request for proposal for selection of system …€¦ · jscl reserves the right not to proceed...
TRANSCRIPT
Jammu Smart City Ltd.
NIT No. – CEO/Smart City/2019-20/36 Dated:- 29-10-2019
BID INVITING OFFICER: - CHIEF EXECUTIVE OFFICER, JAMMU SMART CITY LIMITED.
Address: Chief Executive Officer, Jammu Smart
city Limited, C/o Office of the Deputy
Commissioner, Jammu, Wazarat Road , Jammu ,
J&K (INDIA) - 180001
Ph. No: 0191-2544366
e-mail: [email protected]
Website: www.jammusmartcity.org
REQUEST FOR PROPOSAL FOR SELECTION OF
SYSTEM INTEGRATOR TO DESIGN, SUPPLY,
IMPLEMENT, COMMISSION, OPERATE &
MANAGE THE ITMS AND Ad PANELS IN JAMMU
SMART CITY (VOLUME - 1)
1 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
1
DISCLAIMER
Jammu Smart City Proposal (SCP) was selected to implement the Area Based Development (ABD) and pan-city proposals by Government of India under Smart City Mission. Jammu SCP proposes smart solutions in ABD and pan-city, providing various smart features/ infrastructure.
Jammu Smart City Limited (JSCL) has prepared this Request for Proposal (RFP) for Selection of System Integrator for Design , Supply , Implement , Commission , Operate and Manage the ITMS and Ad Panels in Jammu city. This RFP is a detailed document which specifies terms and conditions based on which the Bidder is expected to work. JSCL has taken due care in preparation of information contained herein and believes it to be accurate. However, neither JSCL or any of its authorities or agencies nor any of their respective officers, employees, agents, or advisors give any warranty or make any representations, express or implied as to the completeness or accuracy of the information contained in this document or any information which may be provided in connection or arising out of it.
The information provided in this document is to assist the Bidder(s) preparing their proposals. However, this information is not intended to be exhaustive, and interested parties are expected to make their own inquiries to supplement and verify information in this document. The information is provided on the basis that it is non-binding on JSCL or any of its authorities or agencies, or any of their respective officers, employees, agents, or advisors. Each Bidder is advised to consider the RFP as per its understanding and capacity. The Bidders are also advised to do appropriate examination, enquiry and scrutiny of all aspects mentioned in the RFP before bidding. The Bidders are encouraged to take professional help of experts on financial, legal, technical, taxation, and any other matters/ sectors appearing in the document or specified work. The Bidders should go through the RFP in detail and bring to notice of JSCL any kind of error, misprint, inaccuracy or omission.
JSCL reserves the right not to proceed with the Project, to alter the timeline mentioned in this document, or to change the process or procedure to be applied. It also reserves the right to decline to discuss the Project further with any party submitting a proposal. No reimbursement of cost of any type will be paid to persons, entities, or consortiums submitting a proposal pursuant to this RFP.
2 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
2
Table of Contents
1. Introduction ................................................................................................................................................ 6
1.1 About the Jammu .............................................................................................................................. 6
1.2 Introduction to Jammu Smart city Project ......................................................................................... 8
1.3 Project Outcomes & Benefits .......................................................................................................... 11
1.4 RFP Format ..................................................................................................................................... 13
2. NOTICE INVITING TENDERS (NIT) ...................................................................................................... 14
3. Instruction to Bidders ........................................................................................................................... 15
3.1. General ............................................................................................................................................ 15
3.2. Bidders ............................................................................................................................................ 15
3.3. Compliant Bids/Completeness of Response ................................................................................... 16
3.4. Bidder to Inform ............................................................................................................................... 17
3.5. Bid Preparation costs ...................................................................................................................... 17
3.6. Site Visit .......................................................................................................................................... 17
3.7. Pre-bid Meeting & Clarification ........................................................................................................ 17
3.8. RFP Document Fee ......................................................................................................................... 18
3.9. Earnest Money Deposit (EMD) ....................................................................................................... 18
3.10. Bid Validity Period ........................................................................................................................... 18
3.11. Contents of Bid ................................................................................................................................ 19
3.12. Technical Bid Formats..................................................................................................................... 20
3.13. Commercial Bid Format................................................................................................................... 22
3.14. Language ........................................................................................................................................ 23
3.15. Authentication of Bids...................................................................................................................... 23
3.16. Amendment of Request for Proposal .............................................................................................. 23
3.17. Price ................................................................................................................................................ 23
3.18. Deviations and Exclusions .............................................................................................................. 24
3.19. Total Responsibility ......................................................................................................................... 24
3.20. Late Bids ......................................................................................................................................... 24
3.21. Right to Terminate the Process ....................................................................................................... 24
3.22. Non-Conforming bids ...................................................................................................................... 24
3.23. Acceptance/Rejection of Bids ......................................................................................................... 24
3.24. Confidentiality .................................................................................................................................. 25
3.25. Disqualification ................................................................................................................................ 25
3.26. Key Personnel ................................................................................................................................. 26
3.27. Fraud and Corrupt Practices ........................................................................................................... 27
3.28. Conflict of Interest ........................................................................................................................... 29
3.29. Sub-Contracting .............................................................................................................................. 29
3 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
3
3.30. Inclusion of MSMEs in Project Delivery .......................................................................................... 29
3.31. Choice of Original Equipment Manufacturer (OEM): ...................................................................... 29
3.32. Right to vary quantity....................................................................................................................... 30
3.33. Withdrawal, Substitution, and Modification of Bids ......................................................................... 30
3.34. Evaluations of Bids ......................................................................................................................... 30
3.35. Negotiation of Bids .......................................................................................................................... 31
3.36. Award of Contract ............................................................................................................................ 31
3.37. JSCL's Right to Accept any Bid and to Reject any or all Bids ........................................................ 32
3.38. Notification of Award and Signing of Agreement ............................................................................ 32
3.39. Performance Security ...................................................................................................................... 32
3.40. Advance Payment and Security ...................................................................................................... 33
3.41. Dispute Resolution .......................................................................................................................... 34
3.42. Grievance Redressal Procedure/Complaint Procedure .................................................................. 34
4. Selection Process for Bidder ............................................................................................................... 34
4.1. Opening of Bids ............................................................................................................................... 34
4.2. Preliminary Examination of Bids ..................................................................................................... 34
4.3. Clarification on Bids......................................................................................................................... 35
4.4. Evaluation Process .......................................................................................................................... 35
4.5. Original Equipment Manufacturer’s (OEM) Eligibility Criteria ......................................................... 36
4.6. Bidder Eligibility Criteria .................................................................................................................. 37
4.7. Technical Eligibility Criteria – Part A (OEM) ................................................................................... 37
4.8. Technical Eligibility Criteria – Part B (System Integrator) ............................................................... 41
4.9. Make/ Model and MAF requirement List: ........................................................................................ 44
4.10. Technical Evaluation Criteria .......................................................................................................... 44
5. Warranty & Maintenance ...................................................................................................................... 50
6. Annexure 1: Details of Bidder .............................................................................................................. 51
7. Annexure 2 – Template for Pre-Bid Queries ....................................................................................... 52
8. Annexure 3 – Formats for Submission of the Pre-Qualification Bid ............................................... 53
8.1. Annexure 3 – Formats for Submission of the Qualification Bid .................................................. 53
Technical Qualification bid checklist – Part A (OEM) ......................................................................... 53
Technical Qualification bid checklist – Part B (System Integrator) .................................................... 56
8.2. Pre-Qualification Bid Covering Letter ........................................................................................... 59
8.3. Company profile ............................................................................................................................. 61
8.4. Declaration of Non-Blacklisting ..................................................................................................... 62
8.5. No Deviation Certificate ................................................................................................................. 63
8.6. Total Responsibility Certificate ..................................................................................................... 64
8.7. Self-certificate for Project execution experience (In Bidding Entity’s Letter Head) .................. 65
9. Annexure 4: Non-Disclosure Agreement ............................................................................................ 66
4 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
4
9.1. Definitions ....................................................................................................................................... 66
9.2. Interpretation .................................................................................................................................. 67
9.3. Measurements and Arithmetic Conventions ................................................................................ 67
9.4. Ambiguities within Agreement ...................................................................................................... 67
9.5. Priority of agreements ................................................................................................................... 68
9.6. Term ................................................................................................................................................ 68
9.7. Scope of the Agreement................................................................................................................ 68
9.8. Obligations of the Receiving Party ............................................................................................... 68
9.9. Exceptions to Confidential Information ........................................................................................ 69
9.10. Ownership of The Confidential Information ................................................................................. 70
9.11. Dispute Resolution ......................................................................................................................... 70
9.12. Variation .......................................................................................................................................... 71
9.13. Waiver ............................................................................................................................................. 71
9.14. Exclusion Of Implied Warranties .................................................................................................. 72
9.15. Entire Agreement ........................................................................................................................... 72
9.16. Severability ..................................................................................................................................... 72
9.17. No Partnership ............................................................................................................................... 72
9.18. Third Parties ................................................................................................................................... 72
9.19. Successors And Assigns ............................................................................................................... 72
9.20. Notices ............................................................................................................................................ 72
9.21. Language ........................................................................................................................................ 73
9.22. Counterparts ................................................................................................................................... 73
9.23. Mitigation ........................................................................................................................................ 73
9.24. Removal Of Difficulties .................................................................................................................. 73
10. Annexure 5 - Consortium Agreement ................................................................................................. 75
11. Annexure 6 - Format for Power of Attorney to Authorized Signatory ............................................. 77
12. Annexure 7 - Format for Power of Attorney for Lead bidder of Consortium .................................................. 78
13. Annexure 8 – Formats for Submission of the Technical Bid .......................................................................... 80
13.1. Technical Bid Check-List ............................................................................................................... 80
13.2. Technical Bid Covering Letter ....................................................................................................... 81
13.3. Credential Summary ...................................................................................................................... 83
13.4. Overview of Proposed Solution .................................................................................................... 84
13.5. Details of Resources proposed..................................................................................................... 89
13.6. Curriculum Vitae (CV) of Team Members .................................................................................... 90
14. Annexure 9 - Detailed Tasks Assigned......................................................................................................... 91
15. Annexure 10 - Relevant Work Undertaken that Best Illustrates the experience as required for the Role)....... 91
16. Annexure 11 - Proposed Bill of Material (Technical Bid) .............................................................................. 92
17. Annexure 12 – Formats for Submission of the Commercial Bid (will be given in online portal) ...................... 98
5 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
5
18. Annexure 13 - Payment Terms & Payment Schedule ................................................................................. 101
19. Annexure 14 - Bank Guarantee for Earnest Money Deposit and Change Control Note ................................ 102
20. Annexure 15 - Illustrative Manufacturers'/Producers’ Authorization Form ................................................. 106
21. Annexure 16 - Performance Bank Guarantee ............................................................................................ 108
22. Appendix 17: - Format for Evidence of Access to or Availability of Credit Facilities ..................................... 110
23. Appendix 18: - Affidavit Regarding Abandoned Works and Undertaking ................................................. 111
24. Appendix 19:- Statement of Ethical Conduct, Fraud and Corruption ........................................................... 112
25. Appendix 20: - Bank Guarantee For Advance Payment / Mobilisation Advance .......................................... 113
26. Appendix 21: Letter of Acceptance ........................................................................................................... 115
27. Annexure 22: Agreement Form ............................................................................................................... 116
28. Annexure 23:- Completion Certificate ...................................................................................................... 117
6 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
6
1. Introduction
1.1 About the Jammu
Jammu, popularly known as the city of Temples, is the winter capital of the state. As per the census
of 2011 the population of the city was 502197. The city is spread over an area of 167 sq km. The city
is connected through northern railways from Punjab (Pathankot). It is connected with the rest of
India through National Highway 44.
An airport is in the city of Jammu. The city of Jammu is Geographically located 32.73◦ N 74.87◦ E. The
city is located at an average elevation of 300m (980ft.) above MSL. The city being the district head
quarter is well connected to other districts of the state through road network and some districts like
Kathua, Udhampur, Reasi through rail network also. It is connected to Srinagar (Summer capital of
the state) by air.
Jammu, the city of temples and winter capital of Jammu and Kashmir is located on the banks of river
Tawi. Area of Jammu lies between 32°38’15” and 32°48’00” North Latitude and between 74°47’18”
and 74°50’05” East longitude. Its elevation varies from 280-400 MSL. The old city is confined to the
right bank of river Tawi on a raised hillock and later expanded to its east, south and west sides on
plains alone the major roads. The NH-44A passes through the city.
Jammu is located about 585kms to the North-west of Delhi the national capital on national highway
NH-44A. It is 295 kms south of Srinagar, the summer capital of Jammu and Kashmir state. Jammu is
the northernmost railway head and is well connected with all major cities. It is also well connected
by air with Srinagar, Leh, Delhi, Jaipur, Mumbai, Pune, Chandigarh. Due to its location it assumes
importance on the linkage to Kashmir, Ladakh, Doda, Rajouri and Poonch. Jammu is also well
connected by road and rail to the major cities of Punjab, Himachal Pradesh.
Jammu city’s topography is characterized by the innumerable natural drainage channels or seasonal
rivers dominating its landscape. Since the city exists in the foothills of Himalayas on east side, the
conglomerate of small boulders with silt often gets carried away by the incessant rains causing heavy
damage to the services and infrastructure.
7 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
7
Besides, there are extensive forest areas which hold significant importance for the city environment.
The old Jammu city, Jani put, Roop Nagar, Bathindi, Sunjwan, Chowdi falls in the outer Shivalik
whereas Jewel Chowk, Talab Tillo Bohri, Gandhi Nagar, Shastri Nagar, Trikuta Nagar falls in the outer
plains of Jammu. The nallahs and khads are formed as natural drainage of Jammu city. All the nallahs
and khads flow from Shivalik hills to outer plains and finally joins the Tawi river.
Due to rapid urban growth, hill slopes as well as forests have been encroached with serious
implications on the ecologically fragile areas. The drainage channels have fallen prey to the
accelerated urban growth for there has been no standardized regulations provided in the Master
Plan-2021 to regulate development in their vicinity.
The climate of Jammu varies between tropical and Monsoon type. Temperature varies from 30°C to
44°C in summer season (mid-April to mid-September) and ranges between 27°C to 13°C (from mid-
September to mid-April). Highest recorded temperature was 47.5°C in month of June 1972 and
lowest was 2.3°C on 16 January 1974. Humidity ranges 50% to 81% recorded during the month of
June, July, August and September. Jammu Experiences high humidity in the months of July, August
and September and dry hot season during May and June.
8 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
8
1.2 Introduction to Jammu Smart city Project
The objective of Smart City Mission is to Promote Cities to provide core infrastructure and to give a
decent quality of life to its citizens, a clean & sustainable environment with application of ‘smart’
solutions. The focus is on sustainable and inclusive development and the idea is to look at compact
areas, create a replicable model which will act like a light house to other aspiring cities. The Smart City
Mission of Government of India is meant to set examples that can be replicated both within and
outside the city.
The purpose of Smart City Mission (SCM) is also to drive economic growth and improve quality of life
of people by enabling local area development and harnessing technology; especially that leads to
Smart outcomes. Area based development (retrofit and redevelop) will transform existing areas
including slums into better planned ones thereby improving liveability of the whole city. Application
9 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
9
of Smart solutions will enable Cities to use technology, information and data to improve infrastructure
and services. Comprehensive development in this way will improve quality of life, create employment
and enhance income for all, especially the poor and the disadvantaged, leading to creation of inclusive
Cities.
The key objective of this project is to establish an extendable collaborative framework where input
from different functional departments such as Jammu City Administration (Jammu Municipal
Corporation - JSCL), Transport, Traffic, Police etc. can be assimilated and analyzed on a single platform;
resulting in aggregated city level information. Further this aggregate city level information should be
converted to actionable intelligence, which would be propagated to relevant stakeholders and
citizens.
The Jammu City administration intends to use applications for monitoring and/or operating the Smart
city services terminating onto these applications. While each agency delivering, their respective
solutions will have their own operations applications individually, the true value of Smart City is
delivered when there is a consolidated and integrated view of all these operations for the
administrators.
Also, when one agency application can use the data and intelligence gathered from operations of
other agency, not necessarily controlling other agencies operations; Civic Services are delivered with
lot more efficiency and in an informed fashion.
Expectations from SI is to provide, deploy and configure a comprehensive ITMS solution, fully
integrated operations and dashboard and integrated with the existing ATCS solution already
implemented in Jammu.
A part of ICCC (henceforth referred to as ICCC) will be established for Jammu smart city to run ITMS
operations. Citizens will be using ICT as backbone and seamless integration will be completed with all
the required & existing ICT systems / Smart components of Jammu smart city initiatives. ICCC will be
a place where information from various departmental applications will be collected and analyzed for
better planning of the city.
10 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
10
ICCC will have Business Intelligence engine which will process all the information and generate
insights. These insights will be helpful in managing incidents across the city and do a better planning
for development. ICCC will also play a role of decision support system.
