COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN...

87
____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 1 COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE HEADQUARTERS, 18, LALBAZAR STREET, KOLKATA-700001 TENDER DOCUMENT FOR SUPPLY, INSTALLATION, IMPLEMENTATION, CUSTOMIZATION, AND MAINTENANCE OF DIGITAL OPEN STANDARD IP BASED TETRA RADIO TRUNKING SYSTEM (800 MHz BAND) ON TURN KEY BASIS FOR KOLKATA CITY POLICE COMMISSIONERATE TENDER NO 7764 /TEN Date 06-05-2009

Transcript of COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN...

Page 1: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 1

COMMISSIONER OF POLICE

KOLKATA KOLKATA POLICE HEADQUARTERS,

18, LALBAZAR STREET, KOLKATA-700001

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, IMPLEMENTATION, CUSTOMIZATION, AND MAINTENANCE OF DIGITAL OPEN STANDARD IP BASED TETRA RADIO TRUNKING SYSTEM (800 MHz BAND) ON TURN KEY BASIS

FOR

KOLKATA CITY POLICE COMMISSIONERATE

TENDER NO 7764 /TEN Date 06-05-2009

Page 2: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 2

Index Sl. No. Description. Page No. 01 Notice Inviting Tender. 03 02 General Terms and Condition 04 03 Scope of Work 20 04 Features and Specifications of Trunking System 30 05 Bill of Materials 56 06 Terms of Reference 67 07 General Compliance Schedule 68 08 Logical Infrastructure Diagram 86 09 Proposed Up-gradation of the Network 87

Page 3: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 3

Section -1

Notice Inviting Tender Tender Notice No. : Date: Sealed Tenders are hereby invited for the “Tender for Installation, Customization and Implementation of IP

based Digital Radio Trunking System, TETRA for Kolkata Police” as specified in the tender document.

Earnest Money Deposit : Rupees Two Lakh only. Cost of Tender document: 1. Rs. 10,000.00 (Rupees Ten Thousand) only in cash or bank draft in favour of

“Commissioner of Police, Kolkata” for which receipt is to be obtained from Tender Section, Lalbazar, Kolkata Police HQ, Kolkata-700001.

Tender Notice can be downloaded from Official Website http://www.kolkatapolice.gov.in and at the time of submission, documentary evidence of payment of Rs.10,000 (Rupees Ten Thousand) only, as in Sl. No.1 above, should be attached.

Tender document will be supplied from 11:00 hrs on 05.05.09 up to 12:00 hrs on 25.05.09. Submission Format: Hard Copy & Soft Copy (in CD media in Word Document and PDF format). • Pre-bid meeting : 16:00 hrs of 01.06.09.

• Tenders will be received up to : 14:00 hrs of 30.06.09. • Time & date of opening the technical proposal : 15:00 hrs of 30.06.09. • Venue of opening the technical proposal : Briefing Hall, Lalbazar, Kolkata Police. • Time & date of opening the financial proposal : To be intimated later. for technically qualified vendors

Date: 04.05.09 for Commissioner of Police, K o l k a t a Place: Kolkata.

Page 4: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 4

Section -2 General Terms and Conditions

2.1. Definitions:-

1. “Bidder” means a bidder who has responded to this Tender Document by submitting his Technical and Financial Proposal.

2. “Contract” means the contract signed between the Kolkata Police and the successful bidder pursuant to the tender document herein.

3. “CPG” means Contract Performance Guarantee required to be furnished by the Contractor to the Kolkata Police under the terms and conditions described in Clause 2.20.

4. “Contract Price” means the price to be paid to the Contractor for providing the intended solution, in accordance with the Contract.

5. “Contractor” means the Bidder whose bid to perform the Contract has been accepted by Kolkata Police and is named as such in the Letter of Award.

6. “Government” means the Government of West Bengal.

7. “Intellectual Property Rights” means any patent, copyright, trademark, trade name or service marks.

8. “Installation” means the laying down and installation of the proposed and accepted solution by the Kolkata Police in accordance with the Contract.

9. “Party” means Kolkata Police or the Bidder, as the case may be, and “Parties” means both of them.

10. “Project Plan” means the document to be developed by the Contractor and approved by Kolkata Police based on the requirements of the Contract and the Preliminary Project Plan included in the Contractor’s bid. For the sake of clarity, “the Agreed and Finalized Project Plan” refers to the version of the Project Plan approved by Kolkata Police. The project plan may be changed/ modified during the course of the project. Should the Project Plan conflict with the provisions of the Contract in any way, the relevant provisions of the Contract, including any amendments, shall prevail.

11. “Certificate of Acceptance” means the certificate issued by the Kolkata Police and/or its authorized representative after installation, testing and satisfactory performance of the delivered products at the designated site as a total unit, for a period of at least 90 days.

12. “Services” means the work to be performed by the Bidder including the supply of related

software/hardware, transportation, insurance, installation, customization, integration, Commissioning, training, technical support, maintenance, repair, and other services necessary for proper operation of the intended System to be provided by the selected Bidder and as specified in the Contract.

Page 5: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 5

2.2. Purpose The Kolkata Police is responsible for the maintenance of law and order in the city of Kolkata and regulates and manages the surface traffic in the 300(Approx.) sq kms operational Area. The day-to-day policing of Kolkata are the responsibility of the 48 local Police Stations. They are administratively under the supervision of one of the 5 divisions into which Kolkata is divided. Specialized units in their endeavor to fight crime and make Kolkata a better place to live in support these Police Stations. The divisions are the following North and North Suburban Division South and South Suburban Division East Suburban Division Central Division Port Division The area to be covered by the proposed Radio Trunking network is shown by BLUE LINE over map given below.

Traffic Management has emerged as one of the most challenging aspects of Metro Policing, and among all Metros, Kolkata offers its own unique challenges. Limited road space, huge volume of traffic, slow-moving vehicles and the sea of humanity make traffic management a daunting task. Balancing of twin principles of speed and safety requires a high degree of skill and motivation. The spurt in growth that Kolkata is witnessing has added a new dimension to the scenario.

Page 6: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 6

Kolkata Police invites Tender from prospective Vendors for the introduction of Digital Radio Trunking System, TETRA which should support IP network. 2.3. Objective The aim of this project is to provide an effective and efficient state-of-art communication network for Kolkata Police to cover Kolkata city with a new radio network based on digital trunked radio technology in 800 MHz band. In broad terms the solution shall achieve the following key objectives. The system shall be based on open standards TETRA.

• Group-Call operation using closed Talk-Groups. • Roaming across all operational areas, supporting call-handover. • Security against unauthorized monitoring. • Simultaneous voice and data communication to and from a single terminal. • Voice radio and mobile data modes of operation. • Potential to use subscriber radios available from a variety of manufacturers.

2.4. Instructions for the Bidder

2.4.1. Respondent’s proposal must respond to each and every requirement outlined in this Tender document in order to be considered responsive. Proposals must be clear and concise, mentioning international standards, technology with possible upgradeability and extendibility, and also should mention proprietary technology (if any) in the product and in its interfaces. **

2.4.2. Respondents submitting Tender, not crossing the last date of submission, may be afforded an opportunity for discussion and revision.

2.4.3. The Tender must contain detailed description of how the Respondent will provide each of the services outlined in the Tender with international standard interfaces with other components, and interoperability with different standards (if any). This may also include descriptions of any enhancements or additional services or qualifications the Respondent may provide that are not mentioned in the Tender.

2.4.4. Two hard copies of the Tender shall be submitted in a sealed package clearly marked with the name of the Respondent mentioning the “subject”. One of the copies shall be marked "Master Copy" and will contain original signatures. The remaining copy does not require original signatures. One Soft Copy in non-refundable CD shall also be submitted, along with presentation material, and supporting soft copy of brochure mentioning technological standards of the product and interfaces. All soft copy must be in portable document format (pdf).

2.4.5. The Kolkata Police will not be responsible for any expenses incurred by the Respondent(s) in preparing and submitting the Tender.

2.4.6. The Kolkata Police reserve the right to cancel/withdraw this Tender, to reject any proposal, to waive minor irregularities in proposals or to allow the Respondent(s), to correct a minor irregularity if the best interest of Kolkata Police is served by doing so.

2.5. Clarification to the Tender Document 2.5.1. All the Bidders are requested to carefully go through the provisions laid down in this tender document and

seek all clarifications in writing at following address:- The Commissioner of Police Kolkata Police HQs 18, Lalbazar Street, Kolkata – 700001 Fax No. - 2214- 5512. E-mail – [email protected] The cut off date for receiving of queries would be 30.05.09 till 14:00 hours.

**NB. The attached logical diagrams are only for indicative purpose and may be taken as guidelines only. The venders are expected to offer state of the art solution which submitting their tenders.

Page 7: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 7

2.5.2. Kolkata Police shall consolidate all the clarification sought for by various Bidders and clarify the same up to

4 days prior to the Submission of Proposals. No clarifications shall be entertained thereafter. 2.5.3. At any time before the scheduled submission of proposal, the Kolkata Police may, for any reasons, whether at

its own initiative or in response to a clarification requested by a prospective Bidder, modify the Tender Document, by amendment. The amendment/ response to clarification(s) if any will be sent in writing to all prospective Bidders and will be binding on them. Kolkata Police may, at its discretion, extend the date for submission and/or opening of the proposal.

2.5.4 Cost of Tender document is Rs. 10,000.00 (Rupees Ten Thousand) only. It may be paid in cash or bank draft in favour of “Commissioner of Police, Kolkata” for which receipt is to be obtained from Tender Section, Lalbazar, Kolkata Police HQ, Kolkata-700001. 2.5.6 Tender Notice can be downloaded from Official Website http://www.kolkatapolice.gov.in and at the time of submission, documentary evidence of payment of Rs.10,000 (Rupees Ten Thousand) only, as in clause. no.2.5.4 above, should be attached.

2.6. Earnest Money Deposit (EMD)

2.6.1. Earnest money in the form of Bank Draft for Rs. 2,00,000/- (Rupees Two lakh only) from any Nationalized/Scheduled Bank drawn in favour of “Commissioner of Police, Kolkata” is to be deposited on any working day at Tender Section, Lalbazar, Kolkata Police HQ, Kolkata-700001 and the money receipt obtained thereof should be attached along with the tender bid.

2.6.2. Tender not accompanied with prescribed EMD will be rejected. 2.6.3. The EMD of the unsuccessful Bidder shall be refunded after final acceptance of the tender and within

reasonable time not exceeding six months from the date of opening of the tender. The EMD will carry no interest.

2.6.4. In case of the successful bidder, the EMD shall be refunded after successful completion of the project. 2.6.5. The EMD will be forfeited if a Bidder withdraws his offer before finalization of the tender. 2.6.6. The EMD of the successful Bidder shall also be forfeited if the Bidder fails to sign the prescribed agreement

within the specified period.

2.7. Credentials and pre-qualifications of the Bidder 2.7.1. All items in the Tender should be quoted.

2.7.2. The Bidder should be operational in the relevant field for at least 10 (ten) consecutive years. 2.7.3. The Bidder must have experience of at least 2 (two) installations of supply/installation/integration for the

relevant components in India or outside and at least one should be in a Police organization. One installation should be in any other organization in India. The documentary proof for the same must accompany the tender. The Bidder should submit a list of important customers served with documentary evidence along with the Bid.

2.7.4. Original Specification sheet / Technical literature of each item offered should be enclosed along with the technical bid. Bids without detailed specification will not be considered. The bidders should provide a complete chart with the names of the manufacturer, model No Parts for each items offered by them.

2.7.5. A Company/Consortium/Proprietorship firm/Partnership firm having due authorization of manufacturer(s) and being otherwise qualified will be eligible to bid. Copy of authorization certificate from manufacturer is to be submitted for all products to be supplied otherwise the bid may be rejected.

2.7.6 The principal bidder shall indemnify Kolkata Police, giving undertaking on behalf of other members of the consortium guaranteeing fulfillment of all conditions of the tender with respect to performance.

2.7.7. All items in the Tender should be quoted. The items may be from different manufacturers, but the Bidders should provide one certificate owning the responsibility of integration along with manufacturer’s authorization for such items.

2.7.8. The bidder must have had an annual turnover of a minimum of Rupees Thirty Crores (Rs. 30 Cr) per year for the last two years. The turn over amount per year would be minimum Rs. 20 (twenty) crores in case of Public Sector Undertakings / Units.

2.7.9. The organization should be of repute and be incorporated /registered in India. Annual reports of the bidder or parent organization should be available for review on request.

Page 8: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 8

2.7.10. The Bidder should mention in detail their support infrastructure including address, contact phone no. and fax no. in Kolkata and in India and modalities by which fast response to maintenance calls and minimum downtime will be ensured. Bidder must have their support services available in Kolkata. Stock of spares should be available at Kolkata to ensure the uninterrupted functioning of the System as per the SLA conditions.

2.7.11. The bidder shall furnish the documentary evidence that he has financial, technical and production capability necessary to perform the contract.

2.7.12. An indicative pre-qualification checklist has been provided for convenience of bidders. The proposals shall be accompanied by documentary proof of criteria including but not limited to those mentioned in the pre-qualification check-list in the same order mentioned in the following table.

Pre-Qualification Checklist Sl. No. Criteria Remarks (Mandatory / Optional) 1 Earnest Money Deposit Mandatory 1a Cost of Tender Document Mandatory 2 Income Tax Clearance Certificate (preceding year) Mandatory 3 Sales Tax / VAT Clearance Certificate. Mandatory 4 Certificate of incorporation. Mandatory 5 Memorandum and Articles of Association Mandatory 6 Approval from competent Authority in case of foreign collaboration Mandatory 7 Attested copy of the partnership deed incase of partnership firm and power of attorney to the representative of the firm who operates the tender Mandatory 8 Certified quality document for the current year (ISO 9001:2000 or equivalent etc) Mandatory 9 Audited Balanced sheet for last 3 years Mandatory 10 Proposal document properly signed and Accompanied by the letter of authorization from Head of the organization. 11 Audited Profit and loss statement for last 3 years Mandatory 12 Three Client references with Name of the designated person, Address, Phone No., E-mail Address. Mandatory 13 Trade license Mandatory 14 Letter of undertaking / Indemnity bond by principal bidder on behalf of consortium members. Mandatory

2.8. Submission of Proposals The proposals in the form of hard copy as well as soft copy (in CD media) shall be submitted in two separate sealed envelopes super scribed as “Technical” and “Financial” respectively, has to be deposited in the office of The Commissioner of Police, Kolkata Police HQs, Tender Section, Main Bldg., 3rd Floor, 18, Lalbazar Street, Kolkata 700001 on any working day up to 14.00 hours of 30.06.09.

Page 9: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 9

Any tender received after 14.00 hours of the last date of submission of proposal will not be considered. In the event of specified date for submission of proposal being declared as holiday for Kolkata Police or if there is a sudden strike or bandh, the proposals will be received on next working day up to the appointed time.

2.8.1. The original and two copies of the Technical Proposal (Hard copy and Soft copy in CD media) shall be placed in an envelop and properly sealed and clearly marked "TECHNICAL PROPOSAL" followed by the name of the assignment. The original and two copies (Hard copy and Soft copy in CD media) of the financial Proposal (Price Schedule as per tender) should be sealed in similar manner and marked as "FINANCIAL PROPOSAL" followed by the name of the assignment.

2.8.2. All pages in the financial proposal and technical proposal should be signed with Company Seal and date.

Technical specification sheet enclosed in the proposal document should be signed and returned by the bidder with the words 'Noted & Complied' marked at the bottom of each page. In case of any deviation, the bidder should mention the same with "Asterisks" on the specific line and number the same. Detailed deviation list mentioning the nature of deviation against each such numbered item should be enclosed along with the technical proposal.

2.8.3. The Financial Proposal and the Technical Proposal document should be properly bound and separators

should be used to mark, each section of the proposal. Any loose sheet enclosed along with the proposal will be treated as not part of the proposal.

2.8.4 Each Proposal should be marked 'original' or 'copy' as appropriate. If there are discrepancies in the 'original' and the 'copy', the ‘original’ shall prevail.

2.8.5. Kolkata Police shall not be responsible for misplacement, loss or premature opening if the outer envelope is not sealed and/or not marked as stipulated in which case the Proposal may be rejected. If the financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, the entire Proposal shall be rejected.

