS Hargobindpur Police Station
224 Batala PS Gahnie ke Bangar Police Station
225 Batala PS Qadian Police Station
226 Batala PS Sekhwan Police Station
227 Batala PS Kotli Surat Malhi Police Station
228 Batala PS Rangar Nangal Police Station
229 Batala PS Qila Lal Singh Police Station
230 Batala PS Ghuman Police Station
231 Batala PS Civil Lines Police Station
232 Bathinda PS Dialpura Police Station
233 Bathinda PS Talwandi sabo Police Station
234 Bathinda PS Raman Police Station
235 Bathinda PS Cantt Police Station
236 Bathinda PS Thermal Police Station
237 Bathinda PS Kotfatta Police Station
238 Bathinda PS Civil Lines Police Station
239 Bathinda PS City Rampura Police Station
240 Bathinda PS Kotwali Police Station
241 Bathinda PS Women Police Station
242 Bathinda PS Canal Calony Police Station
243 Bathinda PS Sadar Bathinda Police Station

69
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
244 Bathinda PS Sangat Police Station
245 Bathinda PS NRI Police Station
246 Bathinda PS Nathana Police Station
247 Bathinda PS Nehaniwala Police Station
248 Bathinda PS Phul Police Station
249 Bathinda PS Rampura Police Station
250 Bathinda PS Maur Police Station
251 Bathinda PS Baliawali Police Station
252 Bathinda PS GRP Bathinda Police Station
253 Bathinda NANDGARH Police Station
254 Comm-Amritsar PS C Division Police Station
255 Comm-Amritsar PS A Division Police Station
256 Comm-Amritsar PS D Division Police Station
257 Comm-Amritsar PS E Division Police Station
258 Comm-Amritsar PS Sultanwind Police Station
259 Comm-Amritsar PS B Division Police Station
260 Comm-Amritsar PS Civil Lines Police Station
261 Comm-Amritsar PS Sadar Police Station
262 Comm-Amritsar PS Islamabad Police Station
263 Comm-Amritsar PS NRI Police Station
264 Comm-Amritsar PS Cantonment Police Station
265 Comm-Amritsar PS GRP Commisnarate ASR Police Station
266 Comm-Amritsar PS State Operation Cell Police Station
267 Comm-Amritsar PS Gate Hakima Police Station
268 Comm-Amritsar PS Mohkampura Police Station
269 Comm-Amritsar PS Airport Police Station
270 Comm-Amritsar PS Charheta Police Station
271 Comm-Amritsar PS Maqbulpura Police Station
272 Comm-Amritsar PS Women Police Station
273 Comm-Amritsar PS Majitha Road Police Station
274 Comm-Amritsar Ranjit Avenue Police Station
275 Comm-Amritsar PS Verka Police Station
276 Comm-Jalandhar PS NRI Police Station
277 Comm-Jalandhar PS Cantt Police Station
278 Comm-Jalandhar PS DIV No. 1 Police Station
279 Comm-Jalandhar PS DIV No. 2 Police Station
280 Comm-Jalandhar PS Sadar Police Station
281 Comm-Jalandhar PS Ramamandi Police Station
282 Comm-Jalandhar PS DIV No.6 Police Station
283 Comm-Jalandhar PS GRP Jalandhar Police Station
284 Comm-Jalandhar PS DIV No.7 Police Station

70
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
285 Comm-Jalandhar PS DIV No.8 Police Station
286 Comm-Jalandhar PS Bhargo Camp Police Station
287 Comm-Jalandhar PS DIV No. 4 Police Station
288 Comm-Jalandhar PS DIV No. 5 Police Station
289 Comm-Jalandhar PS Basti Bawa Khel Police Station
290 Comm-Jalandhar PS DIV NO. 3 Police Station
291 Comm-Jalandhar PS Navi Baradari Police Station
292 Comm-Jalandhar PS women Police Station
293 Comm-Ludhiana PS NRI Police Station
294 Comm-Ludhiana PS Dehlon Police Station
295 Comm-Ludhiana PS Haibowal Police Station
296 Comm-Ludhiana PS Jodhewal Police Station
297 Comm-Ludhiana PS Woman Police Station
298 Comm-Ludhiana PS DIV No.5 Police Station
299 Comm-Ludhiana PS Sadar Police Station
300 Comm-Ludhiana PS Jamalpur Police Station
301 Comm-Ludhiana PS Sarabha Nagar Police Station
302 Comm-Ludhiana PS DIV No. 2 Police Station
303 Comm-Ludhiana PS DIV No. 3 Police Station
304 Comm-Ludhiana PS DIV No. 8 Police Station
305 Comm-Ludhiana PS PAU Police Station
306 Comm-Ludhiana PS DIV No.1 Police Station
307 Comm-Ludhiana PS DIV No.7 Police Station
308 Comm-Ludhiana PS Daresi Police Station
309 Comm-Ludhiana PS Moti Nagar Police Station
310 Comm-Ludhiana PS Model town Police Station
311 Comm-Ludhiana PS Shimlapuri Police Station
312 Comm-Ludhiana PS Salemtabri Police Station
313 Comm-Ludhiana PS DIV No.4 Police Station
314 Comm-Ludhiana PS Focal Point Police Station
315 Comm-Ludhiana PS Sahnewal Police Station
316 Comm-Ludhiana PS GRP Ludhiana Police Station
317 Comm-Ludhiana PS Meharban Police Station
318 Comm-Ludhiana PS DIV No. 6 Police Station
319 Comm-Ludhiana PS Daba Police Station
320 Comm-Ludhiana PS Dugri Police Station
321 Comm-Ludhiana PS Koom Kalan Police Station
322 Comm-Ludhiana LADHOWAL Police Station
323 Comm-Ludhiana PS Tibba Police Station
324 Faridkot PS Sadar Kotakpura Police Station
325 Faridkot PS Jaito Police Station

