Final RFP Upgradation of Communication Systems - Gujarat ... · District i.e. Ahmedabad, Surat,...
Transcript of Final RFP Upgradation of Communication Systems - Gujarat ... · District i.e. Ahmedabad, Surat,...
Block No. 1, 8th Floor, Udyog Bhavan, Sector ‐ 11 Gandhinagar – 382010.
Phone No: 23256022 Fax No: 23238925
RFP for Selection of Agency Design, Supply, Implementation and Maintenance of TETRA digital radio trunking system with an
Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality and GPS based Tracking system for the four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar on behalf of Office of the IG of Police & Commissioner (Technical Services), Gujarat Police, Home
Department, Government of Gujarat
Tender No. HWT291113204
Dated: November 29, 2013
Pre‐bid meeting : 24/12/2013 at 1500 hours
Last Date of Receipt of Bids : 08/01/2014 till 1700 hours
Date of Opening of Bids : 09/01/2014 at 1500 hours
RFP Document for Gujarat Police, Home Department
Page 2 of 96
Disclaimer
All information contained in this Request for Proposal (“RFP”) provided / clarified are in good interest and faith. This is not an agreement and is not an offer or invitation to enter into an agreement of any kind with any party.
Though adequate care has been taken in the preparation of this RFP document, the interested firms shall satisfy itself that the document is complete in all respects. Exhaustive information is not intended. Interested Bidders are required to make their own enquiries and assumptions wherever required.
The Gujarat Police, Home Department, reserves the right to reject any or all of the applications submitted in response to this RFP document at any stage without assigning any reasons whatsoever. Gujarat Police, Home Departmentalso reserves the right to withhold or withdraw the process at any stage with intimation to all who submitted the RFP. Right to change/modify/amend any or all of the provisions of this RFP document lie with Gujarat Police, Home Department. Such changes would be communicated to the bidders.
Neither Gujarat Police, Home Department, nor their employees and associates will have any liability to any prospective respondent, interested to apply or any other person under the law of contract, to the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFP document, any matter deemed to form part of this RFP document, the award of the assignment, the information and any other information supplied by or on behalf of Gujarat Police, Home Department, or their employees and consortiums or otherwise arising in any way from the selection process for the Assignment.
Information provided in this document or imparted to any respondent as part of the RFP process is confidential to Gujarat Police, Home Department and shall not be used by the respondent for any other purpose, distributed to, or shared with any other person or organization.
RFP Document for Gujarat Police, Home Department
Page 3 of 96
Definition
1. “Applicable Law” means the laws and any other instruments having the force of law in India as they may be issued and in force from time to time
2. “Client” means “Purchaser” Office of the IG of Police &Commissioner (Technical Services), Gujarat Police, Home Department;
3. “Contract” means the Contract signed by the parties (Purchaser, and Bidder) along with the entire documentation specified in the RFP.
4. “Contract Period” means the duration for the project which is 5 years.
5. “Day” means Calendar day
6. “Effective date” means the date on which the contract comes into force and effect
7. “Maintenance” shall mean and include ongoing production support and small hardware modifications, fixing, onsite help, support services and adaptation to changed environments
8. “Project Schedule” shall mean the schedule submitted by the Bidder together with the Statement of Work
9. “Services” means the work to be performed by the bidders pursuant to the contract to be
signed by the parties in pursuance of any specific assignment awarded
10. “Contract Value” means final negotiated or proposed price of the contract.
RFP Document for Gujarat Police, Home Department
Page 4 of 96
RFP Document for Gujarat Police, Home Department
Item Description Setting up TETRA digital Radio network along with required TETRAhandsets and radio consoles and an Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality and GPS based Tracking at control and command centres
Location Areas under jurisdiction of four Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagarin Gujarat
Bid Processing Fees (Non‐Refundable) Rs. 25000/‐ in form of Demand Draft drawn in favour of Gujarat Informatics Limited Payable at Gandhinagar
Bid Security (Earnest Money Deposit) Rs.2,00,00,000/‐ in form of Demand Draft drawn in favour of Gujarat Informatics Limited Payable at Gandhinagar
Availability of RFP Document www.gil.gujarat.gov.in & https://gil.nprocure.com
Last Date & Time of submission of Bid. 09/01/2014 at 1700Hours
Date & Time for on‐line Opening of Bids 09/01/2014 at 1500Hours
Date & Time of Pre‐Bid Meeting 24/12/2013 at 1500Hours
Date & Time for on‐line opening of
Technical Bids To be announced later
Date & Time for on‐line opening of
Financial Bids To be announced later
Address for communication 1. IG of Police & Commissioner (Technical Services)Office of the IG of Police & Commissioner (Technical Services) 7th Floor, Police Bhavan, Sector‐18, Gandhinagar. Telephone No. (079) 23254352 Fax No. (079)
2. Deputy General Manager (Technical) Gujarat Informatics Limited, Block No. 1, 8th Floor, Udyog Bhavan, Sector‐11, Gandhinagar Telephone No. (079)23256022 Fax No.(079)23238925
Gujarat Police, Home Department reserves the right to modify specifications and requirements/scope/ change the dates / venue of Bid opening/ submission/technical presentation at its own discretion and these changes shall be binding on the bidders.
RFP Document for Gujarat Police, Home Department
Page 5 of 96
Table of Contents
1. Preface................................................................................................................................................................ 8
Section 2: Invitation for Bids &Instructions to Bidders ................................................................................................ 10
1. Invitation for bids ........................................................................................................................................... 10
2. Preparation of Bids......................................................................................................................................... 11
3. Eligibility Criteria: ......................................................................................................................................... 12
4. Evaluation of Bids ........................................................................................................................................... 14
5. Opening and Comparison of Financial Bids ............................................................................................... 19
6. Final Bid Evaluation ...................................................................................................................................... 19
7. Submission of Bids .......................................................................................................................................... 19
8. Financial Bid ................................................................................................................................................... 20
9. Bid Price .......................................................................................................................................................... 20
10. Bid Processing Fees & Bid Security (Earnest Money Deposit) ................................................................. 21
11. Period of Validity of Bids ............................................................................................................................... 21
12. Submission of Bids .......................................................................................................................................... 21
13. Comprehensive Annual Maintenance Contract (CAMC) ......................................................................... 22
14. Project Schedule ............................................................................................................................................. 22
15. Rejection of Bid ............................................................................................................................................... 22
16. Deadline for Submission of Bids ................................................................................................................... 22
17. Late Bids .......................................................................................................................................................... 22
18. Modification and Withdrawal of Bids .......................................................................................................... 23
19. Opening of Bids ............................................................................................................................................... 23
20. Opening of Financial Bids ............................................................................................................................. 23
21. Notification of Award ..................................................................................................................................... 23
22. Performance Bank Guarantee ...................................................................................................................... 23
23. Termination of Contract ................................................................................................................................ 23
24. Termination for Insolvency, Dissolution etc................................................................................................ 24
25. Suspension ....................................................................................................................................................... 24
26. Rights to Data .................................................................................................................................................. 24
27. Payment Terms & Schedule of Payments .................................................................................................... 24
RFP Document for Gujarat Police, Home Department
Page 6 of 96
28. Penalty Clause ................................................................................................................................................. 25
29. Confidentiality ................................................................................................................................................ 25
30. Force Majeure ................................................................................................................................................. 25
31. Limitation of Liability .................................................................................................................................... 26
32. Arbitration and Jurisdiction ......................................................................................................................... 26
33. Non – Solicitation ............................................................................................................................................ 27
34. Fraud and Corruption ................................................................................................................................... 27
35. Negotiation....................................................................................................................................................... 27
36. Award of Contract .......................................................................................................................................... 27
37. Intellectual Property Rights and Rights to Integrated Application System ............................................ 27
38. Variation in Quantities .................................................................................................................................. 28
Section 3: Scope of Work and Project Deliverables ..................................................................................................... 29 3.1 Scope of Work .................................................................................................................................................. 29 3.2 Deliverables ...................................................................................................................................................... 30 3.3 Technical Requirements and Specifications .................................................................................................... 31 3.3.1 Network Architecture ...................................................................................................................................... 31 3.3.2 Digital Trunk Radio System ............................................................................................................................. 32
A. System Overview .............................................................................................................................. 34 B. Mission critical voice Services .......................................................................................................... 35 C. Data Services .................................................................................................................................... 36 D. Registration and Roaming ............................................................................................................... 36 E. Digital Trunk Radio Switch ............................................................................................................... 37 F. Radio Base Station ........................................................................................................................... 37 G. Dispatch Equipment ......................................................................................................................... 38 H. Subscriber Radios – General Specifications ..................................................................................... 39
3.3.3 GPS based Tracking System (AVL/APL) ........................................................................................................... 41 3.3.4 Self Supporting Mast / Tower ......................................................................................................................... 42
A. Overview .......................................................................................................................................... 42 B. Design Considerations ..................................................................................................................... 42 C. Galvanization ................................................................................................................................... 42 D. Tower foundation ............................................................................................................................ 43 E. Erection and painting ....................................................................................................................... 43
3.4 Command and Control Centre ......................................................................................................................... 43 3.4.1 CURRENT ENVIRONMENT ................................................................................................................................ 43 3.4.2 SYSTEM OBJECTIVES ........................................................................................................................................ 43
A. GENERAL REQUIREMENTS ............................................................................................................... 44 B. CALL TAKING SYSTEM ...................................................................................................................... 44 C. MANAGEMENT INFORMATION SYSTEM (MIS) ............................................................................... 48 D. MAINTENANCE AND SERVICES ........................................................................................................ 49
3.5 Centralized Digital Recording System .............................................................................................................. 54 3.6 Indicative Bill of Quantities .............................................................................................................................. 56
Annexure 1 ‐ Bidder has to fill these forms as per following format. ......................................................................... 62
Annexure 1A Compliance Check List – To be submitted as part of Technical Bid ...................................................... 68
Annexure 2 – Price Bid Format ...................................................................................................................................... 75
RFP Document for Gujarat Police, Home Department
Page 7 of 96
Annexure 3 – Performance Bank Guarantee Format ................................................................................................... 77
Annexure 4 – Geographical Maps ................................................................................................................................. 79
Annexure 5 – List of Police Stations .............................................................................................................................. 84
1. Ahmedabad City ............................................................................................................................................... 84
2. Vadodara City ................................................................................................................................................... 86
3. Rajkot City ........................................................................................................................................................ 87
4. Surat City .......................................................................................................................................................... 88
5. Gandhinagar District ........................................................................................................................................ 90
Annexure 6 – List of tentative suitable locations identified in each commissionerate/district for installation of Base Station (Tower) along with the details of the specific areas i.e. probable dark spot areas of each commissionerate/district. .............................................................................................................................................. 91
Annexure 7 – Details of Modernization of Police Control Room – 34 individual Police Control Rooms, Gujarat ... 94
RFP Document for Gujarat Police, Home Department
Page 8 of 96
Section 1: Introduction
Office of the IG of Police & Commissioner (Technical Services), Gujarat State Police, Home Department, Government of Gujarat intends to appoint System Integrator for Design, Supply, Implementation and Maintenance of TETRA digital radio trunking system with an Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality and GPS based Tracking system for the four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar. Gujarat State Police, Home Department, Government of Gujarat has assigned Gujarat Informatics Limited (GIL) to carry out the bidding process on behalf of Office of the IG of Police & Commissioner (Technical Services), Gujarat State Police, Home Department, Government of Gujarat. Gujarat Informatics Limited (hereinafter referred to as “GIL”), on behalf of Office of the IG of Police & Commissioner (Technical Services), Gujarat State Police, Home Department, Govt. of Gujarat (hereinafter referred to as “the purchaser”) intend to invite technical and financial offers for their requirement of Design, Supply, Implementation and Maintenance of TETRA digital radio trunking system with an Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality and GPS based Tracking system for the four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar.
1. Preface
Project back ground
Gujarat Police currently uses VHF communication systems for voice communication across the network with set of repeater stations. With the advancement in technology, there is a need felt to modernize police communication systems that are at par with the latest technology, safe and secured, and also be able to carry some amount of data and images. Gujarat Police, Home department intends to procure such a set up for its State police and para police forces.
Objective and requirements
1. To procure Carrier Class, TETRA Digital Radio Trunking system Wireless Communication Network for Police communications in areas under the jurisdiction of four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar, with full scalability for future expansion to the rest of the police stations. The expansion shall be possible by simply adding the base stations as per the RF study & user terminals, without the need to add any new switching hardware.
2. The communication should be secure and be able to carry on one‐to‐one basis, select group basis as well as for broadcast, with encrypted transmission of mission critical voice and data/images communication.
3. Integrate the existing VHF / UHF infrastructure with Digital TETRA Trunk Radio System (at four Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar.
4. The proposed system should be TEDS compliant with a pilot in Ahmedabad city with full coverage for LTE as an overlay system in 400 Mhz in PMR frequency band to transfer broadband data from/to between control room &field subscribers. The LTE system should be capable of being integrated with the TETRA system.
RFP Document for Gujarat Police, Home Department
Page 9 of 96
5. To Procure light weight walkie‐talkie (digital trunk radio handhelds) with built‐in GPS, having battery life of minimum 8 hours as per the Bill of Quantity mentioned in RFP. The system /hand held should enable user to not only communicate securely but also enable the user to select the listener either as one to one basis or for select group of users or broadcast. The user should be able to configure his own group as per the requirement. The same handheld should be capable of being used for GPS based Tracking as well as be able to send upto 50 pre‐defined messages, which are likely revised time to time.
6. To Procure mobile radio units for vehicles& fixed configuration with in‐built GPS as per the Bill of Quantity mentioned in RFP, which should be capable of being used for GPS based tracking for all the vehicles they are mounted on, be able to transmit data/images from field using required connectors with hand‐sets as well as be able to send upto 50 pre‐defined messages, which are likely revised time to time.
7. The proposed system should be able to send messages/images along with the position and time stamp of the network‐ that cannot be tampered.
8. As functionality (and not as a design) the proposed system should be able to store the position data along with messages at a pre‐defined interval and transmit the same when data channel is free. This enables better utilization of RF channels
9. To procure Integrated Dispatch Solution (IDS) for call‐taking, Radio Dispatch Console functionality and advanced performance tracking and reporting capabilities for all active call‐takers and dispatchers.
10. To procure infra and set up for Command & Control Center (CCC). To get the command and control centre connected and integrated with Home department HDIITS, existing VHF/UHF system, Tetra and LTE communication network, IDS and feed from surveillance system
11. All services related and not limited to setting up, installation, commissioning, configuration, training to users and the technical maintenance and operations of all supplies –hardware and softwares for a period of 5 years from the date of Go live including upgrades and up scaling without extra cost (additional costs for additional users on prorata basis shall be payable).
12. It is emphasized that the department wants to implement effective and efficient wireless communication back‐bone along with central control rooms having IDS and integration with existing systems at the first place. The Wireless Communication System should meet the High level requirements as mentioned in the RFP.
RFP Document for Gujarat Police, Home Department
Page 10 of 96
Section 2: Invitation for Bids &Instructions to Bidders
1. Invitation for bids
This invitation for bids is for Supply, Implementation and Maintenance of TETRA Digital Trunk Radio System, command & control centres & GPS Based Tracking System.
The Bidder will have to remit Bid Processing Fees of Rs. 25000/‐ (Non‐Refundable) & Earnest Money Deposit (E.M.D.) of Rs. 2,00,00,000/‐ (Rupees Two crore only) (Refundable) on or before the last date & hours of submitting the bids in a sealed cover at GIL office with the heading “Bid Processing fees & EMD for the RFP no. HWT291113204 for Design, supply, implementation, commissioning & maintenance of TETRA digital radio trunking system with an Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality and GPS based Tracking system for four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar including 5 years of comprehensive maintenance and warranty support on behalf of Office of the IG of Police & Commissioner (Technical Services), State Police, Home Department”. Bid Processing fees & E.M.D. must be in the form of Demand Draft in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar along with the covering letter.
Failure to furnish the above mentioned demand draft would result in rejection of the bid.
1.1 GIL / Gujarat Police, Home Department may for any reasons; add/ modify/ amend/ relax/ cancel any terms/ conditions/specification/ criteria etc of the RFP document during any stage of the bidding process and such amendments shall be binding on all the bidders. GIL / Gujarat Police, Home Department at its own discretion reserves the right to reject any or all Proposals, modify or scrap the whole RFP at any time, without assigning any reason or incurring any liability. To assist in the evaluation, comparison and an examination of bids, GIL / Gujarat Police, Home Department, may, at its sole discretion, ask the Bidder for a clarification of its bid including breakdown of unit rates. The request for clarification and the response shall be in writing. If the response to the clarification is not received within the prescribed timeframe, GIL / Gujarat Police, Home Department reserves the right to make its own reasonable assumptions and take appropriate decision. GIL / Gujarat Police, Home Department reserves the right to modify/ change the dates of Bid opening/ submission/technical presentation at its own discretion and these changes shall be binding on the bidders. In case, there are few responses including a situation where only 1 bid is received or any one bidders qualify technically, GIL / Gujarat Police, Home Department may go ahead with procurement based on the single bid.
Bidders who wish to participate in this bid will have to register on https://gil.nprocure.com. Further bidders who wish to participate in online bids will have to procure Digital Certificate as per Information Technology Act 2000 using which they can sign their electronic bids. Bidders can procure the same from (n) code solutions – a division of GNFC Ltd., or any other agency licensed by Controller of Certifying Authority, Govt. of India. Bidders who already have a valid Digital Certificate need not procure a new Digital Certificate. 1.2 Due Diligence
The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding document. The bidder is expected to submit a solution that meets the objectives and not necessarily limit to what has been asked, should a bidder feel that certain supplies and scope are critical for the commissioning and smooth operations of the system that are being procured herein‐ it shall be bidder’s responsibility to operationalize the system at the quoted price and terms including free supplies of items (software, hardware etc) that are identified at a later stage after the award of the work unless the same is explicitly mentioned in the technical bid response. The bidder is also
RFP Document for Gujarat Police, Home Department
Page 11 of 96
expected to make suitable assumption and declare them in writing, and add appropriate cost for all such assumptions. The bid shall be precise, complete and in the prescribed format as per the requirement of the bid document. Failure to furnish all information required by the bidding document or submission of a bid not responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of the bid.
1.3 Cost of Bidding
The Bidder shall bear all the costs associated with the preparation and submission of its bid, and GIL in no case will be responsible or liable for these costs, regardless of conduct or outcome of bidding process.
2. Preparation of Bids
2.1 Language of bid
The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and GIL, shall be written in English language only.
2.2 Bidders are required to upload all supporting documents as mentioned in this RFP in the relevant sections of the bid.
2.3 The bidder has to submit supporting documents as asked for in the bid. Failing to submit the same or non‐compliance/deviation from any bid terms and conditions, eligibility criteria or technical specifications may result in rejection of the bid.
2.4 The Bidder has to examine, understand and comply all instructions, forms, terms, conditions and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the biding documents in every respect will be at the Bidder’s risk and may result in rejection of its bid.
2.5 The Pre‐bid meeting will be held at Committee room, Gujarat informatics Limited on date & time as specified in the RFP document.
2.6 The interested bidders are requested to submit their queries in writing on or before 5 days from the date of pre‐bid meeting date. The answers of the pre‐bid queries will be published on the website www.gil.gujarat.gov.in. No queries will be allowed after the pre‐bid meeting.
RFP Document for Gujarat Police, Home Department
Page 12 of 96
3. Eligibility Criteria:
Eligibility Criteria Documents to be Submitted
A. Prime Bidder
1. The Bidder shall submit a non‐refundable Bid processing fees as mentioned in the RFP document
Demand Draft having details such as Name of the Bank / no / Amount / Date Payable at, etc
2. The Bidder shall submit, as part of its bid, Earnest Money Deposit in the form of Demand Draft as mentioned in the RFP document
Demand Draft / Bankers’ Cheque, etc having details such as Name of the Bank / Cheque no / Amount / Date Payable at, etc
3. The OEM of TETRA System should BID in consortium with Indian company as prime bidder. BIDS without OEM as consortium partner will be rejected.
Letter Undertaking from Prime bidder
4. Prime Bidder should be Indian Company. Prime Bidder should be in Business of IT / ICT / Communication / System Integration for at‐least seven years from the date of RFP Publication.
Copies of Purchase orders
5. The prime bidder must have an office in Gujarat which is operational for more than three years.
Address Proof document
6. The bidder shall provide an undertaking on availability of spare parts (as may be required and in required quantity) for a period of 10 years from the date of acceptance of the system. The Bidder should submit an OEM certificate that the supplies are not end of sale/life/support as on date of supply and will be supported by OEM for a period of 10 years.
Undertaking in this regard shall be submitted
B. Original Equipment Manufacturers (OEMs)
7. The OEM Should have supplied & commissioned at‐least one TETRA project in India. The Project should be formally accepted by the customer & working satisfactorily for at least one year from the date of publishing of RFP. The bidder should submit acceptance certificate from user duly signed by officer not below the rank of IGP/GM/CST/Director.
Copy of Purchase Order & Completion certificate from Customer
8. OEM’s direct presence in India (should have its own office in India operational for at least three years on the date of RFP due Office of dealer/ franchise /licensee is not acceptable)
Incorporation Certificate
9. OEM has to be severally or jointly liable for entire project for their scope under a consortium agreement with the prime bidder
OEM’s acceptance letter.
C. Applicable for Prime Bidder and all Consortium Members
10. The bidder or any one member of the consortium, as the case may, must have implemented systems in the field of TETRA communication solution or integrated solutions based on ICT. Bidder to submit proof highlighting the area of operation.
Purchase Order / Work Order / Contract Agreement/End User Statements etc
RFP Document for Gujarat Police, Home Department
Page 13 of 96
11. Bidder or any of the member of the consortium as the case may be, should have experience of having similar contracts to the one as required in the present RFP and shall have at least one (single executed and accepted project) of at least 50 crore INR for TETRA Digital Trunk Radio System issued in the last six years counted from the date of publication of the RFP document. In case of consortium, the above criteria can be fulfilled by any member of the consortium.
Bidder to submit order copies/acceptance certificate/End user statement as documentary evidence
12. Prime Bidder (in case of consortium), shall have an average annual financial turnover during the last 3 years, ending 31st March 2013 of the previous financial year as being at least, Rs.1000 Crores.
Annual Report (Balance sheet and Profit & Loss account) at least for the FY 2010‐11, 2011‐12 and 2012‐13 certified by the auditor / Chartered Accountant.