2.9. Security Deposit The successful Bidder shall submit a security deposit amounting to 10% of the total value of the Project in the form of a Bank Guarantee issued by a Nationalized Bank in favour of Kolkata Police. The security deposit will be returned only after successful execution of the order. In the event of failure to execute the order satisfactorily or in the event of default by the bidder, the security deposit will be forfeited. 2.10. Work Completion and Liquidated Damages If any part of the service in respect of the work assigned and undertaken by the Successful Bidder for which this contract is being entered into is not rendered /delivered in time, the Kolkata Police shall be entitled to levy and recover Liquidated damages/penalty at 1% per week or part thereof of the delay subject to 5% maximum, on the payment due to the bidder for the particular stage. Any delay beyond five weeks will attract higher penalty to be decided by the Kolkata Police. 2.11. Instructions for Preparation of Proposals

2.11.1. Proposals shall be complete in all respect and shall be submitted with requisite information and Annexure. It shall be free from any ambiguity, cutting or overwriting.

2.11.2 The bidder should strictly follow the format and other forms as given in section-3,4,5 & 7. 2.11.3. An authorized representative of the entity shall initial all pages of the proposal. 2.11.4. For preparation of proposals, Bidders are expected to examine the Tender document in detail. Material

deficiencies in providing the information requested may result in rejection of the proposal. 2.12. Requirement for Preparation of Proposals The Successful Bidder will be responsible for the delivery of the services within the time period as follows:

• The total time schedule for the execution of the contract will not exceed 180 days. • Submission of “As Is” and “To Be” Report and simultaneous presentation to Kolkata Police to be made within 30

days from the assignment of the contract. • The Systems Requirement Specifications (SRS) along with Systems Design Document (SDD), Implementation

Page 10: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 10

Plan and simultaneous presentation to be submitted to the Kolkata Police within 15 days from completion of the above. Kolkata Police shall arrange to approve the SRS and SDD within 15 days from the submission of the documents.

• Successful first cut run of the system within 75 days from completion of the above. • Final Go Live phase of the project deliverables which will include all migration of data, trainings and handholding

at all project sites to be made within 45 days from the successful dummy run of the system. 2.13. Tender Opening Date & Venue Tenders (Technical Proposal only) will be opened at 15:00 hrs on the last date of submission in presence of the bidders or their authorized representatives. The venue of the opening of the Technical Proposals will be at Briefing Hall, Kolkata Police HQ, Lalbazar, Kolkata – 700 001. The tender responses will be scrutinized on the same day in presence of all the bidders. The scrutiny will cover the mandatory compliance criteria as mentioned in the proposal. All such tenders which are found compliant and conforming to the mandatory compliance criteria shall be declared as valid proposals. The valid proposals will thereafter be evaluated by the Technical Committee of the Kolkata Police. The evaluation may require the bidders to present and demonstrate their solutions which shall be intimated to the concerned bidder in due course. 2.14. Validity of Offer The proposal shall remain valid for a period of 180 days from the scheduled date for submission of proposals. 2.15. Taxes & Duties Any “FORM” for availing concession rate of VAT will be issued by Kolkata Police if applicable. The prices shall be exclusive of all taxes & duties leviable including service tax, and indicated separately in the Price Schedule both in total amount of tax/duty and in percentage rate for each tax/duty. Kolkata Police shall reimburse taxes/duties at actual as applicable at the time of delivery. Kolkata Police shall be authorized to deduct any income tax as applicable from the bidder. For the purpose of the contract, it is agreed that the contract price specified in Price Schedule, is based on the taxes, duties and charges prevailing at one (1) day prior to the last date of proposal submission date. If any rates of tax are increased or decreased or a new tax is introduced or an existing tax is abolished, or any change in interpretation or application of any tax occurs in the course of the performance of contract, which was or will be assessed on the Bidder in connection with performance of the Contract, an equitable adjustment of the Contract Price shall be made to fully take into account any such change by addition to the Contract Price or deduction there from as the case may be. 2.16. Income Tax & Sales Tax Certificates Attested copies of the following documents must be submitted along with the Tender:

• Latest Income Tax Clearance Certificate (the original of which may have to be produced by the successful bidder before the issue of he firm work order)

• Valid VAT Registration Certificate and Clearance Certificate. • Trade License Certificate

2.17. Discrepancies in Proposal In case of discrepancies in proposals, the following will be adopted to correct the arithmetical errors for the purpose of evaluation.

• In case of discrepancy between the original and copies of bid, the original proposal will be considered correct. • In case of discrepancy between figures and words, the words will be considered correct. • In case of discrepancy between unit price and total price, which is obtained by multiplying the unit price and

quantity, or between subtotals and the total price, the unit or subtotal price shall prevail, and the total price shall be corrected accordingly.

2.18. Tender Acceptance & Rejection.

Page 11: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 11

2.18.1. Kolkata Police reserves the right to reject any tender without assigning any reason whatsoever.

2.18.2. Letter of Intent (LOI) will be issued to the successful Proposal after evaluation of the tender. The firm work order will only be issued after the Bidder deposits the Contract Performance Guarantee (CPG) within stipulated period.

2.18.3. All components in tender must qualify in technical specification. If any component fails to qualify in technical evaluation this will lead to rejection of the technical bid.

2.19. Authorized Representatives. Any action required or permitted to be taken, and any documents required or permitted to be executed, under this contract by Kolkata Police or the Bidder may be taken or executed by the officials authorized for the purpose. 2.20. Contract Performance Guarantee (CPG) & Placement of Firm Order After finalization of the Tender and approval by the competent authority, a letter of Intent (LOI) will be issued to the successful Bidder. The successful Bidder shall be required to furnish the Contract performance Guarantee (CPG) for an amount equal to 2% of its Price bid, within 10 days from the date of issue of the letter of intent.

1. CPG should be initially valid for a period of 36 months. 2. CPG has to be submitted by an irrevocable Bank Guarantee as per the format enclosed as Annexure I-10 from any

nationalized bank / Scheduled bank acceptable to Kolkata Police 3. The CPG will be released to the contractor upon issue of Certificate of Acceptance by Kolkata Police. The CPG

will not carry any interest. After furnishing of CPG by the successful bidder Kolkata Police will issue Firm Order and enter upon a contract with the Contractor on the terms and conditions provided herein. 2.21. Bank Guarantee during Warranty/AMC Period

• The successful bidder shall furnish a bank guarantee on placement of the firm order for an amount of 10% of the total contract price. This is towards security deposit for due fulfillment of bidder’s commitments during the warranty and post warranty support phase. The commitments include the periodic technology upgrade / refresh (if opted) apart from other service and support commitments

• On successful completion of each service year the successful bidder will be allowed to furnish a new bank guarantee with a revised price equal to the remaining support period. (i.e. reduced by 10% of initial bank guarantee amount).

• The earlier Bank guarantee will be released once the new Bank Guarantee is furnished.

2.22. Failure to Comply Bidders must provide a response to all sections and requirements of this Tender to be considered complete. Bidder’s failure to comply with any part of the Tender may result in the Bidder’s proposal being disqualified for being non-responsive to the request of Kolkata Police. 2.23. Proposal Evaluation Process A single step two-envelope bidding procedure will be used for the evaluation. Under this process, the technical proposal will be opened and evaluated prior to opening and evaluating the financial proposal. The proposals will be examined and discussed as required with the bidder. The evaluation of the proposals will follow the steps outlined in this section. Notice: Bidders are advised to study the point system that will be adopted for technical evaluation.

Page 12: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 12

All the columns mentioned in the Section – 3 (Scope of Work), Section – 4 (Features & Technical Specifications of Trunking System), Section – 5 (Bill of Material) and Section – 7 must be filled up as per the proforma given, no deviation from the format will be allowed.

Any additional features that may be offered by the bidder may be done preferably in the same format as given in the relevant sections i.e. Section – 3(Clause No 3.7), Section -4(Clause No. 4.11), Section -5(Clause No 5.21) & Section- 7.

Any deviation from this format may liable to be rejected, summarily. Bidders under black listed in any organization in India will not be allowed to participate in this Tender 2.23.1. General Examination of Proposals:

After completion of primary scrutiny by Kolkata Police, the technically valid proposals in terms of pre-qualification checklist will be sent to the technical committee for general evaluation. The technical committee will decide which deviations (including omissions and variations) or reservations identified at this point is material and therefore which proposals should be declared as not substantially responsive. If a proposal is not substantially responsive, it can be rejected and cannot be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

At the end of this stage, the committee will be agreed on: • Those proposals which should not be considered for further evaluation • Any clarification that should be requested from qualified bidders

2.23.2. Examination of Short-listed Technical Proposals (Weightage : 50%) The short listed technical proposals shall be examined for completeness and clarifications if any, shall be

sought for from the respective Bidders in case the same is considered essential.

Bidders may be provided the opportunity to revise their technical proposals to meet the functional requirement of Kolkata Police. In case where the financial proposal is impacted by changes in the technical proposals, the bidders will be given an opportunity to make the necessary adjustments and submit within one week from notification, revised proposals as a supplement to the original submission. The revised technical and financial proposals must be consistent. However this proposal revision will be applicable to all bidders short listed for Technical Review.

Technical evaluation criteria, sub criteria and point system for the evaluation of Full Technical proposals are:

Page 13: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 13

Sl. No. Criteria (All Mandatory) Point System Points 1. Compliance with available infrastructure 10 2. Software & Technology proposed

1. Solution Description & NMS & Helpdesk facilities

1. Detailed description with architecture (conforming to requirement) = 10 or parts thereof as may be decided by the evaluation committee 2. Networking equipments (Routers, Switches) – Conforming to requirement = 08 or parts thereof as may be decided by the evaluation committee Improved performance perceived through Solution = 10 3. Security Features with documents = 05 or parts thereof as may be decided by the evaluation committee 4. Adherence to Minimum Requirements = 08 or parts thereof as may be decided by the evaluation committee If bidder comes out with high availability solution and tools for monitoring and auditing, marks = 10

35

3. Implementation Road Map 1.Methodology of Configuration Management, Testing and Deployment 2. Experience of Handling Project Management and Quality Control 3. Scalability 4. Project Plan and Time Schedule

10 05 05 10

30

4 Organizational Strength

1. Project Experience (All Successfully completed/ Ongoing Projects undertaken in last 5 years supported by satisfactory completion/operation certificate of clients shall be considered) 2. Deployment of Similar System

5 or more Projects = 05 4 projects = 04 3 projects = 03 2 projects = 02 1 project = 01 else = 00 Total Nodes

1000 = 05 800 & < 1000 = 04 500 & < 800 = 03 200 & < 500 = 02 100 & < 200 = 01

else = 00

25

Page 14: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 14

Minimum technical Score required for qualifying for the Financial Proposal is 70 Points. The financial proposals for bidders whose technical score is less than 70 points will not be opened.

2.23.3 Examination of Financial Bids (Weightage: 50%)

Kolkata Police will determine whether the Financial Proposals are complete, i.e. whether the Bidder has included all components as per the tender document. The financial proposal shall have every item responded with clarity and to the point. Financial proposal shall be compared for the complete scope of work as per the Price Proposal Schedule, inclusive of all taxes and duties. The price schedule shall also have the Unit Price Break-ups.

2.23.4 Overall Evaluation Marks

The combined marks of both the technical and financial proposals as per weightage stated will determine the final, overall attained marks. Based on the total marks obtained, the first three vendors shall be ranked according to the marks obtained. The following is the methodology for calculating the total marks.

S = (C low / C) * 0.5 + (T / Thigh)* 0.5 Final Marks (F) = 100 * S C low Lowest Price Bid C Price of the Current Bid T high Highest Technical Score Obtained T Technical Score of the Current Bid

2.23.5 Award of Contract The contract shall be awarded to the bidder who will get the highest points as per the

Clause 2.23.4. In case there is a tie between two or more Bidders, the Bidder with the highest score in the evaluation of Technical Proposals shall be awarded the contract

2.24. Retention Money

A sum equivalent to ten (10) percent of the contract price for each payment component, as per the payment contract with the selected vendor will be retained by Kolkata Police as Retention Money. It may be released after one year from the issuance of the Certificate of Acceptance by Kolkata Police for the entire project against submission of a bank guarantee of equivalent amount for the remaining period of the contract. The amount withheld by Kolkata Police as Retention Money shall bear no interest.

2.25. Proprietary Information/Public Disclosure

• Materials submitted in response to this competitive procurement shall become the property of the Kolkata Police.

• All proposals received shall remain confidential until the contract, if any; resulting from this Tender is awarded, i.e. signed and approved by all parties. Thereafter, the proposals shall be deemed public records.

• In the event a Bidder desires to claim portions of their proposal as exempt from public disclosure, the Bidder must identify those portions in the proposal cover letter. Each page of the proposal claimed to be exempt must be clearly identified as “confidential.” Kolkata Police has the authority to decide whether any or all of the claimed exemptions are appropriate. You may not mark the entire proposal as proprietary.

Page 15: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 15

2.26. Standard of Performance and Acceptance 2.26.1. Standard of Performance The Standard of Performance for a Product is defined as a function within the predefined operational

parameters while meeting all system requirements during the normal hours of operation of the systems. 2.26.2. Acceptance Period

Proposals providing less than 180 days for acceptance by Kolkata Police from the due date set for receipt of proposals will be considered non-responsive and will be rejected. Proposals that do not respond to all requests by this Tender may be deemed non-responsive and may not be considered for a possible contract resulting from this Tender. A response of “not applicable” or “not supported” is a valid response.

2.26.3. Acceptance Testing Kolkata Police may, at their sole discretion, require Acceptance Testing for new implementations of

Bidder’s proposed solution. Bidder must meet a Standard of Performance before Acceptance. This Standard of Performance is also applicable to any additional, replacement, or substitute Products or any Product that is modified by or with the written approval of Kolkata Police after having been accepted.

2.26.4. Receipt of Insufficient Competitive Proposals If Kolkata Police receives only one (1) responsive proposal as a result of this Tender, Kolkata Police

reserves the right to select and award the contract to the single Bidder provided that all conditions of the Tender are fulfilled.

2.26.5. Most Favourable Terms Kolkata Police reserves the right to make an award without further discussion of the proposal submitted.

Therefore, the proposal should be submitted initially on the most favorable terms that the Vendor could offer. At its discretion, Kolkata Police reserves the right to request best and final offer from the Tender finalists. The Vendor must be prepared to accept this Tender for incorporation into a contract resulting from this Tender. The contract may incorporate some or the Vendor’s entire proposal.

2.26.6. Obligation to Contract This Tender does not obligate the Kolkata Police to contract for service(s) or product(s) specified herein.

Kolkata Police also reserves the right to cancel or to reissue the Tender in whole or in part, prior to execution of a contract.

2.26.7. Cost to Proposal

Kolkata Police will not be liable for any costs incurred by the Vendor in preparation of a proposal submitted in response to this Tender, in the conduct of a demonstration, in facilitating site visits, RF survey, or any other activities related to response to this Tender.

2.26.8. Proposal Rejections Kolkata Police will make the sole determination of clarity and completeness in the responses to any of the

provisions in this Tender. Kolkata Police reserves the right to require clarification, additional information, and materials in any form relative to any or all of the provisions or conditions of this RFP.

2.26.9. Publicity No informational pamphlets, notices, press releases, research reports, and/or similar public notices

concerning this project, may be released by the Apparent Successful Vendor, without obtaining prior written approval from the Kolkata Police.

2.26.10. Waivers Kolkata Police reserves the right to waive specific terms and conditions contained in this Tender. It shall be

understood by Vendors that the proposal is predicated upon acceptance of all terms and conditions contained in this Tender, unless the Vendor has obtained such a waiver in writing from Kolkata Police prior to submission of the proposal. Such a waiver, if granted, will be granted to all Vendors.

2.26.11. Payment of Advances Kolkata Police shall not make payments in advance for anticipation of receipt of goods or services. Vendors

shall be paid after services and products are delivered and accepted. 2.26.12. Notification to Unsuccessful Vendors Vendors, whose proposals have not been selected, will not be notified. 2.26.13. Completion of contract

Unless otherwise terminated under the provisions of any other relevant clause of document, contract shall be

Page 16: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 16

deemed to have been completed after issuance of the Acceptance Certificate from concerned Officer-in-charge in accordance with Acceptance Criteria as defined against all tasks. Certificate of Acceptance shall be issued for each task completed as and when the respective task gets completed.

