Request for Proposal (RFP)
DEPLOYMENT OF AI(ARTIFICIAL INTELLIGENCE)
FOR
STATE CRIME RECORDS BUREAU, RASULGARH
STATE CRIME RECORDS BUREAU, RASULGARH
PIN
E
Request for Proposal (RFP)
For
DEPLOYMENT OF AI(ARTIFICIAL INTELLIGENCE)
FOR DATA ANALYTICS
IN ODISHA POLICE
STATE CRIME RECORDS BUREAU, RASULGARHBHUBANESWAR
Address
STATE CRIME RECORDS BUREAU, RASULGARH
BHUBANESWAR,
PIN-751010, TEL-0674-2580110
Fax-0674-2587234
DEPLOYMENT OF AI(ARTIFICIAL INTELLIGENCE)
STATE CRIME RECORDS BUREAU, RASULGARH
STATE CRIME RECORDS BUREAU, RASULGARH
1
Notice Inviting Tender
No. / SCRB-CCTNS Dated
State Crime Records Bureau, the Nodal agency of Government of Odisha in the state of Odisha invites
proposals from Bidders of National and International repute (in sealed envelope), for Deployment of
AI(Artificial Intelligence) for Data Analytics in Odisha Police for Installation and Commissioning under
CCTNS Project on behalf of Department of Police, Government of Odisha State Police, as detailed in
the Scope of Work in this RFP.
The document can be downloaded from the website www.odisha.gov.in. Response to this Request for
Proposal (RFP) shall be deemed to have been done after careful study and examination of this
document with full understanding of its implications. This section provides general information about
the Issuer, important dates and addresses and the overall eligibility criteria for the parties.
Issuer
Director SCRB & Addl. DGP, Computer,
State Crime Records Bureau, Rasulgarh, BBSR.
Address for Bid Submission and Correspondence
Director SCRB & Addl. DGP, Odisha,
Rasulgarh, Bhubaneswar-751010
Tel: - 0674-2580110 Fax: - 0674-2587234
2
DISCLAIMER
The information contained in this Request for Proposal document (RFP) or subsequently provided to
Applicants, whether verbally or in documentary or any other form by or on behalf of or any of its
employees or advisers, is provided to Applicants on the terms and conditions set out in this RFP and
such other terms and conditions subject to which such information is provided.
This RFP is not an agreement or an offer by SCRB to the prospective Applicants or any other person.
The purpose of this RFP is to provide interested parties with information that may be useful to them
in the formulation of their Proposals pursuant to this RFP. This RFP includes statements, which
reflect various assumptions and assessments arrived at by SCRB in relation to the Consultancy. Such
assumptions, assessments and statements do not purport to contain all the information that each
Applicant may require. This RFP may not be appropriate for all persons, and it is not possible for
SCRB, its employees or advisers to consider the objectives, technical expertise and particular needs
of each party who reads or uses this RFP. The assumptions, assessments, statements and
information contained in this RFP, may not be complete, accurate, adequate or correct. Each
Applicant should, therefore, conduct its own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and
information contained in this RFP and obtain in dependent advice from appropriate sources.
Information provided in this RFP to the Applicants may be 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. SCRB accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
SCRB, its employees and advisers make no representation or warranty and shall have no liability to
any person including any Applicant under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may
arise from or be incurred or suffered on account of anything contained in this RFP or otherwise,
including the accuracy, adequacy, correctness, 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.
SCRB also accepts no liability of any nature whether resulting from negligence or otherwise however
caused arising from reliance of any Applicant upon the statements contained in this RFP.
SCRB may in its absolute discretion, but without being under any obligation to do so, update, amend
or supplement the information, assessment or assumption contained in this RFP.
The issue of this RFP does not imply that SCRB is bound to select an Applicant or to appoint the
Selected Applicant, as the case may be, for the Consultancy and SCRB reserves the right to reject all
or any of the Proposals without assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and submission of
its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
3
associated with any demonstrations or presentations which may be required by SCRB or any other
costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain
with the Applicant and SCRB shall not be liable in any manner whatsoever for the same or for any
other costs or other expenses incurred by an Applicant in preparation for submission of the
Proposal, regardless of the conduct or outcome of the Selection Process.
4
SHORT TENDER CALL NOTICE
Director, SCRB, Odisha, Bhubaneswar
1. Sealed Tenders are invited from competent Systems Integrators (SIs) for implementing AI, ML &
NLP based interactive platform for CCTNS for Odisha SCRB.
2. Date of Issue of Tender documents from Date. 5.7.2019 to 20.7.2019
3. Last date for receipt of sealed Tender on Date. 22.7.2019
4. Date for opening of sealed Tenders / Technical Bids on Date. 23.7.2019 in the
Office of Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
5. Date for Presentation of Solution of sealed Tenders / Technical Bids on Date. 23.7.2019 at 11.30
AM in the Office of Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
6. Date for Pilot Evaluation on Date. 23.7.2019
Office of Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
7. Date for Technical Bid Evaluation on Date. 23.7.2019 at 1.00 PM in the Office of Director, State
Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar
8. Date for Financial Evaluation on Date. 26.7.2019 at 11.30 AM.
Office of Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar
Director SCRB & Addl. D.G. of Police,
Odisha, Bhubaneswar
(Tender Calling Authority)
1. Sealed tenders are invited from competent Systems Integrators (SIs) for implementing AI, ML &
NLP based interactive search engine platform for CCTNS for Odisha Police (SCRB) during the
current financial year, 2019-20 as listed below.
2. Name of items along with detail technical Specifications, probable requirements against each
item may be seen from the Govt. of Odisha Web site i.e.
vary during indent of the items depending upon budgetary allocation.
3. The Tender Document may be obtained
(a) On payment of Rs.500/
working day from the office of the undersigned
(b) By sending a self-stamped (Rs. 80/
with a Demand Draft non A/c payee of Rs. 500/
payable at S.B.I. Industrial Estate Branch, Rasu
Director SCRB & Addl. D.G. of Police, Odisha, Bhubaneswar
(c) By downloading from Govt. of Odisha website i.e.
4. The Tender documents shall be submitted in the office of the undersigned duly signed by the
authorized signatory in each page and duly authenticated with seal in token of having red,
understood and accepted the terms and condition of the contract. How
downloaded tender documents, a non A./C payee Demand Draft of Rs.500/
hundred ) only payable at SBI, Cuttack drawn in favour of
Odisha, Bhubaneswar towards cost of Tender
otherwise than in the manner prescribed
5. Tender calling authority has the right to accept or reject the Tender(s) without assigning
any reason thereof.