13. Net‐worth of the prime bidder in case of consortium shall not be less than Rs. 3000 crores for the last financial year i.e. as on 31/3/2013. Net worth shall mean the sum of subscribed and paid up equity and reserves from which shall be deducted the sum of revaluation reserves, miscellaneous expenditure not written off and reserves not available for distribution to equity share holders.
14. The bidder or the prime bidder (in case of consortium) shall have obtained ISO 9001:2000 certifications.
Copy of ISO certification
15. Bidder / Prime Bidder / any OEM partner shall not be blacklisted/ banned / disqualified/ declared ineligible / declared having dissatisfactory performance by any government / quasi‐government authority/financial institution in India in last 5 years for any period of time for supply of materials/ carrying out operations and maintenance work. Concealment of information, if detected at any stage in future shall result in termination of the contract with all consequences for the bidder and/ or the member of the consortium.
Undertaking Letter to be submitted
16. In case of consortium, not more than two parties are permitted. One of the partners of the consortium, who shall be designated as a "Prime Bidder". The scope /roles and responsibilities of all members shall be clearly spelt out in the statement signed by all bidders along with a declaration of joint and several responsibilities for the execution of the project.
(a) Consortium agreement among the members signed by the Authorized Signatories of the companies dated prior to the submission of the bid to be submitted in original. It shall be on a Rs.100/‐ stamp paper and shall be notarized. The agreement shall clearly specify the prime bidder, stake of each member and outline the roles and responsibilities of each member.
RFP Document for Gujarat Police, Home Department
Page 14 of 96
In case the Bidder fails to submit all the relevant documentary evidences as stated above, his bid is liable for rejection.
3.1 Prime Bidder / Bidder is one who has submitted the bid Response for Supply, Implementation and Maintenance of TETRA Digital Trunk Radio System, integrated with GPS based Tracking System and Public Safety Command & Control Centres for the designated site(s).
3.2 In case of consortium, not more than two parties are permitted. One of the partners of the consortium shall be designated as a "Prime Bidder".
3.3 Purchase Order placement, payments and all correspondence by Gujarat Police, Home Department shall be made in the name of the Prime bidder only. The Prime bidder shall be finally responsible for implementation, warranty and maintenance of the project. All the partners shall have their respective roles clearly defined under the consortium agreement. Except for the purpose of financial capabilities as mentioned in the Bid eligibility criteria, the consortium will be considered as a single entity.
3.4 An OEM / Manufacturer are defined as the organization having more than 25% of the cost of equipment integrated in the proposed solution.
3.5 A consortium member cannot participate as a member of any other consortium or apply in its individual capacity for this Project.
3.6 The composition of consortium shall not be changed during bidding or period of contract including implementation and operation of this project.
The bidder must be able to provide complete product line of the system infrastructure equipment (i.e. Switching infrastructure, Base station, etc), radio unit (i.e. hand portable unit, mobile unit), Antenna Tower & Mast etc. The Trunk Radio System comprising of Switching infrastructure, Base station, hand‐portable unit, mobile unit etc. shall be from a common make (same manufacturer).
4. Evaluation of Bids
Gujarat Police, Home Department will evaluate and compare the bids determined to be substantially responsive. It is Gujarat Police, Home Department's intent to select the bid that is most advantageous to Gujarat Police, Home Department and each bid will be evaluated using the criteria and points outlined below.
After the closing time of submission, GIL/ Gujarat Police, Home Department will verify the submission of Bid Processing Fees & EMD as per bid terms and conditions. The eligibility criteria evaluation will be carried out of the responsive bids. The technical bids of the bidders who are complying with all the eligibility criteria will be opened and evaluated next. GIL will seek clarifications if required on eligibility & technical section. GIL/Gujarat Police, Home Department will declare eligible & technically successful bidders based on technical evaluation of product who matches with bid specification and then on technical evaluation criteria and who scores 60% or more. The financial bid of the technically successful bidders will be opened. Technical & financial Proposals will be ranked according to their combined technical (Tb) and financial (Fn) scores using the weights (T = 0.50 the weight given to the Technical Proposal; P = 0.50 the weight given to the Financial Proposal; T + P = 1).The bidder achieving the highest combined technical and financial score will be awarded the contract. In case of where two or more bidders achieve the same highest combined technical and financial score, the bidder with the higher technical score will be awarded the contract.
RFP Document for Gujarat Police, Home Department
Page 15 of 96
Criteria for Evaluation and Comparison of Technical Bids:
The following criteria shall be used to evaluate the technical bids. All the bids scoring 60% and above in the technical evaluation will be qualified for commercial bid opening.
Sr.
No.
(A)
Organizational Capability Evaluation Methodology / Points
Max. Points
1
Experience (cumulative experience of all members of the bid in case of consortium bid) in manufacturing, procuring, supplying, installing and operating/TETRA Radio based mission critical voice‐data systems / equipments. Bidder shall submit proof as documentary evidence.
Less than 3 years
0
5 3 to 5 Years 3
More than 5 years
5
2
No. of work / purchase orders received during last 6 years for setting up of Digital TETRA Trunk Radio system and central control and command centre anywhere in the world. Out of these, at least one order value shall be of more than INR 50 crores. Orders less than INR 10 crores will not be considered as an order. Bidder shall submit proofs as documentary evidence.
1 to 3 work orders
3
5 More than 3 work orders
5
3
OEM direct presence in India
Valid documentary proof such as company incorporation certificate, registration certification, tax certificate etc shall be submitted along with the bid.
Presence in India
None
3
0 3
4 Entire technical Solution (TETRA & Command & Control Room) from same OEM.
Same OEM for Both TETRA & Command & Control Centre
None
5
2
5
6 Average Turnover of prime bidder in last 3 years
above INR 1000 Cr.
3
5 above INR 3000 Cr.
5
Total (A) 23
S.No Description Evaluation Methodology/Points Marks
Max. Points
(B) Technical Solution
1 TETRA Switch
(a) Redundancy
RFP Document for Gujarat Police, Home Department
Page 16 of 96
Fault Handling 5
– Simultaneous 2 Fault 5
– Single Fault 3
(b) Scalability
Support for 10,000 subscribers with scalable to 60,000 subscribers
6
– Without any additional H/W support 6
– With H/W support 2
– No 0
Support for 100 Base Station 5
– Without any additional H/W support 5
– With H/W support 1
– No 0
(c) Features in Fall back
Individual Call 5
– NO 0
– YES 5
Emergency Call 5
– NO 0
– YES 5
Group Call 5
– NO 0
– YES 5
Data Services 5
– NO 0
– Partial (Please specify) 2
– YES 5
(d) MTBF 5
– 15 years 2
– More than 20 years 5
(e) TEDS/TETRA‐2
Compliant 8
– Without additional H/W 8
– With H/W support 2
2 Base Station (a) Redundancy
Dual Controller with automatic switchover 5
– NO 0
– YES 5
Individual Power supply for each carrier 5
– NO 0
– YES 5
Automatic switchover to 2nd RF carrier 5
RFP Document for Gujarat Police, Home Department
Page 17 of 96
– Without service interruption 5
– With partial interruption (Please
specify) 3
– No support 0
(b) Configuration and Management
Remote configuration of all parameters 5
– NO (only local) 1
– Only partial (Please specify) 3
– YES 5
Automatic monitoring of health of BS remotely
5
– NO 0
– YES 5
Remote software upgrade 5
– NO 0
– YES 5
Full FCAPS functionality 5
– NO 0
– Partial (Please specify) 2
– YES 5
3 Terminals (a) GPS Built‐in 5
– accuracy of 30 meters or better 5
– accuracy of 50 meters 2
– No support 0
(b) Handheld Features
Weight 5
– Less than 300gm
o NO (more than 300gm) 1
o YES 5
Battery 5
– More than 12 hour talk time
o NO 0
o YES 5
(c) Features
Support for address book, call history 5
– NO 0
– Partial (Please specify) 2
– YES 5
Full navigation on call 5
– NO 0
– YES 5
Support for Java 5
RFP Document for Gujarat Police, Home Department
Page 18 of 96
– NO 0
– YES 5
Support for XHTML type browser 5
– NO 0
– YES 5
Support for DMO, Emergency Services, Priority Calls
8
– NO 0
– Partial (Please specify) 1
– YES 8
4 Network Infrastructure (a) Security
Support for mutual authentication 6
– NO 0
– Partial (Please specify) 2
– YES 6
(b) Network Protocols
IP based 6
– NO 0
– YES 6
5 Broadband LTE Integration
(a)
Scalable BW operation 1.25/5/10 MHz
8
– NO 0
– Partial (Please specify) 2
– YES 8
(b)
Minimum throughput of 1Gbps for 5MHz
5
– NO 0
– YES 5
(c)
Software compliant to 3GPP Rel 8 or higher
5
– NO 0
– YES 5
TOTAL (B) 157
Grand Total (A + B) 180 Note: ‐ The Technical Scores of only those bidders will be evaluated who has quoted for all the items including LTE Systems & complying with the technical specification mentioned in the RFP. Incomplete solution or bids will not be further evaluated. The financial bids of only those bidders will be opened and considered who have scored at least 60 % marks of the sum of the maximum marks specified for all the above mentioned attributes in the technical bid evaluation process.
RFP Document for Gujarat Police, Home Department
Page 19 of 96
The technical score of a bidder, Tb, will be the score the bidder is awarded based on the Technical Evaluation Criteria specified above. GoG decision in this regard shall be final & binding and no further discussion/interface will be held with the bidders whose bids are technically disqualified / rejected. The Normalized Technical scores for each bidder will be calculated as Tn = Tb/Tmax * 100 Where Tn = Normalized Technical score of the bidder under consideration Tb = Technical Score for the bidder under consideration Tmax = Maximum Technical score for any bidder
5. Opening and Comparison of Financial Bids
The Financial Bids will be opened, in the presence of Bidders’ representatives who choose to attend the Financial Bid opening on date and time to be communicated to all the technically successful bidders. The Bidder’s representatives who are present shall sign a register evidencing their attendance. The name of Bidder, Bid Prices, etc. will be announced at the meeting. The Normalized Commercial scores for each bidder will be calculated as Fn = Fmin / Fb * 100 Where Fn = Normalized financial score of the bidder under consideration Fb = Evaluated cost for the bidder under consideration Fmin = Minimum evaluated cost for any bidder
6. Final Bid Evaluation
The Technical bid shall have a weightage of 50% in the overall evaluation of the bid and the Commercial bid shall have a weightage of 50% in the overall evaluation.
Proposals will be ranked according to their combined technical (Tb) and financial (Fn) scores using the weights (T = 0.50 the weight given to the Technical Proposal; P = 0.50 the weight given to the Financial Proposal; T + P = 1). The combined technical and financial score
S = Tn x T + Fn x P
The bidder achieving the highest combined technical and financial score will be awarded the contract. In case of where two or more bidders achieve the same highest combined technical and financial score, the bidder with the higher technical score (Tb) will be awarded the contract.
7. Submission of Bids
Eligibility Stage
Eligibility stage bid shall consist of Cover Letter, Bid Processing fees, Bid Security (EMD) & all the relevant documents for eligibility stage as mentioned in the relevant section of this RFP document. Technical Bid
Technical stage bid will comprise Cover Letter, Technical Proposal including bill of material and quantities, additional services and supplies as the bidder thinks necessary and other required documents such as brochures, product details, declarations etc, as mentioned in the relevant section of this RFP document.
RFP Document for Gujarat Police, Home Department
Page 20 of 96
Please note that no price schedule shall be indicated/ submitted in/ as a part of the Technical Bid and it shall only be quoted in the Financial Bid.
Bidders are requested to note the following:
Bidder shall include the details of solution architecture of the integrated solution in the Technical Bid along with how it would work under various scenarios(no points of failure)
Bidder shall include the COMPLIANCE STATEMENT as a separate section in the Technical Bid.
Bidder shall include in a separate sheet of ASSUMPTION & DEVIATION on technical specification, Installation & Commissioning etc. as a separate section in the Technical Bid.
Bidder shall include make, model and technical specification of each & every equipment in the Technical Bid & bidder shall also include line by line compliance of the specifications as mentioned in the RFP document.
Bidder shall include any additional hardware or software required to make their solution fully functional as per the Gujarat Police, Home Department requirement.
Bidder must include UNPRICED Price bid giving details of Bill of Materials and percentage tax applicable on each item.
8. Financial Bid
The bidder shall strictly adhere to the format of the Financial Bid as specified in Annexure‐2 of the bid document. The Financial bid shall be submitted online in the relevant sections of bids.
9. Bid Price
9.1 Prices in the Price Schedule
The Bidder shall quote price in clear terms. Break up shall abide by the Format for Financial Bid described in Annexure2. Price shall be inclusive of all freight, forwarding, handling & transit insurance, warranty & maintenance for the five years from the date of Go Live. Prices shall be inclusive of Excise Duties. The prices shall strictly be submitted in the given format. Quoted prices shall be without C.S.T., VAT and Service Tax. The tax components like C.S.T., VAT & Service Tax as applicable shall be mentioned separately. VAT, Service Tax as applicable will be reimbursed on actual on proof of such payment.
9.2 Fixed Price
Prices quoted by the Bidder shall be fixed and no variation will be allowed under any circumstances during the project period. No open‐ended bid shall be entertained and the same is liable to be rejected straightway.
9.3 Separation of Price Components
The price components furnished by the Bidder will be solely for the purpose of facilitating the comparison of bids by GIL / Gujarat Police, Home Department and will not in any way limit GIL’s / Gujarat Police, Home Department's right to contract on any of the terms offered.
RFP Document for Gujarat Police, Home Department
Page 21 of 96
10. Bid Processing Fees & Bid Security (Earnest Money Deposit)
The Bidder will have to remit Bid Processing Fees of Rs. 25000/‐ (Non‐Refundable) & Earnest Money Deposit (E.M.D.) of Rs. 2,00,00,000/‐ (Rupees two crores only) (Refundable) on or before the last date & hours of submitting the bids in a sealed cover at GIL office with the heading “Bid Processing fees & EMD for the RFP no. HWT291113204 for Design, supply, implementation, commissioning & maintenance of TETRA digital radio trunking system with an Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality and GPS based Tracking system for four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar including 5 years of comprehensive maintenance and warranty support on behalf of Office of the IG of Police & Commissioner (Technical Services), State Police, Home Department”. Bid Processing fees & E.M.D. must be in the form of Demand Draft in the name of “Gujarat Informatics Ltd.” payable at Gandhinagar along with the covering letter.
10.1 Amount of Bid Security (Earnest Money Deposit (EMD))
The Bidder shall furnish, as part of its bid, a bid security in the form of Demand Draft / Bankers’ Cheque drawn in favour of “Gujarat Informatics Limited” for an amount of Rs. 2,00,00,000/‐ payable at Gandhinagar.
10.2 Requirement of Bid Security (Earnest Money Deposit (EMD))
The bid security is required to protect the GIL / Gujarat Police, Home Department against the risk of Bidder’s conduct, which would warrant the security’s forfeiture.
10.3 Discharge of Bid Security (Earnest Money Deposit (EMD)) of Unsuccessful Bidder
Unsuccessful Bidder’s bid security will be discharged / returned as promptly as possible but not later than 30 days after the expiration of the period of bid validity prescribed by GIL.
10.4 Discharge of Bid Security (Earnest Money Deposit (EMD)) of Successful Bidder
The successful Bidder's E.M.D. will be returned upon the Bidder signing the Contract, and furnishing the Performance Bank Guarantee (as mentioned in this RFP) of the total order value. 10.5 Forfeiture of Bid Security/ Earnest Money Deposit (EMD) The E.M.D. may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity (b) In case of a successful Bidder, if the Bidder fails: (i) To sign the Contract as mentioned above or (ii) To furnish performance bank guarantee as mentioned above or (iii) If the bidder is found to be involved in fraudulent practices.
11. Period of Validity of Bids
Bids shall remain valid for 180 days after the date of financial bid opening prescribed by the Gujarat Police, Home Department. The GIL / Gujarat Police, Home Department holds the rights to reject a bid valid for a period shorter than 180 days as non‐responsive, without any correspondence.
12. Submission of Bids
Enclosing of Bid
The scanned copy of the documents of eligibility & technical along with brochures/ specifications / other documents shall be uploaded in the relevant sections of the bid.
RFP Document for Gujarat Police, Home Department
Page 22 of 96
The Bidder shall upload Financial Bid in financial section of the bid.
All the pages of the technical and financial bid shall be signed and stamped by the authorized signatory of the prime bidder, except published materials such as brochures, product catalogues etc.
13. Comprehensive Annual Maintenance Contract (CAMC)
It is mandatory for the bidder to quote for total period of 5 years of support including warranty and AMC. There has to be quarterly preventive maintenance as part of the AMC. Since the AMC is comprehensive (manpower and parts except consumables like batteries & physically damaged components due to improper handling and normal wear & tear) in nature, it shall be the responsibility of the bidder to replace any defective parts without any additional cost. The defective part so replaced shall be the property of the bidder. Bidder shall keep enough spares at the customer location during warranty and AMC period.
Bidder shall provide a list of spare parts for the period of AMC along with their price. This will not be considered for evaluation of L1 bidder.
13.1 Maintenance Support Service
The bidder is expected to transfer the knowledge to the Gujarat Police, Home Department nominated Technical Team but however shall commit own technical personnel for a minimum period of five years from the completion of final acceptance test.
At Gujarat Police, Home Department's option, the bidder may be required to provide ongoing maintenance support and / or further system development services for the entire system beyond project period or any period as agreed.
14. Project Schedule
The bidder shall complete and implement the project within 24 weeks from the date of award of contract. The implementation schedule specified in the agreement shall be strictly adhered to.
15. Rejection of Bid
Any condition put forth by the bidder non‐conforming the bid requirements shall not be entertained at all and such bid shall be rejected.
16. Deadline for Submission of Bids
16.1 Last date for Submission of Bids
Bidders are expected to submit the bids electronically on or before the last date of bid submission. The due date & time of bid submission is mentioned in the RFP document.
16.2 Extension for Last date for Submission
The GIL / Gujarat Police, Home Department may, at own discretion, extend this deadline for submission of bids by amending the bid document, in which case all rights and obligations of the GIL / Gujarat Police, Home Department and Bidders previously subject to the deadline, will thereafter be subject to the deadline as extended.
17. Late Bids
Any bid received after the deadline for submission of bids, as prescribed in this RFP document, will be summarily rejected. GIL/ Gujarat Police, Home Department shall not be responsible for any delay or non‐receipt / non‐delivery of the documents. No further correspondence on this subject will be entertained.
RFP Document for Gujarat Police, Home Department
Page 23 of 96
18. Modification and Withdrawal of Bids
18.1 No bids will be allowed to be modified subsequent to the final submission of bids.
18.2 No bid will allowed being withdrawn in the interval between the deadline for submission of bids and the expiry of the bid validity. Withdrawal of a bid during this interval will result in the forfeiture of bidder’s E.M.D.
19. Opening of Bids
Bids will be opened in the presence of Bidder’s representatives, who choose to attend. The Bidder’s representatives who are present shall sign a register/attendance sheet evidencing their attendance. The representative will be held responsible for all commitments made on behalf of the bidder and that will be considered valid for all further dealings related to this bidding process. In the absence of the bidder(s), the GIL / Gujarat Police, Home Department may choose to open the bids as per the prescribed schedule. In the event of the specified date of Bid opening being declared a holiday for the Government of Gujarat, the Bids shall be opened at the appointed time and location on the next working day.
20. Opening of Financial Bids
Financial bids of only technically successful bidders will be opened for further evaluation.
21. Notification of Award
21.1 Signing of agreement
The Agreement shall be signed on all the pages by the person(s) duly authorized to bind the bidder to the contract. After the signing of the agreement the bidder will initiate the execution of the work as specified in the agreement.
21.2 Expenses for the agreement
The incidental expenses of execution of agreement / contract shall be borne by the successful bidder.
22. Performance Bank Guarantee
The Successful bidder has to submit Performance Bank Guarantee @ 20% of total contract value including hardware infrastructure cost and AMC cost within 15 days from the date of issue of Purchase order/work order for the duration of project (66 months) from all Nationalized Bank including the public sector bank or Private Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of Gujarat or Co‐Operative Bank of Gujarat (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD /10/2013/107/DMO Dated 06.04.2013 issued by Finance Department. (The draft of Performance Bank Guarantee is attached herewith). No interest shall be payable on the BG amount. The purchaser may invoke the above bank guarantee for any kind of recoveries, in case the recoveries from the bidder exceed the amount payable to the bidder.
23. Termination of Contract
23.1 Termination for Default
The Purchaser may, without prejudice, to any other remedy for breach of contract, by written notice of default sent to the Successful Bidder& providing 30 days of time of cure period to the successful bidder, terminate the contract in whole or in part if:
23.1.1 The Successful Bidder fails to deliver any or all of the obligations within the time period(s) specified in the contract or any extension thereof granted by the Purchaser, or
RFP Document for Gujarat Police, Home Department
Page 24 of 96
23.1.2The Successful Bidder fails to perform any other obligation(s) under the contract. However, the disputes if any may be referred to Arbitration.
23.1.3 If the successful bidder, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices (as defined in following section) in competing for or in executing the Contract
23.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to Clause 24.1 above, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered, and the Bidder shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Bidder shall continue the performance of the Contract to the extent not terminated.
24. Termination for Insolvency, Dissolution etc.
The Purchaser may at any time terminate the contract by giving written notice to the successful bidder without compensation to the successful Bidder, if the successful Bidder becomes bankrupt or otherwise insolvent or in case of dissolution of firm or winding up of company, provided that such termination will not prejudice or effect any right of action or remedy which has accrued thereafter to the Purchaser.
24.1 Termination for Convenience The Purchaser reserves the right to terminate by prior written notice, the whole or part of the contract. The notice of termination shall specify that termination be for Purchaser’s convenience, the extent to which performance of work under the contract is terminated and the date on which such termination becomes effective.
24.2 No Claim Certificate The successful bidder shall not, be entitled to make any claim, whatsoever, against the Purchaser under or by virtue of or arising out of this contract nor shall the Purchaser entertain or consider any such claim after Bidder shall have signed a “no claim” certificate in favour of the Purchaser in such forms as shall be required by the Purchaser after the works are finally accepted.
25. Suspension
The Purchaser may by a written notice of suspension, suspend all payments to the successful bidder under the contract, if the successful bidder failed to perform any of its obligations under this contract, (including the carrying out of the services) provided that such notice of suspension shall specify the nature of the failure and shall request the successful bidder to remedy such failure within a specified period from the date of’ issue of such notice of suspension.
26. Rights to Data
Gujarat Police, Home Department shall retain all right, title and interest in and to any and all data, entered or generated by the Selected Bidder for Gujarat Police, Home Department pursuant to this agreement and any modifications thereto or works derived there from.