2.26.14. Acceptance The installation and commissioning will be considered as complete only after it passes successfully through

the acceptance test and handholding for a maximum period of six months. The test results shall be certified by Kolkata Police or an authorized representative of Kolkata Police. Kolkata Police may engage an independent auditor to audit the security and vulnerability aspects of the overall deployment as a part of verification towards satisfactory performance

2.26.15. Price Validity • All prices quoted must be firm and valid for the entire period of contract. • All prices quoted shall not be affected by any escalation in prices of labour or materials, machinery, equipment, etc. or in rupee exchange rate during the price validity period what so ever. However, direct duties, levies, or taxes in respect of finished products will be at the rate prevalent at the time of delivery.

2.26.16. Payment The mode of payments to be made in consideration of the work to be performed by the bidder shall be as

follows: 20% - On receipt of Equipment as per work order & implementation

Plans

20% - On Installation as per order

20% - On successful pilot run.

20% - On Final Go Live with all necessary customization,

development, etc.

10% - On Certification on all aspects

10% - After One year of installation & commissioning of the project as

Per Work Order

• Any additional tax on account of VAT shall be borne by the Vendor and shall be payable at the time of delivery of the equipments.

• After completion of the job, pre-receipted bills in triplicate along with necessary delivery challans and related documents should be submitted to the authority placing the order for arranging the payment. All payments will be made through A/C payee cheques only from Kolkata Police.

2.26.17. Warranty & Maintenance The successful Bidder must furnish a warranty for all hardware and software items supplied for providing

free post-installation comprehensive onsite maintenance and replacement support during a Warranty period of five (5) years from the date of successful commissioning of overall configuration as certified by Kolkata Police. A standard warranty format should be enclosed along with the Technical Proposal. Kolkata Police reserves the right to enter into an AMC with the vendor at the expiry of the warranty period. The value of such AMC shall not exceed 5% of the total contract cost.

2.26.18. Support The successful bidder must also provide support services and maintenance, which have three phases.

2.26.18.1. In installation & customization phase, sector-wise experts from the bidder will provide first-hand technical and integration of components ( in the respective sector ) knowledge to sector-wise group of personnel of Kolkata Police.

2.26.18.2. In the post-installation phase-I (during the period after installation to commission) sectoral experts from the bidder will provide necessary customization of the systems and provide training with hands-on activities on operation to individual group of personnel of Kolkata Police.

2.26.18.3. In post-installation phase-II (after commission of the systems), experts from bidder will take-up service on maintenance ( preventive, corrective,

Page 17: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 17

adaptive, and enhancements in systems including replacement of components/equipment)for a period of 5 years, along with up-gradation training and hands-on after every enhancement and after modification in user-interface, or yearly basis, whichever is earlier.

2.26.18.4. In every phase, training kit will include hard-copy hand-out, soft-copy audio-visual aids and operational and maintenance manuals, and 2-way feed-back reports i.e. trainer should conduct test on technical and hands-on test with evaluation recorded, and the trainees should fill-in format on quality of training, both technical and hands-on. All formats, dates and durations, material coverage will be jointly decided by the Wireless Department of Kolkata Police and the successful bidder.

2.26.18.5. Manpower: Minimum two experts on respective sector up to commissioning of that system and a minimum of one expert after commissioning should take-up the responsibility of the activities mentioned in 2.26.17-18. The number of personnel may be higher as deemed fit by the bidder. Persons should have basic engineering degree or equivalent qualification with minimum of 5 years (one person) and minimum of 2 years (one person) of experience in the respective sector for development / integration / maintenance. Successful bidder may have to swap experts within 2 days, if not meeting the satisfactory criteria of evaluation by Kolkata Police. All technical problems due to this should be taken care of by the successful bidder. Mentioned engineers should be resident with timing information to be laid down by Kolkata Police.

2.26.18.6. Call Report & Fixing: Failure call should be recorded in Kolkata Police along with the bidder’s call centre with call-number, date, time, nature of problem, and after successful fixing of the problem, call-number, date, time and steps taken to fix the call must be recorded at Kolkata Police. Even non-function of equipment and software will deduct penalty after 24 hrs of reporting of problem, in which case every day will be counted as working day for Kolkata Police and of the vendor. Preventive maintenance should be carried out once every quarter during the time slot fixed by the Kolkata Police, along with personnel engaged by the Kolkata Police. Failure to take-up preventive maintenance job will incur financial penalty. All these nitty-gritty will be mentioned in the Service Level of Agreement (SLA).

2.26.19. Liquidated Damage • The CPG shall be invoked by Kolkata Police in case of deficiency in service by the vendor. • Liquidated damages will be recovered from the bank guarantee towards warranty support / post

warranty maintenance commitments or from any sum thereafter that may become due to the vendor out of this contract or any other contract with Kolkata Police.

• The liquidated damage will be adjusted from the bank guarantee till it exceeds 50% of the bank guarantee amount at which point, Kolkata Police reserves the right to cancel the contract. In such cases, the full amount of bank guarantee shall be forfeited by Kolkata Police.

• For delay in execution of any supply order against this tender, liquidated damages @ 0.5% (half percent) of the contract price for every week of delay or part thereof shall be realized subject to a maximum of 10% (ten percent) of the contract price. The number of weeks of delay will be calculated with reference to the due date of completion of delivery as agreed by Kolkata Police in respect of each unit and the whole system as indicated in the work orders. The percentage of liquidated damages will also be calculated on the cost of item that is required to be supplied on such specified date. It shall be open to the Kolkata Police to cancel the supply order and the contractor will be liable for all costs and damages suffered by Kolkata Police

• This liquidated damage clause is relaxable under the “Force majeure” conditions.

2.26. 20. Disputes and Arbitration In case of any dispute or differences, breach and violation relating to the terms of this agreement,

the said dispute or difference shall be referred to the sole arbitration of Commissioner, Kolkata Police or any other person appointed by him. The award of the arbitrator shall be final and binding on both the parties. In the event of such arbitrator to whom the matter is originally referred to vacates his office on resignation or otherwise or refuses to do works or neglecting his work or being unable to act as arbitrator for any reason whatsoever, the Commissioner, Kolkata Police shall appoint another person to act as

Page 18: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 18

arbitrator in the place of outgoing arbitrator and the person so appointed shall be entitled to proceed further with the reference from the stage at which it was left by the predecessor. The Contractor will have no objection in any such appointment that arbitrator so appointed is employee of Kolkata Police. The adjudication of such arbitrator shall be governed by the provision of the Arbitration and Conciliation Act, 1996, or any statutory modification or re-enactment thereof or any rules made thereof. The arbitration shall be held in Kolkata.

2.26.21. Liability In case of a default on contractor’s part or other liability, Kolkata Police shall be entitled to

recover damages from contractor. In each such instance, regardless of the basis on which Kolkata Police is entitled to claim damages from contractor (including fundamental breach, negligence , misrepresentation, or other contract or tort claim), Contractor shall be liable for no more than :

• Payments referred to in the Patents and Copyrights section below: • Liability for bodily injury (including death) or damage to real property and tangible personal

property limited to that caused by contractor’s negligence; and • As to any other actual damage arising in any situation involving nonperformance by

contractor pursuant to, or in any way related to, the subject of this Agreement, the charge paid by Kolkata Police for the individual product or service that is the subject of the claim. It is the maximum for which contractor and its subcontractors are collectively responsible

2.26.22. Patents & Copyright

If a third party claims that a product delivered by the contractor to Kolkata Police infringes that party’s patent or copyright, the contractor shall defend Kolkata Police against that claim at contractor’s expense and pay all costs, damages, and attorney’s fees that a court finally awards or that are included in a settlement approved by contractor, provided that Kolkata Police.

• Promptly notifies contractor in writing of the claim and • Allows contractor to control, and cooperates with contractor in the defense and any related

settlement negotiations. 2.26.23. Governing Laws

This Tender Document and the contract shall be governed by and interpreted in accordance with Laws in force in India. The courts at Kolkata shall have exclusive jurisdiction in all matters arising under the contract.

2.26.24. Termination for Default

Kolkata Police may without prejudice to any other remedy or right of claim for breach of contract, by giving not less than 30 days written notice of default sent to the contractor, terminate the contract in whole or in part.

• If the contractor materially fails to render any or all the services within the time period (s) specified in the contract or any extension thereof granted by Kolkata Police in writing and fails to remedy its failure within a period of thirty (30) days after receipt of the default notice form Kolkata Police. • If the contractor in the judgment of Kolkata Police has engaged in corrupt or fraudulent practices in competing or in executing the contract

2.26.25. Winding up

If the contractor being a corporation / company commence to be wound up, not being a voluntary winding up for the purpose only or amalgamation or reconstruction, or carry on their business under a receiver for the benefit of their creditors or any of them, Kolkata Police shall be at liberty:

• To terminate the engagement forthwith without any notice in writing to the contractor or to the liquidator or receiver or to any person in whom the contractor may become vested. • To give such liquidator or receiver or other person the option of carrying out the engagement subject to their providing a guarantee for the due and faithful performance of the engagement up to an amount to be determined by Kolkata Police.

Page 19: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 19

2.26.26. Suspension of Obligations

The obligation stipulated in this specification can only be suspended in the case of any particular item of work, in the event of Force Majeure as the result of an agreement between the parties. In the event of force majeure, neither of the parties may be considered in default of its obligations under the terms of this tender document.

2.26.27. Force Majeure Clause

2.26.27.1. If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract be prevented or delayed by reason of:

• any war or hostility • acts of public enemy, civil commotion, sabotage, explosions • effects of flood, epidemics, quarantine restrictions, freight embargoes • general strikes, Bandhs • acts of God

hereinafter referred to as EVENT, neither party shall, by reason of such EVENT, be entitled to

terminate this contract, nor shall any party have any claim to the damages against the other in respect of such non-performance or delay in performance, - provided that notice of happening, of any such EVENT is given by either party to the other within 7 (Seven) days form the date of occurrence of the EVENT

2.26.27.2. If a Force majeure event occurs, the contractor shall promptly notify Kolkata Police in writing of such

conditions and the cause thereof. Unless otherwise directed by Kolkata Police in writing, the contractor shall continue to perform its obligations under the contract as far as reasonably practicable and shall seek all reasonable alternative means for performance not prevented by the Force majeure EVENT.

2.26.27.3. Expected work and deliveries under this contract shall resume as soon as practicable after such EVENT

comes to an end or ceases to exist. The decision of the Kolkata Police as to whether the situation has become normal or not shall be final and conclusive.

2.26.27.4. If the performance in whole or part of any obligation under this contract is prevented or delayed by

reason of any such EVENT for a period exceeding 90 (ninety) days, Kolkata Police may, at its option, terminate this contract.

2.26.27.5. In Case of termination of contract due to force majeure event, Kolkata Police would pay the reasonable

amount to the contractor for the portion of work already completed till date.

SECTION 3

SCOPE OF WORK

Page 20: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 20

The Bidder is required to respond to all the columns in the following pages under Scope of Work (Section 3). The meanings of the headings are as follows – Criticality: This specifies the importance of the requirement as in the relevant clause. It is denoted by M(Most

Critical), C(Critical) and D(Desirable) with appropriate weightage. Max / Min Value of specification of quoted item: Bidder must specify the maximum and/or minimum value of the

specification parameters. For example, in case of Signal strength, temperature tolerance, height of Antenna etc, the maximum & minimum values must be specified.

Compliance: Bidder must fill up the compliance column for every item in terms of ‘Yes’ and ‘No’. Response to ‘Yes’

must be supported by adequate document. Deviation: If the Bidder’s offerings do not comply with the specifications given, deviation in detail must be specified. Reference page & clause no. in the Bidder’s Document: The Bidders must clearly state the page number and paragraph

number of their Bid documents against each clause of the Scope of Work (Section 3). All these equally apply to the Features and Technical Specifications of Trunking System (Section 4) and Bill of Materials (Section 5). Bidder can mention other scope of work (if any) to the respective clause with proper justification.

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.1. INTRODUCTION Kolkata Police has planned to install Fully Digital

Open International Standard TETRA Radio Trunking System for kolkata City Police Commissionerate on a Turn key basis with a) fixed Repeater Stations ** b) two (02) vehicle mounted mobile / portable Repeater stations, c) 500 portable radios, d) 200 mobile radios and e)100 static radios. ** The actual no. of fixed repeater stations shall be based on the RF survey conducted by the vender which shall ensure the minimum signal strength as required in the specification.

3.1.1 The bidder will conduct their RF Survey and submit detail report as follows

M

Page 21: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 21

3.1.1.1 Bidder shall complete RF survey and submit the detail report along with the bid to Kolkata Police, otherwise bid will not be considered. Kolkata Police will not be liable to compensate for any expenditure that may be incurred by you for conducting such survey.

3.1.1.2 Bidder should carry out a comprehensive RF survey, associated with reports, in order to determine the most favourable sites for fixed repeater stations with optimum coverage (out-door and in-building) where by less number of repeaters are acceptable to Kolkata Police.

3.1.1.3 The bidder may also suggest less than 5 no. of fixed repeater stations (Base Station) yet generating the minimum acceptable signal strength as required on the basis of their RF survey.

3.1.1.4 The minimum signal strength within the area shown by RED line should be −90 dBm in static and −85 dBm in mobile condition. The minimum signal strength within the area shown by BLUE line should be −100 dBm in static and −95 dBm in mobile condition.

3.1.1.5 Vendor has to match surveyed SNR (Signal-to-Noise Ratio) with sufficient safety margin for the sensitivity of all radio equipment.

3.1.1.6 Vendor has to submit the isotropic sensitivity (dBm) lines around each static Repeater Station along with the survey report. These lines should minimally match the required markings on the provided map, showing region of coverage

3.1.1.7 For the above, 3.1.1.6 , vendor should consider the SNR also.

3.1.2 The scope of the project is to supply, prepare sites, install, customise, integrate with existing infrastructure (HW and SW including IGVTDC ) , implement, build capacity, test, commission, maintain and manage TETRA based Digital Radio Truncking System that should be secured, reliable, upgradeable, expandable and state-of-art for Kolkata Police covering 300 sq. Km (approx.) area.

M

3.1.3 The project also includes supply of Management Control Centre (MCC) comprising of Network Management Terminal, Dispatcher Workstation, Analog & Digital Telephony Gateways, Data Gateway and Conventional Analog Gateway.

M

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.1.4 The system shall enable more than 20,000 police personnel to make individual and group calls, communicate to Central Control Room and talk to telephony network based on Push-To-Talk technology. It shall offer faster and direct full-duplex contact among the personnel through an end-to-end secured channel

M

Page 22: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 22

3.1.5 In this project, Kolkata Police will install 800 MHz Fully Digital Open Standard TETRA Radio Trunking System with all IP interfaces for Kolkata City Police with fixed Repeater Sites(according to C.N 3.1 ) and (02) vehicle mounted mobile / portable Repeater Sites. The location of the fixed Repeater sites will be determined by the bidders during RF Survey. Approximately 500 hand-held mobile devices with multi-interfaces and inter-operability, and with different kinds of attachments and associated accessories will be required to operate in the said network with selectable security feature for full-duplex communication ( digital audio, data and images etc) specially in varied out-door weather conditions with optimum capability and in desirable in-door operations.

M

3.1.6 All the equipments should be feature upgradeable using software and generation upgradeable using software.

M

3.1.7 Fail-over operation in the network is a must. M

3.1.8 All the equipment and associated application will be on 05 years' comprehensive on-site warranty and subsequent 05 years' comprehensive on-site maintenance, both including customization and feature enhancement.

M

3.1.9 This system should be integrated with existing infrastructure (HW and SW including IGVTDC) of Kolkata Police.

M

3.2 SERVICES

3.2.1 Site plan and equipment layout plan for the Trunked Radio System shall be prepared by bidder including power supply equipment. The layout plan shall show interconnecting cable routes between various equipments.

M

3.2.2 Repeater transceivers shall be installed by successful bidder at site. Inter connections of Radio equipment to power supply, antenna system and feeder cable, including interconnecting cable connectors etc shall be the responsibility of the successful bidder. Installation shall be as standard procedure approved by Kolkata Police.

M

3.2.3 The successful bidder shall test each electronic equipment after installation and prepare a test report. This shall be compared with the factory test reports to ensure that there is no deterioration in the equipment parameters during storage, transportation and installation.