ICCC will be scalable to host more applications and services in future for managing city more
effectively. ICCC will manage utilities of the entire city, eventually. Following are the intangibles that
should be addressed by this intervention:
• Efficient traffic management
• Disaster Management and Emergency Response System
• Enhanced safety and security
• Asset Management
• Coordinated decision making
• Implementation with following services in the city (existing/Current and future planned
infrastructure with provision for future scalability)
✓ Integrated Command and Control Centre
✓ Data Centre/ DR
✓ City Safety, Security & Surveillance
✓ Transit Management System
✓ Intelligent Traffic Management System
✓ Environmental Sensors
✓ GIS asset Mapping
✓ Public Address System
✓ Governance and Citizen Services
The other objectives that can be achieved by proposed ICT interventions in the city are:
• Effective detection and monitoring of traffic violations thus real time traffic enforcement
(reduces offences of Red-Light violations and over speeding)
• Effective surveillance helps in enforcing law and order and crime prevention (reduction in
number of criminal and unlawful activities)
11 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
11
• Reduces number of traffic rule violations, illegal parking, encroachments etc. with the help
of continuous surveillance
• Prompt emergency response by Police and City Administration in cases of accidents, fires,
disasters, epidemics, etc. due to availability of real time data and response mechanisms
• Delivering effective governance by aggregating various data feeds from sensors and systems
• Reduction in waiting period at intersection by optimizing traffic cycles to regulate and
maintain smooth flow of traffic to enhance the efficiency of the transport infrastructure and
reduce travel time.
• Ensuring safety and crowd surveillance. The central command and control will also ensure
efficient continued working of the field equipment
• Public Address System (voice) will enable civic bodies to respond / communicate effectively
while dealing with emergencies
• Variable messaging displays (Advertisement Panels) will be used to display the useful
information related to Traffic congestion, accidents, incidents, ongoing roadwork zones,
speed limits, key notices or messages from city administration
1.3 Project Outcomes & Benefits
The project once implemented shall benefit all the stakeholders. The envisaged key benefits to the
City Administration and Citizen are as under:
City Administration • The implementation of Pan City interventions will ensure
efficient traffic management, as well as safety and crowd
surveillance.
• The central command and control will ensure efficient
continued working of the field equipment
• Continuous surveillance would help in reduction in
number of criminal and unlawful activities, number of
traffic rule violations, illegal parking, encroachments etc.
• Prompt emergency response in cases of accidents, fires,
disasters, epidemics, etc. due to availability of real time
data and response mechanisms
12 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
12
• To lower the costs by adopting a centralized architecture,
enabling the platform to be administered and supported
from one location
• Instant MIS reports for planning, budgeting, monitoring &
evaluation
• Instant identification of delay points enabling prompt
administrative action
• Facilitate cross-department collaboration with the help of
online systems in compliance with various standard
operating procedures will bring transparency in city
administration
Citizens • Better city planning and development
• Services delivered to citizens, faster, and at a lower
operating expense
• Local economic development
• Citizens will also be able to have access to efficient, safe &
reliable Urban Transport System
• Improve communication between government
administrators and citizens by building an interactive Web
portal to disseminate information and submit grievances
13 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
13
1.4 RFP Format
The intent of this RFP is to invite bids from the Bidders for implementation of an integrated solution
for the Jammu Smart city Limited
The Request for Proposal (RFP) consists of three volumes viz.
1.4.1 RFP Volume 1: Invitation for Bids, Instruction to Bidders and Selection process for Bidder
Volume 1 details the instructions with respect to the bid process management, technical
evaluation framework, and the technical & financial forms.
1.4.2 RFP Volume 2: Scope of work including Functional & Technical Specifications
Volume 2 of the RFP provides information regarding the Project Implementation Plan,
business requirements/applications to be covered and corresponding process related
documentation, scope of work for the selected bidder and functional requirements.
1.4.3 RFP Volume 3: General Conditions of Contract, Special Conditions of contract, Contract Data,
Master Service Agreement & Service level Agreement.
Volume 3 contains the contractual, legal terms & conditions applicable for the proposed
engagement.
14 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
14
2. NOTICE INVITING TENDERS (NIT)
NIT No : CEO/Smartcity/2019-20/36 Dated : 29-10-2019
1. The Chief Executive Officer, Jammu Smart City Limited, on behalf of Governor of Jammu
& Kashmir invites bids from eligible bidders registered with the State Governments and with
Government of India.
Name & Address of JSCL Chief Executive Officer
Jammu Smart City Limited, Jammu, Jammu & Kashmir, INDIA C/o Office of the Deputy Commissioner, Wazarat road, Jammu
Subject Matter of Procurement Notice inviting Online Bids for Selection of System Integrator for Design , Supply , Implement , Commission , Operate and Manage the ITMS and Ad Panels in Jammu Smart City.
Approx. value of the Project INR-7434/- lakhs
Period of Completion 09 months construction & 36 months Operation & Maintenance
Bid Document Fee INR -10,000/-
Period of on-line availability of Bid
Documents (Start Date/ End Date)
From: 29-10-2019, 11.00 AM
To: 26-11-2019, 11.00AM
Date and time for Pre-bid Meeting Date/ Time: 08-11-2019 , 3.00PM Place: Office of the CEO, Jammu Smart City Limited, Jammu C/o Office of the Deputy Commissioner, Wazarat road, Jammu
Manner, Start Date for
submission of Bids
Manner: Online on e-Procurement website http://jktenders.gov.in
Start Date & Time: 30-10-2019, 11.00AM
End Date for submission of Bids End Date & Time: 29-11-2019, 11.00AM
Date and Time of submission of Hard copies of Bids
Start Date & Time: 30-10-2019, 11.00AM
End Date & Time: 29-11-2019, 11.00AM
Amount of Bid Security/ Earnest
Money Deposit
INR - 100 Lakhs
Date and Time of opening of Technical
Bid
Date & Time: 29-11-2019, 03.00PM
Date and Time of opening of
Financial Bid
Will be intimated later to the Technically qualified bidders
15 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
15
3. Instruction to Bidders 3.1. General
a) While every effort has been made to provide comprehensive and accurate background
information, requirements and envisaged solution(s) specifications, Bidders must form their
own conclusions about the solution(s) needed to meet the Authority’s requirements. Bidders
and recipients of this RFP may wish to consult their own legal advisers in relation to this RFP.
b) All the information supplied by Bidders as part of their bids in response to this RFP, may be
treated as contractually binding on the Bidders, on successful award of the assignment by the
Authority on the basis of this RFP.
c) No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of Authority. Any notification of preferred
bidder status by Authority shall not give rise to any enforceable rights by the Bidder. Authority
may cancel this public procurement at any time prior to a formal written contract being
executed by or on behalf of Authority.
d) Bids shall be received by the Authority on the e-Procurement portal https://jktenders.gov.in
before the time and date specified in the schedule of the tender notice. In the event the specific
date for the submission of the tender offer is declared a public holiday by the Government of
Jammu and Kashmir, the offers will be deemed to have been received the next working day in
the same appointed time.
e) The Authority may, at its discretion, extend this deadline for submission of offers by issuing
corrigendum and uploading the same on e-Procurement portal.
f) Telex, cable or facsimile offers will be rejected.
3.2. Bidders
Language
• This Bid Document has been issued in English language • Bids shall be submitted in English • All correspondence exchange shall be in English language
16 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
16
Bidder • Bidders can submit as a sole Bidder or as consortium
• Both Sole Bidder / Consortium shall would be scrutinized through the
prescribed Pre-Qualifications, Technical Evaluation & final techno-
commercial Stage. Only upon successfully complying with all the stages the
bids would be scrutinized for next stage of evaluation.
In case of Consortium Bids
• Maximum of 3 entities are allowed for forming a consortium bid. Out of
the 3 entities one of them would act as Lead Bidder and remaining entities
would act as consortium members in the shape of JV/association.
• Consortium bid needs to submit Consortium agreement, which shall
articulate the terms of agreement, laid among the entities of the
consortium.
• The list of entities in the consortium needs to be declared, Consortium
members cannot be changed during the project period.
• The Sole bidder / Consortium shall be jointly & severally liable under this
RFP for the complete scope of the project
• The Lead Bidder shall be authorized by the consortium members for
o The management of all consortium members
o To incur liabilities and receive instructions for and on behalf of any
and all consortium members.
o Entire execution of the Contract, receipt of payments etc. on behalf
of consortium in the account specified by the bidder in the contract
agreement.
o Ensuring that all the bid compliances mentioned in the bid are
met by the consortium members failing which bid can be
disqualified.
3.3. Compliant Bids/Completeness of Response
a. Bidders are advised to study all instructions, forms, terms, requirements and other information
in the RFP documents carefully. Submission of the bid shall be deemed to have been done after
careful study and examination of the RFP document with full understanding of its implications.
17 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
17
b. Failure to comply with the requirements of this paragraph may render the bid non- compliant
and the Bid may be rejected. Bidders must:
i. Include all documentation specified in this RFP, in the bid.
ii. Follow the format of this RFP while preparing the bid and respond to each element in the
order as set out in this RFP.
iii. Comply with all requirements as set out within this RFP.
3.4. Bidder to Inform
The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service
Levels, Specifications, and Schedules of this RFP. If bidder has any doubts/clarifications as to the
meaning of any portion of the Conditions or the specifications they shall, before the last date for
Submission of Pre-Bid Queries, set forth the particulars thereof and submit them to CEO, Jammu
Smart City Limited (JSCL) in writing in order that such doubt may be removed or clarifications are
provided.
3.5. Bid Preparation costs
The Bidder shall bear all costs associated with the preparation and submission of its bid, for the
purposes of clarification of the bid, if so desired by the JSCL
3.6. Site Visit
a. The Bidder may wish to visit and examine the site or sites and obtain for itself, at its own
responsibility and risk, all information that may be necessary for preparing the bid and
entering into the Contract. The costs of visiting the site or sites shall be at the Bidder’s
own expense.
b. The JSCL upon request from any bidder will arrange for site visit of its personnel or agents
to gain access to the relevant site or sites, provided that the Bidder gives the JSCL
adequate notice of a proposed visit of at least 7 (seven) days. Failure of a Bidder to make
a site visit will not be a cause for its disqualification.
c. No site visits shall be arranged or scheduled after the deadline for the submission of the
Bids..
3.7. Pre-bid Meeting & Clarification
Bidders Queries
Any clarification regarding the RFP document and any other item related to this project can be
submitted to JSCL as per the submission mode and timelines mentioned in the Bid Data Sheet. The
18 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
18
pre-bid queries should be submitted in excel sheet format, along with name and details of the
organization submitting the queries.
JSCL shall not be responsible for ensuring that the bidders’ queries have been received by them. Any
requests for clarifications post the indicated date and time shall not be entertained by JSCL
Bidders must submit their queries as per the format mentioned in Section5 Annexure 1 – Template
for Pre-Bid Queries.
Since this project involves the integration of several components and each component is offered by
several OEMs, only the authorised representatives of the system integrators shall be allowed to
participate in the pre-bid meeting. OEMs shall not be allowed to participate in the pre-bid meeting.
Before the pre-bid meeting, system integrators are advised to give the names and designations of
their employees who will attend the Pre-bid meeting; JSCL will provide a confirmation for the list of
attendees. The attendees are required to carry authorisation letter and their ID card issued by the
system Integrator along with the confirmation mail given by the JSCL.
3.8. RFP Document Fee
RFP can be downloaded free from the website URL mentioned in the Instructions to Bidders. The fee
can be paid in the shape of Demand Draft in favour of CEO, Jammu Smart City Limited payable at
Jammu.
3.9. Earnest Money Deposit (EMD) EMD of INR 100 Lakhs (Indian Rupees One Hundred Lakhs only) shall be either through a Bank
Guarantee or Demand Draft from a scheduled bank in India. No exemption for submitting the EMD
will be given to any agency. Bid security in any other form will not be entertained.
For Unsuccessful bidders: The bid security of all unsuccessful bidders would be refunded without
interest by JSCL on finalization of the bid in all respects by the successful bidder.
For Successful bidders: The bid security, for the amount mentioned above, of successful bidder would
be returned without interest upon submission of Performance Bank Guarantee by the successful
bidder.
In case bid is submitted without the bid security then JSCL shall reject the bid without providing
opportunity for any further correspondence to the bidder concerned.
The EMD may be forfeited in any of the following circumstances:
a. If a bidder withdraws its bid during the period of bid validity.
b. In case of a successful bidder, if the bidder fails to submit the performance bank guarantee
and/or sign the contract in accordance with this RFP.
3.10. Bid Validity Period Bid shall remain valid for the time period mentioned in the Instructions to Bidders ( ITB ).
19 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
19
On completion of the validity period, unless the Bidder withdraws his bid in writing, it will be deemed
to be valid until such time that the Bidder formally (in writing) withdraws his bid.
3.11. Contents of Bid
The two bids system shall be followed. Technical and Commercial Offers shall be uploaded separately
through the online portal.
a. Please note that Prices should NOT be indicated in the Technical Bid but should only be
indicated in the Commercial Bid in the online portal. In case any commercial figures are
mentioned in other than commercial bid document then such bid is subject to rejection.
b. All the pages of the bid must be sequentially numbered. The bid documents must contain in the
beginning of the document, a list of contents with page numbers. Any deficiency in the
documentation may result in the rejection of the Bid.
c. The original bid shall be prepared in indelible ink. It shall contain no interlineations or
overwriting, except as necessary to correct errors made by the Bidder itself. Any such
corrections must be initialed by the person (or persons) who sign(s) the bids.
d. All pages of the bid shall be initialed and stamped by the person (or persons) who sign the bid.
e. Failure to submit the bid by deadline specified in the Bid Data Sheet would cause a bid to be
rejected.
f. JSCL will not accept delivery of bid by fax, e-mail or in person.
Bid Submission Details
Bids need to be submitted Online only. Two Hard copies of the online technical bids must be
submitted in sealed cover in the office of CEO, JSCL as specified in the instructions for Bidders.
In case any of the format is not submitted as per the date and time defined in the Bid Data
sheet, the bid shall be disqualified.
In case of any difference in online and offline submission, online submission shall prevail.
Two Cover Bid System Bidders should examine all Instructions, Scope of Work and Terms and Conditions as given in
the Tender document. The tender should be submitted in two parts viz Technical Bid and Price
Bid.
Technical Proposal (Cover A)
a) Technical Proposal shall include both Prequalification & Technical Qualifications
b) The Technical proposal as per the formats(3.12.1 &3.12.2) given in the Tender document
shall be typed, signed and stamped in all pages by the bidder or Authorized Signatory of
the bidder. Any alterations, deletions or overwriting shall be attested with full signature of
the bidder or Authorized Signatory of the bidder.
c) The supporting documents and other documents as given in the Pre-Qualification
&Technical Evaluation Criteria should be submitted in the Technical Proposal.
20 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
20
d) The Technical Proposal shall not contain any indications of the Price whether directly or
indirectly otherwise the Bid will be summarily rejected.
e) Scanned copies of the same shall be uploaded in the tender portal – Bid Schedule
f) Scanned copy of EMD should be submitted in the Online Portal and original shall be
submitted in the Cover A
Price Bid a) To be submitted online only
b) All the Price items as per the format given in this RFP document shall be neatly typed,
signed and stamped in all the pages by the bidder or Authorized Signatory of the bidder.
Any alterations, deletions or overwriting shall be attested with full signature of the bidder
or Authorized Signatory. Only a single price should be quoted for each Price Bid item. The
Bid is liable for rejection if Price Bid contains variation clause or conditional offers or partial
offers.
c) The Price Bid shall be placed in a separate cover and sealed appropriately. The Price Bid
cover (Envelope-B) shall be super scribed as “name of RFP”. The “FROM” address and “TO”
address shall be written legibly.
d) Summary of Cost shall be entered in the template given in Price Bid of the online portal
Outer Cover (Cover B)
This Includes original Demand Draft for Tender Document fee,Technical Bid (Cover A) and
Earnest Money Deposit
The outer cover shall be super scribed as “ITMS with Ad Panels”. The “FROM” address and “TO”
address shall be written legibly.
3.12. Technical Bid Formats
S.NO. Section Heading Details
1. Technical Qualification checklist As per format provided in section 6.1 &11.1
2. Bid Covering Letter
As per format provided in section 6.2 &11.2
3. Company Profile Details as per Section 8.3 (A, B and C)
4. No Deviation Certificate As per format provided in section 6.5
5. Total responsibility Certificate
As per format in 6.6
6.
Non-Disclosure Agreement
NDA as per format in Section 7 (Annexure 3)
7. About Bidder (Company
Profile)
As per format provided in section 6.3 Company profile of this Volume of the RFP
21 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
21
12.
Bidder Certifications
Copies of valid certificates in the name of the sole
bidder or the Lead bidder in case of a Consortium As
per Pre-qualification criteria – Sl # 4in section
6.1.2
13. EMD Bank Guarantee as per Section 15 Annexure 13 - Bank
Guarantee for Earnest Money Deposit
14.
Power of Attorney
Documentary evidence as per format provided in
Section 9 (Annexure 5 - Format for Power of
Attorney to Authorize Signatory and Annexure 5 -
Format for Power of Attorney for Lead bidder of
Consortium)
15. Approach & Methodology Details as required in Technical Evaluation
Criteria 11.4
8.
Sole-Bidder/Consortium Agreement
• Certificate of Incorporation / Registration
under companies Act, 1956/2013 or any
suitable Act abroad as per Section 6.3 (B)
• Consortium agreement clearly stating the
roles and responsibilities of each member
As per Pre-qualification criteria – in section 8 (Annexure 4)
9.