27. Payment Terms & Schedule of Payments
The Bidder’s request(s) for payment shall be made to the Gujarat Police, Home Department in writing accompanied by the details of work executed, supported with evidence of accomplishment of the item wise work. The Payment schedule shall be as follows:
Milestone Payment
On delivery of hardware, Application and system at site and its verification and acceptance by Gujarat Police, Home Department or its designated agency.
50 %
On successful completion of Integrated Pilot 30 %
RFP Document for Gujarat Police, Home Department
Page 25 of 96
On successful Hand‐Holding and running of the system for 30 days without failure and supply of all manuals and software, completion of training and submission of performance guarantee and is valid till completion of warranty period.
20 %
28. Penalty Clause
Implementation related Penalty: a. If the bidder fails to deliver and install the requisite equipments / infrastructure within 24
weeks from the issue of the confirmed purchase order, then Rs. 1,00,000 Per Day shall be deducted from the payment for each day of delay till the final implementation of project.
b. Delay in excess of 10 weeks after the permissible implementation schedule will be sufficient to cause for termination of the contract. In that case the Performance Bank Guarantee of the bidder will be forfeited.
In case, the selected bidder does not implement the project for any reason, the bidder will be liable
to pay the difference amount to the purchaser, over and above the performance guarantee, which
purchaser has to pay to the next or other selected bidder for purchase of the said items
Operations related penalty:
Penalty to be imposed if the TETRA Radio network fails to meet 99.9% uptime.
Uptime shall be evaluated on the first day of every month, for the previous month.
If any module/sub‐module responsible for operation of network (central switch, base station, NMS, Dispatcher) excluding Mobile and Hand‐held Radio, is out of service for more than 4 Hours and impacts the service and operation of the system and the fault is not rectified within 6 hours from the time the module is reported out of service, the total downtime shall be taken into consideration. Any module/sub module failure that does not impact the normal services & operations of the system shall not be counted towards downtime.
In such a case, when the fault has caused failure of the Base station between 4 PM to 6 PM, the fault rectification shall be completed by 10 AM. If this time line is not met, complete period will be taken in account as down time.
If the cumulated down time is more than or equal to 5% for the total time of the calendar month, the percentage down time accordingly would extend the warranty / AMC period.
29. Confidentiality
Bidder shall maintain all confidentiality related to this project and shall not disclose any information related to this project to any third party or other customers without written approval of Gujarat Police/Home Department.
30. Force Majeure
Force Majeure shall mean and be limited to the following: (i) Fire, explosion, cyclone, floods; (ii) War, revolution, acts of public enemies, blockage or embargo; (iii) Any law, order, proclamation, ordinance, demand or requirements of any Government or
authority or representative of any such Government including restrictive trade practices or regulations;
(iv) Strikes, shutdowns or labor disputes which are not instigated for the purpose of avoiding obligations herein, or;
(v) Any other circumstances beyond the control of the party affected;
RFP Document for Gujarat Police, Home Department
Page 26 of 96
The BIDDER shall intimate GIL by a registered letter duly certified by the local statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. Completion period may be extended to circumstances relating to Force Majeure by the GIL/Government. Bidder shall not claim any further extension for completion of work. The BIDDER shall categorically specify the extent of Force Majeure conditions prevalent in their works at the time of submitting their bid and whether the same have been taken in to consideration or not in their quotations. In the event of any Force Majeure cause, the BIDDER shall not be liable for delays in performing their obligations under this order and the delivery dates can be extended to the BIDDER without being subject to price reduction for delayed deliverables, as stated elsewhere. 30.1 Notwithstanding the conditions of the Bid, the Bidder shall not be liable for forfeiture of its
performance guarantee, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the contract is the result of an event of Force Majeure.
30.2 For purposes of this Clause, “Force Majeure” means an event beyond the control of the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the GIL either in its sovereign or contractual capacity, wars or revolutions, fires, floods, earthquakes, epidemics, quarantine restrictions and freight embargoes.
30.3 If a Force Majeure situation arises, the successful bidder shall promptly notify the GIL in writing of such conditions and the cause thereof. Unless otherwise directed by the GIL in writing, the Bidder shall continue to perform its obligations under the contract as far as reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. The GIL may terminate this contract, by giving a written notice of minimum 30 days to the Bidder, if as a result of Force Majeure the Bidder being unable to perform a material portion of the services for a period of more than 60 days.
31. Limitation of Liability
In no event shall either party be liable for any indirect, incidental, consequential, special or punitive loss or damage including but n6ot limited to loss of profits or revenue, loss of data, even if the party shall have been advised of the possibility thereof. In any case, the aggregate liability of the bidder, whatsoever and howsoever arising, whether under the contract, tort or other legal theory, shall not exceed the total charges received 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
32. Arbitration and Jurisdiction
In case of dispute, if the parties fail to decide upon a sole arbitrator, such a dispute shall be referred to a panel of three arbitrators wherein each party shall appoint one arbitrator and the two arbitrators shall appoint the third member. Arbitration and Conciliation Act, 1996 shall be the governing law for arbitration proceedings. Nothing contained in this Agreement shall prevent a party from approaching an appropriate court of law without exhausting the remedy of arbitration to bring in an action for specific relief or other equitable relief or interim relief however the Jurisdiction will be Gandhinagar (Gujarat) only.
RFP Document for Gujarat Police, Home Department
Page 27 of 96
33. Non – Solicitation
The parties agree that neither party shall solicit or employ the personnel of the other party who are involved in negotiations or rendering any services to the other party under this Agreement, for a period of one years from the date from which such personnel cease to be involved in such negotiations/rendering services, without obtaining the prior written consent of the other party.
34. Fraud and Corruption
In pursuit (pursuance) of this policy, purchaser,
i. Defines, for the purposes of this provision, the terms set forth as follows:
a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of purchaser, official by any personnel of Consortium in procurement process or in contract execution.
b. “Fraudulent practice” means a misrepresentation of facts, in order to influence a procurement process or the execution of a contract, to the detriment of purchaser, and includes collusive practices among the bidders (prior to or after Proposal submission) designed to establish bids at artificially high or non‐competitive levels and to deprive the purchaser, of the benefits of free and open competition;
c. “Unfair trade practices” means supply of services different from what is ordered on.
d. “Coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the execution of contract.
ii. GIL / Gujarat Police, Home Department will reject a proposal for award, if it determines that the bidder recommended for award has engaged in corrupt, fraudulent, unfair trade practices or coercive practices.
iii. GIL / Gujarat Police, Home Department, will declare a firm ineligible, either indefinitely or for a stated period of time, for awarding the contract, if it at any time determines that the firm has engaged in corrupt, fraudulent, unfair trade and coercive practices in competing for, or in executing, the contract.
35. Negotiation
It is absolutely essential for the bidders to quote the lowest price at the time of making the offer in their own interest. GIL / Gujarat Police, Home Department, however, will have the discretion to choose to enter into any price negotiations or not.
36. Award of Contract
GIL / Gujarat Police, Home Department reserves the right to accept or reject any bid, and to annual the bidding process and reject all bids at any time before the contract award, without thereby incurring any liability to the affected Bidder or Bidders.
37. Intellectual Property Rights and Rights to Integrated Application System
Gujarat Police, Home Department shall retain all right, title and interest in and to any and all software, firmware and hardware designed and developed for GIL / Gujarat Police, Home Department by the bidder pursuant to this agreement, and any modifications thereto or works derived there from : Bidder shall have no right, title or interest in or to such designs, programs, modifications for any purpose, except the right to use, modify, enhance and operate such designs,
RFP Document for Gujarat Police, Home Department
Page 28 of 96
programs, modifications in order to perform services hereunder, and as may be expressly set forth herein or in a separate written agreement executed between the parties.
The terms software, software programs and programs shall include specifications, documentation, and technical information, and all corrections, modifications, additions, improvements and enhancements to any of the foregoing provided to GIL / Gujarat Police, Home Department by the bidder pursuant to this agreement. The terms firmware and hardware shall include the designs, drawings, specifications, custom designed electronic devices, documentation and technical information, and all corrections, modifications, additions, improvements and enhancements to any of the foregoing provided to GIL / Gujarat Police, Home Department by the bidder pursuant to this agreement.
38. Variation in Quantities
The finalized rates shall be used for additional quantities of the rates quoted here by the successful
bidder with a cap of 30% increase in the quantity. Gujarat Police, Home Department reserves the right to decrease the quantity upto 10% depending upon the availability of fund and indenting Department’s requirement.
RFP Document for Gujarat Police, Home Department
Page 29 of 96
Section 3: Scope of Work and Project Deliverables
3.1 Scope of Work Design, Supply, Installation, testing, commissioning and maintenance (for a period of 5 years ) of
mission critical TEDS (as defined in ETSI standards) ready TETRA Digital Radio Trunking system as per the specifications in the RFP for switches and base stations, TETRA handsets and mobile terminals, Integrated Dispatch Solution for call‐taking and Radio Dispatch Console functionality, GPS based Tracking system and application software system for integrated network management, tracking performance statistics and generating management reports.
4G/LTE based Public Land Mobile Radio system as an overlay system with full coverage in Ahmedabad City. The overlay system should be capable of integration with TETRA system. It is envisaged that in future, public land mobile radio may evolve to Broadband Public Land Mobile radio. In order to protect investment, the proposed TETRA system should be capable of integrating with this pilot LTE based system.
Setting up of redundant Transmission links from primary Central switch as well as the secondary switch to all base stations.
Integration of existing VHF communication infrastructure and EPABX with the new proposed TETRA based Digital Trunk Radio System at four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar. The system should also be capable of integrating with existing VHF communications at other locations of Gujarat state.
Mission‐critical IP‐based call management and response solution for emergency telephone calls arriving at Control Rooms to be answered by its call‐takers/dispatchers who are assisted by technologies that automatically retrieve caller location information and help them to send the fastest, most appropriate emergency responders over TETRA network.
GPS based Tracking System for Handheld and Mobile units, to monitor the movement of all the vehicles and police personnel. The Tracking System shall upload the position data automatically to the control room in real time.
Provide Management Information System (MIS) that tracks Call‐Taker and Dispatcher activities and call statistics, thus providing a variety of reports in user‐friendly format to measure Key Performance Indicators and staff efficiency in call‐taking and dispatching activities. Statistics and reports should be accessible via web interface to the application.
Provide light weight, large colour screen display walkie‐talkie (digital trunk radio handheld) with in‐built GPS, as mentioned in Bill of Quantity of the RFP. This hand held device would be used to send pre‐defined messages, which are likely revised time to time and SMS. Java enabled terminals shall be preferred.
Provide mobile radio units for vehicles with in‐built GPS, as mentioned in Bill of Quantity of the
RFP. Supply, commissioning and maintenance of all non IT infra structure as may be required for the
base stations, switch room at primary and secondary master sites, call centre, and control and command centre (including but not limited to access control, UPS, fire suppression/extinguishing system, air conditioning, furniture, alarm systems etc.).
RFP Document for Gujarat Police, Home Department
Page 30 of 96
Installation, commissioning, configuration and warranty support, technical support and technical operations as may be required for smooth operation for all the supplied hardware, equipments and software.
Integration of the all the supplies with existing HDIITS and Surveillance project, dial 100 for coordinated operations for achieving the objectives of the Home department. Proposed systems shall be ‘integrable’ & shall be ‘capable of sharing data’ with other systems of Police Department. For example, (1) the proposed systems shall be capable enough to facilitate the sharing of a particular incident generated in CAD system to Mobile Data terminal in the field; (2) the proposed systems shall be capable of connecting PSTN call directly to the field officer on his radio terminal;
Technical manpower in requisite number for maintenance of equipments, support to operations on 24 by 7 basis and operations of help centre for assisting police /department officials.
Provisioning and maintenance of UPS site solution for Control room and Base station sites.
3.2 Deliverables The project requirements and Deliverables are underlined below. The bidders may please note that the Deliverables are not exhaustive but indicative and bidders will make appropriate provisions for smooth operation of the system to meet the objectives of the project. Deliverables for Digital Trunk Radio & GPS based Tracking System are as follow: Supply, installation, testing, commissioning, integration and maintenance (for a period 5
years) of telecom grade, mission critical TETRA Digital trunked radio system having followings.
Fully Redundant Digital trunked radio switch having redundancy at different levels, sub‐systems, base stations, NMS, control room etc. to ensure, minimum 99.9% of system availability of TETRA digital trunk radio system.
Radio base stations to connect users with handsets at all police stations across the state.
Dispatch equipment at central control room as well as secondary control room.
Network Management Terminals.
Required number of Hand‐Portable Radios with in‐built GPS.
Required number of Mobile radio units for vehicle with in‐built GPS.
Supply, installation, testing and maintenance of self‐supporting towers. Supply, installation, testing and maintenance of GPS based tracking system (AVL/APL). Infra for central control and command system, servers, PCs, switches in control room for
connectivity. Integration with existing VHF communication infrastructure and EPABX at four Police
Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar. Supply, install and maintenance of UPS system for Control room and Base sites Provide ongoing maintenance support for the entire system / services for a period of 5
years. Provide training to users as per training plan, mutually agreed by bidder and Gujarat Police, Home Department.
Specifically, the proposed digital trunked radio system will consist of the following:
1. Primary Central TETRA Switch at Ahmedabad location. 2. Secondary TETRA Switch at Surat location 3. NMS, Dispatch control and application software for control room with associated servers.
RFP Document for Gujarat Police, Home Department
Page 31 of 96
Indicative distribution of Base Stations & other infrastructure Ahmedabad – Gandhinagar: [7]Radio Base Station site with [2] base radios [1] Network Management Terminal (NMT) [1320] Hand‐portable radios [760] Mobile Radios for vehicle configuration [300] Mobile Radios for fixed station configuration [12] LTE Base Station co‐located with TETRA base station (For Ahmedabad City) [1] LTE Core Switch (for Ahmedabad City) [50] LTE Terminals /Modems (For Ahmedabad City)
Vadodara: [3] Radio Base Station site with [2] base radios [560] Hand‐portable radios [300] Mobile Radios for vehicle configuration [110] Mobile Radios for fixed station configuration
Surat: [3] Radio Base Station site with [2] base radios [1] Network Management Terminal (NMT) [450] Hand‐portable radios [380] Mobile Radios for vehicle configuration [80] Mobile Radios for fixed station configuration
Rajkot: [3] Radio Base Station site with [2] base radios [270] Hand‐portable radios [220] Mobile Radios for vehicle configuration [50] Mobile Radios for fixed station configuration
Bidder shall submit the compliance statement with a column for cross reference to the submitted technical documents. Simple Yes/No statement for Compliance will not be acceptable. Such bid shall be considered non responsive and may liable to be rejected. This indicative list as well as distribution & Bill of Quantity (BoQ) prepared as mentioned in RFP is for L1 evaluation only. Depending upon the RF design actual quantity may vary. At the time of implementation, Gujarat Police, Home Department will make payment of actual quantity consumed.
3.3 Technical Requirements and Specifications
3.3.1 Network Architecture
TETRA network is primarily for mission critical voice and low speed data. 4G /LTE network is overlaid over TETRA network in Ahmedabad city for broadband data and video. Given below is the indicative network architecture diagram for a particular City.
RFP Document for Gujarat Police, Home Department
Page 32 of 96
Note: The Frequency Band mentioned in the RFP is indicative. The finalized frequency band will depend upon the frequency band allocated by Wireless Planning Commission, Department of Telecom, Government of India.
3.3.2 Digital Trunk Radio System
Gujarat Police, Home Department calls for the design, supply, installation, testing and commissioning of permissible (As allowed by WPC) band a State Wide TETRA based Digital Trunked Radio System integrated with Command & Control Centre, Initially to cover the operational areas of four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar. The Digital Trunked Radio System is to be installed at various locations across State and shall provide radio coverage for the complete area. The proposed TETRA based Digital Trunked Radio System shall be able to integrate with GPS
based Tracking System, which is also to be provided by the bidder. The proposed system shall be interfaced to the PABX (via ISDN PRI signaling protocol over
E1) to support telephone interconnect calls. The proposed system shall be interfaced to the conventional radio network. To validate 99.9% availability of the system, Bidder shall provide MTBF values for switch as
well as system. Bidder shall provide the availability report, of their proposed system, as a proof.
Command & control center at Ahmedabad & Surat shall be able to disable, stun & Kill stolen radios. To avoid the stunning of TETRA Terminals through a fake TETRA System, it is necessary that TETRA system provide mutual authentication. Bidder shall explain the authentication process in their proposed system.
All TETRA Infrastructure and TETRA terminals shall preferably be from the same TETRA OEM to have availability of full functionality of TETRA Network. Bidder has to provide Inter Operatibility (IOP) certificates from appropriate agency for the same.
RFP Document for Gujarat Police, Home Department
Page 33 of 96
The bidder shall have a local office in Gujarat, to provide efficient after sales support. Bidder has to submit necessary proof (VAT registration).
Coverage The proposed TETRA network must achieve on‐street overage of 98% and in‐building
coverage of 90% (one‐wall penetration). The coverage is defined to be the probability with which the received signal strength
exceeds the desired receiver sensitivity is 0.95. The receiver sensitivity should ensure un‐coded BER better than 4%.
Geographical Maps of four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar is attached at Annexure ‐ 4.
The coverage shall be extended to the entire state in a phased manner and shall cover all
urban & rural areas including the remote police stations & posts. Bidder shall submit the RF design and Frequency plan to prove that the proposed solution
is able to provide the required coverage for the proposed project locations. Non compliance to requirement or non submission of RF design will be considered as non responsive bid and liable to be rejected.
The coverage requirements shall be met with TETRA Base stations only and repeater based
solution will not be accepted. Number of Sites The proposed system shall be equipped with adequate no. of Base Station sites to serve the communication needs of the users. The no. of base stations shall be defined in the RF design submitted by the bidder. The indicative number of TETRA base stations as per our estimate is 16 (i.e. 4 in Ahmedabad, 3 each in other 3 cities and 3 in Gandhinagar). However, the Bidder shall deploy the adequate number of base stations to achieve the desired coverage in the entire geographical area. For4G/LTE based Public Land Mobile Radio system as an overlay system with full coverage in Ahmedabad City, the indicative number of Base Stations is 12. However, the Bidder shall deploy the adequate number of base stations to achieve the desired coverage & throughput in the entire geographical area. This indicative list as well as distribution & Bill of Quantity (BoQ) prepared as mentioned in RFP is for L1 evaluation only. Depending upon the RF design, actual quantity may vary. At the time of implementation, Gujarat Police, Home Department will make payment of actual quantity consumed. For tentative Locations of Base Stations, List of Police Stations for four Commissionerates & one District is attached at Annexure – 5. Further, the tentative suitable locations identified in each commissionerate/district for installation of Base Station (Tower) along with the details of the specific areas i.e. probable dark spots of each commissionerate/district is placed at Annexure – 6. For the proposed locations, bidder shall provide the following AC power supply with battery or generator as a backup for BTS as may be required for 24 x 7 operations. Network Connectivity from Base Stations to Core Switch
RFP Document for Gujarat Police, Home Department
Page 34 of 96
Bidder shall suggest the requirement & size of Point to Point network connectivity bandwidth for connecting Base Stations to Core Switch for both TETRA & LTE Networks. Bidder shall suggest "architecture capable of specified coverage and QoS required for mission‐critical operation of the system", Gujarat Police, Home Department shall apply &provide the required Point to Point network connectivity. Bidder shall be responsible for coordinating with ISP for, operation, maintenance of the links and guarantees of SLA.
A. System Overview The proposed digital trunked radio network will consist of the following:
Fully Redundant TETRA Switch. For redundancy reasons, two switches shall be provided in active hot standby mode with automatic switchover‐ one primary and another secondary. The secondary switch may be located at different commissionerate for disaster recovery. The switch shall be able to cater to 2 simultaneous faults in different modules. This is a critical requirement to have 99.9% availability. The Bidder is required to explain in their solution proposal, how this is being achieved.
TETRA Base Station sites with at least Two (2) carriers (1 control + 7 traffic channels) at each site.
Call taking and Dispatcher Consoles
Hand‐Held/ portable radios
Fixed/Static radios
Mobile Radios for vehicle configuration
Interfaces at radio infrastructure and subscriber radios to facilitate GPS based Tracking System for surveillance team and vehicle(AVL/APL Gateway for Integration of Legacy VHF system with TETRA at four Police Commissionerates & one District i.e. Ahmedabad, Surat, Rajkot, Vadodara & Gandhinagar
The proposed trunked system shall support future expansion to more sites in a wide area
Trunking system, capable of supporting seamless roaming in the area and still maintain radio users’ communication within the network and other radio users.
All call types shall be maintained across the system. Talkgroup calls, subscriber radio to subscriber radio calls, etc. shall follow a user or group throughout the area of operation. When the active radio user moves out of one site into another, the call shall follow the user.
The above call processing shall not unnecessarily tie up multiple channels at multiple sites for the same user. The system shall be efficient in order to minimize the number of channels used in any given conversational scenario. Subscriber radio shall be capable of accessing any of the sites within the system for the ease of roaming.
The system shall be capable of supporting both mission critical voice and data communication.
The proposed radio system shall compliant to TETRA 2 (TETRA Enhanced Data Service – TEDS) to support application with higher data rate requirement. The offered system shall support TEDS as defined in the latest published ETSI standard of TETRA's latest release/version. The offered system shall be compatible with existing TEDS TETRA Interoperability Profile (TIP).
The offered TEDS functionality shall support QAM4, QAM16 and QAM64 modulation methods. The offered TEDS functionality shall support 25 kHz or50 kHz channel allocations. Bidders are required to submit necessary documents like IOP for TEDS, to show their commitment to this requirement.
Base station radio channel capacity shall be remotely re‐configurable between TETRA 1 and TEDS.
RFP Document for Gujarat Police, Home Department
Page 35 of 96
TEDS radio channel management shall be fully integrated with the network management system.
Core network elements used in TEDS service shall be integrated with the network management system.
The system shall provide Air Interface Encryption and mutual authentication to secure the access to the system security.
The system shall support E2EE. Handhelds shall be compact, light weight, Java enabled or other compatible technology and
easy to carry with large, high resolution color screen & in‐built GPS. In addition to TETRA system, it is envisaged in the project to deploy on pilot basis broadband
land mobile radio system based on 4G/LTE system in 400Mhz in PMR band as an overlay network in Ahmedabad City. This overlay system should be capable of integration with TETRA network.