M

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.2.4 Antenna system shall be installed and aligned to receive the optimum signal level by the successful bidder. Similarly, connecting feeder shall be connected to antenna and Radio equipment as per standerd procedure.

M

3.2.5 Installation and testing procedures for individual equipments and for the complete Trunked Radio System shall be provided by the successful bidder in both hard and soft copy formats. These test procedures should include test setup and measuring instruments required for test parameters.

M

Page 23: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 23

3.2.6 The performance of individual equipment and complete system shall be tested to ensure that individual equipment and complete system meets the technical specifications and other operational and technical requirements of tender.

M

3.2.7 Complete documentation of all the measurements conducted during installation period shall be submitted by the successful bidder for future reference. This document shall include the measurements conducted on individual equipments on the hop. Five copies of this documentation shall be supplied by successful bidder to Kolkata Police.

M

3.2.8 The technical problems faced during installation, testing and commissioning period and their solutions shall be submitted by successful bidder at the time of handing over the completed works to Police Radio Officer. Five sets of this documentation shall be supplied by successful bidder to Kolkata Police

M

3.2.9 This system should be integrated with existing and on-going IGVTDC infrastructure ( hardware , network and application software ) of Kolkata and integration procedure and test reports should be provided by successful bidder in both hard copy ( five nos ) and soft copy format.

M

3.3. SITE PREPARATION

3.3.1 The Supplier shall carry out the site preparation before the installation of Trunking Equipment.

M

3.3.2 Site preparation shall include the site inspection, required civil electrical and caballing work, equipment rack, installation of G.I. make angle type SS Towers of suitable height on the top of the building, where ever necessary with 200 Km/hr. wind load. Bidder to mention the location and height. Kolkata Police will provide the building.

M

3.3.3 The S.S. tower may be installed on the ground if Kolkata Police will be unable to provide any building.

M

3.3.4 The Trilon mast will be permitted to be installed only (a) if the buildings provided by Kolkata Police are not be able to carry the load of the SS Tower (b) if Kolkata Police is unable to provide any free space for installation of SS Tower on the Ground.

M

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.3.5 The materials of the Trilon Mast should be supplied and installed by the bidder. Bidder to mention the location and height.

M

3.3.6 The Trilon Mast should be made of Galvanised Iron and should carry 200 km/hr. wind load.

3.3.7 The bidder shall prepare the room for water & dust proofing and interior decoration as per international standards .

M

3.3.8 Kolkata Police will provide approximately 150sq.ft. room at each repeater station

Page 24: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 24

3.3.9 Kolkata Police will provide dual / single source AC utility power supply of bidder provided load at one point in each site except mobile repeaters , hand-held devices, UPS etc.

M

3.3.10 The bidder shall complete the necessary work for installation of portable Generator set at each repeater site and master site as and when needed by Kolkata Police.

M

3.4 DOCUMENTATION ( Two set means two hard copies and two soft copies )

3.4.1 The bidder shall provide documentation needed to implement and maintain trunking system. This shall include the following

3.4.1.1 System interface drawing - 2 sets M

3.4.1.2 System inter-connection and block diagram - 2 sets M

3.4.1.3 Equipment maintenance manuals - 2 sets M

3.4.1.4 As-built drawings - 2 sets M

3.4.1.5 Inter-systems integration drawings - 2 sets M

3.4.2 The following quantities of user operational and technical manuals will be supplied by the successful bidder.

3.4.2.1 User operational manuals ( Two hard and Two soft copy)

3.4.2.1a Static Repeater Station - 2 set M

3.4.2.1b System inter-connection and block diagram - 2 sets M

3.4.2.1c Portable equipment - 2 sets 3.4.2.1d Dispatch Console - 2 set M

3.4.2.1e Mobile Repeater Equipment - 2 set M

3.4.2.2 Technical Maintenance Manuals ( Two hard and Two soft copy)

3.4.2.2a RF Control Stations -2 set M

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.4.2.2b Mobile Equipment -2 set M

3.4.2.2c Portable Equipment - 2 set M

3.4.2.2d Console Equipment - 2 set M

3.4.2.2e Repeater Equipment - 2 set M

3.4.2.2f Base Station Controller - 2 set M

Page 25: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 25

3.4.2.2g System Manager -2 set M

3.4.2.2h Switching Equipments - 2 set M

3.4.2.2i Mobile Repeater Equipment - 2 set M

3.4.4 The successful bidder shall submit the specifications of the offered equipments with the same terminology and units as indicated in the tender specifications for each equipment.

M

3.4.5 The documentation shall cover all subcontracted and bought-in-items as well as equipment of the bidder's own manufacture.

M

3.4.6 All documentation shall be in ENGLISH language. M

3.4.7 Adequate illustrations or annotated photographs shall be provided to enable each unit and each component within a unit to be identified.

M

3.4.8 The Bidder shall, at his own expense, issue handbook amendments to make any omissions and errors correction in the final documentation noticed during the warranty period.

M

3.5. OTHER RESPONSIBILITIES

Apart from supply of equipments the bidders shall have responsibility to provide the followings:

3.5.1. Capacity Building

3.5.1 The supplier shall train police wireless personnel for the maintenance of the system. Training should be in two parts. In first part Kolkata Police will depute up to twenty (20) engineers / officials phase-wise for training at the manufacturers factory premises for the period of four (04) Weeks. If the manufacturers factory premises isout side India, all the expenses including fare, lodging and boarding shall be borne by the supplier.

M

3.5.2 In second part the supplier shall provide 30 days training to the 30 Engineers/Supervisors/Technicians of Kolkata Police at the premises of Kolkata Police at no extra cost. Both training part should cover the following aspects

M

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.5.3 Description of all functional assemblies of the system, including controls, indicators and monitoring system.

M

3.5.4 Line up procedures for the system and adjustment of operating parameters and other operation and maintenance procedures

M

3.5.5 Practical replacement procedures/practices for major assemblies including RF units.

M

3.5.6 Two-way feedback mechanism for evaluation of training will be enforced with time-bound corrective measures on both sides.

M

Page 26: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 26

3.5.7 Training material ( hardcopy , softcopy including audio-video lecture for better comprehension and operation ) should be provided by bidder to individual trainee 7 days before the start of training.

M

3.6. INSPECTION AND TEST , COMMISSION

3.6.1 Third party inspection is mandatory. M

3.6.2 The name of authorised agency, chosen by Kolkata for third party inspection will be informed to the successful bidder.

3.6.3 The fees required for the inspection will be borne by the successful bidder.

M

3.6.4 User Acceptance Test (UAT):

3.6.4.1 Successful bidder shall provide a test design document, plan document along with proposed test setup to ensure compliance with the specifications of the Digital Open Standard TETRA Radio Trunking System, Network Management System, Repeater site equipment and dispatch console, and integration with existing and on-going infrastructure, with concurrence from Kolkata Police.

M

3.6.4.2 Successful bidder has to undertake a UAT training (lecture and hands-on ) with training kit for KP personnel and joint test in different environmental conditions (certification by KP along with test reports, test by KP with test tools, as applicable, from successful bidder) with all accessories for

M

3.6.4.2.1 Mobiles

3.6.4.2.2 Vehicle-Mounted Portable Mobiles

3.6.4.2.3 Vehicle-Mounted Portable Repeaters

3.6.4.2.4 Fixed Repeater Stations

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.6.4.2.5 Fixed Repeater Site Environment

3.6.4.2.6 Central Control Room Environment

3.6.4.2.7 Vehicle Mounted Portable Equipment Environment

3.6.4.2.8 Fail-safe Power Supply on full load

3.6.4.2.9 Interconnecting Communication Links and associated equipments

Page 27: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 27

3.6.4.2.10 Control Room Communication Equipments ( including different gateways )

3.6.4.2.11 Dispatcher Client Equipment and Software

3.6.4.2.12 Server(s) for dynamic group management and mobile registration etc with software for the current and future expandable system.

3.6.4.2.13 Fail-safe Digitized Voice Logger Server (s) ,with selectable searching and playing of past conversations , for storing digitized voice with identification and Indian Standard Time for last 7 days with software for the current and future expandable system of past

3.6.4.2.14 Auto Backup and Selectable Restoration system with removable media for last one month and Auto Archiving after one month

3.6.4.2.15 Conventional IT Network and NMS equipment and software

3.6.4.2.16 All Gate-way equipment including gateway for 2-way communication with existing infrastructure and software

3.6.4.2.17 IGVTDC integration equipment (if any) and associated software,

3.6.4.2.18 Fail-over and Load-balance test for all control room gateways, links, servers, logger in real-time,

3.6.4.2.19 Overall integration test for functions of all equipment in unison in best and worst case scenarios.

3.6.5 Installation-supervision and commissioning: M

3.6.5.1 Successful bidder shall provide qualified and experienced (in relevant field for both) supervisory personnel at the premises of the Kolkata Police, to oversee the installation. Such persons shall be selected with concurrence of Kolkata Police.

3.6.5.2 To commission of equipments by the Kolkata Police under this supply,

3.6.5.3 To perform commissioning tests at the Kolkata Police's site

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.6.4.4 To demonstrate full compliance of equipments / systems supplied by the successful bidder.

3.6.6 Warranty and Maintenance M

3.6.6.1 Successful bidder shall carry out replacement ( with acceptance test report ) for faulty or not optimally functioning equipment and related accessories supplied by the bidder during the warranty period, within 06 (six) hours of complaint lodging by Kolkata Police

Page 28: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 28

3.6.6.2 SW bug fixes, customization and MIS reports and consequent successful tests to be carried out by 24 hours of intimation by Kolkata Police without any further financial overhead for the warranty period.

3.6.6.3 During AMC period ( i.e. (05) five years from the expiry of warranty, successful bidder has to take care of activities related to 3.6.6.1 and 3.6.6.2 with repairing provisions in addition to replacements, with timing constraints as mentioned in those sections.

3.6.6.2 Successful bidder shall provide essential spares for (05) FIVE years' maintenance after the AMC period. A list of consumable spares being provided under the contract should be furnished along with its price.

3.6.6.3 Faulty units will be returned to the supplier for replacement.

3.6.6.4 Any faulty components not provided under spares shall be replaced free of cost during warranty period.

3.6.6.5 The bidder shall quote for a comprehensive annual maintenance contract for the entire system supplied including repair and replacement of faulty units for five years after warranty period.

3.6.6.6 Bidder has to abide by detailed and formal Service Level Agreement (SLA) to be drawn by Kolkata Police, for Pre-warranty, warranty, AMC, and post-AMC period.

3.6.7 Hand-holding M 3.6.7.1 Successful bidder has to arrange for on-job hand-holding

after successful commission of the whole system for a period of 06 (six)months.

3.6.7.2 Bidder has to deploy capable and efficient personnel on 24x7 basis ( 2 persons at Primary Site, and 1 person at Disaster Recovery Site ) to help-out in problems faced by Kolkata Police during on-line operations and administration on any equipment and software for this project.

3.6.7.3 Personnel deployed by bidder should have capability to fix SW bugs and to undertake minor customization, development and integration of contingent MIS forms and reports, re-configuration in the on-line system.

Clause No.

Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance ( Yes / No )

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

3.6.7.4 Successful bidder should provide qualification certificates, experience certificate in relevant fields and on relevant equipment and software, PVRs ( Police Verification Report ) for all the deployed personnel, and deployed personnel has to undertake the security rules / regulations that will be laid down by Kolkata Police, from time-to-time.

3.6.7.5 Other nitty-gritty will be mentioned in the SLA, that should be abode by the bidder.

3.6.8 Project Management Consultancy M

3.6.8.1 Successful bidder has to engage a project management consultant agency in consultation with Kolkata Police.

Page 29: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 29

3.6.8.2

Non-exhaustive list of responsibilities of that consultant agency will be to mention / present / prepare weekly - (1) status (2) deviation (3) corrective plan (4) corrective measures (5) corrective measures’ resource allocation (6) impact on schedule (7) minutes-of-the-meeting of committees, (8) liason and co-ordination among different stake holders, (9) preparation of various documents and formats (10) generic and specific policy framing for use of the system and associated equipment (11) quality control through assessment and remedial measures as per international standard / best practices (12) related activities of clause 3.6 above (13) other time-bound activities as and when required up to end of Go Live / Hand-holding as decided by Kolkata Police etc.

3.7 OTHERS

Page 30: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 30

Section 4 Features and Technical Specifications of Trunking

System Clause No. Clause Criticality:

M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4 Features and specifications of Radio Trunking System.

4.1 Registration and Roaming Features. 4.1.1 Each radio unit shall register with the

system automatically at:

4.1.1.1 Change of Repeater site. M 4.1.1.2 Change of talk group attachment. M 4.1.2 The system shall allow only the registered

radios to communicate. M

4.1.3 The system shall support seamless roaming across all the sites so that all call types will be maintained and handed over from site to site without re-establishing of call.

M

4.1.4 During radio user drives out of one site into another site, the process of handover of calls should not experience any communication problem.

M

Page 31: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 31

4.1.5 Handover shall be supported for all classes of voice and data service.

M

4.1.6 Each radio unit shall be capable of supporting up to 30 Repeater stations.

D

4.2 Network Management Features.

4.2.1 General 4.2.1.1 The system shall provide Network

Management services to achieve high availability and efficient operation

M

4.2.1.2 All network management i.e. Fault, Configuration, Accounting, Performance and Security Management software shall provide an intuitive graphical User Interface (GUI).

M

4.2.1.3 The Network Management services shall be secure from unauthorized use.

M

4.2.1.4 The Network Management software shall include a report generator.

M

4.2.1.5 The report generator shall implement restricted user access by allowing certain grades of security.

M

4.2.1.6 The Network Manager shall be able to assign Radio Units to Talk-Groups.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.2.1.7 The Network Manager shall be able to configure the attributes of each Talk -group.

M

4.2.1.8 The Network Management System shall provide a graphical tool for representing all objects in the system. Fault Management shall be implemented through this graphical tool, allowing the Network Manager to monitor alarms from devices within the system.

M

4.2.1.9 The Network Management System shall be able to automatically generate reports providing summaries of traffic use by specified Talk-Groups and Radio Units.

C

Page 32: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 32

4.2.1.10 The Network Management System shall provide a performance management tool to analyze traffic patterns and troubleshoot problems with Radio Units and Base Stations.

M

4.2.1.11 The Network Management System shall provide a performance management tool to analyse system usage and troubleshoot problems with the system infrastructure.

M

4.2.1.12 The System shall allow for flexibility in the physical location of the network management stations. Depending on operational requirements, they may be placed either locally with the network management server or remotely from it.

M

4.2.1.13 System management should have GUI based interface and based on MS Windows. It shall consist of following sub – systems:-

4.2.1.13.1 Configuration Management M 4.2.1.13.2 Subscriber Management M 4.2.1.13.3 Fault Management M 4.2.1.13.4 Performance Management M 4.2.1.13.5 Security Management M 4.2.1.13.6 Administration/ Accounting M Clause No. Clause Criticality:

M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.2.1.14 The Network Manager shall be able to control and monitor external devices such as fire alarms and door locks.

M

4.2.1.15 Network manager shall display Network availability.

M

4.2.1.16 Network manager shall be able to configure user access level.

M

4.2.1.17 Trouble shoot problems with radio units and base stations

M

4.2.2 Configuration Management 4.2.2.1 The System shall provide the following

management functions:-

4.2.2.1.1 Management of Subscriber identity code.

M

4.2.2.1.2 Definition of area where a terminal may operate such as Single cell, multi cell or all cell.

M

Page 33: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 33

4.2.2.1.3 Definition of operating parameters. M

4.2.2.1.4 Definition of base station parameters. M

4.2.3 Fault Management 4.2.3.1 The fault management module shall be

implemented through graphical tool, allowing the network manager to monitor alarms from devices within the system. The fault management module shall provide fault reporting in each of the following areas:-

4.2.3.1.2 VHF Connectivity M 4.2.3.1.3 ALS Connectivity M 4.2.3.1.4 PABX Connectivity. M 4.2.3.1.5 Radio Equipment M 4.2.3.2 The Alarm Shall be classified as:- 4.2.3.2.1 Critical M 4.2.3.2.2 Major M 4.2.3.2.3 Minor M 4.2.3.3 All Alarms shall be logged accordingly to

the following parameters:-

4.2.3.3.1 Time of the Day M 4.2.3.3.2 Alarm Type M 4.2.3.3.3 Alarm Severity M Clause No. Clause Criticality:

M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.2.3.3.4 System Unit M 4.2.4 Administration/ Accounting

Management

4.2.4.1 The accounting management module shall capture and store in the central data base the all traffic information relating to each call transaction.