6. This tender shall remain valid for 1 year from the date of finalization of approved bidder for any
of the listed items by the Purchase Committee or till the next tender floated by the indenter for
same item whichever is earlier.
7. Date of Issue of Tender documents o
8. Last date of Issue of Tender document
9. Last date for receipt of sealed Tender on
10. Date for opening of sealed Ten
of the Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
11. The concerned bidders are required to depute their representatives to remain present during
opening of the received Tenders / Technical Bid
the Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
TENDER CALL NOTICE
Director, SCRB, Odisha, Bhubaneswar
Tender Call Notice No.
Tender Document No.1
Sealed tenders are invited from competent Systems Integrators (SIs) for implementing AI, ML &
NLP based interactive search engine platform for CCTNS for Odisha Police (SCRB) during the
20 as listed below.
of items along with detail technical Specifications, probable requirements against each
item may be seen from the Govt. of Odisha Web site i.e. www.odisha.gov.in
vary during indent of the items depending upon budgetary allocation.
The Tender Document may be obtained
On payment of Rs.500/- (Rupees Five Hundred) only between 10 AM to 5 PM on each
working day from the office of the undersigned at the address given below.
stamped (Rs. 80/-) envelope of size not less than 35 cm x 25 cm along
with a Demand Draft non A/c payee of Rs. 500/- (Rupees Five Hundred) only
Industrial Estate Branch, Rasulgrh, Bhubaneswar
Director SCRB & Addl. D.G. of Police, Odisha, Bhubaneswar.
By downloading from Govt. of Odisha website i.e. www.odisha.gov.in
The Tender documents shall be submitted in the office of the undersigned duly signed by the
authorized signatory in each page and duly authenticated with seal in token of having red,
understood and accepted the terms and condition of the contract. How
downloaded tender documents, a non A./C payee Demand Draft of Rs.500/
hundred ) only payable at SBI, Cuttack drawn in favour of Director SCRB & Addl. D.G. of Police,
towards cost of Tender Document shall be enclosed. Bids submitted
than in the manner prescribed in the Tender Document shall be rejected.
Tender calling authority has the right to accept or reject the Tender(s) without assigning
der shall remain valid for 1 year from the date of finalization of approved bidder for any
of the listed items by the Purchase Committee or till the next tender floated by the indenter for
same item whichever is earlier.
Date of Issue of Tender documents on Dtd. 5.7.2019
Last date of Issue of Tender document on Dtd. 20.7.2019
ceipt of sealed Tender on Dtd.22.7.2019
Date for opening of sealed Tenders / Technical Bids on dtd. 23.7.2019 at 11.30 AM
of the Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
The concerned bidders are required to depute their representatives to remain present during
ders / Technical Bids on Dtd. 23.7.2019 at 11.30
the Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
5
Sealed tenders are invited from competent Systems Integrators (SIs) for implementing AI, ML &
NLP based interactive search engine platform for CCTNS for Odisha Police (SCRB) during the
of items along with detail technical Specifications, probable requirements against each
www.odisha.gov.in. The quantity may
(Rupees Five Hundred) only between 10 AM to 5 PM on each
at the address given below.
) envelope of size not less than 35 cm x 25 cm along
(Rupees Five Hundred) only
lgrh, Bhubaneswar drawn in favour of
www.odisha.gov.in.
The Tender documents shall be submitted in the office of the undersigned duly signed by the
authorized signatory in each page and duly authenticated with seal in token of having red,
understood and accepted the terms and condition of the contract. However in case of
downloaded tender documents, a non A./C payee Demand Draft of Rs.500/-(Rupees Five
Director SCRB & Addl. D.G. of Police,
Document shall be enclosed. Bids submitted
in the Tender Document shall be rejected.
Tender calling authority has the right to accept or reject the Tender(s) without assigning
der shall remain valid for 1 year from the date of finalization of approved bidder for any
of the listed items by the Purchase Committee or till the next tender floated by the indenter for
23.7.2019 at 11.30 AM in the Office
of the Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
The concerned bidders are required to depute their representatives to remain present during
23.7.2019 at 11.30 AM in the Office of
the Director, State Crime Records Bureau, Odisha, Rasulgarh, Bhubaneswar.
6
12. The Tenders received after the stipulated date will not be taken into consideration and liable for
rejection.
13. All disputes which may arise relating to tender are subject to judicial jurisdiction of the
competent Court at Cuttack only.
14. It is to certify that this tender document contains 41 pages.
Director SCRB & Addl. D.G. of Police,
Odisha, Bhubaneswar
(Tender Calling Authority)
7
Document No. 1
APPROX. REQUIREMENT OF ITEMS TO BE PURCHASED UNDER MPF SCHEME, 2018-19
DURING THE CURRENT FINANCIAL YEAR, 2019-20.
Sl.
No.
Name of Item Quantities to be
purchased.
1. Implementing AI, ML & NLP based search engine
platform on CCTNS
Deployment + 4 Years
O&M, Post Go-Live
Abbreviation Used
1 RFP Request for Proposal
2 SCRB State Crime Records Bureau
3 CCTNS Crime and Criminal Tracking Networks and System
4 SI System Integrator
5 AI Artificial Intelligence
6 ML Machine Language
7 NLP Natural Language Processing
8 MSME Micro, Small and Medium Enterprises
9 PSU Public Sector Undertaking
10 OEM Original Equipment Manufacturer
11 ETL Extract Test Load
12 UI User Interface
13 UX User Experience
14 ICR Intelligent Character Recognition
15 OCR Optical Character Recognition
16 AMC Annual maintenance Contract
17 SLA Service level Agreement
18 OS Operating System
19 TOR Term Of Reference
20 PDD Pervasive Developmental Disorder
8
Tender Call Notice
Document No. II
ELIGIBILITY OF BIDDER & PROPOSED SOLUTION
1. The Applicant should have a registered company in India under the Companies Act of 2013.
2. The Applicant should have a minimum of INR 200.00 Crore cumulative turnover for last 3 (three)
Financial years i.e., 2015-16, 2016-17 and 2017-18.
3. If the Applicant does not meet the revenue criteria on its own, then the total revenue of the
Applicant and its Parent company (if applicable) shall be considered. The Parent company can be
an Indian/ non-Indian entity. Documentary evidence and proof of relationship between the
Applicant and non-Indian entity should be provided and enclosed.