B. Mission critical voice Services A minimum of 10 levels of priority shall be incorporated in the system to ensure timely
processing of calls, including group call, individual calls. Calls that are queued shall be serviced in order of priority. Calls in the queue with the same
priority shall normally be handled on a first in first out basis. To facilitate call continuity, the queue shall prioritize between calls from radio units with the
same priority, so that a call from the more recently serviced radio unit shall be handled first. If the system becomes fully loaded (all available RF voice channels have been assigned) the
second and lower precedence level requests for a voice channel will be placed in a queue. The queue will cause the system to assign voice channels (as they become available) according to the priority levels.
The system shall allow subscriber radios to be grouped into talk groups. Under normal operation, talk group members will only communicate with other members in the same talk group regardless of radio locations within the system. The subscriber radio user shall be able to talk to other talk groups that are pre‐programmed on the radio by manual selection on the radio.
When in group call mode, a radio unit shall be able to request a traffic channel to transmit to their attached talkgroup by simply pressing a Push‐to‐Talk (PTT) button.
The group call setup time shall be less than 300ms, excluding fixed transmission network delay.
When in group call mode, the Radio Unit shall automatically receive all calls for the talkgroup to which they are attached, without any action being required by the user.
Each radio unit shall have the capability of initiating a group call to multiple talkgroups, without intervention of the dispatch console to set them up.
The network manager shall be able to configure the radio system so that the radio unit replying to a multi‐group calls either reply to the whole multi‐group, or only to their current talkgroup.
The radio system shall offer an integrated emergency strategy, including highest priority mission critical voice calls, an automatic emergency alarm, a live microphone, and special dispatch console features. The bidder shall adapt the emergency mechanism according to the Standard Operating Procedures of the Police Department.
The offered system shall support emergency call to dispatcher, individual address, group address, PABX/PSTN address.
The offered system shall support automatic multi‐level emergency call routing in case of the primary or secondary emergency call targets are not reachable.
The trunked system shall permit any properly equipped subscriber radios to selectively call another radio, regardless of their talkgroup affiliations or locations within the wide‐area system.
RFP Document for Gujarat Police, Home Department
Page 36 of 96
C. Data Services The system shall allow a radio unit to send a pre‐coded status message over the air interface
to the dispatcher console, without requiring voice communication. The system shall allow a radio unit to send text message. The system shall support Subscriber tracking and monitoring. The subscriber tracking
information shall be updated automatically and not on manual request basis. To allow the system controller to maintain an accurate, up‐to‐date database on the location
of each subscriber radio, the system shall also be able to determine if a radio is registered to the system, engaged in an individual call, group selected by radio terminal, base station to which the subscriber is currently registered.
D. Registration and Roaming Each radio unit shall automatically register with the radio system at:
Power‐On
Change of base station
Change of talkgroup attachment The radio system shall ensure that each radio unit shall de‐register from the system on
power‐off, in order to safeguard radio resource. The bidder has to specify in the solution, whether, redundancy or 2 switches in hot‐standby
configuration has been proposed. In both the cases, the functionality of Dispatchers, AVL and Base stations shall prevail. Redundancy shall be designed in such a manner that the system shall be able to cater 2 simultaneous faults (in 2 different components) in switch.
To safeguard traffic channel resources, the radio system shall have a mechanism for de‐registering radio units that are no longer available, and have failed to re‐register with the radio system. For example, where the user has strayed out of radio coverage or suffered power losses.
The proposed radio system shall support seamless roaming across all the sites of the system such that all call types are maintained and handed over from site to site without re‐establishment of call.
The proposed radio system shall offer roaming feature to allow a radio unit to maintain their link with the radio system whenever they move out of the geographic coverage area of one base station and into that of another.
The proposed radio system shall support seamless handover of calls in progress when a radio unit changes base station.
In the fallback mode, the user shall be able to have at least following services. Bidder shall clearly specify if these services will be provided in the offered solution.
Individual Call (Semi duplex)
Group calls
Emergency Calls
SDS Message
Status Message
Late Entry
Registration The Bidder shall specify compliance to above with documentary evidence The Radio system shall be configured in such a way that when a base station loses
connection with the system infrastructure, it shall no longer supports roaming and shall immediately enter local site trunking mode, whereby each base station continues to independently support call trunking even when isolated from switching equipment.
When a base station is operating independently from the switching equipment, it shall broadcast the loss of roaming to all registered radio units.
The system shall support Ambience Listening; the dispatcher shall be able to listen to a terminal that is not currently engaged in a call to find out what is happening around the
RFP Document for Gujarat Police, Home Department
Page 37 of 96
terminal. During ambience listening, the terminal shall behave as a terminal not in use i.e. it shall not indicate in any visible or audible way that it is transmitting. The ambience listening session is terminated if a call is made from the terminal; the sending or receiving of status or SDS messages has no effect on ambience listening.
The offered system shall support a mechanism to disable the usage of the radio terminal temporary and permanent. The feature is most commonly used in situations where the radio terminal has been stolen. Disabling over the air shall also prevent walky‐talky (DMO) usage.
Temporarily disabled terminals shall not be able to make or receive voice calls, packet data, or status/short messages.
It shall be possible to follow the location of temporarily disabled terminal and activate Ambience Listening.
When a terminal is set to a temporary disabled state the system shall remove the groups from the terminal.
E. Digital Trunk Radio Switch Switch at the main Control centre shall have all functional units in redundancy. A second
switch for redundancy shall be provided, having all functional units in redundancy. Switch shall be equipped to support 500 talkgroup. Switch should be able to support at least 20 Dispatchers Switch shall have centralized architecture. The TETRA switch shall support 10,000 subscribers with modular architecture expandable to
60000. The TETRA switch shall have support of 256 RF carriers. The TETRA switch shall have redundant control/supervisory cards, hard‐disk and power
supply with hot swap capability Interfaces: The TETRA Switch should provide gateways for
o PSTN o GSM Cellular o IP Internet o VHF
The system should also be capable of integration with LTE public land mobile radio.
F. Radio Base Station Each TETRA base site shall be equipped with a site controller to provide the necessary
control and signaling functions to interact with the main System controller in dynamic allocation of channels to the requesting subscriber radios.
The base stations shall be designed for continuous unattended 24 hours of operation. Loss of one carrier shall not affect the operation of the other carriers.
The base stations shall be capable of monitoring the integrity of its equipment. Automatic alarm reporting to Network Management terminal shall be provided.
The base stations shall be housed in free standing in‐door cabinets. Every base station shall come with a surge protection.
Each base station shall have 2 RF carriers. It shall be possible to upgrade the base station to 4 carriers within the same cabinet.
Frequency:
380‐400 MHz
Transmit Power: 25W after combiner at the top of cabinet
Input Power: 230Vac, 50/60Hz or ‐48Vdc (wired for 230VAC Operation
Sensitivity: ‐119 dBm typical (static at 4% BER) without diversity ‐100 dBm typical (faded at 4% BER) without diversity
RFP Document for Gujarat Police, Home Department
Page 38 of 96
Operating Ambient Temperature:
‐10 to +55 deg Celsius
Receiver Diversity: Diversity mechanism to increase the range will be supported
Combiner Options: Combiner Bypass/Hybrid combiner/ Auto Tuned Cavity
Carrier Spacing: 25 kHz
Transmission: Minimum two E1 and two Ethernet ports with inbuilt multiplexer for either loop protection or redundancy
The offered base station shall use GPS synchronization or internal clock only for
synchronizing adjacent base station sites for soft handover events. In case of failure of a RF carrier supporting the main control channel, the offered base
station shall automatically switch the main control channel to another RF carrier.
Radio Base Station Configuration and Fault Reporting Radio base station shall be capable of being configured remotely from control room. The system shall support remote software upgrade from NMT at control room to the Radio
Base Station. If a software upgrade is unsuccessful, the Base Stations shall be able to automatically revert to the previous version.
The Radio Base Station shall be capable of monitoring the integrity of its equipment. The Radio Base Station shall be able to report its fault alarms.
G. Dispatch Equipment The proposed trunked radio system shall be equipped with dispatch equipment to allow
radio dispatchers to monitor and participate in activities of the subscriber radio units under their operation.
The dispatch equipment shall be designed to enhance the operator's capabilities in performing its tasks. As such, the dispatcher shall be easy to use with minimum keystroke required to carry out a command.
The dispatcher shall be authorized to define the services, priorities and call rights into the system over the air, so that when changes are needed, then there is no need of bringing radio terminals to central location for re‐programming.
Dispatcher Console The dispatcher console shall operate on standard Personal Computer (PC) and it shall
feature an intuitive, user friendly Graphical User Interface (GUI). In addition to the PC, the wireline dispatcher position shall be provided with a loudspeaker,
a headset and a desk microphone. The headset shall reproduce the audio from the talkgroup which have been selected for
operation. The loudspeaker shall reproduce the audio from all other monitored talkgroups. The Dispatcher Console screen shall be a user friendly GUI having features such as pull‐down
menus, drag and drop capability etc. The Dispatcher Console control functions shall be depicted as graphic ions on the computer
screen. Dispatcher Console Features Dispatcher access shall be protected by login and password. Shall be identified by their user name (login) and password Dispatcher shall be based on standard hardware components
Standard PC based computer
RFP Document for Gujarat Police, Home Department
Page 39 of 96
Flat screen or better
Audio equipment (Loudspeaker, earphone, PTT) It shall be possible to define dispatcher access rights only to certain sub‐parts of subscriber
population. Dispatcher shall be easily configurable (monitor able identities, dispatcher rights) Dispatcher position shall be located anywhere along the network. Bidder shall specify the
characteristics of the connection. Dispatcher shall be able to display all the calls in progress involving subscribers belonging to
the said dispatcher. Dispatcher shall be able to monitor (listen the voice) of simultaneous calls. Dispatcher shall be able to intervene into half duplex calls, shall they be individual or group. Dispatcher shall be able to initiate an ambiance listening on authorized subscriber. Dispatcher shall be configured with a pre‐emptive priority. Dispatcher shall be informed about the missed calls. Dispatcher shall be able to be forwarded to another dispatcher In addition to the above features, dispatcher shall be able to perform following tasks
Send and receive half duplex individual calls
to/from radio subscribers
to/from PABX/PSTN subscribers
to/from other dispatcher Send and receive full duplex individual calls
to/from radio subscribers
to/from PABX/PSTN subscribers
to/from other dispatcher Send and receive Status messages
to/from radio subscribers Send and receive SDS messages
to/from radio subscribers Group monitoring Should support quality monitoring software Should support Call Queue Manager
H. Subscriber Radios – General Specifications Subscriber Radios shall be compliant to all applicable ETSI standards as are required for TETRA system. Hand‐Portable Radio Units with in‐built GPS Mobile Radio Units with in‐built GPS for Vehicle Configuration Radio units shall be robust, simple to operate, light in weight and compact All radio units shall support adaptive power control to maximize power efficiency. Each radio unit shall support distinct modes of operation for group calls, individual calls. Radio units shall support Direct Mode Operation/ Talk around operation (DMO). Each radio unit shall give a visual indication of signal strength
Hand‐Portable Radio Unit The hand‐portable unit with long life battery, supporting at least 12 hours of operation, shall
weigh less than 300grams for ease of carrying around. The hand‐portable unit shall provide a minimum RF output of 1 Watt. The hand‐portable radio unit shall have faded receiver sensitivity level of ‐103dBm (at 4%
BER). The operating temperature radio unit shall be in the range ‐10 to 55 degree Celsius The
Hand‐portable radio unit shall meet International standard for Shock & Vibration and
RFP Document for Gujarat Police, Home Department
Page 40 of 96
humidity as those standards specification require equipment to undergo mechanical extensive shock and vibration, dust and humidity test procedures.
The Hand‐portable radio unit shall be sealed against ingress of dust and water to IP65 standard.
The Hand‐portable radio Unit shall be equipped with emergency selection that is easy to locate for activation of Emergency Call.
The hand‐portable radio unit shall support at least 1000 Talkgroups in Trunked Mode Operation (TMO).
The hand‐portable radio unit shall have integrated GPS receiver with accuracy up to 30 meters. and functionality to send location updates. It shall have built‐in receiver for 10 Channels or more.
The hand‐portable radio unit shall support call history (missed calls/dialed calls/received calls) of 100 calls.
The hand‐portable radio unit shall have a large, backlit, Full color QVGA display. The hand‐portable radio unit shall be equipped with screen saver feature. The hand‐portable radio unit shall be able to initiate and receive full‐duplex telephone calls
to/from PSTN or PABX subscribers. The batteries shall have a life of more than 300 charge/recharge cycles, when operated in
accordance with the manufacturers recommended procedures. A single‐unit battery charger shall be available for each hand‐portable radio unit. The hand‐portable units shall have T9 predictive text input for easy typing of SDS. The hand‐portable units shall preferably support Java MIDP2.0 & WAP2.0 over TETRA. It
should preferably have XHTML type browser support. The hand‐portable units shall have a “Quick Menu” option to access the most used functions
without going through the normal menu operations. Full navigation should be possible while on call.
The hand‐portable units shall have a voice feedback feature to enable operation without visual inspection of the screen.
All hand‐portable radio units should have support for DMO, emergency calls, priority calls and other supplementary features as mentioned in this RFP.
Mobile Radio for Vehicle Configuration The Mobile Radio Unit shall provide a minimum RF output of 3 Watt. The mobile radios shall be of dash mount type consisting of a radio transceiver set,
interconnect cables and other items necessary for a complete installation. All mounting hardware shall be furnished.
The Mobile Radio Unit shall have faded receiver sensitivity level of ‐105dBm (at 4% BER). The operating temperature radio unit shall be in the range ‐10 to 55 degree Celsius The
Mobile Radio Unit shall meet international standard for Shock & Vibration, dust and Humidity as those standards specification require equipment to undergo mechanical extensive shock and vibration, and humidity test procedures.
The Mobile Radio Unit shall be equipped with an emergency selection that is easy to locate for activation of Emergency Call.
The Mobile Radio Unit shall support at least 1000 Talkgroups in Trunked Mode Operation (TMO).
The mobile radio unit shall have integrated GPS receiver and functionality to send location updates. It shall have built‐in receiver for 10 Channel or more.
The Mobile Radio Unit shall support telephone interconnect operation. Each unit shall be provided with a fist microphone and a loudspeaker. Each unit shall have an LCD display console.
Mobile Radio for static operation
RFP Document for Gujarat Police, Home Department
Page 41 of 96
All specifications as per above except accessories given below Minimum 8dBi ground plane base antenna 30 mt ½ “ low loss cable with connectors 230V AC/13.2 V DC power supply unit with battery charger
TEDS Data terminal TEDS Data terminal shall support TETRA Enhanced Data Services (TEDS) as defined in latest
published TETRA II standard TEDS Data terminal shall be compatible with existing TEDS TETRA Interoperability Profile
(TIP) TEDS Data terminal shall support 25 kHz or 50 kHz allocations. TEDS Data terminal shall support QAM4, QAM16 and QAM64 modulation method
Security Features Required for all Terminals (Hand portable, Fixed and Mobile)
The Network manager should be able to disable a radio unit with a message over the air interface.
While disabled, radio unit must be disabled from making or receiving calls but must be able to perform normal site registration procedures so that its position can be tracked.
The disabled radio status must be stored in non‐volatile memory so that it cannot be defeated by removing power.
The network manager should be able to re‐enable a disabled radio with a message over the air interface.
3.3.3 GPS based Tracking System (AVL/APL)
The proposed GPS based Tracking System both for handheld and mobile radio is to enable tracking in real time from a central location.
LIP (location information protocol) shall be supported. The pre‐defined messages, as and when required, shall be changed / reloaded. The Tracking application shall display the position of the vehicle on GIS (Geographical
Information System) in real time. The Tracking System shall be designed in optimizing the update rate taking into
consideration of the limited bandwidth of Digital Trunk radio system. In case of high load on the uplink the system shall be able to command the mobiles to
increase the LIP‐SDS interval. The bidder shall ensure the hardware platform is able to support 5000 number of Tracking
Units without any performance degradation over period of time. Integration with GPS based tracking Each Terminal shall be equipped with GPS unit. GPS location shall be transmitted from the units (handheld and mobile vehicle units) to
Tracking servers is provided to monitor the movement of units at the control room. GPS Based Tracking System shall be integrated with the GIS based Application Software. The
provided GPS data shall be on line and real time in the form of industry standard format as required by GIS application.
The GPS based tracking should have an accuracy of 30 meters. The location server shall support OMA/MLP in order to easily integrate 3rd party AVL SW. The location server shall be fully integrated into the TETRA system. Location information
shall contain besides the geographical location of the users:
Selected group
Registration status and timestamp
Base station area
Status indication like in emergency, in DMO or TX inhibit.
RFP Document for Gujarat Police, Home Department
Page 42 of 96
Specifications for the LTE Base Stations
LTE Duplex Mode Half Duplex FDD (HFDD)
Radio transmit power requirements
400MHz (PMR 1, 2, 3, 4), Tx 1*90W – 2Rx
Capacity UE/Cell Minimum 100 UE/cell FDD @5 MHz
If 5 MHz channel is not supported, then appropriate scaled version of throughput per cell should be supported for the channel bandwidth.
8 bearer for a UE
Mobility LTE Intra freq S1, X2
LTE Microcore
Number of eNBs Up to 15
Max Number of Users 2000 active users
Number of APN/PDN Multiple
QoS QCI 1 to 9
Interfaces As per 3GPP standard
UL + DL Throughput 1Gb/s
3GPP SW Alignment 3GPP R8 or higher
Specifications for the LTE Data Modems
Frequency bands : PMR1,2,3,4
Output power : 5W
USB Connectivity : should be available
3.3.4 Self Supporting Mast / Tower
A. Overview To hoist the Antenna of Digital Trunk Radio System, the self‐supporting towers will be
installed at the designated and shall follow all prevalent radiation, environmental, aviation and safety norms as specified by Government of India in this regard. The intent of these specifications is to lay down broadly the scope of work together with limitations and specific requirements.
The supply of tower materials shall be complete in all respects including all the accessories which may be necessary for such installations.
B. Design Considerations The tower shall be designed for self‐weight, wind load and all other environmental
conditions. The wind pressure on the wind‐ward shall be taken as 100% of the designed pressure. The wind pressure for the diagonal case shall be taken as 1.2 times those in the normal case.
The tower shall be designed to support 6 ‐repeater station antenna and shall be mounted as per the requirement.
C. Galvanization All steel members off the tower including all accessories shall be hot dip galvanized in accordance with prevalent standard.
RFP Document for Gujarat Police, Home Department
Page 43 of 96
D. Tower foundation The bidder shall provide tower design as well as foundation designs well in time for or scrutiny and approval before proceeding with the foundation works. The bidder should also obtain structural safety certification from appropriate agencies in this regard.
E. Erection and painting If required, bidder shall take up the job of tower erection, fixing of antenna fixture platforms, ladders, racks twilight switches and aviation lights, painting of towers include etching of galvanized surface by a suitable etching solution, application of zinc primer and two coats of white and international orange paint at alternate intervals (the top and bottom 5 meters will be orange) as required under aviation rules.
3.4 Command and Control Centre The Police has an existing state of the art CAD system, newly deployed in all the 4 cities. The offered command & control centre shall fully integrate with the existing system. The bidders can seek relevant details for the same.
3.4.1 CURRENT ENVIRONMENT
Background on Current Environment There are approximately 34 Distinct Control Room with 2100 Control Room call takers,
1dispatchers, and 1 supervisor with 2 Vehicle Tracking devices each. Approximately per day call traffic is 300 telephone calls for service in city areas and 80‐90 in
Rural area. The current telephone system has been installed since more than 5 years (telephone system
being used is of KAREL DS200S which is provided by Intellicon India Pvt. Ltd.) The current 1‐0‐0 Telephone System (PABX) in use is (OLD KAREL DS200S). The current CAD system in use is (InterAct Public Safety). The telephone system supports call‐taking positions, police dispatch positions, and
supervisor positions. <Telephone System DS200S is provided by Intellicon India Pvt. Ltd.> Additional details of existing Dial 100 System installed at 34 Police Control Rooms is provided in Annexure ‐ 7
By function
Call taker ONLY (no radio dispatch)
Radio dispatch ONLY (no call taking)
3.4.2 SYSTEM OBJECTIVES
The objectives of the 1‐0‐0 telecommunications system for the Bidder are as follows: Provide an answering point for all emergency 1‐0‐0 calls with Automatic Location
Identification (ALI) / Automatic Number Identification (ANI). Migrate to a new generation 1‐0‐0 call taking solution. Distribute call‐taking operations between a main Public Safety Control Room and backup
center or EOC. Deploy call taking solution that is flexible enough to accommodate future plans for
regionalization or consolidation. Implement new MIS solution for advanced statistics and performance reports. Implement GIS/Mapping solution to provide Operators with caller location on a map.
RFP Document for Gujarat Police, Home Department
Page 44 of 96
Gujarat Police, Home Department wishes to upgrade, implement a digital logging recorder to record and archive ALL telephone and/or radio communications conducted at all Control Room workstations.
Provide manual input of telephone numbers in case of ANI (Automatic Number Information) failure in order to receive Automatic Location Identification (ALI) display, if available
Provide the fastest possible transfer of emergency calls to other agencies to be determined at the time of installation. Star Codes to transfer ANI/ALI information on wireless calls.
Provide an overview of the Emergency Notification Solution offered by OEM with options for hosted /hybrid and/or onsite solutions.
Provide a description of any Remote Monitoring and Response functionality. Additional descriptions for Disaster Recovery, Patch Management and Virus Protection offered by the OEM from a 24X7 service center are required.
A. GENERAL REQUIREMENTS The Bidder shall include ANI/ALI equipment as required with the system. The Bidder shall include other hardware as required with the system. The Bidder shall ensure that all items in the response, when operated as a system, will not
have any single component that would create a single point of failure for the system. The Bidder shall provide a turnkey system with full redundancy; capable of allowing for
components to be located geographically at two different locations, and act as backup for each other and replicating any and all data between the two sites. This redundancy shall include a “hot‐standby” architecture that insures that no 1‐0‐0 emergency calls are dropped or lost due to a single server hardware failure.
The integrated dispatch System shall be able to expand to additional 200 dispatchers / operators by simply adding work stations without any need to add IDS servers / licenses at the time of expansion
B. CALL TAKING SYSTEM Mandatory or equivalent items are as follows: System Architecture All major components proposed in the system shall be fully redundant, allowing for full
geographical split location of the system. The system shall be designed to allow distribution of major components between multiple locations without requiring the purchase of multiple systems. Hardware diversity and redundancy must ensure that no emergency calls are lost or disrupted due to a single server failure.
The system shall be deployable as a centralized configuration or as a geo‐diverse deployment with full redundancy at each location.