M

4.2.4.2 This record shall be in the form, which can readily be transmitted to an external application for performance analysis.

M

4.2.5 Security Management 4.2.5.1 The network management system shall

support the configuration of security and access to the network and network management system itself

M

4.2.5.2 The system shall be capable to track:

Page 34: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 34

4.2.5.2.1 “which talk group each radio unit is attached to” along with duration.

M

4.2.5.2.2 “which Repeater site each radio unit is registered with” along with date and time.

M

4.2.5.3 The system shall be able to determine which repeater sties are required for a group call without generating any additional traffic while locating talk group members.

D

4.2.5.4 The Network manager shall be able to allow all the repeater sites to be valid for emergency call than the normal group calls. This allows talk group members working outside of a valid site to initiate an emergency call.

M

4.2.5.5 The Network manager shall have the capability to add and delete talk group selection programming to a specific subscriber radio or a group of subscriber radios over the air through control channel both off line and on line.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.2.5.6 When a new talk group selection is added over the air, the radio shall automatically switches to the newly added talk group selection without any intervention from the radio users.

M

4.2.5.7 The system and radio units should support in build GPS facilities.

M

4.2.5.8 The system should be able to generate different types of fault reporting alarms.

M

4.3 Safety and Security Feature. 4.3.1 During emergency the system shall permit

members of a particular talk group to be able to transmit to the radios of other talk groups.

M

4.3.2 The dispatcher console shall be able to disable any radio unit over the air. The disabled radio unit shall not be able to monitor any voice communications on any channel or talk group in the system.

M

Page 35: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 35

4.3.3 The temporarily disabled radio unit shall be completely non-functional and not able to transmit or join into any voice conversation on the system including DMO operation.

M

4.3.4 If the radio unit is not on the system during disabling, the system shall have the capability to search for the radio unit automatically if so requested by the dispatcher console. The system shall be able to capture and disable the radio unit automatically when it comes into the system

C

4.3.5 While disabled the radio unit must continue with normal site registration and GPS data transmission so that its position can be tracked.

M

4.3.6 A temporarily disabled radio unit can be re-enabled only by the dispatcher console.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.3.7 The system shall support Ambience listening call which allows a radio unit to be remotely set to transmit without giving any external indication.

D

4.3.8 The radio users will not be able to disable the GPS functionality.

M

4.3.9 When the monitored radio unit is turned off during Ambience listening call, it appears to be turned off to the user but continue to transmit.

D

4.3.10 The system should be able to configure the radios remotely with:

4.3.10.1 Activation of radios. D 4.3.10.2 Power ON of radios without any

indication or alarm. D

4.3.10.3 Control of speaker and microphone. D

4.3.10.4 Suppression of radio status. D 4.3.11 The System shall support and provide end-

to-end encryption(Hardware & Software) M

4.3.11.1 The security standard should be mentioned by the bidder as follows

M

Page 36: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 36

4.3.11.1.1 TEA1 M 4.3.11.1.2 TEA2 M 4.3.11.1.3 TEA3 M 4.3.11.1.4 REA4 M 4.4 Interfacing features. 4.4.1 The system shall be able to access the

database of other networks like GIS, Traffic etc.

M

4.4.2 The system shall be integrable with AVTMS, DCRMS and other modules of IGVTDC Project of Kolkata Police.

M

4.4.3 The system shall provide the geo-fencing facility to individual radio unit so that:

4.4.3.1 The user of the radio unit will be able to know that he is out of his geo-fencing.

C

4.4.3.2 The dispatcher consol shall be able to detect that the radio user is out of his geo-facing.

C

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.4.4 The system shall be able to access the existing EAPBX of Kolkata Police through Telephone Gateway ,VoIP Gateway & VHF Gateway. The bidder may survey regarding details of EAPBX of Kolkata Police with prior permission. (Please see diagram.)

M

4.4.5 The system shall support full duplex telephone conversations between subscriber radios and telephone handset.

M

4.4.6 The system shall have the capability to support simultaneously up to 30 (thirty) full duplex telephone calls.

C

4.4.7 The system shall support following modes of telephone connection:

4.4.7.1 Radio unit to Telephone line. M 4.4.7.2 Telephone line to Radio unit. M 4.4.8 The system shall be integrable with the

existing VHF analog network through VHF Gateway .

M

4.4.9 The system should support inter-site and gateway communication over IP

M

4.5 Call features 4.5.1 Priority & Queuing of calls.

Page 37: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 37

4.5.1.1 The radio system provides minimum 10 levels of priority where level 1 is the highest and reserved for emergency group call.

M

4.5.1.2 The network manager assigns levels 2 - 10 to individuals and talk groups.

M

4.5.1.3 The priority assigned to a group call is the individual priority of the calling party or the group priority, whichever is the higher.

M

4.5.1.4 The priority level is used in the case where a system is busy and calls are queued.

M

4.5.1.5 When the systems get busy, calls with higher priority are allocated traffic channels before calls with lower priority.

M

4.5.1.6 The radio system shall support queuing of voice calls whenever a traffic channel is required but no traffic channels are available.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.5.1.7 If there is no traffic channel available at one or more of the sites required for the call, the call will be placed in a queue.

M

4.5.1.8 When the required traffic channels for the call become available, the calling party is automatically called back to indicate that the call has now been setup and has initial transmit permission even if the calling party is busy in an another call.

M

4.5.1.9 Calls in the queue with the same priority shall normally be handled on a first in first out basis.

M

4.5.2 Group Calls. 4.5.2.1 The system shall allow subscriber radios

to be grouped into talk groups. M

4.5.2.2 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.

M

Page 38: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 38

4.5.2.3 When in-group call mode, a radio unit shall be able to request a traffic channel to transmit to their attached talk group by simply pressing a Push-To-Talk (PTT) button.

M

4.5.2.4 During a group call the identity of the talking party shall be identified to all other talk group members.

M

4.5.2.5 The system shall also allow the dispatcher console to add talk groups or delete talk groups from radio units, over the air interface.

M

4.5.3 Emergency Calls. 4.5.3.1 The bidder shall ensure that when radio

unit users encounter emergency situations, it is imperative that the radio system provides a very high level of service.

M

4.5.3.2 The radio system shall offer an integrated emergency strategy, including highest priority voice calls, an automatic emergency alarm, a live microphone, and special dispatch console features.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.5.3.3 Each radio unit shall have an easily accessible emergency mode button.

M

4.5.3.4 The emergency calls shall be supported as group calls.

M

4.5.3.5 The emergency calls shall be setup immediately even when all traffic channels are busy, by ruthlessly pre-empting the lowest priority call in progress.

M

4.5.3.6 The emergency alarm shall be implemented using the TETRA short data service (SDS).

C

4.5.3.7 The emergency alarm shall be addressed to all dispatcher consoles monitoring that talk group.

M

4.5.3.8 The radio system shall automatically generate an acknowledgement of the emergency alarm to the radio unit.

M

4.5.3.9 The bidder shall provide both visual and audible indication at the receipt of an emergency alarm and emergency call on the dispatcher console workstations

M

Page 39: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 39

monitoring that talk group.

4.5.3.10 The bidder shall ensure that the annunciation of the emergency to continue at all the dispatcher console workstations monitoring that talk group, until one of the dispatcher console acknowledges the condition.

M

4.5.3.11 When a dispatcher console acknowledges the emergency, all other dispatcher consoles monitoring that talk group and the radio generating emergency call shall receive visual and audible indication that the emergency is being dealt with.

M

4.5.3.12 The bidder shall ensure that all dispatcher consoles monitoring that talk group continue to display the emergency status, until the radio unit clears the emergency status.

C

4.5.3.13 Dispatcher consoles shall be able to initiate emergency calls.

M

4.5.4 Individual Call Clause No. Clause Criticality:

M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.5.4.1 The trunked system shall permit any two (2) properly equipped subscriber radios to hold private conversations with each other, regardless of their talk group affiliations or locations within the system without involving other subscriber radio users in the system.

C

4.5.4.2 The two (2) parties involved in the private conversation shall be capable of viewing the opposite party's radio ID on the radio display.

C

4.5.4.3 The system shall support full-duplex individual call between the two (2) parties involved in the private conversation.

C

4.6 DATA SERVICES: 4.6.1 STATUS MESSAGES

Page 40: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 40

4.6.1.1 The system shall allow a Radio Unit to send a pre-coded status message over the air interface to the Dispatch Console, without requiring voice communication.

C

4.6.1.2 The status message service shall support at least 100 distinct messages.

D

4.6.2 DATA TRANSPORT SERVICE

4.6.2.1 The system shall implement the TETRA Short Data Service (SDS) using packet data to support such applications as Text Messaging, Database Enquiries

M

4.6.2.2 Automatic Vehicle Location (AVL), Automatic Vehicle Management (AVM) layered over existing GIS and to be integrated with existing AVTMS, DCRMS of IGVTDC.

M

4.6.2.3 The interface to the Text messaging service at the Radio Unit will be via a Peripheral Equipment Interface (PEI) as defined in the TETRA standard. The PEI shall be an RS232 serial connection using a super-set of AT Commands.

C

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.6.2.4 The interface to the Text messaging service in the system infrastructure shall use the TCP/IP protocol over an Ethernet connection.

C

4.6.2.5 The Dispatch Consoles shall be able to receive and transmit Status Messages and Text Messages. Text messaging shall be a reliable service, so that the sender is informed if the message is not delivered. Short Data Service messages of up to 100 characters shall be delivered even if the destination is involved in a group-call.

C

4.6.2.6 Short Data Service messages of up to 100 characters shall be delivered even if the destination is involved in an individual call.

C

4.6.2.7 Short Data Service messages of up to 100 characters shall be delivered even if the destination is involved in a telephone interconnect call.

C

Page 41: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 41

4.6.2.8 Short Data Service should support one to one , one to many mode and many to one.

C

4.7 Dispatcher Console Features 4.7.1 The Dispatcher Console shall support the

following radio communications services as described further down below.

4.7.1.1 Group Call M 4.7.1.2 Multi-Group Call M 4.7.1.3 Emergency Call M 4.7.1.4 Individual Call C 4.7.1.5 Telephone Call C 4.7.1.6 Broadcast Call M 4.7.1.7 Group Short Data Service C 4.7.1.8 Talk group patching M 4.7.2 Group call shall be the primary mode of

operation for dispatcher console. Group calls shall be easy to initiate by selecting a talk group from the graphical display.

M

4.7.3 Dispatcher Console shall receive audio from all talk groups to which they are attached.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.7.4 Dispatcher console shall be capable of interrupting the currently transmitting radio units in a group call. This enables the Dispatcher Console to issue commands and instructions without having to wait for the current transmission to finish.

M

4.7.5 Dispatcher Console shall be able to make and receive multi-group calls.

M

4.7.6 Dispatcher Console shall be able to make and receive emergency calls.

M

4.7.7 Dispatcher Console shall be able to make and receive individual calls from radio units.

C

4.7.8 The dispatcher software shall include an address list of radio units to allow simple initiation of individual calls. This address list shall be up-gradable by the dispatcher as and when required.

M

4.7.9 The Dispatcher Console shall be able to make and receive telephone calls.

C

Page 42: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 42

4.7.10 The Dispatcher Console shall support status SDS message and text SDS messages.

C

4.7.11 The Dispatcher Console Application Programming Interface (API) shall be available to give flexibility for third party software developer in providing a customized GUI or additional functionality to the console system.

M

4.7.12 The dispatch console must be able to patch together at least 10 talk groups in the time of emergency so as to allow them to participate in a shared group call

M

4.7.13 The patch shall remain in effect until the dispatcher explicitly terminates it. Each time a subscriber radio or dispatcher transmits to the patched talk groups, a call shall be established to each talk group and the audio shall be routed to all the patched talk groups.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.7.14 The dispatch console shall have the capability to dynamically add and delete talk group selection programming to a specific subscriber radio or a group of subscriber radios via over the air command through the control channel.

M

4.7.15 When a new talk group selection is added via over the air command, the radio shall automatically switches to the newly added talk group selection without any intervention from the radio user.

M

4.7.16 Each radio shall also remember the talk group settings it held before dynamic re-organization, and shall revert to the original group when dispatcher console sends a "delete talk group" command through the system.

M

Page 43: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 43

4.7.17 The dispatcher console shall have the ability to verify that a radio is switched on, within range of the system, and that the radio site is registered.

M

4.7.18 The radio system shall force a radio user to send a TETRA presence check signal to the radio infrastructure.

M

4.7.19 Dispatcher Console shall be able to invoked Ambience Listening call to remotely set a radio unit to transmit, without giving any external indication the radio user that a call is being setup or is in progress.

D

4.8 Radio Features: 4.8.1 GENERAL REQUIREMENTS 4.8.1.1 The Radio Units offered shall be

commercially-off-the-shelf (COTS) products, not bespoke products developed for this project.

M

4.8.1.2 The Bidder shall offer the following Radio Unit options:

4.8.1.2.1 Hand-portable units M 4.8.1.2.2 Mobile units M 4.8.1.2.3 Desk-mounted units M Clause No. Clause Criticality:

M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.1.3 Radio Units shall support operation: 4.8.1.3.1 In the Dark M 4.8.1.3.2 In rain (IP55) M 4.8.1.3.3 Industry Environments (IP54) D 4.8.1.3.4 By persons wearing gloves M 4.8.1.3.5 By persons making frequent calls M

4.8.1.3.6 By persons facing emergency situations

M

4.8.1.3.7 Mention international Standard weather proofing

M

4.8.1.4 Radio Units shall be robust, simple to operate, light in weight and compact.

M

4.8.1.5 All Radio Units shall support adaptive power control to maximize power efficiency.

M

Page 44: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 44

4.8.1.6 Each Radio Unit shall support a simple operator interface to access Group-Calls, Individual-Calls and Telephone Interconnect Calls.

M

4.8.1.7 Each Radio Unit shall support integrated SIM connector for pluggable SIM for GSM operation

M

4.8.1.8 Each Radio Unit shall support auto audio boost facility

M

4.8.1.9 Each Radio Unit shall support real time clock

M

4.8.2 GROUP-CALL OPERATION: 4.8.2.1 The Radio Unit shall display the identity

of the current Talk-Group at all times. M

4.8.2.2 When the Radio Unit is receiving a Group-Call, it shall display the identity of the calling party.

M

4.8.2.3 The Radio Unit shall support text aliases which, when entered, are displayed in place of or as well as these numerical Talk-Group and Radio Unit identities.

M

4.8.2.4 The Radio Unit shall indicate the progress of Group-Calls with audible tones.

D

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.2.5 The audible tones shall be switchable on/off by the Radio Unit user.

D

4.8.2.6 The Radio Unit shall support at least 200 Talk-Groups.

C

4.8.3 EMERGENCY MODE OPERATION:

4.8.3.1 Each Radio Unit shall have an easily identifiable Emergency Button

M

4.8.3.2 When the Emergency Button is pressed the Radio Unit shall automatically send an emergency alarm to the Dispatch Console. It may emit emergency start tone and provide a visual message if desired.

M

4.8.3.3 If no acknowledgment of the emergency alarm is received by the Radio Unit, it shall retransmit the alarm.

M

Page 45: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 45

4.8.3.4 Emergency-Calls shall have the highest priority, so that if the system is busy the call will be granted by clearing (pre-empting) another call.

M

4.8.3.5 The Radio Unit shall remain in emergency mode until the user performs a distinct emergency cancellation.

M

4.8.3.6 When receiving an Emergency-Call The Radio Unit shall emit a distinct tone.

M

4.8.4 INDIVIDUAL – CALL OPERATION

4.8.4.1 The Radio Unit shall be able to scroll through a list of preprogrammed addresses of Radio Units and Dispatch Consoles. Once selected an Individual-Call can be initiated by simply pressing PTT.

C

4.8.4.2 The Radio Unit shall save up to 1000 Identities in the pre-programmed list.

C

4.8.4.3 Full duplex Individual calls shall be supported between Radio Units and Dispatch Console operators.

C

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.5 TELEPHONE INTERCONNNECT OPERATION

4.8.5.1 The Radio Unit shall be capable of making Telephone Interconnect calls.

C

4.8.5.2 The Radio Unit shall display the identity of the last party with whom a telephone call was established when the call button is pressed. To connect to that same party, the user shall be able to simply press the call button again. Additional features list to be added like call register , missed call, dialed call etc.

