F

Police Telecom. Head Quarters, M.P. Bhadbhada Road, BHOPAL- 462003 (Fax No. 0755-2443674, E-mail: [email protected])

e-Tender Request for Proposals for 3D Modeling of City, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems (On turnkey basis) (Bid Reference No. PTHQ/Pur/3D Mapping/F-959/2015, Bhopal, Date: 26/11/2015) Single stage E- Tender process/ Three envelop procedure Last date for online submission of e-Tender :- 28/12/2015, up to 2300 Hrs. Last date for submission of Bid in Hard copy :- 29/12/2015, up to 1200 Hrs. Date of Bid Opening :- 29/12/2015 at 1300 Hrs.

Director General Of Police Through- S.S.P. (Radio) Police Telecom. Head Quarters,M.P. Bhadbhada Road, Bhopal-462003 Phone &Fax : 0755- 2443674 E-mail: [email protected]

3- D Modeling Project Ujjain City MP Police Page 1 of 125

Disclaimer To participate in the open competitive process with a view of getting finally shortlisted to execute the works mentioned in the Tender Document. This Tender Document (also referred to as “Request for Proposal” or “ RFP” is not nor an Agreement or an offer or invitation by MP Police to any Bidder other than the one that qualifies based on evaluation of submitted Bids. The purpose of this Tender Document is to provide all the relevant information to the potential Bidders to assist them in responding to this Tender Document. Though this Tender Document is prepared with sufficient care to provide all required information to the potential Bidders, they may still need more information than what has been provided. In such cases, the potential Bidder is solely responsible to seek the additional information required from MP Police, at his / her own cost well in time.

MP Police reserves the right to provide such additional information at its sole discretion. In order to respond to the Tender Document, if required, and with the prior permission of MP Police, the potential Bidder may conduct his own study and analysis, as may be necessary. MP Police makes no representation or on-site warranty and shall incur no liability under any law, statute, rules or regulations on any claim the potential Bidder may make in case of failure to understand the essential requirements of the Bidding process and then to respond to the Tender Document. MP Police may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this Tender Document at any time prior to the last date of submission of Bids.

3- D Modeling Project Ujjain City MP Police Page 2 of 125

Abbreviations 3D 3 dimensional AMC Annual Maintenance Contract ATP Acceptance Testing Plan BG Bank Guarantee BOM Bill of Material BoQ Bill of Quantity CMDB Common Management Database DD Demand Draft DSC Digital Signature Certificate EMD Earnest Money Deposit FAT Final Acceptance Testing FPS Frames Per Second GCC General Conditions of Contract GoI Government of GoMP Government of HD High Definition ICT Information and Communication Technology IP Internet Protocol LMOC Lead Member of Consortium LoI Letter of Intent MPP Madhya Pradesh Police MTTR Mean Time To Repair O and M Operation and Maintenance OEM Original Equipment Manufacturer PBG Performance Bank Guarantee PMU Project Management Unit PoC Proof of Concept POD Proof of Design PST Peak Service Time QA Quality Assurance RFP Request For Proposal SI System Integrator SITC Supply, Installation, Testing & Commissioning SLA Service Level Agreement

3- D Modeling Project Ujjain City MP Police Page 3 of 125

SOP Standard Operating Procedures SOW Scope of Work SP Office Superintendent of Police Office SSS Security and Surveillance Solution SWOT Strength, Weakness, Opportunity and Threat Analysis TC Treasury Challan TEC Technical Evaluation Committee TOR Terms of Reference TPA Third Party Agency UPS Uninterrupted Power Supply

3- D Modeling Project Ujjain City MP Police Page 4 of 125

Table of contents

DISCLAIMER ...... 2

ABBREVIATIONS ...... 3

1 INVITATION FOR PROPOSAL ...... 8

1.1 EXECUTIVE SUMMARY ...... 8 1.3 DEFINITIONS ...... 10 1.4 GENERAL CONDITIONS ...... 12

2 SCOPE OF WORK ...... 13

2.1 SCOPE OF WORK ...... 13 2.2 SYSTEM REQUIREMENT...... 14 2.3 OPERATING CONDITION ...... 15 2.4 SCOPE OF INSTALLATION, COMMISSIONING AND SYSTEM INTEGRATION ...... 16 2.5 HANDHOLDING SUPPORT ...... 17 2.6 SCOPE OF TRAINING –DELIVERABLES & TIMELINES ...... 17 2.7 MANPOWER FOR PROJECT MANAGEMENT, MAINTENANCE, TRAINING& HAND HOLDING SUPPORT BY BIDDER ...... 18 2.8 SCOPE OF ACCEPTANCE TESTING ...... 19 2.9 SYSTEM INTEGRATORS RESPONSIBILITY ...... 19 2.10 MADHYA PRADESH POLICE DEPARTMENT’S RESPONSIBILITY ...... 19

3 INSTRUCTIONS TO THE BIDDERS &BIDDING PROCESS ...... 21

3.1 IMPORTANT DATES ...... 21 3.2 NOTE ...... 21 3.3 ADVICE TO THE BIDDERS AND OEMS ...... 22 3.4 ETHICAL CONDUCT OF THE BIDDERS AND OEMS ...... 23 3.5 COST OF BID DOCUMENT ...... 24 3.6 VALIDITY OF THE BID ...... 24 3.7 TRANSFERABILITY OF THE RFP DOCUMENT ...... 24 3.8 ADDRESS AT WHICH THE BIDS ARE TO BE SUBMITTED ...... 24 3.9 EARNEST MONEY DEPOSIT (EMD) ...... 24 3.10 PRE-BID MEETING ...... 25 3.11 PROCEDURE FOR SUBMISSION OF THE BID (AS PER E -TENDER PROCESS) ...... 27 3.12 DOCUMENTS COMPRISING THE BIDS ...... 29 3.12.1 BID PACKET SHALL CONSIST OF THE FOLLOWING: ...... 29 3.12.2 PRE-QUALIFICATION BID SHALL CONSIST OF FOLLOWING: ...... 30 3.12.3 TECHNICAL BID SHALL CONSIST OF FOLLOWING: ...... 31 3.13 FINANCIAL BID: ...... 33 3.14 OPENING OF BIDS AND PROCEDURE OF EVALUATION (E- TENDERING PROCESS) ...... 36 3.15 DETAILED TECHNICAL EVALUATION MATRIX...... 39 3.16 COST INVOLVED IN TENDERING ...... 39 3.17 AMENDMENT IN THE RFP DOCUMENT ...... 39 3.18 RIGHT TO VARY QUANTITIES ...... 39

4 GENERAL TERMS AND CONDITIONS ...... 41

3- D Modeling Project Ujjain City MP Police Page 5 of 125

4.1 STANDARD OF PERFORMANCE ...... 41 4.2 PROJECT SCHEDULE ...... 41 4.3 PACKAGING ...... 43 4.4 ACCEPTANCE TESTING AND INSPECTION ...... 43 4.5 PAYMENT TERMS ...... 43 4.6 TERMINATION ...... 44 4.6.1 TERMINATION By DEFAULT ...... 44 4.6.2 TERMINATION FOR INSOLVENCY ...... 45 4.6.3 TERMINATION OF CONVENIENCE ...... 45 4.7 SUSPENSION ...... 45 4.8 BIDDER’S PERSONNEL ...... 46 4.9 CONFIDENTIALITY ...... 46 4.10 INSURANCE ...... 46 4.11 PROPERTY AND RISK ...... 47 4.12 EXIT MANAGEMENT ...... 47 4.12.1 TRANSFER OF ASSETS...... 47 4.12.2 CONFIDENTIAL INFORMATION, SECURITY AND DATA ...... 48 4.12.3 TRANSFER OF CERTAIN AGREEEMENTS ...... 49 4.12.4 GENERAL OBLIGATIONS OF THE SELECTED BIDDER ...... 49 4.12.5 EXIT MANAGEMENT PLAN ...... 50 4.13 ARBITRATION; COURT OF COMPETENT JURISDICTION- ...... 50 4.14 SOURCE CODES, COPY RIGHTS, INTELLECTUAL PROPERTY RIGHTS AND INDEMNITY LIABILITY ...... 51 4.15 ASSIGNMENT & SUBCONTRACTING ...... 53 4.16 WARRANTY / MAINTENANCE ...... 54 4.17 AGREEMENT ...... 54 4.18 LIMITATION OF LIABILITIES ...... 55 4.19 LAW AND JURISDICTION ...... 55

5 SERVICE LEVEL AGREEMENT ...... 55

5.1 PURPOSE OF THIS AGREEMENT ...... 55 5.2 DURATION OF SLA ...... 56 5.3 SERVICE LEVEL AGREEMENTS AND TARGETS ...... 56 5.4 SLA MORATORIUM AND COMMENCEMENT ...... 56 5.5 UPTIME CALCULATION ...... 59 5.6 DOWNTIME CALCULATION ...... 59 5.7 BREACH OF SLA ...... 59 5.8 MONITORING AND AUDITING ...... 60 5.9 REPORTING PROCEDURES ...... 60 5.10 ISSUE MANAGEMENT PROCEDURES ...... 60 5.10.1 GENERAL ...... 60 5.10.2 ISSUE MANAGEMENT PROCESS ...... 60 5.11 SLA CHANGE CONTROL ...... 61 5.11.1 GENERAL ...... 61 5.11.2 SLA CHANGE PROCESS...... 61 5.11.3 VERSION CONTROL ...... 61 5.12 MANAGEMENT ESCALATION PROCEDURES ...... 61

6 TECHNICAL SPECIFICATIONS AND REQUIREMENTS ...... 63

3- D Modeling Project Ujjain City MP Police Page 6 of 125

7 BID PROPOSAL FORMS ...... 83

7.1 FORMAT 1: ELIGIBILITY CONDITIONS (CLAUSE 3.12.2) ...... 83 7.2 FORMAT 2: LETTER OF PROPOSAL SUBMISSION (TO BE SUBMITTED BY LEAD MEMBER OF CONSORTIUM) ...... 85 7.3 FORMAT 3: DECLARATION LETTER FOR CONSORTIUM PARTNER ...... 92 7.4 FORMAT 4: FINANCIAL STATUS FORM/GENERAL INFORMATION ABOUT THE BIDDER ...... 96 7.5 FORMAT 5: FINANCIAL STATUS FORM/GENERAL INFORMATION ABOUT THE CONSORTIUM PARTNERS ...... 98 7.6 FORMAT 7: PERFORMANCE STATEMENT ...... 100 7.7 FORMAT 8: TECHNICAL QUALIFICATIONS (AS PER CLAUSE 3.12.3) ...... 102 7.8 FORMAT 9: TECHNICAL PROPOSAL COMPLIANCE STATEMENT ...... 106 7.9 FORMAT 10: LIST OF FULL TIME PROFESSIONALS TO BE PROVIDED BY THE BIDDERFOR THE TASKS TO BE PERFORME UNDER THIS RFP-[REFER CLAUSE 2.7, 3.14.VII AND 4.8 ] ...... 107 7.10 FORMAT 11: DEVIATIONS FROM TENDER DOCUMENT CONDITIONS ...... 110 7.11 FORMAT 12: OEM / MANUFACTURERS AUTHORIZATION CERTIFICATE/ COMPLIANCE SHEET ...... 111 7.12 FORMAT 13: NON-MALICIOUS CODE CERTIFICATE- FOR EACH ITEM PROPOSED BY LMOC ...... 113 7.13 FORMAT 14: UNDERTAKING ON EXIT MANAGEMENT AND TRANSITION ...... 114 7.14 FORMAT 15: UNDERTAKING CERTIFICATE ...... 115 7.15 FORMAT 16: BILL OF QUANTITY ...... 116 7.16 FORMAT 17: - FINANCIAL BID ...... 117 7.17 FORMAT 18: FINANCIAL BID (BILL OF MATERIALS) ...... 118 7.18 FORMAT 19: PERFORMA OF BANK GUARANTEE ...... 120 7.19 FORMAT 20: UNDERTAKING ON OFFICE PREMISES (ON FIRM/ COMPANY LETTER HEAD) ...... 122 7.20 APPENDIX / ANNEXURE 2 ...... 124

3- D Modeling Project Ujjain City MP Police Page 7 of 125

1 INVITATION FOR PROPOSAL 1.1 EXECUTIVE SUMMARY MP Police is preparing for the Ujjain Simhastha scheduled to be held in April-May 2016 Simhastha is the great bathing festival of Ujjain. Comprehensive security arrangements are to be made for the . Therefore a state-of-the-art 3-D modeling technique is envisaged to help security force to better manage the crowd flow and prevent disorder. Madhya Pradesh Police, for the same, intends to get developed and procure 3-D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems. Madhya Pradesh Police, Government of Madhya Pradesh, invites Bid proposals from reputed and experienced Companies/ Consortia to participate in competitive tendering for providing and maintaining get developed and procure 3-D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Solution for Madhya Pradesh Police and maintain and upgrade the same for a period of two years. The system suggested should comprise of the following core components:

1. High resolution Satellite Data of the city of Ujjain (to be provided by MP Police). 2. Processing of the Satellite data and producing the geospatial database and base map with all the major features of the city, including the roads and major landmarks etc. 3. Supply of the hardware and 3-D (Server & Client) software for the Control Room. 4. Incident Command Post (Mobile Vehicle with Display inside and software to connect to control room). 5. 3-D Mapping of the areas in Ujjain designated by MP Police with vertical accuracy of less than10 cm. 6. Integration of all the sub systems under a turnkey basis; Integration with Dial 100 System and CCTV based surveillance and security system. 7. Training on all the subsystems and the proposed solution to policemen.

3- D Modeling Project Ujjain City MP Police Page 8 of 125

POLICE TELECOM.HEAD QUARTERS, MADHYA PRADESH Bhadbhada Road, Bhopal-462 003 Fax No. 0755-2443674, E-mail: [email protected]; [email protected]

NIT No.: PTHQ/ Pur/3D Mapping/F- 959/2015, Date: 26/11/2015

-:: Notice Inviting e-Tender ::- e-Tender/Sealed tenders are invited by the Senior Superintendent of Police (Radio) MP Bhopal on behalf of DGP MP Bhopal for the following items :-

Sr. No Name of item Required EMD

1 Appointment of an Agency for to get developed and procure 3-D Rs. 2 Lakhs in shape Modeling of Ujjain City of Madhya Pradesh State, Supply of of BG/FD for one year the Software, 360 Degree Camera system, Computer issued by any Indian Hardware Systems / solution On Turn-key Basis :- Nationalized Bank or SBI or other public sector banks

1. Cost of tender documents (Tender fee) is Rs. 5,000/- (Rupees Five Thousands only) which is non refundable and cannot be exempted in any condition. 2. It must be paid online at the time of filling e-tender under Head "0055- Police Miscellaneous Receipt" in favor of under signed authority.

3. Tender documents also available for reference convenience on the website of MP Police (www.mppolice.gov.in)

4. The Tender can be submitted online only on website https://www.mpeproc.gov.in and sealed Tender also be submitted in hard copy at the office of SSP(Radio) M.P. Bhopal within scheduled date and time.

5. This is a turn-key Project.

6. Schedule :

(i) Pre-Bid Meeting: Pre-Bid will be held on 08/12/2015 at 11:30 hours. (ii) Last date of online e-Tender submission : - 28/12/2015 up to 2300 hours. (iii) Last date of submission of bid in Hard copy : - 29/12/2015 up to 1200 hours. (iv) Date of Bid Opening :- 29/12/2015 at 1300 hours.

Sr. Supdt. Of Police (Radio) M.P. Bhopal

3- D Modeling Project Ujjain City MP Police Page 9 of 125

1.3 DEFINITIONS In this document, unless otherwise mentioned or expressed clearly, the terms would have meanings as given below: I. "Availability" shall mean the time for which the services and facilities are available for conducting operations from the equipment installed by vendor. II. “Bidder” The Firm/Company who buys the tender document, signs and submits the Tender document and Bids for the contract and / or awarded the Contract to implement Tender for “Appointment of an Agency for to get developed and procure 3-D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems On Turn-key Basis”, as the reference may indicate; it shall also include associates, licensee, collaborator, and agents. III. “Committee” means Committee constituted by M. P. Police in relation to this Process by whatever name and includes Police Telecom. Technical Committee and Central Purchase Committee as appointed by the DGP MP, for the purpose of processing this Tender and Supplies Test & Acceptance Committee. IV. “Competent Authority” means Additional Director General of Police Telecom, Madhya Pradesh, Bhopal or any officer notified by him. V. “Consortium” means and includes any type of legal arrangement among the legal entities, partners, presenting their offer as a single bid. Such an arrangement may be called consortium/association/Joint venture or by any other name VI. "Contract" or ‘agreement’ means the Agreement entered into between the M.P Police and the "Vendor" as recorded in the Contract form signed by the SSP(R) M.P and the " Vendor " including all attachments and Appendix/ Annexes thereto, the Tender and all Annexures thereto and the agreed terms as set out in the proposal, all documents incorporated by reference therein and amendments and modifications to the above from time to time; VII. "Effective Date" means the date on which the Contract is signed and executed by the M.P Police and successful bidder. VIII. e-Tender: - means electronically bid submission on the website https://www.mpeproc.gov.in with due procedure. IX. “Go-live” The date on which Purchaser declares the ‘Start’ of the operation of the system. X. “Lead Member of Consortium” The Firm / Company who buys the tender, signs and submits the tender on behalf of Consortium will be taken as the Lead Member of Consortium and shall be taken as the “Bidder” for the purpose of this tender document.

3- D Modeling Project Ujjain City MP Police Page 10 of 125

XI. “Penalty” means the financial deduction imposed for breaking the law, rule, SLA or contract, timelines. At places in this document ‘pro rata deductions’ may also be referred as “penalty’ as the context may refer. XII. “Purchaser’ or ‘Madhya Pradesh Police (MPP) or ‘Department’ Purchaser means MP Police. Senior superintendent of police (Radio) [SSP(R)], Telecom Headquarters, Bhadbhada Road Bhopal shall be authorised person to act on behalf of M.P police in reference to this RFP. XIII. “Performance Bank Guarantee (PBG)” Means Unconditional Irrevocable Bank Guarantee from a Nationalised Bank or State Bank of India valid till completion of exit management being approved by MPP (This time period comprises of Implementation period, Operation & Maintenance period and Exit Management period) from the date of signing of Contract between the parties. XIV. “Resources” means the Bidder’s Personnel deputed to this project. XV. “Survey” means collection and analysis of data with respect to scope of work identified in this RFP. XVI. System “GO LIVE” System is declared Go Live from the date of approval of Final Acceptance Test of system/solution by the purchaser. XVII. “Tender Fee” is the cost of a complete blank tender form with all detail Information about the tender like technical specifications of each items, all terms and conditions of tender, all Performa/ forms, draft Agreement & Bank guarantee format etc. XVIII. The “Appointment of an Agency for to get developed and procure 3-D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems” (hereinafter referred to interchangeably as the “Equipment” or the “Items” or the “Goods” or the “System” or the “Solution”) includes, “Design, Site Preparation, Supply, Installation, Integration and Maintenance of Physical and IT Infrastructure for hardware and software and other services for Ujjain city of Madhya Pradesh”, with complete accessories and all required hardware and software as per the scope of Work and Technical Specifications specified in this RFP, for use in this system, by M. P. Police. XIX. “Two (2) Year Onsite comprehensive Warranty” means the comprehensive warranty by the Bidder on the complete assets of the system. The warranty shall be taken to start from the date of ‘go live’ which usually will commence immediately after the date of Final Acceptance of the system by the Police Telecom & Maintenance of all software and hardware supplied. XX. “Vendor / supplier”: means the Bidder or the Lead Partner/Member of the Consortium who has been declared the Successful Bidder (Bidder) and has been offered to enter into the Agreement with “the purchaser” and who has entered into the Agreement to execute the work/ provide goods and services within the scope of this tender.

3- D Modeling Project Ujjain City MP Police Page 11 of 125

XXI. ‘Safe City Monitoring & Response Centre’ means CCTV monitoring and response Centre at central facility Bhopal and CCR refers to City Control Room of Ujjain city. 1.4 GENERAL CONDITIONS 1.4.1 Online submission of Tender with Tender-Fee:

a) Bidders must have paid the prescribed tender fees online. b) e- offers prepared in accordance with the procedures enumerated in this document then should be submitted online on website https://www.mpeproc.gov.in also submit in hard copy to SSP (Radio), not later than the date and time laid down, at the address given below in clause 3.8. c) During online submission documents (Files) should be uploaded in parts and ensure that each part should not be exceed 5 Mb limit. If any query or problem in online submission of e-tender on website please contact Mr. Rohit Gupta, Operation Manager of website on Mob. No. 098278 72493 for help.

1.4.2 This is an invitation to Bidders for supply of all required hardware and software as per the Scope of Work and Technical Specifications mentioned in this RFP. The tasks for this process include the items mentioned later in this RFP at section VI. 1.4.3 It will be imperative on each Bidder to fully acquaint itself with all the local sites, conditions and factors, which would have any effect on the performance of the contract and cost of the goods and services. No request for the change of price or time schedule of delivery of Goods and services shall be entertained, on account of any local condition or factor once the offer is accepted by the M. P. Police, the purchaser. 1.4.4 Sealed offers prepared in accordance with the procedures enumerated in this RFP should be submitted to SSP (Radio) M.P. Bhopal, not later than the date and time laid down, at the address given in the succeeding paragraphs of this RFP. 1.4.5 The requirement is for items (minimum technical requirements) mentioned at Section VI of this RFP. Bidders are also advised to ascertain whether they meet the eligibility criteria of the Bid. Bidders must quote for complete quantities of items/services mentioned in the schedule of requirement. Bidders should quote for all the items/services mentioned to satisfy functional and technical requirement of project in as mentioned in this RFP. Bids with partial response are liable to be rejected summarily. 1.4.6 Although all care have been taken to provide detail BOQ of the goods and services but looking to the scope of the work there may be a possibility that this BOQ may not fully satisfy the functional and technical requirements outlined in this RFP document. Bidder must clearly understand functional and technical requirements and must propose such additional hardware, software, networking, connectivity etc. and services which even though not specifically mentioned in BOQ but may be required to comply with functional and technical requirements. No additional payment would be made for supply and commissioning of goods and services etc. for such goods and services if not quoted in the bid but later bidder is made to provide as per scope of work. 3- D Modeling Project Ujjain City MP Police Page 12 of 125

1.4.7 Tenders with price variation clauses or with vague terms are liable to be ignored and rejected summarily. Counter offers shall not be considered. Incomplete tenders are liable to be rejected. 1.4.8 The Prime Bidder should have a representative office in Ujjain. Addresses and contact details of the same should be provided. However, if local presence is currently not available in Ujjain, the Bidder must give an undertaking for establishment of an office at Ujjain capable and well equipped for supporting services required for the project within one month of award of the contract. 1.4.9 The Lead Bidder is expected to have sufficient funds for working on the project at the time of the Bid. Where any Bidder proposes to avail bank loan or financial assistance / funding from any third party, it must be disclosed at the time of the submission of the bid at Point 29 of Form II. 1.4.10 Bidders must understand the processes of E procurement site well in advance and should avoid last minute rush to upload bid document/ information.