71
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
326 Faridkot PS Sadiq Police Station
327 Faridkot PS City Faridkot Police Station
328 Faridkot PS Sadar Police Station
329 Faridkot PS Bajakhana Police Station
330 Faridkot PS City Kotakpura Police Station
331 Faridkot PS GRP Faridkot Police Station
332 Fatehgarh Sahib PS Khamano Police Station
333 Fatehgarh Sahib PS Mulepur Police Station
334 Fatehgarh Sahib PS Gobindgarh Police Station
335 Fatehgarh Sahib PS Bassi Pathana Police Station
336 Fatehgarh Sahib PS Sirhind Police Station
337 Fatehgarh Sahib PS Fatehgarh Sahib Police Station
338 Fatehgarh Sahib PS Kheri Nodh Singh Police Station
339 Fatehgarh Sahib PS GRP Sirhind Police Station
340 Fatehgarh Sahib PS Badali Ala Singh Police Station
341 Fatehgarh Sahib PS Amloh Police Station
342 Fazilka PS City-2 Abohar Police Station
343 Fazilka PS Sadar Jalaabad Police Station
344 Fazilka PS GRP Abohar Police Station
345 Fazilka PS City Fazilka Police Station
346 Fazilka PS Sadar Fazilka Police Station
347 Fazilka PS Sadar Abohar Police Station
348 Fazilka PS City Abohar Police Station
349 Fazilka PS Arniwala Police Station
350 Fazilka PS Khuiaya sarwan Police Station
351 Fazilka PS Bhavala Police Station
352 Fazilka PS Khui Khera Police Station
353 Fazilka PS City Jalalabad Police Station
354 Fazilka PS SSOC Police Station
355 Fazilka PS Vairo ke Police Station
356 Fazilka AMIR KHAS Police Station
357 Ferozpur PS Sadar Zira Police Station
358 Ferozpur PS Mamdot Police Station
359 Ferozpur PS Mallanwala Police Station
360 Ferozpur PS City Ferozpur Police Station
361 Ferozpur PS Kulgarhi Police Station
362 Ferozpur PS Makhu Police Station
363 Ferozpur PS Sadar Ferozpur Police Station
364 Ferozpur PS NRI Police Station
365 Ferozpur PS Women Police Station
366 Ferozpur PS Lakho ke Behram Police Station

72
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
367 Ferozpur PS GRP Ferozpur Police Station
368 Ferozpur PS Cantt Police Station
369 Ferozpur PS Guru Harsahai Police Station
370 Ferozpur PS Khal-Khurd Police Station
371 Ferozpur PS Talwandi Bhai Police Station
372 Ferozpur PS City Zira Police Station
373 Ferozpur PS Arif Ke Police Station
374 Gurdaspur PS Sadar Police Station
375 Gurdaspur PS Purana Salla Police Station
376 Gurdaspur PS Tibber Police Station
377 Gurdaspur PS Behrampur Police Station
378 Gurdaspur PS City Gurdaspur Police Station
379 Gurdaspur PS Bhaini mia kha Police Station
380 Gurdaspur PS Ghuman Kalan Police Station
381 Gurdaspur PS Dorangala Police Station
382 Gurdaspur PS Dhariwal Police Station
383 Gurdaspur KAHNUWAN Police Station
384 Gurdaspur KALANAUR Police Station
385 Gurdaspur NRI, Gurdaspur Police Station
386 Gurdaspur PS Dina Nagar Police Station
387 Hoshiarpur PS City Hoshiarpur Police Station
388 Hoshiarpur PS Model town Police Station
389 Hoshiarpur PS NRI Police Station
390 Hoshiarpur PS Talwara Police Station
391 Hoshiarpur PS Mehtiana Police Station
392 Hoshiarpur PS Gardiwal Police Station
393 Hoshiarpur PS Hariana Police Station
394 Hoshiarpur PS Garhshankar Police Station
395 Hoshiarpur PS Sadar Hoshiarpur Police Station
396 Hoshiarpur PS Dasuya Police Station
397 Hoshiarpur PS Mukerian Police Station
398 Hoshiarpur PS Hajipur Police Station
399 Hoshiarpur PS Tanda Police Station
400 Hoshiarpur PS Bullowal Police Station
401 Hoshiarpur PS Mahilpur Police Station
402 Hoshiarpur PS Chhabbewal Police Station
403 Jalandhar Rural PS Bilga Police Station
404 Jalandhar Rural PS BHG Police Station
405 Jalandhar Rural PS Adampur Police Station
406 Jalandhar Rural PS Lohian Police Station
407 Jalandhar Rural PS Noormahal Police Station

73
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
408 Jalandhar Rural PS Kartarpur Police Station
409 Jalandhar Rural PS NRI Police Station
410 Jalandhar Rural PS Mehatpur Police Station
411 Jalandhar Rural PS Nakodar Police Station
412 Jalandhar Rural PS Lambra Police Station
413 Jalandhar Rural PS Patara Police Station
414 Jalandhar Rural PS Maqaudan Police Station
415 Jalandhar Rural PS Phillaur Police Station
416 Jalandhar Rural PS Shahkot Police Station
417 Jalandhar Rural PS Goraya Police Station
418 Jalandhar Rural PS Nakodar City Police Station
419 Kapurthala PS City Kapurthala Police Station
420 Kapurthala PS Satnampura Police Station
421 Kapurthala PS City Phagwara Police Station
422 Kapurthala PS Rawalpindi Police Station
423 Kapurthala PS Talwandi Chaudharian Police Station
424 Kapurthala PS Kabirpura Police Station
425 Kapurthala PS Fathudinga Police Station
426 Kapurthala PS Begowal Police Station
427 Kapurthala PS NRI Police Station
428 Kapurthala PS Dhilwan Police Station
429 Kapurthala PS Sadar Police Station
430 Kapurthala PS Sultanpur Lodhi Police Station
431 Kapurthala PS Subhanpur Police Station
432 Kapurthala PS Kotwali Police Station
433 Kapurthala PS Sadar Phagwara Police Station
434 Kapurthala PS Bholath Police Station
435 Khanna PS Samrala Police Station
436 Khanna PS Payal Police Station
437 Khanna CITY KHANNA Police Station
438 Khanna DORAHA Police Station
439 Khanna MALOUD Police Station
440 Khanna PS Sadar Khanna police Station
441 Khanna PS Machiwara sahib police Station
442 Khanna PS Khanna City-2 Police Station
443 Ludhiana-Rural PS Jodhan Police Station
444 Ludhiana-Rural PS Sadar Jagraon Police Station
445 Ludhiana-Rural PS City Raikot Police Station
446 Ludhiana-Rural PS Dakhn Police Station
447 Ludhiana-Rural PS City Jagraon Police Station
448 Ludhiana-Rural NRI, Ludhiana Rural Police Station