4. The Applicant (along with Parent company; if applicable) shall show profitable operations (Net
Profit After TAX > 0) for each of the last 3 (three) years i.e., 2015-16, 2016-17 and 2017-18; as
evidenced by the financial statements of the company compiled by the auditor.
5. The Applicant (or the Parent company, if applicable) shall be the product/ platform/ solution
owner having running business in the tendered item with good business track record. The
evidence for the same is a notarized affidavit filed with a licensed notary in the country of
operation.
6. Certifications: The Bidder should be a minimum of CMMI Level 3 Certified Company for
Implementation and Support.
7. MSME: The Applicant should be MSME certified in India
8. Blacklist: The Applicant should not be blacklisted by any Central/state Government, Ministry or
Agency for breach of Contractual Conditions as on bid calling date. The Applicant should also not
have ongoing legal cases or disputes with any Govt. / PSU body
9. The Selected Applicant shall, before signing of the Agreement, provide CVs of the qualified and
experienced personnel proposed for the deployment of the platform and migration exercise. SCRB
will examine such CVs and those not found suitable shall be replaced by the Selected Applicant
with a resume of equal or better qualifications.
9
Tender Call Notice
Document No. III
GENERAL INSTRUCTIONS & CONDITIONS FOR BIDDERS
The Applicant should submit a Power of Attorney, however, that such Power of Attorney would not be
required if the Application is signed by a partner or Director (on the Board of Directors) of the
Applicant.
Any entity which has been barred by the Central Government, any State Government, a statutory
authority or a public sector undertaking, as the case may be, from participating in any project, and the
bar subsists as on the date of the Proposal, would not be eligible to submit a Proposal either by itself
or through its Associate.
An Applicant or its Associate should have, during the last 3 (three) years, neither failed to perform on
any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Applicant or its Associate, nor been expelled from
any project or agreement nor have had any agreement terminated for breach by such Applicant or its
Associate.
1. Number of Proposals
No Applicant or its Associate shall submit more than one Application for the RFP. An Applicant
applying individually or as an Associate shall not be entitled to submit another bid either individually
or as a member of any consortium, as the case may be.
The bidder in proof of he being an OEM / Authorized Agent shall submit authenticated documentary
evidence in this regard. The proof submitted earlier in some other context shall not be treated as valid
and sufficient.
The tenders (also called bids), not submitted in prescribed format or in the prescribed manner, shall
be rejected by the Tender Committee at the risk and responsibility of the bidder.
All the information as called for in the tender document should be submitted truly clearly, legibly,
transparently, unambiguously and without the use of abbreviations. It shall be submitted in English.
All the crucial figures, like rates and amount should be written in figures followed by words in a
bracket.
There shall be no over-writing in the tender document and other papers submitted. All the additions,
alterations, deletions and cuttings should be initialed with rubber stamp (or seal) by the same person,
who signs the tender document failing so, the tender may be rejected.
All the rates and amounts shall be quoted in Indian Rupees (INR) and shall be presumed to be in Indian
Rupees unless specifically permitted to be quoted otherwise in this tender document. However, an
10
OEM located outside the country may quote its price in the Currency of the country to which he
belongs but the same shall be converted to INR at the exchange rate prevailing on the date of opening
of Tender and the same will be binding on both parties.
The rates quoted shall be valid for a period of five years counted from the last date of receipt of the
bids or submission of tenders.
11
2. Right to reject any or all Proposals
Notwithstanding anything contained in this RFP, SCRB reserves the right to accept or reject any
Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability
or any obligation for such acceptance, rejection or annulment, and without assigning any reasons
there for.
Without prejudice, SCRB reserves the right to reject any Proposal if:
(a) at any time, a material misrepresentation is made or discovered, or
(b) the Applicant does not provide, within the time specified by SCRB, the supplemental information
sought by SCRB for evaluation of the Proposal.
Misrepresentation/ improper response by the Applicant may lead to the disqualification of the
Applicant. If the Applicant is the Lead Member of a consortium, then the entire consortium may be
disqualified / rejected. If such disqualification / rejection occurs after the Proposals have been
opened and the highest ranking Applicant gets disqualified / rejected, then SCRB reserves the right
to consider the next best Applicant, or take any other measure as may be deemed fit in the sole
discretion of SCRB, including annulment of the Selection Process.
3. Tender Processing Fees
Bidder needs to pay INR 10,000 for document processing through Demand Draft in favour of
Director, SCRB, Odisha, Bhubaneswar payable at Bhubaneswar during bid submission.
4. Earnest Money Deposit (EMD)
EMD @ 5% of the quoted value needs to be submitted in form of Demand Draft/ BG/ Cheque in
the name of Director SCRB. Bhubaneswar. Payable at Bhubaneswar during bid submission.
a. Original copy of the DD should be submitted to Director SCRB Office between 03.00 PM to
05.00 PM on the last date of bid submission.
b. EMD of all unsuccessful bidders would be refunded by Director, SCRB within 60 days of the
bidder being notified as being unsuccessful.
c. EMD amount is interest free and will be refundable to the unsuccessful bidders without any
accrued interest on it.
d. The EMD may be forfeited: If a bidder withdrawal its bid during the period of bid validity. In
case of successful bidder, if the bidder fails to sign the contract in accordance with this tender.
e. The EMD should be sealed in one envelop and marked as “EMD”.
5. Proposal Preparation Cost
The Bidder shall be responsible for all costs incurred in connection with participation in the
TENDER process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/ discussions/ presentations, preparation of proposal, in
providing any additional information required by Direction SCRB to facilitate the evaluation process,
an in negotiating a definitive contract or all such activities related to the Bid process. Director SCRB
will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.
12
6. Language
The Proposal should be filled by the Bidders in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in English
language is to be duly attested by the Bidders. For purpose of interpretation of the documents, the
English translation shall govern.
7. Performance Bank Guarantee(PBG)
The Performance Bank Guarantee(PBG) amounting to 10% of the work order has to be
submitted prior to releasing of Work Order. All Charges whatsoever such as premium, Commission
etc. with respect to Performance Bank Guarantee shall be borne by the selected Bidder.
The Performance Bank Guarantee shall be valid for four years(4 years) three months(3
months) from releasing of Work Order from Director SCRB, Bhubaneswar.
8. Instruction to Bidders
1. BID Price
a. The Price schedule should include the price of goods at the site including all duties, sales
taxes and other levies if any.
b. Deviations from the specifications should be clearly brought out in the Bid under technical
compliance.
c. All prices should be in India National Rupee(INR) and foreign Bidders should comply with all
the rules and regulations of RBI, Excise and Custom at their own cost.