2 SCOPE OF WORK 2.1 SCOPE OF WORK Scope of work includes – Areas, Facilities and Structures in Ujjain which have been identified as Vital/Critical Installations require specialized protection, security plans and security services. These locations are the target of attention, problems associated with huge people gathering, including those of anti social elements. A well designed, developed, tested, and an integrated solution for protection and security operations, vulnerability assessments for these vital facilities is the need for the upcoming Simhastha in 2016.

1. Site-specific emergency response plans, business continuity strategies, security procedures, and reporting protocols are needed.

2. An Integrated Solution has to be designed and implemented. The solution has to be tested by MP Police and the police officers have to be trained for mitigating any untoward incident that may happen during the Mela.

3. The Solution has to provide strategies, operational hardware and software for mitigating any untoward incident in real time with no causalities and minimum damage to the property. These activities have to be planned and practiced. The main components of the project are as listed below-

1. High resolution Satellite Data of the city of Ujjain (will be provided by MP Police). 2. Processing of the Satellite data and producing the geospatial database and base map with all the major features of the city, including the roads and major landmarks etc.

3- D Modeling Project Ujjain City MP Police Page 13 of 125

3. Supply of the hardware and 3D (Server & Client) software for the Control Room. 4. Incident Command Post (Mobile Vehicle with Display inside and software to connect to control room). 5. 3D Mapping of the areas in Ujjain designated by MP Police with vertical accuracy of less than10cm. 6. Integration of all the sub systems under a turnkey basis. 7. Training on all the subsystems and the proposed solution to policemen. 8. Final acceptance test. 9. Training. 10. Operations and maintenance and management of the assets. 11. On-site warranty and Post warranty Maintenance and spare parts support of all hardware, software, equipment, accessories. The minimum specified scope of work to be undertaken by the Selected Bidder is to be performed as per the specifications and conditions mentioned in the different parts of this document, any further amendments issued in this regard and the contract to be signed by the Successful Bidder subsequently. Operations will be in the scope of Department. 2.2 SYSTEM REQUIREMENT 2.2.1 Application should be integrated with GIS maps (which will be made available by MP Police). Data will be provided in shape file format. 2.2.2 Bidder shall provide trained manpower for training, handholding support, operating the system and maintain the same for a period of two years. The Successful Bidder shall supply all hardware which includes, but not limited to servers, storage, work stations, and requisite software as per minimum specifications and configurations mentioned in this RFP and required to complete the entire project. I. Further, the Successful Bidder must not bid/supply any equipment that is likely to be declared end of life/sale within three years from the date of submission of bid. The Bidder would be required to maintain/replace all such equipment with latest and at least of equivalent configuration during project duration. II. All the passive components need to be of the reputed and approved make across the entire sites to be connected under this RFP to ensure standardization and Certification from the manufacturers. III. The Successful Bidder shall be responsible for end-to-end implementation of connectivity of all the locations under this RFP and shall quote and provide/ supply any item(s) of latest make and model not included in the Bill of Materials, but required for successful implementation and commissioning of the system as well as its management. The Bidder must include the cost for such item(s), which have not

3- D Modeling Project Ujjain City MP Police Page 14 of 125

been specifically mentioned in the BOQ or elsewhere in the Bid, but are required for Successful completion of the project. IV. The supply of all the installation material / accessories / consumables necessary for the installation commissioning and operation of the Systems. V. The required networking equipment for end to end connectivity shall also be provided by the Bidder at each location. VI. However complete maintenance will be in the scope of the Bidder including rectification of minor or major faults/breakages in the equipments etc.

2.3 OPERATING CONDITION I. Reliability: The proposed equipments must be designed to cater for 24x7 round-the- clock operations. II. Maintainability: The Bidder has to maintain the uptime for entire system as mentioned in SLA. III. This uptime is exclusive of regular maintenance. The minimum down-time for all the components, factors such as ease of replacement, mean-time-to-repair (MTTR) has to be incorporated in the system design and proposal and the same to be submitted. IV. User-Friendly: The system server may be based Windows or Linux or Unix OS. V. Security: MPP, being a sensitive department is directly related to law and order, VIP, VVIP security. System should be fully secured so that system can’t be hacked or compromised by outsiders in any circumstances. VI. Upgradeability: Overall system should be modular, easily re-configurable and upgradeable. VII. Electromagnetic Compatibility: The IP Interoperability and Collaboration System shall be able to operate without any complication due to any electromagnetic interference exists in or between sub-systems. VIII. At expiry of Contract : For smooth handing over/transfer of the system, at the time of expiry the contract, all the system with detailed diagrams and drawings (Software, Hardware, Connectivity, Control Room, Field Equipment, Components and subcomponents etc. used in the project) shall be fully functional. IX. Scalability: Future Expandability of the project in other cities and Integration with present system. X. Integration: Integration with DIAL 100 and CCTV system.

3- D Modeling Project Ujjain City MP Police Page 15 of 125

2.4 SCOPE OF INSTALLATION, COMMISSIONING AND SYSTEM INTEGRATION I. The scope of installation, commissioning and system integration shall mean to install, configure and integrate the following (but not limited to), adhering to essential security measures. a) Carry out installation of active components, passive components and accessories supplied as per standards for successful integration and implementation of the systems at each site connected under this RFP. b) Configuring and fine-tuning of subsystems to achieve overall optimal performance and highest security. c) The components to be installed and configured shall include but not limited to:  Storage hardware  Computer hardware, UPS, Display device  Software d) All patches and updates shall be provided by the Successful Bidder free of cost during the tenure of the contract. These patches and updates should be provided free of cost for the entire duration of the contract. II. Carrying out all general tests such as physical test on delivery, pre-installation checks to ensure correct implementation and connections, completeness of system documentation etc. III. The material could be checked through agency identified by the department, along with Quality tests before dispatching to site. The list of the materials to be checked through agency will be provided to Successful Bidder. IV. The Successful Bidder shall not cause any damage to Government buildings / other premises / property etc., if any damage occurs, the Successful Bidder will perform restoration at his cost. V. The system shall be subjected to inspection at various stages. The Successful Bidder shall follow all Safety Regulations and practices. VI. The Bidders shall spell out various tests that are being proposed to be carried out for demonstrating the functionality of the solution. VII. The Successful Bidder shall provide on-site warranty for all the components including hardware, software, etc. as per RFP for a period of Two Years post “Go- Live” from the date of the issuance of Final Acceptance Certificate. VIII. Civil works: a) Purchaser shall provide requisite space at Police Control Room Ujjain.

3- D Modeling Project Ujjain City MP Police Page 16 of 125

b) The Successful Bidder shall have to undertake the cabling etc. as per the requirement. IX. Electrical works: a) Electrical cabling from the allotted input source and up to the equipment to be kept at location, as the case may be shall be the responsibility of the Successful Bidder. 2.5 HANDHOLDING SUPPORT I. The Successful Bidder will undertake to completely manage and maintain the said equipment/infrastructure installed, integrated and commissioned at these sites as mentioned in this RFP for a minimum period of Two years after the acceptance of Final Acceptance Test of the project by Technical Committee constituted by the MPP. During the period of undertaking, the Successful Bidder will be responsible for the smooth working of the total system installed at the locations under this project and to ensure minimum uptime as per the SLAs defined in this document. This task of management of project will be termed as ‘Project Management’ in the rest of the document. a. The Successful Bidder shall depute required hardware / software engineers and technicians having requisite experience each to configure, maintain and manage the system & connectivity during the Project Management period round the clock. They will either be stationed at the Control Room Ujjain as per the requirement of the MPP. II. The cost, if any, for undertaking the Project Management should be included in the project pricing. III. Handholding Support Timelines: a. The hand holding support plan has to be submitted with training need analysis and Standard Operation Procedures as phase 1 activity. b. Sanctity of Handholding support will be only valid post acceptance by the purchaser. c. Hand Holding support should focus on Operations, Maintenance, technical, Supervisory and commercial aspects of running the control room. d. Handholding support is required for entire period of the project.

2.6 SCOPE OF TRAINING –DELIVERABLES & TIMELINES Detailed training for operation and management of equipment / infrastructure / software to stakeholders identified at location to the satisfaction of the MPP shall be mandatory so that MPP officials can handle the equipment/infrastructure easily, once the project management period is over.

3- D Modeling Project Ujjain City MP Police Page 17 of 125

I. The Successful Bidder shall impart hands on training with detailed course material on the installed equipment covering at-least the following:- a) Configuration and their operation of equipment etc. supplied under the project. b) Introduction to Computers, servers, storage devices their Configuration and Operations c) Software- application. d) Trouble shooting and preventive maintenance e) Training on operation of system, video analysis and video feed viewing, processing, taking backups, retrieving information from stored data. f) Training on SOPs of viewing 3-D map etc. and using them for crime prevention and operational planning. g) These personnel shall work with the Bidder technical team staff to gain confidence and to get expertise right from the execution stage of the Project. II. The rigorous training shall be carried out for a period of six months at least as per training plan proposed by the Successful Bidder and approved by MPP as mentioned above for which the detailed training program shall be submitted by the Successful Bidder. Timelines in Months S. Name of the deliverable (M= Contract Signing N. Date) 1. Preparation of Training Material, Course etc. M+1 Preparation of Training Material, Course etc. for Role / function based training of Control Room 2. M+1 operators, system technicians and supervisors, and Training of trainers program Completion of Training for efficient usage of 3. M+3 the system As and when required by 4. Continuous training and retraining MP Police III. A quarterly test will be conducted under the supervision of MPP and consultants appointed by purchaser to assess the skill level/ understanding of MPP team manning control rooms and operations aspects of the project. Bidder is under obligation to conduct training session of skills required to be imparted to the MPP team across the State upon approval of purchaser. 2.7 MANPOWER FOR PROJECT MANAGEMENT, Maintenance, training& HAND HOLDING SUPPORT BY BIDDER Adequate and proficient manpower shall be deputed for training, handholding and project management of the Project

3- D Modeling Project Ujjain City MP Police Page 18 of 125

2.8 SCOPE OF ACCEPTANCE TESTING I. The Acceptance Tests for the sites shall be carried out in accordance to the scope, requirement and specifications mentioned in this document. II. The above said Acceptance Test shall be conducted at Ujjain location by a Committee comprising of officers from MPP, or any officer / Consultancy (agency duly authorized by the MPP. III. MPP will prepare detailed Acceptance Testing Plan (ATP) including test parameters, commitments etc. which shall be acceptable to the Successful Bidder. The test parameters, commitments etc. as decided and approved by the MPP shall be final and binding on the Successful Bidder. IV. The Successful Bidder shall ensure that work is done in accordance with the industry standards and supported by the Original Equipment Manufacturer (OEM) fully tested and certified for operations for a minimum period of 5 years. V. All the functionalities, features and configuration relevant to this project shall be documented and demonstrated by the Successful Bidder to MPP. 2.9 SYSTEM INTEGRATORS RESPONSIBILITY Since the entire solution is proposed on turnkey basis, therefore it must cover end to end solution such as but not limited to the following: I. The Selected Bidder is to provide, setup, operate, maintain and implement the 3-D modeling of Ujjain city. II. Two year on-site warranty, hardware & software support on any and all active/passive equipment including all services and support III. Configuration of Complete Command & Control SOPs in accordance with End Users Requirements IV. Bidder would be responsible for continuous running of the solution. V. Standard Operating Procedures as defined and updated by MPP in consultation with the vendor and Consultants at least once in a quarter VI. A web based SOP to be inculcated into the system. VII. Dead Stock Entry as per the format specified by MP Police is to be done by the Bidder.

2.10 MADHYA PRADESH POLICE DEPARTMENT’S RESPONSIBILITY I. Provide Selected Bidder/ System Integrator locations, map and access to information relating to installation of proposed solution.

3- D Modeling Project Ujjain City MP Police Page 19 of 125

II. Conduct periodic meetings with the selected vendor and monitor the progress of the project. III. Conduct training of its officers in association with vendor’s representatives to explain various provisions in the agreement, responsibilities of district officials, district apex committees, nodal officers, DDOs, and other staff involved in approval, scrutiny and payment processes etc. IV. Providing the police officials for training and capacity building, providing training space (infrastructure), taking care of consumables during training. V. Highlight/ escalate the issues/ risks in the project and resolve and mitigate the issues/ risks. VI. Monitor, review and approve project deliverables with defined timelines. VII. Provide suitable premises (Civil Infrastructure) for housing the equipments in the Control room. VIII. Sort out issues which could not be resolved at district level within 30 days of origin of the issue. IX. Take professional decisions; respond to system alarms; Retrieve and analyze data as per professional requirements; Strategic analysis and decision making. X. Developing in house capability to smoothly take over all the functions and responsibility well before final Exit of bidder’s personnel.

3- D Modeling Project Ujjain City MP Police Page 20 of 125

3 INSTRUCTIONS TO THE BIDDERS &BIDDING PROCESS 3.1 IMPORTANT DATES

Sr. Events Date No 1. Availability of RFP Document on the website 28/12/2015 up to 2300 Hrs (www.mppolice.gov.in) 2. Date and time of Pre-Bid Meeting Pre-Bid Meeting on 08/12/2015 at 1130 Hrs 3. Last date and time of Online Bid submission Till 28/12/2015 up to 2300Hrs

4. Last date and time of Submission of Bids in Hard Till 29/12/2015 up to 1200 Hrs Copy 5. Date and time of opening of Pre-Qualification 29/12/2015 at 1300 Hrs Proposal 6. Date and time of opening of Technical Bid of Pre- To be notified later Qualified Bidders 7. Date and time of Technical Presentation for To be notified later Qualified Bidders 8. Date & Details of Proof of Concept showcase by To be notified later Bidders 9. Date of opening of the Commercial Proposal To be notified later

3.2 NOTE I. Addressee and Address at which Tender document can be obtained: Senior Superintendent of Police (Radio) POLICE TELECOMMUNICATION, H.Q., M.P., Bhadbhada Road, BHOPAL- 462003 Madhya Pradesh Phone: 0755- 2443674, Fax: 0755- 2443674 E-mail: [email protected], [email protected]

The SSP (Radio) or M.P. police shall not be responsible for any postal delay, non-receipt or non-delivery of the Proposals. II. The Committee(s) reserve all rights to open the envelopes and to examine its contents or to ask for clarifications or to ask for revised proposals and the decision of the Committee shall be final and binding. III. The Competent Authority reserves all rights to reject any or all offers without assigning any reason whatsoever. IV. No Bid shall be accepted through telegraphic means or over email etc. 3- D Modeling Project Ujjain City MP Police Page 21 of 125

V. Proposals will be opened in the Conference Hall, at Police Telecommunication, Headquarters, M.P., Bhadbhada Road, Bhopal. The Bidders or their authorized representatives may remain present, if they so desire. VI. The representatives (Employee, Manager, Owner, Partner, and Director) of the Bidders participating in the tender meetings including Technical Evaluation Committee meetings etc. must carry authorization letters from the Bidder concerned.

3.3 ADVICE TO THE BIDDERS AND OEMS I. Bidders and OEMs are advised to study this RFP document carefully before participating and offering their products to bidders. It shall be deemed that submissions of Bid by the Bidder have been done after their careful study and examination of the RFP document with full understanding as to its implications. II. Bidders are also advised to ascertain whether they meet the eligibility criteria of the Bid. III. The Bidder shall designate minimum one person to represent the Bidder in its dealing with Authority in relation to the proposal submitted by the Bidder. Authority will assume that the person(s) designated is authorized to perform all tasks, including, but not limited to, providing information and responding to enquiries on behalf of the bidder. IV. The Bidder must nominate “authorized representative” carefully as during the course of Bid submission and Bid evaluation, he/she may be required to submit explanation / clarification / additional information etc. Such person should have good techno- commercial knowledge and must be well versed about the contents of technical Bid. V. The Lead Bidder is expected to have sufficient funds for working on the project at the time of the Bid. Where any Bidder proposes to avail bank loan or financial assistance / funding from any third party, it must be disclosed at the time of the submission of the bid at Point 29 of Form II. VI. The bidder and OEMs must examine the technical specifications carefully. Any misrepresentation, incomplete information, suppression of facts or information will lead to rejection of bid and blacklisting of bidder, OEM and their concerned officials. VII. Bidders are advised to refer to minimum specification as mentioned in this RFP. In case bidder believes equipment/ software/ solution / technology offered by him is of equivalent or superior specification and duly complies to specification mentioned below at competitive cost, department will evaluate the same. VIII. Bidder should not to quote multiple OEMs and models for single item of Bill of Quantity. Only one specific make / model / part number compliant to specifications for one item should be quoted preferably.

3- D Modeling Project Ujjain City MP Police Page 22 of 125

IX. The Bidder shall quote for all the components required for the complete solution inclusive of any other required components other than mentioned in BOQ to complete the solution. The deviation in the BOQ shall be included in the Technical Bid. X. The bidders are advised to undertake at their discretion a reconnaissance of the site to familiarise themselves with the site conditions before preparing the bid at their cost.

3.4 ETHICAL CONDUCT OF THE BIDDERS AND OEMS I. The Bidder, OEM or their representative, employees and agents shall not make any cartel or group to influence the Bidding process or the price to the disadvantage of the Government. II. The Bidder, OEM or its representative shall not enter into uncalled for correspondence with Competent Authority or any of his subordinate or Consultant or any agency as authorized by the Competent Authority with respect to this tender. III. Where the Bidder, OEM requires any information with respect to this tender, it or its authorized representative shall interact with the SSP (Radio) or with any other official only after the permission of Competent Authority only during office hours either in person or on his official phones. Bidder and OEM staff will meet Consultants only after prior permission of SSP (Radio). IV. Bidders, OEMs or their staff / agents / employees are strictly prohibited to interact with any member of any committee, M.P. Police officials, subordinate officials of SSP (Radio) on any matter what so ever. Such unethical behavior may lead to disqualification of Bid and blacklisting of bidder, OEM and their staff etc. V. Where the Bidder is not satisfied with any decision of the SSP (Radio), or any of the Committee, it has liberty of representing its case before the Competent Authority or its nominee. But indulging into anonymous or pseudonymous petitions etc. shall be taken to be an unethical practice. Such conduct may lead to disqualification of bidder, rejection of bid and blacklisting of bidder and / or OEM and their concerned officials. VI. Bidders must appreciate that only most suitable tender can be accepted and hence all the tenders cannot be accepted, so losing out the Bid is also one of the business proposition well known to the Bidder well in advance. Therefore any indiscreet conduct during bidding process and / or post disqualification would amount to be an unethical behavior. VII. The Bidder and OEMs before or during the bid process and after being awarded the work, during / after its completion and during / after the on-site warranty and maintenance period shall not indulge into monopolistic or restrictive trade practices and shall not take advantage of its position / being privy to the knowledge of the system while working out the costs of spares, maintenance, bug fixing, additional programming to increase marginal but additional functionalities in the software etc.

3- D Modeling Project Ujjain City MP Police Page 23 of 125

VIII. Bidders must also appreciate that purchaser department is fully conversant of its requirements and is entitled to define its requirements. IX. Any canvassing in favor of or against any bid before any authority not approved in the RFP or before multiple authorities or persistent pestering on any term or condition in the RFP may be taken to be unethical practice.

3.5 COST OF BID DOCUMENT The complete Bid Document shall be available on the website www.mppolice.gov.in and www.mpeproc.gov.in can be downloaded by the Bidder. The downloaded Bid document shall be considered valid for participation in the Bid process. The Bidder has to respond only by submitting e-tender online on website www.mpeproc.gov.in and as well as the hard and soft copy of the Bid physically as per Bid-schedule. A non-refundable fee (i.e. tender fee) of INR 5,000/- (Rs. Five thousand only) has to be submitted online at the time of online bid submission in favor of “SSP (Radio) – M.P. Bhopal. 3.6 VALIDITY OF THE BID The Bid should be valid for 180 days from the date of opening of the Financial Bid. 3.7 TRANSFERABILITY OF THE RFP DOCUMENT This RFP document is non-transferable. Assignment and subletting of core activities is not permitted. Information regarding associates and principals is to be disclosed in the tender Technical Bid of the tender itself. 3.8 ADDRESS AT WHICH THE BIDS ARE TO BE SUBMITTED Senior Superintendent of Police (Radio) POLICE TELECOMMUNICATION, H.Q., M.P., Bhadbhada Road, BHOPAL- 462003 Madhya Pradesh Phone: 0755- 2443674, Fax: 0755- 2443674 E-mail: [email protected], [email protected] 3.9 EARNEST MONEY DEPOSIT (EMD) I. A sum of fixed amount (Rs.2 Lakhs only) mentioned in the NIT Tender against the items should be deposited as Earnest Money in the shape of FDR / Bank Guarantee Issued by any Indian Nationalized Bank or State bank of India or other public sector bank, having validity period of 1 Year, pledged in favor of the Senior Superintendent of Police (Radio), Police Telecommunication Head Quarter, Madhya Pradesh, Bhadbhada Road, Bhopal. E. M. D. shall be payable at Bhopal, M. P.

