Professional Documents
Culture Documents
RFP_MH
RFP_MH
Issued By:
State Crime Records Bureau, Police Computer Wing, Karnataka State
Police
Issued by: SCRB, Police Computer Wing, Karnataka State Police 1 v0.0
RFP for providing technical staff for Police Computer Wing Karnataka
Table of Contents
Disclaimer ............................................................................................................................. 4
Abbreviation .......................................................................................................................... 6
Bid Control Sheet .................................................................................................................. 8
1. Letter of Invitation .......................................................................................................... 9
2. Invitation for Competitive Bidding ................................................................................. 10
3. Introduction .................................................................................................................. 10
4. Vision and Objective .................................................................................................... 12
5. Overview of Police IT Application ................................................................................. 13
5.1. Details about police IT Modules ............................................................................ 13
5.2. Details About Administrative Modules ................................................................... 13
5.3. Details About Ancillary Support and Technical Modules ....................................... 14
6. Evaluation Criteria for the Bidder ................................................................................. 15
6.1. Pre-Qualification Criteria ....................................................................................... 15
6.2. Technical Evaluation of Technical Bids ................................................................. 16
6.3. Technical Evaluation Criteria ................................................................................ 18
6.4. Evaluation of Commercial Bid ............................................................................... 25
7. Technical staff Requirement and Job Profile ................................................................ 28
7.1. Roles & Responsibilities........................................................................................ 28
7.2. Terms and Conditions for Technical staff .............................................................. 32
8. Payment Terms............................................................................................................ 35
9. Service Level Agreement ............................................................................................. 36
9.1. Period of Contract ................................................................................................. 36
9.2. Variation in Number of Resources ........................................................................ 36
9.3. Service Level Requirements and Penalties ........................................................... 36
9.4. Technical staff or Resources ................................................................................. 36
9.5. Settlement of Dispute............................................................................................ 39
9.6. Termination Rule .................................................................................................. 39
10. Scope of Work .......................................................................................................... 40
10.1. Detailed Scope of work for all Key Components ................................................ 40
11. General Terms and Conditions ................................................................................. 46
11.1. Clarification of RFP ........................................................................................... 46
11.2. Pre-bid Meeting ................................................................................................. 47
11.3. Amendment of the RFP Document .................................................................... 47
11.4. Liability of the PCW in Preparation and Bid Submission .................................... 47
Disclaimer
This RFP is not an agreement nor an offer or invitation to any party. The purpose of this RFP
is to provide the Bidders or any other person with information to assist the formulation of
their technical & financial offers/proposal (“Bid”). This Tender document does not purport to
contain all the information each Bidder may require.
This Tender document may not be appropriate for all persons, and it is not possible for the
Additional Director General of Police, Police Computer Wing, Karnataka State Police and their
employees or advisors to consider the objectives, technical expertise, and particular needs of
each Bidder.
The assumptions, assessments, statements, and information contained in the Bid documents,
may not be complete, accurate, adequate, or correct. Each Bidder must, therefore, conduct
its own analysis of the information contained in this RFP and to seek its own professional
advice from appropriate sources.
Information provided in this Tender document to the Bidder is on a wide range of matters,
some of which may depend upon interpretation of law. The information given is not intended
to be an exhaustive account of statutory requirements and should not be regarded as a
complete or authoritative statement of law.
The department accepts no responsibility for the accuracy or otherwise for any interpretation
of opinion on law expressed herein.
The department and their employees and advisors make no representation or warranty and
shall have no liability to any person, including the Bidder, under law, statute, rules or
regulations or tort, the principles of restitution or unjust enrichment or otherwise for any loss,
cost, expense or damage which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, reliability or
completeness of the RFP, and any assessment, assumption, statement or information
contained therein or deemed to form part of this RFP or arising in any way in this Selection
Process.
The department also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. ADGP Office, Police Computer Wing, SCRB, Karnataka Police may in its
absolute discretion can amend or supplement the information in this RFP.
ADGP Office, Police Computer Wing, SCRB, Karnataka Police, or its authorized officers /
representatives / advisors reserve the right, without prior notice, to change the procedure for
the selection of the Successful Bidder or terminate discussions and the delivery of information
at any time before the signing of any agreement for the Project, without assigning reasons
thereof.
The issue of this Tender document does not imply that department is bound to select a Bidder
or to appoint the Selected Bidder (as defined hereinafter).
The department reserves the right to reject all or any of the Bidders or Bids without assigning
any reason whatsoever.
The RFP does not address concerns relating to diverse investment objectives, financial
situation, and particular needs of each party. The tender Document is not intended to provide
the basis for any investment decision and each Bidder must make its / their own independent
assessment in respect of various aspects of the techno-economic feasibilities of the Project.
No person has been authorized by the department to give any information or to make any
representation not contained in the tender Document.
The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the
department, or any other costs incurred in connection with or relating to its Bid. All such costs
and expenses will remain with the Bidder and the department, shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder
in preparation for submission of the Bid, regardless of the conduct or outcome of the selection
process.
Abbreviation
6. PM Project Manager
This RFP is published by SCRB, Police Computer wing, Karnataka State Police for RFP for
providing technical staff for Police Computer Wing.
Complete sets of bidding documents prepared by PCW will be available for free download, by
interested bidders, from the GeM Portal.
1. Letter of Invitation
Date:
Dear Sir/Madam:
Police Computer Wing (PCW), Karnataka Police invites proposals for providing technical staff for Police
Computer Wing for a period of ONE year from the of the date of signing Contract with the department.
The period of contract is for ONE year which can be extended for one more year, subject to satisfactory
performance of the chosen bidder.
1. As per the notice inviting e-tender and other locations, all interested parties, who fulfill the
minimum eligibility criteria, are invited to respond to the Request for Proposal (RFP) document.
2. Method of selection will be based on Quality Cum Cost Based System (QCBS) described in this
RFP.
3. Kindly respond to the RFP as per the directions and the formats provided in the RFP.
Yours sincerely,
Police Computer Wing, Karnataka Police is desirous to onboard agency for providing technical staff
resources for managing operations and maintenance of Police IT and other applications owned and
operated by Karnataka Police, therefore floats this RFP for the selection of a bidder for the same.
Eligible agencies interested in participation may ask the contact person for details or visit web site
GeM Portal.
3. Introduction
The Ministry of Home Affairs has conceptualized the Crime & Criminal Tracking Network and Systems
(CCTNS) project as a Mission Mode Project under the National e-Governance Plan (NeGP). CCTNS
envisaged at principles of e-Governance and creation of a nationwide networking infrastructure for
evolution of IT-enabled-state-of-the-art tracking system around ‘investigation of crime and detection
of criminals. It aims to create infrastructure and mechanism to provide the basis for evolution of an IT
enabled state-of-the art workflow (Processes) automation system in a planned manner from Police
Station level upwards and provide public service delivery systems. It will not only automate police
functions at police station and higher levels but will also create facilities and mechanism to provide
public services like registration of online complaints, ascertaining the status of case registered at the
police station, verification of persons etc.
CCTNS covers all the Police Stations and higher offices in the States. Necessary Hardware are provided
at all these locations including data centers at State and National headquarters. Considering that the
status of Karnataka being that of “Lead State”, Karnataka state Police developed its own application
“POLICE IT” in 2010 as its backbone software application and provide all the necessary data to NCRB
as per the CCTNS project objective. This application is having all features that of ERP application for
internal user of Karnataka police. All the police stations are connected with high-speed connectivity
for data transfer and sharing of information amongst various stakeholders. In 2022, Police Computer
Wing of Karnataka State Police have updated Police IT application to “Police IT V2 application” which
needs to be operated and maintained for the coming years.
The Request for Proposal floated by the Police Computer Wing PCW, Karnataka State Police is to hire
resources who would be responsible for operations and maintenance of the Police IT V2 system in the
State.
Availability of relevant and timely information is of utmost necessity in conduct of business by Police,
particularly in investigation of crime and in tracking & detection of criminals. Police organizations
everywhere have been handling large amounts of information and huge volume of records pertaining
to crime and criminals. Information Technology (IT) can play a very vital role in improving outcomes
in the areas of Crime Investigation and Criminals Detection and other functioning of the Police
organizations, by facilitating easy recording, retrieval, analysis and sharing of the pile of Information.
Quick and timely information availability about different facets of Police functions to the right
functionaries can bring in a sea change both in Crime & Criminals handling and related Operations, as
well as administrative processes.
Creation and maintenance of databases on Crime & Criminals in digital form for sharing by all the
stakeholders in the system is therefore very essential in order to effectively meet the challenges of
Crime Control and maintenance of public order. In order to achieve this, all the States should meet a
common minimum threshold in the use of IT, especially for crime & criminals related functions.
A need has been felt to adopt a holistic approach to address the requirements of the police, mainly
with relation to functions in the police station. There is also a need to strengthen the citizen interfaces
with the police. Interfaces need to be built with external agencies like courts, transport authorities,
hospitals, and municipal authorities etc. to be able to share information between departments.
Therefore, it becomes critical that information and communication technologies are made an integral
part of policing in order to enhance the efficiency and effectiveness of the Police Department.
In order to realize the benefits of e-Governance fully, it is essential that a holistic approach is adopted
that includes re-engineering and standardizing key functions of the police and creating a sustainable
and secure mechanism for sharing critical crime information across all Police Formations. CCTNS has
been conceptualized in response to the need for establishing a comprehensive e-Governance system
in police stations across the country.
Vision: To transform the police force into a knowledge-based force and improve the delivery of citizen-
centric services through enhancing the efficiency and effectiveness of the police stations by creating
a platform for sharing crime and criminal information across the police stations in the country.
The overall objective of the MMP is based on enhancing the operational efficiency and effectiveness
of the police force in delivering the services. The broad objectives of the project are as follows:
a) Improve Service Delivery to the Public
Citizens should be able to access police services through multiple, transparent, and easily
accessible channels in a citizen-friendly manner. The focus is not only to improve the current
modes of the service delivery but also provide alternate modes such as internet for the public to
communicate with the police.
b) Provide Enhanced Tools for Law & Order Maintenance, Investigation, Crime Prevention, &
Traffic Management
Law & Order Maintenance, Investigation, Crime Prevention, and Traffic Management are core
components of policing work. Information technology can both enable and improve the
effectiveness and efficiency of the core activities of the police. Police should be provided with data
amenable for easier and faster analysis in order to enable them to make better and informed
decisions.
c) Increase Operational Efficiency
Police should spend more time on the public facing functions. Information technology solutions
should help in reducing the repetitive paperwork/records and making the back-office functions
more efficient.
d) Create a platform for sharing crime & criminal information across the country
There is a critical need to create a platform for sharing crime and criminal information across
police stations within and between the different states in order to increase the effectiveness in
dealing with criminals across the state borders.
a. Crime
This module facilitates the collection of detailed information about the history of the crime
and criminals and assists in investigation process. In addition, it allows for generating a brief
or comprehensive account of the crime. This helps the police personnel to be able to handle
and monitor crime efficiently by studying of crimes and tracking crime related information
including history of criminals.
c. Traffic
This module covers various activities of law-and-order issues related to traffic. This module
captures data related to accidents and fine collections (Enforcement). It generates statistical
reports on various parameters related to accidents and fine collection.
a. Administration
This module helps in managing the activities related to police administration in an orderly
manner and gives brief or comprehensive reports as required. The module supports personnel
administration related activities. Business processes covered under this module cover the
entire period of engagement of the police personnel with the department starting from
recruitment till retirement through maintenance of service records, transfers, leave,
punishments, promotions, retirement and into pension initiation.
This module maintains day-to-day activities of vehicles, drivers and fuel consumption of
vehicles. It also handles all the activities related to procuring and maintenance of vehicles and
purchase against condemnation. The module maintains history sheets of all the vehicles used
in Police Department. The transactions pertaining to police petrol bunks and their inspections
are also included in this module.