Annual Turnover
Certificate from the Statutory auditor / CA clearly
specifying the annual turnover for the specified
years
As per Pre-qualification criteria – Sl # 3 in section
6.1.2
10.
Prior Project Experience
Bidder/Consortium from
relevant scope of the RFP
Work Order / Copy of Contract & Client Certificate
as Proof of the projects undertaken As per Pre-
qualification criteria – Sl # 5 in section
6.1.2 Project citation as per format provided in
Bidder’s Experience - Client Citations in section
11.3 and
supporting documentary evidences and Self- Certifications.
11.
Undertaking for non-
blacklisting clause
Undertaking by the authorized signatory as per
format
As per Pre-qualification criteria – Sl # 5 in section
6.1.1 & Sec 6.4
22 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
22
16. Solution Proposal Details as required in Technical Evaluation Criteria 11.1
Please refer to Structure of Proposed Solution 11.4
17. Project/credential summary As per format provided in Credential Summary in
Section 11.3
18.
Project Plan and Resources
• Project plan as per format provided in Project
Plan in Section 11.4.2
• Manpower Plan as per format provided in
Manpower Plan in Section 11.4.3 I & II
• Summary of resources as per format provided in
Summary of Resources proposed in Section
11.5.1
• CV of resources as per format provided in
Curriculum Vitae (CV) of Team Members in
Section 11.6 19. Manufacturers'/Producers’
Authorization Form As per format provided in section 18 (Annexure 14)
20. Anti-Collusion Certificate As per format provided in section 11.2
21. Non-disclosure agreement
As per format provided in section 7 (Annexure 3)
22. Annual Turnover from e-
governance /ERP Solution to
State /Central/ Quasi
Government/ULB
Certificate from the Statutory auditor / CA clearly
specifying the annual turnover for the specified years
3.13. Commercial Bid Format
The Bidder must submit the Commercial Bid is the formats specified in Online Portal. The Price Bid
has three sections; the first section captures the commercials for the envisaged CCC in the form of
CAPEX and OPEX heads. This summation of these two heads shall constitutes to the actual
expenditure to the CCC Project.
The envisaged CCC is growing solution therefore it is anticipated for vertical and horizontal growth
of CCC solution in the future. Therefore in order to facilitate the procurement of this upgradation
the likely upgraded line items in the CCC have been identified and their prices are being discovered
in the Section 2 of the Price Bid. The prices discovered in this section shall be valid till the end of
contract period of System Integrator so that authority may use it as rate card for procurement as
per the actuals demands in future. The line items envisaged for upgradation The cost of such
upgradation items are sought against arbitrary quantities which is used only for evaluation purposes.
23 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
23
The JSCL shall evaluate and may place an order to actual demanded quantity based on unit rates
discovered in this section.
For the purpose of bid evaluation for the selection of the successful bidder, the figures under
Grand Total i.e. “Value of Price Bid” shall be used to ascertain the successful bidder.
3.14. Language
The bid should be prepared and submitted by the bidders in English language only. If any submitted
supporting documents are in any language other than English, translation of the same in English
language is to be provided (duly attested) by the Bidders. For purposes of interpretation of the
documents, the English translation shall govern. Such translated documents shall be notarized and
incase of any incorrectness of the translation, the bidder will be penalized.
3.15. Authentication of Bids
An authorized representative (or representatives) of the Bidder shall initial all pages of the Pre-
Qualification, Technical and Commercial Bids.
Bid should be accompanied by an authorization in the name of the signatory (or signatories) of the
Bid. The authorization shall be in the form of a written power of attorney accompanying the Bid or
in any other form demonstrating that the representative has been duly authorized to sign.
3.16. Amendment of Request for Proposal
At any time prior to the due date for submission of bid, JSCL may, for any reason, whether at its own
initiative or in response to a clarification requested by prospective bidder(s), modify the RFP
document by amendments. Such amendments shall be uploaded on the online portal website,
through corrigendum and shall form an integral part of RFP document. The relevant clauses of the
RFP document shall be treated as amended accordingly.
It shall be the responsibility of the prospective bidder(s) to check the JSCL website from time to time
for any amendment in the RFP document. In case of failure to get the amendments, if any, JSCL shall
not be responsible.
In order to allow prospective bidders a reasonable time to take the amendment into account in
preparing their bids, JSCL, at its discretion, may extend the deadline for submission of bids. Such
extensions shall be uploaded on website of the JSCL.
3.17. Price Bidders shall give the required details of all applicable GST, duties, other levies and charges etc. in
respect of direct transaction between JSCL and the Bidder.
24 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
24
Bidders shall quote for the entire scope of contract on a “overall responsibility” basis such that the
total bid price covers Bidder’s all obligations mentioned in or to be reasonably inferred from the
bidding documents in respect of providing the product/services.
Prices quoted by the Bidder shall remain firm during the entire contract period and not subject to
variation on any account. A bid submitted with an adjustable price quotation shall be treated as non-
responsive and rejected. Commercial Prices should NOT be part of Technical Bid. If any commercial
details/conditions other than the Commercial Bid are found in the commercial Bid Format then
such bids are treated as Non-responsive &rejected.
3.18. Deviations and Exclusions
Bids shall be submitted strictly in accordance with the requirements and terms & conditions of the
RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in Section 6.5.
The bids with deviation(s) are liable for rejection.
3.19. Total Responsibility
Bidder should issue a statement undertaking total responsibility for the defect free operation of the
proposed solution (total responsibility certificate) as per the format mentioned in Section 6.6.
3.20. Late Bids
Late submission will not be entertained and will not be permitted by the Online Portal. Authorities
shall does not be responsible for delay in submission of any online submission related or website
related issues and date of submission cannot be extended for such reasons JSCL reserves the right
to modify and amend any of the above-stipulated condition/criterion.
3.21. Right to Terminate the Process
JSCL reserves the right to terminate the Biding process and reject all Bids at any time prior to award of contract, without assigning any reason thereof and without incurring any liability, whatsoever to the affected Bidder or Bidders.
3.22. Non-Conforming bids
A bid may be construed as a non-conforming bids and ineligible for consideration:
a. If it does not comply with the requirements of this RFP.
b. If a bid does not follow the format requested in this RFP or does not appear to address the
particular requirements of the solution.
3.23. Acceptance/Rejection of Bids
a. JSCL reserves the right to reject in full or part, any or all bids without assigning any reason
thereof. JSCL reserves the right to assess the Bidder’s capabilities and capacity. The decision of
JSCL shall be final and binding.
b. Bid should be free of over writing. All erasures, correction or addition must be clearly written
both in words and figures and attested.
25 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
25
In the event of any assumptions, presumptions, key points of discussion, recommendation or any
points of similar nature submitted along with the Bid, JSCL reserves the right to reject the Bid and
forfeit the EMD.
If there is any discrepancy in the commercial bid, it will be dealt as per the following:
a. If, in the price structure quoted for the required goods/services/works, there is discrepancy
between the unit price and total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price corrected accordingly.
b. If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected.
c. If there is a discrepancy between words and figures, the amount in words shall prevail.
d. If there is such discrepancy in an offer, the same shall be conveyed to the bidder with target
date up to which the bidder has to send his acceptance on the above lines and if the bidder does
not agree to the decision of JSCL, the bid is liable to be disqualified.
3.24. Confidentiality
All the material/information shared with the Bidder during the course of this procurement process
as well as the subsequent resulting engagement following this process with the successful bidder,
shall be treated as confidential and should not be disclosed in any manner to any unauthorized
person under any circumstances. The employees of the successful Lead bidder and Consortium
members who are proposed to be deployed on the project need to comply to information security
as per Master Service Agreement in RFP Volume III.
3.25. Disqualification
The bid is liable to be disqualified in the following cases, but not limited to,
a. In-case bidder fails to meet the bidding requirements / terms & conditions as prescribed in this
RFP
b. During validity of the bid, or its extended period, if any, the bidder changes its quoted prices.
c. The bidder’s bid is conditional and has deviations from the terms and conditions of RFP.
d. Bid is received in incomplete form.
e. Bid is not accompanied by all the requisite documents.
f. Information submitted in technical bid is found to be misrepresented, incorrect or false,
accidentally, unwittingly or otherwise, at any time during the processing of the contract (no
matter at what stage) or during the tenure of the contract including the extension period if any.
g. Financial bid is enclosed with the same document as technical bid.
h. Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent means at
26 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
26
any point of time during the bid process.
i. In case any Bidder {Excluding Original Equipment Manufacturers(OEM)} submits multiple bids
or if common interests are found in two or more bids, then all such bids shall be outrightly
rejected.
j. Bids without EMD will be disqualified.
k. In case the bid capacity of the bidder is less than the assessed available bid capacity.
3.26. Key Personnel
JSCL has identified certain key positions and minimum qualifications for each of the positions that
should be part of project team of the bidder (hereby referred to as “key personnel”). Details of these
key positions are provided in Section 11.4.3
Initial Composition; Full Time Obligation; Continuity of Personnel
Bidder shall ensure that each member of the Key Personnel devotes substantial working time as
per the staffing schedule/ manpower plan to perform the services to which that person has been
assigned as per the bid.
Bidder shall not make any changes to the composition of the Key Personnel and not require or
request any member of the Key Personnel to cease or reduce his or her involvement in the
provision of the Services during the defined term of the engagement unless that person resigns,
is terminated for cause, is long-term disabled, is on permitted mandatory leave under Applicable
Law or retires.
In any such case, JSCL prior written consent would be mandatory.
Evaluations of Key Professionals
Bidder shall carry out an evaluation of the performance of each member of the Key Personnel in
connection with the Services at least once in each Contract Year. Bidder shall provide reasonable
written notice to JSCL of the date of each evaluation of each member of the Key Personnel. JSCL
shall be entitled to provide inputs to the bidder for each such evaluation. Bidder shall promptly
provide the results of each evaluation to JSCL, subject to Applicable Law.
Replacement of Key Professionals
In case any proposed resource resigns, then the Bidder has to inform JSCL within one week of
such resignation.
27 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
27
Bidder shall promptly initiate a search for a replacement to ensure that the role of any member
of the Key Personnel is not vacant at any point in time during the contract period, subject to
reasonable extensions requested by Bidder to JSCL.
The bidder has to provide replacement resource of equal or better qualification and experience
as per the requirements of this RFP.
If JSCL objects to the appointment, Bidder shall not assign the individual to that position and shall
seek an alternative candidate in accordance with the resource requirements of this RFP.
The bidder needs to ensure at least 02 weeks of overlap period in such replacements. JSCL will
not be responsible for any knowledge transition to the replacement resource and any
impact/escalation of cost incurred by the bidder due to resource replacement.
High Attrition
If in the first 6 month period from the Contract Effective Date and in any rolling 12 months period
during the Term of contract, 25 percent or more of the members of the Key Personnel cease or
reduce their involvement in the Services for any reason other than with JSCL prior written
consent, Bidder shall:
a) Provide JSCL with a reasonably detailed explanation as to the reasons for such change,
including, where applicable and permitted, notes from any exit interviews conducted by
Bidder with any departing member of the Key Personnel; and
b) If such change to Key Personnel has or is likely to have any material adverse impact on the
provision of the Services or any substantial part thereof, undertake, at its own costs, such
remediation acts as are reasonably necessary in order to improve the retention of the Key
Personnel including making reasonable changes to the human resources policies and
procedures applicable to the Key Personnel (including those related to compensation,
benefits and other conditions so that they are competitive with the market) as may be
necessary to ensure that such policies and procedures comply with Good Industry Practice.
3.27. Fraud and Corrupt Practices
The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained
in this RFP, JSCL shall reject a Bid without being liable in any manner whatsoever to the Bidder, if it
determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
28 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
28
(collectively the “Prohibited Practices”) in the Selection Process. In such an event, JSCL shall, without
prejudice to its any other rights or remedies, forfeit and appropriate the EMD or PBG, as the case
may be, as mutually agreed genuine pre-estimated compensation and damages payable to JSCL for,
inter alia, time, cost and effort of JSCL, in regard to the RFP, including consideration and evaluation
of such Bidder’s Bid.
a. Without prejudice to the rights of JSCL under Clause above and the rights and remedies which
JSCL may have under the LOA or the Agreement, if a Bidder is found by JSCL have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice during the Selection Process, or
after the issue of the LOA or the execution of the Agreement, such Bidder shall not be eligible
to participate in any tender or RFP issued by JSCL during a period of 3 years from the date such
Bidder is found by JSCL to have directly or through an agent, engaged or indulged in any
Prohibited Practices.
b. For the purposes of this Section, the following terms shall have the meaning hereinafter
respectively assigned to them:
c. “Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of any person connected with the Selection Process
(for avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of JSCL who is or has been associated in any
manner, directly or indirectly with the Selection Process or the LOA or has dealt with matters
concerning the Agreement or arising there from, before or after the execution thereof, at any
time prior to the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of JSCL, shall be deemed to constitute influencing the
actions of a person connected with the Selection Process); or (ii) save as provided herein,
engaging in any manner whatsoever, whether during the Selection Process or after the issue of
the LOA or after the execution of the Agreement, as the case may be, any person in respect of
any matter relating to the Project or the Award or the Agreement, who at any time has been or
is a legal, financial or technical consultant/adviser of JSCL in relation to any matter concerning
the Project;
d. “Fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
e. “Coercive practice” means impairing or harming or threatening to impair or harm, directly or
indirectly, any persons or property to influence any person’s participation or action in the
Selection Process;
f. “Undesirable practice” means
(i) establishing contact with any person connected with or employed or engaged by JSCL with
the objective of canvassing, lobbying or in any manner influencing or attempting to
29 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
29
influence the Selection Process; or
(ii) having a Conflict of Interest;
g. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Bidders with the objective of restricting or manipulating a full and fair competition in
the Selection Process.
3.28. Conflict of Interest
a. A bidder shall not have a conflict of interest that may affect the Selection Process or the Solution
delivery (the “Conflict of Interest”). Any Bidder found to have a Conflict of Interest shall be
disqualified. In the event of disqualification, JSCL shall forfeit and appropriate the EMD, if
available, as mutually agreed genuine pre-estimated compensation and damages payable to
JSCL for, inter alia, the time, cost and effort of JSCL including consideration of such Bidder’s Bid,
without prejudice to any other right or remedy that may be available to JSCL hereunder or
otherwise.
b. JSCL requires that the bidder provides solutions which at all times hold JSCL interest’s
paramount, avoid conflicts with other assignments or its own interests, and act without any
consideration for future work. The bidder shall not accept or engage in any assignment that
would be in conflict with its prior or current obligations to other clients, or that may place it in
a position of not being able to carry out the assignment in the best interests of JSCL
3.29. Sub-Contracting
The bidder would not be allowed to sub-contract work, except for the following:
· Cabling and fixtures work, and all civil work during implementation.
· Facility Management Staff at Command & Communications Center.
Sub-contracting shall be allowed only with prior written approval of JSCL. However, even if the work
is sub-contracted, the sole responsibility of the work shall lie with the bidder. The bidder shall be
held responsible for any delay/error/non-compliance etc. of its sub-contracted vendor. The details
of the sub-contracting agreements (if any) between both the parties would be required to be
submitted to JSCL.
3.30. Inclusion of MSMEs in Project Delivery
Bidders are encouraged to include Micro, Small and Medium Enterprises (MSMEs) in the delivery of
the project compliant to make in India Initiative. Bidders may earmark some proportion of the total
contract for procuring goods and services from MSMEs. Activities that can be sub-contracted to
MSME/MSE partners are restricted to those defined under Sub-Contracting Clause 2.28 above.
3.31. Choice of Original Equipment Manufacturer (OEM):
The bidder shall apply high standards of diligence in choosing an optimal OEM who complies with
the tender conditions, specifications &SLAs. The bidder may evaluate products being proposed are
30 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
30
not end of life and also there is guarantee of OEM support for minimum period of 06 years. The same
may be formally secured through the Manufacturer’s Authorizing form Prescribed in Section 18
3.32. Right to vary quantity a. At the time of award of contract, the quantity of goods, works or services originally specified in
the bidding documents may be increased. It shall be without any change in the unit prices or
other terms and conditions of the Bid and the bidding documents.
b. If the JSCL does not procure any subject matter of procurement or procures less than the
quantity specified in the bidding documents due to change in circumstances, the bidder shall
not be entitled for any claim or compensation except otherwise provided in the bidding
document.
c. Repeat orders for extra items or additional quantities may be placed on the rates and conditions
given in the contract. Additional Time lines for the items under variations shall be given at the
time of placing the work order for variation. Maximum variation allowed under the contract
shall not exceed 25% of the contract cost.
3.33. Withdrawal, Substitution, and Modification of Bids a. A Bidder may withdraw its Bid or re-submit its Bid (technical and/ or financial) as per the
instructions/ procedure mentioned at online portal till the deadline for the submission of online
Bids
b. Bids withdrawn shall not be opened and processed further .
3.34. Evaluations of Bids
All the opened bids shall be downloaded and printed for taking up evaluation. JSCL The bidder may be asked by e-mail to clarify on the uploaded documents provided in the Technical Bid, if necessary, with respect to any doubts or illegible documents. The Bid Inviting Officer may ask for any other document of historical nature during Technical evaluation of the bid; provided, in all such cases, furnishing of any document in no way alters the Bidder’s price bid. The bidder shall respond in not more than seven number of days of issue of the clarification letter as mentioned in Bid Data Sheet, failing which the bid of the bidder will be evaluated on its own merit.