3- D Modeling Project Ujjain City MP Police Page 24 of 125

II. The Earnest money will not be refunded on any account what so ever till the Tenders are finalized and in the event of any firm backing out from their offer, the Earnest money is liable to be forfeited. III. No interest shall be claimed on EMD. Tenders received without or with inadequate EMD shall be liable to rejected. IV. Those exempted for payment of EMD, must enclose necessary documents like SSI / NSIC / DGS&D / MPLUN Registration. V. The EMD of the Bidder(s), who fail(s) to qualify for the Technical Bid, will be returned back by Authority to the authorized representative of the Bidder against a proper receipt or will be sent by the registered post at the mailing address of the Bidder as specified in the Bid within four weeks of opening of the pre-qualification Bid. VI. The EMD of the Bidder(s), who fail(s) to qualify for the Financial Bid, will be returned back by Authority to the authorized representative of the Bidder against a proper receipt or will be sent by the registered post at the mailing address of the Bidder as specified in the Bid within eight weeks after completion of Technical Bid Evaluation. VII. The EMD of the Bidder(s), who qualify(s) for the Financial Bid, but do not get the order for the project will be returned back by Authority to the authorized representative of the Bidder against a proper receipt or will be sent by the registered post at the mailing address of the Bidder as specified in the Bid within one month after signing of contract Agreement between Authority and the Successful Bidder. VIII. EMD of the Bidders shall be returned if the purchaser decides to reject all or any Bid or cancel the tender. 3.10 PRE-BID MEETING 1. A Pre-Bid Meeting of prospective Bidders who have purchased the Bid document online shall be held at 11:30 am. On 08/12/2015 at Conference Hall, at Police Telecommunication, Headquarters, M.P., Bhadbhada Road, Bhopal. The Bidders or their authorized representatives may remain present, if they so desire. The objective of this conference is to address queries of the prospective Bidders related to the Project. Bidders may forward their queries to [email protected] and [email protected] by authorized representative which shall be addressed in pre Bid conference. 2. Only Representatives (maximum of 3 participants) with & valid letter of authorization from bidder who has also purchased tender document online will be permitted to participate in pre-bid conference. The Bidders or their authorized representatives should present a copy of the e-receipt of Tender Fee as per clause 3.5 above.

3- D Modeling Project Ujjain City MP Police Page 25 of 125

3. The subject line of the emails to be sent as pre-Bid queries shall be: “Pre-Bid query –3D Modeling Project for Ujjain City of Madhya Pradesh- 2015-16”. The queries have to be sent in as an excel email attachment. 4. The format of the queries has to be as specified below:

A:- The format of the queries of non - technical nature has to be in following format-

S. Page# Section Sub Details as Clarification required / No Section mentioned in RFP Suggestions

1 2 3 4 5 6

B:- The format of queries of technical nature has to be in following format-

S. Page Sectio Sub Details Whether Clarificati If your No # n Sectio as any make on suggestion / n mention model of required / request are ed in OEM of Suggestion accepted, RFP your s which make choice or model of any other which OEM is getting will get complied complied as of and which now? If make / yes, model of mention other OEMs make will get non /model complied if and OEM getting name. complied as of now? What would be the tentative cost implication of such suggestion?

1 2 3 4 5 6 7 8

3- D Modeling Project Ujjain City MP Police Page 26 of 125

Note: - Technical queries pertaining to make / model of respective OEMs should also be verified by concerned OEM on their letterhead. Non submission of clear and full information pertaining to column 6 and column 8 will render the pre bid quarry spurious.

3.11 PROCEDURE FOR SUBMISSION OF THE BID (AS PER E -TENDER PROCESS) e-offers prepared in accordance with the procedures enumerated below should be submitted online on the website www.mpeproc.gov.in as per e-tendering process and Sealed offers also prepared and submitted to: Senior Superintendent of Police (Radio) POLICE TELECOMMUNICATION, H.Q., M.P., Bhadbhada Road, BHOPAL- 462003 Madhya Pradesh Phone: 0755- 2443674, Fax: 0755- 2443674 E-mail: [email protected], [email protected] on or before the last date and time as per schedule. The Bidder should submit their Bids in the following four parts:

Packet No. Contents of Packet Packet 1 EMD (in shape of BG) Packet 2 Pre-qualification Bid (Hard Copy & Soft Copy) Packet 3 Technical Bid (Hard Copy & Soft Copy) Packet 4 Commercial Bid

a) The Bidder shall submit two copies of Bids, with the title mentioned. Each Bid should be in properly bound form with all pages signed, stamped and numbered. The language of the Bid and all documents related to the Bid must be written in English language. If any document is in language other than English, then the Bidder is required to enclose a self-attested translated English version of such documents. b) The Bidder shall also submit the soft copy of Pre-qualification and Technical Bid on separate CDs in PDF format duly packed in the respective envelopes. All the documents viz. EMD, Pre-qualification Bid, Technical Bid and Commercial Bid prepared as above and super scribed with RFP Number, Due Date, Item and the wording “Do not open Before 1300 hrs of 29/12/2015”. c) Late Bids: The Bids received after the closing date and time will be considered as “Late Bid” and will not be accepted. The cover should also indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “Late” by the Evaluation Committee. d) Prices should not be indicated in the Pre-qualification or Technical Bid. 3- D Modeling Project Ujjain City MP Police Page 27 of 125

e) Price must be mentioned in commercial / financial bid only. Bidder should quote for all the items specifically or be written as zero. f) All the columns of the quotation form, annexure etc. should be duly, properly and exhaustively filled in. g) It is mandatory for all Bidders to quote F.O.R. destination prices inclusive of all taxes i.e. excise duty, freight, VAT (Government of Madhya Pradesh), Octroi, insurance, customs, service tax, etc. If there is any change in excise duty, VAT, custom duty and service tax or any other levies/taxes announced by the Government of India or state government during the prevalence of the contract, then the same shall be applicable on presentation of the proof during prevalence of the contract. h) Conditional Bid will not be accepted. i) Bidder shall have to Bid for all eleven cities compulsorily. j) Price for all the items must be mentioned specifically or be written as zero. Lump sum mention of price will not be acceptable. k) All Bids sealed individually should be kept in a separate sealed cover. At the time of opening of Bid authorized representative may remain present.

3- D Modeling Project Ujjain City MP Police Page 28 of 125

3.12 DOCUMENTS COMPRISING THE BIDS The Bids prepared by the Bidders according to the procedure mentioned here under:

3.12.1 BID PACKET SHALL CONSIST OF THE FOLLOWING:

Packet No. Contents of Packet Heading of Packet Packet 1 e-Receipt of Tender fees & EMD of 3-D Modelling EMD (in shape of BG) Project for Ujjain City of Madhya Pradesh

RFP No. F-959/2015 Packet 2 Pre-qualification Bid (Hard Copy & Soft Pre-qualification Bid for 3- Copy) D Modelling Project for  RFP document in original duly signed Ujjain City of Madhya & stamped by the Authorized Signatory Pradesh RFP No. F- on each page acknowledging the terms 959/2015 of RFP.  Relevant Formats as per section 7; dually signed & stamped.  Consortium MoU, if applicable  Power of Attorney given by the Bidder to its representative to sign and submit the Bid document on his behalf. Packet 3 Technical Bid (Hard Copy & Soft Copy) Technical Bid for 3-D  Relevant Formats as per section 7; Modelling Project for Ujjain dually signed & stamped. City of Madhya Pradesh RFP No. F-959/2015 Packet 4 Commercial Bid Financial Bid for 3-D  Relevant Formats as per section 7; Modelling Project for dually signed & stamped. Ujjain City of Madhya Pradesh RFP No. F-959/2015

Note: All the documents submitted by the bidder should be clearly numbered, corresponding index should contain the page number of relevant documents attached.

3- D Modeling Project Ujjain City MP Police Page 29 of 125

3.12.2 PRE-QUALIFICATION BID SHALL CONSIST OF FOLLOWING:

S. Basic Type of the documents Supporting No. Requirement Documents 1. Legal Entity The Bidder and members of Consortium Copy Registration must be a company registered under Certificate Companies Act, 1956 or the partnership Or firm registered under the Partnership Act, or Incorporation Society registered under relevant Society Certificate Act or a Trust registered under the relevant Trust Act or any appropriate entity under Indian law with existence in business from last 3 years as on April 1, 2015. 2. Turnover The Prime Bidder must have overall Copy of Audited average annual turnover of Rs. 2 Crores or Balance Sheet more in last three (2012-2013, 2013-14 and And 2014-15). The prime Bidder must attach Certificate duly audited balance sheet as supporting signed by Charted documents. Accountant and Company Secretary 3. Net worth The Prime Bidder must have positive Audited Balance average net worth in last three financial Sheet years (2012-2013, 2013-14 and 2014-15). And The prime Bidder must attach audited Certificate duly balance sheet as supporting documents for signed by Charted this purpose. Accountant and However if the net worth is already exposed Company Secretary or proposed to be exposed during next 6 months to other obligations, the details of the same must be mentioned clearly. 4. Experience in City The Bidder must have mapped at least 3 Copies of the mapping cities / towns / large colonies with in India purchases orders using aerial photography and and completion photogrammetric techniques as on certificate to be 31/03/2015 submitted along with the technical proposal. 5. Experience in 3D The Prime Bidder should have mapped at Enclose the PO and mapping least 100 sq kms of one or more city area in completion 3-D mode at scales 1:1000 or better. certificate to this effect with actual photographs draped over it. 6. Software The proposed software by the bidder or Enclose the

3- D Modeling Project Ujjain City MP Police Page 30 of 125

OEM should be in use at least two purchase orders as organizations one which should be in police per the standard or paramilitary or defense sector in India. format 7. Blacklisting The Prime Bidder including Consortium Form I (Declaration members should not be blacklisted by any Form for LMOC) National or State or PSU government Form II ( for agency and should not be involved in any consortium partner) litigation encompassing corrupt or fraudulent practices by any of the Government agencies in India. 8. Statutory Tax The Prime Bidder should furnish the As per the standard Compliance following: format a. (i) Valid Sales Tax Registration/ Certificate or VAT Registration Certificate; b. (ii) Valid Service Tax Registration Certificate; (iii) Permanent Account Number (PAN) issued by Income Tax Department. 9. OEM (Original The prime bidder should be authorized by The authorization Equipment the OEMs of important items. certificate of OEMs Manufacturer) (as proposed by Certifications bidder in technical bid)

3.12.3 TECHNICAL BID SHALL CONSIST OF FOLLOWING:

S. Required Section Type of the document No. format As per Standard Letter of authorization in respect of the person Format (on the 1 Section I authorised by bidder to remain present and letter head of interact with the SSP (Radio), M. P., Bhopal. Bidder)

Bid proposal Form and undertaking from the Format 2 Bidder on their letter head (i) Certificate / affidavit regarding non- As per Standard violation / infringement of any Indian or Format (on the Foreign Trademark, Patent, Registered letter head of 2 Section II Design or other Intellectual Property Bidder) Rights. (ii) Non Malicious code certificate is to be attached OEM Certificates of authorisation Format 12 Technical solution: The Lead Member of the 3 Section III Consortium must submit a write up on 3- D Modeling Project Ujjain City MP Police Page 31 of 125

S. Required Section Type of the document No. format understanding of the term of understanding. This technical proposal should address all the areas/ sections as specified by the RFP and should contain a detailed description of how the Bidder will provide the required services outlined in this RFP. It should articulate in detail, as to how the Bidder’s Technical Solution meets the requirements specified in the RFP. The technical proposal must not contain any pricing information. In submitting additional information, please mark it as “Supplementary” to the required response. If the Bidder wishes to propose additional services (or enhanced levels of services) beyond the scope of this RFP, the proposal must include a description of such services as a separate and distinct attachment to the proposal. The Technical Proposal should address the following: a) Overview of the proposed solution that meets the requirements specified in the RFP. b) Overall proposed Solution, technology, and deployment architecture. c) Security architecture. d) Integration architecture. e) Details of the Solution as per the format provided in the RFP. f) Bill of material of all the components (i.e. software, hardware, etc.) as per the

formats provided in the RFP. g) Approach & methodology for project development and implementation including the project plan. h) Overall Governance Structure and Escalation Mechanism. i) Key Deliverables (along with example deliverables, where possible). j) Strategy for conducting Operations & Maintenance. k) Risk Management approach and plan. l) Exit Management Plan m) The technical proposal shall also

3- D Modeling Project Ujjain City MP Police Page 32 of 125

S. Required Section Type of the document No. format contain Bidder’s plan to address the key challenges anticipated during the execution of the project. n) Bidder’s experience in all the project related areas as highlighted in Bid evaluation criteria. Bidder shall specify the brand name, make, model and technical specification of all the Format 12 equipment and accessories quoted for this Format 16 project as per BOQ in same order. 4 Section IV The Bidders are required to submit with their offers, detailed technical literature of the Attach Hard systems offered to enable a clear Copy understanding of various technical aspects. Technical Compliance Statement showing 5 Section V adherence to the specifications of the Tender Format 9 document requirement. 6 Section VI Deviations from the technical specifications Format 11 Bidder must provide the team structure in its organisation responsible for this project and the resumes of key profiles of personnel Section 7 Project Manager, Team Leader – Training) VII proposed to be deputed for this project in the format provided in the RFP.

Plans for User Training for smooth transitions As per Standard Acceptance Test plans Section Format (on the 8 VIII An undertaking from the Bidder on their letter head of letter head that he shall accordingly train the Bidder) manpower As per Standard Format (on the 9 Section IX Exit Management letter head of Bidder)

3.13 FINANCIAL BID: I. Financial bid will be opened online as per schedule intimated of technically qualified bidder. II. It is the proposal Price quoted by the Bidder for the aforesaid Tender by M. P. Police in the Price Schedule [Format17 &18 (Bill of Material) of Section 7] – in separate envelop duly marked as ‘Financial Bid for 3D Modeling Project Tender 2015’.

3- D Modeling Project Ujjain City MP Police Page 33 of 125

III. Financial / Price Bids determined to be responsive, will be checked by the Evaluation Committee. The financial Bid submitted by the Bidder shall be treated as final. Where there is any discrepancy, either between the amounts in figures and in words, or between the unit rate and the line item total, the Bid shall be treated as non-responsive and shall be rejected. IV. If against any column in financial Bid, zero or no value is mentioned than it will be presumed that line item will be supplied Free of Cost, no change will be accepted on any ground once the Bid is submitted. V. Any omission in filling the columns of “units” and “rate” or pertaining to the applicable Taxes/levies, Service Tax as applicable etc., shall deemed to be treated as inclusive in the total project cost. VI. Rates to be quoted must be definitive and alteration shall not be allowed. VII. Item rate for each item goods/services must be quoted separately. No lump sum quote should be done. Where any particular item/service though required but not mentioned should also be included and price for the same should be quoted. VIII. Price to be quoted inclusive of all applicable taxes, charges, duties, F.O.R. destination at UJJAIN. Rates be quoted in terms of unit, in words and figures both, in respect of proposed quantity/Service. The rate must be inclusive of cost of packaging, fitting, fixing, and installation, if any, as may be required with respect to particular item. IX. Financial Bids determined to be substantially responsive will be checked by the M.P. Police for any arithmetic errors. Errors will be corrected by the M.P. Police as follows: a) Where there is a discrepancy between the rates in figures and in words, the rate in words will govern and b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern. X. The cost of transportation of equipment from telecom HQ to various sites after testing or completion of training / job on that hardware / equipment shall be borne by the vendor. So F.O.R. rates should be calculated up to each respective site post validation from MPP Telecom headquarters. Bidder‘s personnel are required to travel to various sites for the purpose of installation, integration, commissioning, testing, maintenance so their cost would have to be borne by the Bidder. Therefore it should factor its costs accordingly. XI. The Bidder would be required to maintain its local office in the Ujjain city with adequate number of operations, maintenance and handholding personnel. So their cost should also be factored in the financial proposal (Refer Clause 2.7 above).

3- D Modeling Project Ujjain City MP Police Page 34 of 125

XII. The rates should be quoted inclusive of all the taxes and duties prevailing at the time of submission of tenders in INR. The Bid price quoted in consolidated commercial proposal format will only be considered for financial evaluation. XIII. The Bidder shall quote for the components inclusive of all travel expenses, lodging, boarding or any other expenses incurred with respect to completion of the project. XIV. The Bidder shall quote the components inclusive of any other required components other than mentioned in BOQ to complete the solution. The deviation in the BOQ shall be included in the Technical Bid without any commercials. XV. The Purchaser (MPP) reserves the rights to analyze the deviation and select the vendor accordingly. XVI. Final rate inclusive of all applicable taxes shall be considered for financial score. XVII. To arrive at final value, all taxes payable including Madhya Pradesh VAT/CST and/or any other applicable Tax will be taken into account. XVIII. Taxes shall be paid in accordance with the proposal but charging of the same should be in accordance with the statutory provisions of applicable prevailing laws on the date of the transaction. Unit price is exclusive of all taxes. XIX. Unit price should be inclusive of all discounts, levies, freight and insurance. XX. The Bidder is required to elaborate every line item i.e. every solution shall contain the respective components of the solutions. XXI. Conditional proposals shall be summarily rejected. XXII. Evaluation Committee will examine the proposals to determine whether they are complete and in order and if there are any computational errors. XXIII. Financial Bids determined to be responsive, will be checked by the evaluation Committee. XXIV. If there is a missing quote for any item then the price of that component/ equipment/ services shall be considered as zero or to be provided free of cost by the vendor for this Bid. XXV. If purchaser is convinced of malafide intention by bidder to spoil the bid process by intentionally missing to provide quote on one or more components to achieve lower financial quote, the difference between L1 and L2 Bid will be claimed by the purchaser after revoking the EMD. In case the amount is greater than EMD value, the bidder will be blacklisted and litigation against the bidder will be moved in the appropriate court by the purchaser.

3- D Modeling Project Ujjain City MP Police Page 35 of 125

3.14 OPENING OF BIDS AND PROCEDURE OF EVALUATION (E- TENDERING PROCESS) I. Online e-tender will be opened First as per schedule and then hard copy ( packet-1) of bid will open to verify the uploaded document. In case the Bidder does not comply with terms of EMD as mentioned in this RFP, the Bidder will stand disqualified. II. Packet 2 i.e. Pre-qualification shall be opened on the day of on-line opening of the Bids in the presence of Bidders’ representatives. The Bidders’ representatives who are present shall sign a register evidencing their attendance. In case the Bidder does not comply with terms of Pre-Qualification criterion, the Bidder will be disqualified. Only qualified Bidders will be informed. III. Upon successful compliance to contents of “Packet 1”&“Packet 2”, the Technical Bid shall be opened first on-line as well “Packet 3”. At the time of opening of Bid the authorized representative may remain present if they so desire. IV. The Committee then would go through documents submitted by the Bidder and satisfy itself about the eligibility of the Bidders. The information submitted by the Bidders shall be tabulated and compared with requirements given in the tender form. V. It would then examine the note on understanding of Terms of Reference as submitted by the Bidder. It will be ascertained whether the understanding of TOR and hardcopy of the presentation (PPT) offered by the Bidder fulfills with the requirement of the Purchaser. VI. As part of Technical Evaluation of Bids, the Bidder is to make Power Point presentation at short notice of 3 to 5 days at Police Telecom Head Quarters, Bhadbhada Road, Bhopal. The Bidders shall arrange presentation of its technical proposals on all the points as mentioned at Para 3.12.3 and be in readiness to answer queries of the Committee to evaluate its suitability. During the presentation committee will make questions to presentation team. Answers to these questions will be taken as authorised undertakings by the bidder. The Committee would be entitled to call for any further information, documents, and commitments and may also interview the Authorized Representative and key personnel of the Bidder in order to satisfy itself about the eligibility and capability of the Bidder, and trust worthiness of the Bidder about its ability to undertake and complete the tasks. The Committee would be within its right to get any enquiry, secret or open conducted for the purpose. The information, documents submitted and undertaking given by the Bidder or its authorized representative to the Committee should be deemed to be the part of the “Technical Bid” of the Bidder. VII. Arrangement between OEM and bidder and among members of Consortium (in case of Consortium) would be discussed with the purchaser as part of technical bid to satisfy Technical Committee about the capability of the bidder to perform the tasks

3- D Modeling Project Ujjain City MP Police Page 36 of 125

as mentioned in this RFP. The capability of key personnel committed to the project would also be assessed as part of technical evaluation. VIII. TEC will interview Senior Management Official in-charge of making decisions on financial and administrative matters, Resident Project Manager and Team lead for training. Therefore these should be kept present during the presentations. IX. The bidder shall be given opportunity to demonstrate PoC of the solution being offered. X. The basic condition for POC are as follows: a) The entire cost will be borne by the shortlisted Bidder b) The duration for POC will be at least one day. Exact date and place of PoC within Bhopal city will be decided by the department and will be intimated later to the bidder. c) The sites where the POC demonstration will be selected by the department. d) The feed will be received at location identified by the department XI. Out of the Bidders making presentations and demonstrating POC, the Technical Committee shall shortlist Technically Acceptable Bidders as per technical evaluation matrix detailed in section 3.15. XII. Financial Bids of only Technically Acceptable Bidders shall be opened on-line first as well Packet IV. Rest of the Bids shall not be considered and such short-listed Bidders will be intimated about the date and time accordingly. At the time of the opening of Financial Bids, Authorized Representatives may remain present. It shall not be obligatory to accept only the lowest financial Bid. XIII. Technical qualification does not mean that all Bids stands at equal footing in terms of quality, reliability, and such other considerations on the basis of which concerned Committee may assess any Bidder. While making such decisions, the Committee(s) may rely on or call for user feedback from M.P. Police employees or from any other government/private organization and other user who is using / has used the offered services being / had been provided by the Bidder. XIV. All or any Bid may be rejected. The essence is that only such Bid that in the opinion of the Competent Authority is most suitable for MP Police shall be selected. XV. The Committee will evaluate the Financial Bids (Format 18 only). The Bids upon opening will be initially examined to determine whether they are complete, whether any computational errors have been made, and whether the Bids are generally in order. XVI. The Competent Authority may conduct clarification meetings with each or any Bidder to discuss any matter. XVII. Any effort by the Bidder to influence the Authority in the process of evaluation of Technical Bids, Bid comparison or the Authority’s decisions on acceptance or rejection of Bids may result in rejection of the Bidder’s Bid.