FSL is the testing laboratory of the police department, which conducts various tests on the
requests coming from the police department and other Government departments. This
module captures the administrative functionality of the FSL Unit as a whole. This involves
capturing and maintaining the information of the cases registered in FSL, flow of the case
through the different sections in FSL, status of the case at each point of time till its final
disbursement back to the requested unit. It also captures the various other day-to-day
activities of FSL like scene of crime requisition, court duty attendance and ammunition and
equipment usage.
c. MIS and Reports
Management Information system module is the dashboard of Police IT. This dashboard gives
all the details in a tabular and graphical format pertaining to all modules of Police IT.
a. Only those bidders who qualify all Pre-qualification/ Eligibility Criteria requirements shall be
qualified for technical bid evaluation.
b. The technical bid shall first be reviewed for determining the Compliance of the Technical bids
with the RFP terms and conditions, Minimum/ mandatory technical requirements and the
scope of work as defined in this RFP.
c. Any bid found to be non-compliant to the mandatory Technical Requirements, RFP terms and
conditions and the scope of work shall be rejected and shall not be considered for further
evaluation. Bids that are technically compliant would only be taken up for commercial
evaluation.
d. Bidder is required to submit all the supporting documents as per the criteria mentioned in the
RFP. Purchaser reserves right to summarily reject any bid which does not contain all the
mandatory supporting document or may ask bidder to resubmit documents, the decision of
Purchaser shall be final and binding in this regard.
e. A score would be given to each bidder based on the scoring criteria mentioned in the RFP.
f. Bids that are technically qualified would only be taken up for commercial evaluation.
g. Purchaser reserves the right to disqualify any bidder based on any criteria considered relevant
and its decision is binding. Representations, if any from disqualified bidders shall not be
entertained and shall be summarily rejected. Purchaser shall not respond to any query raised
by bidders seeking reasons for rejection of the bid.
1 Average Annual Average annual turnover from IT/ITES services the last three financial Certificate from the Statutory
Turnover years (FY 2020-21, 2021-22 and 2022-23) marks shall be allotted as given Auditor on turnover details for
below: the last three (3) financial years
i. More than Rs. 350 crores = 5 marks (FY 2020-21, 2021-22 and 2022-
ii. More than Rs. 300 crores – up to 350 Crores = 4 marks 23)
iii. Minimum Rs. 300 crores = 3 marks Audited financial statements for
the last three financial years (FY
2020-21, 2021-22 and 2022-23)
2 Project Value & The Bidder should have been in the software development and should Copies of work order/ completion
Strength have been awarded or completed at least one project of equal to /more certificates
than INR 4 crores in the e-governance/ Government domain in the last 5
financial years as on date of publishing tender:
i. More than 7 Crore =5 Marks
ii. More than 4 Cr but less than 7 Cr Project= 4 Marks
iii. Minimum 4 Cr project = 3 marks
3 Experience of Software The bidder should have performed Operations and Maintenance of Work order copy/Copy of
Development/ CCTNS or equivalent Police IT applications for at least 1(one) state with satisfactory work completion
Operations and the value minimum INR 4 Cr. in the last 3 financial years till the date of (wherever applicable)
Maintenance of CCTNS publishing of tender Only direct work order to the bidder
or equivalent Police IT i. Minimum 2 projects = 5 Marks will be considered.
applications ii. Minimum 1 project = 4 marks
Issued by: SCRB, Police Computer Wing, Karnataka State Police 18 v0.0
RFP for providing technical staff for Police Computer Wing Karnataka
4 Team Leader/ Project Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Manager Mandatory Qualification: relevant experience should be enclosed
i). MCA or BE / BTech Graduation in CS/IT as part of the technical bid.
Mandatory Experience:
i). More than 10 Years of experience in software development
ii). Minimum 10 Years of experience in handling CCTNS Project.
Marking Criteria:
a). More than 12 years of experience= 7 marks
b). Between 10 to 12 years of experience= 6 marks
Additional Marks:
a). 2 additional marks for the person worked in any Government project
in Karnataka
b). 1 additional mark for experience in CCTNS or Police project
5 Senior Programmer Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). MCA or BE / BTech Graduation in CS/IT as part of the technical bid.
Mandatory Experience:
i). More than 10 Years of experience in software development
Marking Criteria:
a). More than 12 years of experience = 6 marks
b). Between 10 to 12 years of experience = 5 marks
Additional Marks:
a). 1 additional mark for the person worked in any Government project
in Karnataka
Marking Criteria:
a). More than 6 years of experience = 6 marks
b). Between 5 to 6 years of experience = 5 marks
Additional Marks:
a). 1 additional mark for the person worked in any Governement project
in Karnataka
7 Network Administrator Proposed technical staff should be having following qualifications: CV mentioning qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). BE / BTech as part of the technical bid.
Mandatory Experience:
i). More than 10 Years of experience in network management
Marking Criteria:
a). More than 12 years of experience = 5 marks
b). More than 10 but less than 12 years of experience = 4 marks
c). Minimum 10 years of experience = 3 marks
8 Mobile Application Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Expert Mandatory Qualification: relevant experience should be enclosed
i). BE / BTech as part of the technical bid.
Mandatory Experience:
i). More than 5 Years of experience in software or mobile development
Marking Criteria:
a). More than 7 years of experience = 4 marks
b). Between 5 to 7 years of experience = 2 marks
Additional Marks:
a). 1 additional mark for CCTNS experience
9 Database Expert Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). MCA/ BE / BTech as part of the technical bid.
ii). Certification in Microsoft Database Administration
Mandatory Experience:
i). More than 5 Years of experience in software development
ii). Minimum 5 Years of experience in handling CCTNS Project.
Marking Criteria:
a). More than 7 years of experience = 4 marks
b). Between 5 to 7 years of experience = 3 marks
Additional Marks:
a). 1 additional marks for the person worked in any Government project
in Karnataka
10 IT Security Manager Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). MCA/ BE / BTech as part of the technical bid.
Mandatory Experience:
i). More than 5 Years of relevant experience
Marking Criteria:
a). More than 7 years of experience= 5 marks
b). More than 5 but less than 7 years of experience= 4 marks
c). Minimum 10 years of experience= 3 marks
11 System Administrator Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). MCA/ BE / BTech as part of the technical bid.
Mandatory Experience:
i). More than 5 Years of relevant experience as a system administrator
Marking Criteria:
a). More than 7 years of experience= 4 marks
b). Minimum 5 to 7 years of experience= 3 marks
Additional Marks:
a). 1 additional mark for CCTNS experience
12 UI/UX Developer Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). BE / BTech Graduation as part of the technical bid.
Mandatory Experience:
i). More than 5 Years of relevant experience as a front-end developer
Marking Criteria:
a). More than 6 years of experience= 4 marks
b). Between 5 to 6 years of experience= 3 marks
Additional Marks:
a). 1 additional mark for CCTNS experience
b). 1 additional mark for projects done with Karnataka Government
13 Application Tester Proposed technical staff should be having following qualifications: CV mentioning Qualifications, and their
Mandatory Qualification: relevant experience should be enclosed
i). BE / BTech Graduation as part of the technical bid.
Mandatory Experience:
i). More than 5 Years of relevant experience as a tester
Marking Criteria:
a). More than 5 years of experience = 3 marks
b). Between 4 to 5 years of experience= 2 marks
Additional Marks:
a). 1 additional mark for CCTNS experience
14 Approach & The bidders need to provide technical presentation on following points.
Methodology Each points contains max 5 marks.
by the bidder i. Approach & Methodology for data migration and state-wide
rollout of application version 2
ii. Project execution and continuity plan
The overall marking for this section will be minimum 15 marks and
maximum is 25 marks.
Note: It is mandatory that all resources should be on payroll of the bidder for at-least past 6 months and at-least 50% proposed resources should be well-
versed with Karnataka State’s administrative language.
Note: Purchaser reserves the right to share the technical score of the qualified bidder with
respective bidder only. After sharing of the technical score, the bidder shall be required to maintain
strict confidentiality and the integrity of the technical scores shared with them by Purchaser.
Commercial bids submitted by only those bidders, who have qualified both prequalification and
technical evaluation, shall be eligible for further evaluation.
Purchaser may declare the Technical Marks only to the technically qualified bidders prior to
opening the Commercial Bids of the bidders.
The commercial Bids for the technically qualified bidders shall then be opened on the notified date
and time and reviewed to determine whether the Commercial Bids are substantially responsive.
Bids that are not substantially responsive are liable to be disqualified at purchaser's discretion.
Commercial Bids that are not as per the provided format mentioned in RFP shall be liable for
rejection.
The bidder will be selected based on QCBS ratio of 70:30 i.e., 70 Technical and 30 Financial.
Evaluation criteria proposed to be adopted will be Quality cum Cost Based System (QCBS) where
Technical Bid Score will get a weightage of 70% and Commercial Bid Score a weightage of 30%.
The bidder would be technically evaluated out of 100 marks. All the bidders who secure overall
minimum of 60% (60 Marks out of 100 across all the components together) will be considered as
technically qualified. Technical score of all bidders will be calculated on the basis of the following
formula:
Technical Score of bidder (TS) = Technical Marks received by the bidder x 70%
The Bid having the Lowest Commercial Quote shall be termed as the Lowest Evaluated Bid and will
be awarded 100 marks. Commercial score of all the other bidders will be calculated on the basis of
the following formula:
Commercial score of bidder (CS) =(Lowest Total Price from all Commercial Bids / Total Price based
on the Commercial bid by the bidder under consideration) X 100*30%
Issued by: SCRB, Police Computer Wing, Karnataka State Police 25 v0.0
RFP for providing technical staff for Police Computer Wing Karnataka
Final Score of the bidder: Final Score of each bidding party will be computed by adding the technical
score and Commercial Score on the basis of the following formula: Total Score = TS + CS
The bidder whose bid has secured the “Highest Total Score” out of 100 as per above evaluation will
be considered as best evaluated Bid.
Example demonstrating the calculation of Technical Score and Commercial Scores is provided
below:
Bidder 2 80 80*70% 56
Bidder 3 90 90*70% 63
The bidder with the highest final score shall be treated as the best evaluated Bid. In the above
example, Bidder 4 will be treated as best evaluated Bid.
Bidders quoting incredibly low or unrealistic high cost of items leading to unrealistic commercial
bid with a view to subverting the tender process shall be rejected straight away and EMD of such
vendor shall be forfeited. Any bid found to be unsatisfactory in terms of any of the evaluated
parameters as mentioned may be rejected and shall not be considered for further evaluation.
If Bidder quotes NIL charges, the bid shall be treated as unresponsive and shall not be considered
for evaluation.
The Selected bidder shall not be declared till the detailed commercial bid is not evaluated. During
the evaluation if the Purchaser finds that the detailed commercial bid is not in order or not
complete etc. then Purchaser shall treat his bid as non-viable and same shall be rejected, and EMD
shall be forfeited. In such case next ranked bidder shall be considered for further evaluation and so
on till a bidder is selected.
If any bidder withdraws their bid, at any stage after the submission of the bid, till the final
evaluation or declaration of the final selected bidder, it shall be declared a defaulting bidder and
EMD of such defaulting bidder shall be forfeited, and Purchaser reserves right to blacklist such
bidders for next three years from participating in any Purchaser tender. In such situation the
tendering process shall be continued with the remaining bidders as per their ranking.
If the bidder backs out after being declared as selected bidder, it shall be declared a defaulting
bidder and EMD of such defaulting bidder shall be forfeited and Purchaser reserves right to blacklist
such organization for next three years from participating in any Purchaser Tender. In such case the
detailed commercial bid of next ranked commercial bidder shall be evaluated.
Next ranked commercial bidder also backs out then Purchaser shall complete the tender process
by following the same process again for other remaining commercial ranked bidders
The Commercial Bids shall be opened at GeM portal and the proceeds shall be updated on the same
Bidder must quote the prices for each line item, without including tax amounts. The applicable GST
will have to be incorporated by the chosen vendor/successful bidder at the time of presenting bills
for their services.