C

4.8.5.3 The Radio Unit shall be able to scroll through a list of preprogrammed addresses of telephone numbers. Once selected a telephone call can be initiated by simply pressing the call button.

C

Page 46: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 46

4.8.5.4 The Radio Unit shall save up to 500 telephone subscriber identities in the pre-programmed list.

C

4.8.6 STATUS MESSAGE 4.8.6.1 The current affiliated talk group and site

information of live radio shall be returned to the dispatcher console. If the radio user does not respond within 30 seconds or the radio is busy in a call, a message shall be indicated back to the dispatcher console.

C

4.8.6.2 The Radio Unit shall support the sending of status messages to other radios and the Dispatch Console.

C

4.8.6.3 The Radio Unit user shall be able to select a status message either by scrolling through a stored list, or by entering a status message number direct from the keypad.

C

4.8.7 SHORT DATA TRANSPORT SERVICE:

4.8.7.1 Each Radio Unit shall allow use of the short data service via the keypad or by external applications via the PEI (Peripheral Equipment Interface).

C

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.7.2 Each Radio Unit shall be able to receive and display short text messages, either from other Radio Units or from a computer networked to the system infrastructure.

C

4.8.7.3 Messages shall be buffered (Circular) up to 25 messages of maximum 50 character each, and both audible and visual indications shall be given of incoming messages.

C

4.8.7.4 Each Radio Unit shall be able to send text messages of up to 50 characters, entered though the keypad.

C

4.8.8 TALK-GROUP SCANNING AND PRIORITY MONITORING

4.8.8.1 Scanning shall be configurable so that a single Multi group can be associated with each Talk-Group.

C

Page 47: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 47

4.8.8.2 Each Radio Unit shall support up to 4 Multi group, each of up to 10 Talk-Groups.

C

4.8.8.3 Scanning shall be a configurable option so that it can be selected/de-selected.

C

4.8.8.4 When a Radio Unit is idle and scanning is enabled, it shall monitor the Main Control Channel for call set up signaling for any of the Talk-Groups in the Scan-list. If call set up is detected, The Radio Unit shall join the call.

M

4.8.8.5 Each radio unit shall be able to associate a priority level with each Talk-Group.

M

4.8.8.6 When a Radio Unit has scanning enabled, and it is involved in a Group-Call, it shall still be able to detect other calls being set up.

C

4.8.8.7 If a call is set up for a Talk-Group of higher priority than the current call, it shall leave the current call and join the higher priority call.

M

4.8.9 SOFTWARE UPGRADES: Clause No. Clause Criticality:

M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.9.1 It is anticipated that additional features may become available for the system in the future. The system shall provide a straightforward mechanism for delivering software upgrades to all infrastructure, and radio equipment.

M

4.8.9.2 While downloading software to the remote Base Stations, the effect on system performance shall be minimum.

M

4.8.9.3 If a software upgrade is unsuccessful, the infrastructure and radio equipment shall be able to automatically revert to the previous version.

M

4.8.10 ENVIRONMENTAL CONDITIONS:

Page 48: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 48

4.8.10.1 All equipment, test instruments, special tools and tackles etc. shall be capable of maintaining the guaranteed performance with operational lifetime of 20 years minimum when operating continuously under the following environmental conditions:

4.8.10.1.2 Temperature - Full rated operation from –10 to +60 Degree C.

M

4.8.10.1.3 Humidity - For out door equipments relative humidity up to 100% / in rainy condition. For indoor equipments relative humidity up to 90% .

M

4.8.10.1.4 EMC Compliant - The offered system shall be compliant with ETSI EN 300 827.

M

4.8.10.1.5 Safety - Compliant with ETSI EN 60950 2000.

M

4.8.10.1.6 Water and Dust Resistance - Compliant with IEC 529 rating IP55 low maintenance design.

M

4.8.11 RADIO UNIT MAN MACHINE INTERFACE:

4.8.11.1 Each radio Unit shall give a visual indication of signal strength.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.11.2 Each Radio Unit shall give a very clear visual indication when it is out of the system’s radio coverage.

M

4.8.11.3 When a Radio Unit is transmitting it shall give a very clear visual indication.

M

4.8.11.4 To aid operation in the dark, the display shall be backlit, and the backlight shall turn itself off after a period of inactivity.

M

4.8.11.5 Each Radio Unit shall provide a battery strength indicator. When battery strength is very low, there shall be a visual and audible indication. The Battery shall be rechargeable.

M

4.8.12 HAND-HELD and WEARABLE PORTABLE UNIT

Page 49: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 49

4.8.12.1 The hand-held and wearable unit shall weigh less than 300 grams including antenna and battery for easy carrying around.

M

4.8.12.2 The dimensions should be smaller for user's confortability in operation and carriage. Mention LxBxH of the set and HxW of display area.

C

4.8.12.3 The unit shall provide a minimum RF output of 1.0 Watt. Radios with more power will be preferred.

M

4.8.12.4 The unit shall meet MIL standard 810D or IEC68-2 Shock & Vibration, as this standard specification requires equipment to undergo extensive mechanical shock & vibration test procedures.

M

4.8.12.5 The unit shall be sealed against ingress of dust and water to IP55 standard.

M

4.8.12.6 The unit shall have ergonomic control for easy operation. The user shall be able to identify and use the volume and talk group selection controls without looking at the controls.

M

4.8.12.7 The accessories offered shall be suitable for Public Safety applications.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.12.8 The unit shall be equipped with inbuilt Blue Tooth for voice and data for hands free operation.

M

4.8.12.9 The portable radio shall not be disabled by the user for GPS functionality

M

4.8.12.10 The portable radio shall support Industry Standard memory card interface for local storage.

C

4.8.12.11 The portable radio shall support vibration facility for incoming calls.

M

4.8.12.12 The portable radio shall support XHTML color browsing facility.

C

4.8.12.13 The portable radio shall support USB interfaces

C

4.8.12.14 The portable radio unit shall have Java MIDP 2.x platform.

M

Page 50: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 50

4.8.12.15 The radio unit shall have the following characteristics:

4.8.12.15.1 Transmit Band = 806 – 825 Mhz M 4.8.12.15.2 Receive Band = 851 – 870 Mhz M 4.8.12.15.3 RF Channel Bandwidth = 25 Khz M 4.8.12.15.4 Tx/Rx Separation = 45 Mhz M 4.8.12.15.5 RF Power Control = minimum of 3 Steps

of 5 dB M

4.8.12.15.6 RF Power Accuracy = ± 2 dB M

4.8.12.15.7 Receiver Class = A M 4.8.12.15.8 Receiver Static Sensitivity = -112 dBm M

4.8.12.15.9 Receiver Dynamic Sensitivity = –103 dBm

M

4.8.12.15.10 Helmet audio interface through Blue-tooth and cable

M

4.8.13 BATTERIES 4.8.13.1 Batteries shall support an operating time

of at least 13 hours, based upon a duty cycle of 10% Tx, 10% Rx, 80% Stand-by.

M

4.8.13.2 The Batteries shall have a life of at least 350 charge/recharge cycles, when operated in accordance with the manufacturers recommended procedures.

M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.13.3 Mains powered battery chargers shall be available for Charging portable and spare batteries simultaneously

C

4.8.13.4 The battery charger system shall provide an accurate, reliable and easily understood indication of the effective state of charge of batteries before they are offered for operational use.

M

4.8.13.5 A battery maintenance system shall be offered, to allow tracking of battery capacity and fault detection.

M

4.8.14 VEHICLE MOUNTED MOBILE RADIO UNITS

4.8.14.1 The Mobile Radio Units shall provide a minimum RF power output of 3 Watt. Radios with more power will be preferred.

M

Page 51: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 51

4.8.14.2 The Mobile Radio Units shall operate from a 12 VDC supply and to be pluggably integrated with vehicle.

M

4.8.14.3 Radio Units for permanent use in vehicles shall permit:

4.8.14.3.1 Access to all services available to hand-portable Radio Units

M

4.8.14.3.2 Safe and secure operation while the vehicle is in motion.

M

4.8.14.4 The unit shall provide a very clear display, and be specifically designed for viewing from wide angles.

M

4.8.14.5 The display shall be backlit. M 4.8.14.6 The accessories shall connect to the

console for convenience. M

4.8.14.7 The unit shall be connectable to a hands free kit :

4.8.14.7.1 A vehicle mounted external antenna M

4.8.14.7.2 A vehicle mounted fist microphone and loudspeaker

M

4.8.14.8 The unit shall be supplied with: 4.8.14.8.1 A robust ¼ wave whip antenna M 4.8.14.8.2 All cables, mounting brackets and

fittings M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.14.8.3 GPS Module with active GPS antenna

M

4.8.14.8.4 Radio Modem (to receive positioning data from GPS receiver and interface to Radio unit)

M

4.8.14.8.5 Fist Microphone and Loudspeaker M

4.8.14.8.6 Internal slot for smart card C 4.8.14.9 The mobile radio unit shall act as a

repeater for hand portable inside the building.

M

4.8.14.10 The unit shall have the following characteristics:

4.8.14.10.1 Transmit Band = 806 – 825 Mhz M 4.8.14.10.2 Receive Band = 851 – 870 Mhz M 4.8.14.10.3 RF Channel Bandwidth = 25 Khz M 4.8.14.10.4 Tx/Rx Separation = 45 Mhz M 4.8.14.10.5 RF Power Control = minimum of 3 Steps

of 5 dB M

Page 52: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 52

4.8.14.10.6 RF Power Accuracy = ± 2 dB M

4.8.14.10.7 Receiver Class = A M 4.8.14.10.8 Receiver Static Sensitivity = -112 dBm M

4.8.14.10.9 Receiver Dynamic Sensitivity = –103 dBm

M

4.8.15 PC CONNECTED DESK-MOUNTED RADIO UNITS

4.8.15.1 The desk-mounted units shall be a variant of the Mobile Radio Units along with all of it's features and specifications, to ensure commonality of equipment across the network.

M

4.8.15.2 The power supply for desk-mounted Radio Units shall operate from the local VAC supply with UPS.

M

4.8.15.3 Radio Units for permanent desk-mounted use shall permit access to all services available to hand-portable Radio Units.

M

4.8.15.4 The unit shall be connectable to a permanent external antenna.

M

4.8.15.5 The unit shall be supplied with: 4.8.15.5.1 A permanent external antenna and

coaxial feeder M

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.15.5.2 All cables, mounting brackets and fittings

M

4.8.15.5.3 A handset M 4.8.16 CONFIGURING RADIO UNITS

4.8.16.1 A Programming package shall be provided to allow the Radio Units to be prepared for service.

M

4.8.16.2 The software application shall run under Windows™ ( 2008 / 2003 enterprise, SQL-Server 2005 or higher, Windows-Vista-Business ) / Latest Linux with database etc. provide an intuitive user friendly GUI and necessary attachment interfaces and drivers.

M

4.8.17 Static/ Mobile Repeater Stations (BTS)

Page 53: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 53

4.8.17.1 The Repeater stations shall be able to operate in Trunked Mode Operation (TMO) Range Extention.

M

4.8.17.2 The Repeater stations shall support efficient Air-Ground-Air cimmunications for future requirement.

C

4.8.17.3 Each Repeater station should have a minimum of 25 watt output power.

M

4.8.17.4 Receiver should be Class-A M 4.8.17.5 Duty cycle: 100% M 4.8.17.6 Frequency band: (806-870) Mhz M 4.8.17.7 Duplex Spacing (configurable): 45 Mhz M

4.8.17.8 Carrier spacing: 25 Khz M 4.8.17.9 Repeater Stations (BTS) should be

configurable to support other carrier spacings like 50 Khz, 100 Khz, 150 Khz etc.

C

4.8.17.10 Channel access: 4 slot TDMA M 4.8.17.11 Modulation: π/4 DQPSK M 4.8.17.12 Repeater Stations (BTS) should be

configurable to support other Modulations like π/4 D8PSK, 4-QAM, 16-QAM, 64-QAM to get heigher speed as and when required by Kolkata Police.

C

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.8.17.13 Each Repeater station should have a minimum of 2 carrier system.

M

4.8.17.14 Temparature: -10°C to +60°C. M 4.8.17.15 Temparature for storage: -20°C to +70°C. M

4.8.17.16 Humidity: 100% / in rainy condition for out door equipments and 90% for indoor equipments.

M

4.8.17.17 Sensitivity: More than -112dBm in static and -103dbm in dynamic.

M

4.8.17.18 Voltage: 180 VAC to 260 VAC (50Hz ± 10%)

M

4.9 Availability, Resilience and Reliability:

4.9.1 The system shall be designed to allow for expansion with only minimal disruption to system availability.

M

Page 54: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 54

4.9.2 It shall be possible to add new Radio Sites without disrupting the service to existing sites.

M

4.10 Features of Gateways: 4.10.1 TELEPHONY GATEWAY 4.10.1.1 The Telephony gateway shall support the

cross communication between the Digital Trunking radio subscribers and an existing telephony system.

C

4.10.1.2 It shall provide the required interfaces to existing telephony systems.

C

4.10.1.3 It shall provide the required interfaces to existing wireless systems namely GSM and CDMA Networks.

C

4.10.1.4 It shall provide feature transparency between the two networks.

C

4.10.2 ANALOG VHF GATEWAY 4.10.2.1 The System shall be able to connect to

existing legacy VHF network. And allow voice calls between the two networks. (Broadcast and Selective)

M

4.10.2.2 It shall provide the required interfaces to existing VHF systems.

M

4.10.3 ALS GATEWAY (if required - with justification)

Clause No. Clause Criticality: M=Most critical; C=Critical. D=Desirable

Max , Min Value of quoted item / service (If applicable)

Compliance (Yes / No only)

Deviation (If any)

Reference page & clause no. in the Bidder’s Document

4.10.3.1 The System shall be able to connect to Automatic Locator System and allow data communication between two networks.

C

4.10.3.2 It shall provide the required interfaces to Automatic Vehicle Locating system.

C

4.10.4 SOFTWARE UPGRADES 4.10.4.1 It is anticipated that additional features

may become available for the system in the future. The system shall provide a straightforward mechanism for delivering software upgrades to all infrastructure components.

M

4.10.4.2 Software Upgrades shall be downloaded to the remote Radio Sites and Base Stations over the network infrastructure

M

Page 55: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 55

4.10.4.3 While downloading software to the remote Base Stations, the effect on system performance shall be minimum.

M

4.10.4.4 If a software upgrade is unsuccessful, the Base Stations shall be able to automatically revert to the previous version.

M

4.10.4.5 Antivirus with remote update & upgrade facility from both control room and from user devices (if any required) with lic. for the warranty period. Mention details.

M

4.11 Others

Section 5

Page 56: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 56

Bill of Materials 5 Bill of Material, Works, Activities The bidder will be responsible for implementation of the project and should offer a solution that meets the minimum

services described in various sections of this tender document and also bidder has to check /Comply BOM accordingly. If the bidder finds that BOM is incomplete in some respect for the implementation of project, he is responsible for identifying the same and accordingly including the cost of the same in his bid as shown in clause-5.21

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.1 Servers 5.1.1 Registration DB, Dispatcher,

Voice Logger Appl

5.1.1.1 Rack Mountable Server HW (Ref. 5.1.4)

2+1

5.1.1.2 OS with cluster & Lic. (mention) (Ref. 5.1.4)

2+1

5.1.1.3 RDBMS cluster & Lic. (mention) (ref. 5.1.4)

2+1

5.1.1.4 Appl SW - Registration Appl + Dispatcher Appl + Voice Logger Appl with cluster & Lic (if any) (mention)

2+1

Page 57: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 57

5.1.1.5 *Appl SW - Automatic Radio Location + Related Traffic Appl. With cluster & Lic. (if any) (mention) - * If separate servers HW are required – mention servers HW in other section

2+1

5.1.1.6 Appl SW & Components - For integration with IGVTDC (GIS, AVTMS, DCRMS etc.) - sw components to be loaded on 5.1 (mention)

2+1

5.1.1.7 Other Related Appl with cluster & associated Lic.(if any) (mention)

5.1.2 Network Mgmt, Storage, Backup and Anti-Virus (if any) Server

5.1.2.1 Rack Mountable Server HW (Ref. 5.1.3)

1+1

5.1.2.2 OS & Lic. (mention) (Ref. 5.1.3)

1+1

5.1.2.3 Net Mgmt. Apppl & Lic (mention)

1+1

5.1.2.4 Storage Mgmt.Appl& Lic(mention)

1+1

5.1.2.5 Other Related Mgmt. Appl & Lic. (mention)

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.1.3 SERVER for Net., Storage, Backup Mgmt and Anti-virus (if any).