3- D Modeling Project Ujjain City MP Police Page 37 of 125

XVIII. The Competent Authority may also ask the Bidders to arrange visits of its Officers / Consultants to the sites where the bidder has already established similar system that has been claimed in the Bid. The expenses for the same will be borne by the Purchaser for its employees and consultants appointed by it. The expenses of employees of bidder will be borne by bidder. XIX. No further discussion / interface will be held with the Bidder whose Bid has been technically / financially disqualified / rejected. XX. DGP MP shall be the final Authority regarding any matter in relation to this Tender. XXI. Letter of Intent: After approval from Authority entitled to grant financial approval, the Successful Bidder shall be intimated about its selection and will be called to enter into the Contract Agreement with MP Police within 10 (Ten) days of the issuance of the Letter of Intent. XXII. Performance Bank Guarantee: While signing the Contract Agreement with MP Police, the Successful Bidder shall furnish unconditional irrevocable Performance Bank Guarantee of 10% of the total value of the project cost from a Nationalized Bank or State Bank of India in favor of “SSP- Radio, MP Police” which will be valid for TWO years and SIX months or till the currency of the contract whichever is later. Performance Bank Guarantee shall be binding on the Successful Bidder. The Authority may forfeit the Performance Bank Guarantee for any failure on part of Successful Bidder to complete its obligations under the Agreement. XXIII. Performance Guarantee shall be denominated in Indian Rupees and shall be in the form of a Bank Guarantee issued by a nationalized bank or State bank of India or other public sector Bank having branch in Bhopal, Madhya Pradesh. India XXIV. Performance Bank Guarantee will be returned 3 months after expiry of on-site warranty period or after successful completion of exit management whichever is later. XXV. Award of Contract: Once the contract is signed and PBG is submitted, the competent authority shall formally inform the successful bidder about the award of contract. This date shall be the start of time line for commencement of various tasks by the bidder under this RFP.

3- D Modeling Project Ujjain City MP Police Page 38 of 125

3.15 DETAILED TECHNICAL EVALUATION MATRIX

Sr. No. Technical Evaluation Criteria Maximum Score 1 Experience of Company 30 Experience of bidder in 3D mapping of the city modeling 30 (procurement, installation & O&M) in a similar scope project in India (Minimum 3 Projects - ONLY FOR COMPLETED PROJECTS [Refer Clause 3.12.2.5] =>3- project - 21 marks More than 3 and up to 5 projects -25 marks More than 5 projects - 30marks 2 Quality of hardware, software 40 2.1 Hardware Proposed 15

2.2 Software / Application proposed 25

3 Marks for Proof of Concept / Technical Demonstration 30

Total Marks 100

Any Bid which scores less than 70 marks shall be taken to be technically ineligible. Marks would be important criteria while making financial evaluation and overall suitability of the Bid. 3.16 COST INVOLVED IN TENDERING The Bidder shall bear all costs associated with the preparation and submission of its Bid, the cost of presentation, demonstration and PoC of the proposed solution. The purchaser will in no case be responsible or liable for those costs or any loss in the process. 3.17 AMENDMENT IN THE RFP DOCUMENT The amendments in any of the terms and conditions including technical specifications of this RFP document will be published at our website www.mppolice.gov.in and e-procurement website i.e. www.mpeproc.gov.in Therefore all the prospective Bidders are advised to keep checking up with our website regularly to get updates, if any. 3.18 RIGHT TO VARY QUANTITIES I. The Competent Authority reserves the right to vary the quantity at the time of the execution of Agreement without any change in price or other items and conditions with commensurate increase or decrease in delivery period. II. Though the Bidders shall submit their Bid for turn-key implementation of the project, Authority reserves the right to include only a part or whole or none (in the event of not

3- D Modeling Project Ujjain City MP Police Page 39 of 125

getting a viable solution within the budget estimated) of the above as scope of the Successful Bidder. III. Authority shall also reserve the right to reduce the quantity of the equipment during the Biding process or at the time of signing of contract. IV. The approximate requirements are given in the Tender Schedule. But it must be clearly understood that the demand may fluctuate and no definite quantity can be guaranteed. The essence of the contract is price per item for the contract period stipulated. V. It is to be agreed that Bidders are to keep their offer open for acceptance for a further period of six months from the date of Agreement during which the purchaser will have right to demand additional quantity up to 50% of the quantity mentioned in the RFP.

3- D Modeling Project Ujjain City MP Police Page 40 of 125

4 GENERAL TERMS AND CONDITIONS 4.1 STANDARD OF PERFORMANCE The Bidder shall carry out the supply order/services and carry out its obligations under the Agreement with due diligence, efficiency, economy and techniques. The Bidder shall also adhere to professional, engineering and consulting standards recognised by international professional bodies and shall observe sound management, technical and engineering practices. The Bidder shall apply appropriate advanced technology and safe and effective equipment, machinery, material and methods. The Bidder shall always act in respect of any matter relating to this Agreement, as faithful advisors to the Competent Authority and shall always support and safeguard the legitimate interests of the purchaser. 4.2 PROJECT SCHEDULE I. The completion period of various tasks to be adhered to as given in table below. II. The Bidder shall make sure that the entire project along with the Successful Final Acceptance Test shall be completed within prescribed time schedule from the date of entering in the Agreement. III. Delay shall lead to the imposition of the pro rata deductions, penalties, non-liquidated damages not in the nature of penalty. The delivery period is critical and should not be subject to any condition or limitation such as “conditions beyond our control”, “subject to availability of transport”, advance payment, mobilization advance, non-availability of funds with the bidder, non-availability of equipment with the OEM, delay in shipment in case of import etc. IV. The Project shall be executed at UJJAIN in Madhya Pradesh.

3- D Modeling Project Ujjain City MP Police Page 41 of 125

V. Time schedule for Ujjain

Sr. Month Month Month Month Month Month Deliverable No. 1 2 3 4 5 6-24

1 Preparation of Sites Survey Reports Evaluation & Approval of Sites 2 Survey Reports Submission of Training Plan & 3 Material along with Submission of Standard Operating Procedures. Approval of Training Plan& 4 Standard Operating Procedures. 5 Completion of Training Delivery of Equipment at District Headquarters, Installation, 6 commissioning and operationalizing of Equipments 3D modeling of the city as per scope 7 of work. Site Acceptance Test by District Inspection Committee / RHQ committee; Functional Acceptance 8 Test by District Inspection Committee / RHQ committee; declaration of system ‘go live’ Hand Holding Support, Operations 9 & Maintenance Support Deliverable of SI

Deliverable of Department

3- D Modeling Project Ujjain City MP Police Page 42 of 125

4.3 PACKAGING The Bidders shall supply the material in proper packaging at CCR Ujjain or designated site unless otherwise indicated to ensure protection from any damage during transfer from Bidder’s place to place of installation etc. The packaging material must be re-usable. The packaging material shall not be returned to the Bidder. 4.4 ACCEPTANCE TESTING AND INSPECTION I. The system hardware, software, networking items and other equipment, supplies etc. will be tested by the Final Acceptance & Test Committee as per Acceptance Test Procedure (ATP) as formulated and approved by the Competent Authority or his nominee. II. Department reserves the rights to pre-dispatch inspection at the site of Bidder’s manufacturing premises as well as post installation testing at our site. Department also reserves the right to inspect the documents regarding procurement of parts/kits of the items being supplied which Bidder acknowledges are not manufactured in its own plant and purchases from outside or out sources from any third party. 4.5 PAYMENT TERMS Payment plan shall be as laid down below. No payment shall accrue until the performance guarantee has been furnished and equipment / goods are supplied as per terms mentioned below. The Selected vendor shall be responsible to invest in the project, to implement, operate, maintain and manage the facilities, for a term of 2 (Two) years post Go-Live of the Project and on completion of Agreement period, the Bidder shall transfer the system to the Purchaser. During this period of, the SI shall have full responsibility for the delivery of the services, including all operational, maintenance, and management activities, etc. The Selected vendor/SI shall make a payment request after the end of each milestone period / quarter with the following supporting documents: I. Final Acceptance certificate (for first payment only) issued by the MPP/the Purchaser. II. SLA compliance report as prepared by MP Police or by a Third Party Monitoring Agency appointed by MP Police. III. Certificate from successful bidder mentioning that service/support shall be available till the expiry of contract period from all OEMs. No change has been done in the earlier submitted original OEM authorization/support certificate. The on-site warranty and service support will stand as per the original OEMS certificate. The quarterly basis payment will be as per the Service Level Agreement (SLA) at the end of every quarter. The subsequent quarterly payments will be made as per SLA and on a continuum basis. The Bidder / Lead Member shall be entirely responsible for all applicable taxes, duties, license fees, etc. for completion of work assigned. The purchaser shall endeavour to make payment within 30 days of receipt of bill after due verification, as per the following payment schedule. 3- D Modeling Project Ujjain City MP Police Page 43 of 125

Payment Milestones Payment Months

Submission & Approval of Site Survey Report

Submission & Approval of Training (also to include delivery of Standard Operating Procedures) & Capacity 30% 2 Months Building Plan

Phase I Supply of all the items and equipment at designated District HQ. /city and submission of receipt reports along with acceptance of equipment by competent authority. 3-D map creation, software delivery Testing and all other jobs as per scope of Work, Commissioning after Final Within Next 2 Acceptance Test of Equipment & establishment of control Months as per room at District/City control Room ; 50% above System / solution declared ‘go live’. mentioned

Phase II Completion of training and its result on being accepted by timelines. Competent Authority

Operations & Maintenance Next 24 Months in 8 20% equal quarterly Hand Holding Support installments

Phase III

4.6 TERMINATION

4.6.1 TERMINATION BY DEFAULT The competent authority may, without prejudice to any other remedy for breach of contract, by a written notice of default of at least 30 days sent to the Supplier/ Selected Bidder, terminate the contract in whole or in part: - I. If the Supplier/ Selected Bidder fails to deliver any or all quantities of the service within the time period specified in the contract, or any extension thereof granted by the Purchaser; or II. If the Supplier/ Selected Bidder fails to perform any other obligation under the contract within the specified period of delivery of service or any extension granted thereof; or III. If the Supplier/ Selected Bidder, in the judgment of the Purchaser, is found to be engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the contract. IV. If the Supplier/ Selected Bidder commits breach of any condition of the contract.

3- D Modeling Project Ujjain City MP Police Page 44 of 125

4.6.2 TERMINATION FOR INSOLVENCY The Purchaser may at any time terminate the Contract by giving a written notice of at least 30 days to the Supplier/ Selected Bidder, if the Supplier/ Selected Bidder become bankrupt or otherwise insolvent or unable to perform due to any major change in the management of the bidder, dispute among consortium partners, bidder’s bankers refusing to release funds, . 4.6.2A- Impact of termination on ground of default or insolvency - If the Purchaser terminates the contract in whole or in part, PBG may be forfeited and payment for goods already supplied / work already done shall not be made. Termination will be without compensation to the Supplier/ Selected Bidder. Such termination will not prejudice or affect any further right of action or remedy that has accrued or will accrue thereafter to MP Police.

4.6.3 TERMINATION OF CONVENIENCE

M.P Police by written notice of not less than 90 days sent to the successful bidder may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for its convenience. In case of termination for convenience, M.P Police would pay to the bidder cost of goods and services provided till the date of the termination. The PBG in such a case would be refunded to the successful bidder.

4.6.3A - Further the M.P Police shall also have the unfettered right to repudiate and rescind the Contract by providing 30 days written notice, if there is any breach of the Contract by the Successful Bidder including but not limited to the occurrence of any of the following events or contingencies: I. Performance Bank Guarantee not submitted within the stipulated as mentioned in the RFP. II. Performance Bank guarantee not renewed as mentioned in the RFP. III. Quality of the equipment supplied, installed and commissioned etc. are found to be grossly substandard or not as per specifications/agreements or Bidder failing to replace such defective or deficient goods and services even after giving sufficient notice of the same. IV. Inordinate delay in completion of tasks beyond given time limits. V. Failure to provide warranty, maintenance or handholding support. In such a situation same consequences may follow as mentioned at Clause 4.6.2A above. 4.7 SUSPENSION The Competent Authority may by a written notice of suspension to the Bidder, suspend all payments to the Bidder if the Bidder fails to perform any of its obligations (including the carrying out of the tasks. Provided that such notice of suspension:- I. Shall specify the nature of the failure and

3- D Modeling Project Ujjain City MP Police Page 45 of 125

II. Shall direct the Bidder to remedy such failure within a specified period from the date of receipt of such notice of suspension by the Bidder. 4.8 BIDDER’S PERSONNEL I. The Bidder shall employ and provide such qualified and experienced personnel as are required to perform the services under the scope of this Bid [Also refer clause 2.7 above]. II. Any personnel as declared in Format 10 section 6.9 Part B who is declared to be deputed for the project shall not be taken off from the project unless consent to that effect is secured by Bidder from the Competent Authority. Therefore the Bidders are advised to submit the list in Format 10 section 6.9 Part B of only such personnel whom the Bidder intends to put on this project, during its entire period. However if such personnel due to personal exigency, illness, resignation leaves the employment of the successful bidder no penalty would be imposed upon the bidder provided a replacement with the similar experience or better is deputed on the project within 7 days of such an event. In such a case it will be the responsibility of bidder to ensure transfer of knowledge and skills between incoming and outgoing employees to the extent circumstances permit. III. Only such personnel should be committed who are available to be presented before T.E.C. Rest personnel should be clearly marked as “yet to be engaged”. No weightage shall be given for latter category personnel. Bidders are advised to engage Resident Project Manager, Assistant Resident Project Managers, Technical Executives and Team Lead and its assistant for capacity Building well in advance as some of these are to be evaluated/ interviewed and some others are to be mentioned in the Bid. 4.9 CONFIDENTIALITY The Bidder, their partners, suppliers, associates and their personnel shall not, at any time either during implementation or after completion of the project and further during operation and maintenance of the project, collect, compile, record, store, copy, forward or disclose in any manner any proprietary or confidential or personal information relating to the services, Agreement, the M. P. Police’s official data or information / data being recorded into the systems without the prior consent and authority of the Competent Authority. Bidder and its personnel shall not disclose any information stored in the servers of the system to any person on any ground except with the express permission of competent authority unless it is legally required as per direction of court of competent jurisdiction. For any breach of confidentially the bidder organization shall be responsible under all civil and criminal law in addition to the personal liability of the person indulging in such misconduct. 4.10 INSURANCE The Goods supplied under the Contract shall be fully insured against loss by theft, destruction or damage incidental to manufacture or acquisition, transportation, storage, fire, flood, under exposure to weather and delivery at the designated project locations until system ”Go-Live” as defined by the department.

3- D Modeling Project Ujjain City MP Police Page 46 of 125

The insurance charges will be borne by the supplier and Purchaser will not be required to pay such charges, if incurred. 4.11 PROPERTY AND RISK I. The property and risk in the goods shall pass to the Purchaser when they are accepted after “Go-Live” in accordance with the conditions of the Agreement. Such passing of property and risk shall be without prejudice to any right of rejection. II. All goods and work must pass the Acceptance Test and Competent Authority shall be entitled to reject all or any work or property or good, which do not conform completely in every respect to the specifications mentioned in the RFP. III. If by the nature of the goods or property, any defect therein or any failure to conform as aforesaid does not or would not become apparent (despite the carrying out the examination and or required test) until after use, Competent Authority may reject the same even after a reasonable period of their use. IV. Any property or work rejected must at the instruction of Competent Authority be replaced or re-performed as the case may be, by the Bidder at his expense. Alternatively, Competent Authority may elect to cancel the contract both in respect of the goods and /or the work in question and of the whole of the undelivered balance (if any) of the goods and/or the remainder of the work (if any) covered under this contract. All rejected goods will be taken back by Bidder at his own expenses. V. The goods / equipment / item while being provided to, installed, commissioned or operated for MP Police must be in the name of MP Police and must not be mortgaged, hypothecated to or under any kind of charge to any bank, financial institution or any third party. 4.11A- Replacement in case of theft, damage of equipment- 1. Where any damage, or fire takes place at PCR end equipment before system is declared ‘go live’, the replacement shall be provided by the bidder at its own cost and risk. 2. Where any such damage or loss takes place after the system is declared ‘go live’, the replacement shall be at the cost of purchaser at the rates declared by the bidder in its financial bid for that equipment. If no price is declared for that equipment in the bid, purchaser will decide the amount payable. 3. In both the cases above, the cost of installation, commissioning etc. shall be borne by the bidder.

4.12 EXIT MANAGEMENT

4.12.1 TRANSFER OF ASSETS I. The Selected Bidder will be allowed to continue work on the assets for the duration of the exit management period which may be a three months period from the date of expiry or termination of the Agreement, if required by MP Police to do so. During this period, the Selected Bidder will transfer all the assets in good working condition and

3- D Modeling Project Ujjain City MP Police Page 47 of 125

as per the specifications of the bidding document including the ones being upgraded to the department/ designated agency. The security deposit/ performance security submitted by Selected Bidder will only be returned after the successful transfer of the entire project including its infrastructure. II. The Selected Bidder, if not already done, will transfer all the Software Licenses under the name of MP Police during the Exit Management Period. The Selected Bidder shall also transfer all the relevant Software Passwords, User Names and Keys. III. MP Police during the project implementation phase and the operation and management phase shall be entitled to serve notice in writing to the Selected Bidder at any time during the exit management period requiring the Selected Bidder to provide with a complete and up-to-date list of the assets within 15 days of such notice. IV. Upon service of a notice, as mentioned above, the following provisions shall apply: a) In the event, if the assets which are to be transferred to MP Police mortgaged to any financial institutions by the Selected Bidder, the Selected Bidder shall ensure that all such liens and liabilities have been cleared beyond any doubt, prior to such transfer. All documents regarding the discharge of such lien and liabilities shall be furnished to MP Police or its nominated agencies. b) All title of the assets to be transferred to MP Police or its nominated agencies pursuant to clause(s) above shall be transferred on the last day of the Exit Management Period. All expenses incurred during transfer of assets shall be borne by the Selected Bidder. c) That on the expiry of this clause, the Selected Bidder and any individual assigned for the performance of the services under this clause shall handover or cause to be handed over all confidential information and all other related material in its possession, including the entire established infrastructure supplied by the Selected Bidder to MP Police. d) That the products and technology delivered to MP Police during the contract term or on expiry of the contract duration should not be sold or re-used or copied or transferred by the Selected Bidder to other locations apart from the locations mentioned in the this bidding document without prior written notice and approval of MP Police. Supplied hardware, software & documents etc., used by Selected Bidder for MP Police shall be the legal properties of MP Police.

4.12.2 CONFIDENTIAL INFORMATION, SECURITY AND DATA The Selected Bidder will promptly on the commencement of the Exit Management Period supply to MP Police or its nominated agencies the following: I. Documentation relating to Intellectual Property Rights; II. Project related data and confidential information;

3- D Modeling Project Ujjain City MP Police Page 48 of 125

III. All current and updated data as is reasonably required for purposes of MP Police or its nominated agencies transitioning the services to its replacement Selected Bidder in a readily available format nominated by MP Police or its nominated agencies; and IV. All other information (including but not limited to documents, records and Agreements) relating to the services reasonably necessary to enable MP Police or its nominated agencies, or its Replacement Operator to carry out due diligence in order to transition the provision of the services to MP Police or its nominated agencies, or its Replacement Operator (as the case may be). V. Before the expiry of the Exit Management Period, the Selected Bidder shall deliver to MP Police or its nominated agencies all new or up-dated materials from the categories set out above and shall not retain any copies thereof, except that the Selected Bidder shall be permitted to retain one copy of such materials for archival purposes only.

4.12.3 TRANSFER OF CERTAIN AGREEEMENTS II. On request by MP Police or its nominated agencies, the Selected Bidder shall effect such assignments, transfers, innovations, licenses and sub-licenses as MP Police or its nominated agencies may require in favor of MP Police or its nominated agencies, or its Replacement Operator in relation to any equipment lease, maintenance or service provision Agreement between Selected Bidder and the Third Party lessors, operators, or operator, and which are related to the services and reasonably necessary for carrying out of the replacement services by MP Police or its nominated agencies, or its Replacement Operator. Selected Bidder shall handover the copy of connectivity and back to back SLA arrangements with Network Service providers and OEMs to the Purchaser to enable the latter to work out further arrangement with them post- Exit period. Right of Access to Premises: At any time during the Exit Management Period and for such period of time following termination or expiry of the SLA, where assets are located at the Selected Bidder’s premises, the Selected Bidder will be obliged to give reasonable rights of access to or, in the case of assets located on a Third Party's premises, procure rights of access to MP Police or its nominated agencies, and/ or any Replacement Operator in order to inventory the assets.

4.12.4 GENERAL OBLIGATIONS OF THE SELECTED BIDDER I. The Selected Bidder shall provide all such information as may reasonably be necessary to effect as seamless during handover as practicable in the circumstances to MP Police or its nominated agencies or its Replacement Operator and which the operator has in its possession or control at any time during the exit management period. II. The Selected Bidder shall commit adequate resources to comply with its obligations under this Exit Management Clause.

3- D Modeling Project Ujjain City MP Police Page 49 of 125

4.12.5 EXIT MANAGEMENT PLAN I. The Selected Bidder shall provide MP Police or its nominated agencies with a recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and SOWs within 15 days in case of Suspension/termination of contract or 4 months prior to end of contract date. II. A detailed program of the transfer process that could be used in conjunction with a Replacement Operator including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; and III. Plans for the communication with such of the Selected Bidder’s, staff, suppliers, customers and any related Third Party as are necessary to avoid any material detrimental impact on MP Police operations as a result of undertaking the transfer; and IV. If applicable, proposed arrangements and Plans for provision of contingent support in terms of business continuance and hand holding during the transition period, to MP Police or its nominated agencies, and Replacement Operator for a reasonable period, so that the services provided continue and do not come to a halt. V. The Bidder shall re-draft the Exit Management Plan by end of each quarter post Go- Live to ensure that it is kept relevant and up to date. VI. Each Exit Management Plan shall be presented by the Selected Bidder to and approved by MP Police or its nominated agencies. VII. In the event of termination or expiry of SLA, Project Implementation, Operation and Management SLA or SOWs each party shall comply with the Exit Management Plan. VIII. During the Exit Management Period, the Selected Bidder shall use its best efforts to deliver the services. IX. Payments during the Exit Management period shall be made in accordance with the Terms of Payment Clause. X. It would be the responsibility of the Selected Bidder to support new operator during the transition period. 4.13 ARBITRATION; COURT OF COMPETENT JURISDICTION- In all matters and disputes arising there under, the Director General of M. P. Police shall be the sole arbitrator to decide the claim and its decision shall be final and binding on both the parties. No suit or claim in respect of this tender can be filed in any court save at the court of competent jurisdiction at Bhopal.