74
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
449 Ludhiana-Rural WOMEN, Ludhiana Rural Police Station
450 Ludhiana-Rural SADAR RAIKOT Police Station
451 Ludhiana-Rural PS Sidhwanbet Police Station
452 Ludhiana-Rural PS Sudhar Police Station
453 Ludhiana-Rural PS Hathur Police Station
454 Malerkotla PS Amargarh Police Station
455 Malerkotla PS City-1 Malerkotla Police Station
456 Malerkotla PS Sandour Police Station
457 Malerkotla PS City-1 Malerkotla Police Station
458 Malerkotla PS City Ahmadgarh Police Station
459 Malerkotla PS Sadar Ahemadgarh Police Station
460 Malerkotla PS Women Malerkotla Police Station
461 Mansa PS Sadar Police Station
462 Mansa PS City-1 Police Station
463 Mansa PS Bareta Police Station
464 Mansa PS Bhikhi Police Station
465 Mansa PS Sardulgarh Police Station
466 Mansa PS Bhudhladha Police Station
467 Mansa PS Joga Police Station
468 Mansa PS Jaurkian Police Station
469 Mansa PS Jhunair Police Station
470 Mansa PS Boha Police Station
471 Mansa PS City-2 Mansa Police Station
472 Mansa PS Sadar Bhudladha Police Station
473 Moga PS Mehna Police Station
474 Moga PS Sadar Moga Police Station
475 Moga PS Fatehgarh Panjtoor Police Station
476 Moga PS Ajitwal Police Station
477 Moga PS Badanikalan Police Station
478 Moga PS Dharmkot Police Station
479 Moga PS City-2 Moga Police Station
480 Moga PS BhagwanPura Police Station
481 Moga PS Samalsar Police Station
482 Moga PS Kot Isse Khan Police Station
483 Moga PS City Moga Police Station
484 Moga PS NRI Moga Police Station
485 Moga PS Nihalsinghwala Police Station
486 Mukatsar PS City Malout Police Station
487 Mukatsar PS Malout Police Station
488 Mukatsar PS Giderbaha Police Station
489 Mukatsar PS Kotbhai Police Station

75
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
490 Mukatsar PS Bariwala Police Station
491 Mukatsar PS Lakhwali Mandi Police Station
492 Mukatsar PS Kabarwala Police Station
493 Mukatsar PS City Mukatsar Police Station
494 Mukatsar PS Sadar Mukatsar Police Station
495 Mukatsar PS Lambi Police Station
496 Pathankot PS Nangal Bhoor Police Station
497 Pathankot PS Dharkalan Police Station
498 Pathankot PS Shahpur Kandi Police Station
499 Pathankot PS DIV-2 Police Station
500 Pathankot PS GRP Pathankot Police Station
501 Pathankot PS Sujjanpur Police Station
502 Pathankot PS Narot Jamil Singh Police Station
503 Pathankot PS Sadar Pathankot Police Station
504 Pathankot PS Taragarh Police Station
505 Pathankot DIVISION No.1 Police Station
506 Patiala PS NRI Police Station
507 Patiala PS Civil Lines Police Station
508 Patiala PS Patran Police Station
509 Patiala PS Sadar Rajpura Police Station
510 Patiala PS Sadar Samana Police Station
511 Patiala PS Kotwali Patiala Police Station
512 Patiala PS Ghagga Police Station
513 Patiala PS Kotwali Nabha Police Station
514 Patiala PS Banaur Police Station
515 Patiala PS Julkan Police Station
516 Patiala PS Tripari Police Station
517 Patiala PS GRP Patiala Police Station
518 Patiala PS Bhadson Police Station
519 Patiala PS Ghanaur Police Station
520 Patiala PS Sadar Patiala Police Station
521 Patiala PS Sanour Police Station
522 Patiala PS Pasiana Police Station
523 Patiala PS Woman Police Station
524 Patiala PS Shambu Police Station
525 Patiala PS Sadar Nabha Police Station
526 Patiala PS Kherigandian Police Station
527 Patiala PS city Samana Police Station
528 Patiala PS Bakshiwala Police Station
529 Patiala PS Urban State Police Station
530 Patiala PS DIV-4 Police Station

76
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
531 Patiala PS City Rajpura Police Station
532 Patiala PS Anaj Mandi Police Station
533 Ropar PS City Ropar Police Station
534 Ropar PS Anandpur Sahib Police Station
535 Ropar PS Noorpur bedi Police Station
536 Ropar PS Chamkaur Sahib Police Station
537 Ropar PS City Morinda Police Station
538 Ropar PS Kiratpur Sahib Police Station
539 Ropar PS Nangal Police Station
540 Ropar PS Morinda Police Station
541 Ropar PS Sadar Ropar Police Station
542 Ropar SINGH BHAGWANTPURA Police Station
543 Sangrur PS Sadar Sangrur Police Station
544 Sangrur PS City Sangrur-1 Police Station
545 Sangrur PS Dirba Police Station
546 Sangrur PS Bhawanigarh Police Station
547 Sangrur PS Moonak Police Station
548 Sangrur PS City Dhuri Police Station
549 Sangrur PS Sherpur Police Station
550 Sangrur PS Dharamgarh Police Station
551 Sangrur PS Sadar Dhuri Police Station
552 Sangrur PS Chajjali Police Station
553 Sangrur PS City Sunam Police Station
554 Sangrur PS Lehra Police Station
555 Sangrur PS Cheema Police Station
556 Sangrur PS GRP Sangrur Police Station
557 Sangrur PS City Sangrur Police Station
558 Sangrur PS Khanauri Police Station
559 Sangrur PS Longowal Police Station
560 Sangrur PS NRI Police Station
561 SAS Nagar PS Sohana Police Station
562 SAS Nagar PS Phase-1 Police Station
563 SAS Nagar PS Balongi Police Station
564 SAS Nagar PS Sadar Kharar Police Station
565 SAS Nagar PS City Kharar Police Station
566 SAS Nagar PS City Kurali Police Station
567 SAS Nagar PS Phase-11 Police Station
568 SAS Nagar PS Dhakoli Police Station
569 SAS Nagar State cyber crime Police Station
570 SAS Nagar PS Mataur Police Station
571 SAS Nagar PS Handesra Police Station