Through this RFP, PCW, Karnataka requires the resources for providing the services of the following
skilled technical staff. PCW will hire up to 13 numbers of technically qualified resources during the
contract period for specific period and required skillset in the RFP. Depending upon the project
requirements, agency will be asked to depute additional technical staff by providing 30 days prior
notice
Following are the technical staff requirements and brief job description of the key technical staff:
Following are the indicative Roles and Responsibilities of the deployed Resource (but not
limited to). The technical staff to ensure that the roles and responsibilities along with the
detailed scope of work are mentioned in the Section “Scope of Work”, the department may
assign additional tasks based on the requirement.
i. Project Manager
Developing project plans, goals, and budgets; identifying resources needed
Developing schedules and methods for measuring results
Guiding and performing strategic analysis for the project
Organizing and managing all phases of the project to ensure on-time completion.
Assembling and coordinating project team members; assigning individual responsibilities.
Planning and overseeing the preparation and dissemination of project communications.
Support in stakeholder meetings and coordination
Support the department in end-to-end bid process management and preparation of various
reports.
Support in various stake holders report preparation, connectivity at police stations, operations
of Police IT V1 and Police IT V2 etc.
v. IT Security Manager
Data Centre security management
Installation, Configuration, maintenance, monitoring and trouble shooting of Firewall, Web
Application Firewall, Threat Management Device (zero day protection), Anti Spam solution,
SIEM, SOAR, UEAB, NDR etc.,
Implementation of security policies as per the industry standards to safeguard the data center.
Monitoring the security infrastructure and taking corrective actions.
Monitoring and Management of Device Hardening, Antivirus, Patch Deployment etc.,
An information and data security expert shall ensure that ISO 27001 standards are
implemented thoroughly before go-live of every patch or update
Periodical penetration testing should be performed on all listed applications and websites for
vulnerability assessment.
The expert should also provide consulting services in order to make the Karnataka State Police
Data Centre, resilient from cyber-attacks.
x. Expert Technical staff: Department may request for additional or expert technical staff with
different skillset based on the requirement for development or support. The bidder is required to
same as per the requirement against any deployed technical staff till completion of the activity.
B. Department will conduct interview of the proposed resources before deployment to the
project. Only approved resources to be deployed to the project.
C. In case of non-availability of technical staff for more than 7 days, bidder to ensure availability
of another technical staff to avoid penalty.
E. Technical staff to be recruited as per working hours of Police Computer Wing. The technical
staff for every completed service of every month is Eligible for one day of casual leave. On
Sundays/Government Holidays in case of emergencies/necessity staff have to come and work
when called so.
F. Shift for data centre resources will be commenced as per the agreed roster.
G. The organization shall pay the monthly wages of the staff to the concerned department after
deducting the statutory levies under the Minimum Wages Act and the Labor Act and other
applicable Acts and Rules. Informing this office about this.
H. For Technical Resources working in Police computer wing, at the time of claiming Monthly
wise payment it is compulsory to submit Attendance and Satisfactory report for the said
month under consideration should be signed and submitted by the officer in charge for the
respective department.
I. Monthly salaries of staff should be paid by cheque or ECS. The on-duty staff employees of
their organization and it is your organization's responsibility to pay them monthly salary every
month.
J. The organization shall pay the applicable monthly ESI, PF and PT bills to the concerned office
on time. In case of mistake, their organization will have to be responsible for this.
K. Personnel assigned by the organization shall abide by the rules of this unit. In case of violation
of rules, complaint, unauthorized absence, performance of staff found unsatisfactory, their
service shall be terminated and the organization shall immediately arrange replacement.
L. Staff posted by the organization, not permanent/part-time employees for any reason. They
are employed as employees on outsourced basis.
M. In case of any accident or any other problem to the personnel posted in their organization,
the organization shall take action as per rules. That means insurance facility should be
provided in the name of the staff.
N. Mandatory wearing of ID card by staff is compulsory and Outsourced staff has to sign the
attendance register kept in the reception and enter in Biometric also both while entering and
exit from the office in the evening. Biometric data will be considered while Approving Payment
for staff. No staff is entitled for work from home.
O. If the technical staff is not completing his work task within the stipulated time period he
may be deducted 10% of monthly salary as penalty amount.
P. No kind of transport facility or medical facilities or any other kind of privileges will be provided
by this unit to the staff.
Q. In case of any dispute or dispute with the staff, the organization shall mediate and resolve it
amicably.
R. Any type of recruitment pension etc. facility of Police Department/Govt Not applicable. In any
relief/facility/service to staff to merge No right to exercise any right to regularize the service.
S. The personnel employed by the organization shall not disclose to outsiders the information of
the work performed in this unit. Confidentiality shall be maintained regarding the information
related to administrative/technical matters of this unit. Corporation will be held directly
responsible for any breach of this entity due to failure of personnel to maintain confidentiality.
T. Recruited staff will sign a Non-Disclosure Agreement and submit it to this office.
U. Computers and other equipment provided to the staff for working should be maintained
responsibly. Any damage or loss caused to this unit by the staff shall be borne by the
organization.
V. Police IT V-2 software is being used in all the police stations of the state and through this
software the public has to be provided with the most urgent service so that the said service is
continuously staffed 24 hours a day without any hassle.
W. If the technical staff wants to be released from duty on their own violations, they should seek
permission in writing 2 months in advance and the release will be subject to the permission
of the department. In such case it shall be the responsibility of the responsible organization
to inform and obtain permission from this office before appointing another staff member with
full technical knowledge of the released technical staff in place of the technical staff being
released.
X. For the service performed by the said personnel, the money will be released according to the
amount of the bill given by the organization on a monthly basis.
Y. Release of money according to the amount of bill given by the organization on a monthly basis
for the services performed by the said staff will be done and the staff will not be on scheduled
holidays.
Z. Most of the staff get more leave Such as the amount due for the leave period will be debited
in the monthly salary.
AA. In the event that the appointed technical staff have to go out of the office in case of
emergency, they should take the prior permission of the Unit Officer.
BB. There should be no adverse reports/criminal proceedings against the personnel employed by
the organization. The institution itself will submit a police verification report on his conduct
and antecedents.
8. Payment Terms
i. Monthly payment to be disbursed among entire project tenure i.e., Total Project Cost/12 months.
ii. The Vendor will raise a monthly invoice along with the attendance certificates from PCW and
payment details to the resources based on the actual deployment of resources to the PCW and
actual days worked by the resources accounting for authorized leave and deduction arising from
unauthorized absence, non-performance penalty etc.
iii. The PCW shall make a payment after deduction of any penalties of the invoice within 30 working
days of raising of invoice. All payments to the successful Bidder shall be made by PCW upon
submission of invoices and approval of the same. In addition, Tax deduction at source on all
payments would also be made as per the Government provisions.
Important Points
i. Payment Process
The Vendor will raise a monthly invoice along with the attendance certificates from PCW and
payment details to the resources based on the actual deployment of resources to the PCW
and actual days worked by the resources accounting for authorized leave and deduction
arising from unauthorized absence, non-performance penalty etc.
The Vendor will be required to furnish bill with complete details of all the employee benefits
given to the deployed resources. These details must include the insurance coverage payment,
Employee Provident Fund (EPF) payments details (both the employee and employer’s share)
etc. Bills should also clearly specify the applicable taxes and amounts.
The PCW shall make a payment after deduction of any penalties of the invoice within 30
working days of raising of invoice. All payments to the successful Bidder shall be made by PCW
upon submission of invoices and approval of the same. In addition, Tax deduction at source
on all payments would also be made as per the Government provisions.
1. Deployment of All Initial Within 7 days of Letter of No delays allowed in 50% of the monthly cost of
resources deployment of all resources Award (till first month). Post resource deployment the non-deployed
1st month, penalty will be beyond 7 days of date of resource for the particular
levied as per Measurement- 2 signing of contract. month.
The bidder cannot raise
invoice against the non-
deployed technical staff.
2. Non availability of Non availability of resource Monthly No availability of Two (2) times of the
resources for more than 1 month resources from Bidder monthly value of the
after deployment without permission of resource not available.
PCW
3. Replacement of Resource replacement within Monthly No replacement of Two (2) times of the
Resources three months from date of Resources from Bidder monthly value of the
Work without permission of resource changed without
Order PCW permission of the
department.
4. Replacement of In case of change or As and when requested during Within 21 days Nil
Resources replacement of the deployed contract period, subject to an
personnel, the selected upper limit of two resources
bidder shall ensure a during contract period
reasonable amount of time
overlap in activities to ensure
proper knowledge transfer
and handover or takeover of
Issued by: SCRB, Police Computer Wing, Karnataka State Police 37 v0.0
RFP for providing technical staff for Police Computer Wing Karnataka
5. Penalty on non- PCW will provide 2 written - Non-performance 50% of the technical staff
performance of the notices against the non- beyond 2 cost.
technical staff performance of the technical warnings/notices No payment to be done for
staff. the technical staff from the
subsequent months in
case of no replacement.
6. Non completion of Assigned task not completed Timeline agreed by the Monthly 10% of the monthly salary
the activity within stipulated time department and the bidder quoted
a. Amicable settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection
with this Contract or the interpretation thereof.
b. Arbitration
In case either party is not satisfied with the decision of the above committee, they can institute
arbitration proceedings as per Indian Arbitration and reconciliation Act, 1996, after a 30-day notice
period. Any dispute or difference or claim arising out of, or in connection with, or relating to the
present contract or the breach, termination or invalidity thereof, shall be referred and settled
under the Arbitration Center, Karnataka (domestic and international) rules 2012, by one or more
Arbitrators appointed in accordance with its rules. Arbitration proceedings shall be held in
Bengaluru and the language of the arbitration proceedings and that of all documents and
communications between the parties shall be English.
The role of the bidder is to provide technical staff for Police Computer Wing, Karnataka State Police.
They will deliver the services such as:
The role of the bidder is to provide Technical staff for Police Computer Wing, Karnataka State Police.
They will deliver the services such as:
A. Police IT V1Application
B. Police IT V2 Application
C. Support in post data migration from Police IT v1 to Police IT v2 application
D. Development of Citizen Centric Portal and allied applications
E. Data Centre and Disaster Recovery Centre, Network and IT Infrastructure Management
F. Database Recovery and Security
G. Integration of Police IT with other application like ICJS, FLMS, CCP, M-CCTNS, Smart e- Beat, e-
DAR etc.
H. Any other development and support activities required by the department.
I. Use of GIS/AI/New Technology
J. Knowledge Transfer
A. Police-IT v1 Application:
Police IT Application Management Services, Mobile and other customized application
Integration of services with other external agencies are as per requirement.
Responsible for application development top of Police IT application and represents.
Karnataka State Police to end-users and is responsible for working with the user group to
determine what features will be added as per state requirement.
Ensuring that the Police-IT application and other customized applications fulfils the
requirement of the department.
Maintaining and updating the product backlog on a continuous basis by refining new
requirements
Reviewing and setting the priorities assigned to the product development activities and
represents in all projects related meetings.
Act as technical lead, application developers, Software testers and User acceptance testers for
Police-IT application, mobile apps and customized applications
To support other police and state departments for providing various reports
Further to provide handholding and capacity building support of the same customized
applications
Configuration and customization of Police IT application
Commissioning and Deployment of customized applications for Police IT application, mobile
apps etc.
B. Police IT V2 Application
Regular progress updates: Schedule regular meetings with the development agency to receive
updates on their progress. This can be done through in-person meetings, conference calls, or
video conferences. Discuss completed tasks, upcoming milestones, and any challenges.
Review project plan and milestones: Continuously review the project plan, including the
defined milestones and deliverables. Ensure that the development agency is adhering to the
agreed-upon timeline and that milestones are being achieved as planned.
Conduct quality assurance (QA) checks: Implement a QA process to verify the quality of the
software being developed. This can involve reviewing code, conducting functional and
usability testing, and ensuring compliance with relevant standards and security requirements.
User acceptance testing (UAT): Engage representatives from the police department to
participate in UAT activities. This involves testing the application in a real-world environment
to ensure it meets the operational needs and requirements of the police department.