3- D Modeling Project Ujjain City MP Police Page 50 of 125

4.14 SOURCE CODES, COPY RIGHTS, INTELLECTUAL PROPERTY RIGHTS AND INDEMNITY LIABILITY I. The documents created during the course of this project, source codes of the customized software, and IPR related to this project and its scope of work vests solely with the Purchaser. The software (except third party software), data, hardware, networking equipment, manual, CDs, Drivers, Training material etc. will be the exclusive property of the M. P. Police after it is successfully tested and implemented at all sites of M.P. The Intellectual Property Rights in all Standard Software and Standard Materials shall remain vested in the owner of such rights. IPR of the newly developed software, customized software will be with the Department. The Supplier has to make sure that all the codes, documentation, design; licenses etc. has to be should be given to the Purchaser, the IPR of which would be vested in the Department. II. The Purchaser’s contractual rights to use the Standard Software or elements of the Standard Software may not be assigned, licensed, or otherwise transferred voluntarily except in accordance with the relevant license Agreement. The Purchaser may assign, license, or otherwise voluntarily transfer its contractual rights to use the Standard Software or elements of the Standard Software, without the Supplier’s prior written consent. MP Police reserves the right, after the purchase of software, to procure items from any company, at any time, without restriction and use the software to manage those items including any item procured by any Branch or unit of MP Police. III. No goods or work covered by the contract shall be manufactured, sold, disposed or done by Bidder in violation of any right whatsoever of the Third Party, and in particular, but without prejudice to the generality of the foregoing of any patent right, trademark or similar right, or of any charge, mortgage or lien. IV. The Bidder shall not provide or use the goods/services for the performance of work which would infringe any Indian or foreign patent, trademark, registered design or other intellectual property rights, whether or not similar to any of the said goods. V. Bidder should submit Certificate/Affidavit regarding non-violation / infringement of any Indian or foreign patent, trademark, registered design or other intellectual property rights. VI. The Bidder shall indemnify the MP Police for any Third Party liability arising out of patent or copyright or intellectual property or any other dispute. Bidder shall bear the cost of any dispute arising as of alleged violation of any law and policy applicable in India, with respect to this project. VII. That Bidder shall indemnify the Competent Authority from all actions, costs, claims, demands, expenses & liabilities whatsoever resulting from any actual or alleged infringement as aforesaid and at the expenses of Bidder shall be defended in the defense of any proceedings which may be brought in that connection.

3- D Modeling Project Ujjain City MP Police Page 51 of 125

VIII. IPR, Copyrights a. The Purchaser (MPP), will be owner of IPR for Application Developed b. Source Code (if successful Bidder develops some application for this project) will be kept under escrow with Bidder and a banker. Cost of escrow account to be borne by the Bidder. c. Algorithm to be disclosed to the Purchaser (MPP), if used, and should be based on national and international standards current or future. IX. DATA RIGHTS The Purchaser (MPP), shall have complete and total ownership and control over all the data generated, stored and processed during the Project. The Department reserves the Data Rights in the following areas: a. The Right to Information of Data subject: MPP, reserves the right of full knowledge of the collected data, its nature and prior authorization by the department to collect, store and process them. Bidder will be held responsible, if any data is published or copied without permission of MPP by the Bidder or its representative. b. The right to prevent processing: MPP, reserves all the rights to prevent the processing or reprocessing of the data collected, stored and under process. c. The right to prevent collection, storage and processing for direct marketing and/or indirect marketing: MPP, reserves all the rights to prevent any or all data collected, stored and processed for any sale, lease, rent or any other monetary or non- monetary transfer of data without it’s written permission with explanation of grounds for such sale, lease, rent, transfer for monetary or non-monetary basis for some limited or unlimited period. The Department, however can sale, lease or rent the data for monetary or nonmonetary gains d. The right to compensation: MPP, reserves all the rights to extract compensation for loss or damage, whether full or partial, of the data by the service provider or any person authorized on behalf of the service provider. The right to rectification and other remedies for inaccuracy: MPP, reserves complete authority to ask the service provider to make up for the wrong or tempered or manipulated or distorted or illegitimate data with or without any compensation on finding the data bearing any evidence of deviation at any time, irrespective of the fact that department has accepted the same data at any prior time from the date of issuing letter to service provider to make any change or replacement in the data. The department also reserves rights to take action through a court including criminal action if necessary as per law of land to rectify, block, erase or destroy inaccurate data. MPP, reserves all the rights to give order pertaining to manner and methodology for data collection, storage and processing to the service provider at any time within the contract period, which may not be a part of the Agreement.

3- D Modeling Project Ujjain City MP Police Page 52 of 125

4.15 CONSORTIUM, ASSIGNMENT & SUBCONTRACTING I. Consortium/ Joint Ventures / sub-contracting are allowed as part of this Bid. The Consortium is allowed only for three members including lead member. It also includes “Association” or any arrangement among Bidders submitting Bid jointly. II. Every member of the consortium must have defined and relative active role in the project execution. The ownership and accountability in all respect will be with the Lead/ Prime Bidder. Similarly employees made available on the project have to be on payroll of Prime Bidder or its Consortium Partner, unless specifically disclosed in the Bid, like maintenance personnel, OEM personnel, labor engaged in fitting and fixing and other civil work/electrical work. III. For the purpose of the liabilities under this tender, the Bidder (in case of Consortium, the Lead Member) will be considered as being solely liable to all the components of the tender and scope of the work. IV. The scope of work under this RFP can be categorized into two categories: Core activities (3D mapping, Software development, hardware supply and technical manpower), and Non-core activities (other routine jobs). V. The Lead Bidder may choose to sub-contract only non-core activities as part of their Bid. All activities being sub-contracted should be explicitly declared as part of the response to this RFP. If the Bidder, for any reason whatsoever, decides to sub- contract any activity during the course of the project period, written explicit approval would need to be taken from MP Police for the same; VI. The Bids would not be evaluated on the basis of sub-contractors. However the credentials of subcontractors will be examined and evaluated to assess the capability of the Bidder to complete the work in given time frame and character and integrity of the sub-contractor. VII. The Sub Contractor cannot further sub-contract the non-core activities. VIII. The successful Vendor is to provide the Department with a list of all the sub- contractors proposed to be engaged by it along with relevant consent letters. IX. If the Bidder, for any reason whatsoever, decides to change the sub- contractor during the course of the project period, written explicit approval would need to be taken from the Department; X. In case of a Consortium/ JV, the MoU signed between the Consortium/ JV members should be enclosed as part of the Bid. The MoU, at the minimum, should specify the following: a) Lead Bidder of the Consortium/ JV/Association etc.

3- D Modeling Project Ujjain City MP Police Page 53 of 125

b) Clearly defined set of roles and responsibilities and liabilities for the various scope of work components XI. An organization/ firm part of any of the Consortium/ JVs, in this bid should not be part of any other Bid / Consortium / JV participating in this tender. XII. The Consortium should be limited to maximum 3 partners only. XIII. The Lead Bidder will continue to be responsible for completion of all activities mentioned in this RFP and compliance to SLAs, irrespective of the fact whether the task has been sub contracted or the set task was assigned among themselves to any other Consortium partners XIV. Bidder’s Key personnel/Full time personnel provided in this project will only work in this project for the entire duration of the project. However the Part Time personnel shall be available in such a manner as shall facilitate timely achievement of various milestones. An undertaking to that effect should be enclosed in Form II along with consent letter of concerned personnel. 4.16 WARRANTY / MAINTENANCE The Bidder shall install, integrate, commission, implement and provide maintenance support for the equipment / software supplied to M.P. Police. The equipment / software shall be covered under 2 years comprehensive on-site warranty maintenance (inclusive of replacement of spares for 3 years). This service shall be provided 24x7 and on all days to keep the supplied equipment / software in good working condition. The warranty shall commence from the date of system declared ‘go live’. The specific activities as part of 2 years comprehensive on-site warranty and maintenance includes: I. Preventive maintenance of all hardware/software covered as per scope of work once a quarter; II. Corrective maintenance within 48 hrs as and when calls are placed by M.P. Police from any site within MP; III. Spares required shall be provided by Bidders free of cost. The bidder would provide the cost of important spares which may be used for price comparison purposes after completion of AMC period. Comprehensive Annual Maintenance Contract covers all spares and replacement. If Hardware is not repairable within a specified time period (72 Hours) a standby system shall be provided for the same by the Bidder. IV. All such analogous activities which are required to ensure interruption free operation of the system/goods/services provided by the Selected Bidder. 4.17 AGREEMENT I. The Successful Bidder will have to enter into an Agreement with the purchaser, for the performance of the contract on Rs 1000/- Non Judicial Stamped Paper, within 10 days of the communication of the final order on Bids, the cost of which has to be borne by the

3- D Modeling Project Ujjain City MP Police Page 54 of 125

Bidder. The MP Police shall provide Performa for such an Agreement. No variation is permitted in this Agreement. II. Till such an Agreement is signed, there is no liability for Police Telecom. HQ, MP Bhopal and the Competent Authority. III. D.G.P. may scrap the tender or any of it part without assigning any reason at any time before the signing of the Agreement. In case of scrapping of tender or its part M.P. Police will not be liable for any loss or cost to Bidder. IV. Till the signing of Agreement the Selected Bidder shall bear its own cost for all the activities relating to this tender. V. Draft copy of the Agreement will be provided to the Successful Bidder. VI. Security deposit will have to be submitted along with the agreement signing. VII. On submission of security deposit and signing of the agreement, the timeline for completion of tasks under the RFP shall commence forthwith. 4.18 LIMITATION OF LIABILITIES In any case, the aggregate liability of the Bidder, what so ever and how so ever arising, whether under the contract, tort or other legal theory, shall not exceed the total charges received/paid as per the contract, as of the date such liability arose, from the Purchaser, with respect to the goods or services supplied under this Agreement, which gives rise to the liability. It excludes all third party liabilities under the law. 4.19 LAW AND JURISDICTION The Contract and the transactions contemplated therein shall be governed by and construed in accordance with the laws of India. All the parties and their personnel deciding to participate in this process shall be deemed to be submitting themselves to the laws of India. The Contract and the transactions contemplated therein shall be subject to the exclusive jurisdiction of the competent Courts in Bhopal, Madhya Pradesh, India. 5 SERVICE LEVEL AGREEMENT 5.1 PURPOSE OF THIS AGREEMENT The purpose of this SLA is to clearly define the levels of service to be provided by Successful Bidder to the Purchaser (MPP) for the duration of this contract or until this SLA has been amended. The benefits of this SLA are to: I. Trigger a process that attracts MPP and Successful Bidder Management’s attention to some aspect of performance only when that aspect drops below an agreed upon threshold, or target. II. Makes explicit and quantifies the performance related expectations on performance required by the MPP. III. Assist the MPP to control levels and performance of services provided by Successful Bidder. IV. This SLA is between Successful Bidder and the Purchaser (MPP).

3- D Modeling Project Ujjain City MP Police Page 55 of 125

5.2 DURATION OF SLA This Service Level Agreement would be valid for the entire period of contract. This SLA may be reviewed and revised according to the procedures detailed in the Section SLA Change Control. 5.3 SERVICE LEVEL AGREEMENTS AND TARGETS This section is agreed to by MPP and Successful Bidder as the key Successful Bidder’s performance indicator for this engagement. The following section reflects the measurements to be used to track and report systems performance on a regular basis. The targets shown in the following tables are for the period of contract or its revision whichever is later. 5.4 SLA MORATORIUM AND COMMENCEMENT The SI will be given an SLA moratorium period of 3months from the go-live of site during which SLAs defined will continue to be measured and reported. However, there shall be no penalty associated with SLA defaults during this time.

3- D Modeling Project Ujjain City MP Police Page 56 of 125

Service Sr. Service Level (See Parameter Validation Penalty No. Category Note I below) Software and Reports generated Rs.1000 /per Day or its part for below 1. 3D map / model 100% as per specification > = 98.5% from the system SLA uptime. availability Hardware, UPS, Reports generated Rs.1000 /per Day or its part for below 2. Storage system 100% as per specification > = 98.5% from the system SLA uptime. etc. System Within 24 hours of patch Up to 3 Reports generated Rs.1000 /per Day or its part for 3. Software release / Quarterly update, if violations from the system below SLA uptime. Update any. Rs.500 for every Violation up to 10 Help desk Up to 5 Reports generated violations. 4. Security level resolution time violations from the system Rs.1000 for every violation beyond 10 violations. Required and designated Rs. 500 per days per person in Availability of Reports from system manpower should be addition to and over & above the pro 5. required 100% and report by nodal available for various defined rata deduction for such non manpower officers tasks availability. Reports from nodal officers, person or Training and Trainee getting skilled agency nominated by capacity enough to perform the tasks Competent authority, Repeat / retraining at no extra cost to 6. building quality trained for independent of score of the tests to Purchaser. external supervision be given to trainees; self certificate by the trainee. I. The Penalty shall be calculated on a quarterly basis. The overall total penalty is capped at 10% of the project value under normal circumstances. Exceptional situations includes the situation where any system or service becomes unavailable and continues so for more than 7 days and in the opinion of competent authority the successful bidder does not take satisfactory steps to rectify the situation.

3- D Modeling Project Ujjain City MP Police Page 57 of 125

II. The required and designated manpower must be available as per scope of work defined above. III. Selection of trainees would be done in consultation with Vendor’s resource out of staff available with purchaser. The ultimate objective of the ‘scope of work’ is to prepare MP Police to handle the system independently after on-site warranty period. Vendor is to impart necessary skill and confidence into the trainees for seamless takeover at the time of exit. IV. If the SLAs drop below the lower limit which is 90% for each component in the table above, it will be governed by the event of default clause as specified under the General Conditions of the RFP. V. For any component/equipment if there is any fault in the equipment and the equipment/component runs on the stand by / hot swappable equipment, even though the availability is 100% that equipment will be considered down and liable for penalty. VI. The competent authority may condone penalty where it is satisfied that breakdown of hardware, software corruption and non completion of training/ unavailability of handholding support is due to factors beyond the control of the bidder.

3- D Modeling Project Ujjain City MP Police Page 58 of 125

5.5 UPTIME CALCULATION System Service uptime: {[(Actual Uptime in Hours + Scheduled Downtime in Hours) / Total No. of Hours in a Quarter] x 100} "Actual Uptime" means, of the Total Hours, the aggregate number of hours in any Quarter during which each equipment is actually available for use. "Scheduled Downtime" means the aggregate number of hours in any month during which each equipment, is down during total Hours, due to preventive maintenance, scheduled maintenance, infrastructure problems or any other situation which is not attributable to Successful Vendor’s (or Service provider's) failure to exercise due care in performing Successful Bidder’s responsibilities. The MPP would provide a maximum of 04 hours of planned downtime for the preventive maintenance (as part of scheduled downtime) per month per equipment/service. "Total Hours" means the total hours over the measurement period i.e. one quarter of the year (all number of days in that quarter of the year). 5.6 DOWNTIME CALCULATION The recording of downtime shall commence at the time of any service that affects SLA of the project or Service Provider for any downtime situation for the equipment Downtime shall end when the problem is rectified and the application/ service is available to the user. Down time will not be considered for following: I. Pre-scheduled preventive maintenance and health checks (Scheduled Downtime) with maximum time as defined mutually by MPP and successful bidder. II. Failover time (30 minutes) in case of cluster environment. Beyond which the service would be considered to be not available and appropriate penalty shall be imposed on the Successful Bidder. If the utility elects to continue the operation of the machine / equipment, when a part of the machine is giving problem and leading to downtime, the commencement of downtime shall be deferred until the utility releases the machine / equipment to the Bidder for remedial action. 5.7 BREACH OF SLA In case the Successful Vendor does not meet the service levels mentioned in this RFP, time-periods as specified in the relevant clause, the MPP will treat it as a case of breach of Service Level Agreement. The following steps will be taken in such a case: I. MPP issues a show cause notice to the Successful Vendor. II. Successful Vendor should reply to the notice within three working days from the date of receipt of the notice. III. If the MPP authorities are not satisfied with the reply, the MPP will issue direction to rectify the service level and may also initiate stricter penalty for the remaining period of the contract. Such directions shall be complied with by the vendor. Failure may lead to the drawing of conclusion of willful breach of contract.

3- D Modeling Project Ujjain City MP Police Page 59 of 125

IV. If Bidder fails to meet the SLA requirement and MPP terminates the Bidder for any reason, all the equipment and materials will become the property of MP Police. 5.8 MONITORING AND AUDITING Team of MPP and the PMU Team nominated by MPP will review the performance of Successful Vendor against the SLA parameters each quarter, or at any periodicity defined in the contract document. The review / audit report will form basis of any action relating to imposing penalty or breach of contract. Any such review / audit can be scheduled or unscheduled. The results will be shared with the Successful Vendor as soon as possible. MPP reserves the right to appoint a third- party auditor to validate the SLA. 5.9 REPORTING PROCEDURES The Successful Vendor’s representative will prepare and distribute SLA performance reports in an agreed upon format by the 10th working day of subsequent quarter of the reporting period approved by MPP. The reports will include “actual versus target” SLA performance, a variance analysis and discussion of appropriate issues or significant events. Performance reports will be distributed to the MPP and consultant team. 5.10 ISSUE MANAGEMENT PROCEDURES

5.10.1 GENERAL This process provides an appropriate management structure for the orderly consideration and resolution of business and operational issues in the event that quick consensus is not reached between MPP and Successful Vendor. It is expected that this predefined process will only be used on an exception basis if issues are not resolved at lower management levels.

5.10.2 ISSUE MANAGEMENT PROCESS I. Either MPP or the Successful Vendor may raise an issue by documenting the business or technical problem, which presents a reasonably objective summary of both points of view and identifies specific points of disagreement with possible solutions. II. MPP’s representative (I.e. SSP radio or any other officer nominated as “nodal officer”) and the Successful Vendor’s representative (Onsite Project Manager) will determine which Committee or executive level should logically be involved in resolution. III. A meeting will be conducted to resolve the issue in a timely manner. IV. The documented issues will be distributed to the participants at least 24 hours prior to the discussion if the issue is not an emergency requiring immediate attention. V. Management of MPP and Successful Vendor will develop a temporary, if needed, and the permanent solution for the problem at hand. The Successful Vendor will then communicate the resolution to all interested parties or persons who are to act upon such solution.

3- D Modeling Project Ujjain City MP Police Page 60 of 125

VI. In the event a significant business issue is still unresolved, the arbitration procedures described in the Contract will be used to find a solution expeditiously. 5.11 SLA CHANGE CONTROL

5.11.1 GENERAL It is acknowledged that this SLA may change as MPP needs evolve over the course of the contract period. As such, this document also defines the following management procedures: I. A process for negotiating changes to the SLA. “Change” includes addition of new “Service Level”. II. An issue management process for documenting and resolving particularly difficult issues. III. MPP and the Successful Vendor management escalation process to be used in the event that an issue is not being resolved in a timely manner. Any changes to the levels of service provided during the term of this Agreement will be requested, documented and negotiated in good faith by both the parties. Either party can request a change. Changes will be documented as an addendum to this document and consequently the contract.

5.11.2 SLA CHANGE PROCESS Both the parties may amend this SLA by mutual Agreement in accordance. Changes can be proposed by either party. Normally the forum for negotiating SLA changes will be MPP monthly review meetings.

5.11.3 VERSION CONTROL All negotiated SLA changes will require changing the version control number. As appropriate, minor changes may be accumulated for periodic release (e.g. every quarter) or for release when a critical threshold of change has occurred. 5.12 MANAGEMENT ESCALATION PROCEDURES The purpose of this escalation process is to provide a quick and orderly method of notifying both parties that an issue is not being successfully resolved at the lowest possible management level. Implementing this procedure ensures that MPP and Successful Vendor management are communicating at the appropriate levels. Escalation should take place on an exception basis and only if successful issue resolution cannot be achieved in a reasonable time frame. I. All issues would be raised to the project management team, which is completely responsible for the day to day aspects of the implementation. The project management team shall classify the issues based on their severity level and resolve them within appropriate timelines. II. If project management team is unable to resolve an issue, the issue would be escalated to the top management with options/ risks detailed for decision. Top management will make decisions based on the options/ risks presented by the IT team. III. Management escalation ranks in MPP for the purpose of this Bid and its scope of work are:

3- D Modeling Project Ujjain City MP Police Page 61 of 125

a. Nodal Officer – SP (R ) in – charge of 3D Mapping Project b. SSP (R) c. Addl. DG (Telecom) Similarly successful vendor shall also notify its 3 levels starting from Project Manager. The third level must be the person who can take decisions having HR and financial authority in its Bidder organization’s management / governance structure. a. b. c.

3- D Modeling Project Ujjain City MP Police Page 62 of 125

6 TECHNICAL SPECIFICATIONS AND REQUIREMENTS

1. Server for Control Room with redundancy Particulars Compliance

2 * Intel OctaCore 2.40GHz E5-2600 series v3 or above

48GB DDR4 RAM

6/12G SAS raid controller with Min 1GB Cache

2*300GB SAS & 6*2TB 7200 RPM SATA

USB Keyboard INDIA

USB Optical Mouse

3/3/3 Warranty 2. Workstations - clients

90% Efficient Chassis with Energy Star Certified Power supply

Win8.1 Pro 64 downgrade to Win7 Pro 64 I

Intel Xeon E5-1607v3 3.1 10M 1866 4C CPU

8GB DDR4-2133 (1x8GB) RegRAM

NVIDIA Quadro K620 2GB 1st GFX Spl

1TB 7200 RPM SATA 1st HDD

USB Keyboard INDIA

USB Optical Mouse

9.5mm Slim SuperMulti DVDRW 1st ODD

22"TFT Monitor

3/3/3 Warranty

3- D Modeling Project Ujjain City MP Police Page 63 of 125

3. Software Requirements and specifications Sr. Description Compliance No

Server Software Specifications: Software tool for powerful 3D visualisation, easy-to- use tool for editing, analysing, annotating and publishing photo-realistic interactive 3D environments is required. Software should shape its own digital world. It should edit and annotate geo-referenced 3D terrain databases. The system has to be installed soon after the award of the project therefore the software should have all of these functions as COTS No major customization or development shall be generally required. Main Features Required for Server Version

 The server version software should support the client- server data delivery requirements of 3D data transmission. Server should be able to stream terrain, feature, or map data to remote client and users and WFS and WMS clients, also provide session hosting for collaboration between users and enhance web site integration.  The Server Terrain Service should be a powerful network data server technology designed to stream 3D geographic data in real-time.  The Terrain Service client-server model has to be optimized to handle thousands of concurrent users accessing virtually unlimited sized databases in low-bandwidth situations, giving each user uninterrupted viewing.  Server should have facility to quickly receive low- resolution scenes around the current location, and then requesting high-resolution.