3.34.1 Technical Evaluation :- The Bid Inviting Officer will evaluate the technical bids and finalize list of responsive bidders. A bid is considered to be responsive if it scores 70% marks or more in the technical evaluation. JSCL shall inform, by e-mail, the Bidders whose Technical Bids are found responsive i.e. Technically Qualified Bidders, about date time and place of opening of Part-II i.e. Financial Bid. In the event of the specified date being a holiday for JSCL, the Bids will be opened at the appointed time and location on the next working day. The bidders or their representatives may attend the opening of Financial Bids.
31 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
31
3.34.2 Financial Evaluation :- The Financial Bids of the technically responsive biddersshall only be opened on the due date and time of opening. The Bid Inviting Officer shall log on to the system in sequence and open the Financial Bid. At the time of opening of “Financial Bid”, bidders, whose Technical Bids were found responsive, may be present. Bidder can witness the principal activities and view the documents/summary reports for that particular work by logging on to the portal with his DSC anywhere. The estimated effect of the price adjustment conditions, if any, under Clause 5 .46 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid Evaluation.
3.34.3 Unbalanced Bids :- If the Bid of the successful Bidder is seriously unbalanced in the opinion of the JSCL by less than 20 % in relation to the JSCL’s estimate for the work to be performed under the contract, the JSCL will require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, and/or to demonstrate the internal consistency of these prices with the construction methods and schedule proposed. The bidder shall respond in not more than seven number of days of issue of the clarification letter as mentioned in Bid Data Sheet, failing which the bid of the bidder will be evaluated on its own merit. In cases of such unbalanced bids, JSCL will require that the amount of the performance security be increased from 10% to 20% of the bid value at the expense of the successful Bidder to a level sufficient to protect the JSCL against financial loss in the event of default of the successful Bidder under the Contract.
3.35. Negotiation of Bids
After examination, evaluation, and comparison of bids, the Bid Inviting Officer may, at his discretion, call the lowest bidder for negotiation on construction methodology, works programme, deployment of personnel , plant and machinery for construction etc. Special attention shall be paid to optimize the required output from the lowest bidder to define clearly the inputs required from the JSCL to ensure satisfactory implementation of the assignment.
3.36. Award of Contract Award Criteria a. Subject to Clause 31 of ITB, the JSCL will award the Contract to the Bidder whose bid has been
determined to be responsive and who has offered the lowest bid price. b. In the eventuality of failure on the part of the successful bidder after the issuance of Letter of
Award to submit the performance security within the 21 days the JSCL at his own discretion shall encash the bid security and the Bidder shall be debarred in future from participating in all the Bids from any Government owned agency/ corporation/authority/special purpose vehicle, for three years and will be recommended for blacklisting by the competent authority. In such a situation, the next successful bidder will be required to produce his Performance Security for consideration of his bid at the negotiated rate equal to lowest bidder otherwise the tender will be cancelled.
32 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
32
e) The Master Service Agreement and Service Level Agreement is provided in RFP Volume III.
3.37. JSCL's Right to Accept any Bid and to Reject any or all Bids
Notwithstanding Clause 31.1 the JSCL reserves the right to accept or reject any Bid and to cancel the Bidding process and reject all Bids at any time prior to the award of Contract, without assigning any reason therefor and without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the JSCL's action.
3.38. Notification of Award and Signing of Agreement
a. The Bidder, whose Bid has been accepted, shall be notified of award by the JSCL prior to expiration of the Bid validity period by e-mail /courier. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the JSCL will pay to the Bidder in consideration of the execution, completion and remedying defects of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").
b. The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause 31.4 within 21 days of issue of letter of award.
c. A detailed works program showing the general methods, arrangements, order and timing for all the activities in the Works along with quarterly planned value statement and milestone wise detail works program in accordance with the provisions of Clause 4.3(j) shall be submitted within one month of the signing of the contract agreement.
d. The Agreement will incorporate all agreements between the JSCL and the successful Bidder. It will be signed by the JSCL and kept ready for signature of the successful bidder in the office of the JSCL within 28 days following the issue of the Letter of Award.
e. Upon the furnishing by the successful Bidder of the Performance Security, the JSCL will promptly notify the other Bidders that their Bids have been unsuccessful.
3.39. Performance Security
a. Within 21 days of receipt of the Letter of Award, the successful Bidder shall deliver to the JSCL a Performance Security in the form of irrevocable, unconditional Bank Guarantee valid for a period as stipulated in Clause 49 of Conditions of Contract & as prescribed in Annexure 16 in the Contract Data for an amount equivalent to 10% of the Contract price and Additional Performance Security of 10% for unbalanced bids (Totalling 20% of bid value) in accordance with sub-clause 3.34 of ITB.
b. The performance security is to be provided by the successful Bidder in the form of unconditional, irrevocable Bank Guarantee in favour of Chief Executive Officer Jammu Smart City Limited, Jammu, from a Nationalized/Scheduled Indian bank.
c. In the event of the successful Bidder failing to comply with the requirements of Sub-Clause 3.39 such a failure shall constitute a breach of contract, cause for
d. annulment of the award, forfeiture of the bid security, and any such other remedy the JSCL may take under the contract, and the JSCL may resort to awarding the contract to the next ranked bidder.
e. Performance security shall be valid for the entire project duration of 45 months (09 months construction and 36 months from Go live) plus 30 days beyond the project completion period.
33 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
33
f. Part of Performance security (capex part) will be released to the contractor 06 months after the date of issuance of completion certificate by JSCL.
This Performance Bank Guarantee shall be invoked by JSCL in the event ,the Bidder: •
a. Fails to meet the overall penalty condition as mentioned in RFP Volume II or any
changes agreed between the parties,
b. fails to perform the responsibilities and obligations as set out in the RFP to the
complete satisfaction of JSCL,
c. Misrepresents facts/information submitted to JSCL.
The performance bank guarantee shall be valid till satisfactory completion of Post
Implementation Support. The performance bank guarantee may be discharged/returned by JSCL
upon being satisfied that there has been due performance of the obligations of the bidder under
the contract. However, no interest shall be payable on the performance bank guarantee.
In the event of the Bidder being unable to service the contract for whatever reason(s), JSCL shall
have the right to invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever
of JSCL under the contract in the matter, the proceeds of the PBG shall be payable to JSCL as
compensation for any loss resulting from the bidder’s failure to perform/comply its obligations
under the contract.
JSCL shall notify the bidder in writing of the exercise of its right to receive such compensation
within 40 days, indicating the contractual obligation(s) for which the bidder is in default JSCL shall
also be entitled to make recoveries from the bidder’s bills, performance bank guarantee, or from
any other amount due to him, an equivalent value of any payment made to him due to
inadvertence, error, collusion, misconstruction or misstatement.
In case the project is delayed beyond the project schedule as mentioned in RFP Vol 2, the
performance bank guarantee shall be accordingly extended by the Bidder till completion of scope
of work as mentioned in RFP Volume II.
3.40. Advance Payment and Security a. The JSCL will provide an Advance Payment on the Contract Price as stipulated in the
Conditions of Contract, subject to maximum amount, as stated in the Contract Data. Interest for advance payments @RBI prime lending rate will be charged from the system Integrator till the same is fully recovered from the system Integrator. Recovery of advance payment will start from the first invoice and fully recovered during the construction period on prorate basis .
34 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
34
3.41. Dispute Resolution In case of disputes, the bidder shall approach the CEO JSCL for resolution of his grievance or point of dispute. If the Bidder is not satisfied with the decision of the CEO, JSCL, then the Bidder as the aggrieved party can request the dispute be referred for arbitration by the Arbitral Tribunal consisting of the sole Arbitrator to be nominated by the CEO, JSCL, who will resolve the dispute through provisions of Arbitration & Conciliation Act, 1996.
3.42. Grievance Redressal Procedure/Complaint Procedure
a. The bidder has the right to submit a written and signed complaint at any stage in the procurement process. The complaint will be addressed to the officer who has invited the bids.
b. The Bid Inviting Officer shall, within 5 working days of receipt of the complaint, acknowledge the receipt in writing to the complainant indicating that it has been received and the response will be sent in due course after detailed examination.
c. The Bid Inviting Officer shall convey the final decision to the complainant on the complaint received within a reasonable time, that will leave time for the bidder to submit his bid..
4. Selection Process for Bidder 4.1. Opening of Bids
The Bids shall be opened by JSCL in presence of those Bidders or their representatives who may be
present at the time of opening.
The representatives of the bidders should be advised to carry the identity card or a letter of authority
from the bidder firms to identify that they are bona fide representatives of the bidder firm, for
attending the opening of bid.
There will be bid opening for the following
a. EMD and Technical Bid
b. Commercial bid for responsive Bids
The venue, date and time for opening the Technical bids are mentioned in the IFB sheet. The date
and time for remaining bid process would be communicated to the responsive bidders who qualify
the respective stage of evaluation.
4.2. Preliminary Examination of Bids
JSCL shall examine the bids to determine whether they are complete, whether the documents have
been properly signed and whether the bids are generally in order. Any bids found to be
nonresponsive for any reason or not meeting any criteria specified in the RFP, shall be rejected by
JSCL and shall not be included for further consideration.
Initial Bid scrutiny shall be held and bids will be treated as non-responsive, if bids are:
a. Not submitted in format as specified in the RFP document
35 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
35
b. Received without the Letter of Authorization (Power of Attorney) c. Found with suppression of details d. With incomplete information, subjective, conditional offers and partial offers
submitted e. Submitted without the documents requested f. Non-compliant to any of the clauses mentioned in the RFP g. With lesser validity period h. Signature of Authorized personnel on all pages both on Hard & Copy of the bid.
4.3. Clarification on Bids
During the bid evaluation, JSCL may, at its discretion, ask the Bidder for any clarification(s) of its bid.
The request for clarification and the response shall be in writing, and no change in the price or
substance of the bid shall be sought, offered, or permitted.
4.4. Evaluation Process JSCL shall constitute a Tender Evaluation Committee to evaluate the responses of the bidders. The
Tender Evaluation Committee shall evaluate the responses to the RFP and all supporting
documents/documentary evidence. Inability to submit requisite supporting
documents/documentary evidence by bidders may lead to rejection of their bids.
The decision of the Tender Evaluation Committee in the evaluation of bids shall be final. No
correspondence will be entertained outside the process of evaluation with the Committee. The
Tender Evaluation Committee may ask for meetings or presentation with the Bidders to seek
clarifications or conformations on their bids. JSCL reserves the right to validate the authenticity of
the information provided in the Pre-qualification and Technical Evaluation criteria and the requisite
support must be provided by the respective bidder.
The Tender Evaluation Committee reserves the right to reject any or all bids. Each of the responses
shall be evaluated as per the criteria and requirements specified in this RFP.
The steps for evaluation are as follows:
Stage 1: Pre-Qualification a. JSCL shall validate the “Earnest Money Deposit (EMD)”.
b. Demand Draft as proof for payment of Tender Document Fee.
Stage 2: Technical Evaluation a. “Technical bid” will be evaluated only for the bidders who succeed in Stage 1.
b. JSCL will review the technical bids of the bidders who succeed in Stage-1 to determine
whether the technical bids are responsive or not. Bids that are not responsive are liable to
be disqualified by JSCL .
36 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
36
c. The bidders' technical solutions proposed in the bid document shall be evaluated as per the
requirements specified in the RFP and technical evaluation framework as mentioned in
Technical Evaluation Criteria and details in Section 11
Stage 3: Commercial Evaluation a. All the technically responsive bids will be notified to participate in Commercial Bid opening
process.
b. The commercial bids for the technically responsive bids shall then be opened on the notified
date and time and reviewed to determine whether the commercial bids are substantially
responsive. n.
c. The bid price shall include all taxes, and levies including GST and shall be in Indian Rupees
and mentioned separately.
d. Technically responsive bidder with the lowest price bid in the bidding process shall be
declared successful.
4.5. Original Equipment Manufacturer’s (OEM) Eligibility Criteria
OEM of IP Camera, Storage, Software and Network Switches Should have its own
service/Support centre in India and should have a Toll free number
OEM of IP Camera, Storage, Software and Network Switches should be ISO 9001, ISO
14001 and ISO 27001 certified.
4.5.1. OEM of all Hardware quoted for this tender should be a company registered under the companies
Act since last 5 years in India from the date of publishing of tender.( only for OEMs for which
Manufacturer’s Authorization Form is required). Documentary proof for the same needs to be
provided in the technical bid. In the absence of the same the technical bid of the bidder is liable
to be rejected.
4.5.2. The OEM of the IP Camera, Storage, Software and Network Switches should not be a company
having its major shareholding stake by any government or its entity or originated/founded by
personnel of Defense origin.
4.5.3. The OEM of the IP Camera, Storage, Software and Network Switches should not be blacklisted or
banned by any country or government department in any country. The OEM Should not have
any cheating or fraud case filed against their company for their respective product line.
4.5.4. The MAC address of the all IP based equipment’s must be registered in the name of quoted OEM
Brand.
4.5.5. All the Certifications and registrations of all OEM should be under OEM Brand only. The OEM
Brand name should be part of the OEM Company name and both names should not be different.
4.5.6. The OEM Company should not be a distributor or having/had business related to other brands of
same conflict products.
4.5.7. All the software features specified in the technical specifications of this document must be
37 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
37
available from day one of the purchase.
4.5.8. The proposed Cloud Service Provider (CSP) must be an empanelled cloud service provider by
MEITY (Ministry of Electronics and Information Technology) for Public cloud, Virtual Private Cloud
and Community Government Cloud.
4.5.9. All the software features specified in the technical specifications of this document must be
available from day one of the purchase.
4.5.10. Proposed Storage device model should be supplied and working in minimum 10 locations at any
government department in India
4.5.11. All Network Passive OEM of copper / Fiber and accessories should be of same make,
4.6. Bidder Eligibility Criteria 4.6.1. Bidder should not submit any certificate in favor of OEM Company name or brand name.
OEM should give undertaking in writing of direct support in case bidder is unable to provide
support or delay in support.
4.6.2. Bidder should have OEM Certified Network engineer for Active & Passive Network. System
integrator should have OEM certified engineer for IP CCTV, passive and active network
system should be latest before release of tender document.
4.6.3. Bidder should understand the technical requirement and specification before quoting for
the bid. After submission of tender no deviations from technical specifications and change
of product shall be allowed. If so found technical bid is liable to be rejected and price bid
of the bidder shall not be opened.
4.6.4. The Bidder should attach Authorization certificate from the IP Camera, LED Display panels
and switch etc. OEM of the exact Model to be used in this work, for the authenticity,
authorized representation and after sales support. The Director of the OEM Company in
India should sign the Authorization letter issued to Bidder.
4.6.5. Site visit is mandatory for understanding details like complete scope of work, detailed
requirement etc. The offer received without site visit shall not be considered. Copy of site
Visit report needs to be submitted along with the technical bid.
4.7. Technical Eligibility Criteria – Part A (OEM)
Sr. No Eligibility Criteria Document Proof Supporting Document
1
OEM of IP Camera, Storage, Software and Network Switches Should have its own service/Support center in India and should have a Toll free number
Service center address with proof and Last 12 months toll free bill coy
Required
38 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
38
Sr. No Eligibility Criteria Document Proof Supporting Document
2
OEM of IP Camera, Storage, Software and Network Switches should be ISO 9001, ISO 14001 and ISO 27001 certified.
All valid ISO documents should be submitted
Required
3
The OEM of the IP Camera, Storage, Software and Network Switches should not be a company having its major shareholding stake by any government or its entity or originated/founded by personnel of Defense origin outside India.
OEM Should provide undertaking on their letter head with company director Signature
Required
4
The OEM of the IP Camera, Storage, Software and Network Switches should not be blacklisted or banned by any country or government department in any country. The OEM Should not have any cheating or fraud case filed against their company for their respective product line.
OEM Should provide undertaking on their letter head with company director Signature
Required
5
OEMs should be having a registered office in
India for the last five years from the date of publishing of tender. ( only for OEMs for which Manufacturer’s Authorisation Form is required. Documentary proof for the same needs to be provided in the technical bid. Non-compliance to this clause shall cause disqualification of bid
OEM Should provide undertaking on their letter head with company director Signature
Required
6
The MAC address of the all IP based equipment’s must be registered in the name of quoted OEM Brand.
Mac Listing documents to be provided, should be available online
Required
7
All the Certifications and registrations of all OEM should be under OEM Brand only. The OEM Brand name should be part of the OEM Company name and both names should not be different.
Brand name for Trademark and Company incorporation for company name to be provided as proof of having both name are same.
Required
8
The OEM Company should not be an distributor or having/had business related to other brands of same conflict products.
OEM Should provide undertaking on their letter head with company director Signature
Required
9
All the software features specified in the technical specifications of this document must be available from day one of the purchase.
OEM Should provide undertaking on their letter head with company director Signature
Required
10
The proposed Cloud Service Provider (CSP) must be an empanelled cloud service provider by MEITY (Ministry of Electronics and Information Technology) for Public cloud,
Cloud service provider details must be enclosed
Required
39 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
39
Sr. No Eligibility Criteria Document Proof Supporting Document
Virtual Private Cloud and Community Government Cloud.