9. Payment Terms.
The bid will be for four years and the payment will be divided into four equal parts to spread out
expenditure and incentivize performance of the firm. The first payment will be released after testing
of the System. In the subsequent three years payments will be released on quarterly basis after
certification of performance. On completion of 4th
year the ownership of the system will be
transferred to SCRB, and the firm will be entitled to an AMC @ 10% per annum of the total cost of the
deployed AL System.
SL NO Payment Milestone Payment %
1 The trial payment will be released after testing
of the System
25% of Total payment
2 Quarterly Payment will start from 2nd
year after
rectification in 12 installments for 3 years
6.25% of total payment in each
quarter
3 After 4th
year the firm will be entitled for AMC
per annum
10% of total payment.
1. Selection Process of successful Applicant – (Technical Evaluation Phase)
The Applicants shall be evaluated on their ability to provide the deployment of search engine platform
through AI, ML & NLP for at least one of the identified milestones.
Successful commissioning of the interactive search engine platform through AI, ML & NLP accessing
CCTNS database, with performance that is equal to or greater than the workload capacity, response
13
time, and accuracy expected from the deployment.
Only the successful Applicants from the Technical Evaluation phase shall be considered for further
technical and financial evaluation. For the evaluation , the firm will be provided data on signing a
confidentiality agreement.
2. Objective of the Project / Problem Statement / Statement of Purpose
Existing CCTNS application provides the ability and features to capture data from the users using
CCTNS through various modules as per the workflow defined. However, the present CCTNS does not
have the ability to search information based on text search to provide 360-degree view from one or
more repository like CCTNS database or across database like finger print, facial recognition, court
orders, telephone logs or network view, Jail Inmates record or context based predictive search,
prediction based on data correlation from a data lake. Augmentation of search process is the vision of
the present initiative to assist the law enforcement officers. Existing CCTNS does not provide text
based/NLP search that can provide results from across multiple modules or repositories.
The envisioned platform should have the ability to consume data from CCTNS in real time and near to
real time. Must have an integrated mobile feature which allows user revise and search records while
on mobile as well. The new search engine platform shall have integrated full-text search capabilities
which allows users to search any text, phrase or wildcard search in the system, including Bio Metric
Search, Location Based Prediction and predictive recommendation based on AI. Narrative fields shall
provide spell checking feature along with recommendation on the statement based on the historical
data and context-based reference. The system must be able to demonstrate the ability to interface
electronically and submit and search records between the Law Enforcement Officer and SCRB CCTNS
database. Based on the search pattern the new search platform should also have ability to provide
alerts or notifications to the law enforcement officers based on past search criteria. Platform should
also have a self-learning capability to understand use search patterns and have a ML to improvise the
response to user search with more accuracy. The new search platform should help the Law
Enforcement Officer to minimize data capture for search that are user intensive through NLP, A & ML
algorithm and also enable self-learning capability to the CCTNS Application.
14
Tender Call Notice
Document No. IV
Scope of Project
Mandatory Technical Requirements
The Applicant must demonstrate the following platform capabilities, ready in out-of-box condition at
the time of presentation of the product.
S No
Description of the Requirement Whether offered
product fulfils the
detailed Technical
Specifications,
Kindly answer. Yes
or No only.
Offered
specifications
and details of
deviations if
any.
(Separate
paper
indicating
details in case
of major
deviations to
be attached)
1 Should be a platform or framework-based
solution and should not be a complete
bespoke development
2 Should have the ability to incorporate
search engine through AI/ML & NLP on data
across the existing CCTNS application and
also across the repository where CCTNS
could be integrated or data consolidation
might be envisioned like (Finger Print,
Forensic Reports, Prison Inmates Database,
Telco Log, Facial Recognition etc.)
3 Platform should have the ability to predict
data for each of the search across various
modules, based on past master and
transaction data.
4 Should have an intuitive Mobile & Web
Based solution with in built NLP, AI and ML.
5 Should have In Built ETL to consolidate data
from different data sources (Structured, Un
Structured and Semi Structured)
6 Should have ability to run AI/ML & NLP
across various databases irrespective of
technology or data store without limitations
7 Ability to automate the workflow of
analytics life cycle using a single interface
15
8 Ability to automatically map source
attributes with analytical data model
9 Ability to support multi tenancy
10 In-Built Cluster based architecture for data
storage and Role Based Search authorization
10 Ability to support multiple Hadoop
ecosystem for future proofing or risk
aversion. Hadoop is considered based on
the scalability of the platform and future
data size.
11 Proposed AI, ML & NLP platform should be
platform agnostic
12 Proposed platform should be built on Open
Source technology
13 Should have in-built data lake and ability to
create dynamic data lake as required
14 Platform should have the ability to
dynamically create meta data as and when
required
15 Platform should have self-serve capability
for user
16 Platform should have capability for data
streaming
17 Should have capability to run multiple AI, ML
and NLP models simultaneously in real time
18 Platform should have the ability to be
deployed on Private Cloud or On Premises
or Hybrid
16
S No
Description of the Requirement Whether offered
product fulfils the
detailed Technical
Specifications,
Kindly answer. Yes
or No only.
Offered
specifications
and details of
deviations if
any.
(Separate
paper
indicating details
in case of major
deviations to be
attached)
INTERACTIVE SEARCH PLATFORM ON CCTNS -
REQUIREMENTS SPECIFICATION
1 This section describes the requirements and scope for
the proposed interactive AI, ML & NLP based search
engine platform deployment on CCTNS. The platform
must have a 360-degree view reporting capability
based on NLP, AI & ML. Must have an integrated
mobile feature which allows user to create, revise and
search records while on mobile as well. The new
search engine platform on CCTNS system shall have
integrated full-text search capabilities which allows
users to search any text, phrase or wildcard search in
the system, including Bio Metric Search, Location Based
Prediction and predictive recommendation based on
AI. Narrative fields shall provide spell checking feature
along with recommendation on the statement based
on the historical data and context-based reference.
The platform must be able to demonstrate the ability
to interface electronically and submit and search
records between the Law Enforcement Officer and
CCTNS database. The new search engine platform on
CCTNS application should help the Law Enforcement
Officer to retrieve data based on the incidents/context
of search, through mobile and also help the officer to
reduce search time or data retrieval by using NLP, AI &
ML algorithm and also enable self-learning capability to
the CCTNS Application.
17
2 Technical specification for the CCTNS system includes
functional, performance and system administration
requirements.
A detailed specification of existing CCTNS is attached in
Annexure A.