OGC services support (certificates need to be enclosed)  Software should be OGC compliant  OpenGIS® Web Feature Service (WFS) Implementation Specification  OpenGIS® Web Feature Service Transactions (WFS-

3- D Modeling Project Ujjain City MP Police Page 64 of 125

T) Implementation Specification  OpenGIS® Web Map Service (WMS) Implementation Specification  OpenGIS® Catalog Service: Web (CSW) Implementation Specification

A powerful network data server technology has to be provided that provides the following services, via the control room server:

Terrain Service– Stream 3D terrain data from terrain cache databases (MPT) or directly from the original sources through the direct connect extension. The server software should perform the following,

 3D data streaming over local area networks or the Internet  Serve terrain cache databases MPT files created by Server  Serve on-demand 3D processing of raw imagery and elevation data (raster) using the Direct Connect extension  Optimize for low-bandwidth conditions  Ability for easy scalability  Use TCP/IP protocols. Enable SSL (Secure Socket Layer) protocol.  Work with Firewalls and Proxy Servers  Should take full advantage of multi-processor server hardware  Efficient handling of massive data sets and Terrain data size limited should only by disk media.  Server should serve fused terrain that is image and elevation data  Should be fully controlled through the Browser based Server Manager tool  3D Mesh Layer Service – Publish multi-resolution and stream-optimized 3D Mesh Layer databases.  Server should be able to stream the data in 3D mode to mobile devices like Android and IOS based smart phones and tabs. Bidder has to demonstrate this feature using their own devices.

3- D Modeling Project Ujjain City MP Police Page 65 of 125

Collaboration Service– Server should be able to Host Client Collaboration sessions to which multiple users (upto 10) can connect and work together in the 3D environment.

Server Spatial Framework Services A powerful network feature server technology has to be provided with the following services, via the spatial feature server:

 Manage and stream layers of features, including polylines, polygons and points from Shape files, Oracle Database, SQL server database.  Provide OGC Web Feature Service (WFS) interface to other applications.  Web Feature Service (WFS) – Stream layers from Shape files and from the Oracle database, SQL server database, PostGIS and ArcSDE server, or from pre- cached layers created using the Cache Creator.  Server should have a vector cache creation ability to pre-cache data on the server for high-performance streamed data.  Auto-refresh mechanism can be set to active when a layer is updated.

Client Software Specifications: Main Features Required for Client Version Software

The software should have the following features:  The project editor that should work on terrains built by the Server and (optionally) streamed by Server.  Provide all the tools necessary to create and publish rich, 3D terrain visualizations.  Include interactive drawing tools to create and add geometric shapes, user-defined objects, buildings, text, bitmaps and animations on a 3D terrain model  Generate and import static and dynamic 2D or

3- D Modeling Project Ujjain City MP Police Page 66 of 125

3D objects, symbols and geo-referenced information layers  Load standard online and offline GIS layers  Save layers to GIS standard file formats  Communicate with external local and web applications using standard COM interface. Ability to Control all static and dynamic objects, information layers and application content.  Provide a robust set of tools for measurement and terrain analysis.  Support autopilot feature - creates pre-defined routes for playback with Client.  Control speed, altitude and viewing angle using any combination of the mouse, keyboard, and Flight Control Panel  Create movies, as AVI or a set of frame files, from a recorded flight path  Take snapshots of the 3D window and saves them to external files  Hyperlink feature links specific areas or objects to web pages, applications, and databases  Integrate text and web content messages  Provide improved level of security for local and remote users  Include ActiveX Controls to export the 3D view, information tree, and side map windows as ActiveX controls

Streaming: Client should load the entire content of the feature layer or stream the data directly from a server or local file. Information from the remote layer server or file is retrieved, added to the terrain, and then removed dynamically based on the camera's position. This option enables user to explore the area without waiting for the entire layer to load.

Styling: Client Software should perform layer level operations. On this level, the Properties Sheet can be set for appearance and behaviours of the geographic objects contained within the layer with various other layer parameters.

3- D Modeling Project Ujjain City MP Police Page 67 of 125

Spatial Queries:  Perform a spatial query by selecting all features spatially related to a polygon, line, or point, or to an existing object.  User should have ability to choose whether to include only features that entirely overlap with your selected or drawn geometry, or whether to include also those that partially intersect.  Ability to define a buffer zone to include features within a certain radius of the selection.

Spatial Operations:  Ability to perform various spatial operations on the layer’s features, including deleting selected features, merging features into a single feature, creating a multipart feature, clipping one polygon from another, exploding a multi-part feature into its individual component features, and exporting selected features to a new file.  Ability to define the Attribute Table, and ability to search and filter the Attribute data in a map layer to obtain and display only the features and information you require.  User can then display only the filtered data on the map or create a new layer that includes only this data. The original layer is not modified.  Attribute values should be edited from the Attribute table, so that multiple feature attributes can be easily modified without opening separate property sheets foreach feature.

Creating New Feature Layers: Ability to define a layer type and attribute fields and create a feature layer directly from user terminal. The layer should be saved to a local data source in Shape file format.

Non-native Layers:Client should handle

3- D Modeling Project Ujjain City MP Police Page 68 of 125

differently layers that are loaded from OpenFlight, FLY, and KML files. Format Support: Layers that should be supported for loading from the following feature flat files:  ESRI Shape: .shp  ESRI Personal Geodatabase - .mdb  Microsoft Access: .mdb, .accdb  Excel: .xls  Text: free format  MapInfo: Tab, Mif, Mid  Microstation DGN  AutoCAD DXF: .dxf  Client Project: .fly  Google Earth: .kml .kmz  OpenFlight Reference  Any other common format not specified above. Layers that should be loaded from the following servers:

 Web Feature Server (WFS)  Skyline Feature Server (SFS)  Oracle Spatial Server  Oracle Database  SQL Database  ODBC Database

Client Software should have the ability to save groups of objects to the following file formats:  ESRI Shape: .shp  Client FLY Projects: .fly  KML or KMZ

Imagery Layer Imagery layer is a geo-referenced, satellite or aerial image that overlays the terrain imagery. The Imagery Layer feature should enable the user to add unlimited size , geo-referenced, satellite and aerial images directly to a Client

3- D Modeling Project Ujjain City MP Police Page 69 of 125

project. A source file that has multiple resolution levels should be visible from any altitude. The layercan be of better resolution than the area on which it is placed. Automatic morphing between MAP and imagery and the terrain imagery and the Imagery Layer is required. Clip Polygon: A subsection of a raster file should be able to be displayed by loading a Shape file containing the required clip polygon. Imagery Layers from the following flat files should be loaded:  Skyline Image MPU (.Ii.mpu)  MrSid (.sid)  ER-Mapper (.ecw ,.jp2, .jpc, .j2k)  Erdas Imagine (.img)  Image files (.bmp, .Tiff, .iTiff, .gif, .Jpeg, .Jpeg200)  NGA formats (.CIB, .CADRG, .ADRG, .Nitf)  Tile Text file (.tlt)  Intergraph MFM raster (.MFM)  Local Skyline terrain database (.MPT)  HTC Raster file (.htc)  Any other common format not specified above. Elevation Layer Elevation layer is a geo-referenced elevation raster that replaces the elevation data of the terrain database. The Elevation Layer feature should enable the user to add unlimited size, geo- referenced Elevation data directly to a Client project. Elevation Layers from the following files should be loaded:  Skyline Image MPU (Ii.mpu)  Window Bitmap (BMP)  Dted (DT?)  USGS ASCII Dem (DEM)  USGS SDTS Dem (DDT)  Arc/Info Binary Grid (ADF)  Erdas Imagine (IMG)  NGA DTED (DMED)  Tiff Format (TIF)

3- D Modeling Project Ujjain City MP Police Page 70 of 125

 Projection Text File (PRJ)  Intergraph MFM Raster (MFM)  Local MPT (MPT)  Any other common format not specified above. Objects The Client Software should provide a set of tools to manually add 2D, 3D, dynamic, and terrain objects to the project. The user can create new objects, edit single or multiple objects’ parameter s using the properties sheet, edit objects directly in the 3D window, and copy/move/delete objects in the 3D window. The objects should be organized in the Project Window’s tree structure. Support for the following 3D Model  Microsoft Direct X (.x, .xpc)  Skyline Multi-Resolution Model (.xpl)  Open Flights (.flt, .fpc)  Google Sketchup (.dae , .kmz)  3D Mesh Files Building Object Should have Building feature to add 3D models to the project by manually defining the geometry of the building rooftop and stretching it above the basic terrain, or by importing the rooftop geometry from external feature layers. User can define the shape of the roof as a flat surface, or as an angular surface. After defining the building geometry, user should have ability to assign fill color and texture from external files, or apply texture from the terrain to the roof and side walls.

2D Objects A set of 2D primitives and labels should be placed in the 3D:  Text Labels  Image Labels  Polylines  Polygons  Rectangles  Regular Polygons

3- D Modeling Project Ujjain City MP Police Page 71 of 125

 2D Arrows  Circles  Ellipses  Arcs

3D Primitives A set of 3D primitives and models should be placed in the 3D:  Buildings  3D Polygons  Boxes  Cylinders  Spheres  Cones  Pyramids  3D Arrows

Dynamic Objects Client Software should have feature set of ground and air vehicles the user can add to the project by setting the route of a ground or air vehicle by manually placing way points in the 3D View, or by importing routes from external sources.

Three types of dynamic objects should be supported:  Ground Vehicle: Get pitch and roll angles according to the terrain surface under the object while it moves.  Air Vehicle: Get pitch and roll angles according to the altitude differences between the waypoints, regardless of the terrain surface.  Load Dynamic Route: A Dynamic Route can be created by loading an ASCII file containing a free-format text description of the route’s waypoints. Terrain Objects: A set of objects that affect the terrain model. The user can modify the terrain, create holes in the

3- D Modeling Project Ujjain City MP Police Page 72 of 125

terrain and play a video file onto the terrain. Modify Terrain Tool: Changes the elevation values of the terrain based on a polygon. The surface of the terrain is raised or lowered according to the elevation values of the polygon's points. Different elevation behaviors allow replacing or cropping above/ below the original values of the terrain. The interior of the polygon can be flat or irregular in shape. Hole on Terrain: Ability to cut holes in the terrain based on a polygon that exposes the other side of the terrain through the opening. Video on Terrain and Video Billboard: Ability to Play a video file either on a selected area of the terrain (Video On Terrain), or on a floating billboard (Video Billboard). A telemetry file can also be used to move the projected video based on recorded readings. Supported video file formats are determined by the codecs that are installed and registered on the computer. Most files that Windows Media Player can play (e.g., .avi, .mpg, etc.), including streaming Microsoft Media Server (MMS) content, can be draped on the terrain. UAV Video on Terrain: Ability to use the UAV data and project on the terrain based on the telemetry of the UAV. The information should be used to automatically determine the position of the video projector in the 3D window. It should allow the projected Video on Terrain to be draped over the same area that is captured in the video.

Import Point Cloud Model Ability to import LIDAR Point Cloud model to add a pre-processed point cloud model at any point in the 3D Terrain. These models are created from a list of points in a 3Darea that are collected by various 3D scanners. The import Point Cloud feature to stream optimized Point Cloud files for

3- D Modeling Project Ujjain City MP Police Page 73 of 125

faster display.

Time spans Ability to set Time spans for groups and objects, limiting the display of the object or group on the terrain to the specified start and end time values integrated in the object or group’s property sheet. The project’s time and date are adjusted using the time slider.

Measurement and Analysis Client Software should provide a robust set of tools for measurement and terrain analysis.

Measurement Tools  Information Query Tool: Display the exact location and elevation of any point in the 3D World, and additional information about objects.  Horizontal Distance Tool: Display the horizontal distance, elevation difference and slope angle between two or more points in the 3D View.  Aerial Distance Tool : Display the aerial distance, elevation difference and slope angle between two or more points in the 3D View.  Vertical Difference Tool : Display the elevation difference between two points in the 3D View.  Area Tool: Display the measurement of the horizontal projection of an area in the 3D View.

Terrain Analysis Tools  Line of Sight Analysis Tool : Display a visual marker for the existence of a line of sight between two points.  3D Viewshed Analysis Tool : Mark all the visible segments, within a field of view, from a given viewing point.  3D Dynamic Viewshed Analysis Tool: Mark all the visible segments and invisible segments

3- D Modeling Project Ujjain City MP Police Page 74 of 125

from a dynamic moving object along a defined route.  Contour Map Tool: Create a topographic map that portrays differences in terrain elevation by connecting points of equal elevation with contour lines or by coloring terrain according to varying altitudes. The contour palettes and/or contour lines can be applied to a specified rectangular area, or to the entire terrain.  Slope Map Tool: Create a slope map on the terrain that can show degree (steepness)and/or aspect (direction). The terrain is colored according to degree of slope, and arrows display the direction of the slope. The color map and arrows can be applied to a specified rectangular area or to the entire terrain.  Flood Tool: Assess the land area covered by water in different water flooding scenarios. The result of the flood analysis process is a set of polygons showing the flooded areas.  Volume Analysis Tool: Analyze the amount of terrain removed or added by selected Modify Terrain objects.  Terrain Profile Tool: Display the terrain elevation profile along a path.  Best Path Tool : Display the best path between two locations on the terrain with slope limits.  Threat Dome Tool : Display the visible volume from a given point on the terrain with a specified scan field and elevation angle.

Shadow Tools  Selection Shadow Tool: Display the shadow effect only for selected objects.  3D Shadow Query: Calculate the sun-shadow ratio in a specified area, over a selected time span.

Comparison Tools  Imagery Comparison Tool: Ability to detect changes between two images of the same location by allowing you to dynamically

3- D Modeling Project Ujjain City MP Police Page 75 of 125

compare the 3D view with and without an Imagery layer.  Snapshot Comparison Tool: Ability to create and compare snapshots showing different versions of the area in view in the 3D Window by showing or hiding objects in the Project Tree.

User Interface Should have a Ribbon interface designed to help you quickly find the commands that you need to complete a task.

Environment Effects The Environment Effects sets the appearance of the environment in the 3D Window. Ability to control the horizon distance, fog color, as well as the sun and moon display. The sun, moon and sun flare objects should be displayed and positioned based on a given date, time and time zone. Ability to display the rain, snow and fog. Ability to display the animated smoke and animated water. Preset or custom sky textures and colors should be able to be applied. An animated cloud layer should be displayed over the entire terrain, with customized altitude, position, density, and movement settings. Reflection and movement effects should be displayed on all sea and lake terrain.

Navigation Map Window The two-dimensional Navigation Map window should be provided for quick and easy navigation through the entire terrain. It should display the location and direction view of the camera. The Navigation Map window should offer a simple mechanism to integrate file-based maps into the application. With the support of the Client Software COM interface, web based maps should also be integrated as part of the HTML window.

3- D Modeling Project Ujjain City MP Police Page 76 of 125

Presentation Tool For Briefing and de briefing a Presentation Tool capability is required to enable user to record a presentation in which you navigate through the 3D World, showing or hiding objects on the terrain, following dynamic objects, displaying messages and performing different operations. User should be able to create a route either by flying through the terrain recording an exact route or by adding each waypoint separately. For each step in the presentation, user should display the map in the state user wants:  Current camera position and extent.  Visibility of raster layers.  Visibility of feature layers.  Visibility of map items (objects, groups).  Popup messages and captions.  Set environment variables such as underground mode and system time. An easy to use editor to enable user to set step timings and transitions and modify step sequence. Presentations should be played back according to the transitions set in the Presentation Editor or in Auto-play, advancing from step to step automatically. Terrain Opacity Ability to set the opacity of the terrain in the 3D View. The opacity should be defined as a percentage, where 100% is opaque and 0% is transparent. When the opacity is other than 100% (opaque) objects that are submerged in the terrain become visible through it. Underground Navigation The software should have the underground navigation mode to allow the user to explore the subsurface of the terrain. Should be able to navigate under the terrain’s surface and through buildings.

Collaboration

3- D Modeling Project Ujjain City MP Police Page 77 of 125

Ability to connect over the internet/intranet, users can chat, annotate the terrain with text labels and free hand drawing, toggle information layers for further analysis, point using a virtual cursor, and synchronize both the views geo spatially and their flight. One user should serve as the manager of the session, and the rest connect as clients. The collaboration server can also reside on a server to better manage and control and solve security problems when accessing end-user computers behind firewalls. GPS Tracking Create 2D or 3D objects and moves them according to position information, in NMEA format, it reads directly from a GPS or communication device through a USB or COM port or from a local or remote file. Display the GPS-moving objects in a variety of 2D or 3D graphic representations, and add trace lines trailing the object routes. Duplicate Objects Create multiple instances of the same object along a broken line, or fills a closed polygon shape area. The tool should allow the user to set the basic graphic representation of the object and the spacing between the instances. Drawing Create simple and/or customized objects including markers, free hand lines, Mil-Std-2525bsymbols, and urban design elements (roads, junctions and traffic lights). Allow users to create dashed and thick lines, simply and quickly add notes, draw freestyle lines by tracking the mouse pointer movements, and point to locations on the terrain using the virtual cursor. Build Power Line Create a power line by placing power poles along a user-defined path and connecting them with power lines. Build Pipe Line Create 3D pipe lines along a user-defined path on

3- D Modeling Project Ujjain City MP Police Page 78 of 125

the ground or underground. Build Fences and Walls Tool to create fences and walls in the precise dimensions, shape and texture you require. The output can be saved as a fly group of objects or as a feature layer shape file. Look Around A Look Around tool to serve as a virtual stationary observation deck, enabling you to analyze the view from a specific position. Intuitive controls to enable user to easily adjust yaw and tilt and zoom in and out. Multiple Coordinate Systems The Multiple Coordinate Systems tool to project the current camera/cursor coordinates to a user- selectable coordinate system. Data Library Set of Graphic elements user can add to project Should have a data library with a set of 3D objects, 2D icons, textures and frames that user can use in the project. Snapshot Ability to take a snap shot and copy the current 3D Window to a floating window so user can edit it in a Paint program before savingto image file. Or create a comparison between the snap shots. Make of XPL Ability to converts a single X file into a set of XPL files, where each file contains data for one Level of Detail (LOD) to provide better performance for the Direct X models.

Time span Restrict the visibility of data toa specific period of time. Time spans option to use for data sets that appear in multiple locations (e.g., Place marks moving along a path). The data associated with a time span is visible only when the time slider is

3- D Modeling Project Ujjain City MP Police Page 79 of 125

showing the time interval defined in the time span tag. Create Resolution Pyramid Generate a resolution pyramid for a layer source file that does not include resolution levels or has an insufficient number of them. Catalog Database Ability to create a catalog database that helps user to access, manage and organize your raster, feature, and 3DMesh layers and projects. Catalog should maintain detailed information about its layers including type, dimension, dates, tags, metadata, and custom data, enabling clients to easily query the catalog for the specific layer required for in the client software. Catalog should be located on a local disk, on the network, on Oracle or on an SQL Server.

4. Incident Command Post . For the force to have the data on the field and to be connected to the control room an Incident Command post Vehicle is proposed. The following are the specifications for the ICP.

S.No. Parameter Description Compliance

Vehicle To be provided by MP Police - vehicle to be customized for the purpose.

Hardware Windows 8.1 Pro &Software Intel® Core™ i7-3687U vPro Processor - 2.1GHz with Turbo Boost up to 3.3GHz, NVidia® Quadro K1000M GPU, 2GB dedicated VRAM, 256GB SSD, 16GB RAM, HD 720p webcam with microphone, 5Mp rear-facing camera, HDMI 2.0 input

Durability 2.5-foot drop rating (bottom side), 1- foot drop rating (26 drops), Magnesium alloy chassis and GFRP rear case

3- D Modeling Project Ujjain City MP Police Page 80 of 125

0 Display 20” 4k 3840 x 2560 LCD with LED backlighting, 10-point capacitive multi touch with optional optical pen, IPS alpha display, Ambient light, magnetic, gyro and acceleration sensors, Automatic screen rotation, 15:10 aspect ratio

Interface & USB 3.0, SD card (SDXC), Mini Expansion DisplayPort, 10/100/1000 Ethernet, headphone/speaker jack and docking connector/GPS/GPRS/Internet Connectivity.

Wireless Wi-Fi 802.11 a/b/g/n/ac and Bluetooth® 4.0 (class 1)

Dimensions 18.7”(L) x 13.1”(W) x 0.5”(D), 5.6 And Weight lbs.

Security Built-in Smart Card reader, Security Cable Loop

5. 3-D Mapping of the areas in Ujjain For the comprehensive security management for the Ujjain Simhastha MP Police is envisaging 3-D mapping of the Ujjain City. The AOI of the Ujjain city to be mapped is given below: with a vertical accuracy of less than 10cm and horizontal accuracy of less than 1m provide map from Simhastha presentation .

(1)The 3D map model should have the realistic view with actual photographs draped over it.

(2) Floor mapping of designated/defined building should be mapped from inside with 360 degree view floor wise. Horizontal accuracy should be less than 1m and vertical less than 10cm.

3- D Modeling Project Ujjain City MP Police Page 81 of 125

6 Integration of all the Sub Systems. Bidder has to -  procure the Satellite Data of the city of Ujjain, Digital Globe sub meter Data, Process the Satellite data and produce the geospatial database and base map with all the major features of the city, including the roads and major landmarks etc.  Supply of the hardware and 3D (Server & Client) software for the Control Room.  Provide Incident Command Post (Mobile Vehicle with Display inside and software to connect to control room).  3D Mapping of the areas in Ujjain designated by MP Police has to be done.  Finally, Integrate of all the sub systems under a turnkey basis and deploy within 3 months.

7 Training on all the Sub Systems. Bidder has to provide suitable and adequate training to ten officials on the complete system and operations and maintenance of the system to the point that they can manage, operate and maintain the system on their own.

3- D Modeling Project Ujjain City MP Police Page 82 of 125

7 BID PROPOSAL FORMS 7.1 FORMAT 1: ELIGIBILITY CONDITIONS (CLAUSE 3.12.2) (Tobe enclosed with the “Pre-qualification Bid” on the letterhead of the bidder as given below) (Tick where applicable) S. Basic Remarks (Description, Type of the documents Yes No No. Requirement Page No. / Flag No.) Bid Participation Bid proposal sheet duly Format 2 1. Undertaking filled in, signed and Format 3 complete in all respects.