77
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
572 SAS Nagar PS Block Majari Police Station
573 SAS Nagar PS Airport Police Station
574 SAS Nagar PS Phase 8 Police Station
575 SAS Nagar PS Mullanpur Police Station
576 SAS Nagar PS Naya Gaon Police Station
577 SAS Nagar PS Dera Bassi Police Station
578 SAS Nagar PS Lalru Police Station
579 SAS Nagar PS Kurali Police Station
580 SAS Nagar PUNJAB STATE CRIME Police Station
POLICE STATION, SAS
Nagar
581 SAS Nagar STATE SPECIAL Police Station
OPERATIONS CELL, SAS
NAGAR
582 SAS Nagar NRI S.A.S. Nagar Police Station
583 SAS Nagar ZIRAKPUR Police Station
584 SAS Nagar SPECIAL TASK FORCE Police Station
585 SAS Nagar PS Women Police Station
586 SBS Nagar PS Kathgarh Police Station
587 SBS Nagar PS Pojewal Police Station
588 SBS Nagar PS NRI SBS Nagar Police Station
589 SBS Nagar PS City Balachaur Police Station
590 SBS Nagar PS Behrampur Police Station
591 SBS Nagar PS Rahon Police Station
592 SBS Nagar PS Mukandpur Police Station
593 SBS Nagar PS Sadar SBS Nagar Police Station
594 SBS Nagar PS City SBS Nagar Police Station
595 SBS Nagar BALACHOUR Police Station
596 SBS Nagar CITY BANGA Police Station
597 SBS Nagar SADAR BANGA Police Station
598 SBS Nagar PS Aur Police Station
599 Tarn-Taran PS Chabal Police Station
600 Tarn-Taran PS Khemkaran Police Station
601 Tarn-Taran PS Srai Amanat Khan Police Station
602 Tarn-Taran PS Sadar Tarn-Taran Police Station
603 Tarn-Taran PS City TTN Police Station
604 Tarn-Taran PS Khalra Patti Police Station
605 Tarn-Taran PS City Patti Police Station
606 Tarn-Taran PS Sirhali Police Station
607 Tarn-Taran PS Harike Police Station
608 Tarn-Taran GOINDWAL SAHIB Police Station
609 Tarn-Taran SADAR PATTI Police Station

78
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Police Station
S.No. District Name of Sites
/Higher Office
610 Tarn-Taran VEROWAL Police Station
611 Tarn-Taran PS Bhikiwind Police Station
612 Tarn-Taran PS Chola sahib Police Station
613 Tarn-Taran PS valtoha Police Station
614 Tarn-Taran PS Kacha Pacca Police Station

79
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.7. Appendix 7: Service Level Agreement (SLA)


5.7.1. Service Level Agreement

This section describes the service levels to be established for the services offered by the SI to the
Punjab Police. The SI shall monitor and maintain the stated service levels to provide quality service to
the Punjab Police.

5.7.2. Definitions

a) “Scheduled Maintenance Time” shall mean the time that the System is not in service due to
a scheduled activity as defined in this SLA. The scheduled maintenance time would not be
during 16x6 timeframe (6.00 AM to 10.00 PM from Monday to Saturday). Further, scheduled
maintenance time should be planned with the prior permission of the Department.
b) “Scheduled operation time” means the scheduled operating hours of the System for the
month. All scheduled maintenance time on the system would be deducted from the total
operation time for the month to give the scheduled operation time. The total operation time for
the systems and applications within the Primary DC, DRC and end locations(Police Stations
and Higher Offices) will be 24x7x365. The SI must extend support on holidays and when
requirement comes.
c) “System or Application downtime” means accumulated time during which the System is
totally inoperable within the Scheduled Operation Time but outside the scheduled maintenance
time and measured from the time the Department or its employees log a call with the SI team of
the failure or the failure is known to the SI from the available measurement tools to the time
when the System is returned to proper operation.
d) “Availability” means the time for which the services and facilities are available for conducting
operations on the CCTNS system including application and associated infrastructure.
Availability is defined as:
(Scheduled Operation Time – System Downtime) / (Scheduled Operation Time) * 100%
e) “Helpdesk Support” shall mean the 24X 7 basis. Support which shall handle fault reporting,
Troubleshooting and related enquiries during this contract.
f) “Incident” refers to any event / abnormalities in the functioning of the Data Centre application
and services that may lead to disruption in normal operations of the Data Centre, System or
Application services.
g) “Incident Logging” refers to any event / abnormalities in the functioning of Data Center
Application services and the end location Application that may lead to disruption in normal
operations of the business.
80
Request for Proposal for Selection of System Integrator for CCTNS Punjab

h) Response: Response of helpdesk support team once the call is raised in the call logging
systems.
i) Resolution: The time agreed to make the faulty application up and operational by the SI support
team post call logging in the system.
j) Reporting: The monthly / quarterly SLA report to client for SLA performance calculations. The
report should be submitted by 1st week of following month.