11
Proposed Storage device model should be supplied and working in minimum 10 locations at any government department in India
Order copies should be submitted with completion report.
Required
12
Advertisement Panel OEM should have atleast 250 numbers installation of outdoor wall in a single network with content being published centrally and control also being done centrally
Order copies should be submitted with completion report.
Required
13
All Network Passive OEM of copper / Fiber and accessories should be of same make,
OEM Should provide undertaking on their letter head with company director Signature
Required
14
The Network Switches OEM should have experience in any 2 of the following IT projects of Government Department /agencies in India includes
1. Single Project with 500 or More L2 Managed POE switches
2. Single Project with 300 or More L3 Managed Switches
3. Single Project with 6 or More chassis core routing switch having dual controller/ management cards
• Work Order / Copy of Contract for the project highlighting the scope of work undertaken
Required
15
The IP Camera OEM should have experience in any 2 of the following IT projects of Government Department /agencies in India includes
1. Supply of Single Project/Customer with 5000 or More IP Cameras with Varifocal Lens
2. Supplier IP cameras for Minimum 3 or more projects to city/town / Government industrial areas contains project value of each 10 Cr or more
3. Centralized multi location surveillance with minimum 500 locations as single
• Work Order / Copy of Contract for the project highlighting the scope of work undertaken
Required
40 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
40
Sr. No Eligibility Criteria Document Proof Supporting Document
project
Note: 4.7.1. The Bidder shall quote only one specific make and model from only one specific OEM, for each
of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder
4.7.2. The OEM for all active components should give a declaration that products or technology quoted are not end of- sale till 12 months from the date of RFP release and are not end-of-support till 5 years from date of RFP release
4.7.3. Cyber Security vendor should not have any known/declared/Published vulnerability/CVE at least in last 3 years. for instance, remote code Execution, cross site scripting, cross site request forgery, buffer overflow, back door, information disclosure etc
4.7.4. End Point Detection and Response, and Anti APT solution should be able to Share IOC among themselves and to Perimeter Security for Real time prevention.
41 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
41
4.8. Technical Eligibility Criteria – Part B (System Integrator)
#
Eligibility Criteria
Document Proof
Supporting Document Reference
1
The bidder shall either submit the bid as Sole Bidder or as consortium. In case of Consortium bid, one of the entities of the consortium shall be a termed as Lead bidder and other(s) would be termed as consortium members.
The Bidder (Sole / Lead member in case of Consortium / consortium members of the consortium-bid) shall be a registered entity under relevant Act in India. The Registration should be minimum 5 years or above from RFP Date.
Note: In case of Consortium: Max 3 companies (including the lead bidder) are allowed in a consortium.
• Incorporation Certificate o Sole / Lead Bidder /
Other member in the Consortium r : Copy of Certificate of Incorporation/ Registration under Companies Act in India
• For Consortium bids: Consortium Agreement clearly stating the o Roles and
Responsibilities of each member.
o All the consortium members are equally responsible and jointly & severally liable under this RFP for a. The delivery of
Products & services
b. Successful completion
of this
entire Project
c. Compliance the SLAs
o Authorization by authorized signatories of Consortium members authorizing the Lead Bidder to bid on their behalf for this RFP
PQ_1
42 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
42
#
Eligibility Criteria
Document Proof
Supporting Document Reference
2
The Average Annual Turnover (TO) in Indian Rupees for last 3 audited financial years.
• For Sole Bidder – Min INR 50 Cr • For Consortium Bid – Min INR 80
Cr. However the lead partner must meet 60% of the requirements and each JV partner must meet 30% of financial criteria and all partners combined must jointly meet the financial requirements.
• Certificate from the Statutory auditor clearly specifying the annual turnover for the specified years
PQ_2
3
The Sole Bidder or the Lead Bidder
/Consortium Member in case of a
Consortium, should possess all three
of the below Certifications which are
valid at the time of bid submission:
• ISO 9001:2008 or
Above – for Quality
Process
• ISO 20000:2011 for IT Service
Management or equivalent
certification
• ISO 27001:2005 for
Information Security
Management System
Copies of valid certificates in the name of the sole bidder or the Lead bidder in case of a Consortium
PQ_3
4
Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented in last 7 years (i) Single work with IP based cameras project of value not less than 10.00 cr. or (ii)Two works with IP based cameras project of value not less than 6.25cr or (iii) Three works with IP based cameras project of value not less than
• Work Order / Copy of Contract for the project highlighting the scope of work undertaken and Client Certificate for Completion
PQ_4
43 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
43
5.00cr
5 As on date of submission of the proposal, The Sole Bidder or any of the consortium/JV members (in case of consortium/JV) shall not be blacklisted/Debarred by any State / Central Government Department or Central /State PSUs
Affidavit duly notarized to be submitted by the sole bidder and all the consortium members (in case of consortium/ JV)
PQ_5
6. The assessed available bid capacity
of the bidder should not be less
than: A*N*2.5 – B + C , Where,
A = Maximum Value of similar
works, excluding the amount of
bonus received, executed in any
one year during the last five years
(updated to the bid invitation year
price level using the updation
factor given below considering the
completed as well as works in
progress).
N = Number of years (or fraction of
a year) prescribed for completion
of the works for which the present
bid is invited.
B = Value, updated to the current
price level, of existing
commitments, including those for
which date of commencement/
Appointed date has been declared
and ongoing works to be
completed during the period of
completion of the works for which
this bid is invited.
C = Amount of Bonus received, if
any, during the last five years.
Year Year-1 Year -2 Year -3 Year -4 Year -5
The bidder shall produce the statements of ongoing works and bonus received countersigned by the client/ engineer incharge not below the rank of Executive Engineer
44 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
44
(2018-19) (2017-
18)
(2016-
17)
(2015-16) (2014-
15)
Updation
Factor
1.0 1.05 1.10 1.15 1.20
.
4.9. Make/ Model and MAF requirement List:
Make and Model List
Sr. No ITEM Make Model MAF
A Central Location
1 Firewall and Anti-APT Required
2 Core, TOR, Access and Edge Industrial Switch Required
3 Rack Server, GPU Rack Server and Workstation Required
4 SAN/IP SAN Storage Required
5 Video Wall Required
6 Video Management Software Required
7 DC UPS Required
8 Field UPS Required
9 AD Panels Required
10 Surveillance Cameras, ANPR/RLVD Camera Required
11 ANPR/RLVD and VA software Required
12 DC and Outdoor Racks Required
13 IP PA System Required
14 Smart Sensors Required
4.10. Technical Evaluation Criteria
Technical Evaluation Framework
The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as per the
evaluation criteria in the following table.
Category
Evaluation Framework
Weightage
A Organizational Capability 20
B Prior Experience 60
C project plan and Key professionals 10
D Solution design 10
Technical Score 100
45 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
45
Technical Evaluation Parameters
#
Technical Evaluation Criteria
Technical Evaluation parameter
Points
Supporting Forms
A. Bidders Organization Capability
A1
Average Annual Turnover of last 3 audited financial years. In case of consortium, the Turn Over of all the members will be taken together
Turnover (in INR)
More than 80 Cr. >= 70 Cr. and <80 Cr. >= 60 Cr. and <70 Cr. >= 50 Cr. and <60 Cr.
Marks
10 9
8 7
10
Certificate from Statutory Auditor from the respective organization
A2
The Sole Bidder or the Lead
Bidder /Consortium Member
in case of a Consortium,
should possess all three of
the below Certifications
which are valid at the time
of bid submission:
• ISO 9001:2008 or
Above – for Quality
Process
• ISO 20000:2011 for IT
Service Management or
equivalent certification
• ISO 27001:2005 for Information Security Management System
Turnover (in INR)
All ISO Certificates. Any 2 ISO Certificate One ISO Certificate
Marks
5 3.5
Not Qualified for bid
5
Copies of all valid ISO to be submitted
46 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
46
#
Technical Evaluation Criteria
Technical Evaluation parameter
Points
Supporting Forms
B. Project Experience of Bidder
B1
Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented for the last seven years:
Command & Control Centre for City wide Surveillance System/Safe City/ITMS or
Centralized solution for more than 1000 IP cameras or ITMS for more than 60 Junctions in a Single Work order/Contract completed. ITMS refers to Intelligent Traffic Management System including Red Light Violation Detection System , Automatic Number Plate Recognition System , Over Speed Detection System and E-Challan System
The bidder (either lead or any member of consortium) should have experience in Qualifying Project Marks are allocated based on number of projects executed No. of Projects Marks >= 3 projects 15 = 2 projects 12 = 1 project 10
15
Copy of Work Order and completion certificate
B2
Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented single project with 1000 IP Based cameras for the last seven years:
The bidder (either lead or any member of consortium) should have experience in Qualifying Project of Minimum 1000 IP cameras Marks are allocated based on number of cameras executed in a single project
Criteria Marks
>=3000 15
>=2000 and <3000 12
>=1000 and <2000 10
15 Copy of Work Order and completion certificate
47 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
47
B3
Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented projects with minimum 1000 IP Based cameras for the last seven years:
The bidder (either lead or any member of consortium) should have experience in Qualifying Project of Minimum 1000 IP cameras Marks are allocated based on number of projects executed
Criteria Marks
05 projects or more 15
04 projects 12
Minimum 03 projects 10
15
Copy of Work Order and completion certificate
B4
Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented for the last seven years (i) Single work with IP based cameras project of value not less than 10.00 cr. or (ii)Two works with IP based cameras project of value not less than 6.25cr ( These two projects will be treated as a single project for allotment of marks) or (iii) Three works with IP based cameras project of value not less than 5.00cr ( (These three projects will be treated as a single project for allotment of marks)
The bidder (either lead or any member of consortium) should have experience in Qualifying Project of Minimum 1000 IP cameras Marks are allocated based on number of projects executed
Criteria Marks
03 projects or more 15
02projects 12
Minimum 01 projects 10
15
48 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
48
#
Technical Evaluation Criteria
Technical Evaluation parameter
Points
Supporting Forms
C. Project Plan and Key Professionals
C1
Project Plan
Implementation plan (with Gantt Chart week-wise Resource Loading)
5
Detailed in Approach & Methodology
C2 Key Professionals (01 mark for each professional)
Qualification – 2 Relevant Experience -3 Distributed among key resources
5 The detailed CVs of the proposed Manpower Resources duly self-attested and by the competent authority of the bidder. The written consent from the proposed deployed manpower should be submitted in the technical bid.
#
Technical Evaluation Criteria
Technical Evaluation parameter
Points
Supporting Forms
D. Solution Soundness
Each of the following criteria for proposed solution by the bidder will be evaluated:
D1
Solution Soundness
Parameter Marks Redundancy 1 High Availability 1 Interoperability/Integration
1
Capability Machine Learning based + AI 1
Programming of SOP 1 IoT layer 1 Dashboard Data Analytics 1 Scalability 1 Network Connectivity 1 Ease of Business 1
10
Detailed in Approach & Methodology
49 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
49
Key Personnel Criteria
SI shall provide adequate number of personnel, each responsible for a specific role within the project. SI shall provide clear definition of the role and responsibility of each individual personnel. SI shall have a defined hierarchy and reporting structure for various teams that shall be part of the project. SI has to provide the list of proposed Resources for the Project. Any changes in Resource deployment will have to be approved by the Authority.
Following table indicates the minimum qualification required for Key Positions identified for this project. However, SI shall independently estimate the teams size required to meet the requirements of Service Levels as specified as part of this tender.
All the below mentioned Positions shall be Onsite throughout the entire project implementation phase.
# Position Minimum Qualifications & Experience
1.
Project Manager
Education: MBA/MCA/M. Tech & B. Tech/B.E. from a recognized educational institution Experience: Minimum 10 years in IT sector. Should have more than 5 years of experience of handling such large projects as a project manager
2.
Traffic Management and Monitoring System Expert
a) B.Tech / B.E in IT/Electronics/Computer sciences from a recognized educational institution b) Experience: Minimum 7 years. Should have experience in
designing & implementing Traffic violation detection and CCTV
surveillance systems for minimum
c) 2 projects of value more than INR 50 Cr. .
3.
Solution Architect
a) B. Tech/B.E. IT/Electronics/Computer sciences from a recognized educational institution b) Minimum 5 years in IT sector. Should have Experience of more than 3 years as a Solution Architect in large projects of similar nature
4.
QA Manager
a) B.Tech/B.E in IT/Electronics/Computer sciences
from a recognized educational institution
b) Experience: Should have a minimum 5 years of
Experience as a QA manager in similar nature
5.
Data Center operations Expert
a) B.Tech / M.Tech/MBA/MCA from recognized educational
institution
b) Experience: Should have a minimum 7 years of
experience in Managing Data Center Operations for a project size of more than INR 100 Cr.
50 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
50
Apart from the above –mentioned resources, the selected implementation partners shall also
propose manpower to be deployed during the Operation & Maintenance phase of the Project as
provided in the format.
Any additional or support manpower shall be estimated and should be accounted for in the
Commercial proposal by the implementation partners, so that, the project as per the scope
defined and agreement are fulfilled, and the project objectives are met.
5. Warranty & Maintenance
Bidder shall also provide complete maintenance support for all the proposed integrated solution as
outlined in this RFP for a period of Thirty Sixt months from the date of go-live i.e. “Go-Live” + 36
months. “Go-live” is the date on which the proposed solution is completely operational as per the
requirements provided in this RFP and all the acceptance tests are successfully concluded to the
satisfaction of JSCL.
During the warranty period, the bidder shall warrant that the goods supplied under the contract are
new, unused, of the most recent version/models and incorporate all recent improvements in design
and materials unless provided otherwise in the contract. The bidder further warrants that the goods
supplied under this contract shall have no defects arising from design, materials or workmanship.
JSCL or designated representatives of the bidder shall promptly notify successful bidder in writing of
any claims arising under this warranty. Upon receipt of such notice, the bidder shall, within the
warranty period and with all reasonable speed, repair or replace the defective systems, without costs
to JSCL and within time specified and acceptable to JSCL
If the successful bidder, having been notified, fails to remedy the defect(s) within the period
specified in the contract, JSCL may proceed to take such reasonable remedial action as may be
necessary, at the successful bidder’s risk and expense and without prejudice to any other rights, which
JSCL may have against the bidder under the contract.
During the comprehensive warranty period, the successful bidder shall provide all product(s) and
documentation updates, patches/fixes, and version upgrades within 15 days of their availability and
should carry out installation and make operational the same at no additional cost to JSCL
The successful bidder hereby warrants JSCL that:
i. The implemented integrated solution represents a complete, integrated solution meeting all
the requirements as outlined in the RFP and further amendments if any and provides the
functionality and performance, as per the terms and conditions specified in the contract.
ii. The proposed integrated solution shall achieve parameters delineated in the technical
specification/requirement.
iii. The successful bidder shall be responsible for warranty services from licensers of products
and services included in the systems till the complete cycle of this contract.
iv. The successful bidder undertakes to ensure the maintenance of the acceptance
criterion/standards in respect of the systems during the warranty period.
51 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
51
6. Annexure 1: Details of Bidder
6.1 General
a. Name of Company:
b. Country of Incorporation:
c. Address of the corporate headquarters and its branch office(s), if any, in India:
d. Date of incorporation and/or commencement of business:
6.2 Brief description of the company including details of its main lines of business and proposed role and responsibility in this project.
6.3 Details of Joint Venture/Consortium members & Lead Member.
6.4 Details of individual (s) who will serve as the point of contact/communication for the Company:
a. Name:
b. Designation
c. Company:
d. Address:
e. Telephone Number:
f. E-Mail Address:
g. Fax Number:
6.5 Particulars of the Authorised Signatory of the Bidder: a. Name:
b. Designation:
c. Address:
d. Phone Number:
e. Fax Number:
52 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
52
7. Annexure 2 – Template for Pre-Bid Queries
Bidder shall submit all pre-bid queries in excel in the following format.
# Vol. No Sec. No Clause No Page No Content in the RfP Clarification sought
53 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
53
8. Annexure 3 – Formats for Submission of the Pre-Qualification Bid
8.1. Annexure 3 – Formats for Submission of the Qualification Bid
Technical Qualification bid checklist – Part A (OEM)
Sr. No
Eligibility Criteria Document Proof
Compliance
(Yes or No)
Reference in Bid
1
OEM of IP Camera, Storage, Software and Network Switches Should have its own service/Support center in India and should have a Toll free number
Service center address with proof and Last 12 months toll free bill coy
Required
2
OEM of IP Camera, Storage, Software and Network Switches should be ISO 9001, ISO 14001 and ISO 27001 certified.
All valid ISO documents should be submitted
Required
3
The OEM of the IP Camera, Storage, Software and Network Switches should not be a company having its major shareholding stake by any government or its entity or originated/founded by personnel of Defense origin.
OEM Should provide undertaking on their letter head with company director Signature
Required
4
The OEM of the IP Camera, Storage, Software and Network Switches should not be blacklisted or banned by any country or government department in any country. The OEM Should not have any cheating or fraud case filed against their company for their respective product line.