Format 2 Format 3 Refer Clause 3.12.2 table Attach: Copy of 2. Legal Entity Sr. No. 1 Registration Certificate of LMOC and Consortium Partners. Refer Clause 3.12.2 table Format 4 Sr. No. 2 Format 5 3. Turnover

Attach: Balance Sheet & Charted Accountant Refer Clause 3.12.2 table Certificate for Net worth 4. Net worth Sr. No. 3 and Exposure of Net worth. Experience Refer Clause 3.12.2 table 5. in city Sr. No. 4 Attach: Work orders mapping

Refer Clause 3.12.2 table Format 7 Sr. No. 5 Attach: Client Experience Satisfaction Certificate; 6. in 3D city Work Order that includes modelling highlights Scope, dates and current status of Project. Refer Clause 3.12.2 table Attach: Certificate 7. Software Sr. No. 6 regarding Human Resources Refer Clause 3.12.2 table Format 2 8. Blacklisting Sr. No. 7 Format 3

3- D Modeling Project Ujjain City MP Police Page 83 of 125

Refer Clause 3.12.2 table Format 4 Format 5 Statutory Sr. No. 8 Format 15 9. Tax Attach certificates: Compliance Sales Tax, Service Tax, PAN Card, TIN No. Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

Note: All the documents submitted by the bidder should be clearly numbered, corresponding index should contain the page number of relevant documents attached.

3- D Modeling Project Ujjain City MP Police Page 84 of 125

7.2 FORMAT 2: LETTER OF PROPOSAL SUBMISSION (TO BE SUBMITTED BY LEAD MEMBER OF CONSORTIUM) (ON 100 INR STAMP PAPER) (To be enclosed with Pre-qualification Bid)

To,

Senior Superintendent of Police (Radio) Police Telecom Head Quarters Bhadbhada Road, Bhopal – 462003 Madhya Pradesh Fax No. 0755- 2443674

Subject: Proposal to get developed and procure 3D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems / solution Dear Sir,

We, the undersigned, offer to provide the Turnkey Solution to get developed and procure 3D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems / solution in accordance with your Request for Proposal Number [Insert RFP Number], dated [Insert Date]. We are hereby submitting our Proposal, which includes the following in one envelope that includes: 1. Envelope 1: Ernest Money Deposit 2. Envelope 2: Pre-Qualification checklist 3. Envelope 3: Technical Proposal 4. Envelope 4: Financial Proposal sealed under a separate envelope. We hereby declare our consent to following conditions: 1. We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. 2. Our Proposal is binding upon us and subject to the modifications resulting from our discussions with the competent authority at Madhya Pradesh Police and subject to their approval. 3. I/ We shall make available to the Authority any additional information it may find necessary or require to supplement or authenticate the Bid. 4. I/ We acknowledge the right of the Authority to reject our Bid without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever.

3- D Modeling Project Ujjain City MP Police Page 85 of 125

5. I/ We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part. 6. I/ We declare that: a) I/ We have examined and have no reservations to the Bidding Documents, issued by the Authority; and b) I/ We do not have any conflict of interest in accordance with Clauses mentioned in RFP document; and c) I/ We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in RFP document, in respect of any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government Central or State; and d) the undertakings given by us along with the Application in response to the RFP for the Project were true and correct as on the date of making the Application and are also true and correct as on the Bid Due Date and I/we shall continue to abide by them. 7. I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders, in accordance with the RFP document. 8. I/We certify that the proposal submitted by us and in case of award of contract, we have/will comply with all the norms/policies/rules/ regulations of Government of India applicable with respect to equipment/ software / network/ connectivity/ project execution. 9. I/ We certify that we satisfy(s) the Turn Over, Net Worth and experience criteria and meet(s) the requirements as specified in the RFP document. 10. I/we certify that << COMPANY NAME >> is not blacklisted by Government of Madhya Pradesh and any other state government or any of its agencies for any reasons whatsoever and not blacklisted by Central / any other State/UT Government or its agencies as on the date of submission defined by Madhya Pradesh Police of this RFP#. 11. I/we certify that << COMPANY NAME >> is not blacklisted by Government of Madhya Pradesh and any other state government or any of its agencies for any reasons whatsoever and not blacklisted by Central / any other State/UT Government or its agencies as on the 1st of August 2015. 12. I/ We certify that in regard to matters other than security and integrity of the country, we or any of our Associates have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the Project or which relates to a grave offence that outrages the moral sense of the community.

3- D Modeling Project Ujjain City MP Police Page 86 of 125

13. I/ We further certify that in regard to matters relating to security and integrity of the country, we or any of our Associates have not been charge-sheeted by any agency of the Government or convicted by a Court of Law. 14. I/ We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our directors/ managers/ employees. 15. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate the Authority of the same immediately. 16. I/ We acknowledge and agree that in the event of a change in control of an Associate whose Technical Capacity and/ or Financial Capacity was taken into consideration for the purposes of short-listing and pre-qualification under and in accordance with the RFP, I/We shall inform the Authority forthwith along with all relevant particulars and the Authority may, in its sole discretion, disqualify our Consortium or withdraw the Letter of Award, as the case may be. I/We further acknowledge and agree that in the event such change in control occurs after signing of the Concession Agreement but prior to Financial Close of the Project, it would, notwithstanding anything to the contrary contained in the Agreement, be deemed a breach thereof, and the Concession Agreement shall be liable to be terminated without the Authority being liable to us in any manner whatsoever. 17. I/ We understand that the Selected Bidder / LMOC shall be an existing Company incorporated under the Indian Companies Act, 1956. (Registration certificate attached) Details of Lead Member of Consortium a. Registered/Incorporation date: ……………………………………………………………………………….. b. Registration/Incorporation Number: ……………………………………………………………………….. c. Registered/Incorporation Address: ………………………………………………………………………….. 18. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in connection with the selection of the Bidder, or in connection with the Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof. 19. I/ We are willing to offer a Bid Security/Bank Guarantee of equivalent to 10% of project value as quoted in Commercial proposal in case the authority awards us project. 20. The EMD in the form of a Bank Guarantee is attached with following details: a. Name of the issuing Bank : b. Address of Issuing Branch : c. Amount: Two Lakhs Rupees. (INR 2,00,000/-)

3- D Modeling Project Ujjain City MP Police Page 87 of 125

d. Date: 21. I/ We agree and understand that the Bid is subject to the provisions of the Bidding Documents. In no case, I/we shall have any claim or right of whatsoever nature if the Project is not awarded to me/us or our Bid is not opened or rejected. 22. I/ We agree and undertake to abide by all the terms and conditions of the RFP document. 23. I/We agree and undertake to be severally liable for all the obligations of the bidder/LMOC under the terms & Conditions of this RFP/Concession Agreement till\ occurrence of Financial Close in accordance with the Agreement. 24. We understand you are not bound to accept any Proposal you receive. 25. Price and Validity: All the prices including the commercial offer mentioned in our proposal are in accordance with the terms as specified in the proposal documents. We do hereby confirm that our proposal includes all taxes, duties, charges FOR destination etc. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid submission and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This Bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. The price offer is open for a period of further six months from the date of execution of Agreement. During the period the M. P. Police will have right to demand additional quantity. 26. Deviations: We declare that all the services shall be performed strictly in accordance with technical specifications and other conditions of the Tender documents except the deviations as mentioned in the Technical Compliance Statement (FORMAT-9) and Deviations from Tender Document Conditions (FORMAT-11). Further we agree that additional conditions, if any, found in the proposal documents, shall not be given effect to. Further we agree that additional conditions, if any, found in the proposal documents, shall not be given effect to. We also agree that if during the technical evaluation, presentation, PoC or demonstration or interaction with Committees, any undertaking is given by the representative of the bidder to mitigate any deviation, to provide any extra or greater or better or higher make / model / version of the hardware software services or human resource etc. we shall abide by that and perform the Contract without any extra cost to the purchaser. 27. Time Schedule: We further declare that we have the capacity and will start and complete various tasks as per time schedule given in Tender document (Section- IV, clause- 4.2) except the deviations as mentioned in the Deviations from Tender Document Conditions (FORMAT-11). 28. Qualifying Data: We confirm having submitted qualifying data as required by you in your Tender document. In case you require any further information/documentary proof in this regard before evaluation of our proposal, we agree to furnish the same. 29. We assure the purchaser that we have sufficient funds of our own and financial arrangements to execute the project smoothly and are not dependent on any post award arrangement with any bank or financial institution or any third party not a member of the Consortium. I / We further declare our intent to seek finance for this project from the bank

3- D Modeling Project Ujjain City MP Police Page 88 of 125

(name of the bank or financial institution). The consent letter of bank / financial institution is attached with this bid. (Name of the bank / financial institution, branch, contact details for verification) 30. The proposal submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. 31. We have entered into exclusive arrangement/Agreement with following entities as consortium partners for this project. Responsibilities of each of our partners are as detailed below. The copies of our mutual agreement are attached along with. I/We fully understand that irrespective of our mutual agreement, Lead Member of Consortium is fully responsible for whole scope of the work under this RFP. We will ensure highest standards with respect to equipment’s installed. Consortium Partners Product /equipment /services …………………… ………………………………. …………………… ………………………………. …………………… Sub-contractor already engaged Name and address of Sub contractor Task to be assigned to the sub-contractor ------Works for which sub-contractor shall be engaged ------

………………………………. 32. We have entered into arrangement/Agreement with the OEM’s (As per Format 12) for this project and will ensure that highest standards are maintained with respect to equipment installed. OEM Product /equipment /services a) …………………… ………………………………. b) …………………… ………………………………. c) …………………… ……………………………….

33. I/We hereby undertake that in case the project is awarded to us, at the time of completion of the engagement, we shall successfully carry out the exit management and transition to MPP or any authority appointed by MPP. I/We further undertake to complete the following as part of the Exit Management and Transition:

3- D Modeling Project Ujjain City MP Police Page 89 of 125

a. Capacity Building of Police personnel: I/We undertake to design team/organization structure at the purchaser’s place to manage the system; we undertake to carry out an analysis of the skill set requirement at State to manage system and carry out the training & knowledge transfer required at purchaser’s place to manage system. b. Transition of project artifacts and assets: I/We undertake to complete the updating of all project documents and other artifacts and handover the same to the purchaser before transition; c. Handing over of User IDs and Passwords: I/We undertake to handover the User IDs and passwords user for accessing all the Servers, Applications and the Database and Network Administrator Users under this project. d. I/We undertake to design Standard Operating Procedures to manage system (Including application and IT systems), document the same and train purchaser’s personnel on the same. e. I/We also understand that the Exit Management and Transition will be considered complete on the basis of approval from Department. 34. We understand that you are not bound to accept the lowest or any proposal you may receive. The undersigned is competent and duly authorized by the Bidder company/entity to sign this document. We further agree to adhere to ethical standard set by you in this document and all such other instructions on the issue by the Government of India and Government of M.P. 35. I/We shall undertake to provide training to MP Police Personnel as per the requirement proposed in the RFP I, hereby further confirms that irrespective of any arrangement between the Bidder of this Bid and its suppliers, the undersigned entity shall bear full and single point responsibility and answerability towards the this Bid and the purchaser. Undersigned shall ensure that tasks under this Bid do not suffer on any account including any probable dispute between it and its supplier and service personnel. Yours sincerely, Date: ------Place: ------Signed: ------Name: ------Address and contact numbers In the capacity of: ------For and on behalf of: ------Signature of authorized signatories of all the consortium partners 1.

2.

3- D Modeling Project Ujjain City MP Police Page 90 of 125

Note : 1. In case any signatory is a foreign national, or NRI, also mention passport number and other details; 2. Where any signatory is a Director or designated partner or person in similar capacity, also mention DIN number as issued by Registrar of Companies in India. 3. Where signatory is not Director etc., the justification for such authorization along with board resolution, should also be attached.

3- D Modeling Project Ujjain City MP Police Page 91 of 125

7.3 FORMAT 3: DECLARATION LETTER FOR CONSORTIUM PARTNER (ON 100 INR STAMP PAPER) (To be enclosed with Pre-qualification Bid)

To,

Senior Superintendent of Police (Radio) Police Telecom Head Quarters Bhadbhada Road, Bhopal – 462003 Madhya Pradesh Fax No. 0755- 2443674 Subject: Proposal to get developed and procure 3D Modeling of Ujjain City of Madhya Pradesh State, Supply of the Software, 360 Degree Camera system, Computer Hardware Systems / solution

Dear Sir,

I/We, the undersigned as Consortium Partner with <> as Lead Member of Consortium, offer to provide the services for Supply, Installation, Commissioning of Maintenance of Safe City Monitoring & Response Centre and Integrated Security Surveillance System for Eleven cities of Madhya Pradesh in accordance with your Request for Proposal Number [Insert RFP Number], dated [Insert Date]. We hereby declare our consent to following conditions: 1. I/We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. 2. Our Proposal is binding upon us and subject to the modifications resulting from our discussions with the competent authority at Madhya Pradesh Police and subject to their approval. 3. I/ We shall make available to the Authority any additional information it may find necessary or require to supplement or authenticate the Bid. 4. I/ We acknowledge the right of the Authority to reject our Bid without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever. 5. I/ We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part.

3- D Modeling Project Ujjain City MP Police Page 92 of 125

6. I/ We declare that I’ve gone through the bid submitted by lead member of consortium and I’ve no reservations on its submission based on commitments made by consortium for successful implementation of the project. 7. I/ We declare that: e) I/ We have examined and have no reservations to the Bidding Documents, issued by the Authority; and f) I/ We do not have any conflict of interest in accordance with Clauses mentioned in RFP document; and g) I/ We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in RFP document, in respect of any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government Central or State; and h) the undertakings given by me along with the Application in response to the RFP for the Project were true and correct as on the date of making the Application and are also true and correct as on the Bid Due Date and I/we shall continue to abide by them. 8. I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders, in accordance with the RFP document. 9. I/we certify that <> is not blacklisted by Government of Madhya Pradesh and any other state government or any of its agencies for any reasons whatsoever and not blacklisted by Central / any other State/UT Government or its agencies as on the date of submission defined by Madhya Pradesh Police of this RFP#. 10. I/ We certify that in regard to matters other than security and integrity of the country, we or any of our Associates have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the Project or which relates to a grave offence that outrages the moral sense of the community. 11. I/ We further certify that in regard to matters relating to security and integrity of the country, we/ any Member of the Consortium or any of our/ their Associates have not been charge- sheeted by any agency of the Government or convicted by a Court of Law. 12. I/ We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our directors/ managers/ employees. 13. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate the Authority of the same immediately.

3- D Modeling Project Ujjain City MP Police Page 93 of 125

14. I/ We understand that the consortium partner shall be an existing Company incorporated under the Indian Companies Act, 1956. (Registration certificate attached) unless exemption in case of Parent / Subsidiary clause is being availed. a. Registered/Incorporation date: ……………………………………………………………………………….. b. Registration/Incorporation Number: ……………………………………………………………………….. c. Registered/Incorporation Address: ………………………………………………………………………….. 15. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in connection with the selection of the Bidder, or in connection with the Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof. 16. I/ We agree and understand that the Bid is subject to the provisions of the Bidding Documents. In no case, I/we shall have any claim or right of whatsoever nature if the Project is not awarded to me/us or our Bid is not opened or rejected. 17. I/ We agree and undertake to abide by all the terms and conditions of the RFP document. 18. I/We agree and undertake to be liable for the obligations under my/our scope w.r.t non-core activities of the consortium partner under the terms & Conditions of this RFP/ Agreement till\ occurrence of Financial Close in accordance with the Agreement. 19. We understand you are not bound to accept any Proposal you receive. 20. Time Schedule: We further declare that we have the capacity and will start and complete various tasks as per time schedule given in Tender document (Section- IV clause- 4.2) except the deviations as mentioned in the Deviations from Tender Document Conditions (FORMAT-11). 21. Qualifying Data: We confirm having submitted qualifying data as required by you in your Tender document. In case you require any further information/documentary proof in this regard before evaluation of our proposal, we agree to furnish the same. 22. We understand that you are not bound to accept the lowest or any proposal you may receive. The undersigned is competent and duly authorized by the Bidder company/entity to sign this document. We further agree to adhere to ethical standard set by you in this document and all such other instructions on the issue by the Government of India and Government of M.P.

Yours sincerely,

Date: ------Place: ------

3- D Modeling Project Ujjain City MP Police Page 94 of 125

Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 95 of 125

7.4 FORMAT 4: FINANCIAL STATUS FORM/GENERAL INFORMATION ABOUT THE BIDDER (To be filled up by the Bidder regarding sole Bidder or lead member of Consortium partner) (On firm/ company letter head) (To be enclosed with Pre-qualification Bid)

Details of the Bidder (Company) 1. Name of the bidder

2. Address of the Bidder

3. Status of the Company (Public Ltd/ Pvt. Ltd)

Details of Incorporation of the Company Date: 4. Ref. # Details of Commencement of Business Date: 5. Ref. # 6. Valid Sales tax registration no.

7. Valid Service tax registration no.

8. Permanent Account Number (PAN)

9. Name & Designation of the contact person to whom all references shall be made regarding this tender 10. Telephone No. (with STD Code)

11. E-Mail of the contact person:

12. Fax No. (with STD Code)

Whether Bidder has any office /other establishment is 13. in M.P. If so detailed address of the same and the activity carried on there. Quality certification available with the lead member. Such certificate must be valid at the time of opening 14. of the Bid. Whether such certificate is relevant to the proposed job of the lead member in the scope of this Bid? Attach self-attested copies Names and full addresses of Consortium partners and 15. their respective roles in the present Bid’s scope of work (also file Form II A for each partner). 16. Website

3- D Modeling Project Ujjain City MP Police Page 96 of 125

17. Financial Details (as per audited Balance Sheets) (in Cr)

18. Year 2012-13 2013-2014 2014-15

19. Net Worth

20. Turn Over

21. Profit After Tax

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 97 of 125

7.5 FORMAT 5: FINANCIAL STATUS FORM/GENERAL INFORMATION ABOUT THE CONSORTIUM PARTNERS (To be enclosed with Pre-qualification Bid) (On firm/ company letter head)

Details of the Consortium Partner (Company)

1. Name of the Consortium Partner 2. Address of the Consortium Partner 3. Status of the Company (Public Ltd/ Pvt. Ltd)

Details of Incorporation of the Company Date: 4. Ref. # Details of Commencement of Business Date: 5. Ref. # 6. Valid Sales tax registration no. 7. Valid Service tax registration no. 8. Permanent Account Number (PAN) Name & Designation of the contact person to 9. whom all references shall be made regarding this tender 10. Telephone No. (with STD Code) 11. E -Mail of the contact person: 12. Fax No. (with STD Code)

Whether Consortium Partner has any office 13. /other establishment is in M.P. If so detailed address of the same and the activity carried on there.

14. Details of Non-Core Services that will be taken care of by Consortium Partner Whether Consortium Partner entity has 15. completed at least one job of similar nature during last three FY(Details to be Attached) 16. Website

17. Financial Details (as per audited Balance Sheets) (in Cr)

3- D Modeling Project Ujjain City MP Police Page 98 of 125

18. Year 2012-13 2013-2014 2014-15

19. Net Worth

20. Turn Over

21. P rofit After Tax

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 99 of 125

7.6 FORMAT 7: PERFORMANCE STATEMENT (Must be enclosed with the “Pre-qualification Bid” as given below)

S. Financi Name & address, Description of the work / supply Whether 3D Purchas Value of Period of Performa No. al Year Telephone no and order mapping of the e Order contract/ execution nce fax no of City was part of No. & Purchase certificate purchaser to that? If yes what Date Order from whom similar was its issued by customer service/ supplies proportional Purchas (page were made value to total er numbers) value of the order? Starting End 1 2 3 4 5 6 7 8 9 10

2012-13

2013-14

2014-15

As of this date, the information furnished in all parts of this form is accurate and true to the best of my knowledge. I have no objection in getting this information verified by the SSP (Radio) M.P. in any covert or open manner, as the latter may deem fit.

3- D Modeling Project Ujjain City MP Police Page 100 of 125

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 101 of 125

7.7 FORMAT 8: TECHNICAL QUALIFICATIONS (AS PER CLAUSE 3.12.3)

Remarks S. Section Type of the document Yes No (Description, Page No. no. /Flag No.) Letter of authorization in As per Standard respect of the person Format (on the Section 1 authorised by bidder to remain letter head of I present and interact with the Bidder) SSP (Radio), M. P., Bhopal. Bid Proposal Form and undertaking from the Bidder Format 2 on their letter head. (i) Certificate / affidavit As per Standard regarding non-violation / Format (on the infringement of any Indian letter head of Section or Foreign Trademark, Bidder) 2 II Patent, Registered Design or other Intellectual Property Rights. (ii) Non Malicious code certificate is to be attached Format 13 OEM Certificates of Format 12 authorisation Technical solution: The Lead Member of the Consortium must submit a write up on understanding of the term of understanding. This technical proposal should address all the areas/ sections as specified by the RFP and should contain a detailed description of how the Section Bidder will provide the 3 III required services outlined in this RFP. It should articulate in detail, as to how the Bidder’s Technical Solution meets the requirements specified in the RFP. The technical proposal must not contain any pricing information. In submitting additional information, please mark it as “Supplementary” to

3- D Modeling Project Ujjain City MP Police Page 102 of 125

Remarks S. Section Type of the document Yes No (Description, Page No. no. /Flag No.) the required response. If the Bidder wishes to propose additional services (or enhanced levels of services) beyond the scope of this RFP, the proposal must include a description of such services as a separate and distinct attachment to the proposal. The Technical Proposal should address the following:

A) Overview of the proposed solution that meets the requirements specified in the RFP. B) Overall proposed Solution, technology, and deployment architecture. C) Security architecture. D) Integration architecture. E) Network architecture. F) Details of the Solution as per the format provided in the RFP. G) Bill of material of all the components (i.e. software, hardware, etc.) as per the formats provided in the RFP. H) Approach & methodology for project development and implementation including the project plan. I) Overall Governance Structure and Escalation Mechanism. J) Key Deliverables (along with example deliverables, where possible). K) Strategy for conducting Operations & Maintenance.