5.7.3. Interpretations
a) The business hours (peak hours) are 9:00 A.M to 05:00 P.M on all working days except Public
Holidays or any other Holidays observed by the Punjab Police (except Police Stations). The SI
however recognizes the fact that the offices will require to work beyond the Peak hours on need
basis. The business hours for Police Stations will be 24X7X365.
b) "Lean Hours" shall mean hours excluding “Peak Hours”.
c) 24X7 time frame means three working shifts of 8 hours for all days. Each shift will have minimum
of 02 helpdesk engineers.
d) The SLA parameters shall be monitored on a monthly basis as per the individual SLA parameter
requirements. However, if the performance of the system/services is degraded significantly at
any given point of time during the contract and if the immediate measures are not implemented
and issues are not rectified to the complete satisfaction of the Department or an agency
designated by them, then the Department will have the right to take appropriate disciplinary
actions including termination of the contract.
e) A Service Level violation will occur if the SI fails to meet Minimum Service Levels, as measured
on a quarterly basis, for a particular Service Level. Overall Availability and Performance
Measurements will be on a monthly basis for the purpose of Service Level reporting. An
“Availability and Performance Report” will be provided by the SI on monthly basis in the format
suggested by the Department format and a review shall be conducted based on this report.
f) A monthly Availability and Performance Report shall be provided to the Department at the end
of every month by 1st Week of every month containing the summary of all incidents reported and
associated SI performance measurement for that period. The monthly Availability and
Performance Report will be deemed to be accepted by the Department upon review and signoff
by both SI and the Department. Where required, some of the Service Levels will be assessed
through audits or reports e.g. utilization reports, measurements reports, etc., as appropriate to
be provided by the SI on a monthly basis, in the formats as required by the Department. The
SLA will be monitored through existing EMS tools.

81
Request for Proposal for Selection of System Integrator for CCTNS Punjab

g) EMS shall play a critical role in monitoring the SLA compliance and existing system of the
CCTNS may be leveraged to monitor the performance. The selected System Integrator (SI) will
leverage existing EMS tool and will develop additional scripts (if required) for capturing the
required data for SLA report generation in automated way. The tool should generate the SLA
Monitoring report in the end of every month which is to be shared with the Department on a
monthly basis. The tool will generate SLA reports monthly/quarterly as per the client
requirement. The Department / Identified third party agency will audit the tool and the scripts on
regular basis.
h) SLAs will be subject to being redefined, to the extent necessitated by field experience at the end
locations and offices and the developments of technology practices globally. The SLAs may be
reviewed on an annual/bi-annual basis as the Department decides after taking the advice of the
SI and stakeholders. All the changes would be made by the Department in consultation with the
SI.
i) The SI is expected to provide the following service levels. In case these service levels cannot
be achieved at service levels defined in the tables below, it shall result in a breach of contract
and invoke the penalty clause. Payments to the SI are linked to the compliance with the SLA
metrics laid down in the tables below. The penalties will be computed and calculated as per the
computation explained in SLA document. During the contract period, it is envisaged that there
could be changes to the SLA, in terms of addition, alteration or deletion of certain parameters,
based on mutual consent of both the parties i.e. the Department and SI.
j) The Service Level Agreements (SLAs) definition facility must support defining a set of one or
more service guarantees that specify the Service obligations stipulated in an SLA contract for a
particular time period (weekly, monthly, and so on).
k) The key service level requirements for the system needs be ensured by the SI during the
operations and maintenance period. These requirements shall be strictly imposed and either
the Department or a third party audit/certification agency shall be deployed for certifying the
performance of the SI against the target performance metrics as outlined in the tables below.

82
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.7.4. Operations & Maintenance Phase SLAs

5.7.4.1. Primary DC Application Availability and Performance

A. Production CAS Systems: The failure or disruption has a direct impact on the state’s
ability to work in CCTNS application, ability to perform critical back-office functions or a direct
impact on the organization. This includes but not limited to:-
1) Storage and related switches at Primary DC.
2) Web, Application, Database, and Backup Servers at Primary DC.
3) Primary DC network infrastructure.
4) Primary DC security infrastructure.
5) Primary DC to DRC Connectivity

B. CAS Solution Components: The failure or disruption has a direct impact on the state’s
ability to provide service to its offices, ability to perform critical back-office functions or a direct
impact on the organization.

C. Non-CAS systems in Production and Non-Production systems (Development, QA and


Training): The failure or disruption has no direct impact on the state’s ability to serve its police
stations / higher offices or perform critical back-office functions.

1) Production Non CAS servers


2) Test ,QA and Training Servers
3) Helpdesk infrastructure & applications
4) EMS infrastructure

D. In case of reason of any violation leading to core application delivered by SDA / NCRB
and not attributable to the SI, the incident will be excluded from the calculation of SLA.
Application Support: The below details on the Service Levels the SI should maintain for the
Application support. These service levels will be monitored on monthly basis.

a) Level 1/ High Incidents. The incident has an immediate impact on the Department‘s
ability to service its offices, to perform critical back-office functions or has a direct impact
on the organization.
b) Level 2/Medium Incidents. The incident has an impact on the Department ‘s ability to
service its offices that while not immediate, can cause service to degrade if not resolved
within reasonable time frames

83
Request for Proposal for Selection of System Integrator for CCTNS Punjab

c) Level 3/ Low Incidents. The incident has no direct impact on the Department ‘s ability
to service its offices that while not immediate, can cause service to degrade if not
resolved within reasonable time frames
d) Resolution of issues not under control of SI.
a. Major CAS problems and calls which requires application database dump from
remote client sites do not fall under this SLA.
b. Issues where resolution has dependency on NCRB will also have exception from
the defined SLAs.
c. Any downtime occurs due to the failure of Hardware/software will not be consider
as bidder’s SLA violation subject to the compliance of timely call logging to
respective OEM/vendor.

e) The severity of the individual will be mutually determined by Department and SI.
f) The scheduled operation time for the client site systems shall be the business hours of
the Department
g) The scheduled operation time for the Data Centre systems shall be on 24 hours basis.

84
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.7.4.2. Client site application support

Service Level Description Measurement

Application Support 95% of the Level 1 defects shall be resolved within 4 hours from
performance the time of reporting full details.
Severity of Violation: High
This service level will be monitored on a monthly basis.