The system shall include an integrated IP (Internet Protocol) soft switch with key telephony capabilities to include automated call distribution (ACD), auto‐attendant and voice mail.
Proposed system must be expandable (without adding controllers or an additional rack or backroom) to accommodate 50% growth from current capacity. System expandability shall support potential for regionalizing with neighboring agencies without necessity for multiple disparate controllers.
The system shall support the deployment of remote centers and call‐taking positions over an IP network such as LAN or WAN.
The system shall support call‐answering and monitoring mobility by providing a mobile call‐taking position that is compact, portable and capable of connectivity to the backroom system via IP (Internet Protocol).
The system shall provide a virtualized environment allowing the deployment and operation of multiple applications on the same virtualized servers.
RFP Document for Gujarat Police, Home Department
Page 45 of 96
The system shall utilize COTS (Commercially Available Off‐The‐Shelf Hardware) for all servers and workstations that may be required.
System Features The system must provide call‐handling capabilities to support or exceed the traffic
requirements specified herein. Line and Trunk Interfaces The system shall provide interfacing to standard telephone lines, Analog FXO and FXS lines. The system shall have the capability to provide a digital E1 and/or ISDN‐PRI interface for 1‐0‐
0 trunks and administrative lines. For E1’s, this must be a direct connect E1 without the requirements for separate analog channel bank equipment. For ISDN‐PRI, all relevant features, including Feature Group D, shall be supported.
ACD The system shall support ACD distribution with routing schemes that include longest idle
agent, circular and linear distribution. The system shall be configurable to allow Call Takers to bypass ACD assignment and answer
any ringing 1‐0‐0 call directly. Permission to change this feature can be assigned on a per user basis.
Proposed system must support a minimum of 60 separate and distinct call queues providing utmost flexibility in directing different types of calls to different skills within the Control Centre.
The ACD shall support the ability to overflow to a different queue based on maximum wait time, maximum calls in queue or no agent signed in to the queue.
The ACD shall support answer modes to play audio messages to the caller. The ACD audio messages shall include an audio message when the caller enters the queue
and a separate message played while the caller is in queue. The ACD shall provide the ability to automatically provide a post‐call‐works time for giving
the agent time to wrap up the previous call. The ACD shall enable the configuration of the post call work time. The ACD shall requeue a call when the call is presented to an agent and not answered in a
configured amount of time. The ACD shall requeue a call when a workstation failure is encountered during the call. The ACD shall provide routing based on console positions and/or based on agent login. The ACD shall support a wall display panel configurable to show number of calls in queue,
longest call waiting time, number of active calls and number of available agents. The system shall provide the ability to route any call to a specific queue based on the DID
number dialed by the caller. The system shall support the ability to transfer a call from a console to any ACD queue in the
system. The system shall support multiple roles per agent and allowing the ACD to distribute calls
based on the active role for each agent.
ALI The system shall provide the ability to configure multiple ALI links associated to specific
trunk groups. Each ALI group shall be configurable for a specific ALI protocol and assignable to individual
trunk groups. The system shall provide the ability to create an incorrect location information report and
send it to a printer and email to a pre‐configured email address. CAD
RFP Document for Gujarat Police, Home Department
Page 46 of 96
The system shall provide interface to multiple CAD servers using a standard CAD “spill” over serial port or IP.
CDR and MIS The system shall provide the ability to simultaneously store Call Detail Records to file and
send to a network printer. The system shall provide the ability to assign a CDR output and printer on a per agency basis
when multiple agencies are using the system. CDR printing can be configured to be line by line of all call events or as a concise single line
print out for each call. The system shall provide integration to a fully featured MIS (Management Information
System), including: reporting application and send all call, agent and ACD queue events to the MIS system for reporting purposes.
Roles‐Based Login The system shall provide the ability to assign multiple roles to a specific Agent/Call‐
Taker/Dispatcher. An Agent/Operator shall be able to choose any of their assigned roles during their login (if in
fact they have been granted multiple assigned roles by the System Administrator). An agent can be assigned roles from different agency allowing the agent to answer calls
from any agency at any position in the system. System Monitoring and Administration The system shall allow supervisors and/or call‐takers to view real time, concise ALI
information of all 1‐0‐0calls in queue at the Control Room. The system shall be equipped with a monitoring capability that can be located with the Central Communications equipment or in a remote, secondary location.
The system shall be equipped to run self‐diagnostic programs and to automatically report any error via audible and visible alarms.
All maintenance and administration functions shall be accessed via a browser based application.
Portable Consoles The system shall be capable of providing portable operator/answering positions using a high
speed IP connection n to remotely access the Central Communications Platform. These must be on laptop or ruggedized computers that are totally self‐contained.
IP Phones The system shall support IP phones for both administrative and 100 call‐taking functions. The IP phones shall support the ability for an agent to login and receive ACD calls The IP phones shall provide the ability to display the ALI record for 100 calls if it is provided
locally. The IP phones shall support shared line appearances where the status of any trunks and
lines in the system can be configured on a line appearance button. The IP phone shall support up to 60 trunk and line appearances. A user shall be able to answer or join any call on a shared line appearance.
Multimedia The system must be capable of supporting Next‐Generation multimedia content such as 2‐
way SMS texting, importing data/video from an IP source, and importing video calls.
RFP Document for Gujarat Police, Home Department
Page 47 of 96
Console Features User Interface Configurability The call taking console shall permit customization of the user interface on a per‐user and
role basis; including window and button layout, window sizes, control element sizes and properties, font size and type and color schemes.
The console shall support the assignment of multiple screen layout and configuration based on the role of the agent.
Call Control The console shall provide the ability for a call taker to answer incoming ACD calls or pick up a
call on any line appearance or multi‐call appearance configured on its current console UI layout.
The console shall provide the ability to perform a conference, a blind or supervised transfer with one click to any contact in the contact list.
The console shall provide the ability to put a call on local hold, where only the agent who put the call on hold can retrieve the call, or on system hold, where any agent in the same agency can retrieve the call.
The console shall provide information for a call on hold such as how long the call has been on hold and which agent has put the call on hold. The console shall also alert the agent when a call has been on hold longer than a pre‐configured amount of time.
The console shall provide the ability for an agent to join a call on any of the shared line appearances configured on the console. When joining, the call taker that was initially on the call shall receive information that another agent has joined as well as the identification of that agent.
The console shall provide the ability to perform a no‐hold conference where the existing parties on the call are not put on hold when conferencing in a new party.
The console shall provide the ability to perform a hold conference where the existing parties on the call are put on hold when conferencing in a new party.
The console shall support a conference with at least 10 parties on the call, including the call taker.
The console shall support the ability to selectively drop, hold and unhold individual parties of a conference call.
The console shall support the ability to drop the last party added to the conference call. The console shall support the ability for a Call‐Taker to selectively mute the conference
audio towards individual parties of a conference whereby the muted party cannot hear the conference audio and the muted party can be heard by other parties in the conference
The console shall provide the ability for an agent to request supervisor help whereby the request will be routed to a designed group of supervisors and each supervisor will receive an audible and visual indicator of the help request. At this point, any one of the supervisor can accept the help request and be automatically conferenced with the Call‐Taker/Dispatcher requesting help.
A supervisor shall be able to initiate an observation session on any Call‐Taker/Dispatcher whereby the supervisor is silently connected to the agent’s audio path. The supervisor can listen in on the call and at anytime be able to barge in to the call and establish a two way audio path with all participants in that call.
The observe function can be silent providing no indication that an agent is being monitored or can be configured to provide a notification tone to notify the agent of the observation in progress.
ACD Control
RFP Document for Gujarat Police, Home Department
Page 48 of 96
The console shall provide the ability for an agent to refuse an ACD call presented to the workstation and whereby the refused call is re‐queued to the ACD.
The console shall provide the ability for an agent to change their state to and from ready and not ready to receive an ACD call.
The console shall provide the ability to automatically answer incoming ACD calls. The console shall provide the ability for an agent to pre‐record greetings based on their role
and the line type of the incoming call whereby when the call is answered at the console the caller is automatically played the appropriate agent greeting based on the line group and the agent’s current role.
Call Information Display The console shall provide the ability to display to a console the Calling Party Number before
call has been answered. Any manual ALI request shall be reported to the MIS system. The Manual ALI request capability can be enabled on a per‐role basis.
Agent View The console shall provide a window showing details all agents logged currently into to the
agency including information such as their name, the name of their position, their current role, their call status and the name of the line if they are on a call.
Dialing The console shall provide a user interface where contacts can be displayed in an array of
buttons for one click dialing Multiple layers of these buttons can be organized such that a call taker shall be able to
navigate to the appropriate contact button for dialing The console shall also provide a search capability of all contacts whereby the search results
are narrowed and displayed as the agent enters characters in the search field. The search capability shall provide a simple search of the contact name or an advanced
search where the agent can enter additional search criteria for other fields in the contact record.
The system shall provide a list of recent incoming and outgoing calls for up to the last 100 calls.
The console shall provide a one button callback from the recent call list.
C. MANAGEMENT INFORMATION SYSTEM (MIS) ADVANCED MIS The Bidder shall provide a comprehensive Management Information System (MIS) solution which will provide Control Room management and other authorized personnel historical and near real‐time information. It shall be user‐customizable and capable of generating reports for varying periods of elapsed time. In addition to static reporting capabilities, the MIS solution shall provide a dynamic reporting capacity which would allow for custom groups, filters and unique totals for defined reports. The desired solution must also contain a capability which automatically associates a related call, dispatch or radio event to allow for evidence organization. The system also shall be able to auto‐schedule the generation of predefined reports. The MIS solution must include the following functions/features:
RFP Document for Gujarat Police, Home Department
Page 49 of 96
The MIS system shall provide a Call Management Information Application that will track the incoming calls and provide the management personnel with information and strategic management reports.
State‐of‐the‐art technology shall be used for the MIS solution. The MIS system shall be designed to be highly reliable; it must protect data security and
integrity. The MIS system shall contain near real‐time information (shortly after call completion) and
allow users to search for recently completed events and event details. The MIS system shall allow users to associate related events. The MIS solution shall have support t for next‐generation media types such as SMS texting
and Video. The MIS solution shall support the ability to filter, group, and set preferences for each user. The MIS solution shall include the ability to build ad hoc reports. An ad hoc report shall
mean the ability to build a report template from scratch; not select filtered items from a list. The MIS system shall have the ability to segment data and functionality by user so that users
at one call center cannot see data from another call center. Describe how calls are handled if they are shared between both call centers.
The architecture of the MIS solution shall wherever possible provide consistent reporting totals and minimize the possibility of over/under counting of calls. Describe how the MIS system accomplishes this.
D. MAINTENANCE AND SERVICES Net clock for all system components The system proposed must have the ability to independently use NTP protocol to maintain clock synchronization with a Master Clock. System Processors The system shall have sufficient capability and capacity to provide full system operation for current and future needs of the Customer’s access lines at all times, including stand‐alone operation without delays in displaying, transferring or ringing. The system server shall have sufficient memory and a processor to accomplish the needs of the system now and in the foreseeable future. Software Updates The Bidder must provide within a software support program all software releases designed to enhance the system and to keep the system state‐of‐the‐art for a period of not less than one (1) year after system purchase. Enhancements requiring hardware may be billable. The Bidder must describe the support offered as well as the availability and cost related to subsequent or special software releases. The Bidder must provide any specific constraints, terms, or conditions in detail. All software updates or enhancements must be accomplished without taking the system out of service. System Diagram The Bidder shall provide a detailed description and Engineering diagram of the solution to be provided with proposal, including a discussion of the system’s architecture and its ability to provide service required by the Customer. Employee Training The Bidder shall provide employee training for all Call Takers and Administrative Staff. Training shall be detailed in the proposal. Details shall include a full training curriculum and the level of proficiency expected for each training module or class.
RFP Document for Gujarat Police, Home Department
Page 50 of 96
Trouble Reporting The Bidder shall provide along with their response a narrative concerning the procedures for reporting trouble including telephone number and email address for first, second and third level supervision and general maintenance overview at bidder's cost. Maintenance The Bidder shall provide maintenance 24 hours per day, seven days per week for a period of 5 years. Since this is a mission critical system, response time shall not exceed 10 minutes after notification of a critical nature, and 2 hours for all others. Twenty‐four hour remote diagnostics shall be provided with Alarm sending to notify maintenance personnel. Defective components may be replaced by local personnel or per Bidder instructions. Future Expansion The system described in these specifications shall be capable of meeting today’s needs, as well as future expansion in order to meet anticipated future growth. It shall be capable of supplying the equipped wired and maximum quantities specified in this document without replacing any in‐place common equipment. The system shall be installed with adequate processor and hardware to meet this growth. Bidder shall state the expansion capability of their equipment, describing: Overall system capacities, including the number of incoming 1‐0‐0trunks, the number of
answering positions, and the number of telephone lines Testing, Commissioning and Inspection Testing Equipments The bidder should test all the installed equipments/software for (but not limited) Sensitivity, and other parameters and maintenance /trouble shooting of Base Stations, portable radios and fixed station radio. Functional testing of all the equipments i.e. base stations and terminals, etc. shall be carried out. For Technical parameters testing, the technical parameters will include Latency in call set‐up, throughput and overload performance. Commissioning The bidder should carry out the commissioning of TETRA based digital trunked radio system including LTE public land mobile radio system as overlay network and should configure all base stations, portable handsets, fixed stations, mobile stations, etc as per Gujarat police Requirement. Cost of Testing Commissioning &Inspection The costs towards travel, accommodation and meals for the team of Gujarat government representatives accompanied by bidder’s representative shall be borne solely by the bidder. Such inspections/approval of equipment by Gujarat government representative will not relieve the suppliers of their obligations / responsibility to supply, as contemplated in the specifications. Integration requirements and scope Integrate with HDIITS Integrate with Dial 100 Integrate with surveillance systems
RFP Document for Gujarat Police, Home Department
Page 51 of 96
Minimum Indicative Hardware Specifications Integrated Dispatch Server Specifications
Case Style RACK (2U)
Cache 12MB (1 x 12MB) Level 3 cache
CPU Intel® Xeon® Processor E5620 (2.40 GHz, 12MB L3 Cache, 80W, DDR3‐1066, HT, Turbo 1/1/2/2)
DVD‐ROM Slim SATA DVD‐RW
Chipset Intel 5520 chipset
Controller Smart Array P410i/256MB Controller (RAID 0/1/1+0/5)
Expansion Bays 9 (8 SFF hot plug HD bays, 1 Slimline media bay supporting Optional DVD, CD or Floppy drive)
Expansion Slots 3 Total (1 PCIe Gen2 x8; 2 PCIe Gen2 x4); Additional 3 available with optional riser.
Hard Drive (2) 300GB SAS 10K SFF DP ENT HD
Keyboard PS/2 Black(Microsoft #ZG6‐00006)
Mouse PS/2 Black Mouse 2‐Button
Management iLO 3
NIC (2) NC382i Dual Multifunction Gigabit Server Adapters 4 Ports TOTAL
PCI‐X Riser option Mixed PCI ‐x Riser Cage Kit
Ports 0 Parallel, 1 Serial (9‐Pin), 5 USB (2 rear, 2 front, 1 internal), PS/2 Keyboard and Mouse ports
Power Supply (1) 460W Hot Plug power supply, redundant optional
Power Supply Redundant 460W power supply kit
Power Cord Nema 5‐15P to IEC320‐C13ar
RAM 6 GB (3 x 2 GB) PC3‐10600R (DDR3‐1333) Registered DIMMs NOTE: If only 1 processor is installed, only half the DIMM slots are available. System composed of 3 channels. Not Required but recommended to load channels similarly if possible.
Video Integrated ATI ES1000 1280 x 1024 (64MB video standard)
Weight/Dimensions Max 60 lb (27.22 kg); Min 47.18 lb (20.41 kg); 3.38h x 17.25w x 27.25d in (8.59 x 44.54 x 69.98 cm)
Operating System Microsoft Server 2008 R2
Radio Control Server Specifications
Case Style RACK (2U)
Cache 12MB (1 x 12MB) Level 3 cache
CPU Intel® Xeon® Processor E5620 (2.40 GHz, 12MB L3 Cache, 80W, DDR3‐1066, HT, Turbo 1/1/2/2)
DVD‐ROM Slim SATA DVD‐RW
Chipset Intel 5520 chipset
Controller Smart Array P410i/256MB Controller (RAID 0/1/1+0/5)
Expansion Bays 9 (8 SFF hot plug HD bays, 1 Slimline media bay supporting Optional DVD, CD or Floppy drive)
RFP Document for Gujarat Police, Home Department
Page 52 of 96
Expansion Slots 3 Total (1 PCIe Gen2 x8; 2 PCIe Gen2 x4); Additional 3 available with optional riser.
Hard Drive (3) 300GB SAS 10K SFF DP ENT HD, (1) 600GB SAS 10K SFF DP ENT HD
Keyboard PS/2 Black(Microsoft #ZG6‐00006)
Mouse PS/2 Black Mouse 2‐Button
Management iLO 3
NIC (2) NC382i Dual Multifunction Gigabit Server Adapters 4 Ports TOTAL
PCI‐X Riser option Mixed PCI ‐x Riser Cage Kit
Ports 0 Parallel, 1 Serial (9‐Pin), 5 USB (2 rear, 2 front, 1 internal), PS/2 Keyboard and Mouse ports
Power Supply (1) 460W Hot Plug power supply, redundant optional
Power Supply Redundant 460W power supply kit
Power Cord Nema 5‐15P to IEC320‐C13ar
RAM 6 GB (3 x 2 GB) PC3‐10600R (DDR3‐1333) Registered DIMMs NOTE: If only 1 processor is installed, only half the DIMM slots are available. System composed of 3 channels. Not Required but recommended to load channels similarly if possible.
Video Integrated ATI ES1000 1280 x 1024 (64MB video standard)
Weight/Dimensions Max 60 lb (27.22 kg); Min 47.18 lb (20.41 kg); 3.38h x 17.25w x 27.25d in (8.59 x 44.54 x 69.98 cm)
Operating System Microsoft Server 2008 R2
MIS Server Specifications
Case Style Friction Rail Kit
Cache 10MB (1x10MB) Level 3 cache
CPU Intel® Xeon® E5‐2609 (2.4GHz/4‐core/10MB/6.4GT‐s QPI/80W) Processor
DVD‐ROM SATA DVD RW JackBlack Optical Drive
Chipset Intel® C600 Series Chipset
Controller Smart Array P420i/ZM (RAID 0/1/1+0)
Controller Cache 512MB P‐series Smart Array Flash Backed Write Cache
Expansion Bays 9 (8 SFF hot plug HD bays, 1 Slimline media bay supporting Optional DVD)
Expansion Slots 3 slots 1 x16 (x16 speed); 2 x8 (1 x4 speed);
Hard Drive (4) 300GB SAS 10K SFF DP ENT HD
Keyboard PS/2 Black(Microsoft #ZG6‐00006)
Mouse PS/2 Black Mouse 2‐Button
Management iLO Management Engine Standard
NIC Ethernet 1Gb 4‐port 331FLR Adapter
Ports 1 Serial (9‐Pin), 7 USB (4 rear, 2 front, 1 internal), NO PS/2 SUPPORT
Power Supply 460W Common Slot Gold Hot Plug Power Supply (92% Efficient)
Power Supply 460W Common Slot Gold Hot Plug Power Supply Kit
Power Cord (2) Nema 5‐15P to IEC320‐C13
RAM 16GB (1x4GB) (3x4GB) PC3L‐10600R (DDR3‐1333) Registered DIMMS
Video Integrated Matrix G200 video standard
RFP Document for Gujarat Police, Home Department
Page 53 of 96
Weight/Dimensions Max 61 lb; Min 41 lb; 3.44 x 17.54 x 27.50 in (H x W x D)
Operating System Microsoft Server 2008 R2
NMS Server Specs
Case Style Friction Rail Kit
Cache 10MB (1x10MB) Level 3 cache
CPU Intel® Xeon® E5‐2609 (2.4GHz/4‐core/10MB/6.4GT‐s QPI/80W) Processor
DVD‐ROM SATA DVD RW JackBlack Optical Drive
Chipset Intel® C600 Series Chipset
Controller Smart Array P420i/ZM (RAID 0/1/1+0)
Controller Cache 512MB P‐series Smart Array Flash Backed Write Cache
Expansion Bays 9 (8 SFF hot plug HD bays, 1 Slimline media bay supporting Optional DVD)
Expansion Slots 3 slots 1 x16 (x16 speed); 2 x8 (1 x4 speed);
Hard Drive (3) 300GB SAS 10K SFF DP ENT HD
Keyboard PS/2 Black(Microsoft #ZG6‐00006)
Mouse PS/2 Black Mouse 2‐Button
Management iLO Management Engine Standard
NIC Ethernet 1Gb 4‐port 331FLR Adapter
NIC (4) Model 331T, PCIE 2.0 x 4 Low Profile 10MB LAN, 100MB LAN, Gigabit LAN – 10Base‐t, 100Base‐TX, 100Base‐T, Network Adapter
Ports 1 Serial (9‐Pin), 7 USB (4 rear, 2 front, 1 internal), NO PS/2 SUPPORT
Power Supply 460W Common Slot Gold Hot Plug Power Supply (92% Efficient)
Power Supply 460W Common Slot Gold Hot Plug Power Supply Kit
Power Cord (2) Nema 5‐15P to IEC320‐C13
RAM 16GB (1x4GB) (3x4GB) PC3L‐10600R (DDR3‐1333) Registered DIMMS
Video Integrated Matrix G200 video standard
Weight/Dimensions Max 61 lb; Min 41 lb; 3.44 x 17.54 x 27.50 in (H x W x D)
Operating System Microsoft Server 2008 R2
Call Taking & Radio Dispatch Workstation Specifications
Case Style / Units Convertible tooless Mini‐tower 85% Energy Efficient
Chip Set Intel® C216 chipset
CPU Intel Core i7‐3770 processor, 3.4/3.9 GHz, 77W, 8 MB cache, 1600 MHz memory, Quad‐Core, HT, Intel HD Graphics 4000, featuring Intel vPro Technology
Optical Drive 16X DVD+/‐RW SATA SuperMulti
Expansion Bays 2 (1 Internal 3.5", 1 External 5.25)
Expansion Slots 4 (1 PCI; 1 PCIe Gen3 [x16]; 1 PCIe Gen2 x4 / x16 connector; 1 PCIe Gen2 x1
Floppy Drive None
Hard Drive 250GB SATA 7200 rpm 6Gb/s 3.5" HDD
Keyboard USB Standard Keyboard
Mouse USB optical 2‐Button scrolling mouse carbon
NIC Integrated Intel 82579LM PCIeGbE Controller
RFP Document for Gujarat Police, Home Department
Page 54 of 96
Front I/O 4 USB 2.0, 1 headphone and 1 microphone
Rear I/O 1 VGA and 1 Display Port output from Intel HD graphics (available on specific processors only); 4 USB 3.0 ports, 2 USB 2.0 ports, 1 standard and 1 optional serial port, 1 optional parallel port, 2 PS/2, RJ‐45 (NIC), 1 Audio Line‐in, and 1 Audio Line‐out; 2 IEEE 1394b ports(optional).