5.1.3.0 RoHS Compliance Level (mention)

5.1.3.1 Multi-core (64-bit) and multi-processor, with 32 bit binary execution compatibility

5.1.3.2 16 GB or higher RAM with ECC or equiv

5.1.3.3 Multiple Hot-Swap Hard Disks (min 4 nos, each >=300GB) (SCSI, SAS, etc.) - mention cache for each & type

5.1.3.4 Multiple 100/1000 Mbps or higher NIC for network connection to the other components of the Digital Trunking System & allied

Page 58: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 58

5.1.3.5 Graphics card supporting 24-bit colour

5.1.3.6 64-bit, multi-processor, multi user with execution environment for 32 bit application - OS ( mention ver & license)

5.1.3.7 Unicode compliant, latest SQL compliant ORDBMS (if any)- mention ver & license

5.1.3.8 Net, Storage & Other mgmt. SW – mention each with Licenses

5.1.3.9 Other server adapter for connectivity to storage net – mention nos. & spec

5.1.3.10 DVD-DL Writer 5.1.3.11 Anti-virus Sever SW with

client lic. (if any) mention ver. & lic. For whole warranty period

5.1.3.12 Other system and Utility Software

5.1.3.13 Support Hardware RAID 0+1, 1, 3 or 5 or combinations for the System and Utility softwar

5.1.3.14 All OS, Database Software must adhere to EAL-4 or higher Standard (ISO-IEC 15408).

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.1.4 Other Servers like Regn. DB, Dispatcher, Voice logger, AVL, Traffic etc. (Spec is same as 5.1.3 except the following)

5.1.4.0 RoHS Compliance Level (mention)

5.1.4.1 Specs are same as 5.1.3 except memory which will be 32GB or higher

5.1.4.2 Same as 5.1.3.3 except with min. 6 no. of HDDs – mention size and cache

5.1.4.3 same as 5.1.3.7 – except with cluster kit for LBS & FOS – mention OS & Cluster ver & Lic.

5.1.4.4 same as 5.1.3.7 – except with cluster kit for LBS & FOS – mention ORDBMS & Cluster

& Li

Page 59: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 59

ver & Lic.

5.2 External Storage System 2+1 5.2.0 RoHS Compliance Level

(mention)

5.2.1 Storage Box New or Reutilise (mention)

5.2.1.1 No.of Ports, Protocol & Raw bit transfer rate (for new / required for reutilisation )

5.2.1.2 No. of Lic. (if any) (mention for new / reutilisation)

5.2.1.3 Nos.500 GB / higher HDDs (SATA-2/SAS/FCAL) (mention)

5.2.1.4 Max. No. of Disk / each disk cap / Max Storage Capacity

5.2.1.5 Mention cache & other related specifics

5.2.1.6 Redundancy - RAID-0,1,10,5,6, combination (mention)

5.2.2 Supported OS (Win/Lin/Oth) & File Systems (mention)

5.3 External Backup System 1+1 05/03/00 RoHS Compliance Level

(mention)

5.3.1 Backup System ( New or Reutilise ) (mention)

5.3.1.1 Form Factor (Ultrium / Other) (mention)

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.3.1.2 Generation ( LTO-3 / LTO-4) (mention)

5.3.1.3 Nos. of cartridge ( non-WORM, WORM, cleaning ) supplied

5.3.1.4 Cartridge Capacity ( compression ratio, native, compressed)

5.3.1.5 Interfaces (mention) 5.3.2 OS supported ( Win, Linux,

Other ) (mention)

5.3.2.1 Licences (mention) 5.4 Clients (PR+DR, TP,

Fx.Repeater, Veh Mob Repeater - Dispatcher & Net Mgmt)

15+7

5.4.0 RoHS Compliance Level

Page 60: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 60

(mention) 5.4.1 Client PC HW 5.4.1.1 LCD-TFT monitor (19" wide

with DVD-I/D+ integrated speaker)

5.4.1.2 Multi-core (64 bit with 32 bit binary execution compatibility – preferred) (Multi-processor if required)

5.4.1.3 2x SATA-2 HDDs, each >=320GB, and >=16MB cache, in RAID-1

5.4.1.4 2 x 1 GB RAM preferably DDR2 (1066/1333 MHz)

5.4.1.5 Integrated / add-on graphics controller with DirectX-10, OpenGL-4, Shrader-2 with DVI/D

5.4.1.6 64-bit, multi-processor, with execution environment for 32 bit application – OS

5.4.1.7 CSS, HTML, Java script, Java and all necessary plugins for audio and video enabled browser.

5.4.1.8 Digital signature (HW token/smart card) interface for authentication & transaction

5.4.1.9 Biometric authentication device

5.4.1.10 Anti-virus SW (if any) with lic. ( mention ver. & lic. For whole warranty period )

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.4.1.11 Other system and Utility Software (mention)

5.4.1.12 All OS, Database (if any) Software must adhere to EAL-4 or higher Standard (ISO-IEC 15408)

5.1.3.13 DVD-DL Writer 5.4.1.14 Desk mount microphone /

Headset with PTT

5.4.1.15 Other peripherals (if any) (mention)

5.4.2 Embedded Dispatcher and ALS Terminal

2+1

5.4.2.0 RoHS Compliance Level (mention)

5.4.2.1 >= 17" TFT(preferably wide), Touchscreen display

Page 61: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 61

5.4.2.2 Onscreen keyboard and scrolling facility, external KBD, mouse interface

5.4.2.3 integrated microphone with PTT, and speakers, and interfaces for external desktop microphone with PTT etc.

5.4.2.4 TETRA-TEDS, Analog, VoIP technology and associated interfaces for external connections

5.4.2.5 LAN interfaces (10/100 Mbps)

5.4.2.6 Webbrowser with pluggable module installation facilities

5.4.2.7 Application integration with IGVTDC for GIS, AVTMS, DCRMS etc.

5.4.2.8 Anti-virus SW (if any) with lic. ( mention ver. & lic. For whole warranty period )

5.4.2.9 Other system and Utility Software (mention)

5.5 Network Laser Printers 5.5.0 RoHS Compliance Level

(mention)

5.5.1 Duplex, MFP B/W, 1200 dpi, HEAVY DUTY, A3, A4, lebel, transparencies

1+1

5.5.2 Duplex,CMYK, 1200 dpi,HEAVY DUTY, A3, A4, lebel, transparencies (mention)

1+0

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.6 Manageable Switches (PR+DR, FR, Veh Mob Repeater sites)

5.6.0 RoHS Compliance Level (mention)

5.6.1 L2, 24 Gb Eth ports + 2 uplink SFP/equiv modules, switching cap (mention)

3+2+5

5.6.2 L3, 24 Gb Eth fiber ports + min. 2 uplink SFP slots, 1 SFP fiber module for 10 Km with sl.no. 5.6.2.1 (Reutilise from existing infrastructure with addl components - mention)

2+1

5.6.2.1 IPv6 + OSPFv3 + HSRP/VRRP/equiv

5.7 Router

Page 62: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 62

5.7.0 RoHS Compliance Level (mention)

5.7.1 Modular router with 8 port v.35 or equiv. and 2 nos. of Gb Eth interfaces with cables (reutilise with additional components - mention)

1+1

5.7.1.1 Min. nos of 100% free net module slots

5.7.1.2 IPv6 with OSPFv3, HSRP/VRRP/Equiv, and integrated security features (mention)

5.7.1.3 integrated hardwarre module / feature for real-time traffic i.e. voice etc.

5.7.1.4 min. Kpps (mention with justification, with 100% margin)

5.7.1.5 integrated / inserted Memory (NVRAM & DRAM ) ( with double the present load - mention)

5.7.1.6 Other modules (mention with justification)

5.7.2 Modular router with 2 port v.35 or equiv. and 2 nos. of 100 Mbps Eth interfaces with cables for fixed repeater sites

5

5.7.2.0 RoHS Compliance Level (mention)

5.7.2.1 Min. 1 no. of free net module slot

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.7.2.2 IPv6 with OSPFv3, and integrated security features (mention)

5.7.2.3 integrated hardwarre module / feature for real-time traffic i.e. voice etc.

5.7.2.4 min. Kpps (mention with justification, with 100% margin)

5.7.2.5 integrated / inserted Memory (NVRAM & DRAM ) ( with double the present load - mention)

5.7.2.6 Other modules (mention with justification)

5.8 LAN Passive components (supply, installation and certification for 20 yrs)

Page 63: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 63

5.8.0 RoHS Compliance Level (mention)

5.8.1 32/42 U , high depth rack with dual power interfaces, front bezel, lock, air circulation fans, etc.

1+1+5

5.8.2 CAT6 cable coil (305 mtr / coil) for LANs at PR, DR, and Fixed Repeater Sites - mention qty

5.8.3 3' , 7' CAT6 patch cord (moulded) - approx qty 240 nos each

5.8.4 Modular 24 port Jack panel with 24 modular CAT6 jacks - Approx. 10 nos

5.8.5 Other panels and accessories (if any - mention)

5.8.6 Dual IO SMB with accessories - Approx 100 nos

5.8.7 PVC conduit as required and associated cable laying - mention length in mtr

5.8.8 GI conduit as required and associated cable laying - mention length in mtr

5.8.7 Net Diag, Test Report & Certification for 20 Yrs

5.8 Civil and electrical work 5.8.0 RoHS Compliance Level

(mention)

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.8.1 Supply and completion of required civil work

5

5.8.2 Supply and completion of required electrical and cabling work

5

5.8.3 Supply and completion of water and dust proofing including Air-conditioning as per international standard.

5

5.8.4 complete the necessary work for installation of portable Generator set at each repeater site as and when needed by Kolkata Police. Pluggable inlet & outlet with changeover to incorporate genset before respective UPS(es)

7

Page 64: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 64

5.9 Supply and installation of SS (self-supporting) Tower on the top of the building. Bidder to mention the number of towers, locations and height.

5.9.1 Kolkata Police will to provide buildings for installation of SS Towers

5.9.2 The SS tower may be installed on the ground if Kolkata Police will be unable to provide any building.

5.9.3 All the materials should be made of Galvanised Iron and to be painted and earthed ( mention quality )

5.9.4 The wind load capacity should be 200 km/hr.

5.1 Supply and installation of Trilon / tri-legged mast. Bidder to mention the quantity, location and height.

5.10.1 TheTrilon will be permitted to install only (a) if the buildings provided by Kolkata Police are not be able to carry the load of the SS Tower and (b) if Kolkata Police will be unable to provide any free space for installation of SS Tower on the Ground.

5.10.2 All the materials should be made of Galvanised Iron and to be painted and earthed ( mention quality )

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.103 The wind load capacity should be 200 km/hr.

5.11 Portable Dissel Generator set 2 5.11.1 The portable generator set

should be able to supple the necessary power to run the Repeater site properly. Bidder should mention the capacity of the gen. set

5.12 Omni-directional Antenna, 806 - 870 MHz (mention parameters)

5

5.12.1 Cables 5.12.2 Tx. Cable( Specification &

Length should be mentioned by the bidder)

5

Page 65: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 65

5.12.3 Rx. Cable( Specification & Length should be mentioned by the bidder)

5

5.12.4 Lighting Arrestor (mention specification and quantity) supply and fixation

5.12.5 Cable routing through GI conduit and grounding of all necessary items

5

5.12.6 Other accessories (if any - mention)

5.13 Fixed Repeater station 5 5.14 Vehicle mounted mobile

Repeater station with all accessories including antenna assembly to mount the repeater station inside the vehicle. Kolkata Police will provide the necessary vehicle.

2

5.15 Desk mounted static radio to be fitted with available PCs in PSs and TPGs etc.

100

5.16 Vehicle mounted mobile Radio with all accessories and display unit

200

5.17 Handled portable radio with all accessories and wearables. The battery should be usable for 12 hours continuously. Bidder should mention the capacity.

500

5.18 Spere Battery pack for haldheld portables of same capacity as mentioned in sl. No. 15

50

Sl. No. Brief Item Description Proposed Qty (PR+DR+fixed Repeater Site)

Quoted Item ( Make, Model, Version) as applicable

Deviation(if any) with justification

Quoted Qty

Reference page & clause no. in the Bidder’s Document

Unit Price (Rs)

Total Price

5.19 Gateways 5.19.1 Telephone Gateway (study

and quote with specs) 1+1

5.19.2 VHF Gateway (study and quote with specs)

1+1

5.20 Bidder should submit the inter-operability certificate from TETRA Association for all insfrastructure and all Radios.

5.21.1 Other Item-1 (mention with justification)

5.21.1.1 Components of item-1 … etc 5.21.2 Other Item-2 (mention with

justification)

5.21.2.1 Components of item-2 … etc

Page 66: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 66

Section-6 Terms of Reference

6.1. The Successful Vendor will be responsible for appropriate insurance coverage and shall maintain worker’s

compensation, employment liability insurance for their staff on the assignment. The Vendor shall also maintain comprehensive general liability insurance, including contractual liability coverage adequate to cover the indemnity of obligation against all damages, costs, and charges and expenses for injury to any person or damage to any property arising out of, or in connection with, the services which result from the fault of the Vendor or its staff. The Vendor shall provide the Kolkata Police with certification thereof upon request.

6.2. The Vendor shall indemnify and hold harmless the Kolkata Police against any and all claims, demands,

and/or judgments of any nature brought against the Kolkata Police arising out of the services by the Bidder and its staff under this Contract. The obligation under this paragraph shall survive the termination of this Contract.

6.3. The Vendor shall ensure that during the term of this Contract and after its termination, the Bidder and any

entity affiliated with it, shall be disqualified from providing goods, works or services for any project resulting from or closely related to the Services.

6.4. All final plans, drawings, specifications, designs, reports and other documents or software submitted by the

Page 67: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 67

Vendor in the performance of the Services shall become and remain the property of the Kolkata Police. The Vendor may retain a copy of such documents but shall not use them for purposes unrelated to this Contract without the prior written approval of the Kolkata Police.

6.5. The Bidder shall undertake to carry out the assignment in accordance with the highest standard of

professional and ethical competence and integrity, having due regard to the nature and purpose of the assignment, and to ensure that the staff assigned to perform the services under this Contract, will conduct' themselves in a manner consistent herewith.

6.6. The Vendor shall not assign this Contract or sub-contract or any portion of it to a third party without prior

written consent of the Kolkata Police. Violation of this requirement may lead to the termination of the Contract. 6.7. The Vendor shall certify that all knowledge and information, not within the public domain which may be

acquired during the carrying out of this Contract, shall be, for all time and for all purpose, regarded as strictly confidential and held in confidence, and shall not be directly or indirectly disclosed to any person whatsoever, except with the written permission of the Kolkata Police.

6.8. Kolkata Police should be involved throughout in the conduct of consultancy, preferably by taking a task force approach and continuously monitoring the performance of the bidder so that the output of the Vendor is in line with the Kolkata Police's objectives and the final output.

6.9. The Vendor must submit a monthly report describing the progress of work and deviation (if any) from the

Implementation Plan. In addition, the Kolkata Police may review the progress at any point of time. 6.10. The Vendor shall abide by the financial disbursements as approved by the Kolkata Police and the Vendor

before award of CONTRACT.