Performance over the three- Violations for calculation


month period of penalty
< 95% & >= 90% 1

< 90% & >= 85% 2


< 85%> 3
In addition to the above, if the service level in any month in the
three-month period falls below 85%, one (1) additional violation
will be added for each such month to the overall violations for
this service level.
95% of the Level 2 defects shall be resolved within 24 hours from
the time of reporting full details.
Severity of Violation: Medium
This service level will be monitored on a monthly basis.

Performance over the three- Violations for calculation


month period of penalty
< 95% & >= 90% 1
< 90% & >= 85% 2
< 85% 3
In addition to the above, if the service level in any month in the
three-month period falls below 85%, one (1) additional violation
will be added for each such month to the overall violations for
this service level.
100% of the Level 3 defects shall be resolved within 72 hours
from the time of reporting full details.
Severity of Violation: Low
This service level will be monitored on a monthly basis.
Performance over the three- Violations for calculation of
month period penalty
< 100% & >= 90% 1
< 90% & >= 80% 2
< 80% 3
In addition to the above, if the service level in any month in the
three-month period falls below 80%, one (1) additional violation
will be added for each such month to the overall violations for
this service level.

85
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Up to date of the documentation of the design, modifications,


enhancements, and defect-fixes in the quarterly period.
Severity of Violation: Medium
Application Support
This service level will be measured on a Quarterly basis.
performance
Each instance of non-meeting this service level will be treated as
one (1) violation.

5.7.4.3. Availability & Helpdesk Performance of CAS application at Data Centre

Service Measurement
Level
Description
Application Availability of CCTNS application at Data Center shall be at least 99.9% Severity
Availability of Violation: High
This service level will be monitored on a monthly basis.

Severity of Violation: High

This service level will be measured on a monthly basis. If the availability in a month
for a site falls below the minimum service level, it will be treated as one (1)
Violation. The total number of violations for the three-month period will be the
cumulative number of violations across all the months across all sites in the three-
month period.
Availability over the three-month Violations for calculation of penalty
period
< 99.9% & >= 99.5% 1
< 99.5% & >= 99% 2
< 99%> 3

In addition to the above, if the service level in any month in the three-month period
falls below 99%, one (1) additional violation will be added for each such month to
the overall violations for this service level.

Availability of non-CAS solution components measured within the Data Center


shall be at least 97%

Severity of Violation: Medium

This service level will be monitored on a monthly basis.


Application Availability / Uptime Performance over Violations for calculation
Availability the three-month period of penalty
< 97% & >= 96% 1
< 96% 2

86
Request for Proposal for Selection of System Integrator for CCTNS Punjab

In addition to the above, if the service level in any month in the three-month period
falls below 96%, one (1) additional violation will be added for each such month to
the overall violations for this service level.

Average application response time during peak usage hours as measured from a
client terminal within the Data Center shall not exceed 4 seconds.

Severity of Violation: High


The list of critical business functions and peak usage hours will be identified by the
department during the Supply and System Integration Phase.

This service level will be monitored on a monthly basis.


Application
performance Average application response time Violations for calculation of penalty
over the six-month period
> 4s &<= 5s 2
> 5s &<= 6s 4
> 6s 5

In addition to the above, if the average turnaround time in any month in the three-
month period goes beyond 6s, one (1) additional violation will be added for each
such month to the overall violations for this service level.

98% of the calls shall be responded within 45 seconds.

Severity of Violation: High


This service level will be monitored on a monthly basis.
Performance over the three-month Violations for calculation of penalty
period
Helpdesk < 98% &>= 90% 1
performance < 90% &>= 80% 2
< 80% 3

In addition to the above, if the service level in any month in the three-month period
falls below 80%, one (1) additional violation will be added for each such month to
the overall violations for this service level.

87
Request for Proposal for Selection of System Integrator for CCTNS Punjab

98% of the non-SI supported incidents (network connectivity, etc.) shall be routed
to the appropriate service provider within 30 minutes.

Severity of Violation: Medium


This service level will be measured on a monthly basis.
Performance over the three-month Violations for calculation of penalty
Helpdesk period
performance < 98% &>= 90% 1
< 90% &>= 80% 2
< 80% 3

In addition to the above, if the service level in any month in the three-month period
falls below 80%, one (1) additional violation will be added for each such month to
the overall violations for this service level.

5.7.4.4. Data Center/DR services

Service Measurement
Level
Description
Data Call should be logged within 30 minutes of any hardware/software failure. The
Center/DR failure of faulty hardware or licenses should be logged or escalated with OEM
services vendor or concerned Department within 30 minutes.
Severity of Violation: High
This service level will be monitored on a monthly basis.
Severity of Violation: High
This service level will be measured on a monthly basis. If the performance of call
logging in a month falls below the minimum service level, it will be treated as one
(1) Violation. The total number of violations for the three-month period will be the
cumulative number of violations across all the months in the three-month period.
Call logging over the three-month Violations for calculation of penalty
period
Call logged to OEM > 30 minutes 1
Call logged to OEM > 60 minutes 2
Call logged to OEM > 90 minutes 3
In addition to the above, if the number of instances where the call was logged to
OEM after 90 minutes is more than 4 then one (1) additional violation will be added
for each such month to the overall violations for this service level.

Data Center Up to date of the documentation of the design, modifications, enhancements, and
support fixes.
performance Severity of Violation: Medium.
This service level will be measured on a quarterly basis.
Each instance of non-meeting this service level will be treated as one (1) violation.

88
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Support for Support for Data Centre and DR software and application services should be
Data Center completed within 3 business days of notification by the Department. Issues where
/DR resolution has dependency on Department such as hardware Failure, License
components expiry, replacement of parts are exempted from the defined SLAs.
Severity of Violation: High
This service level will be measured on a monthly basis. Each instance of non-
meeting this service level will be treated as one (1) Violation.