Requirements for implementing AI, ML & NLP based
interactive search engine platform on CCTNS system
and support services associated with the
implementation of the new search engine
platform including Delivery / Implementation,
Conversion / Loading of Existing Records, Training, and
Maintenance and Operations Support services are
mentioned below.
18
TECHNICAL REQUIREMENT
3 The objective of this Tender is to implement AI, ML &
NLP based interactive search engine platform on
CCTNS system through web based and mobile app
user interface.
Goal of the initiative is to increase the utilization of
the existing CCTNS application data by correlating the
data with other data sources through better UI & UX
(Search Engine), Define and Design Intuitive
Workflow, Define User Journey and Process Screen
specific needs inline with SCRB core functions,
Creation of Data Lake and Feed into the workflow
using AI, ML & NLP.
Establish a Logical bunching of system to possibly
access through single sign on, have a rule and role-
based system.
Create a Mobile and Tablet based Apps for on field
officers to perform routines.
Using NLP, AI & ML to simplify data search across the
CCTNS application on (Web Based UI & Mobile UI)
Create a Data Lake and migrate the existing data to a
Big Data technology-based data storage to have a real
time or near to real time search capability on the
CCTNS data along with other data sources
surrounding existing CCTNS application that are useful
for the law enforcement officers.
Improve performance and reduce access and data
access / search (Data/Information) time
Provide predictive algorithm across the CCTNS
application for various scenarios.
Build an interactive search engine with better UI & UX
and simplify the data search connecting CCTNS, Finger
Print, Facial Recognition, Location Based, Jail In-Mate
Database, Forensic Database, Court Orders, Scanned
Documents converted through ICR and OCR (Un
Structured Data), Network View, Telephone Log,
19
Criminal Justice System Repository.
Should have the ability to Trigger Alert or
Notifications based on defined rule engine through
the Mobile App or Web Based Solution for the Law
Enforcement Officer to perform any relevant actions.
Have Extranet enabled ecosystem, provide end to end
change management in line with the business
requirements as per annexure A “Existing CCTNS
Application”
TECHNICAL & IMPLEMENTATION
QUALIFICATIONS FOR CCTNS
Proposals / Bids will not be accepted whose systems
do
not meet the technical requirements/user
requirements mentioned in this Tender.
4 The proposed platform should be of a technology that
must be of latest-generation and in presently
operational used for Artificial Intelligence, Machine
Learning and Natural Language Processing.
5 Newly envisioned AI, ML & NLP based interactive
search engine platform on CCTNS should have the
ability to extract all existing data from the CCTNS
and should have ability to have real time data
extraction/streaming.
6 Proposal should detail how does the proposed
system address
1. Accuracy
2. Speed
3. Ease of use
4. Upgrades
5. Updates and Up-grade by Module with in search
engine platform as required.
20
7 IMPLEMENTATION SERVICES: The bidder should
have capacity to deliver comprehensive management
and technical services for the intended
implementation of AI, ML & NLP based interactive
search engine platform
Vendor should have the capacity to handle:
1. Project Management
2. System Design/ UI & UX Recommendation &
Redesign for Browser based and mobile based app.
3. Implementation & Delivery
4. Installation & Acceptance Testing
5. Deployment of Data Lake, Extraction of Data from
existing CCTNS and other applications referred/
required by SCRB.
6.Data Conversion and Loading to data lake for
interactive s search engine environment
7.Bidder will have to submit the training schedule for
the officials to be nominated by the Department.
8.During Training all aspects for smooth functioning of
this project will be covered including
troubleshooting.
9.Operations Support and Maintenance during
warranty & AMC period.
10. Post Deployment 4 Years Support)
8
Issues to be taken into account:
1. AI, ML & NLP based interactive search engine
platform on CCTNS system support should be at least
5 years onsite.
2. Fingerprint are to be transferred to the data lake
which are presently lying with the Finger Print
Bureau, Odisha.
3. Seamless integration of data from CCTNS to Data
Lake of interactive search engine. (Uni-Directional
Real Time Integration)
4. Deployment and productionizing commitment of
complete system.
5. Training
6. Support post go live as per SLA (Refer Annexure)
21
9 AI, ML & NLP based interactive search engine platform
should feature a flexible, modular and scalable
solution with open system architecture. It must be
user friendly with the ability to scale as data size
increases. Should have the ability to store and retrieve
structure, semi-structured & un-structured data.
10 GENERAL REQUIREMENT FOR AI, ML & NLP based
interactive search engine platform
11 The platform should provide ability to run multiple
NLP/ AI, ML models, across, text, voice, image,
fingerprint and also should have capability to process
unstructured data.
12 Minimum 4 levels of security are required to access
various features of search engine based on roles and
responsibility by cluster. Central CCTNS database
Level Security - Network Level Security - Application
Level Security - System Level Security
13 Search engine platform should support composite
records and multiple subject area records. Platform
should support, Structured, Unstructured, Image,
Voice, Semi Structured Data.
14 Post deployment, the search engine platform should
have automated processes for self-learning through
various AI , ML & NLP model to give better prediction
on data as required across various search criterias.
Platform should have real-time and near to real time
prediction. Use cases may be part of the requirement
study.
15 Platform should have the ability to consolidate data
from multiple data sources of different technology
and utilize the data for NLP engine.
16 Users should be able to use the platform across any
browser and mobile with no restrictions. Solution
offered should be platform agnostic with no
dependency on any OS or Database or Infrastructure.
Should have the ability to work on cloud or on
premises.
17 The bidder should provide patches and upgrades for
the new platform at no extra cost within the
maintenance and warranty period.
22
18 New migrated CCTNS platform should have the ability
of single sign on.
19 SYSTEM ACCURACY – Bidders to provide measurable
system accuracy criteria.
20 SYSTEM RESPONSE TIME – Response time expected
through the search engine should be less than 10
seconds. Eventually as the machine learning model
matures, search time is expected to be less.
21 Response time will be the time required for the server
to search/predict the possible data to be retrieved
from the data lake and NLP and ML and display in the
mobile APP or browser.
STANDARD MODULE REQUIREMENT FOR SEARCH
ENGINE
22 Search
Search function across the platform should use NLP,
AI and ML in addition to the logic built from the
existing CCTNS platform.
23
Tender Call Notice
Document No. V
Hardware and Infrastructure Requirement
1. Hardware / Infrastructure Requirement
Bidders are requested to provide details hardware and infrastructure requirement with as much detail
possible. SCRB Odisha will provide the required Hardware & Infrastructure through its Data Centre.