Section-7 7.1 General Compliance Schedule

Sl. No. Item Vendor’s

Confirmation Deviation(if any)

1. General Terms & Conditions Agreed/Not agreed 2. EMD Receipt Deposited/Not Deposited 3. Latest Income Tax clearance and Sales Tax registration &

clearance certificates Deposited/Not Deposited

4. Bank Guarantee for Warranty / AMC Agreed/Not agreed 5. Payment Terms Agreed/Not agreed 6. Liquidated Damage Clause Agreed/Not agreed 7. Price Validity Agreed/Not agreed 8. Delivery & Installation Schedule Agreed/Not agreed 9. Warranty & Post Installation clause Agreed/Not agreed 10. Technology refresh / upgrade clause Agreed/Not agreed 11. Infrastructure at Kolkata (for Installation and attendance of

Support calls) Yes/No

12. Training and Documentation Agreed/Not agreed

Page 68: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

____________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 68

13. AMC support for 5 years beyond 5 years Warranty Agreed/Not agreed

14. Credentials with documentary support as per Eligibility Clause . ( ISO 9000, Turnover, Profitability, Order copies as required)

Submitted/Not submitted

15. At least three installation sites in Kolkata Yes/No 16. Authorized manufacturership / System Integratorship certificate

in respect of all items quoted Submitted/Not submitted

17. Original specification sheets for all items Submitted/Not submitted 18. Driver software, wherever applicable, to be supplied Agreed/Not agreed 19. Equipment working environment : The power provided will be

220V ac (nominal) Agreed/Not agreed

20. A vendor must quote all the items. Agreed/Not agreed 21. Technical viability of the project for all the equipments offered by the

vendor. Submitted/Not submitted

22. Consortium Agreement. MOU Submitted / Not submitted

23. Manufacturers Authorization Certificate in respect of all products quoted

Submitted/Not submitted

_____________________ ________________________ _____________________

Signature with date Name in block letters Seal of the Company

Note: In case the vendor's confirmation is negative, specific comments are to be filled in the Deviation column

Page 69: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 69

7.2 BIDDERS QUALIFICATION FORM

PART - I KOLKATA POLICE HQ TENDER ENQUIRY NO : Due to open on : Bidder's Ref No : To The Commissioner, Kolkata Police Kolkata-700 001. Dear Sir, Having examined the conditions of contract as in Bid Documents and specifications including Addenda Nos. ____________ _ the receipt of which is duly acknowledged, we undersigned offer to “Installation, Customization and Implementation of Digital Radio Trunking System, TETRA for Kolkata Police” conformity with the said drawings conditions of contract and specifications for the sum of mentioned in the Price Bid or such other sums as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Proposal. We undertake, if our Proposal is accepted to commence supplies within 4 weeks from the date of issue of your Firm Order and to complete delivery of all the ordered items by us specified in the contract within 8 WEEKS calculated from the date of issue of Firm Order. If our Proposal is accepted, we will furnish the performance guarantee of a Schedule Bank for a sum of Two percent (2%), of the overall contract value. inclusive of all items offered by the vendor. We agree to abide by this Proposal for a period of 180 days from the date fixed for opening of the Tender and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a Firm Order or contract is prepared and executed, this Proposal together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Proposal submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. We understand that you are not bound to accept the lowest or any Proposal you may receive. Date this __ day of ___________. Signature___________________________________ (Name in Block Letters of the Signatory) In capacity of Duly authorized to sign the bid for and on behalf of ___ Attach Power of Attorney/Extract of Board Resolution duly certified (Documentary proof enclosed)

Page 70: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 70

Witness __________________________________ Address: _________________________________ _________________________________________ _________________________________________ Signature__________________________________

Page 71: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 71

7.3 BIDDERS QUALIFICATION FORM

PART - II 1.0 Tender is to be submitted in this Form only. Tender submitted by the Bidder in their own proforma is liable to be

rejected. Separate sheets may be attached where space provided against any clause is insufficient.

1.1 Tender Enquiry No. & Date : 1.2 Offer No. & date : 2.0 Name and address of the Firm : 2.1 Name of the Firm :

Office Address : Telephone No. : Fax No. :

2.2 Factory Address :

Telephone No. : Fax No. :

The offer as per proforma in Part III is enclosed in sealed covers for individual item separately (Read instruction and important points). Particulars of Central Excise Tariff Rules under which ED is leviable. (Whether registered with NSIC under Single Point Registration Scheme for the Tendered item If so, please furnish Photostat copy of the current Registration Certificate. ) Whether i) Proprietorship firm : ii) Partnership firm : iii) Company : iv) Consortium : Necessary valid documents must be enclosed along with the tender offer.

Page 72: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 72

The bidders must quote in a separate sheet the details of such supplies for the particular item made by them during dd/mm/yyyy to dd/mm/yyyy in the proforma given below. They maybe deprived of any order against this tender if the information furnished is found to be incorrect. Please enclose copies of inspection certificate in support of your Claim.

Bidders should refrain from quoting any irrelevant reference (i.e. for any item not in Tender) in the under mentioned

column.

Proforma for furnishing information in respect of the purchase orders :

Sl. No.

P.O No. & DATE QTY ORDERED

QTY SUPPLIED WITHIN S.D.D

CHALLAN NO. & DATE

I.C No. & DATE

REMARKS

Income Tax Clearance Certificate :

Please indicate your Permanent Account No. and enclose Photostat copy of the current Income Tax Clearance

Certificate duly attested.

Page 73: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 73

LIST OF ENCLOSURES:

I) II) III) IV)

Signature of the Authorized Signatory :

NAME IN BLOCK LETTERS :

Status of the Signatory :

Page 74: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 74

7.4 BIDDERS QUALIFICATION FORM (EARNEST MONEY DEPOSIT DETAILS)

PART - III To The Commissioner, Kolkata Police Kolkata-700 001. The undersigned hereby tenders for job and agrees to hold this tender open for your acceptance for 180 days from the date of opening of the tender. Details of EMD is given below: (Package I)

Demand Draft No: _________ dated _________ Month of ____________________ for Rs. 2,00,000/ = (Rupees Two

Lakh only) is enclosed as EARNEST MONEY DEPOSIT.

NAME: ____________________

COMPANY NAME: __________ ADDRESS: _________________

Page 75: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

__________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 75

7.5 BIDDER’S DETAIL

(To be submitted along with the tender)

1. The name of the bidder 2. In the event of the bidder nominates an authorized sales partner, their details to be furnished as follows:

Sl. no

Name of the firm Is it prime bidder / co respondent Field of Specialization Approximate share in this project

Page 76: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

__________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 76

7.6 ORGANISATION DETAILS

(To be submitted along with the tender)

1 Name of the Firm

2 Registered Office address Telephone Number Fax Number e-mail

3 Correspondence/ contact address 4 Details of Contact person

(Name, designation, address etc.) Telephone Number Fax Number e-mail

5 Is the firm a registered company? If yes, submit documentary proof. Year and Place of the establishment of the company

6 Former name of the company, if any. 7 Is the firm

a Government/ Public Sector Undertaking a propriety firm a partnership firm (if yes, give partnership deed) a limited company or limited corporation a member of a group of companies (if yes, give name and address, and description of other companies) a subsidiary of a large corporation (if yes give the name and address of the parent organization) If the company is subsidiary, state what involvement if any, will the parent company have in the project. a consortia (if yes, give name and address of each partner)

8 Is the firm registered with sales tax department? If yes, submit valid VAT registration certificate.

9 Is the firm registered for service tax with Central Excise Department (Service Tax Cell)? If yes, submit valid service tax registration certificate.

10 Is the firm registered under Labour Laws Contract Act? If yes, submit valid registration certificate.

11 Attach the organizational chart showing the structure of the organization. Total number of employees

12 Number of years of experience: as a prime contractor in a Consortium

13 Are you registered with any Government/ Department/ Public Sector Undertaking (if yes, give details)

14 How many years has your organization been in business under your present name? What were your fields when you established your organization? When did you add new fields (if any)?

Page 77: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

__________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 77

15 What type best describes your firm? (Kolkata Police reserves the right to verify the claims if necessary) Manufacturer Supplier System Integrator Consultant Service Provider (pl. specify details) Software Development Total solution provider (Design, Supply, Integration, O&M) IT Company

16 Number of Offices / Project Locations 17 Do you have a local representation /office in Kolkata? If so, please give the address and

the details of staff, infrastructure etc in the office and no. of years of operation of the local office

18 Do you intend to associate/sub-contract any other organization for the works for which you are bidding? If so, please give full particulars of that organization separately.

19 Please give details of Key Technical and Administrative staff who will be involved in this project, their role in the project, their Qualifications & experience and the certification attained from network product vendor. (documentary proof to be submitted)

20 Does your organization has ISO 9000 certificates? If so, attach copies of the certificates. State details, if certified by bodies, other than that stated.

21 List the major clients with whom your organization has been/ is currently associated. 22 Were you ever required to suspend a project for a period of more than three months

continuously after you started? If so, give the names of project and reasons for the same.

23 Have you in any capacity not completed any work awarded to you? (If so, give the name of project and reason for not completing the work)

24 The bidder/ prime member of the consortium shall disclose details pertaining to all contingent liabilities. If nil, an undertaking from the bidder/ prime member of the consortium mentioning the same.

25 Whether your organization has Bank’s certificate of solvency. Kolkata Police reserves the right to seek documentary proof if contract is awarded.

26 Have you ever been denied tendering facilities by any Government/ Department/ Public sector Undertaking? (Give details)

_____________________ _______________________ _____________________

Signature with date Name in block letters Seal of the Company

Page 78: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 78

7.7 DECLARATIONS

It is declared that I, Sri/ __________________________________________________, being

the Bidder/Authorized Signatory/Authorized Supplier/ Proprietor/ Manager of

M/s ____________________________________________________________________

Of (address of the Bidder) ___________________________________________________

have gone through and understood all the Terms & Conditions laid down in the Tender Notice no.--------------------------------dt.-------------- and would abide by the same terms and conditions throughout the period of contract.

I, hereby also agree to execute a “Contractual Agreement’’ with Kolkata Police based on all the terms and conditions laid down in the Tender Notice No. -----------------------------------------dt.------------- in the event of being selected as a successful Bidder.

__________________________

Signature with date

______________________________ Name in block letters _____________________________ Seal of the Company

Page 79: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

______________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 79

7.8 QUERIES Name of the bidder/ Lead Member: _____________________________

Sl. No.

Clause No.

Page No.

Queries

1 2 3 . . . . N

Note: The cut off date for receiving of queries would be -------------till 14:00 hours. Only queries received in

writing would be answered.

Page 80: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

_________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 80

7.9 MANUFACTURER’S AUTHORISATION LETTER TENDER NOTICE NO.: _________ Date : ____________

To WHEREAS _______________________________________ who are official producers of _______________________________________________ and having production facilities at __________________________________________________________ do hereby authorize __________________________________________________________________ located at _____________________________________________________ (hereinafter, the “Bidder”) to submit a proposal of the following Products produced by us, for the Supply Requirements associated with the above Tender When resold by ____________________________, these products are subject to our applicable standard end user warranty terms . We assure you that in the event of _________________________, not being able to fulfill its obligation as our Service Provider in respect of our standard Warranty Terms we would continue to meet our Warranty Terms through alternate arrangements and also provide spares in accordance with the Tender for the period of 10 years. Name In the capacity of Signed Duly authorized to sign the authorization for and on behalf of : ________________________ Dated on _______________________________ day of ______________________, ______. Note: This letter of authority must be on the letterhead of the Producer, must be signed by a person competent and having the power of attorney to bind the Producer, and must be included by the Bidder in its bid as specified in the Instructions to Bidders.

Page 81: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 81

7.10 PERFORMANCE BANK GUARANTEE

(To be stamped in accordance with Stamp Act) Ref: Bank Guarantee No. Date: To Dear Sir, WHEREAS ............................. (Name of bidder) hereinafter called “the bidder" has undertaken, in pursuance of Contract dated, ... 2009 (hereinafter referred to as "the Contract") to implement the TETRA of Kolkata Police. AND WHEREAS it has been stipulated in the said Contract that the Bidder shall furnish a Contract Performance Guarantee ("the Guarantee") from a scheduled bank for the sum specified therein as security for the performance of TETRA of Kolkata Police as per the agreement. WHEREAS we __________ ("the Bank", which expression shall be deemed to include it successors and permitted assigns) have agreed to give Kolkata Police the Guarantee: THEREFORE the Bank hereby agrees and affirms as follows: 1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due and payable by the Bidder to Kolkata Police Under the terms of their Agreement dated _______________ on account of any breach of terms and conditions of the said contract related to partial non-implementation and/ or delayed and/ or defective implementation. Provided, however, that the maximum liability of the Bank towards Kolkata Police 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 Kolkata Police stating full or partial non-implementation and/ or delayed and/ or defective implementation, which shall not be called in question, in that behalf and without delay/demur or set off, pay to Kolkata Police any and all sums demanded by Kolkata Police Under the said demand notice, subject to the maximum limits specified in Clause 1 above. A notice from Kolkata Police to the Bank shall be sent 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 months from the date of its execution. However, the Guarantee shall, not less than 30 days prior to its expiry, be extended by the Bank for a further period of 12 months. The Bank shall extend the Guarantee annually in the manner hereinbefore provided for a period of eight years from the date of issue of this Guarantee.

4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be

modified, discharged, or otherwise affected by: i) Any change or amendment to the terms and conditions of the Contract or the execution of any further

Agreements.

Page 82: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 82

ii) 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.

5. The BANK also agrees that Kolkata Police At its option shall be entitled to enforce this Guarantee against

the Bank as a Principal Debtor, in the first instance without proceeding against Bidder and not withstanding any security or other guarantee that Kolkata Police may have in relation to the Bidder’s liabilities.

6. 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 Kolkata Police Or any other indulgence shown by Kolkata Police Or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the BANK.

7. This Guarantee shall be governed by the laws of India and only the courts of Kolkata shall have exclusive

jurisdiction in the adjudication of any dispute which may arise hereunder.

Dated this the ………………. Day of ……………………..2009 Witness (Signature) (Signature) (Name) Bank Rubber Stamp (Name) (Official Address) Designation with Bank Stamp Plus Attorney as per Power of Attorney No. Dated:

Page 83: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 83

7.11 BILL OF MATERIAL

Sl No Model

(Product Offered) Description Line Item wise Qty Qty Remarks

1 2 . .

. .

. .

.

. . .

Note:

• Line Item wise details of all subsystem need to be furnished. Part Numbers need to be furnished for all items wherever available and applicable.

• Multiple tables can be used to list down different category components (e.g. Server items, Software items

etc.)

Page 84: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 84

7.12 WORK SCHEDULE

Weeks /Quarter2

Sr. No.

Activity 1

1 2 3 4 5 6 7 8 9 10 11 12 n 1 2 3 4 5 N

• Indicate all main activities of the assignment, including As-Is System Study, To-Be System Design, Delivery of equipments, Installation, Customization & Development, Implementation, Testing & Acceptance, Training and Commissioning (Go-Live) of Digital Radio Trunking System, TETRA for Kolkata Police. For phased assignments indicate activities, delivery of reports, and test reports separately for each phase.

• Duration of activities shall be indicated in the form of a bar chart.

Page 85: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 85

7.13 List of Documents to be submitted along with the Tender

1. General Compliance Schedule.

2. Price Schedules).

3. Declarations.

4. Information about the Bidder.

5. ISO 9000 or equivalent certificate.

6. Attested copy of latest Income Tax Clearance Certificate.

7. Attested copy of Sales Tax Registration Certificate.

8. Original Money Receipt of Earnest Money Deposit

9. Credentials regarding experience.

10. Copy of Purchase Orders showing compliance against minimum order value criteria

11. Proof of Annual turnover

12. Audited Balance Sheet and profit & loss statement.

13. List of reference customers with contact details.

14. Technical literature and Original Specification sheets of each item offered.

15. Details of Maintenance and support infrastructure in Kolkata and in India. as per clause 2.7.9 of Section 2.

16. Undertaking for providing comprehensive support for 10 years (5 years warranty + 5 years AMC) as per clause 2.26.17 of Section-2.

17. Manufacturership /Authorized dealership certificate.

18. Registered copy of Power of Attorney, if any.

19. Attested copy of Partnership Deeds, if any.

20. Agreement/MOU signed between consortium members.

21. Manufacturer’s Authorization Certificate in respect of all products quoted.

22. Other relevant documents.

Page 86: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 86

Section 8 Logical Infrastructure Diagram

Page 87: COMMISSIONER OF POLICE KOLKATA KOLKATA POLICE …kolkatapolice.gov.in/writereaddata/Tender/TEN 7764.pdf · commissioner of police kolkata kolkata police headquarters, 18, lalbazar

___________________________________________________________________________________________ Kolkata Police/Tender/Mega City (Digital Radio Trunking System)/ver 1.0 87

Section-9 Proposed up gradation of the network