Power Supply 240 watts wide‐ranging, active Power Factor Correction, 90% Efficient
RAM 4 GB (2x2GB) DDR3‐1600 nECCUnbuffered DIMMS; Intel® Core i5/i7 processors only support non‐ECC memory;
Software Windows 7 Professional
Software Localization Kit
Video NVIDIA NVS 310 512MB Graphics Card
Weight/Dimensions 16.5 lbs typical configuration; HxWxD 3.95 x 13.3 x 15.0 in
Server Cabinet Specs Black Seismic Zone 4 Rated 42U Cabinet Caster Set Front & Rear Doors Solid Top Solid Shelf Power Strip ‐ qty 2 M6 Caged Nuts
3.5 Centralized Digital Recording System This specification is for an advanced digital Recording solutions for Control room. The equipment supplied must be designed for continuous duty operation (e.g., 24 hours per day, 365 days per year). The Centralized Digital Recording System shall store the call recordings for minimum 30 days & store Call Details Records (CDRs) for a period of 1 year and after that the back‐up of the same shall be taken on suitable media. The recording system shall be built as per following specifications
Open architecture
Capable of capturing, storing, retrieving and replaying voice and data including packet data interactions of all types of TETRA/VHF trunking, telephone calls.
GSM style compression
Interfaces‐ E1, analogue, Ethernet standard PABX
Support archiving to network storage system
Browser based search
Remote management capability
The storage device shall be of IP based Area Network RAID type with minimum capacity to store 10 Terabyte expandable to 50 TB. Redundant hot swap power supply, cooling fan and disk drives. It should have Gigabit Ethernet/ fiber channel ports In addition to above features, the system shall also support the following features‐‐ The System will also record all the transactions on the screen of the control room operators, video and the map data along with the GPS positions of the TETRA handsets, vehicles or personnel, which are loaded with location based sensors.
RFP Document for Gujarat Police, Home Department
Page 55 of 96
The graphical user interface for search, replay and dubbing must be user friendly and simple to operate. It must include the ability to simultaneously search and replay recorded telephone, VOIP, Screen recording, GPS data on GIS maps, conventional and digital radio channels as well as trunked radio communications using captured data from system without any extraneous process by the operator. All communications regarding a specific incident should be able to be replayed together in the sequence in which the communications occurred. The CDRS shall provide an Instant Recall application, which must be a client software application solution integrated with the CDRS. The breakdown of the recording channels shall be as follows: channels connected to trunked radio system. channels connected to conventional radio frequencies. channels connected to Dispatcher consoles for radio traffic channels connected to Dispatcher telephone stations channels connected to Call‐Taker telephone stations channels of Video from Video Management System channels connected to Video Wall Screens channels connected to operator screens channels connected to GPS data on GIS maps
The system must allow simple and quick search based on frequently used search parameters. At least three search parameters could be configured by the user to best fit its needs. The system must support searches using annotation data including text annotation, voice annotation and bookmarks as the search criteria. Searches by text annotations must be available by any part of the text content. The system must allow multimedia and multi‐source searches from a single application without the need to switch between screens and databases for each media type or source. The system must be capable of displaying multimedia search results graphically arranged by time of recording to allow a full view of the incident picture. The system must allow for the user to configure the graphical display by channel, resource, radio‐id, and talk‐group. The system must be capable of displaying multimedia search results in table format. The system must allow for the user to configure the table display to include any of the available fields in the database and to sort the table by any of its columns. The system must support the playback of recordings in mixed mode, where the recordings are replayed as they occurred; or in sequential mode, where each recording is played back sequentially one at a time. This may aid the user in understanding individual recordings where multiple occur on different recorder channels simultaneously. The system must be able to save the audio from a custom search into a single stereo .wav or .wma file., single stereo .avi file. The system must allow saving the audio with both spoken date and time. The system must provide the ability to print the recordings’ associated data in a table format. The System incident information management application must enable review of both audio and video recordings done by the system without the need to switch to the reconstruction application. The System incident information management application must enable review of uploaded files (documents, photos, video clips, etc.) directly from the incident information management application.
RFP Document for Gujarat Police, Home Department
Page 56 of 96
3.6 Indicative Bill of Quantities
Description Minimum Quantity
TETRA Switch (one redundant switch at each Master Site)
2
Base Station Including ‐ Self Supported Towers, Cables, Lightning Arrestor, Other standard accessories
The indicative minimum number of base stations as per our estimate is 16 (i.e. 4 in Ahmedabad, 3 each in other 3 cities and 3 in Gandhinagar). However, as per Bidder's RF Design, Bidder shall supply adequate number to achieve the desired coverage objectives.
Hand Held Terminals (Including ‐ Carrying Case, Belt Clip, Spare battery, Handsfree etc.)
2600
Mobile Terminals (Including ‐ Mounting Kit, Whip Antenna, Cabling, etc.)
2200
TEDS Terminals (Including ‐ Mounting Kit, Antenna, Cabling, etc.)
100
LTE Base Stations for Ahmedabad City (Including ‐ Self Supported Towers (if required), Cables, Other standard accessories.)
The indicative minimum number of base stations as per our estimate is 12.However, as per Bidder's RF Design, Bidder shall supply adequate number to achieve the desired coverage objectives.
LTE Core Switch 1
LTE Modems (Including ‐ Mounting Kit, Antenna, Cabling, etc.)
50
Command & Control Centre
Master Site A(Ahmedabad)
Integrated Dispatch Server 1
Radio Control Server 1
MIS Server 1
NMS Server 1
AVLS Server 1
Call Taking Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
Radio Dispatchers (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
AVL Clients 5
IP Phones 5
Centralized Digital Recording System (This includes IP based storage system with all interfaces as per RFP)
1
Master Site B(Surat)
Integrated Dispatch Server 1
Radio Control Server 1
MIS Server 1
NMS Server 1
AVLS Server 1
RFP Document for Gujarat Police, Home Department
Page 57 of 96
Description Minimum Quantity
Call Taking Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
Radio Dispatchers (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
AVL Clients 5
IP Phones 5
Centralized Digital Recording System 1
Remote Site A(Rajkot)
Call Taking Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
Radio Dispatch Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
IP Phones 5
AVL Clients 5
Remote Site B(Vadodara)
Call Taking Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
Radio Dispatch Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
IP Phones 5
AVL Clients 5
Remote Site C (Gandhinagar)
Call Taking Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
Radio Dispatch Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers, foot PTT switch etc. )
5
IP Phones 5
AVL Clients 5
Network Connectivity (Backhauling – Base Stations to Base Stations, Base Stations to Switches, Switches to Switches, Etc
As required & as per the Bidders Design
Note: This indicative list as well as distribution & Bill of Quantity (BoQ) prepared as mentioned in RFP is for L1 evaluation only. Depending upon the RF design actual quantity may vary. At the time of implementation, Gujarat Police, Home Department will make payment of actual quantity consumed.
RFP Document for Gujarat Police, Home Department
Page 58 of 96
Annexure 1 – Format for Bid Letter Form
Performa of Compliance letter (Shall be submitted a scanned copy on Bidder’s letterhead duly signed by Authorized signatory) Date: To, Deputy General Manager (Technical) Gujarat Informatics Ltd. Block-1, 8th Floor, UdyogBhavan, Gandhinagar. Sub: Compliance with the RFP terms and conditions, specifications and Eligibility Criteria Ref: RFP no. HWT291113204 Dear Sir, With reference to above referred RFP, I, undersigned <<Name of Signatory>>, in the capacity of <<Designation of Signatory>>, is authorized to give the undertaking on behalf of <<Name of the bidder>>. We wish to inform you that we have read and understood the technical specification and total requirement of the above mentioned bid submitted by us on DD.MM.YYYY We hereby confirm that all our quoted items meet or exceed the requirement and are absolutely compliant with specifications mentioned in the bid document. We also explicitly understand that all quoted items meet technical specification of the bid & that such technical specification overrides the brochures/standard literature if the same contradicts or is absent in brochures. In case of breach of any RFP terms and conditions or deviation from bid specification other than already specified as mentioned above, the decision of GIL RFP Committee for disqualification will be accepted by us. Thanking you, For <Name of the bidder>> <<Authorized Signatory>>
<<Stamp of the bidder>>
RFP Document for Gujarat Police, Home Department
Page 59 of 96
Proforma of Contract‐cum‐Equipment Performance Bank Guarantee
(To be stamped in accordance with Stamp Act) Ref: Bank Guarantee No. Date: To Name & Address of the Purchaser/Indenter ____________________________ ____________________________ Dear Sir, In consideration of Name & Address of the Purchaser/Indenter, Government of Gujarat,
Gandhinagar (hereinafter referred to as the OWNER/PURCHASER which expression shall unless
repugnant to the context or meaning thereof include successors, administrators and assigns) having
awarded to M/s. ……………………………………………………………………………………………………………… having
Principal Office at …………………………………………………………………… (Hereinafter referred to as the
“SELLER” which expression shall unless repugnant to the context or meaning thereof include their
respective successors, administrators, executors and assigns) the supply of
____________________by issue of Purchase Order No………………. Dated ………… issued by Gujarat
Informatics Ltd. ,Gandhinagar for and on behalf of the OWNER/PURCHASER and the same having
been accepted by the SELLER resulting into CONTRACT for supplies of materials/equipments as
mentioned in the said purchase order and the SELLER having agreed to provide a Contract
Performance and Warranty Guarantee for faithful performance of the aforementioned contract and
warranty quality to the OWNER/PURCHASER, __________________________________having Head
Office at (hereinafter referred to as the ‘Bank’ which expressly shall, unless repugnant to the context
or meaning thereof include successors, administrators, executors and assigns) do hereby guarantee
to undertake to pay the sum of Rs._______________(Rupees________________________) to the
OWNER/PURCHASER on demand at any time up to________________ without a reference to the
SELLER. Any such demand made by the OWNER/PURCHASER on the Bank shall be conclusive and
binding notwithstanding any difference between Tribunals, Arbitrator or any other authority.
The Bank undertakes not to revoke this guarantee during its currency without previous consent of the OWNER/PURCHASER and further agrees that the guarantee herein contained shall continue to be enforceable till the OWNER/PURCHASER discharges this guarantee. OWNER/PURCHASER shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time to extend the time for performance by the SELLER of the aforementioned CONTRACT. The OWNER/ PURCHASER shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they
RFP Document for Gujarat Police, Home Department
Page 60 of 96
might have against the SELLER, and to exercise the same at any time in any manner, and either to enforce to forebear to enforce any covenants contained or implied, in the aforementioned CONTRACT between the OWNER/PURCHASER and the SELLER or any other course of or remedy or security available to the OWNER/PURCHASER. The Bank shall not be released of its obligations under these presents by any exercise by the OWNER/PURCHAER of its liability with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part of the OWNER/PURCHASER or any other indulgence shown by the OWNER/PURCHASER or by any other matter or things. The Bank also agree that the OWNER/PUCHASER at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the SELLER and not withstanding any security or other guarantee that the OWNER/PURCHASER may have in relation to the SELLER’s liabilities. Notwithstanding anything contained herein above our liability under this Guarantee is restricted to Rs. _________________ (Rupees _________________________) and it shall remain in force up to and including ________________ and shall be extended from time to time for such period as may be desired by the SELLER on whose behalf this guarantee has been given. Dated at _______________ on this _________ day of ___________2013. _____________________ Signed and delivered by _____________________ For & on Behalf of Name of the Bank & Branch & Its official Address List of approved Banks (All Nationalized Bank including the public sector bank or Private Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of Gujarat or Co‐Operative Bank of Gujarat (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD /10/2013/107/DMO Dated 06.04.2013 issued by Finance Department)
RFP Document for Gujarat Police, Home Department
Page 61 of 96
CONTRACT FORM
THIS AGREEMENT made on the __________ day of ____________________, 2013 ____ Between _______________________ (Name of purchaser) of _________________________________ (Country of Purchaser) hereinafter “the Purchaser” of the one part and ____________________________________ (Name of Supplier) of ___________________________ (City and Country of Supplier) hereinafter called “the Supplier” of the other part:
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., __________________________________________________________________________________ (Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of __________________________________________________ (Contract Price in Words and Figures) hereinafter called “the Contract Price in Words and Figures” hereinafter called “the Contract Price.”
NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:
1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2 The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. :
2.1 the Bid Form and the Price Schedule submitted by the Bidder;
2.2 terms and conditions of the bid
2.3 the Purchaser’s Notification of Award
3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby convenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
5 Particulars of the goods and services which shall be supplied / provided by the Supplier are as enlisted in the enclosed annexure :
TOTAL VALUE:
DELIVERY SCHEDULE: IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the
Said __________________________________ (For the Purchaser)
In the presence of ________________________
Signed, Sealed and Delivered by the
Said __________________________________ (For the Supplier)
In the presence of _______________________
RFP Document for Gujarat Police, Home Department
Page 62 of 96
Annexure 1 ‐ Bidder has to fill these forms as per following format.
Bid Processing Fees and Earnest Money Deposit Details
Sr. No. Item Amount (In Rs.)
Name of the Bank and Branch
Demand Draft No.
1 Bid Processing Fees
2 Earnest Money Deposit (E.M.D.)
Form No. E1 OEM as a Consortium with Prime Bidder as Indian Company
Prime Bidder Consortium Member Letter Undertaking & Consortium agreement uploaded? (Yes/No)
Form No. E2 Prime Bidder Experience (Copies of Purchase Orders)
Note: 1. Please fill this form and upload the supporting documents for each customer reference in scanned
format. Failing the same may lead to the rejection of the bid. 2. You may add the customer references by adding multiple rows which may be added by “NUMBER
OF ROWS TO ADD”. Form no. E3 Prime Bidder’s Office in GUJARAT
Sr. No. Address Contact Person Contact nos. Type of supporting document attached
1
Note: 1. You may mention more than one office (if applicable) by adding multiple rows which may be added
by “NUMBER OF ROWS TO ADD”. 2. If bidder is not having any Office in Gujarat then undertaking from the bidder to open the Office in
Gujarat is required if the order is placed with it. Form No. E4 OEM undertaking for product Spares & Supplies not end of sale/life/support (as mentioned in RFP)
Sr. No. OEM Letter Undertaking uploaded? (Yes/No)
Form No. E5 OEM’s TETRA installations within India
Sr. No.
Name of the Organization
Contact Person
Contact telephone no. and Address
Date/Period of implementation
Description of works carried out
Type of Supporting Document attached
Sr. No.
Name of the Organization
Contact Person
Contact telephone no. and Address
Date/Period of implementation
Description of works carried out
Value of Order
Type of Supporting Document attached
RFP Document for Gujarat Police, Home Department
Page 63 of 96
Note: 1. Please fill this form and upload the supporting documents for each customer reference in scanned
format. Failing the same may lead to the rejection of the bid. 2. You may add the customer references by adding multiple rows which may be added by “NUMBER
OF ROWS TO ADD”. Form No. E6 OEM undertaking/acceptance letter
Sr. No. OEM Letter acceptance / Undertaking uploaded? (Yes/No)
Form No. E7 Bidder’s or consortium’s experience in TETRA installations or integrated solutions based on ICT
Note: 1. Please fill this form and upload the supporting documents for each customer reference in scanned
format. Failing the same may lead to the rejection of the bid. 2. You may add the customer references by adding multiple rows which may be added by “NUMBER
OF ROWS TO ADD”. Form No. E8 Bidder’s or consortium’s experience in TETRA installations: At least one (single executed and accepted project) of at least 50 crore INR for TETRA Digital Trunk Radio System issued in the last six years counted from the date of publication of the RFP document.
Note: 1. Please fill this form and upload the supporting documents for each customer reference in scanned
format. Failing the same may lead to the rejection of the bid. 2. You may add the customer references by adding multiple rows which may be added by “NUMBER
OF ROWS TO ADD”. Form no. E9 Financial strength of the Prime bidder
Financial Year Turnover (Rs. In Crores) Net worth (Rs. In Crores)
Audited Accounts uploaded? (Yes / No)
Note: Please fill this form and upload the audited Annual Accounts for the last three financial years. Form no. E10 IT based Infrastructure service Certification
Certificate Valid Up to Certificate attached? (Yes/No)
ISO 9001: 2000
Sr. No.
Name of the Organization
Contact Person
Contact telephone no. and Address
Date/Period of implementation
Description of works carried out
Value of Order
Type of Supporting Document attached
Sr. No.
Name of the Organization
Contact Person
Contact telephone no. and Address
Date/Period of implementation
Description of works carried out
Value of Order
Type of Supporting Document attached
RFP Document for Gujarat Police, Home Department
Page 64 of 96
Form No. E11 Bidder / Prime Bidder / any OEM partner shall not be blacklisted/ banned / disqualified/ declared ineligible / declared having dissatisfactory performance by any government / quasi‐government authority/financial institution in India in last 5 years
Sr. No. Particulars Letter Undertaking uploaded? (Yes/No)
1 Bidder / Prime Bidder
2 OEM
RFP Document for Gujarat Police, Home Department
Page 65 of 96
Form no. E12 Authorization Letters
Item Make and Model Name of OEM Authorization letter attached? (Yes/No)
TETRA Switch
TETRA Base Station
TETRA Radios – Handheld
TETRA Radios – Mobile
TETRA Radios – Mobile (Static)
TEDS terminals
LTE Base Stations
LTE Core Switch
LTE Terminals
Integrated Dispatch Server
Radio Control Server
MIS Server
NMS Server
AVLS Server
Workstations – Call Taking Positions
AVL Clients
IP Phones
Network Monitoring System
Centralized Digital Recording System (CDRS)
UPS
DG Set
Network Connectivity
Note: Only one option should be quoted by bidder.
RFP Document for Gujarat Police, Home Department
Page 66 of 96
Form No. E13 Make and Model List
Item Make and Model Supporting Document attached? (Yes/No)
TETRA Switch
TETRA Base Station
TETRA Radios – Handheld
TETRA Radios – Mobile
TETRA Radios – Mobile (Static)
TEDS terminals
LTE Base Stations
LTE Core Switch
LTE Terminals
Integrated Dispatch Server
Radio Control Server
MIS Server
NMS Server
AVLS Server
Workstations – Call Taking Positions
AVL Clients
IP Phones
Network Monitoring System
Centralized Digital Recording System (CDRS)
UPS
DG Set
For Connectivity (Specify the Name of the CP)
RFP Document for Gujarat Police, Home Department
Page 67 of 96
Technical Stage Documents:
Sr. No.
Particulars Documents to be submitted
Details provided (Yes/No)
1 Concept, Design and Solution – Bidder shall provide a narrative and graphical description in sufficient detail to clearly define the proposed concept(s)
Concept, Design and Solution
2 Products to be used, their availability and their specifications
Products specifications/ Product Brochures
3 Technical compliance with reference (to submit Brochures /specifications)
Line by Line Technical compliance
4 All Hardware requirements, system software and application software
Bill of Material
5 Sample Project Management Plan, including reasonable target dates, major tasks and steps
Project Management
6 RF Design to provide the required coverage and frequency plan
RF Design
7 IOP certificates from third party as a proof of availability of full functionality
IOP certificates
8 Bidder’s Self Assessment Matrix for Technical scoring (As mentioned in RFP)
RFP Document for Gujarat Police, Home Department
Page 68 of 96
Annexure 1A Compliance Check List – To be submitted as part of Technical Bid
Eligibility Criteria Documents to be Submitted Details provided (Y/N)
Reference (Page No / Section / Para)
A. Prime Bidder
1. The OEM of TETRA System should BID in consortium with Indian company as prime bidder. BIDS without OEM as consortium partner will be rejected.
Letter Undertaking from Prime bidder
2. Prime Bidder should be Indian Company. Prime
Bidder should be in Business of IT / ICT / Communication / System Integration for atleast seven years from the date of RFP Publication.
Copies of Purchase orders
3. The OEM Should have supplied & Commissioned
at‐least one TETRA project in India. The Project should be formally accepted by the customer & working satisfactorily for at least one year from the date of publishing of RFP. The bidder should submit acceptance certificate from user duly signed by officer not below the rank of IGP/GM/CST/Director.
Copy of Purchase Order & Completion certificate from Customer
4. The Bidder shall submit non‐refundable Bid
processing fees in the form of Demand Draft only, drawn in favour of “Gujarat Informatics Limited” for an amount of Rs. 25,000/‐ payable at Gandhinagar.
Demand Draft having details such as Name of the Bank / Cheque no / Amount / Date Payable at, etc
5. The Bidder shall submit, as part of its bid, Earnest Money Deposit in the form of Demand Draft / Bankers’ Cheque drawn in favour of “Gujarat Informatics Limited” for an amount of Rs. 2,00,00,000/‐ payable at Gandhinagar.
Demand Draft / Bankers’ Cheque etc having details such as Name of the Bank / Cheque no / Amount / Date Payable at, etc
6. The bidder must have office / service centre in Gujarat for radio communication / integrated solution which are operational for more than three years.
Valid Address Proof document
7. The bidder shall provide an undertaking on availability of spare parts for a period of 10 years from the date of acceptance of the system
Undertaking in this regard shall be submitted
B. Original Equipment Manufacturers (OEMs)
8. OEM’s direct presence in India Certificate of Incorporation
9. TETRA Service centre set up and managed by OEM in India
Registration Certificate / tax certificate / valid address proof
C. Applicable for Prime Bidder and all Consortium Members
RFP Document for Gujarat Police, Home Department
Page 69 of 96
Eligibility Criteria Documents to be Submitted Details provided (Y/N)
Reference (Page No / Section / Para)
10. The bidder or any one member of the consortium as the case may is dealing in the field of Wireless communication solution or integrated solutions based on ICT. Bidder to submit proof highlighting the area of operation.
Purchase Order / Work Order / Contract Agreement etc
11. Bidder or any of the member of the consortium as the case may be, shall have experience of having similar contracts to the one in the field of Bid Response and shall have at least one (single project) purchase order costing not less than Rs. 50 Crores for TETRA Digital Trunk Radio System within last six years. In case of consortium, the above criteria can be fulfilled by any member of the consortium. Bidder to submit order copies as documentary evidence.