OEM Should provide undertaking on their letter head with company director Signature
Required
5
OEMs should be having a registered office in India for the last five years
from the date of publishing of tender. ( only for OEMs for which Manufacturer’s Authorisation Form is required. Documentry proof for the same needs to be provided in the technical bid. Non-compliance to this clause shall cause disqualification of bid
OEM Should provide undertaking on their letter head with company director Signature
Required
54 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
54
Sr. No
Eligibility Criteria Document Proof
Compliance
(Yes or No)
Reference in Bid
6
The MAC address of the all IP based equipment’s must be registered in the name of quoted OEM Brand.
Mac Listing documents to be provided, should be available online
Required
7
All the Certifications and registrations of all OEM should be under OEM Brand only. The OEM Brand name should be part of the OEM Company name and both names should not be different.
Brand name for Trademark and Company incorporation for company name to be provided as proof of having both name are same.
Required
8
The OEM Company should not be an distributor or having/had business related to other brands of same conflict products.
OEM Should provide undertaking on their letter head with company director Signature
Required
9
All the software features specified in the technical specifications of this document must be available from day one of the purchase.
OEM Should provide undertaking on their letter head with company director Signature
Required
10
The proposed Cloud Service Provider (CSP) must be an empanelled cloud service provider by MEITY (Ministry of Electronics and Information Technology) for Public cloud, Virtual Private Cloud and Community Government Cloud.
Cloud service provider details must be enclosed
Required
11
Proposed Storage device model should be supplied and working in minimum 10 locations at any government department in India
Order copies should be submitted with completion report.
Required
12
Advertisement Panel OEM should have atleast 250 numbers installation of outdoor wall in a single network with content being published centrally and control also being done centrally
Order copies should be submitted with completion report.
Required
13
All Network Passive OEM of copper / Fiber and accessories should be of same make,
OEM Should provide undertaking on their letter head with company director Signature
Required
55 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
55
Sr. No
Eligibility Criteria Document Proof
Compliance
(Yes or No)
Reference in Bid
14
The Network Switches OEM should have experience in any 2 of the following IT projects of Government Department /agencies in India includes
4. Single Project with 500 or More L2 Managed POE switches
5. Single Project with 300 or More L3 Managed Switches
6. Single Project with 6 or More chassis core routing switch having dual controller/ management cards
• Work Order / Copy of Contract for the project highlighting the scope of work undertaken
Required
15
The IP Camera OEM should have experience in any 2 of the following IT projects of Government Department /agencies in India includes
4. Supply of Single Project/Customer with 5000 or More IP Cameras with Varifocal Lens
5. Supplier IP cameras for Minimum 3 or more projects to city/town / Government industrial areas contains project value of each 10 Cr or more
6. Centralized multi location surveillance with minimum 500 locations as single project
• Work Order / Copy of Contract for the project highlighting the scope of work undertaken
Required
56 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
56
Technical Qualification bid checklist – Part B (System Integrator)
Sr. No Eligibility Criteria Document Proof Compliance (Yes or No)
Ref. in bid
1 Earnest Money Deposit Bank Guarantee
2
The bidder shall either submit the bid as Sole Bidder or as consortium. In case of Consortium bid, one of the entities of the consortium shall be a termed as Lead bidder and other(s) would be termed as consortium members. The Bidder (Sole / Lead member in case of Consortium / consortium members of the consortium-bid) shall be a registered entity under relevant Act in India. The Registration should be minimum 5 years or above from RFP Date. Note: In case of Consortium: Max 3 companies (including the lead bidder) are allowed in a consortium. For mode details please refer section 2.2 of this volume in the RFP
Incorporation Certificate Sole / Lead Bidder / Other member in the Consortium: Copy of Certificate of Incorporation / Registration under Companies Act in India For Consortium bids: Consortium Agreement clearly stating the Roles and Responsibilities of each member. All the consortium members are equally responsible and jointly & severally liable under this RFP for a. The delivery of Products & services b. Successful completion of this entire Project c. Compliance the SLAs Authorization by authorized signatories of Consortium members authorizing the Lead Bidder to bid on their behalf for this RFP
3
(A1) The Average Annual Turnover (TO) in Indian Rupees for last 3 audited financial years.
• For Sole Bidder – Min INR 50 Cr
• For Consortium Bid - Turnover of all members together should have Min. INR 70 Cr
Certificate from the Statutory auditor clearly specifying the annual turnover for the specified years
57 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
57
Sr. No Eligibility Criteria Document Proof Compliance (Yes or No)
Ref. in bid
4
(A2) The Sole Bidder or the Lead Bidder / Consortium Member in case of a Consortium, should possess any three of the below Certifications which are valid at the time of bid submission:
• ISO 9001:2008 or Above – for Quality Process
• ISO 20000:2011 for IT Service Management or equivalent certification
• ISO 27001:2005 for Information Security Management System
Copies of valid certificates in the name of the sole bidder or the Lead bidder in case of a Consortium
5
(B1) Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented for the last seven years:
Command & Control Centre for City wide Surveillance System/Safe City/ITMS or
Centralized solution for more than 1000 IP cameras or ITMS for more than 60 Junctions in a Single Work order/Contract completed.
ITMS refers to Intelligent Traffic Management System including Red Light Violation Detection System , Automatic Number Plate Recognition System , Over Speed Detection System and E-Challan System
Work Order and completion certificate
6
(B2) Prior Project Experience for the Sole Bidder or the Lead Bidder
Work Order and completion certificate
58 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
58
Sr. No Eligibility Criteria Document Proof Compliance (Yes or No)
Ref. in bid
/Consortium Member either as OEM or System Integrator shall have successfully implemented single project with 1000 IP Based cameras for the last seven years:
7.
(B3) Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented projects with 1000 IP Based camera for the last seven years:
Work Order and completion certificate
8
(B4) Prior Project Experience for the Sole Bidder or the Lead Bidder /Consortium Member either as OEM or System Integrator shall have successfully implemented for the last seven years (i) Single work with IP based cameras project of value not less than 10.00 cr. or (ii)Two works with IP based cameras project of value not less than 6.25cr ( These two projects will be treated as single project for allotment of marks) or (iii) Three works with IP based cameras project of value not less than 5.00cr ( (These three projects will be treated as single project for allotment of marks)
Work Order and completion certificate
9
(C1) Project Paln
Implementation plan (with Gantt week-wise Resource Loading)
10 (C2) Key Professionals CVs should be attached
59 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
59
8.2. Pre-Qualification Bid Covering Letter
Date: dd/ mm / yyyy
To,
[ ]
Sub: Cover Letter for Bid Submission
Ref: RfP No. <<…..>> dated << …..>>
Dear Sir,
With reference to your “Request for Proposal for Selection of System Integrator for Design,
Supply, Implement, Commission, Operate & Manage the ITMS, Add Panels for Jammu Smart
City ”, we hereby submit our Technical Bid and Commercial Bid for the same.
We hereby declare that:
a. We hereby acknowledge and unconditionally accept that the JSCL can at its absolute
discretion apply whatever criteria it deems appropriate, not just limiting to those criteria
set out in the RFP and related documents, in short listing of Agency for providing services.
b. We have submitted EMD of Indian Rupees[ ] Crores and Tender fee of Indian Rupees[ ]
through Bank Guarantee in the <<Account details>>.
c. We hereby declare that all information and details furnished by us in the Bid are true and
correct, and all documents accompanying such application are true copies of their
respective originals.
d. We agree to abide by our offer for a period of 180 days from the date of opening of pre-
qualification bid prescribed by JSCL and that we shall remain bound by a communication
of acceptance within that time.
e. We have carefully read and understood the terms and conditions of the RFP and the
conditions of the contract applicable to the RFP. We do hereby undertake to provision as
per these terms and conditions.
f. In the event of acceptance of our bid, we do hereby undertake:
i. To supply the products and commence services as stipulated in the RFP document
ii. To undertake the project services for entire contract period from the date of signing
of the contract as mentioned in the RFP document.
iii. We affirm that the prices quoted are inclusive of design, development, delivery,
installation, commissioning, training, providing facility management and handholding
support, and inclusive of all out of pocket expenses, GST, levies discounts etc.
We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof and notification of award of contract, shall
constitute a binding contract between us
60 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
60
In case of any clarification please contact _
Thanking you,
Yours sincerely,
(Signature of the Lead bidder and consortium partners)
Printed Name Designation
Seal
• Date:
• Place:
• Business Address:
61 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
61
8.3. Company profile
A. Brief company profile
(Incase of consortium bid this same table details to be filled for the Lead & Consortium
Members as well)
B. Certificate of Incorporation/Registration (required for both bidder and
Consortium members)
C. Financial Turnover
The financial turnover of the company is provided as follows:
2018 – 19 2017 – 18 2016 – 17
Annual Turnover of Lead Bidder
Annual Turnover of Consortium Partner 1
Annual Turnover of Consortium Partner 2
Copy of audited financial statements or declaration from the appointed statutory auditor to
be provided as proof of the financial turnover
62 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
62
•
8.4. Declaration of Non-Blacklisting
(To be provided on the Company letter head)
To,
[ ]
Place Date
Subject: Self Declaration of not been blacklisted in response to the Request for Proposal for Selection
of System Integrator for Design, Supply, Implement, Commission, Operate & Manage the ITMS,
Add Panels for Jammu Smart City
Ref: RFP No. <<…..>> dated << …..>>
Dear Sir,
We confirm that our company or firm, _ ,is currently not blacklisted or banned
by any country or government department or any of the State or UT and or Central
Government of any country, also confirm that not having/had any cheating or fraud case filed
against the company for the respective product line in India on any ground including but not
limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice.
(Signature of the Lead Bidder/OEM/Consortium Partners)
Printed Name Designation –Director of the Company
Seal
Date:
Place:
Business
63 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
63
•
8.5. No Deviation Certificate
(To be provided on the Company letter head)
{Place}
{Date}
To,
[ ]
This is to certify that our offer is exactly in line with your tender enquiry/RFP (including
amendments) no. _ dated . This is to expressly certify that our offer
contains no deviation either Technical (including but not limited to Scope of Work, Business
Requirements Specification, Functional Requirements Specification, Hardware Specification
and Technical Requirements Specification) or Commercial in either direct or indirect form.
(Authorized Signatory)
Signature:
Name:
Designation:
Address:
Seal:
Date
64 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
64
8.6. Total Responsibility Certificate
(To be provided on the Company letter head)
{Place}
{Date}
To,
[ ]
This is to certify that we undertake the total responsibility for the defect free operation of the
proposed solutions as per the requirement of the RFP for the duration mentioned in all the
volumes of the RFP.
(Authorized Signatory)
Signature:
Name:
Designation:
Address:
Seal:
Date:
65 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
65
•
8.7. Self-certificate for Project execution experience (In Bidding Entity’s Letter Head)
This is to certify that <Name of the Bidding entity> has been awarded with < Name of the Project
> as detailed under:
Name of the Project
Client's Name, Contact no. and
Complete Address
Contract Value for the bidder
(in Indian Rupees)
Current status of the project
(Completed/Ongoing)
Activities completed by bidding entity
as on bid submission date
(N.B Only relevant activities as sought
in the Criteria to be included)
Value of Work completed for which
payment has been received from the
client.
Date of Start
Date of Completion
(Authorized
Signatory)
Signature:
Name:
Designati
on:
Bidding entity’s
name Address:
Seal:
Date:
66 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
66
9. Annexure 4: Non-Disclosure Agreement
THIS AGREEMENT is made on this the <***> day of <***> 20--- at <***>, India.
BETWEEN
------------------------------------------------------------------------------- having its office at ----------------------------
------------------------------------- India hereinafter referred to as ‘Purchaser’ or ‘------------------’, which
expression shall, unless the context otherwise requires, include its permitted successors and
assigns);
AND
<***>, a Company incorporated under the Companies Act, 1956, having its registered office at <***>
(hereinafter referred to as ‘the Implementation Agency/IA’ 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:
1. Purchaser is desirous to implement the project of ------------------------.
2. The Purchaser and Implementation Agency have entered into a Master Services Agreement
dated <***> (the “MSA”) as well as a Service Level Agreement dated <***> (the “SLA”) in
furtherance of the Project.
3. Whereas in pursuing the Project (the “Business Purpose”), a Party (“Disclosing Party)
recognizes that they will disclose certain Confidential Information (as defined hereinafter) to
the other Party (“Receiving Party”).
4. Whereas such Confidential Information (as defined hereinafter) belongs to Receiving Party
as the case may be and is being transferred to the Disclosing Party to be used only for the
Business Purpose and hence there is a need to protect such information from unauthorized
use and disclosure.
NOW THEREFORE, in consideration of the mutual covenants, promises, assurances,
representations and provisions set forth herein, the Parties hereto agree as follows:
DEFINITIONS AND INTERPRETATION
9.1. Definitions Terms and expressions used in this Agreement (including the Introduction) shall have the
same meanings set out in Schedule I of MSA.
67 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
67
9.2. Interpretation In this Agreement, unless otherwise specified:
(a) references to Clauses, Sub-Clauses, Paragraphs and Schedules are to clauses,
subclauses, paragraphs of and schedules to this Agreement;
(b) use of any gender includes the other genders;
(c) references to a ‘company’ shall be construed so as to include any company,
corporation or other body corporate, wherever and however incorporated or
established;
(d) references to a ‘person’ shall be construed so as to include any individual, firm,
company, government, state or agency of a state, local or municipal authority or
government body or any joint venture, association or partnership (whether or not
having separate legal personality);
(e) a reference to any statute or statutory provision shall be construed as a reference to
the same as it may have been, or may from time to time be, amended, modified or
reenacted;
(f) any reference to a ‘day’ (including within the phrase ‘business day’) shall mean a
period of 24 hours running from midnight to midnight;
(g) references to a ‘business day’ shall be construed as a reference to a day (other than
a
Sunday) on which banks in the state of <***> are generally open for business;
(h) references to times are to Indian standard time;
(i) a reference to any other document referred to in this Agreement is a reference to that
other document as amended, varied, novated or supplemented at any time; and
(j) all headings and titles are inserted for convenience only. They are to be ignored in
the interpretation of this Agreement.
9.3. Measurements and Arithmetic Conventions 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.
9.4. Ambiguities within Agreement In case of ambiguities or discrepancies within this Agreement, the following principles shall
apply:
(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;
68 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
68
(b) as between the provisions of this Agreement and the Schedules, the Agreement shall
prevail, save and except as expressly provided otherwise in the Agreement or the
Schedules; and
(c) as between any value written in numerals and that in words, the value in words shall prevail.
9.5. Priority of agreements The Parties hereby expressly agree that for the purpose of giving full and proper effect to this
Agreement, the MSA and this Agreement shall be read together and construed harmoniously.
In the event of any conflict between the MSA and this Agreement, the provisions contained in
the MSA shall prevail over this Agreement.
9.6. Term This Agreement will remain in effect for five years from the date of the last disclosure of
Confidential Information (“Term”), at which time it will terminate, unless extended by the
disclosing party in writing.
9.7. Scope of the Agreement (a) This Agreement shall apply to all confidential and proprietary information disclosed
by Disclosing Party to the Receiving Party and other information which the disclosing
party identifies in writing or otherwise as confidential before or within (30) thirty days
after disclosure to the Receiving Party (“Confidential Information”). Such Confidential
Information consists of certain specifications, documents, software, prototypes and/or
technical information, and all copies and derivatives containing such Information that
may be disclosed to the Disclosing Party for and during the Business Purpose, which
a party considers proprietary or confidential.
(b) Such Confidential Information may be in any form or medium, tangible or intangible,
and may be communicated/disclosed in writing, orally, or through visual observation
or by any other means to the Receiving Party.
9.8. Obligations of the Receiving Party The Receiving Party shall:
(c) use the Confidential Information only for the Business Purpose and shall hold the
Confidential Information in confidence using the same degree of care as it normally
exercises to protect its own proprietary information, taking into account the nature of
the Confidential Information, and
(d) grant access to Confidential Information only to its employees on a ‘need to know
basis’ and restrict such access as and when not necessary to carry out the Business
Purpose.
(e) cause its employees to comply with the provisions of this Agreement;
69 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
69
(f) reproduce Confidential Information only to the extent essential to fulfilling the
Business Purpose, and
(g) prevent disclosure of Confidential Information to third parties; (h) disclose the Confidential Information to its consultants/contractors on a need to know
basis; provided that by doing so, the Receiving Party agrees to bind such consultants/
contractors to terms at least as restrictive as those stated herein. The Receiving Party
upon making a disclosure under this Clause shall:
(i) advise the consultants/contractors of the confidentiality obligations imposed on
them by this Clause.
(i) upon the Disclosing Party's request, the Receiving Party shall either return to the
disclosing party all Confidential Information or shall certify to the disclosing party that
all media containing Confidential Information have been destroyed.
Provided, however, that an archival copy of the Confidential Information may be
retained in the files of the Receiving Party's counsel, solely for the purpose of proving
the contents of the Confidential Information.
(j) not to remove any of the other Party’s Confidential Information from the premises of
the Disclosing Party without prior written approval.
(k) exercise extreme care in protecting the confidentiality of any Confidential Information
which is removed, only with the Disclosing Party’s prior written approval, from the
Disclosing Party’s premises. Each Party agrees to comply with any and all terms and
conditions the disclosing party may impose upon any such approved removal, such
as conditions that the removed Confidential Information and all copies must be
returned by a certain date, and that no copies are to be made off of the premises.
(l) Upon the Disclosing Party’s request, the Receving Party shall promptly return to the
Disclosing Party all tangible items containing or consisting of the disclosing party’s
Confidential Information all copies thereof.