Risk identification and mitigation: Continuously identify and assess potential risks that may
affect the project's success. Work with the development agency to develop mitigation
strategies for these risks and monitor their implementation.
Stakeholder engagement: Keep relevant stakeholders, such as police department leadership
and end-users, informed about the project's progress. Gather their feedback and address any
concerns or issues raised.
Project monitoring and management.
Perform the Code Review
Development of additional modules as required by the department.
Development of analytical reports as per department requirement.
Support on data sharing with centre/NDC.
Integration with other applications as and when required.
E. Data Centre and Disaster Recovery Centre, Network and IT Infrastructure Management:
Security Protocols and Policies: Develop, implement, and maintain the organization’s security
policies and procedures to ensure the protection of data centre services and data.
Threat and Vulnerability Management: Regularly perform vulnerability assessments and
penetration testing to identify and mitigate risks. Monitor security systems for anomalies and
respond to potential security breaches.
Incident Response: Lead the response to security incidents, including the investigation of
security breaches, and assist with legal matters associated with such breaches as necessary.
Security Audits and Compliance: Conduct regular system audits to ensure compliance with the
latest industry standards, regulatory requirements, and security practices. Prepare audit
findings and develop strategies to rectify security shortfalls.
Disaster Recovery and Business Continuity: Develop and maintain disaster recovery plans to
ensure continuous network availability and rapid recovery in the event of a disaster.
Network Security Management: Oversee the operation of firewalls, intrusion detection
systems, anti-virus software, and other security tools to prevent unauthorized access and
attacks.
Data Encryption: Ensure that all sensitive data stored or transmitted is encrypted to protect
against unauthorized access and breaches.
Training and Awareness: Conduct security training and awareness programs for employees to
ensure staff understand security policies and procedures.
Collaboration and Advising: Work closely with IT and network administrators to enhance the
overall security posture. Provide expert guidance on security matters to senior management.
F. Database Recovery and Security
Database Recovery:
Backup Strategy: Implement a comprehensive backup plan, including full, incremental, and
differential backups to ensure data is consistently protected.
Recovery Procedures: Establish detailed procedures for restoring data from backups in various
scenarios, such as accidental deletion, data corruption, or system failure.
Disaster Recovery Plan: Develop and regularly test a disaster recovery plan to ensure rapid
restoration of database functionality in case of major incidents.
Recovery Time Objective (RTO) and Recovery Point Objective (RPO): Define and meet RTO and
RPO targets to minimize downtime and data loss during recovery processes.
Verification and Testing: Regularly test backup and recovery procedures to verify their
effectiveness and ensure readiness for actual recovery situations.
Database Security:
Access Control: Implement robust access controls, including user authentication, role-based
access, and least privilege principles to protect data from unauthorized access.
Encryption: Use encryption for data at rest and in transit to protect sensitive information from
being intercepted or accessed by unauthorized parties.
Security Audits: Conduct regular security audits and vulnerability assessments to identify and
address potential security risks and compliance issues.
Threat Detection and Prevention: Implement tools and protocols for detecting and preventing
threats such as SQL injection, malware, and other cyber-attacks.
Patch Management: Maintain an up-to-date patch management process to ensure that all
database software is protected against known vulnerabilities.
Monitoring and Logging: Continuously monitor database activity and maintain logs to detect
and respond to suspicious activities promptly.
Incident Response Plan: Develop and regularly update an incident response plan to swiftly and
effectively address any security breaches or threats.
Supports, modifies, and updates the hardware and application and database systems.
Ensuring compliance to processes and procedures of DC and DRC
Report Generation for systems and backup
Administrating and managing the Management Server, Backup Schedule, Antivirus servers etc.
Maintaining Monitoring Solution and Clustered Environment, storage hardware and
configuration
Maintaining Licenses for software’s, desktop hardware and software support
Server hardening
Storage
Hypervisor
Virtualization
DC- DR replication, DC-NDC replication
DC-DR drill
Access management
all the queries that have been posed by the bidders. No request for clarification from any bidder shall
be entertained after the last date for seeking clarifications, as specified in this RFP.
11.8. Prices
i. The Bidder shall quote a fixed price for all the Services offered. No adjustment of the quoted
price shall be made on account of variation of costs of labour and materials or any other cost
component affecting the total cost in fulfilling the obligations under the contract.
ii. The quoted price and applicable taxes shall be the only payment, payable by the PCW to the
successful Bidder, subject to the terms of payment specified in the Contract. The quoted price
should clearly indicate- for each line item- the amount, without taxes duties etc. TDS deductions
shall be made by PCW as per prevalent rules and regulations.
iii. The payment charges for deploying additional resources shall be applicable in the rates specified
in the contract price.
iv. The prices, once offered, must remain firm and must not be subject to escalation for any reason
whatsoever within the period of the project.
12. Annexures
Reference: Request for Proposal for technical staff for Police Computer Wing, Karnataka State Police
Dear Sir,
Having examined the Request for providing technical staff for Police Computer Wing, Karnataka State
Police, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide
professional services as required and outlined in the Request for providing technical staff for Police
Computer Wing, Karnataka State Police. To meet such requirements and provide such services as
required are set out in the Request for Proposal for Managing Operations and Maintenance of IT
Applications of Police Computer Wing, Karnataka State Police.
We attach here to the technical response as required by the Request for providing technical staff for
Police Computer Wing, Karnataka State Police, which constitutes our proposal. We undertake that, if
our proposal is accepted, to adhere to the scope of work put forwarding the Request for Proposal (RFP)
or such adjusted plan as may subsequently be mutually agreed between us and the PCW or its
appointed representatives and provide services.
If our proposal is accepted, we will obtain a performance bank guarantee in the format given in the
Request for Proposal document issued by a Scheduled Commercial Bank in India, acceptable to the
PCW, for a sum equivalent to 5% of the total price that of awarded contract value as mentioned in the
work order in our financial proposal for the due performance of the contract.
We agree for unconditional acceptance of all the terms and conditions set out in the Request for
Proposal document and also agree to abide by this tender response for a period of SIX MONTHS from
the date fixed for bid opening and it shall remain binding upon us with full force and virtue, until within
this period a formal contract is prepared and executed, this tender response, together with your
written acceptance thereof in your notification of award, shall constitute a binding contract between
us and the PCW.
We agree that you are not bound to accept the lowest or any tender response you may receive. We
also agree that you reserve the right in absolute sense to reject all or any of the products/ service
specified in the tender response.
It is hereby confirmed Company that I/We are entitled to act on behalf of our organization and
empowered to sign this document as well as such other documents, which may be required in this
connection.
Having the Power of Attorney & duly authorized to sign the Tender Response for and on behalf
of:
Witness Signature:
Witness Name:
Witness Address:
Liability Partnership
Company
Address of the Registered
Office in India
Date of Commencement of
Business/Formation/Registration
Address of the office in
Bengaluru
Details of the Name:
Contact Person
E-mail id:
Phone number:
Fax number:
Website
Date:
12.1.3 Citations Format for furnishing the details of the projects handled by the bidder for the
technical bid evaluation.
Name:
Designation:
Email:
Phone:
Fax:
Mailing Address:
Project Details
3. Name of the project
I, the undersigned, certify that to the best of my knowledge and belief, this citation correctly describes
the project related details mentioned above and the entire software development exercise was done
using our own staff deployed under our payroll. That the project proposed meets all requirements
detailed in the relevant sections of the Qualification Criteria. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
Note: Bidders are required to submit the citations in the above format in all the areas as mentioned in
Evaluation criteria as mentioned in.
The bidder to submit compliance sheet w.r.t. all the points mentioned in the pre-qualification
and technical criteria mentioned in the RFP in the following format.
A. Pre-Qualification Checklist
FY 2020 – 21
FY 2021 – 22
FY 2022 – 23
Date:
Name of Project:
Note: Please attach audited Balance Sheets on the letterhead of statutory auditor/CA with their UDIN
and IT return statements to compare Companying the figures mentioned in columns (2).
Date:
Name of Project:
Note: Provide sufficient evidence such as agreements, work completion certificates along with the
letter from the client to support information provided in the above table.
12.2. ANNEXURE II: Format for Commercial bid Cost of Technical Staff
Sr. Resource No. of Unit Cost Cost for 1 GST Value for Total Project
No. Description resources (in INR) year (in INR) 1 year (in INR) Cost (in INR)
(A) (B) (C=A*B*12) (D) (E= C+D)
1. Team Leader/ 1
Project
Manager
2. Network 1
Administrator
3. Mobile 1
Application
Expert
4. Database 1
Administrator
5. IT Security 1
Manager
6. System 1
Administrator
7. UI/UX 1
Developer
8. Application 1
Tester
9. Senior 2
Programmer
10. Junior 3
Programmer
Total Project Cost (in value)
Total Project Cost (in figure)
Note:
1. Bidders are requested to quote as per the RFP and if needed clarify about the commercial
bidding format with PCW.
Bidders requiring specific points of clarification may communicate with PCW during the
specified period using the following format.
Address:
Tel:
Fax:
Email:
2.
Date:
Name of Project:
To, Date:
1. Against contract vide Advance Acceptance of the Tender covering “RFP for providing
technical staff for Police Computer Wing, Karnataka State Police” (hereinafter called the
said 'contract') entered into between the PCW, State Crime Records Bureau, (hereinafter
called the Purchaser) and ___________ (hereinafter called the Bidder) this is to certify
that at the request of the Bidder we __________ Bank Ltd., are holding in trust in favor of
the Purchaser, the amount of 8% of the contract value (write the sum here in words) to
indemnify and keep indemnified the Purchaser against any loss or damage that may be
caused to or suffered by the Purchaser by reason of any breach by the Bidder of any of the
terms and conditions of the said contract and/or in the performance thereof. We agree
that the decision of the Purchaser, whether any breach of any of the terms and conditions
of the said contract and/or in the performance thereof has been committed by the Bidder
and the amount of loss or damage that has been caused or suffered by the Purchaser shall
be final and binding on us and the amount of the said loss or damage shall be paid by us
forthwith on demand and without demur to the Purchaser.
2. We _______Bank Ltd, further agree that the guarantee herein contained shall remain in
full force and effect during the period that would be taken for satisfactory performance and
fulfillment in all respects of the said contract by the Bidder i.e., till
hereinafter called the said date and that if any claim accrues or arises against us Bank
Ltd, by virtue of this guarantee before the said date, the same shall be enforceable against
us Bank Ltd, notwithstanding.
the fact that the same is enforced within six months after the said date, if notice of any
such claim has been given to us Bank Ltd, by the Purchaser before the said date. Payment
under this letter of guarantee shall be made promptly upon our receipt of notice to that
effect from the Purchaser.
3. It is fully understood that this guarantee is effective from the date of the said contract and
that we Bank Ltd, undertake not to revoke this guarantee during its currency without the
consent in writing of the Purchaser.
5. The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Bidder shall have no claim against us for making such
payment.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or
the Bidder.
WITNESS NO. 2
-------------------------- Attorney as per power of
(Signature) Attorney No.............
Full name and official Dated………………….
Address (in legible letters)
POWER OF ATTORNEY
Know all men by these present, we (name and address of the registered
office) do hereby constitute, appoint and authorize Mr. /Ms. (Name and address of
residence) who is presently employed with us and holding the position of as our
attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in
connection with, or incidental to our proposal for the “RFP for RFP for providing technical
staff for Police Computer Wing, Karnataka State Police” for the PCW, including signing and
submission of all documents and providing information / responses to PCW, representing us
in all matters before authorities, and generally dealing with customers in all matters in
connection with our proposal for the said Project.
We hereby agree to ratify all such acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all such acts, deeds and things lawfully done by
our aforesaid attorney shall and shall always be deemed to have been done by us.
For ------------
Accepted
(Signature)
(Name, Title and Address of the Attorney)
Company seal & stamp
(Signature)
(Name, Title
and Address)
Notes:
1. To be executed by the bidder duly supported by a Board Resolution
2. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
3. Also, where required, the executants should submit for verification the extract of the
charter documents and documents such as a resolution / power of attorney in favor of
the Person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.