5.7.5. Categorization of Severity Levels of the Client Site Application System


The severity of the client site application will be customized as per the field level experience and to
simplify the call logging in the Helpdesk System. The details of the customization are given below.
The SI must maintain the service levels.

a) The application installed at the client locations will be categorized as High and Medium level
only based on the nature of impact on business performance and on business day basis.
b) The severity levels for some of the indicative defects have been categorized in the table
below. However, for the defects which are not particularly defined here, the severity level
will be mutually determined by the Department and SI.
c) The High priority application calls L1 will be resolved within 4 business hours. The Medium
priority calls L2 and Low priority calls L3 will be resolved within 24 and 72 business hours
respectively.

Sl. Category Details of Severity Incident


No. Components/Incidents Resolution Time
1. CAS Online/ Offline incidents
Application Sync issue
User ID creation
User ID Transfer High 4 hrs.
User right assignment
Unable to Login/ Access
Unable to submit Form
2. User ID Role Change/ Modification
Medium 24 hrs.
User password reset
Patch Updating
Script for addition of Acts and
Section received from NCRB
MDM team
3. Setting of Hierarchy Low 72 hrs.
Offline Data Backup
Activation and Deactivation of
User Account
Granting Access and review
89
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Note: Issues and categorization not defined here will be included in the MSA or Addendum after mutual
discussion between department and selected bidder. The above-mentioned timeline is applicable for a
site, which is connected to DC. If the site connectivity is not available in between, the time of
unavailability will be deducted from the time taken to fix the problem.

5.7.6. Reporting
The below tables give details on the Service Levels the SI should maintain for client site systems
availability.

Service Level Measurement


Description
Availability and Provide monthly SLA compliance reports, monitoring and maintenance
Performance related MIS reports by the 1st week of the following month.
Report
Severity of Violation: Medium

This service level will be monitored on a monthly basis. If the monthly


SLA compliance report related to the service level metrics is not
provided in the given timeframe, it will be treated as one (1) instance.
The total number of instances for the three-month period will be the
cumulative number of instances across all the months in the Three-
month period
Total number of instances Violations for calculation of
over the three-month period penalty

>0 & <=3 1


>3 2

90
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.7.7. Credits for Successful Application Uptake


The below tables give details of the credits that can gained by the SI for successful uptake of the
application in the Department. The credits will not be calculated for the first reporting period.

Service Level Measurement


Description
CCTNS Uptake The following metrics will be measured at the end of each reporting
period:
1. Number of key transactions carried through internet (ex:
Transactional such as submitting an application for a no
objection certificate and Informational such a requesting the
status of a case).
2. Number of active users profiles in CCTNS.
3. Number of read-write transactions on CCTNS system.
4. Number of Searches carried out on data in CCTNS.
5. Total number of FIRs prepared through CCTNS.
6. Total number of Crime Details Forms prepared through CCTNS.
7. Total number of Key Investigation Forms prepared through
CCTNS.
8. Total number of Arrest Cards prepared through CCTNS.
9. Total number of Charge Sheets prepared through CCTNS.
10. Quality (Recency and accuracy) of information available in
CCTNS.
11. Number of cases reported to be solved because of the
availability of CCTNS System.
12. Number of ad-hoc requests successfully responded to using
CCTNS.
13. Turnaround Time for submitting the monthly and annual
crime/criminal information to NCRB from the State/UT.
A credit will be gained for each of the above parameters if the uptake
for that parameter shows significant improvement.
The following table applies for each of the above parameters:

% increase over the Credits


measurement in the last
reporting period
>5 & <=10% 2

>10 & <=15% 3


> 15% 4

91
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.7.8. Violations and Associated Penalties during the Operation & Maintenance Phase
The primary intent of Penalties is to ensure that the system performs in accordance with the defined
service levels. Penalties are not meant to be punitive or, conversely, a vehicle for additional fees.

a) A quarterly performance evaluation will be conducted using the three-monthly reporting periods
of that period.
b) Penalty Calculations: The framework for Penalties, as a result of not meeting the Service Level
Targets are as follows:

i. The performance will be measured for each of the defined service level metric against the
minimum / target service level requirements and the violations will be calculated accordingly.
ii. The number of violations in the reporting period for each level of severity will be totaled and
used for the calculation of Penalties.
iii. If the total number of credits gained by the SI is lower than the total number of high severity
violations in the reporting period, the total number of credits will be subtracted from the total
number of High Severity Violations in the reporting period for the calculation of Penalties.
iv. If the total number of credits gained by the SI is higher than the total number of high severity
violations in the reporting period, the resultant total number of high severity violations in the
reporting period for calculation of penalties will be considered as zero (0).
v. Penalties applicable for each of the high severity violations is 2 % of respective quarterly
payment to the SI.
vi. Penalties applicable for each of the medium severity violations is 1 % of respective quarterly
payment to the SI.
vii. Penalties applicable for each of the low severity violations is 0.5 % of respective quarterly
payment to the SI.
viii. Penalties applicable for not meeting a high (H) critical performance target in two consecutive
quarterly on same criteria shall result in additional deduction of 3% of the respective quarterly
payment to the SI. Penalty shall be applicable separately for each such high critical Activity
ix. Penalties applicable for not meeting a medium (M) critical performance target in two
consecutive quarterly periods on same criteria shall result in additional deduction of 2% of
the respective quarterly payment to the SI. Penalty shall be applicable separately for each
such medium critical activity
x. The SLA penalty will be levied during Operation and Management phase. It is noted that if
the overall penalty applicable for any of the review period during the currency of contracts
exceeds 10% and if overall penalty applicable for any of the two successive quarterly periods
during the currency of contracts is above 10% of the billing value as per the payment
milestones then the Department shall have right to terminate the contract and blacklist the
company.
xi. The overall capping for penalty will be limited to 10% of the total contract value.
xii. Delay in resource deployment: If the selected bidder failed to deploy the required manpower
resources for the completion of knowledge transfer training, then a penalty of 0.25% of the
contract value per week upto a maximum capping of 10% will be levied. The purchaser will
have the right to terminate the contract when the penalty is more than 10% of the contract
value.