3- D Modeling Project Ujjain City MP Police Page 103 of 125

Remarks S. Section Type of the document Yes No (Description, Page No. no. /Flag No.) L) Risk Management approach and plan. M) Exit Management Plan N) The technical proposal shall also contain Bidder’s plan to address the key challenges anticipated during the execution of the project. O) Bidder’s experience in all the project related areas as highlighted in Bid evaluation criteria. Bidder shall specify the brand name, make, model and technical specification of all Format 12 the equipment and accessories Format 16 quoted for this project as per Section BOQ in same order. 4 IV The Bidders are required to submit with their offers, detailed technical literature of Attach Hard Copy the systems offered to enable a clear understanding of various technical aspects. Technical Compliance Section Statement showing adherence 5 Format 9 V to the specifications of the Tender document requirement. Section Deviations from the technical 6 Format 11 VI specifications Bidder must provide the team structure and the resumes of key profiles in the format provided in the RFP. Project Manager Section 7 Assistant Project Manager VII Technical Executive for SCMRC Network Administrator for Bhopal Team Lead - Training Section Plans for User Training for As per Standard 8 VIII smooth transitions Format (on the

3- D Modeling Project Ujjain City MP Police Page 104 of 125

Remarks S. Section Type of the document Yes No (Description, Page No. no. /Flag No.) Acceptance Test plans letter head of An undertaking from the Bidder) Bidder on their letter head that he shall accordingly train the manpower As per Standard Section Format (on the 9 Exit Management IX letter head of Bidder)

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 105 of 125

7.8 FORMAT 9: TECHNICAL PROPOSAL COMPLIANCE STATEMENT (Must be enclosed with the “Technical Bid” as given below)

The Technical Proposal should address the following:  Overview of the proposed solution that meets the requirements specified in the RFP.  Overall proposed Solution, technology, and deployment architecture.  Security architecture.  Integration Architecture with existing system  Network architecture.

Detailed Compliance statement is to be provided by Bidder against each line item in Section VI of this RFP No. F-959/2015 Date: 26/11/2015. Technical Compliance Statement

Detailed Compliance Statement is to be provided by all Bidders against each line/Paragraph item of this RFP No. F-959/2015 Date: 26/11/2015. Failure to provide compliance will lead Bid being summarily rejected.

SCOPE OF WORK COMPLIANCE SHEET BIDDER Sr.No. DESCRIPTION COMPLIANCE Remarks YES NO 1 2 3 . . .

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 106 of 125

7.9 FORMAT 10: LIST OF FULL TIME PROFESSIONALS TO BE PROVIDED BY THE BIDDERFOR THE TASKS TO BE PERFORME UNDER THIS RFP-[REFER CLAUSE 2.7, 3.14.VII AND 4.8 ] (Must be enclosed with the “Technical Bid” as given below)

A. List of Management Professionals ( minimum 3) to be deputed / responsible for this project is as given in the table below: Sr. Name Designation& Proposed Role to be Date of Employment status or type Address No. authority in the played in this Bid & Joining the of arrangement with Bidder &Contact Organization Responsibility Bidder like, full time, part time, job Number assigned work, contractual, for this tender only etc. 1 2 3 (Attach short note on such personnel along with their key role in the company, who will be associated with this Project.) These will be the person responsible for addressing issues if required to be escalated above the status of Resident Project Manager

B. Details of manpower proposed to provide Hardware, networking equipment installation / implementation personnel, data entry, Training, handholding, warranty, maintenance and support services, whether belonging to lead member or its Consortium members or OEM- Total minimum Manpower requirement assessment in this RFP is as below Sr. No. Type of Personnel Number Location 1 2 3 4 5 6 7 8

3- D Modeling Project Ujjain City MP Police Page 107 of 125

Bidders should provide the details of manpower proposed in the following format:

Sr. Name Job Educational Current Date of Employm Experience in Current location No. description Qualification Employer continuous ent type proposed and jobs at hand name appointment services with the Bidder / member

Of the above following are key resources who are to be interviewed/ assessed and whose CV is required to be attached-

1. Project Manager 2. Team Leader - Training

Format of CV of Key Personnel

I. Proposed Position [only one candidate shall be nominated for each position]: II. Name of Firm [Insert name of vendor/partner proposing the staff]: III. Name of Staff [Insert full name]: IV. Date of Birth: Nationality: V. Education [Indicate college/university and other relevant specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]: VI. Membership of Professional Associations: VII. Other Training [Indicate significant training since degrees] VIII. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: IX. Employment Record [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held, Project handled.]: a. From [Year]: To [Year]: b. Employer: c. Positions held:

3- D Modeling Project Ujjain City MP Police Page 108 of 125

Detailed Tasks Assigned Works Undertaken that Best Illustrates Capability to Handle the Tasks Assigned

[List all tasks to be performed under [Among the assignments in which the staff this assignment] has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the project] Name of assignment or project: Year: Location: Department/Company/Employer: Main project features: Positions held: Activities performed:

X. Staff is resident / native of: [City/State/Country] XI. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged. I have understood the terms of engagement and I would be available to take up the job assigned, in case the bid is awarded to this bidder. For the same I have taken permission from /will intimate to my present employer. My present employment would not in any way affect my commitment to take up the job assigned to me under this bid.

Date: ------Place: ------Signed: ------Name: ------Designation: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 109 of 125

7.10 FORMAT 11: DEVIATIONS FROM TENDER DOCUMENT CONDITIONS (Must be enclosed with the “Technical Bid” as given below)

S. No. Clause No. Page No. Deviations Reasons 1. 2. 3. 4.

Note: a. Bidder is also required to explicitly mention those deviations that don’t affect the functional and technical requirements of the project as mentioned in the scope of project and Volume 2: Technical Specifications of this RFP. b. Bidder is supposed to mentions the deviations that may affect the functional and technical requirement of the project.

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 110 of 125

7.11 FORMAT 12: OEM / MANUFACTURERS AUTHORIZATION CERTIFICATE/ COMPLIANCE SHEET (Must be enclosed with the “Technical Bid” as given below)

(On the letterhead of OEM carrying address, contact numbers, TIN number with sign and seal of authorized signatory)

It is certified that M/s______are our authorized distributors / resellers/ agents/ (mention the status) and they have been authorized to quote and sell Items/equipment/Software with Accessories as quoted in table below and is manufactured / developed proposed/to be supplied in case LMOC is awarded this bid for MP Police in response to RFP No. F-959/2015 dated 26/11/2015. We will provide to them all necessary support for installation, commissioning, customization, warranty, spares and effective after sale services with following details: 1. We are willing to Supply hardware / software as proposed under in compliance to the technical / functional requirement under this RFP. 2. That we have gone through the RFP document and confirm that the Hardware/software quoted in table below meets the technical & functional requirements of the bid. 3. That we are assured and ready to supply hardware/Software after assessing the timelines as mentioned in this RFP 4. We assure that we have manufacturing/development capacity to honor time and cost commitments under this RFP. 5. We assure that the equipments being provided are not end of sale / end of life. In case of any product being declared ‘end of sale’ during the project, support for the same will be provided for next 5 years from the date of ‘end of sale’. 6. I/we certify that << COMPANY NAME >> is not blacklisted by Government of Madhya Pradesh and any other state government or any of its agencies for any reasons whatsoever and not blacklisted by Central / any other State/UT Government or its agencies as on the date of submission defined by Madhya Pradesh Police of this RFP No. F-959/2015 Date: 26/11/2015. 7. We assure to provide necessary support (Support within 24 hours of raising a request) in case MP Police desires so. 8. The details of hardware/Software quoted/ that will also be supplied in case of bid is awarded to M/s…………………… are mentioned as follows:

3- D Modeling Project Ujjain City MP Police Page 111 of 125

List of places where such Compliance OEM Certificate of systems have been OEM Certificate of to Non-Malicious installed in India and/or compliance of Functional/ Code(if Required) Non-Malicious are being maintained Hardware Hardware/Software Specification for Software as Code Make/ as proposed/to be with their ( Details on Page Sr. proposed/ Quantity proposed/to be Certificate(if Number) for: Model Page supplied under this No. to be proposed supplied under this Applicable) Number Number/ RFP C. Configuration supplied RFP Enclosed on Page Clause Enclosed on Page Number D. Client References Enclosed on Page Number in Number e. Work order or this RFP Number purchase order copies

1. That this assurance is being given after assessing the financial capability of the Bidder and our contractual arrangements with the Bidder. 2. That we will provide support w.r.t spares, updates, security patches, fixes, bug fixes for 5 Years after warranty to bidder/ Technology partner/purchaser. 3. That products quoted are not end-of-life for the further period of 3years’. Support including spares, Software upgrades shall be made available for next 5 years from Functional acceptance test approval by MPP. Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 112 of 125

7.12 FORMAT 13: NON-MALICIOUS CODE CERTIFICATE- FOR EACH ITEM PROPOSED BY LMOC [On the letterhead of the OEM] (Must be enclosed with the “Technical Bid” as given below)

Sub: Non-Malicious Code Certificate

Sir, 1. I/We hereby certify that the hardware / software / networking equipment being offered or developed or driver software being or to be provided to run the hardware, software or equipment as part of the contract does not and will not contain any kind of malicious code that would activate procedures to: a) Inhibit the desired and the designed function of the equipment / solution. b) Cause damage to the user or his equipment / solution during the operational exploitation of the equipment / solution. c) Tap information regarding network, network users and information stored on the network that is classified and / or relating to National Security, thereby contravening any Indian law. 2. There are / will be no Trojans, Viruses, Worms, Spy wares or any malicious software on the system and in the software offered or software that will be developed without prejudice to any other rights and remedies available to the Purchaser. We are liable under Information Technology Act, 2000, Indian Penal Code 1860 and all other Indian laws in case of physical damage, loss of information and those relating to copyright and Intellectual Property rights (IPRs), caused due to activation of any such malicious code in offered / developed software. Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 113 of 125

7.13 FORMAT 14: UNDERTAKING ON EXIT MANAGEMENT AND TRANSITION (Must be enclosed with the “Technical Bid” as given below) [On the letterhead of Bidder]

Sub: Undertaking on Exit Management and Transition

Sir, 1. I/We hereby undertake that at the time of completion of the engagement or in event of suspension or termination, we shall successfully carry out the exit management and transition (to MP Police). 2. I/We further undertake to complete the following as part of the Exit Management and Transition: i. Capacity Building of Police personnel. a) We undertake to design team/organization structure at the purchaser’s place to manage the system; b) We undertake to carry out an analysis of the skill set requirement at State to manage system and carry out the training & knowledge transfer required at purchaser’s place to manage system ii. Transition of project artifacts and assets a) We undertake to complete the updating of all project documents and other artifacts and handover the same to the purchaser before transition; b) We undertake to design Standard Operating Procedures to manage system (Including application and IT systems), document the same and train purchaser’s personnel on the same. 3. I/We also understand that the Exit Management and Transition will be considered complete on the basis of approval from Department.

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 114 of 125

7.14 FORMAT 15: UNDERTAKING CERTIFICATE (Must be enclosed with the “Technical Bid” as given below)

I…………………………………………………………..………………………………………..S/oShri …………………………………………………………………………………………………..Resident of …………………………………………………………………….. Being Managing Director / Proprietor / Partner / Head of Department of M/S ………………..……………………………………………………………………………………… ………………………….. Whose Sales Tax (TIN) Registration No. is …………. …………………………… CST Registration No. is ……………………………… …………………………………. Income Tax PAN No. is …………....…………… …………………………………….. And Service Tax No. is ………………………. ………………………………………….. Hereby give consent to The Police Telecom Head Quarter, Bhadbhada Road Bhopal to deduct from our Bills whatever amount is payable by us on account of the necessary tax dues.

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 115 of 125

7.15 FORMAT 16: BILL OF QUANTITY (Must be enclosed with the “Technical Bid” as given below) The below mentioned quantity is total of hardware/software to be installed / Job to be accomplished.

Sr. Name of Make & Model Bid Page Unit Quantity No. Equipment / No. No. Item as proposed for project and that will be supplied

1 Server hardware Nos 2 for Control Room

2 Workstations for Nos 5 Control Room

3 Software set 1

4 Incident Set 1 Command Post items (without Vehicle) - Requisite hardware. Software, Display unit, Connectivity

5 Integration job 1

6 Training and Job 1 handholding support

7 Manpower

8 Maintenance & Warranty

9 Any other item

3- D Modeling Project Ujjain City MP Police Page 116 of 125

7.16 FORMAT 17: - FINANCIAL BID (Must be enclosed with the “Financial Bid” as given below)

DELETED

Name of the Bidder:

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 117 of 125

7.17 FORMAT 18: FINANCIAL BID (BILL OF MATERIALS) (Must be enclosed with the “Financial Bid” as given below)

Name of the Bidder: BOM for 3D mapping Modeling At Ujjain

Sr. Name of Equipment / Item as Make & Unit Ujjain Unit Price Total Price No. proposed for project and that Model No. (Qty) (In INR) (In INR) will be supplied

1 Server hardware for Control Nos 2 Room

2 Workstations for Control Room Nos 5

3 Software Nos 1

4 Incident Command Post items Nos 1 (without Vehicle) - Requisite hardware. Software, Display unit, Connectivity

5 Integration Job 1

6 Training and handholding Job 0 support

7 Manpower

8 Maintenance & warranty

9 Any other item Taxes chargeable to purchaser 10 VAT @...... % on Amt. Rs...... ( VAT, Service Tax etc.) Service Tax @...... % on Amt. Rs.

11 Grand Total (In INR)

Note :- Taxes (VAT or Service Tax etc.) should be mentioned separately in S.No. 10 above .

Total price of the bid (In Indian Rupees) ------Rs/- in words (Rupees------Only)

3- D Modeling Project Ujjain City MP Police Page 118 of 125

Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 119 of 125

7.18 FORMAT 19: PERFORMA OF BANK GUARANTEE (TO BE SUBMITTED BY LEAD MEMBER OF SUCCESSFUL BIDDING CONSORTIUM) To, Senior Superintendent of Police (Radio) Police Telecom. Head Quarters, M.P., Bhopal Madhya Pradesh Police, Govt. of M.P.

Place ------Bank Guarantee No.: ------Amount of bank Guarantee No.: Rs. ------(Rupees ------Only) Bank Guarantee valid from: ------Last Date for Lodgment of Claim: ------

This Deed of Guarantee executed by the ------Bank having Registered Office at --and local office at ---(hereinafter called “ the Bank”) in favor of Sr. Supdt. of Police (Radio) Police Telecom. H.Q., M.P., Bhopal for and on behalf of Govt. of M.P. (hereinafter called “M.P. Police”) for an amount not exceeding Rs. ------/- (Rupees ------Only) at the request of M/s ------having their Registered/Head office at - and M/S -- having its office at ------(hereinafter called the Guarantor). ------and M/s ------are partners in the work order in respect of which this Bank guarantee is being submitted as security to complete the work and provide the services within stipulated time.

The bank do hereby undertake to pay to the M.P. Police an amount not exceeding Rs. ------/- (Rupees ------Only) by reason of breach of Agreement, "Term and Conditions” as stated in Tender Document, and commitment under the scope of Work Order.

The Bank do hereby guarantee and undertake to pay to the M.P. Police immediately on demand, without any reservation(s), protest, demur and without reference to the guarantor the amount of Rs. ------(Rupees ------Only).

Any such demand made by the M.P. Police shall be conclusive and binding on the bank irrespective of any dispute(s) or difference(s) raised by the Guarantor.

The bank undertake to pay to the M.P. Police any money so demanded notwithstanding any dispute or disputes raised by the Guarantor and their partners in any suit or proceeding pending before any Court or Tribunal relating thereto, Banks liability under this guarantee being absolute and unequivocal.

The payment so made by the bank under this bond shall be a valid discharge of liability for payment there under and the Guarantor and their partners shall have no claim against the bank making such payment.

This Guarantee will not be discharged due to the change in the constitution of the Bank or Guarantor and their partners.

3- D Modeling Project Ujjain City MP Police Page 120 of 125

This guarantee shall be irrevocable and shall remain valid up to ------(date) ------. The guarantee shall be extended further at the discretion of the Bank for such period as required under the instructions of the Guarantor i.e. ---, on whose behalf this guarantee is furnished.

The bank agree that the amount hereby guaranteed shall be due and payable to the M.P. Police on the bank being served a notice requiring the payment of the amount and such notice shall be deemed to have been served on the Bank by actual delivery.

In order to give full effect to the provisions of this guarantee the bank hereby waives all rights inconsistent with the above provisions and which the bank might otherwise as a guarantor be entitled to claim and enforce.

We, ------Bank may renew the Bank Guarantee at our discretion provided the request for renewal is made by the Guarantor before the expiry of the Bank Guarantee with the mutual consent of the Bank or Guarantor. We, ------Bank , lastly undertake not to revoke this guarantee during its currency except with the previous consent of the M.P. Police in writing and the guarantee shall be continuous and irrevocable guarantee up to a sum of Rs. ------/- (Rupees Only) ------(amount)------.

Notwithstanding anything stated hereinbefore:

Our liability under this guarantee is restricted to Rs. ------/- (Rupees ------Only).

The guarantee shall remain in force till ------(date) ------and The Bank is liable to pay the guarantee amount or any part thereof under this Bank Guarantee only if the M.P. Police serves upon the Bank a written claim or demand on or before --- (date) ---. Please note that this Bank Guarantee automatically stand cancelled not-withstanding the fact that the original bank guarantee may not be returned to us by you.

Witness: 1. Signature Manager/ Authorized Signatory 2. Full Name (in Block Letters) Designation & Signature I.D. No Bank & Branch Address with Branch No.

Submitted by: - (Signature) - (Signature)

Accepted by ------For M.P. Police Sr. Supdt. of Police (Radio) Police Telecom. HQ, M.P., BHOPAL

3- D Modeling Project Ujjain City MP Police Page 121 of 125

FORMAT 20: UNDERTAKING ON OFFICE PREMISES (ON FIRM/ COMPANY LETTER HEAD) (Must be enclosed with the “Pre-Qualification Bid” as given below)

This is to certify that <> has an office in the Bhopal. Relevant address proof is enclosed. OR In case after the evaluation process against RFP No. F-959/2015 Date: 26/11/2015, We are appointed as sole successful bidder. We hereby declare to establish an office in Bhopal within 31 days of signing of agreement.

Company Secretary / Authorized Signatory Date: ------Place: ------Signed: ------Name: ------In the capacity of: ------For and on behalf of: ------

3- D Modeling Project Ujjain City MP Police Page 122 of 125

gLrk@& iqfyl egkfuns'kd e/; izns'k Hkksiky fnukad 10@07@2007

3- D Modeling Project Ujjain City MP Police Page 123 of 125

7.19 APPENDIX / ANNEXURE 2 a. List of Nodal officer and contact number Latitude of Longitude Nodal Officer name and Sr. District PCR address location of location contact details No. name

Police Control Room SP(Radio) Ujjain Free Ganj Ujjain Pin - Mr. Sunil Rajore 1 Ujjain 23 10 34 75 47 36 456010 Mob.7049100856 STD - 0734

3- D Modeling Project Ujjain City MP Police Page 124 of 125

fgUnh otZu iqfyl nwjlapkj eq[;ky;] e/;izns'k] HknHknk jksM] Hkksiky&462003 Fax No. 0755-2443674, E-mail: [email protected] Øekad&iqnweq@Ø;@3Mh eSfiax@,Q& 959@2015 fnukad % 26@ 11@2015

%% [kqyh fufonk lwpuk %% e-

iqfyl egkfuns’kd e/;izns’k dh vksj ls ofj"B iqfyl v/kh{kd ¼jsfM;ks½ e/;izns'k Hkksiky }kjk uhps nf’kZr rkfydk vuqlkj lkexzh gsrq vku&ykbZu / lhy cUn fufonk,a vkeaf=r dh tkrh gaS %&

Sr. No Name of item Required EMD

1 Appointment of an Agency for to get developed and procure Rs. 2 Lakhs in shape of BG for 3-D Modeling of Ujjain City of Madhya Pradesh State, one year issued by any Indian Supply of the Software, 360 Degree Camera system, Nationalized Bank or SBI or Computer Hardware Systems / solution On Turn-key Basis :- other public sector banks

1- fufonk izi= dk ewY; ¼fufonk 'kqYd½ :- 5]000@& ¼fufonk 'kqYd :- ikWap gtkj ek=½ gS] tks fdlh Hkh fLFkfr esa NwV vFkok okilh ;ksX; ugha gSA 2- fufonk 'kqYd ftldk Hkqxrku vkWu&ykbZu fcM tek djrs le; v/kksgLrk{kjdrkZ ds i{k esa 'kh"kZ& ^^0055&iqfyl felyhfu;l fjlhIV** ds varxZr fd;k tk;sxk A 3- e-iz- iqfyl dh osclkbV www.mppolice.gov.in ij Hkh ¼fufonk QkeZ nLrkost½ dh foLr`r tkudkjh ,oa izi= miyC/k gS] tgkWa ls QkeZ ,oaa leLr tkudkjh Mkmu yksM dh tk ldrh gS A 4- vkWu&ykbZu bZ&fufonk,a dsoy osclkbV www.mpeproc.gov.in ij gh Hkjh tk ldrh gSa rFkk lhycan gkMZdkWih fu/kkZfjr le; rd ofj"B iqfyl v/kh{kd ¼jsfM;ks½ e-iz- Hkksiky ds dk;kZy; esa tek dh tkosaxhA 5- ;g ,d ^^VuZ dh izkstsDV** gSA 6- 'ksM~;wy %& 1- izh fcM ehfVax dh frfFk %& fnukad 08@12@2015 ds 1130 cts iqfyl nwjlapkj eq[;ky;] Hkksiky esa gksxhA 2- vku&ykbZu fufonk tek djus dh vafre frfFk %& 28@12@2015 ds 2300 cts rd 3- fufonk dh gkMZ dkih tek djus dh vafre frfFk %& 29@12@2015 ds 1200 cts rd 4- izh&DokfyfQds’ku fufonk [kksyus dh frfFk %& 29@12@2015 ds 1300 cts

ofj"B iqfyl v/kh{kd ¼jsfM;ks½ e-iz- Hkksiky- ::::::::::END OF DOCUMENT:::::::::::

3- D Modeling Project Ujjain City MP Police Page 125 of 125