Date:
To:
Additional Director General of
Police,
Police Computer Wing,
7th floor, gate no. 1,
MS Building, Dr. Ambedkar Veedhi,
Bengaluru, Karnataka 560001
Sub: Request for Proposal of RFP for providing technical staff for Police Computer Wing
Dear Sir/Madam,
Being duly authorized to represent and act on behalf of (hereinafter referred to as “the Bidder”)
and having reviewed and fully understood all of the qualification requirements and information
provided, the undersigned hereby expresses its interest and apply for qualification for RFP for
providing technical staff for Police Computer Wing.
We are enclosing our Proposal, with the details as per the requirements of the Bid Document,
for your evaluation.
The undersigned hereby also declares that the statements made, and the information provided
in the Proposal is complete, true and correct in every detail and the application is valid for a
period of 180 days from the due date of submission of application and unconditional.
Yours faithfully,
(Signature of Authorized Signatory)
(Name, Title and Address of the Bidder)
Company seal & stamp
This is to certify that << COMPANY NAME >> is not blacklisted by the Government of
Karnataka or any of its agencies for any reasons whatsoever and not blacklisted by Central
/ any other State/UT Government or its agencies for indulging in corrupt or fraudulent
practices or for indulging in unfair trade practices and not backed out from executing the
work after award of the work as on the DD of Month YYYY
Company / Authorized
Signatory Name of
Signatory: Bidder
Name:
Date
Place
1. Proposed Position
2. Name of Firm
3. Name of Expert
4. Citizenship
5. Education
Membership in Professional
6. Associations (Professional
Certifications)
Kannada
<Add language>
Employment Records
8.
From: To:
Employer:
Position Held:
From: To:
Employer:
Position Held:
From: To:
Employer:
Position Held:
From: To:
Employer:
Position Held:
Note: Draft Master Service Agreement is provided below for reference of the bidder. The final terms
and conditions might vary based on discussion with the successful bidder.
THIS MASTER SERVICE AGREEMENT (“Agreement”) is made on this the <***> day of <***> 2024 at
<Karnataka>, India.
BETWEEN
Additional Director General of Police, Police Computer Wing, Karnataka State Police hereinafter
referred to as ‘Additional Director General of Police/ Authority/ Purchaser/Client, which expression
shall, unless the context otherwise requires, include its permitted successors and assigns;
AND
<***>, a Company incorporated under the <Act Name >, having its registered office at <***>
(hereinafter referred to as Bidder/SI’ which expression shall, unless the context otherwise requires,
include its permitted successors and assigns).
Each of the parties mentioned above are collectively referred to as the ‘Parties’ and individually as a
‘Party’.
WHEREAS:
• Additional Director General of Police, Police Computer Wing, Karnataka State Police is desirous
to hire technical staff for maintaining operations of Police IT applications and implementation
support for Police ITV2 project for a period of up to 1 year.
• In furtherance of the same, Additional Director General of Police, PCW, Karnataka Police
undertook the selection of a suitable Bidder to provide technical staff through a competitive
bidding process for implementing the Project and in this behalf issued Request for Proposal
(RFP) No XXX dated XX/XX/XXXX
• The successful bidder has been selected on the bid response set out in the RFP (Including all
the documents submitted as part of the bid submission including technical bid, clarifications,
and commercial bids) of this Agreement, to undertake the operations and maintenance of the
existing Police IT application and support in implementation of new application.
2.1. Definitions
(a) Terms and expressions used in this Agreement (including the Introduction) shall have the
meanings set out in the RFP document.
(b) Other terms used in this Agreement are defined where they are used and have the meanings
there indicated. Unless otherwise specifically defined, those terms, acronyms and phrases in
this Agreement that are utilized in the information technology services industry or other
pertinent business context shall be interpreted in accordance with their generally understood
meaning in such industry or business context.
2.2. Interpretation
In this Agreement, unless otherwise specified:
All measurements and calculations shall be in the metric system and calculations done to 2
(two) decimal places, with the third digit of 5 (five) or above being rounded up and below 5
(five) being rounded down except in money calculations where such amounts shall be
rounded off to the nearest INR.
(a) As between two Clauses of this Agreement, the provisions of a specific Clause relevant to the
issue under consideration shall prevail over those in a general Clause;
(b) As between the provisions of this Agreement and the Annexures, the Agreement shall prevail,
save and except as expressly provided otherwise in the Agreement or the Annexures; and
(c) As between any value written in numerals and that in words, the value in words shall prevail.
3. Definitions
Term Definition
“Bidder” or “SI” or Could be interchangeably used and it essentially Means the Organization who
“Lead Bidder” is fully responsible towards Additional Director General of Police, Police
Computer Wing, Karnataka State Police for providing technical staff for Police
Computer Wing.
Agreement Means this Master Services Agreement, Service Level Agreement and Non-
Disclosure Agreement together with all the contents and specifications of the
RFP; In the event of a conflict between this Agreement and the Schedules,
the terms of the Agreement shall prevail;
Applicable Law(s) Means any statute, law, ordinance, notification, rule, regulation, judgment,
order, decree, bye-law, approval, directive, guideline, policy, requirement or
other governmental restriction or any similar form of decision applicable to
the relevant party and as may be in effect on the date of the execution of this
Agreement and during the subsistence thereof, applicable to the Project;
Bidder Means the Organization(s) on whose behalf the tender response has been
submitted.
Business Hours Shall mean the working time for Managing Operations and Maintenance of IT
Applications of Police Computer Wing or its associated agencies’.
IT/ITES Services Turnover from business providing IT implementation, IT Consulting,
Management Consulting, Technology Consulting services or other related
services.
(a) This Agreement shall come into effect on <***> (hereinafter the “Effective Date”) and shall,
unless terminated earlier in accordance with its terms, expire on the date on which this
Agreement expires, which shall be a period of 1 year and can be extended on year on basis
subject to satisfactory performance and conditions notified by ADGP Office, Police Computer
Wing, Karnataka Police Department.
(b) In the case of such extension of contract beyond the stipulated period, the warranties,
Performance Bank Guarantee, Exit Management protocol, insurance etc. shall be extended for
equivalent period.
(c) In terms of the payment, the yearly extension will have 10% increase on the overall project cost.
However, Additional Director General of Police, PCW, Karnataka Police may at any time at its
sole discretion waive fully or partially any of the Conditions Precedent for the Bidder. For the
avoidance of doubt, it is expressly clarified that the obligations of the Parties (or its nominated
agencies) under this Agreement shall commence from the fulfilment of the Conditions Precedent
as set forth below.
5.2. Conditions
(a) Conditions Precedent of the Bidder
The bidder shall be required to fulfil the conditions precedent that are as follows:
(b) In the event that the Agreement fails to come into effect on account of non-fulfilment of the
Bidder’s Conditions Precedent, Additional Director General of Police, PCW, Karnataka Police or
its nominated agencies shall not be liable in any manner whatsoever to the Bidder and ADGP
Office, PCW shall forthwith forfeit the EMD.
(c) In the event that possession of any of Additional Director General of Police, PCW, Karnataka Police
or its nominated agencies facilities has been delivered to the Bidder prior to the fulfilment of the
Conditions Precedent, upon the termination of this Agreement such shall immediately revert to
Additional Director General of Police, PCW, Karnataka Police or its nominated agencies, free and
clear from any encumbrances or claims.
8. CHANGE OF CONTROL
(a) In the event of a change of control of the Bidder during the Term, the Bidder shall promptly
notify Additional Director General of Police, PCW, Karnataka Police of the same in the format
set out in this Agreement.
(b) In the event that the net worth of the surviving entity is less than that of Bidder prior to the
change of control, Additional Director General of Police, PCW, Karnataka Police may within 30
days of becoming aware of such change in control, require a replacement of existing
Performance Guarantee furnished by the Bidder from a guarantor acceptable to Additional
Director General of Police, PCW, Karnataka Police(which shall not be Bidder or any of its
associated entities).
(c) If such a guarantee is not furnished within 30 days of Additional Director General of Police,
PCW, Karnataka Police requiring the replacement, Additional Director General of Police, PCW,
Karnataka Police may exercise its right to terminate the SLA and/ or this Agreement within a
further 30 days by written notice, to become effective as specified in such notice.
(d) Pursuant to termination, the effects of termination as set out in Clause 19 of this Agreement
shall follow.
(e) For the avoidance of doubt, it is expressly clarified that the internal reorganization of the
Bidder shall not be deemed an event of a change of control for purposes of this Clause unless
the surviving entity is of less net worth than the predecessor entity.
(a) Final testing and certification criteria will lay down a set of guidelines following internationally
accepted norms and standards for testing and certification for all aspects of project
development and implementation covering software including the processes relating to the
design of solution architecture, design of systems and sub- systems, coding, testing, business
process description, documentation, version control, change management, security, service
oriented architecture, performance in relation to compliance with SLA metrics, interoperability,
scalability, availability and compliance with all the technical and functional requirements of the
RFP and this Agreement;
(b) Final testing and certification criteria will be finalized from the development stage to ensure
that the guidelines are being followed and to avoid large scale modifications pursuant to testing
done after the application is fully developed;
(c) Final testing and certification criteria will consider conducting specific tests on the software,
security and all other aspects;
(d) Final testing and certification criteria will establish appropriate processes for notifying the
Bidder of any deviations from the norms, standards or guidelines at the earliest instance after
taking cognizance of the same to enable the Bidder to take corrective action; etc.
(e) The Parties shall each ensure that the range of the Services under the SLA shall not be varied,
reduced or increased except with the prior written agreement between Additional Director
General of Police, PCW, Karnataka Police and Bidder in accordance with the Change Control of
this Agreement.
(a) It is duly organized and validly existing under the laws of India, and has full power and authority
to execute and perform its obligations under this Agreement and other agreements and to carry
out the transactions contemplated hereby;
(b) It is a competent provider of a variety of information technology and business process
management services;
(c) It has taken all necessary corporate and other actions under laws applicable to its business to
authorize the execution and delivery of this Agreement and to validly exercise its rights and
perform its obligations under this Agreement;
(d) From the Effective Date, it will have the financial standing and capacity to undertake the Project
in accordance with the terms of this Agreement;
(e) In providing the Services, it shall use reasonable endeavours not to cause any unnecessary
disruption to ADGP Office, PCW Karnataka Police normal business operations
(f) This Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation, enforceable against it in accordance with the terms hereof, and its obligations under
this Agreement shall be legally valid, binding and enforceable against it in accordance with the
terms hereof;
(g) The information furnished in the tender documents and as updated on or before the date of
this Agreement is to the best of its knowledge and belief true and accurate in all material
respects as at the date of this Agreement;
(h) The execution, delivery and performance of this Agreement shall not conflict with, result in
the breach of, constitute a default by any of the terms of its Memorandum and Articles of
Association or any Applicable Laws or any covenant, contract, agreement, arrangement,
understanding, decree or order to which it is a party or by which it or any of its properties or
assets is bound or affected;
(i) There are no material actions, suits, proceedings, or investigations pending or, to its
knowledge, threatened against it at law or in equity before any court or before any other
judicial, quasi-judicial or other authority, the outcome of which may result in the breach of
this Agreement or which individually or in the aggregate may result in any material impairment
of its ability to perform any of its material obligations under this Agreement;
(j) It has no knowledge of any violation or default with respect to any order, writ, injunction or
decree of any court or any legally binding order of any Government Instrumentality which may
result in any adverse effect on its ability to perform its obligations under this Agreement and
no fact or circumstance exists which may give rise to such proceedings that would adversely
affect the performance of its obligations under this Agreement;
(k) It has complied with Applicable Laws in all material respects and has not been subject to any
fines, penalties, injunctive relief or any other civil or criminal liabilities which in the aggregate
have or may have an Adverse Effect on its ability to perform its obligations under this
Agreement;
(l) No representation or warranty by it contained herein or in any other document furnished by
it to Additional Director General of Police, PCW, Karnataka Police in relation to the Required
Consents contains or shall contain any untrue or misleading statement of material fact or
omits or shall omit to state a material fact necessary to make such representation or warranty
not misleading; and
(m) No sums, in cash or kind, have been paid or shall be paid, by it or on its behalf, to any person
by way of fees, commission or otherwise for entering into this Agreement or for influencing or
attempting to influence any officer or employee of Additional Director General of Police, PCW,
Karnataka Police in connection therewith. For this purpose, Additional Director General of
Police, PCW, Karnataka Police will sign integrity pact separately with Bidder enclosed with this
agreement.