2. Hardware / Infrastructure Requirement
OS License requirement should be provided by the Bidders. SCRB Odisha will provide the hardware
along with the OS requested by the successful/awarded bidder
3. Network / Firewall / Security
Bidders are required to provide detail Network, Firewall, Security infrastructure required for the
Search Engine platform to be deployed and used. SCRB Odisha will provide the required Network,
Firewall, Security infrastructure for the deployment of the search engine to the successful bidder.
4. Maintenance of Hardware / Network / Firewall / Security / OS
SCRB Odisha will manage the maintenance of Hardware / Network / Firewall / Security / OS.
All bidders are required to quote only for Search Engine Platform, Deployment, Training,
Customization if applicable and maintenance for 3 years post production with clear segregation of
pricing. L1 vendor will be based on the total price of
A. Search Engine Platform
B. Deployment
C. Training
D. Customization
E. Maintenance for 3 Years (Refer SLA Annexure)
The amounts specified in item A to E will be totaled for the evaluation. The bid will be for four years
and the payment will be divided into four equal parts to spread out expenditure and incentivize
performance of the firm. The first payment will be released after testing of the System . In the
subsequent three years payments will be released on quarterly basis after certification of
performance. On completion of 4th
year the ownership of the system will be transferred to SCRB, and
the firm will be entitled to an AMC @ 10% per annum of the total cost of the deployed AL System.
5. Dynamic response
The exact use of the AI System and future use cannot be fully comprehended and there are likelihood
of minor changes to the various user-interface to optimize performance. The vendor should factor in
requirement of modifications from the outline in the RFP during the implementation process.
24
Mandatory Technical Requirements
Tender Call Notice
Document No. VI
Evaluation & Scoring
CRITERIA FOR EVALUATION
1. Evaluation of Technical Proposals
In the first stage, the Technical Proposal will be evaluated on the basis of mandatory technical
requirements. 70% of overall weightage will be given to mandatory technical requirements.
2. Marks for Each of mandatory technical requirements.
Understanding of Scope and requirement of the project, proposed methodology and work plan,
and the experience of Key Personnel will be given 10% Weightage
10% for CCTNS Requirement with 0.5 marks each requirement.
10% weightage is given for those able to showcase a pilot of the solution within a stipulated time.
Only those Applicants whose Technical Proposals score 90% and above shall be ranked as per
score achieved by them from highest to the lowest technical score.
3. Evaluation of Financial Proposal
In the second stage, the financial evaluation will be carried out as per this Clause. Each Financial
Proposal will be assigned a financial score (SF). For financial evaluation, the total cost indicated in
the Financial Proposal (excluding Service Tax) will be considered. SCRB will determine whether the
Financial Proposals are complete, unqualified and unconditional. The cost indicated in the
Financial Proposal shall be deemed as final and reflecting the total cost of services (excluding
Service Tax).
Omissions, if any, in costing any item shall not entitle the bidder to be compensated and the
liability to fulfil its obligations as per the TOR within the total quoted price shall be that of the
bidder. The lowest Financial Proposal (FM) will be given a financial score (SF) of 100 points. The
financial scores of other proposals will be computed as follows: SF = 100 x FM/F (F = amount of
Financial Proposal)
4. Combined and Final Evaluation
Proposals will finally be ranked according to their combined technical (ST) and financial (SF) scores as
follows:
S = STx TW+ SF x FW Where, TW and FW are weights assigned to Technical Proposal and Financial
Proposal that shall be 0.8 and 0.2 respectively. The Selected Applicant shall be the Applicant having
the highest combined score. The second highest Applicant shall be kept in reserve and may be invited
in its discretion for negotiations in case the first-ranked Applicant withdraws, or fails to comply with
the requirements specified
25
Appendix-I: Technical Proposal
Form-1: Letter of Proposal
(On Applicants letter head)
(Date and Reference)
To,
Director, SCRB, Odisha, Bhubaneswar
Sub: Implementing AI, ML & NLP based interactive search engine platform for Odisha SCRB”
Dear Sir,
1. With reference to your RFP Document dated during June 2019, we, having examined all relevant
documents and understood their contents, hereby submit our Proposal for selection as
Consultant for providing “re-design implementing AI, ML & NLP based interactive search engine
platform for Odisha SCRB”. The proposal is unconditional and unqualified.
2. We acknowledge that the Authority will be relying on the information provided in the Proposal
and the documents accompanying the Proposal for selection of the Consultant, and we certify
that all information provided in the Proposal and in the Appendices is true and correct, nothing
has been omitted which renders such information misleading; and all documents accompanying
such Proposal are true copies of their respective originals.
3. This statement is made for the express purpose of appointment as the vendor for the aforesaid
Project.
4. We shall make available to the Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
5. We acknowledge the right of the Authority to reject our application without assigning any reason
or otherwise and hereby waive our right to challenge the same on any account whatsoever.
6. We certify that in the last three years, we or any of our Associates have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Applicant, nor been expelled from any
projector contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
26
7. We declare that:
(a) We have examined and have no reservations to the RFP Documents, including any
Addendum issued by the Authority;
(b) We do not have any conflict of interest in accordance with RFP Document;
(c) We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, in
respect of any tender or request for proposal issued by or any agreement entered into with
the Authority or any other public sector enterprise or any government, Central or State; and
(d) We hereby certify that we have taken steps to ensure that inconformity with the provisions
of of the RFP, no person acting for us or on our behalf will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice.
8. We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Proposal that you may receive nor to select the vendor, without incurring
any liability to the Applicants in accordance with the RFP document.
9. We declare that we are not a member of any other Consortium applying for Selection as a
Consultant.
10. We certify that in regard to matters other than security and integrity of the country, we or any of
our Associates have not been convicted by a Court of Law or indicted or adverse orders passed
by a regulatory authority which would cast a doubt on our ability to undertake the Consultancy
for the Project or which relates to a grave offence that outrages the moral sense of the
community.
11. We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates.
12. We further certify that no investigation by a regulatory authority is pending either against us or
against our Associates or against our CEO or any of our Directors/Managers/employees.
13. We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority in
connection with the selection of Consultant or in connection with the Selection Process
itself in respect of the above mentioned Project.
14. We agree and understand that the proposal is subject to the provisions of the RFP document. In
no case, shall we have any claim or right of whatsoever nature if the Consultancy for the Project
is not awarded to us or our proposal is not opened or rejected.