12. The bidder shall submit proof that they have the Experience in manufacturing, procuring, supplying, installing and operating VHF / UHF Radio based mission critical voice‐data systems / equipments of similar scale, size and complexity. Bidder shall submit order copies as proof.
13. Bidder or the prime Bidder (in case of consortium), shall have an average annual financial turnover during the last 3 years, ending 31st March 2013 of the previous financial year as being at least, Rs. 1000 Crores.
Annual Report (Balance sheet and Profit & Loss account) at least for the FY 2010‐11, 2011‐12 & 2012‐13 certified by the auditor / Chartered Accountant
14. Net worth shall not be less than Rs. 3000 crores for the last financial year i.e. as on 31/3/2013. Net Worth shall mean the sum of subscribed and paid up equity and reserves from which shall be deducted the sum of revaluation reserves, miscellaneous expenditure not written off and reserves not available for distribution to equity share holders.
15. The bidder or the prime bidder (in case of consortium) shall have obtained ISO 9001:2000 certifications.
Copy of ISO certification
16. Bidder can be manufacturer (OEM) or authorized dealer / system integrator of Digital Trunk Radio Communication for OEM.
Letter of incorporation / Authorization letter from OEM
17. An undertaking from the Bidder stating the compliance with all the conditions of the Contract and Technical Specifications of the Bidding Document since no deviation will be acceptable to GOVERNMENT OF GUJARAT.
Undertaking in this regard shall be submitted
RFP Document for Gujarat Police, Home Department
Page 70 of 96
Eligibility Criteria Documents to be Submitted Details provided (Y/N)
Reference (Page No / Section / Para)
18. Bidder / Prime Bidder / any OEM partner shall not be blacklisted/ banned /disqualified/ declared ineligible / declared having dissatisfactory performance by any government / quasi‐government authority in India for supply of materials/ carrying out operations and maintenance work.
19. Bidder can be manufacturer (OEM), authorized dealer / system integrator of OEM or consortium partner, having experience in the field of Digital Trunk Radio Communication. In case of consortium, not more than two parties are permitted. One of the partners of the consortium, who shall be designated as a "Prime Bidder".
(a) Consortium agreement among the members signed by the Authorized Signatories of the companies dated prior to the submission of the bid to be submitted in original. It shall be on a Rs.100/‐ stamp paper and shall be notarized. (b) The MOU / agreement shall clearly specify the prime bidder, stake of each member and outline the roles and responsibilities of each member.
D. Technical Solution Documents
20. Concept, Design and Solution – Bidder shall provide a narrative and graphical description in sufficient detail to clearly define the proposed concept(s)
Concept, Design and Solution
21. Products to be used, their availability and their specifications Products specifications
22. Technical compliance with reference (to submit Brochures /specifications)
Technical compliance
23. All Hardware requirements, system software and application software
Bill of Material
24. Sample Project Management Plan, including reasonable target dates, major tasks and steps
Project Management
25. RF Design to provide the required coverage and frequency plan RF Design
26. IOP certificates from third party as a proof of availability of full functionality
IOP certificates
Please note that the list is the minimum documents to be enclosed. However, bidder may have to submit more documents to meet the RFP requirement.
RFP Document for Gujarat Police, Home Department
Page 71 of 96
Annexure 1B – Bidder’s Self Assessment Matrix – To be submitted as a part of Technical Bid Sr. No.
Particulars Evaluation Methodology / Points
Max. Points
Bidder's Self Assessment Points
Supporting Document
Reference in the Proposal (Document Name, Page No., Section, Para)
(A) Organizational Capability
1 Experience (cumulative experience of all members of the bid in case of consortium bid) in manufacturing, procuring, supplying, installing and operating/TETRA Radio based mission critical voice‐data systems / equipments. Bidder shall submit proof as documentary evidence.
Less than 3 years
0 5
3 to 5 Years 3
More than 5 years
5
2 No. of work / purchase orders received during last 6 years for setting up of Digital TETRA Trunk Radio system and central control and command centre anywhere in the world. Out of these, at least one order value shall be of more than INR 50crores. Orders less than INR 10 crores will not be considered as an order. Bidder shall submit proofs as documentary evidence.
1 to 3 work orders
3 5
More than 3 work orders
5
3 OEM direct presence in India Presence in India
3 3
Valid documentary proof such as company incorporation certificate, registration certification, tax certificate etc shall be submitted along with the bid.
None 0
4 Entire technical Solution (TETRA & Command & Control Room) from same OEM.
Same OEM for Both TETRA & Command & Control Centre
5 5
None 2
6 Average Turnover of prime bidder in last 3 years
above INR 1000 Cr.
3 5
above INR 3000 Cr.
5
Total (A) 23
(B) Technical Solution
RFP Document for Gujarat Police, Home Department
Page 72 of 96
1 TETRA Switch
(a) Redundancy
Fault Handling 5
– Simultaneous 2 Fault 5
– Single Fault 3
(b) Scalability
Support for 10,000 subscribers with scalable to 60,000 subscribers
6
– Without any additional H/W support 6
– With H/W support 2
– No 0
Support for 100 Base Station 5
– Without any additional H/W support 5
– With H/W support 1
– No 0
(c) Features in Fall back
Individual call 5
– NO 0
– YES 5
Emergency Call 5
– NO 0
– YES 5
Group Call 5
– NO 0
– YES 5
Data Services 5
– NO 0
– Partial (Please specify) 2
– YES 5
(d) MTBF 5
– 15 years 2
– More than 20 years 5
(e) TEDS/TETRA‐2
Compliant 8
– Without additional H/W 8
– With H/W support 2
2 Base Station
(a) Redundancy
Dual Controller with automatic switchover 5
– NO 0
– YES 5
Individual Power supply for each carrier 5
– NO 0
– YES 5
RFP Document for Gujarat Police, Home Department
Page 73 of 96
Automatic switchover to 2nd RF carrier 5
– Without service interruption 5
– With partial interruption (Please specify) 3
– No support 0
(b) Configuration and Management
Remote configuration of all parameters 5
– NO (only local) 1
– Only partial (Please specify) 3
– YES 5
Automatic monitoring of health of BS remotely 5
– NO 0
– YES 5
Remote software upgrade 5
– NO 0
– YES 5
Full FCAPS functionality 5
– NO 0
– Partial (Please specify) 2
– YES 5
3 Terminals
(a) GPS Built‐in
5
– accuracy of 30 meters or better 5
– accuracy of 50 meters 2
– No support 0
(b) Handheld Features
Weight 5
– Less than 300gm
o NO (more than 300gm) 1
o YES 5
Battery 5
– More than 12 hour talk time
o NO 0
o YES 5
(c) Features
Support for address book, call history 5
– NO 0
– Partial (Please specify) 2
– YES 5
Full navigation on call 5
– NO 0
– YES 5
Support for Java 5
– NO 0
RFP Document for Gujarat Police, Home Department
Page 74 of 96
– YES 5
Support for XHTML type browser 5
– NO 0
– YES 5
Support for DMO, Emergency Services, Priority Calls
8
– NO 0
– Partial (Please specify) 1
– YES 8
4 Network Infrastructure
(a) Security
Support for mutual authentication 6
– NO 0
– Partial (Please specify) 2
– YES 6
(b) Network Protocols
IP based 6
– NO 0
– YES 6
5 Broadband LTE Integration
(a) Scalable BW operation 1.25/5/10 MHz 8
– NO 0
– Partial (Please specify) 2
– YES 8
(b) Minimum throughput of 1Gbps for 5MHz 5
– NO 0
– YES 5
(c) Software compliant to 3GPP Rel 8 or higher 5
– NO 0
– YES 5
TOTAL (B) 157
Grand Total (A + B) 180
RFP Document for Gujarat Police, Home Department
Page 75 of 96
Annexure 2 – Price Bid Format
Sr. No.
Items Quantity Unit Cost without Tax including 5 years
Warranty & Installation & Commissioning (Amount Rs.)
Total Cost
(Amount Rs.)
Tax
1 2 3 4 3*4
A. TETRA Network
1 Core Switching Equipment 2
2 Network Management Terminal Including Dispatcher Terminal with Necessary
Software & Hardware
2
3 TETRA Mobile set in vehicular configuration with accessories defined in
the bid
1660
4 TETRA Mobile set in Fixed configuration with accessories defined in the bid
540
5 Hand Held Walkie Talkie with Data Cable, Battery, accessories etc.
2600
6 TEDS Terminals 100
7 TETRA Base Station Equipped with atleast 2 carriers with independent power supply
units
16
8 Antenna assembly & accessories (50 mtr. 7/8" low loss Cable, Connectors, 11dBi
Antenna, 3 antenna for RX and one for TX
16
9 UPS (10KVA or more with minimum 4 hrs back‐up) at all base sites & control rooms
18
10 DG sets for Base Stations and Switch 18
11 40 Mtr Self Supporting angular Tower with Civil Foundation, Lightning Arrester, Aviation Lamp and Class – I earthing with
Copper Strip and Copper Plate.
16
Total – A
B. 4G / LTE Overlay Network
12 Core Switching Equipment 1
13 LTE Base Stations 12
14 LTE Modems 50
Total – B
C. Command & Control Centre
15 Integrated Dispatch Server 2
16 Radio Control Server 2
17 MIS Server 2
RFP Document for Gujarat Police, Home Department
Page 76 of 96
18 NMS Server 2
19 AVLS Server 2
20 Call Taking Positions (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers,
foot PTT switch etc. )
25
21 Radio Dispatchers (Complete with all equipment like led/lcd screens, keyboard, mouse, desktop mic with PTT, speakers,
foot PTT switch etc. )
25
22 AVL Clients 25
23 Centralized Digital Recording System (Storage)
2
Total –C
Sr. No.
Items Total Cost with 5 years support (Amount
Rs.)
D. Non ‐ IT Equipments
E. Technical Manpower Cost
F. Integration Cost (HDIITS, CSITMS, CAD of Dial‐100 System)
G. Point to Point Network Connectivity (Backhauling) between Base Stations, Switches, etc.
Grand Total (A + B + C + D + E + F + G)
Note:
Bidders are required to provide the detailed breakup of the price quoted for “D. Non‐ IT Equipments”, “E. Technical Manpower” & “G. Point to Point Network connectivity”.
RFP Document for Gujarat Police, Home Department
Page 77 of 96
Annexure 3 – Performance Bank Guarantee Format
PERFORMANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act)
Ref: Bank Guarantee No. Date: To GOVERNMENT OF GUJARAT Gandhinagar ‐ 382009 Dear Sir, WHEREAS ………. (Name of Bidder) hereinafter called "the Bidder" has undertaken, in pursuance of Agreement dated, (hereinafter referred to as "the Agreement for supply, implementation and maintenance of "TETRA Digital Trunk Radio System and GPS Based Tracking System" against RFP No. HWT291113204 for the Gujarat Police, Home Department,Government of Gujarat . AND WHEREAS it has been stipulated in the said Agreement that the Bidder shall furnish a Bank Guarantee ("the Guarantee") from a scheduled bank for the sum specified therein as security for implementing PROJECT. I. WHEREAS we ____________ ("the Bank", which expression shall be deemed to include it successors and permitted assigns) have agreed to give the ("GOVERNMENT OF GUJARAT") the Guarantee: THEREFORE the Bank hereby agrees and affirms as follows: The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due and payable by the Bidder to GOVERNMENT OF GUJARAT under the terms of their Agreement dated_____________. Provided, however, that the maximum liability of the Bank towards GOVERNMENT OF GUJARAT under this Guarantee shall not, under any circumstances, exceed___________________ in aggregate. 2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice from GOVERNMENT OF GUJARAT in that behalf and without delay/demur or set off, pay to GOVERNMENT OF GUJARAT any and all sums demanded by GOVERNMENT OF GUJARAT under the said demand notice, subject to the maximum limits specified in Clause 1 above. A notice from GOVERNMENT OF GUJARAT to the Bank shall be sent by Registered Post (Acknowledgement Due) at the following address: ________________________ ________________________ ________________________ Attention Mr._____________ 3. This Guarantee shall come into effect immediately upon execution and shall remain in force for a period of 12 or 36 months (as the case may be) from the date of its execution. The Bank shall extend the Guarantee for a further period which may mutually decided by the bidder &GOVERNMENT OF GUJARAT.
RFP Document for Gujarat Police, Home Department
Page 78 of 96
The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be modified, discharged, or otherwise affected by: ‐ Any change or amendment to the terms and conditions of the Contract or the execution of any further Agreements. ‐ Any breach or non‐compliance by the Bidder with any of the terms And conditions of any Agreements/credit arrangement, present or Future, between Bidder and the Bank. 4. The BANK also agrees that GOVERNMENT OF GUJARAT at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against the BIDDER and not withstanding any security or other guarantee that GOVERNMENT OF GUJARAT may have in relation to the Bidder's liabilities. 5. The BANK shall not be released of its obligations under these presents by reason of any act of omission or commission on the part of GOVERNMENT OF GUJARAT or any other indulgence shown by GOVERNMENT OF GUJARAT or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the BANK. 6. This Guarantee shall be governed by the laws of India and the courts of Ahmedabad shall have jurisdiction in the adjudication of any dispute which may arise hereunder. Dated this………………….Day of…………………… Witness (Signature) (Signature) (Name) Bank Rubber Stamp (Name) (Official Address) Designation with Bank Stamp Plus Attorney as per Power of Attorney No. Dated: List of approved Banks: All Nationalized Bank including the public sector bank or Private Sector Banks authorized by RBI or Commercial Bank or Regional Rural Banks of Gujarat or Co‐Operative Bank of Gujarat (operating in India having branch at Ahmedabad/ Gandhinagar) as per the G.R. no. EMD /10/2013/107/DMO Dated 06.04.2013 issued by Finance Department.
RFP Document for Gujarat Police, Home Department
Page 79 of 96
Annexure 4 – Geographical Maps
1. Ahmedabad City
RFP Document for Gujarat Police, Home Department
Page 80 of 96
2. Vadodara City
RFP Document for Gujarat Police, Home Department
Page 81 of 96
3. Rajkot City
RFP Document for Gujarat Police, Home Department
Page 82 of 96
4. Surat City
RFP Document for Gujarat Police, Home Department
Page 83 of 96
5. Gandhinagar District
RFP Document for Gujarat Police, Home Department
Page 84 of 96
Annexure 5 – List of Police Stations
1. Ahmedabad City
Sr. No.
Office Name Type of Office
Address
1 CP Office CP Ahmedabad CP office, Shahibaug, Ahmedabad.
2 ACP A Divi ACP ACP Office, Division A, Driving Road. Ahmedabad
3 ACP B Divi ACP ACP, B Division, Ghatlodiya PSTN Compound, Near Chandni Apartment, Sola Road,
4 ACP C Divi ACP Karanj Bhavan, 4th Floor, C Drivision, Lal Darvaja, Ahmedabad
5 ACP D Divi ACP ACP, D Division, Kalupur Railway Station, Ahmedabad
6 ACP E Divi ACP Karanj Bhavan, 4th Floor, E Division, Laldarvaja.
7 ACP F Divi ACP F Division,NrDariyapur Police station, Ahmedabad
8 ACP G Divi ACP ACP Office, G Division, Hasol Talvadi, Sardarnagar.
9 ACP H Divi ACP H Division, Garibnagar Char Rasta, Lalbhadur Sastri Station, Bapunagar
10 ACP I Divi ACP Opp. Khanvadi, CTM, Ramol Road, Ramol, Ahmedabad‐387710
11 ACP J Divi ACP J division, 1st floor maninagar police station, maninagar
12 ACP K Divi ACP K Division, kagdapith Police station nipachal,
13 ACP L Divi ACP L Division, 5th floor karang bhavan, laldarwaja.
14 ACP M Divi ACP ACP, M Division, Near Sonal Cinema, Sonal Police Chowki, Juhapura, Ahmedabd
15 ACP N Divi ACP ACP, N Division, Satellite PSTN, Ramdevnagar char rasta, Satellite
16 ACP Traffic ACP Officer Flats, Mithakhadi Six Way, Navrangpura, Ahmedabad‐
17 DCP Crime DCP DCP Crime, CRIME BRANCH, GAYAKWADI HAVELI, GAYAKWAD
18 DCP Traffic DCP DCP Traffic, Officer Flats, Mithakhadi Six Way, Navrangpura, Ahmedabad‐
19 Zone‐1 DCP ZONE ZONE‐1,NAVRANGPURA POLICE STATION
20 Zone‐2 DCP ZONE ZONE‐2,3RD FLOOR KARANJ BHAVAN LALDARWAJA
21 Zone‐3 DCP ZONE ZONE‐3,JUNA SHAER KOTDA BUILDING
22 Zone‐4 DCP ZONE ZONE‐4,SHAHIBAUG POLICE STATION, NEAR SHAHIBAUG UNDER BRIDGE
23 Zone‐5 DCP ZONE ZONE‐5, KALUPUR
24 Zone‐6 DCP ZONE ZONE‐6, DEDKI GARDEN, KANKARIA
25 JCP Crime JCP JCP Crime, CRIME BRANCH, GAYAKWADI HAVELI, GAYAKWAD
26 JCP HQ JCP JCP HQ, Ahmedabad CP office, Shahibaug, Ahmedabad.
27 JCP Spl. Branch JCP JCP SPL Branch, Ahmedabad CP office, Shahibaug, Ahmedabad.
28 JCP Traffic JCP JCP Traffic, Ahmedabad CP office, Shahibaug, Ahmedabad.
29 Control Room Other Control Room, Ahmedabad CP office, Shahibaug, Ahmedabad.
30 Crime Branch Other CRIME BRANCH, GAYAKWADI HAVELI, GAYAKWAD
31 HQ Other Police HQ, Shahibaug
32 PCB Other PCB Branch, Ahmedabad CP office, Shahibaug, Ahmedabad.
33 Sector‐1 Other Sector‐1, Ahmedabad CP office, Shahibaug, Ahmedabad.
34 Sector‐2 Other SECTOR‐2,NEAR KHOKHRA BRIDGE,DEDKI GARDEN
35 SOG Other SOG Crime Branch, Gujarat Agro Building, Juhapura, Ahmedabad
36 Special Branch Other Special Branch, Ahmedabad CP office, Shahibaug, Ahmedabad.
37 Traffic Branch Other Traffic Branch, Officer Flats, Mithakhadi Six Way, Navrangpura, Ahmedabad‐
38 Amraiwadi Police Station
AMRAIWADI POLICE STATION, AMRAIWADI GAM
RFP Document for Gujarat Police, Home Department
Page 85 of 96
39 Anandnagar Police Station
Anandnagar Police Station, Old Satellite Police Station, Shivranjani Char‐rasta, Naherunagar, Amdavad
40 Bapunagar Police Station
BAPUNAGAR POLICE STATION, OPP.GANESH MANDIR, LALBAHADUR SHASTRI ROAD,
41 Chandkheda Police Station
CHANDKHEDA POLICE STATION, I.O.C. ROAD
42 Danilimada Police Station
DANILIMBDA POLICE STATION, NEAR BABUNAGAR,
43 Dariapur Police Station
DARIYAPUR POLICE STATION, PREM DARWAJA,
44 Ellisbridge Police Station
ALLICEBRIDGE POLICE STATION, OPP.TOWN HALL, AHMEDABAD
45 Gaikwad Haveli Police Station
GAYAKWAD POLICE STATION, JAMALPUR
46 Ghatlodia Police Station
GHATLODIYA POLICE STATION, OPP.AAKASH GANGA APT.,SOLA ROAD
47 Gomtipur Police Station
GOMTIPUR POLICE STATION, PATEL MILL PASE, SHITAL CINEMA SAME
48 Gujarat University
Police Station
GUJARAT UNI. POLICE STATION, BEHIND PRL
49 Isanpur Police Station
ISANPUR POLICE STATION, OPP.MILLATNAGAR
50 Kagdapith Police Station
KAGDAPITH POLICE STATION, NEAR NEWCLOTH MARCKET, RAIPUR DARWAJA
51 Kalupur Police Station
KALUPUR POLICE STATION, DHANASUTHAR CHAR RASTA, RELIEF ROAD
52 Karanj Police Station
KARANJ POLICE STATION, KARANJ BHAVAN, LALDARWAJA
53 Khadia Police Station
KHADIYA POLICE STATION, NEAR RAIPUR DARAWAJA,
54 Khokhra Police Station
Khokhara Police Station, Khokhra Circle, Amaraiwadi, Amdavad.
55 Madhavpura Police Station
MADHAVPURA POLICE STATION, MADHAVPURAGAM
56 Mahila Police Station
Mahila police station, juna karanj, bhadra
57 Maninagar Police Station
MANINAGAR POLICE STATION, RAMBAG CHAR RASTA
58 Meghaninagar Police Station
MEGHANINAGAR POLICE STATION,
59 Naranpura Police Station
NARANPURA POLICE STATION, NEAR AKHARBARNAGAR UNDERBRIDGE
60 Naroda Police Station
NARODA POLICE STATION, NARODA HIGHWAY
61 Navrangpura Police Station
NAVRANGPURA POLICE STAION, OPP.RAILWAY FATAK
62 Odhav Police Station
ODHAV POLICE STATION,
63 Rakhial Police Station
RAKHIAL POLICE STATION, OPP.MONOGRAM MILL
64 Ramol Police Station
RAMOL POLICE STATION,
65 Ranip Police Station
Ranip Police Station, Near Subhash Bridge, RTO office, Ahmedabad
RFP Document for Gujarat Police, Home Department
Page 86 of 96
66 Sabarnati Police Station
SABARMATI POLICE STATION, RAMNAGAR
67 Sardarnagar Police Station
SARDARNAGAR POLICE STATION, NEAR AIRPORT, SARDARNAGAR
68 Satellite Police Station
SATELLITE POLICE STATION, RAMDEVNAGAR CHAR RASTA
69 ShaherKotada Police Station
SHAR KOTDA POLICE STATION, SARSPUR , AHMEDABAD,
70 Shahibaug Police Station
SHAHIBAUG POLICE STATION, NEAR SHAHIBAUG UNDERBIDGE
71 Shahpur Police Station
SHAPUR POLICE STATION, SHAPURT BAHI STATION,AHMEDABAD
72 Sola Police Station
SOLA POLICE STATION, SOLA CIVIL HOSPITAL, SOLA , AHMEDABAD
73 Vastrapur Police Station
VASTRAPUR POLICE STATION, NR, SAL HOSPITAL, DRIVION ROAD, VASTRAPUR ROAD
74 Vatva Police Station
VATVA POLISTATION, NR GOLDEN TOKIS ,VATAVA AHMEDABAD
75 Vatva GIDC Police Station
VATAVA GIDC POLICE STATION, NR BOBAY CONDUCTER .