9.2. Representations and warranties of Additional Director General of Police, PCW, Karnataka Police
Additional Director General of Police, PCW, Karnataka Police represent and warrant to the Bidder
that:
(a) It has full power and authority to execute, deliver and perform its obligations under this
Agreement and to carry out the transactions contemplated herein and that it has taken all
actions necessary to execute this Agreement, exercise its rights and perform its obligations,
under this Agreement and carry out the transactions contemplated hereby;
(b) It has taken all necessary actions under Applicable Laws to authorize the execution, delivery
and performance of this Agreement and to validly exercise its rights and perform its
obligations under this Agreement;
(c) It has the financial standing and capacity to perform its obligations under the Agreement;
(d) It is subject to the laws of India, and hereby expressly and irrevocably waives any immunity in
any jurisdiction in respect of this Agreement or matters arising thereunder including any
obligation, liability or responsibility hereunder;
(e) This Agreement has been duly executed by it and constitutes a legal, valid and binding
obligation enforceable against it in accordance with the terms hereof and its obligations under
this Agreement shall be legally valid, binding and enforceable against it in accordance with the
terms thereof;
(f) The execution, delivery and performance of this Agreement shall not conflict with, result in
the breach of, constitute a default under, or accelerate performance required by any of the
Applicable Laws or any covenant, contract, agreement, arrangement, understanding, decree
or order to which it is a party or by which it or any of its properties or assets is bound or
affected;
(g) There are no actions, suits or proceedings pending or, to its knowledge, threatened against it
at law or in equity before any court or before any other judicial, quasi-judicial or other
authority, the outcome of which may result in the default or breach of this Agreement or which
individually or in the aggregate may result in any material impairment of its ability to perform
its material (including any payment) obligations under this Agreement;
(h) It has no knowledge of any violation or default with respect to any order, writ, injunction or
any decree of any court or any legally binding order of any Government Instrumentality which
may result in any Adverse Effect on Additional Director General of Police, PCW, Karnataka
Police or its nominated agencies ability to perform its obligations under this Agreement and
no fact or circumstance exists which may give rise to such proceedings that would adversely
affect the performance of its obligations under this Agreement;
(i) It has complied with Applicable Laws in all material respects;
(j) All information provided by it in the RFP in connection with the Project is, to the best of its
knowledge and belief, true and accurate in all material respects; and
(k) All information provided by it in the RFP in connection with the Project is, to the best of its
knowledge and belief, true and accurate in all material respects; and
(l) Upon the Bidder performing the covenants herein, it shall not at any time during the term
hereof, interfere with peaceful exercise of the rights and discharge of the obligations by the
Bidder, in accordance with this Agreement.
(a) To provide any support through personnel to test the system during the Term;
(b) To provide any support through personnel and/or test data during development, rollout,
steady state operation, as well as, for any changes/enhancements in the system whenever
required due to scope change that may arise due to business, delivery or statutory/regulatory
reasons;
(c) Additional Director General of Police, PCW, Karnataka provide the data directly or can
authorize ADGP, PCW to provide the data (including in electronic form wherever
applicable/available) to be migrated.
(d) To authorize the Bidder to interact for implementation of the Project with external entities
such as the authorized banks, trademark database etc.
(e) Provide prompt Deliverable feedback: Additional Director General of Police, PCW, Karnataka
Police or its nominated agencies/ partners shall provide sign offs on the deliverable or its
comments for changes.
(f) The Additional Director General of Police, PCW, Karnataka Police shall provide to the Bidder
basic infrastructure support at the office location. Persons deputed by the Bidder have to
observe the norms &code of conduct of the Purchaser’s Organisation.
(g) The Additional Director General of Police, PCW, Karnataka Police or his/her nominated
representative shall act as the nodal point for implementation of the contract and for issuing
necessary instructions, approvals commissioning, acceptance certificates, payments etc. to
the Bidder.
(a) The Parties shall cooperate to procure, maintain, and observe all relevant and regulatory and
governmental licenses, clearances, and applicable approvals (hereinafter the “Required
Consents”) necessary for the Bidder to provide the Services. The costs of such Approvals shall be
borne by the Party normally responsible for such costs according to local custom and practice in
the locations where the Services are to be provided.
(b) Additional Director General of Police, PCW, Karnataka Police or its nominated agencies/partners
shall use reasonable endeavors to assist Bidder to obtain the Required Consents. In the event that
any Required Consent is not obtained, the Bidder and Additional Director General of Police, PCW,
Karnataka Police will co-operate with each other in achieving a reasonable alternative
arrangement as soon as reasonably practicable for Additional Director General of Police, PCW,
Karnataka Police to continue to process its work with as minimal interruption to its business
operations as is commercially reasonable until such Required Consent is obtained, provided that
the Bidder shall not be relieved of its obligations to provide the Services and to achieve the Service
Levels until the Required Consents are obtained if and to the extent that the Bidder’s obligations
are not dependent upon such Required Consents.
(e) Ensure that the Assets that are under the control of the Bidder, are kept suitably housed and in
conformity with the Applicable Law;
(f) Procure permission from Additional Director General of Police, PCW, Karnataka Police and any
persons duly authorized by them to enter any land or premises on which the Assets are for the
time being sited so as to inspect the same, subject to any reasonable third-party requirements;
(g) Not, knowingly or negligently use or permit any of the Assets to be used in contravention of any
statutory provisions or regulation or in any way contrary to Applicable Law.
(h) Use best efforts to ensure that no lien, mortgage, hypothecation or any other charge is created
over the Assets. SI agrees that SI will inform Additional Director General of Police, PCW,
Karnataka Police immediately if SI feels or comes to know that a charge may be / has been
created over any Asset(s). In the event a charge is created over any of the Assets / Goods which
are owned by Additional Director General of Police, PCW, Karnataka Police shall have the right
to get the charge removed at the risk, cost, expense of the SI and SI shall make good all losses,
damages, costs, fees, cess, duties, etc. Borne or suffered by Additional Director General of Police,
PCW, Karnataka Police due to creation of such charge and/or in removal of such charge and/or
in discharging the obligations for removal of such charge.
13.2. Access to Additional Director General of Police, PCW, Karnataka Police or It’s Nominated Agencies’/
Partners’ LOCATIONS
(a) For so long as the Bidder provides services to Additional Director General of Police, PCW,
Karnataka Police location, as the case may be, on a non-permanent basis and to the extent
necessary, ADGP, PCW, Karnataka Police as the case may be shall, subject to compliance by the
Bidder with any safety and security guidelines which may be provided by Additional Director
General of Police, PCW, Karnataka Police as the case may be and notified to the Bidder in writing,
provide the Bidder with:
i. Reasonable access with prior approval of Additional Director General of Police, Police Computer
Wing, Karnataka State Police, in the same manner granted to Additional Director General of
Police, PCW, Karnataka Police employees, to Additional Director General of Police, PCW,
Karnataka Police as the case may be location twenty four hours a day, seven days a week;
ii. Reasonable workspace, access to office equipment as mutually agreed and other related support
services in such location and at such other Additional Director General of Police, PCW, Karnataka
Police nominated location, if any, as may be reasonably necessary for the Bidder to perform its
obligations hereunder and under the SLA.
(b) Access to locations, office equipment and services shall be made available to the Bidder on an “as
is, where is” basis by Additional Director General of Police, PCW, Karnataka Police as the case may
be. The Bidder agrees to ensure that its employees, agents and contractors shall not use the
location, services and equipment referred to in RFP for the following purposes:
i. For the transmission of any material which is defamatory, offensive or abusive or of an obscene
or menacing character; or
ii. In a manner which constitutes a violation or infringement of the rights of any person, firm or
company (including but not limited to rights of copyright or confidentiality).
14.1. Governance
(a) The review and management process of this Agreement shall be carried out in accordance with
of this Agreement and shall cover all the management aspects of the Project.
14.3. Changes
(a) Unless expressly dealt with elsewhere in this Agreement, any changes under or to this Agreement
or under or to the SLA shall be dealt with in accordance with the Change Control set out in this
Agreement.
(a) The Bidder shall comply with the technical requirements of the relevant security, safety and other
requirements specified in the Information Technology Act or Telegraph Act including the
regulations issued by dept. of telecom (wherever applicable), IT Security Manual of Additional
Director General of Police, PCW, Karnataka Police as specifically stated in the RFP and follow the
industry standards related to safety and security (including those as stated in the RFP), insofar as
it applies to the provision of the Services/Deliverables under this Agreement.
(b) Each Party to the SLA/Agreement shall also comply with Additional Director General of Police,
PCW, Karnataka Police or the Government of India’s security standards and policies in force from
time to time at each location of which Additional Director General of Police, PCW, Karnataka Police
make the Bidder aware in writing insofar as the same apply to the provision of the Services.
(c) The Parties to the SLA/Agreement shall use reasonable endeavours to report forthwith in writing
to each other all identified attempts (whether successful or not) by unauthorized persons
(including unauthorized persons who are employees of any Party) either to gain access to or
interfere with Additional Director General of Police, PCW, Karnataka Police as the case may be or
any of their nominees data, facilities or Confidential Information.
(d) The Bidder shall upon reasonable request by Additional Director General of Police, PCW, Karnataka
Police as the case may be or their nominee(s) participate in regular meetings when safety and
information technology security matters are reviewed.
(e) As per the provisions of the SLA or this Agreement, the Bidder shall promptly report in writing to
Additional Director General of Police, Police Computer Wing, Karnataka State Police any act or
omission which they are aware that could have an adverse effect on the proper conduct of safety
and information technology security at the facilities of Additional Director General of Police, PCW,
Karnataka Police as the case may be.
17. COOPERATION
(a) Except as otherwise provided elsewhere in this Agreement or the SLA, each Party (“Providing
Party”) to this Agreement or to the SLA undertakes promptly to provide the other Party (“Receiving
Party”) with all such information and co-operation which the Receiving Party reasonably requests,
provided that such information and co-operation:
i. Does not require material expenditure by the Providing Party to provide the same;
ii. Is reasonably required by the Receiving Party in order for it to comply with its obligations
under this Agreement or the SLA;
iii. Cannot be construed to be Confidential Information; and
iv. Is capable of being provided by the Providing Party.
(b) Further, each Party agrees to co-operate with the contractors of the other Party as reasonably
requested in order to accomplish the purposes of this Agreement.
the set off against the invoice as this could revenue recognition issues. However, the successful
bidder has to ensure that such settlement happens within a stipulated timeframe
(d) Save and except as otherwise provided for herein or as agreed between the Parties in writing,
Additional Director General of Police, PCW, Karnataka Police shall not be required to make any
payments in respect of the Services (or, without limitation to the foregoing, in respect of the Bidder
performance of any obligations under this Agreement or the SLA) other than those covered in this
Agreement. For the avoidance of doubt, it is expressly clarified that the payments shall be deemed
to include all ancillary and incidental costs and charges arising in the course of delivery of the
Services including consultancy charges, infrastructure costs, project costs, implementation and
management charges and all other related costs including taxes which are addressed in this Clause.
(a) Additional Director General of Police, PCW, Karnataka Police or its nominated agencies shall be
responsible for withholding GST and other applicable taxes as per the rules.