15. We agree to keep this offer valid for 90 (ninety) days from the PDD specified in the RFP.
27
16. A Power of Attorney in favour of the authorised signatory to sign and submit this
Proposal and documents is attached herewith in Form-4.
17. In the event of our firm being selected as the vendor, we agree to enter into an Agreement in
accordance with the form at Schedule-2 of the RFP. We agree not to seek any changes in the
aforesaid form and agree to abide by the same.
18. In the event of our firm being selected as the Consultant, we agree and undertake to provide the
consultancy services in accordance with the provisions of the RFP.
19. We have studied RFP and all other documents carefully. We understand that except to the
extent as expressly set forth in the Agreement, we shall have no claim, right or title arising out of
any documents or information provided to us by the Authority or in respect of any matter arising
out of or concerning or relating to the Selection Process including the award of Consultancy.
20. The Financial Proposal is being submitted in a separate cover. This Technical Proposal read with
the Financial Proposal shall constitute the Application which shall be binding on us.
21. A non-refundable processing fee of Rs. 10,000 (Rupees ten thousand only) in the form of
Demand Draft drawn on a scheduled bank in favour of Director, SCRB, Odisha, Bhubaneswar is
submitted along with the proposal.
22. EMD @ 5% of the quoted price in the form of Demand Draft/B.G./Cheque drawn on a scheduled
bank in favour of “Director SCRB & Addl. D.G. of Police, SCRB, Bhubaneswar” is submitted along
with the proposal.
23. We agree and undertake to abide by all the terms and conditions of the RFP Document.
In witness thereof, we submit this Proposal under and in accordance with the terms of the
RFP Document.
Yours faithfully,
(Signature, name and designation of
the authorised signatory)
(Name and seal of the Applicant/
Lead Member)
28
Form 2: Particulars of the Applicant
1.1 Title of Work: “Re-design, migration & deployment of CCTNS Platform to AI, ML, & NLP based
platform for Odisha SCRB”
1.2 State whether applying as Sole Firm or Lead Member of a consortium:
1.3 State the following:
Name of Firm :
Legal status :
Country of incorporation :
Registered address :
Year of Incorporation :
Year of commencement of business :
Principal place of business :
If Foreign Company a parent company of the
prime bidder, please provide the above details for
the foreign company.
Name, designation, address and phone numbers of Authorized Signatory of the Applicant:
Name :
Designation : Company
: Address :
Phone No. :
Fax No. :
E-mail address :
1.4 If the Applicant is Lead Member of a consortium, state the following for each of the other
Member Firms:
(i) Name of Firm:
(ii) Legal Status and country of incorporation:
(iii) Registered address and principal place of business:
29
1.5 For the Applicant, (in case of a consortium, for each Member), state the following
information:
(i) In case of non-Indian Firm, does the Firm have business presence in
India?
If so, provide the office address (es) in India.
(ii) Has the Applicant or any of the Members in case of a
consortium been penalized by any organization for poor
quality of work or breach of contract in the last five years?
(iii) Has the Applicant/or any of its Associates ever failed to complete any
work awarded to it by any public authority/entity in last five years?
(iv) Has the Applicant or any member of the consortium been blacklisted
by any Government department/Public Sector Undertaking in the last
five years?
(v) Has the Applicant or any of its Associates, in case of a consortium,
suffered bankruptcy/insolvency in the last five years?
(Signature, name and designation of the authorized signatory)
For and on behalf of
--------------------------..
30
Form 3: Statement of Legal Capacity
(To be forwarded on the letter head of the Applicant)
(Date and Reference)
To,
Director, SCRB, Odisha, Bhubaneswar
Sub: Appointment of Vendor for “Implementing AI, ML & NLP based interactive search engine
platform for Odisha SCRB”
We hereby confirm that we, the Applicant (along with other members in case of consortium,
constitution of which has been described in the Proposal*), satisfy the terms and conditions laid
down in the RFP document.
We have agreed that …………….. (insert Applicant’s name) will act as the Lead Member of our
consortium.
We have agreed that ……………... (insert individuals name) will act as our Authorised
Representative/ will act as the Authorised Representative of the consortium on our behalf and has
been duly authorized to submit our Proposal.
Further, the authorised signatory is vested with requisite powers to furnish such proposal and all
other documents, information or communication and authenticate the same.
Yours faithfully,
(Signature, name and designation
of the authorized signatory)
(Name and seal of the Applicant/
Lead Member)
*Please strike out whichever is not applicable
31
Form 4: Power of Attorney
Know all men by these presents, We, ......................................... (name of Firm and address of the
registered office) do hereby constitute, nominate, appoint and authorize Mr /
Ms........................................ son/daughter/wife and presently residing at
........................................, who is presently employed with/ retained by us and holding the position
of .................... as our true and lawful attorney (hereinafter referred to as the
’Authorised Representative’) to do in our name and on our behalf, all such acts, deeds and things as
are necessary or required in connection with or incidental to submission of our
Proposal for and selection as the vendor for providing “implementing AI, ML & NLP based interactive
search engine platform for Odisha SCRB”, for Andhra Pradesh Industrial Infrastructure Corporation
Limited (the ’Authority’) including but not limited to signing and submission of all applications,
proposals and other documents and writings, participating in meetings/conferences and providing
information/ responses to the Authority, representing us in all matters before the Authority, signing
and execution of all contracts and undertakings consequent to acceptance of our proposal and
generally dealing with the Authority in all matters in connection with or relating to or arising out of
our Proposal for the said Project and/or upon award there of to us till the entering into of the
Agreement with the Authority.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to
be done by our said Authorised Representative pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds and things done by our said Authorised
Representative in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.
IN WITNESS WHEREOF WE, ....................THE ABOVE NAMED PRINCIPALHAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS .................... DAY OF ....................,
2019
Witnesses:
1.
2. Notarised
Notes:
32
For .......................................
(Signature, name, designation and
address)
Accepted
........................................
(Signature, name, designation and
address of the Attorney)
The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required the same should be under common seal affixed in accordance with the required
procedure.
The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 100 (Rupees one
hundred) and duly notarised by a notary public.
Wherever required, the Applicant should submit for verification the extract of the charter documents
and other documents such as a resolution/power of attorney in favour of the person executing this
Power of Attorney for the delegation of power hereunder on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have to be legalised
by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Applicants from countries that have signed the
Hague Legislation Convention,1961 are not required to be legalised by the Indian Embassy if it
carries a conforming Appostille certificate.