76 Vejalpur Police Station
VAJALPUR POLICE STATION, NR APMC MARKET, PALDI‐SARKHEJ ROAD.
2. Vadodara City
Sr. No.
Office Name Type of Office Address
1 CP Office CP Police Commissioner Office, PoliceBhavan, Jail Road, Raopura Vadodara 396001
2 B Divi ACP ACP "B" Division office, Raopura police Station, 2nd floor, Kothi Char Rasta, Vadodara.390001
3 A Divi Other "A" division office, Wadi police Station, 3rd floor, near gendi gate darwaja, vadodara.390017
4 C Divi Other "C" division office, Karelibaug Police Station, 1st Floor, Near Bhutdizapa Police Line,Vadodara.390018
5 D Divi Other "D" division office, Sayajigunj Police Station, Near Rly Station,Vadodara.390005
6 DCB Other DCB police station, NR Swami Narayan Mandir, Harankhana Road Vadodara City PIN CODE 390017
7 DCB Crime Other DCP Crime Office, 5th Floor, Police Commissioner Office, Police Bhavan, Jail Road, Raopura, Vadodara. 396001
8 HQ Other Office of The Reserve Police Inspector, Police Head Quarter, Vadodara City, Near Pratapnagar Over Bridge, Pratapnagar Vadodara.
9 HQ Other Office of The Reserve Police Inspector, Police Head Quarter, Vadodara City, Near Pratapnagar Over Bridge, Pratapnagar Vadodara.
10 MT Office Other M T Section Office, Police Head Quarter,Pratapnagar,Vadodara‐390004
11 SOG Other Opp Karelibaug Police Station, Bhutdi jampa,Vadodara‐390018
12 Traffic Branch Other Traffic Branch, Old Sayajigunj Police Station Building, Near M. S. University, Rly Station, Vadodara 390005
RFP Document for Gujarat Police, Home Department
Page 87 of 96
13 Wireless Branch Other Wireless Office, Police Head Quarter,Pratapnagar,Vadodara‐390004
14 Chhani Police Station Chhani Police Station, Chhani Village, Sakharda road, Chhani, Vadodara City
15 City Police Station City Police Station, Near SBI Bank, Mandvi, Panigate Road, Vadodara
16 Fatehganj Police Station Fatehgunj Police Station, NR Tvs Showroom, Navayard, ChhaniRoad, Vadodara City ‐ 390002
17 Gorwa Police Station Gorwa Police Station, NR Gorakhnath Temple, Refinary Road, Gorwa Vadodara City ‐ 390016
18 Gotri Police Station Near Geri Compund, Behind yesh Complex, GotriRoad, Vadodara
19 J P Road Police Station J.P. Road Police Station, Patrakar Char rasta , Tandelja, Vadodara City, Vadodara.
20 Jawaharnagar Police Station Jawaharnagar Police Station, Near GACL Company, Near Ranoli Over Bridge, Jawaharnagar, Vadodara.
21 Karelibaug Police Station Karelibaug Police Station, Near Bhutdizapa Police Line, Bhutdizpa, Vadodara. 390018
22 Kishanwadi Police Station Kishanwadi Police Station, Block No 13, 14. Gujarat Housing Board, Near Navjivan bus Stand, AjwaRoad, Vadodara.
23 Mahila Police Station Mahila Police Station, Opp SSG Hospital, Aradhana Takies Char Rasta, Vadodara. 390001
24 Makarpura Police Station Makarpura Police Station, NR Bhavans School, Makarpura Road‐ 390011
25 Manjalpur Police Station Manjalpur Police Station, B/H Jijimata Temple , Opp. Bank of Baroda, Near Garden, Makarpura Village, Vadodara
26 Navapura Police Station Navapura Police Station, NR Reliance Mall, R.V.Desai Road, Navapura‐ 390004
27 Panigate Police Station Panigate Police Station, NR Pani Gate Dharwaja, Panigate, Vadodara ‐ 390017
28 Raopura Police Station Raopura Police Station, Raopura Main Road, Near Khadi Gramodhyog Opp Mam'S Poll, Vadodara City ‐ 396001
29 Sayajigunj Police Station Sayajigunj POlice Station, Near Radhika Restaurant, Opp. Railway Station, Vadodara City
30 Wadi Police Station Wadi Police Station, NR Gendi Gate, Vadodara. 390 017
3. Rajkot City
Sr. No.
Office Name Type of Office Address
1 CP Office CP CP OFFICE, NEAR RACE COURSE, RAJKOT
2 ACP Crime Other ACP CRIME CP OFFICE
3 ACP West Other ACP WEST, POLICE BHAVAN, C.P.OFFICE, NEAR RACE COURSE, RAJKOT.
4 DCB Branch Other DCB Branch C P Office
5 HQ Other POLICE HEAD QURTERS.B/H RACE COURSE, RAJKOT
6 A Divi Police Station A‐DIVISION POLICE STATION, DHEBAR CHOCK, RAJKOT
7 B Divi Police Station B‐DIVISION POLICE STATION, RAMNATH PARA , NEAR. OLD JAIL , RAJKOT
8 Bhaktinagar Police Station BHAKTINAGAR POLICE STATION , NEAR NEELKANTH
RFP Document for Gujarat Police, Home Department
Page 88 of 96
CINEMA , KOTHARIYA ROAD, RAJKOT
9 Gandhigram Police Station GHANDHIGRAM POLICE STATION, 150 FOOT RING ROAD, OPP. STERLING HOSPITAL
10 Kuwadava Road Police Station KUVAVADA ROAD POLICE STATION, AEHMADABAD HIGHWAY, NAVA GAM, RAJKOT.
11 Mahila Police Station MAHILA POLICE STATION, POLICE HEAD QTRS.B/H RACE COURSE, RAJKOT.
12 Malaviyanagar Police Station MALVIANAGAR POLICE STATION, MAVADI MAIN ROAD, RAJKOT
13 Pradyumannagar
Police Station PRADYUMAN NAGAR POLICE STATION , NEAR JAYHIND PRESS , RAJKOT
14 Rajkot Taluka Police Station RAJKOT TALUKA POLICE STATION, OPP. PATHIK ASHRAM, JAMNAGAR ROAD, RAJKOT.
15 Thorala Police Station THORALA POLICE STATION, BHAVNAGAR ROAD, RAJKOT.
4. Surat City
Sr. No.
Office Name Type of Office Address
1 CP Office CP C.P., 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
2 ACP B Divi ACP ACP Office, "B" Division, Udhana Gam, Surat.
3 ACP Crime ACP Addl. CP, Crime & Traffic, 1st Floor, Police Bhavan, Opp. Jilla Seva Sadan‐2, Athwalines, Surat.
4 Range‐1 ACP Addl. CP, Range‐1, 1st Floor, Police Bhavan, Opp. Jilla Seva Sadan‐2, Athwalines, Surat.
5 Range‐2 ACP Addl. CP, Range‐2, 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
6 SC/ST Cell ACP ACP SC/ST Cell, Sagrampura Police Chowki Building, Surat.
7 DCB DCB D.C.B. PS, Muglisara Road, Furja, Surat,
8 ACP A Divi Other ACP office "A" division, 1 floor varacha police station, surat.
9 ACP C Divi Other ACP office "C" division, mahidharpura police station niuper, surat.
10 ACP D Divi Other ACP office "D" division, surat, rang upvannibajuma, surat.
11 ACP E Divi Other ACP Office, "E" Division, Umra Police Station Building, Athwalines, Surat.
12 ACP F Divi Other ACP Office, "F" Division, Pandesara GIDC, Surat.
13 ACP G Divi Other ACP office, "G" division, adajan bus stop nibajuma, surat.
14 Computer Cell Other Computer Cell, 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
15 Control Room Other Control Room, 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
16 DCP Crime Other DCP Crime, Fuja Chowkbazar, Surat.
17 DCP Zone‐1 Other DCP Zone‐1, 1st Floor, Varachha Police Station Biulding, Varachha Road, Surat.
18 DCP Zone‐2 Other DCP Zone‐2, 2nd Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
19 DCP Zone‐3 Other DCP Zone‐3, 2nd Floor,PoliceBhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
20 DCP Zone‐4 Other DCP Zone‐4, 2nd Floor,PoliceBhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
RFP Document for Gujarat Police, Home Department
Page 89 of 96
21 Dy. Admn. Officer Other Dy.A.O. 2nd Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
22 HQ Other DCP HQ, Police Head Quarter, Athwalines, Surat.
23 License Branch Other Licence Branch, 2nd Floor, PoliceBhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
24 MOB Other M.O.B., 1st Floor, B Block, JillaSeva Sadan‐2, Athwalines, Surat.
25 PCB Other PCB 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
26 Reader Other Reader to CP, 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
27 SOG Other S.O.G., 1st Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
28 Special Branch Other ACP Special Branch, 2nd Floor, Police Bhavan, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
29 Traffic Branch Other ACP Traffic, Near Chaupati, Surat.
30 Wireless Other C.P. Office Compound, Welfare Center Building, Opp. JillaSeva Sadan‐2, Athwalines, Surat.
31 Adajan Police Station ADAJAN POLICE STATION, KAVI KALAPI GARDEN NI SAME, SURAT.
32 Amroli Police Station AMROLI POLICE STATION, SAYAN ROAD, SURAT.
33 Athwalines Police Station Athwalines PS, SMC Museum Building, Opp. Gandhi Bag, Chowkbazar, Surat.
34 Chowkbazar Police Station Chowkbazar PS, Muglisara Road, Furja, Surat,
35 Dumas Police Station Dumas PS, Dumas Gam, Surat,
36 Hazira Police Station Hazira PS, Hazira Gam Road, Surat,
37 Ichchhapur Police Station ICHCHAPUR POLICE STATION, ONGC CHAR RASTA NI PASE, HAZIRA ROAD, SURAT.
38 Jahangirpura Police Station Jahangirpura PS, Mora Bhagal Chowki Building, Mora Bhagal, Rander, Surat,
39 Kapodra Police Station Kapodra P.S., Varachha Road, Surat.
40 Katargam Police Station KATAR GAM POLICE STATION, RAMJI MANDIR NAJIK, SURAT.
41 Khatodara Police Station KHATODARA POLICE STATION, UDHANA MAGDALLA ROAD, SURAT.
42 Limbayat Police Station LIMBAYAT POLICE STATION, MARUTI NAGAR, HELTH SENTER NI BAJUMA,SURAT
43 Mahidharpura Police Station MAHIDHARPURA POLICE STATION, POST OFFICE NI BAJUMA, SURAT.
44 Mahila Police Station Mahila PS, Umra Police Station Building, Athwalines, Surat.
45 Marine Police Station Marine Police Station, Hazira Road, Surat.
46 Pandesara Police Station PANDESARA POLICE STATION, 68/2 GIDC, PANDESARA, SURAT.
47 Puna Police Station PUNA POLICE STATION, PUNA PATIYA , SURAT.
48 Rander Police Station RANDER POLICE STATION, BUS STOP NAJIK, RANDER, SURAT.
49 Sachin Police Station SACHIN POLICE STATION, SURAT NAVSARI MAIN ROAD, SACHIN SURAT.
50 Sachin GIDC Police Station Sachin GIDC PS, E & P Old Office, GIDC Naka, Sachin, Surat.
51 Salabatpura Police Station SALABATPURA POLICE STATION, SURAT.
52 Udhana Police Station Udhana PS, Road No.0, Near Dindoli Overbridge, Udhana, Surat.
RFP Document for Gujarat Police, Home Department
Page 90 of 96
53 Umara Police Station Umra Police Station, Near SMC Party Plot, Athwalines, Surat.
54 Varachha Police Station VARACHA POLICE STATION, VARACHA ROAD, SURAT.
55 SDPO Surat Rly SDPO SDPO WESTERN RAILWAY SURAT DIVISION, SURAT RAILWAY POLICE LINE
5. Gandhinagar District
Sr. No.
Office Name Type of Office Address
1 SP Office DSP SP OFFICE SECTOR 27 ,GANDHINAGAR
2 CPI Adalaj CPI C.P.I OFFICE , ADALAJ
3 CPI Gandhinagar CPI Sector‐21 Police Station, 1st Flore
4 Adalaj Police Station ADALAJ POLICE STATION
5 Dabhoda Police Station DABHODA POLICE STATION
6 Dehgam Police Station DEHGAM POLICE STATION
7 Kalol Police Station KAKLOL CITY POLICE STATION
8 KalolTaluka Police Station KAKLOL TALUKA POLICE STATION
9 Mahila Police Station MAHILA POLICE STATION, SECTOR‐16, GANDHINAGAR
10 Mansa Police Station MANSA POLICE STATION
11 Pethapur Police Station PETHAPUR POLICE STATION
12 Rakhial Police Station RAKHIAL POLICE STATION
13 Sector‐21 Police Station SECTOR‐21 POLICE STATION
14 Sector‐7 Police Station SECTOR‐7 POLICE STATION
15 Traffic Police Station SECTOR‐30,BLOCK NO.128\2(GH)TIPE,GANDHINAGAR
16 SDPO Gandhinagar
SDPO SECTOR‐7 GANDHINAGAR
17 SDPO Kalol SDPO SDPO OFFICE , KALOL
RFP Document for Gujarat Police, Home Department
Page 91 of 96
Annexure 6 – List of tentative suitable locations identified in each
commissionerate/district for installation of Base Station (Tower) along with the details of
the specific areas i.e. probable dark spot areas of each commissionerate/district.
Sr. No.
Probable Base Station Location Height (In feets)
Probable Dark Spots Areas
Ahmedabad City
1 Sarkhej Police Station 40
Sola Bhagwat, Some area of Satellite &
inner area of old city are probable dark spot
2 Sola Police Station 40
3 Naroda Police Station 30
4 Ramol Police Station 30
5 Apana Bajar 150
Gandhinagar District
1 Control Room SP office Sec‐27 30
2 Sec‐21 PSTN 21
3 Udhyog Bhavan Sec‐11 70
4 Infocity Near GH‐0 50
5 GIFT City Near Dholakuva 100
6 Police Bhavan Sec‐18 70
7 FSL Sec‐18 50
8 Sachivalay, Dy.S.P. office Sec‐10 70
Vadodara City
1 Ravpura Police Station
Police Bhavan, Jail Road, Vadodara 100
Makarpura Police Station Jambuva
2
Makarpura Police Station Aangan Tower, Infront of Makarpura Police Station,
Vadodara
100 Chhani Police Station Fajalpur and Angadh
3
Makarpura Police Station SwaraAppartment, Near ABB
Company, Infront of Jijima Temple, Maneja, Makarpura‐Jambuva road,
Vadodara
100 Manjalpur Police Station
Makarpura GIDC
RFP Document for Gujarat Police, Home Department
Page 92 of 96
Sr. No.
Probable Base Station Location Height (In feets)
Probable Dark Spots Areas
4 J.P.Road Police Station
Sunrise Heights, Sun Farma Road, Tandalaja, Vadodara
100
5 Gorwa Police Station
Silver Appartment, Illora Park Road, Subhanpura, Vadodara
90
6 Jawaharnagar Police StationR Squre, Bajawa Refinery Road,
Bajwa, Vadodara 50
7
Chhani Police Station Saudarya Avenue, Under Chhani Over Bridge, National Highway,
Chhani, Vadodara
50
8 Karelibaug Police Station
BRG Heights, Near Sama Bridge, Amitnagar‐Sama Road, Vadodara
100
9
Panigate Police Station Vrundavan Heights, Near LPG Pump, Pariwar Cross Road,
Waghodiya‐Dabhoi Ring Road, Vadodara
100
Surat City
1 Govt. Multy Story Building,
Nanpura 120 Magdala, ONGC Bridge T Point
2 Govt. Building, SVNIT Campus,
Ichchha Nath 108
Palsana T Point, Near Satvalla Bridge (Sachin)
3 Santiniketan Building, Vesu Cross
Road 132
Under Varachha Main Road Overbridge
4 Naxatra Building, Near L.P. Sawani
School, Adajan, Surat 132 Pandesara GIDC Area
5 Laxmi Residency, Near Gajera
School, Katargam 120
6 D Navin Chandra Building, Near
Katargam Police Station 108
7 Nilkanth Residency, New Kosad
Cross Road, Amroli 120
8 Police Quarters Building, Falsawadi,
Near Railway Station 120
9 Bombay Market Building 144
10 Motinagar Flates Nana varachha 120
11 Royal Residency UNN Gam, Main
Road 120
Rajkot City
1 BahumaliBhavan (Govt. Building)
Near Race Course 100
2 Galaxy Com. Centre Opp. Shashtri Medan
85
3 Galaxy Residence
Near Commissioner Office 125
RFP Document for Gujarat Police, Home Department
Page 93 of 96
Sr. No.
Probable Base Station Location Height (In feets)
Probable Dark Spots Areas
4 Jimmy Tower
Gondal Road Opp. Bombay Hotel, Makam Chowk
100
5 Ganga Jamuna
Near Madhapar, Jamnagar Road 100
6 Aalishan
150 ring Road, Indira Chowk 100
7 Decora Height
Avadh Residency, Kalavad Road 100
8 Krishna Park Hotel Gondal Road
Chowkady 60
9 Aaji Dam (Govt. Buiding)
Bhavnagar Road 45
10 Krishna Complex Bhavnagar Road
45
11 Paradise Hills
Bhavnagar Road, Opp. Krishna Int. School
100
12 ITS Life
Padak Road, Near Green Land Chowkady
100
13 Maliasan Village 45
14 India Palace Hotel Kuvadava Road
45
15 Ram Dham
Morvi Road Ratanpar 45
RFP Document for Gujarat Police, Home Department
Page 94 of 96
Annexure 7 – Details of Modernization of Police Control Room – 34 individual Police
Control Rooms, Gujarat
Modernization of the Police Control Room – the nerve centre of operations of a police force – is one of the important projects underway in the state. The project has several modules such as: Control Room Automation; adoption of Geographical Information System; Automatic Vehicle Locator; Computer Telephony Interface; CCTV monitoring of control room activities; Access Control System; further SMS Gateway Communicator and integration with the 108 Call Centre. By this system, citizen would get Police help immediately as a result citizen will have trust on Police and hence will provide better help to distress caller. InterAct Public Safety Solutions Pvt. Limited has installed the system at 34 distinct control rooms covering all the district Superintendent of Police, City Commissionerate and Western Railway Control Rooms of Gujarat
Computer Aided Dispatch – using the InterActCAD System, call taker can fill the
incident as well as dispatcher can monitor and manage multiple incidents
Geographic Information System‐ place of incident as well as incident details can be
mapped on GIS
Automatic Vehicle Location System – the location of field units can be tracked in real‐
time enabling the dispatchers to dispatch the closest officer to the incident
CCTV Monitoring – Four Infrared CCTV cameras are being installed at each CRto
monitor activity of call taker , dispatcher & other operators
Biometric Access Control System–To prevent unauthorized entry in control room,
finger print based biometric access control system integrated with electromagnetic
door locking system is being installed at each control room.
VHF Voice Logging – All the conversation on VHF frequency at dispatcher end are being
logged and recorded
Computer Aided Dispatch
Computer Aided Dispatch (CAD) is a module for call taker and call dispatcher to create incident reports and fill related details as per conversation with distress caller. The CAD System provides real‐time data acquisition and control through user‐friendly graphics display with an easy to use operator interface system. The system consists of two sections: Call taker and Call dispatcher. Call taker collects information related to incident from the distress caller and creates an incident report, whereas the call dispatcher locates the nearest vehicle on the GIS map and communicates with PCR or patrolling vehicle and assigns police vehicle to the incident location.CAD provides help to the telecommunicator and dispatcher in recording activities, setting priorities, and identifying who is available to respond;
Computer Telephony Interface
Interact has integrated with third party EPABX system to get call pop up using TAPI Interface, hence with the help of Computer Telephony Interface callers detail gets pop up on call taker`s screen.
RFP Document for Gujarat Police, Home Department
Page 95 of 96
Video Surveillance and Biometrics system for Control Room
All the activities in the control room are being monitored & recorded using IR CCTV cameras. Biometric fingerprint based access control system is being used to restrict unauthorized access to control room as well as to track attendance.
Mapping Wireless Conversation
All the wireless conversations are being recorded with date and time stamped so that proper records of each conversation is maintained. GIS for policing
The state police are implementing a Geographical Information System known as GEO911, which is a module that shows geographical details of city like highways, landmarks, streets, vital installations as per the layers and also provides real time movement of vehicles on map as well as incident details.
The GIS‐based information may include agency defined layers that commonly include hospitals, roads, houses, airports, etc. GIS updates are handled via standard ESRI products. InterAct’s Geographic Information System is the hub for integrating caller location as well as incident location.
Automatic Vehicle Locator
The Automatic Vehicle Locator (AVL) module consists of automatic locater device installed in the police patrolling vehicle and software module which interacts with control room and device. The system is a combination of hardware, software and networking subsystems that tracks the location of vehicles within a network using a combination of GPS/GPRS. The real‐time tracking, movement and location of the vehicle is projected onto a map and displayed onto a PC screen for monitoring. Each vehicle equipped with the GPRS /GPS (AVL system), will have its location and identity continuously transmitted.
Integration with 108 Call Centre
The 108 Emergency Response service is presently providing services for emergency healthcare, fire and police. However, the service is presently not integrated with police systems and this at times leads to situations where police response times can be improved. Consequently, the state police would be implementing& upgrading a Dial 100 system that would also be integrated with the 108 service.
There are many cases such as mob attack, bomb blast, riots etc., where police help would be needed along with emergency health services. In such a scenario, relevant information would be acquired from the distress caller and fed into the 108 system by the call operator. The same information would also be conveyed to the nearest Police Control Room.
Further plans for Control Automation
Control Room automation software consist of Computer‐aided Dispatch (CAD) system which provides leading edge technology to assist call takers, telecommunicators, dispatchers, and system administrators to receive and manage (Dial 100) calls and dispatch Police, Fire, EMS, and other types of agencies. The system designs take care of every feature with the goal of
RFP Document for Gujarat Police, Home Department
Page 96 of 96
split second response, ease‐of‐use, data integrity, and data security. InterAct Dial 100 System an integrated system with Computer aided dispatch system for call taking and dispatch process, Geo911 system for GIS map and AVL system for vehicle location along with other network and telecommunication modules. Dial 100 system is flexible in nature hence easy integration with other Public Safety Systems such as Mission Mode Crisis Management System, Record Management System, Court Management System, Fire Management System, CCTV Surveillance System with Analytics, Mobile Data Terminal Integration, PocketCOP Integration.