(b) Additional Director General of Police, PCW, Karnataka Police or its nominated agencies shall
provide Bidder with the original tax receipt of any withholding taxes paid by Additional Director
General of Police, PCW, Karnataka Police or its nominated agencies on payments under this
Agreement. The Bidder agrees to reimburse and hold Additional Director General of Police, PCW,
Karnataka Police harmless from any deficiency including penalties and interest relating to taxes
that are its responsibility under this paragraph. For purposes of this Agreement, taxes shall include
taxes incurred on transactions between and among Additional Director General of Police, PCW,
Karnataka Police and the Bidder.
(c) If, after the date of this Agreement, there is any change of rate of levy under the existing applicable
laws of India with respect to taxes and duties, which are directly payable by Additional Director
General of Police, PCW, Karnataka Police for providing the goods and services i.e. GST / service tax
or any such other applicable tax from time to time, which increase or decreases the cost incurred
by the Implementation Agency in performing the Services, then the remuneration and
reimbursable expense otherwise payable to the SI under this Agreement shall be increased or
decreased accordingly by correspondence between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified However, in case of any new or fresh
tax or levy imposed after submission of the proposal the SI shall be entitled to reimbursement on
submission of proof of payment of such tax or levy.
(d) The Parties shall cooperate to enable each Party to accurately determine its own tax liability and
to minimize such liability to the extent legally permissible. In connection therewith, the Parties
shall provide each other with the following:
In the case of deliverables that are component parts of the system, in addition to acceptance of
the component Deliverables, the System will also be subject to Acceptance in its entirety. Bidder
shall prepare and propose the test procedures, which shall be described in the Acceptance
Criteria for each Deliverable and shall be subject to agreement by Additional Director General of
Police, Police Computer Wing, Karnataka State Police.
While designing the acceptance test procedures the requirements as mentioned in the RFP need
to be adhered. The Acceptance tests and test procedures shall be sufficiently broad in scope and
rigorous so as to verify that the System and all other Deliverables meet all applicable
specifications, acceptance criteria and performance requirements, including assurance that the
In the case of the System, the Acceptance tests shall consist of unit tests, a system test, and/or
stress test. Acceptance procedures for written Deliverables (which are all Deliverables other than
Operational Deliverables) and Operational Deliverables are as follows:
i. Item Integrator may submit interim drafts of written deliverables (e.g., system designs and
documentation) to Additional Director General of Police, PCW, Karnataka Police for review. Additional
Director General of Police, PCW, Karnataka Police agrees to review each interim draft within a
reasonable period of time after receiving it from the Bidder. When the Bidder delivers a final written
Deliverable to Additional Director General of Police, PCW, Karnataka Police will have the opportunity
to review such written Deliverable for an acceptance period of seven (7) days or such other period as
is stated in the RFP or the agreed Project Plan (the “Acceptance Period”).
In all cases, Additional Director General of Police, Police Computer Wing, Karnataka State Police
obligation is to review a written deliverable within the applicable Acceptance Period will be contingent
on such written Deliverable being delivered to Additional Director General of Police, PCW, Karnataka
Police as scheduled. If and to the extent any written Deliverable is delivered earlier or later than
scheduled, the Acceptance Period for such written Deliverable shall be extended as reasonably
necessary to accommodate the availability of Additional Director General of Police, PCW, Karnataka
Police personnel responsible for reviewing such Deliverable. Similarly, if and to the extent multiple
written Deliverables are delivered to Additional Director General of Police, Police Computer Wing,
Karnataka State Police within an Acceptance Period, the Acceptance Period for all such written
Deliverables shall be extended as reasonably necessary to accommodate the availability of Additional
Director General of Police, PCW, Karnataka Police personnel responsible for reviewing them.
ii. Additional Director General of Police, PCW, Karnataka to notify the Bidder in writing by the end of
the Acceptance Period either stating that the applicable written Deliverable is accepted / rejected in
the form delivered by the Bidder or describing with reasonable particularity any deficiencies that must
be corrected prior to acceptance of such written Deliverable. If the Bidder does not receive any such
notice from Additional Director General of Police, PCW, Karnataka Police by the end of the Acceptance
Period, the Bidder shall promptly notify Additional Director General of Police, PCW, Karnataka Police
in writing that no such notice has been received. If the Bidder does not receive the required notice
within seven (7) days after Additional Director General of Police, PCW, Karnataka Police receives such
written notification from the Bidder, such written Deliverable will be deemed to be accepted by
Additional Director General of Police, Police Computer Wing, Karnataka State Police.
iii. If Additional Director General of Police, PCW, Karnataka Police delivers to the Bidder a timely notice
of rejection/deficiencies, the Bidder will correct the described deficiencies as quickly as possible and,
in any event, within ten (10) days after Additional Director General of Police, PCW, Karnataka Police
notifies the Bidder of the rejection/deficiencies (unless otherwise specified in the agreed Project Plan).
Upon receipt of a corrected written Deliverable from the Bidder, Additional Director General of Police,
PCW, Karnataka Police will have a period of seven (7) days to review the corrected written Deliverable.
ii. When the Bidder has completed an Operational Deliverable, it will deliver the Operational
Deliverable at the Installation Site (if not already there), install such Deliverable (if not already
installed), and perform an installation test reasonably acceptable to Additional Director General
of Police, PCW, Karnataka Police to verify that the Deliverable has been properly delivered and
installed. The Bidder shall notify Additional Director General of Police, PCW, Karnataka Police
when the Operational Deliverable is ‘Ready for Acceptance’, provided that, unless otherwise
agreed, such notice shall not occur prior to the successful completion by the Bidder of any
installation tests. Such notice will start the Acceptance Period, which will be fifteen (15) days or
such other period as is stated in the RFP or agreed Project Plan. As was the case with written
Deliverables, Additional Director General of Police, Police Computer Wing, Karnataka State
Police obligation is to review any Operational Deliverable within the applicable Acceptance
Period will be contingent on such Operational Deliverable being delivered to Additional Director
General of Police, Police Computer Wing, Karnataka State Police as scheduled. If and to the
extent any Operational Deliverable is delivered earlier or later than scheduled, the Acceptance
Period for such Operational Deliverable shall be extended as reasonably necessary to
accommodate the availability of the Additional Director General of Police, PCW, Karnataka Police
personnel responsible for reviewing such Operational Deliverable. Similarly, if and to the extent
multiple Operational Deliverables are delivered to Additional Director General of Police, PCW,
Karnataka Police within an Acceptance Period, the Acceptance Period for all Operational
Deliverables shall be extended as reasonably necessary to accommodate the availability of the
Additional Director General of Police, Police Computer Wing, Karnataka State Police personnel
responsible for reviewing them.
iii. Additional Director General of Police, PCW, Karnataka Police shall notify the Bidder in
writing by the end of the Acceptance Period stating that the Operational Deliverable is
accepted/rejected in the form delivered by the Bidder or describing the defects. If the Bidder
does not receive any notice of defects from Additional Director General of Police, Police
Computer Wing, Karnataka State Police by the end of the Acceptance Period, the Bidder shall
promptly notify Additional Director General of Police, PCW, Karnataka Police in writing that no
such notice was received. If Bidder does not receive a notice of defects within seven (7) days
18.3. Acceptance
(a) Additional Director General of Police, PCW, Karnataka Police shall be deemed to have accepted the
Deliverables and/or System upon the date of delivery to the Bidder by Additional Director General of
Police, PCW, Karnataka Police of a notice (the “Acceptance Notice”) to that effect.
(a) In the event that Additional Director General of Police, PCW, Karnataka Police terminates this
Agreement pursuant to failure on the part of the Bidder to comply with the conditions as
contained in this Clause and depending on the event of default, Performance Guarantee
furnished by Bidder may be forfeited.
(b) Upon termination of this Agreement, the Parties will comply with the Exit Management of this
Agreement.
(c) In the event that Additional Director General of Police, PCW, Karnataka Police or the Bidder
terminates this Agreement, the compensation will be decided in accordance with the Exit
Management Schedule of this Agreement.
(d) Additional Director General of Police, PCW, Karnataka Police agrees to pay Bidder for
• all charges for Services that Bidder provides and any Deliverables and/or system (or part thereof)
Bidder delivers through termination, and
• reimbursable expenses Bidder incurs through termination. If Additional Director General of
Police, Police Computer Wing, Karnataka State Police terminates without cause, Additional
Director General of Police, PCW, Karnataka Police also agrees to pay any applicable adjustment
expenses Bidder incurs as a result of such termination (which Bidder will take reasonable steps
to mitigate).
(e) Any and all payments under this clause shall be payable only after the Bidder has complied with
and completed the transition and exit management as per the Exit Management Plan to the
satisfaction of Additional Director General of Police, Police Computer Wing, Karnataka State
Police. In case of expiry of the Agreement, the last due payment shall be payable to the Bidder
after it has complied with and completed the transition and exit management as per the Exit
Management Plan to the satisfaction of Additional Director General of Police, Police Computer
Wing, Karnataka State Police.
(f) In the event of termination of the Contract under Clause 19, Additional Director General of Police,
PCW, Karnataka Police shall pay to the SI the following amounts:
• The Contract Price, properly attributable to the parts of the System executed by the SI as of the
date of termination;
• The costs reasonably incurred by the SI in the removal of the SI’s Equipment from the site and in
the repatriation of the SI personnel;
• Costs incurred by the SI in protecting the System and leaving the site in a clean and safe condition
pursuant to Clause 19; and
• The cost of satisfying all other obligations, commitments, and claims that the SI may in good faith
have undertaken with third parties in connection with the Contract and that are not covered by
Clause 19 (d) above.
(a) Additional Director General of Police, PCW, Karnataka Police may serve written notice on Bidder
at any time to terminate this Agreement with immediate effect in the event that the Bidder
reporting an apprehension of bankruptcy to Additional Director General of Police, Police
Computer Wing, Karnataka State Police or its nominated agencies.
19.4. Suspension
a) The Bidder shall, if ordered in writing by Additional Director General of Police, Police Computer
Wing, Karnataka State Police, temporarily suspend the performance of any services or any part
thereof under this Agreement for such specified/ ordered period and time. Additional Director
General of Police, PCW, Karnataka Police shall inform the Bidder about such suspension at least
30 days in advance. The Bidder shall not be entitled to claim compensation for any loss or damage
sustained by it by reason of such temporary suspension of the work for a continuous period of 30
days. Additional Director General of Police, PCW, Karnataka Police may consider suitable
compensation to the Bidder in event of suspension extending beyond a continuous period of 30
days. An extension of time for completion, corresponding with the delay caused by any such
suspension of the works as aforesaid shall be granted to the Bidder, if written request for the
same is made. In case the suspension of works lasts for a period of more than 3 months, the
Bidder shall have the right to request Additional Director General of Police, PCW, Karnataka Police
to pay reasonable immobilization and mobilization charges as may be consented to by Additional
Director General of Police, Police Computer Wing, Karnataka State Police.
b) In the event that Additional Director General of Police, PCW, Karnataka Police suspends the
progress of work for a period in excess of 30 days in aggregate, rendering the Bidder to extend its
performance guarantee then Additional Director General of Police, Police Computer Wing,
Karnataka State Police shall bear only the cost of extension of such bank guarantee for such
extended period restricted to the normal bank rates as applicable in the banking procedures
subject to the Bidder producing the requisite evidence from the bank concerned.
c) Additional Director General of Police, PCW, Karnataka Police may suspend this Agreement only
(i) prior to giving consent to the Bidder for purchase of goods and production licenses; and (ii)
after the Go-Live.
d) Order for Infrastructure items including Software licenses and other system software etc. shall be
placed by the Bidder only after receipt of written confirmation from Additional Director General
of Police, PCW, Karnataka Police in this regard. Additional Director General of Police, PCW,
Karnataka Police may request the Bidder for deferment of procurement of such components for
maximum period of twelve months. In such case the Bidder will be paid a predefined maintenance
cost for the application support and the team deployed. In case Additional Director General of
Police, PCW, Karnataka Police requests for deferment of procurement of infrastructure the
timelines will extend accordingly. Also, the SLA relating to infrastructure will apply from the date
Purchaser requires that Service Provider must observe the highest standards of ethics during the
execution of the contract. In pursuance of this policy, Purchaser defines, for the purpose of this
provision, the terms set forth as follows:
a) “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to
influence the action of Purchaser in contract executions.
b) "Fraudulent practice" means a mis-presentation of facts, in order to influence a procurement
process or the execution of a contract, to Purchaser, and includes collusive practice among bidders
(prior to or after Proposal submission) designed to establish Proposal prices at artificially high or
non-competitive levels and to deprive Purchaser of the benefits of free and open competition.
c) “Unfair trade practices” means supply of services different from what is ordered on, or change in
the Scope of Work specified in this RFP.
d) “Coercive Practices” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the execution of contract.
e) The Bidder represents, warrants and covenants that it has given no commitments, payments, gifts,
kickbacks, lavish or expensive entertainment, or other things of value to any employee or agent of
Additional Director General of Police, PCW, Karnataka Police in connection with this agreement
and acknowledges that the giving of any such payment, gifts, entertainment, or other things of
value is strictly in violation of Additional Director General of Police, Police Computer Wing,
Karnataka State Police standard policies and may result in cancellation of this Agreement.