33
Form 5: Particulars of Key Personnel
34
Form 6: Proposed Methodology and Work Plan
35
Form 10: CVs of Professional Personnel
1. Proposed Position:
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. Educational Qualifications:
6. Employment Record:
(Starting with present position, list in reverse order every employment held.)
7. List of Assignments on which the Personnel has worked
Name of the Client & Name
of the Project
Technologies used and brief
description of the project
Roles & Responsibilities
Certification:
1 I am willing to work on the Project and I will be available for entire duration of the
Project assignment as required.
2 I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes my qualifications, my experience and me.
Place.........................................
(Signature and name of the Professional
Personnel)
Notes:
(Signature and name of the authorised
signatory of the Applicant)
36
1. Use separate form for each Professional Personnel and attach experience certificates
2. The names and chronology of assignments included here should conform to the project- wise
details submitted in Form-7of Appendix-I.
3. Each page of the CV shall be signed in ink by both the Personnel concerned and by the
Authorised Representative of the Applicant firm along with the seal of the firm.
37
Form 11: Proposal for Sub-consultant(s)
1. Details of the Firm
Firm’s Name, Address and Telephone
Name and Telephone No. of the Contact
Person
Fields of Expertise
No. of Years in business in the above Fields
2. Services that are proposed to be sub contracted:
3. Person who will lead the Sub- Consultant
Name: Designation:
Telephone No: Email:
4. Details of Firm’s previous experience
Name of Work Name, address
and telephone no
of client
Total Value of
Services
Performed
Duration of
Services
Date of
Completion of
Services
1.
Note:
(Signature and name of the
authorised signatory)
1. The Proposal for Sub-Consultant shall be accompanied by the details specified in Forms
9 and 10 of Appendix ’I.
2. Use separate form for each Sub-Consultant.
38
Form 12: FINANCIAL PROPOSAL FORMAT
(To be submitted in original along with the Proposals)
To
Director, SCRB, Odisha, Bhubaneswar
Sub: Implementing AI, ML & NLP based interactive search engine platform for Odisha SCRB”
**
We, the undersigned, offer to provide the services for the work cited under subject in
accordance with your Request of Proposal dated July 2019, and our Proposal (Technical
and Financial Proposal). Our attached financial proposal is Rs. -----------(Rupees ----------- only)
inclusive of all incidental & overhead charges and applicable taxes (excluding GST). The
breakup of the proposal is as follows;
(Amount in Rupees)
Total Amount Rs.
(A+B+C+D)
Platform – Fee (A)
S No Description of Item Rate in INR Qty Value
Deployment – Fee (B)
S No Description of Item Rate in INR Qty Value
Training – Fee (C)
S No Description of Item Rate in INR Qty Value
Maintenance – Fee (D) 48 Months (Post Production – Sign Off) – Mention for Each Year by Quarter
S No Description of Item Rate in INR Qty Value
39
* During support and maintenance period (i.e., 48 months) at least 4 persons including
project manager & team leader shall be available onsite and the remaining personnel shall
be available on remote.
We agree that this offer shall remain valid for a period of 90 (ninety) days from the Proposal
Due Date or such further period as may be mutually agreed upon.
We understand that you are not bound to accept any proposal you receive.
Yours faithfully,
(Signature, name and designation
of the authorized signatory)
Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.
Signature and Seal of Bidder.
40
Model Bank Guarantee Format for furnishing EMD
Whereas ……………………………………………………(hereinafter called the “tenderer”) has submitted
their offer dated………… for the supply of ………………………………………………… (hereinafter called the
“tender”) against the purchaser’s tender enquiry No. …………… KNOW ALL MEN by these presents
that WE ……………………………………. of ……………………………… having our registered office at
…………………………… are bound unto …………………. (hereinafter called the “Purchaser) in the sum of
………………………………… for which payment will and truly to be made to the said Purchaser, the Bank
binds itself, its successors and assigns by these presents.
Sealed with the
Common Seal of the said Bank this…………… day of …………….20……
THE CONDITIONS OF THIS OBLIGATION ARE:
(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within
the period of validity of this tender.
(2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during the
period of its validity:-
a) If the tenderer fails to furnish the Performance Security for the due performance of the
contract.
b) Fails or refuses to accept/execute the contract.
WE undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both
the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force upto and including 45 days after the period of tender validity and
any demand in respect thereof should reach the Bank not later than the above date. Our
_____________________________________ branch at ____________* (Name & Address of the
____________* branch) is liable to pay the guaranteed amount depending on the filing of claim and
any part thereof under this Bank Guarantee only and only if you serve upon us at our
____________* branch a written claim or demand and received by us at our ____________* branch
on or before Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee
thereafter.
…………………………….
(Signature of the authorized officer of the Bank)
………………………………………………………….
(Name and designation of the officer)
………………………………………………………….
(Seal, name & address of the Bank and address of the Branch)
* Preferably at the headquarters of the authority competent to sanction the expenditure for
purchase of goods or at the concerned district headquarters or the State headquarters.
About CCTNS
CAS (Core Application System) is a workflow based state of art system designed for Police Stations and
Higher Offices for automation of
delivery process in real-time.
Data flow of CAS
1. IIF-1 to IIF-5 are captured in Police Stations.
2. Data regarding FIR, accused persons, Victim, place of occurrence, modus of operandi, arreste
details, property seizure, charge sheeted person details are being captured.
3. Apart from this missing person detail, un
related data are also being captured.
4. These records are synced to SDC on real time bas
5. Citizen service related records are being coming directly to SDC.
6. And also, Citizen service records are coming from SAHAYATA mobile app are stored at SDC.
System Design Diagram
Existing CCTNS Application
CAS (Core Application System) is a workflow based state of art system designed for Police Stations and
Higher Offices for automation of investigation of crimes, detection of criminals and public service
5 are captured in Police Stations.
Data regarding FIR, accused persons, Victim, place of occurrence, modus of operandi, arreste
details, property seizure, charge sheeted person details are being captured.
Apart from this missing person detail, un-identified dead body, un-natural death, accident
related data are also being captured.
These records are synced to SDC on real time basis.
Citizen service related records are being coming directly to SDC.
And also, Citizen service records are coming from SAHAYATA mobile app are stored at SDC.
41
Annexure-A
CAS (Core Application System) is a workflow based state of art system designed for Police Stations and
investigation of crimes, detection of criminals and public service
Data regarding FIR, accused persons, Victim, place of occurrence, modus of operandi, arrested
details, property seizure, charge sheeted person details are being captured.
natural death, accident
And also, Citizen service records are coming from SAHAYATA mobile app are stored at SDC.