9.9. Exceptions to Confidential Information The foregoing restrictions on each party's use or disclosure of Confidential Information shall
not apply to the Confidential Information that the Receiving Party can demonstrate that such
Confidential Information:
(m) was independently developed by or for the Receiving Party without reference to the
Information, or was received without restrictions; or
(n) has become generally available to the public without breach of confidentiality
obligations of the Receiving Party; or
(o) was in the Receiving Party's possession without restriction or was known by the
Receiving Party without restriction at the time of disclosure; or
70 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
70
(p) is the subject of a subpoena or other legal or administrative demand for disclosure;
provided, however, that the Receiving Party has given the disclosing party prompt
notice of such demand for disclosure and the Receiving Party reasonably cooperates
with the disclosing party's efforts to secure an appropriate protective order; or
(q) is disclosed with the prior consent of the disclosing party; or
(r) was in its possession or known to it by being in its use or being recorded in its files
or computers or other recording media prior to receipt from the disclosing party and
was not previously acquired by the Receiving Party from the disclosing party under
an obligation of confidence; or
(s) the Receiving Party obtains or has available from a source other than the disclosing
party without breach by the Receiving Party or such source of any obligation of
confidentiality or non-use towards the disclosing party.
9.10. Ownership of The Confidential Information (t) Each Party recognizes and agrees that all of the disclosing Party’s Confidential
Information is owned solely by the Disclosing Party (or its licensors) and that the
unauthorized disclosure or use of such Confidential Information would cause
irreparable harm and significant injury, the degree of which may be difficult to
ascertain. (b) By disclosing the Confidential Information or executing this Agreement,
Disclosing Party does not grant any license, explicitly or implicitly, under any
trademark, patent, copyright, mask work protection right, trade secret or any other
intellectual property right. The Disclosing Party disclaims all warranties regarding the
information, including all warranties with respect to infringement of intellectual
property rights and all warranties as to the accuracy or utility of such information.
(c) Access to Confidential Information hereunder shall not preclude an individual who
has seen such Confidential Information for the purposes of this Agreement from
working on future projects for the Disclosing Party which relate to similar subject
matters, provided that such individual does not make reference to the Confidential
Information and does not copy the substance of the Confidential Information during
the Term. Furthermore, nothing contained herein shall be construed as imposing any
restriction on the Receving Party's disclosure or use of any general learning, skills or
know-how developed by the Receving Party's personnel under this Agreement.
(d) Execution of this Agreement and the disclosure of Confidential Information pursuant
to this Agreement do not constitute or imply any commitment, promise, or inducement
by either Party to make any purchase or sale, or to enter into any additional
agreement of any kind.
9.11. Dispute Resolution (u) If a dispute arises in relation to the conduct of this Contract (Dispute), a party must
comply with this clause 7 before starting arbitration or court proceedings (except
71 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
71
proceedings for urgent interlocutory relief). After a party has sought or obtained any
urgent interlocutory relief that party must follow this clause 7.
(v) A party claiming a Dispute has arisen must give the other parties to the Dispute notice
setting out details of the Dispute.
(w) During the 14 days after a notice is given under clause 7(b) (or longer period if the
parties to the Dispute agree in writing), each party to the Dispute must use its
reasonable efforts through a meeting of Senior Executive (or their nominees) to
resolve the Dispute. If the parties cannot resolve the Dispute within that period then
any such dispute or difference whatsoever arising between the parties to this Contract
out of or relating to the construction, meaning, scope, operation or effect of this
Contract or the validity of the breach thereof shall be referred to a sole arbitrator to
be appointed by mutual consent of both the parties herein. If the parties cannot agree
on the appointment of the arbitrator within a period of one month from the notification
by one party to the other of existence of such dispute, then the Arbitrator shall be
appointed by the High Court of the jurisdiction specified in this agreement. The
provisions of the Arbitration and Conciliation Act, 1996 will be applicable and the
award made there under shall be final and binding upon the parties hereto, subject
to legal remedies available under the law. Such differences shall be deemed to be a
submission to arbitration under the Indian Arbitration and Conciliation Act, 1996, or
of any modifications, Rules or re-enactments thereof. The Arbitration proceedings will
be held at the jurisdiction specified in Item 27. Any legal dispute will come under the
sole jurisdiction specified in Item 27.
(b) The Receving Party agrees that the Disclosing Party shall have the right to obtain an
immediate injunction enjoining any breach of this Agreement, as well as the right to
pursue any and all other rights and remedies available at law or in equity for such a
breach.
9.12. Variation This Agreement may only be varied in writing and signed by both Parties.
9.13. Waiver Waiver including partial or conditional waiver, by either Party of any default by the other Party
in the observance and performance of any provision of or obligations under this Agreement:-
(x) shall be in writing
(y) shall not operate or be construed as a waiver of any other or subsequent default
hereof or of other provisions of or obligations under this Agreement;
(z) shall be executed by a duly authorized representative of the Party; and
(aa) shall not affect the validity or enforceability of this Agreement in any manner.
72 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
72
9.14. Exclusion Of Implied Warranties This Agreement expressly excludes any warranty, condition or other undertaking implied at
law or by custom or otherwise arising out of any other agreement between the Parties or any
representation by either Party not contained in a binding legal agreement executed by both
Parties.
9.15. Entire Agreement This Agreement and the Annexure together constitute a complete and exclusive statement of
the terms of the agreement between the Parties on the subject hereof, and no amendment or
modification hereto shall be valid and effective unless such modification or amendment is
agreed to in writing by the Parties and duly executed by persons especially empowered in this
behalf by the respective Parties. All prior written or oral understandings, offers or other
communications of every kind pertaining to this Agreement are abrogated and withdrawn.
9.16. Severability If for any reason whatever, any provision of this Agreement is or becomes invalid, illegal or
unenforceable or is declared by any court of competent jurisdiction or any other instrumentality
to be invalid, illegal or unenforceable, the validity, legality or enforceability of the remaining
provisions shall not be affected in any manner, and the Parties shall negotiate in good faith
with a view to agreeing to one or more provisions which may be substituted for such invalid,
unenforceable or illegal provisions, as nearly as is practicable to such invalid, illegal or
unenforceable provision. Failure to agree upon any such provisions shall not be subject to the
dispute resolution procedure set forth under this Agreement or otherwise.
9.17. No Partnership This Agreement shall not be interpreted or construed to create an association, joint venture or
partnership between the Parties, or to impose any partnership obligation or liability upon either
Party, and neither Party shall have any right, power or authority to enter into any agreement or
undertaking for, or act on behalf of, or to act as or be an agent or representative of, or to
otherwise bind, the other Party except as expressly provided under the terms of this
Agreement.
9.18. Third Parties This Agreement is intended solely for the benefit of the Parties and their respective successors
and permitted assigns, and nothing in this Agreement shall be construed to create any duty to,
standard of care with reference to, or any liability to, any person not a Party to this Agreement.
9.19. Successors And Assigns The Agreement shall be binding on and shall inure to the benefit of the Parties and their
respective successors and permitted assigns.
9.20. Notices Any notice or other communication to be given by any Party to the other Party under or in
connection with the matters contemplated by this Agreement shall be in writing and shall be
73 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
73
given by hand delivery, recognized courier, registered post, email or facsimile transmission
and delivered or transmitted to the Parties at their respective addresses set forth below:
If to Purchaser:
Attn: <***>
Tel:
Fax:
Email:
Contact:
With a copy to:
If to the Implementation Agency:
Attn. <***>
Phone: <***>
Fax No. <***>
9.21. Language All notices required to be given by one Party to the other Party and all other communications,
documentation and proceedings which are in any way relevant to this Agreement shall be in
writing and in the English language.
9.22. Counterparts This Agreement may be executed in counterparts, each of which, when executed and
delivered, shall constitute an original of this Agreement.
9.23. Mitigation Without prejudice to any express provisions of this Agreement on any mitigation obligations of
the Parties, each of the Purchaser and the Implementation Agency shall at all times take all
reasonable steps to minimize and mitigate any loss for which the relevant Party is entitled to
bring a claim against the other Party pursuant to this Agreement.
9.24. Removal Of Difficulties The Parties acknowledge that it is conceivable that the Parties may encounter difficulties or
problems in the course of implementation of the Project and the transactions envisaged under
this Agreement. The Parties agree and covenant that they shall mutually discuss such
difficulties and problems in good faith and take all reasonable steps necessary for removal or
resolution of such difficulties or problems.
IN WITNESS WHEREOF THE PARTIES HAVE EXECUTED AND DELIVERED THIS
AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.
74 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
74
SIGNED,
SEALED
AND
DELIVERED
For and on behalf of the Implementation Agency by:
SIGNED, SEALED AND
DELIVERED
For and on behalf of the
Purchaser by:
(Signature)
(Name)
(Designation)
(Address)
(Fax No.)
(Signature)
(Name)
(Designation)
(Address)
(Fax No.)
In the presence of:
1.
2.
75 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
75
10. Annexure 5 - Consortium Agreement DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE
CONSORTIUM
[On Non-judicial stamp paper of Indian Rupees 100 duly attested by notary public]
This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2015 at
[Place] among (hereinafter referred to as " ") and having office at
[Address], India, as Party of the First Part and _ _ (hereinafter referred as " _")
and having office at [Address], as Party of the Second Part and
(hereinafter referred as "_ _”) and having office at [Address], as Party of the Third Part.
The parties are individually referred to as Party and collectively as Parties.
WHEREAS Chennai Smart City Limitedhas issued a Request for Proposal dated [Date] (RfP) from the
Applicants interested in Request for Proposal for Selection of System Integrator for Design,
Supply, Implement, Commission, Operate & Manage the ITMS, Add Panels for Jammu Smart
City:
AND WHEREAS the Parties have had discussions for formation of a Consortium for bidding
for the said Project and have reached an understanding on the following points with respect
to the Parties' rights and obligations towards each other and their working relationship.
AS MUTUAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED
AND DECLARED AS FOLLOWS:
i. The purpose of this Agreement is to define the principles of collaboration among the
Parties to:
Submit a response jointly to Bid for the “Request for Proposal for Selection of System Integrator
for Design, Supply, Implement, Commission, Operate & Manage the ITMS, Add Panels for
Jammu Smart City” as a Consortium.
a. Sign Contract in case of award.
b. Provide and perform the supplies and services which would be ordered by
the JSCL pursuant to the Contract.
ii. This Agreement shall not be construed as establishing or giving effect to any legal
entity such as, but not limited to, a company, a partnership, etc. It shall relate solely
towards the JSCL for “Request for Proposal for Selection of System Integrator
for Design, Supply, Implement, Commission, Operate & Manage the ITMS, Add
Panels for Jammu Smart City” for and related execution works to be performed
pursuant to the Contract and shall not extend to any other activities.
iii. The Parties shall be jointly and severally responsible and bound towards the JSCL for
the performance of the works in accordance with the terms and conditions of the BID
document, and Contract.
76 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
76
iv. ------------------------------------ (Name of Party) shall act as Lead Partner of the
Consortium . As such, it shall act as the coordinator of the Party’s combined activities
and shall carry out the following functions:
a. To ensure the technical, commercial and administrative co-ordination of the work
package
b. To lead the contract negotiations of the work package with the JSCL.
c. The Lead partner is authorized to receive instructions and incur liabilities for and
on behalf of all Parties.
d. In case of an award, act as channel of communication between the JSCL and the
Parties to execute the Contract
v. That the Parties shall carry out all responsibilities as Developer in terms of the Project
Agreement.
vi. That the broad roles and the responsibilities of each Party at each stage of the
Bidding shall be as below:
• Lead Bidder: First
Consortium Member: _
• Second Consortium Member: _
vii. That the Parties affirm that they shall implement the Project in good faith and shall take
all necessary steps to see the Project through expeditiously.
viii. That this MoU shall be governed in accordance with the laws of India and courts in
Jammu shall have exclusive jurisdiction to adjudicate disputes arising from the terms
herein.
In witness whereof the Parties affirm that the information provided is accurate and true and have
caused this MoU duly executed on the date and year above mentioned.
(Lead bidder) ( First Consortium Member)(Second Consortium Member)
Witness:
i.
ii.
77 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
77
11. Annexure 6 - Format for Power of Attorney to Authorized Signatory
POWER OF ATTORNEY
[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp
Act. The stamp paper to be in the name of the company who is issuing the power of attorney.]
We, M/s. (name of the firm or company with address of the registered office) hereby
constitute, appoint and authorise Mr. or Ms. (Name and residential address) who is
presently employed with us and holding the position of _ , as our Attorney to do in our name
and our behalf all or any of the acts, deeds or things necessary or incidental to our RFP for
the Project _ (name of the Project), including signing and submission of the RFP response,
participating in the meetings, responding to queries, submission of information or documents
and generally to represent us in all the dealings with Client or any other Government Agency
or any person, in connection with the works until culmination of the process of bidding till the
Project Agreement is entered into with _ (Client) and thereafter till the expiry of the
Project Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this power of attorney and that all acts, deeds and things done by our aforesaid
Attorney shall and shall always be deemed to have been done by us.
(Add in the case of a Consortium)
Our firm is a Member or Lead bidder of the Consortium of , and
.
Dated this the day of 2019
(Signature and Name of authorized signatory)
(Signature and Name in block letters of all the remaining partners of the firm Signatory for the
Company)
Seal of firm Company
Witness 1: Witness 2:
Notes:
a. To be executed by all the members individually.
b. 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.
78 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
78
12. Annexure 7 - Format for Power of Attorney for Lead bidder of Consortium
[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp
Act. The stamp paper to be in the name of the company who is issuing the power of attorney]
Whereas has invited RFP response for (Name of the Project)
Whereas, the Members of the Consortium comprising of M/s. , M/s.
, M/s. and M/s. _ (the
respective names and addresses of the registered offices to be given) are interested in bidding
for the Project and implementing the same in accordance with the terms and conditions
contained in the RFP Documents.
Whereas, it is necessary for the members of the Consortium to designate one of them as the
lead member with all necessary power and authority to do, for and on behalf of the
Consortium/Joint Venture, all acts, deeds and things as may be necessary in connection with
the Consortium’s/Joint Venture’s RFP response for the Project.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT
We, M/s._ and M/s _ and M/s_ hereby designate M/s.
being one of the members of the Consortium/Joint Venture, as the lead member of the
Consortium/Joint Venture, to do on behalf of the Consortium/Joint Venture, all or any of the
acts, deeds or things necessary or incidental to the Consortium’s/Joint Venture’s RFP
response for the Project, including submission of the RFP response, participating in meetings,
responding to queries, submission of information or documents and generally to represent the
Consortium in all its dealings with Client or any other Government Agency or any person, in
connection with the Project until culmination of the process of bidding till the Project
Agreement is entered into with Client and thereafter till the expiry of the Project Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this power of attorney and that all acts, deeFds and things done by our aforesaid
Attorney shall and shall always be deemed to have been done by us or Consortium/Joint
Venture.
Dated this the day of 2019
(Signature)
(Name in Block Letter of Executant) [Seal of Company]
79 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
79
Witness 1 Witness 2
Notes:
To be executed by all the members individually, in case of a Consortium/Joint Venture.
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.
80 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
80
•
13. Annexure 8 – Formats for Submission of the Technical Bid 13.1. Technical Bid Check-List
Sl # Checklist Item Compliance
(Yes/No)
Page No. and
Section No. in the
Bid
1 Technical Bid Letter
2 Credential summary
3 Supporting Documents as Technical
Evaluation Criteria prescribed in section
3.10 of this volume of this RFP
4 Detailed proposed solution
5 Project plan and manpower plan
6 Proposed CVs of Project Team
7 Compliance to Requirement (Technical /
Functional Specifications)
8 Proposed unpriced Bill of Material
9 Manufacturers'/Producers’ Authorization
Form Anti-Collusion certificate
10 Anti-Collusion Certificate
11 Non-disclosure agreement
12 EMD
•
•
81 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
81
13.2. Technical Bid Covering Letter To,
[ ]
Date: dd/mm/yyyy
Subject: Request for Proposal for Selection of System Integrator for Design, Supply,
Implement, Commission, Operate & Manage the ITMS, Add Panels for Jammu Smart
City Ref: RFP No.<<…..>> dated << …..>>
Dear Sir,
I (in case of single bidder) or We, <<name of the undersigned Bidder and consortium
members>>, having read and examined in detail all the bidding documents in respect of “Request
for Proposal for Selection of System Integrator for Design, Supply, Implement,
Commission, Operate & Manage the ITMS, Add Panels for Jammu Smart City” do hereby
propose to provide our services as specified in the bid submitted by us.
It is hereby confirmed that I / We are entitled to act on behalf of our company / corporation
/ firm / organization and empowered to sign this document as well as such other
documents, which may be required in this connection.
We declare that all the services shall be performed strictly in accordance with the RFP
documents.
We confirm that the information contained in this response or any part thereof, including
its exhibits, and other documents and instruments delivered or to be delivered to JSCL,
is true, accurate, verifiable and complete. This response includes all information
necessary to ensure that the statements therein do not in whole or in part mislead the
department in its evaluation process. We also confirm that we shall not attract conflict of
interest in principle.
We hereby declare that in case the contract is awarded to us, we shall submit the
contract Performance bank guarantee in the form prescribed at Section 9 (Annexure 15)
of the RFP Volume I.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and
belief.