If it is noticed that the Service Provider has indulged into the Corrupt / Fraudulent / Unfair /
Coercive practices, it will be a sufficient ground for Purchaser for termination of the contract and
initiate blacklisting of the vendor.
22. DATAOWNERSHIP
All the data created as the part of the project shall be owned by Purchaser. The Service Provider shall
take utmost care in maintaining security, confidentiality and backup of this data. Access to the data /
systems shall be given by the Service Provider only to the personnel working on the projects and their
names & contact details shall be shared with Purchaser in advance. Purchaser / its authorized
representative(s) shall conduct periodic / surprise security reviews and audits, to ensure the
compliance by the Service Provider to data / system security.
a) Subject to Clause 22(d) below, Bidder (the "Indemnifying Party") undertakes to indemnify
Additional Director General of Police, PCW, Karnataka Police(the "Indemnified Party") from and
against all Losses on account of bodily injury, death or damage to tangible personal property
arising in favour of any person, corporation or other entity (including the Indemnified Party)
attributable to the Indemnifying Party's negligence or wilful default in performance or non-
performance under this Agreement.
b) If the Indemnified Party promptly notifies Indemnifying Party in writing of a third-party claim
against Indemnified Party that any Service provided by the Indemnifying Party infringes a
copyright, trade secret or patents incorporated in India of any third party, Indemnifying Party will
defend such claim at its expense and will pay any costs or damages that may be finally awarded
against Indemnified Party.
c) Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of infringement
is caused by
• Indemnified Party’s misuse or modification of the Service;
• Indemnified Party’s failure to use corrections or enhancements made available by the
Indemnifying Party;
• Indemnified Party’s use of the Service in combination with any product or information not owned
or developed by Indemnifying Party;
• Indemnified Party’s distribution, marketing or use for the benefit of third parties of the Service; or
• information, direction, specification or materials provided by Indemnified Party or any third party
contracted to it. If any Service is or likely to be held to be infringing, Indemnifying Party shall at its
expense and option either
Procure the right for Indemnified Party to continue using it,
Replace it with a non-infringing equivalent,
Modify it to make it non-infringing.
The foregoing remedies constitute Indemnified Party’s sole and exclusive remedies and Indemnifying
Party’s entire liability with respect to infringement.
d) The indemnities set out in Clause 20 shall be subject to the following conditions:
(i) The Indemnified Party as promptly as practicable informs the Indemnifying Party in writing of
the claim or proceedings and provides all relevant evidence, documentary or otherwise;
(ii) The Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying Party
all reasonable assistance in the Defence of such claim including reasonable access to all
relevant information, documentation and personnel provided that the Indemnified Party may,
(a) The Bidder shall allow access to Additional Director General of Police, PCW, Karnataka Police to
all information which is in the possession or control of the Bidder and which relates to the
provision of the Services as set out in the Audit, Access and Reporting Schedule and which is
reasonably required by Additional Director General of Police, PCW, Karnataka Police to comply
with the terms of the Audit, Access and Reporting Schedule of this Agreement. Such audit rights
shall be conducted as defined by Additional Director General of Police, Police Computer Wing,
Karnataka State Police.
28. WARRANTY
27.1. Standard
(a) The SI warrants that the Project, including all the system(s), materials and goods supplied
pursuant to the Agreement, shall be free from any defect or deficiency in the material, design,
engineering, and workmanship that prevent the system and/or any of its systems(s) from
fulfilling the technical requirements or that limit in a material fashion the performance,
reliability, or extensibility of the system and/or any of its sub-system(s). Commercial warranty
provisions of products supplied under the Agreement shall apply to the extent they do not
conflict with the provisions of this Agreement.
(b) The SI also warrants that the products, materials and other goods supplied under the
Agreement are new, unused and incorporate all recent improvements in design that
materially affect the System’s or subsystem’s ability to fulfil the technical requirements
specified in the RFP.
(c) In addition, the SI warrants that all Goods components to be incorporated into the System
form part of the SI/OEM’s for current product lines.
(d) The warranty period shall commence from the date of Go Live of the project or of any major
component or subsystem for which phased Go-Live is provided for in the Agreement.
(e) If during the warranty period any defect or deficiency is found in the material, design and
performance/workmanship of the Project and other Services provided by the SI, the SI shall
promptly, in consultation and agreement with Purchaser, and at the SI’s sole cost repair,
replace, or otherwise make good (as the SI shall, at its discretion, determine) such default,
defect or deficiency as well as any damage to the system caused by such default, defect or
deficiency. Any defective component, excluding hard disks, that has been replaced by the SI
shall remain the property of the SI.
(f) The SI may, with the consent of Additional Director General of Police, Police Computer Wing,
Karnataka State Police, remove from the site any product and other goods that are defective,
if the nature of the defect, and/or any damage to the System caused by the defect, is such
that repairs cannot be expeditiously carried out at the site. If the repair, replacement, or
making good is of such a character that it may affect the efficiency of the System, Additional
Director General of Police, PCW, Karnataka Police may give the SI notice requiring that tests
of the defective part be made by the SI immediately upon completion of such remedial work,
whereupon the SI shall carry out such tests. If such part fails the tests, the SI shall carry out
further repair, replacement, or making good (as the case may be) until that part of the System
passes such tests. The tests shall be agreed upon by Additional Director General of Police,
PCW, Karnataka Police and the SI.
(a) Time is the essence of the Agreement, and the delivery dates are binding on the SI. In the event
of delay or any gross negligence in implementation of the project before Go-Live, for causes solely
attributable to the SI, in meeting the deliverables, Additional Director General of Police, Police
Computer Wing, Karnataka State Police shall be entitled at its option to recover from the SI as
agreed, liquidated damages as mentioned in RFP volume subject to a limit of 10% of the project
value. The delay must be directly attributable to Bidder’s default.
(b) The Parties agree that SLA penalties defined in the Service Level Agreement are liquidated
damages and that the deduction of any Service Credit by Additional Director General of Police,
PCW, Karnataka Police shall be its exclusive monetary remedy for failure of SI to meet the Service
Levels and is in full and final settlement of any claim which Additional Director General of Police,
Police Computer Wing, Karnataka State Police may have for Losses caused by the failure to meet
a Service Level to which a Service Credit applies, provided that this Clause shall not limit the
exercise by Additional Director General of Police, Police Computer Wing, Karnataka State Police
of its rights to terminate the Agreement for Material Breach and the associated consequences of
termination.
(c) The purchaser reserves the right to terminate the contract in case of unsatisfactory performance
at any time during the contract term with due notice of 1 month.
29.1. Personnel
(a) The personnel assigned by Bidder to perform the Services shall be employees of Bidder, and under
no circumstances shall such personnel be considered employees of Additional Director General of
Police, Police Computer Wing, Karnataka State Police. The Bidder shall have the sole responsibility
for the supervision and control of the personnel deployed in the Project and for payment of such
personnel’s compensation, including salary, withholding of income taxes and social security taxes,
worker’s compensation, employee and disability benefits and the like and shall be responsible for
all obligations of an employer subject to Applicable Law.
(b) The Bidder shall use its best efforts to ensure that sufficient Bidder personnel are assigned to
perform the Services and those personnel have appropriate qualifications to perform the Services.
After discussion with Bidder, Additional Director General of Police, Police Computer Wing, Karnataka
State Police shall have the right to require the removal or replacement of any Bidder personnel
performing work under this Agreement based on bonafide reasons. In the event that Additional
Director General of Police, PCW, Karnataka Police requests that any Bidder personnel be replaced,
the substitution of such personnel shall be accomplished pursuant to a mutually agreed upon
schedule.
(c) In the event that Additional Director General of Police, PCW, Karnataka Police and Bidder identify
any personnel of Bidder as “Key Personnel”, then the Bidder shall not remove such personnel from
the Project without the prior written consent of Additional Director General of Police, PCW,
Karnataka Police unless such removal is the result of an unavoidable circumstance including but not
limited to resignation, termination, medical leave, etc.
(d) Except as stated in this Clause, nothing in this Agreement or the SLA will limit the ability of Bidder
to freely assign or reassign its employees; provided that Bidder shall be responsible, at its expense,
for transferring all appropriate knowledge from personnel being replaced to their replacements.
Additional Director General of Police, PCW, Karnataka Police shall have the right to review and
approve Bidder’s plan for any such knowledge transfer. Bidder shall maintain the same or higher
standards for skills and professionalism among replacement personnel as in personnel being
replaced.
(e) Each Party shall be responsible for the performance of all its obligations under this Agreement or
the SLA as the case may be and shall be liable for the acts and omissions of its employees and agents
in connection therewith.
(f) Neither Party will solicit for employment or knowingly hire an employee of the other Party with
whom such Party has contact pursuant to project engagements under this Agreement. This
restriction shall not apply to employees of either Party responding to advertisements in job fairs or
news media circulated to the general public.
29.3. Sub-contractors
The bidder would not be allowed to sub-contract/ outsource work without written approval of the
department.
29.4. Assignment
(a) All terms and provisions of this Agreement shall be binding on and shall inure to the benefit of
Additional Director General of Police, PCW, Karnataka Police and their respective successors and
permitted assigns.
(b) The Bidder shall not be permitted to assign its rights and obligations under this Agreement to
any third party.
(c) Additional Director General of Police, PCW, Karnataka Police may assign or novate all or any part
of this Agreement and Annexures, and the Bidder shall be a party to such novation, to any third
party contracted to provide outsourced services to Additional Director General of Police, PCW,
Karnataka Police or any of its nominees.
29.6. Notices
(c) In relation to a notice given under the MSA / SLA, a Party shall specify the Parties’ address for
service of notices, any such notice to be copied to the Parties at the addresses set out in this
Clause.
(d) Any such notice or other document shall be deemed to have been given to the other Party (or, if
relevant, its relevant associated company) when delivered (if delivered in person) if delivered
between the hours of 10:00 am and 5:30 pm at the address of the other Party set forth above or
if sent by fax, provided the copy fax is accompanied by a confirmation of transmission, or on the
next working day thereafter if delivered outside such hours, and 7 days from the date of posting
(if by letter) or if sent by email.
(e) Either Party to this Agreement or to the SLA may change its address, telephone number, facsimile
number and nominated contact for notification purposes by giving the other reasonable prior
written notice of the new information and its effective date.
29.12. Amendment
(a) Any amendment to this Agreement shall be made by mutual written consent of all the
Parties.
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
(To include reason for change and appropriate details/specifications. Identify any attachments as
A1, A2, and A3 etc.)
Name:
Signature: Date:
Received by the SI
Name:
Signature:
Part B: Evaluation
Impact:
Deliverables:
Timetable:
Charges for Implementation:
Signature:
Approved
Rejected
Requires Further Information (as
follows, or as Attachment 1 etc.)
For ADGP Office, PCW Karnataka Police and For the Bidder
its nominated agencies
Signature Signature
Name Name
Title Title
Date Date