92
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.8. Appendix 8: Details of Existing DC/ DR Infrastructure


5.8.1. Existing DC/ DR Equipment
Hardware

Hardware Details Quantity Location


IBM HS 23, Type 7875, E5-2620 95W, 2.0 GHz/ 133 Mhz, 15
MB, 16/32 GB RAM, 2 Qty HDD 300GB 11 DC
IBM X3850, Type 7143, E7-4820 105W, 2.0 GHz, 18 MB L3, 144
GB RAM 2 DC
TS 3200 Tape Library Model L4U Driveless 1 DC
IBM Storwize V7000 Disk Control Enclosure + IBM Storwize
V7000Disk Expansion Enclosure+ IBM Storwize V7000 Disk
Expansion Enclosure 1 DC
Cisco MDS 9148 Fabric Switch (fc 4gb sw sfp, 25 M 50 U lc/lc
Cable, Power Chord) 1 DC
IBM Blade Centre H (Chasis) 1 DC
Fortinet 600E 2 DC
Fortinet 200D 1 DC
DAX DMZ Switch DX 5024GS 2 DC
Load Balancer (Array 1600) 2 DC
DAX Core DX 0630P AC 2 DC
IBM HS 23, Type 7875, E5-2620 95W, 2.0 GHz/ 133 Mhz, 15
MB, 16/32 GB RAM, 2 Qty HDD 300GB 5 DR
IBM X3850, Type 7143, E7-4820 105W, 2.0 GHz, 18 MB L3 ,
144 GB RAM 1 DR
IBM Blade Centre H (Chasis) 1 DR
IBM Storwize V7000 Disk Control Enclosure + IBM Storwize
V7000Disk Expansion Enclosure 1 DR
TS 3200 Tape Library Model L4U Driveless 1 DR
Cisco MDS 9148 Fabric Switch (fc 4gb sw sfp, 25 M 50 U lc/lc
Cable, Power Chord) 1 DR
Fortinet 600C 1 DR
DAX DMZ Switch DX 5024GS 1 DR
DAX Core DX 0630P AC 1 DR
Rack 1 DR

Software

OS/Database Software Details

MySQL Enterprise Edition Subscription (1-4 Socket Server) Ver 5.5


Red Hat Enterprise Linux Server, Standard (Physical or Virtual Nodes) Ver 5 & 6
Solaris V 10 Ver 10

93
Request for Proposal for Selection of System Integrator for CCTNS Punjab

List of Freeware used in Punjab CCTNS Project

S.no Name of the software Version


1 MySQL Workbench 6.1

2 GlassFish Server 2.1

3 LDAP protocol 6.3


4 Netbeans (IDE) 6.5.1
5 Java(JDK 1.6) 1.6

6 CollabNet Subversion Server 4.0.11

Server wise bill of materials for DR:

SL NO ITEMS QTY MAKE & MODEL


1 Database Server 1 IBMX3850-X5
2 Application Server 1 IBM-HS23
3 LADP Server 1 BM-HS23
4 Portal Server 1 BM-HS23
5 Backup Server 1 BM-HS23
6 Testing Server 1 BM-HS23
7 Digital Signature 1 TCS
8 Software for Data Center 1 Please refer software BOM
9 Automatic Tap Library 1 IBM-TS3200TL
10 Fiber Cabling and 1
Networking Items for RC
11 Racks 1 DX-42U

94
Request for Proposal for Selection of System Integrator for CCTNS Punjab

Details of Data Centre:

SL NO ITEMS QTY MAKE & MODEL

1. Database server 2 IBMX3850-X5


2. Application Server 2 IBM-HS23
3. LDAP Server 1 BM-HS23
4. Antivirus Server 1 BM-HS23
5. EMS 2 BM-HS23
6. Portal Server 2 BM-HS23
7. Backup Server 1 BM-HS23
8. Testing Server 1 BM-HS23
9. Load Balancer 2 Arry App Velocity and Net
Velocity
10. Core Switch 2 DAX 0630P
11. DMZ Switch 2 DAX DX 5024GS
12. Digital Signature 1 TCS
13. Software for Data Center 1 Please Refer Software BOM
14. Automatic Tape Library 1 IBM-TS3200TL
15. Firewall with LAN, VPN and IPS 2 Fortinet Fortigate -
600cr+FAZ-200D
16. Fiber Cabling and Networking items for 1
Data Centers
17. Racks DX-42U
18. SAN Storage 1 IBM Storwise V7000
19. SAN Switch 1 CISCO MDS9124

NOTE:
Currently the AMC is being undertaken by the Department itself.

95
Request for Proposal for Selection of System Integrator for CCTNS Punjab

5.9. Appendix 9: Substitution of Key Experts at Validity Extension

a) The System Integrator should not replace the deployed resources for the first 06 months of the
contract except for the unavoidable circumstances which is out of control of the SI such as medical
urgency, etc.
b) If any of the Key Experts become unavailable for the extended validity period, the System
Integrator shall provide a written adequate justification and evidence satisfactory to Punjab Police
together with the substitution request. In such case, the resource will be replaced by a key expert
with equal or better qualifications and experience than the originally proposed Key Expert.
c) If the System Integrator fails to provide a replacement of any key expert with equal or better
qualifications or if the provided reasons for the replacement or justification are unacceptable to
Punjab Police, then a penalty of 5% of quoted man-month rate per week will be levied.
d) Punjab Police reserves the right to seek for replacement of resources against any of the positions
mentioned in the RFP if at any point they are found not suitable for the work allocated to them in
the project. The System Integrator should provide a replacement within 30 days of such written
request placed by Punjab Police otherwise a penalty of 5% of quoted man-month rate per week of
delay will be levied. In such an eventuality where replacement is requested by Punjab Police, at-
least a 30 days’ notice will be given to Bidder to advice the concerned resource to improve upon
his/her performance failing which the replacement clause will be started.
e) Any Resource deployed by the Bidder must individually sign a Non-Disclosure Agreement with the
Department before being deployed with any project related activities.

96

You might also like