We understand that our bid is binding on us and that you are not bound to accept a Bid
you receive. This bid is valid for 180 days after opening of technical bid. We shall extend
the validity of the bid if required by JSCL.
Thanking you,
Yours sincerely,
82 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
82
(Signature of the Lead Bidder)
Printed
Name
Designation
Seal
Date:
Place:
Business Address:
83 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
83
13.3. Credential Summary
#
Project
Name
Client
Name
Client
Type
Project
Value
(in
Indian
Rupees)
Project
Components
Documentary
evidence
provided
(Yes or No)
Project
Status
(Completed
or
Ongoing or
Withheld) 1
2
3
4
5
6
7
· Client type – Indicate whether the client is Government or PSU or Private
· Project Components – Indicate the major project components like application
development for security surveillance, command and control center,
Maintenance, Hardware procurement and deployment, DC setup and
maintenance, Facility management services, provisioning manpower, IT
support and maintenance
· Documentary evidence provided – Indicate the documentary evidence provided
with the detailed project credential like work order or purchase order or
completion certificate or letter of appointment
· Project Status – Completed (date of project completion) or Ongoing (project start date)
84 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
84
13.4. Overview of Proposed Solution
Structure of Proposed Solution
Bidders are required to provide a detailed approach & methodology to execute the entire
project. Bidders shall articulate the response proposal addressing all pointers being
evaluated in the Technical Evaluation Criteria. So that the same can translated in the form of
presentation for showcasing to the Technical Evaluation Committee. The typical content
under the technical proposal shall contain the following
## Item
1. Understanding of requirement and Implementation approach
· Understanding of requirements
· Work Plan & its adequacy
2. Robustness and quality
· End to end integrated solution proposed
· Hardware deployment and integration approach encompassing all solutions
· Timelines and modalities for implementation in a time bound manner
· Project implementation approach or strategy and operations and
maintenance plan including comprehensiveness of fallback strategy and
planning during rollout
· Any other area relevant to the scope of work and other requirements of the
project
3. Assessment of Manpower deployment, Training and Handholding plan
· Deployment strategy of Manpower
· Contingency management
· Mobilization of existing resources and additional resources as required
· Training and handholding strategy
85 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
85
Project Plan
A Detailed Project Plan covering break-up of each phase into the key activities, along with
the start and end dates must be provided as per format given below.
Activity-wise Timelines
Sl. No. Detailed
Work Break down structur
Month wise Program
e
1 2 3 4 5 …
Project Plan
1 Activity 1
1.1 Sub-Activity 1
1.2 Sub-Activity 2
2
2.1
2.2
3
3.1
4
•
86 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
86
Activity-wise Timelines
Sl. No. Item of Activity Month wise
Program
Note: The above activity chart is just for the purpose of illustration. Bidders are requested to
provide detailed activity & phase wise timelines for executing the project with details of
deliverables & milestones as per their bid.
87 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
87
Manpower Plan
I. Till Go-Live (Implementation)
Manpower distribution
S. No. Role Month wise time to be spent by each personnel (in days)
Total
Month 1 Month 2 Month 3
… ...
Go-Live
1
Project Director
Onsite
Offsite
2 Project Manager Onsite
3 Solution Architect (DC) Onsite
4 Command Center Expert Onsite
5 IOT Expert Onsite
6 QA Manager Onsite
7 Master Trainer Onsite
9 <Add more rows as required>
Onsite
Total
88 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
88
• •
II. After Go-Live (Operation & Maintenance)
Manpower distribution
S. No.
Manpower
Detailed
Breakup
Total
Years
Year 1 Year 2 Year 3 Year 4 Year 5
1 Onsite/Offsite
2 Onsite/Offsite
3 Onsite/Offsite
4 Onsite/Offsite
5 Onsite/Offsite
6 Onsite/Offsite
7 Onsite/Offsite
8 Onsite/Offsite
9 <Add more rows as required>
Onsite/Offsite
Total
89 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
89
13.5. Details of Resources proposed
Summary of Resources proposed
Sr.No.
Name of the
resource
Proposed
Role
Highest
Degree
Basic
Qualification
(e.g., B.Sc. or
BE or MCA or
Post
Graduation)
Certifications
(e.g., PMP or
ITIL or
TOGAF or
CCNP etc.)
Total
Experience
(In Years)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
90 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
90
13.6. Curriculum Vitae (CV) of Team Members
•
1 Name:
1.
Proposed
position or role
(only one candidate shall be nominated for
each position)
2. Date of Birth Nationality
3.
Education
4.
5.
Years of
experience
Areas of
Expertise and
no. of years of
experience in
this area
(as required for the Profile)
6.
Certification s
and Trainings
attended
7.
Employment
Record
JSCL Position From To
[Starting with position and last 2 firms, list in reverse
order, resent giving
for each employment: dates of employment, name of
employing organization, positions held.]
Qualification Name of School
or College or
University
Degree
Obtained
Year of
Passing
•
91 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
91
14. Annexure 9 - Detailed Tasks Assigned (List all tasks to be performed under this project) •
15. Annexure 10 - Relevant Work Undertaken that Best Illustrates the experience as required for the Role)
•
Project 1
Name of assignment
Year
Location
JSCL
Main project features
Position held Activities performed
Project 2
Name of assignment
Year
Location
JSCL
Main project features
Position held
Activities performed
92 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
92
16. Annexure 11 - Proposed Bill of Material (Technical Bid)
The Bidder should provide the proposed Bill of Material (BoM) here. Bidders are required to mention the details of the make/brand and model against each line item, wherever applicable. The bid can be considered non-responsive in the absence of such details. Once the bidder provides this information in the submitted bid, the bidder cannot change it with any other component / equipment etc. of lower specifications / performance; it can only be upgraded at the time of actual deployment/installation.
Bill of Materials – CAPEX
Sr. No.
Item Description UOM Qty Make Model
Full Compliance (Yes/No)
Data Center
1 Unified Command & Control Center for TMMC
Nos. 1
2 Core Firewall with IPS Nos. 1
3 Anti-APT Nos. 1
4 Core Router Nos. 2
5 Core Switch including all modules Nos. 2
6 TOR Switch including all modules Nos. 2
7 Layer3 48 Port POE Switch all modules Nos. 2
8 Layer3 24 Port Non-POE Switch all modules
Nos. 2
9 Server Load Balancer Set 1
10 EMS Set 1
11 Endpoint Security Set 1
12 Rack GPU Server Nos. 2
13 Rack Server Nos. 5
14 SAN/IP SAN Storage Set 1
15 Backup Software Set 1
16 Unified management and Virtualization Solution
Set 1
17 Video Wall, Controller and Management Software
Set 1
18 VMS and Video analytics As per requirement
1
19 Integrated Data Center Infrastructure Set 1
20 30 KVA UPS Nos. 2
21 42U Rack with Biometric Lock Nos 4
93 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
93
22 Biometric Access Control and Fire alarm system
Set 1
23 DC CCTV Surveillance with Camera, storage and Switch
Set 1
24 DC Wireless access Point with
controller Set 1
25 Construction/Facelift of existing ATCS
Command center for 1000 Sq. area Set 1
26 Site Preparation Cost Lumpsum
1
27 Non-IT Requirements, Specifications & Office Interior
Nos 1
28 Passive Requirement including Fiber cable and DC components
Lumpsum
1
29 Professional Workstation Nos. 10
30 Desktop along with Help Desk software Nos. 5
31 Laser Multifunctional Device Nos. 2
32 DG Set Nos 1
33 Man Power for 03 years project management
As per requirement
1
ITMS - Field Equipment:
34 Field Junction Box for all locations Nos. 260
35 Camera Poles for Add Panel and Cameras Nos. 196
36 Heavy Poles for Ad Panel and PTZ Cameras Nos. 64
37 Industrial Grade Outdoor PoE switches (10% Spare to be maintained at Site all the time )
Nos 220
38 Field UPS for Outdoor locations (10% Spare to be maintained at Site all the time )
Nos 220
39 Networking Cost (Passive Components including Patch Panel, LIU, Cat6 Cable, Patch Cords)
Lump Sum
260
40 ANPR/RLVD Software Nos 365
41 ANPR Cameras (10% Spare to be maintained at Site all the time )
Nos 365
42 RLVD Cameras (10% Spare to be maintained at Site all the time )
Nos 195
43 Local Processing unit (10% Spare to be maintained at Site all the time )
Nos 220
44 AD Panels (10% Spare to be maintained at Site all the time )
Nos 220
94 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
94
45 Field Site Preparation cost Nos 260
46 IP Based Public Announcement system with touch screen intercom microphone and accessories
Nos 1
47 Outdoor IP Based smart speakers (10% Spare to be maintained at Site all the time )
Nos 260
48 Emergency call box with complete hardware and accessories
Nos 260
49 IP Fixed Box Cameras (10% Spare to be maintained at Site all the time )
Nos 225
50 IP PTZ Cameras (10% Spare to be maintained at Site all the time )
Nos 80
51 128 GB SD Card for all cameras Nos 865
52 Road Marking (Zebra / Stop line) at all Junctions
Nos 260
53 Electrical Work and Power supply with Mains switch at all Junctions
Nos 260
54 Pollution / Environmental Sensors/Air Quality Sensors
Nos 2
55 Rain Gauges Sensors/Particulate Sensors Nos 2
56 Hand Held Terminals for E-Challans Nos 50
57 Commissioning and integration cost Lumpsum
1
95 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
95
Sr. No.
Item Description
Unit
Q
ua
nti
ty
Unit
Rate Price
Tax Amount (GST/Duties/
Etc.) on 4
Amount (Including Tax)
1 2 3 4 = (2 x 3) 5 6 = (4 + 5) Data Center
1 Unified Command &
Control Center for TMMC Nos.
1
2 Core Firewall with IPS Nos. 1
3 Anti-APT Nos. 1
4 Core Router Nos. 2
5 Core Switch including all
modules Nos.
2
6 TOR Switch including all
modules Nos.
2
7 Layer3 48 Port POE Switch
all modules Nos.
2
8 Layer3 24 Port Non-POE
Switch all modules Nos.
2
9 Server Load Balancer Set 1
10 EMS Set 1
11 Endpoint Security Nos. 1
12 Rack GPU Server Nos. 2
13 Rack Server Set 5
14 SAN/IP SAN Storage Set 1
15 Backup Software Set 1
16 Unified management and
Virtualization Solution
As per requirement
1
17 Video Wall, Controller and
Management Software Set
1
18 VMS and Video analytics Nos. 1
19 Integrated Data Center
Infrastructure Nos
1
20 30 KVA UPS Set 2
21 42U Rack with Biometric
Lock Set
4
22 Biometric Access Control
and Fire alarm system Lumsum
1
23 DC CCTV Surveillance
with Camera, storage and
Switch
Nos 1
24 DC Wireless access Point
with controller Lumsum
1
96 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
96
25 Construction/Facelift of
existing ATCS Command
center for 1000 Sq. area
Nos. 1
26 Site Preparation Cost Nos. 1
27 Non-IT Requirements,
Specifications & Office
Interior
Nos. 1
28 Passive Requirement
including Fiber cable and
DC components
Nos 1
29 Professional Workstation As per
requirement 10
30 Desktop along with Help
Desk software Nos
5
31 Laser Multifunctional
Device Nos
2
32 DG Set Nos 1
33 Man Power for 03 years
project management
As per requirement
1
ITMS - Field Equipment:
34 Field Junction Box for all
locations
Nos. 26
0
35 Camera Poles for Add
Panel and Cameras
Nos. 19
6
36 Heavy Poles for Ad Panel
and PTZ Cameras Nos. 64
37
Industrial Grade Outdoor
PoE switches (10% Spare to
be maintained at Site all the
time )
Nos 22
0
38
Field UPS for Outdoor
locations (10% Spare to be
maintained at Site all the
time )
Nos 22
0
39
Networking Cost (Passive
Components including
Patch Panel, LIU, Cat6
Cable, Patch Cords)
Lump Sum 26
0
40 ANPR/RLVD Software Nos 36
5
97 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
97
41 ANPR Cameras (10%
Spare to be maintained at
Site all the time )
Nos 36
5
42 RLVD Cameras (10%
Spare to be maintained at
Site all the time )
Nos 19
5
43 Local Processing unit (10%
Spare to be maintained at
Site all the time )
Nos 22
0
44 AD Panels (10% Spare to
be maintained at Site all
the time )
Nos 22
0
45 Field Site Preparation cost Nos 26
0
46
IP Based Public
Announcement system
with touch screen intercom
microphone and
accessories
Nos 1
47
Outdoor IP Based smart
speakers (10% Spare to be
maintained at Site all the
time )
Nos 26
0
48 Emergency call box with
complete hardware and
accessories
Nos 26
0
49
IP Fixed Box Cameras
(10% Spare to be
maintained at Site all the
time )
Nos 22
5
50 IP PTZ Cameras (10%
Spare to be maintained at
Site all the time )
Nos 80
51 128 GB SD Card for all
cameras Nos 86
5
52 Road Marking (Zebra / Stop
line) at all Junctions
N
os
53 Electrical Work and Power
supply with Mains switch at
all Junctions
Nos 26
0
98 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
98
17. Annexure 12 – Formats for Submission of the Commercial Bid (will be given in online portal)
General Instructions
a. Bidder should provide all prices as per the prescribed format as per the RFP.
Bidder should not leave any field blank. In case the field is not applicable, Bidder
must indicate “0” (Zero) in all such fields.
b. All the prices are to be entered in Indian Rupees ONLY
c. All unit rates indicated in the schedules shall be inclusive of all taxes, GST levies,
duties etc. The prices should also be inclusive of all costs till end of the contract
period.
d. JSCL, reserves the right to ask the Bidder to submit proof of payment against any of the
GST/taxes, duties, levies indicated.
e. The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging
54 Pollution / Environmental
Sensors/Air Quality
Sensors
Nos 2
55 Rain Gauges
Sensors/Particulate Sensors Nos 2
56 Hand Held Terminals for
E-Challans Nos 50
57 Commissioning and
integration cost
Lumpsum 1
Training and Overall Project Management
58 Functional Training (batch of 10 trainees per batch)
Lumsum 30
59 Administrative Training batches
Lumsum 10
60 Sr. Management Training Batches
Lumsum 10
61 ProjectManagement/Coordination during implementation
Lumsum 10
62 Security Audit Charges As per requirement
1
63 Operational Expenses during implementation
As per requirement
1
99 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
99
and other related items.
f. The Unit Rate as mentioned in the following formats shall be used for the
purpose of ‘Change Order’ for respective items, if any. However, based on the
market trends, JSCL,, retains the right to negotiate this rate for future
requirement
g. Bidder shall be bound to give same or more % discount on the list price on the
future purchases by JSCL,. SI shall ensure that the future products supplied are
of latest specifications as per the OEM roadmap.
h. For the purpose of evaluation of Commercial Bids, the JSCL,, shall make
appropriate assumptions to arrive at a common bid price for all the Bidders. This
however may not direct co-relation with the Contract value or actual payment
to be made to the Bidder.
i. The detailed commercial bid as per given templates below shall be submitted in
separate sealed covers. The summary of the commercial bid should be indicated
in as per prescribed template in the online portal.
Sr. No.
Particulars
Year_1 Year_2 Year
_3 Year
_4 Year_5
Amount for 5 years
Applicable
Tax
Amount
on "6"
Amount for 5 years
with Tax
1 2 3 4 5 6 = sum(
1,2,3,4,5) 7 8 = (6 +
7)
Data Center
1 Cloud based Smart DR connectivity
2
Connectivity to TMMC
for all cameras
live/recording, PA system,
Ad panels, etc
3 Connectivity to 260 field
Junctions from TMMC
4 O&M for Networking and fiber connectivity
5 Re-Training and Overall
Project Management
during O&M Period
6 CCTV Surveillance data
Management
7
Facility Management,
Technical & Operational
support by Technical/
Operational /Support
personnel of SI
100 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
100
Detailed Price bid template are given in 8.1 is only for illustrative purpose.
Capital Expenditure (Capex (A))
Operational Expenditure (Opex (B))
Sub-Total S.No
Particulars
Total Amount with Taxes
1
Sub Total Section I –CAPEX (A)
2
Sub Total Section I –OPEX (B)
3 Total Section-1 (Total Project Cost) T
Note:
The above table total cost summaries the actual project cost & contract value for the
bidder. The payments to the successful bidder would be made at the rate of 82% of the
total Cost(T) during construction period of 09 months and the balance 18% of the total
Cost(T) during operation and maintenance period of 36 months in 12 equal quarterly
payments. .
8 Additional Infrastructure /
Services (if any)
9 Smart Environmental
Sensors
Sub Total Section 1: OPEX (B)
101 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
101
18. Annexure 13 - Payment Terms & Payment Schedule
a) The request for payment shall be made to the JSCL in writing, accompanied by invoices,
the services performed, and by the required documents submitted pursuant to general
conditions of the contract and upon fulfillment of all the obligations stipulated in the
Contract.
b) Due payments shall be made by the Authority, after submission of an invoice on monthly
basis
c) Payment shall be made to the System Integrator within 30 days of the submission of the
invoices to the JSCL.
d) In case of any delay of Payment beyond 30 days after submission of monthly invoice,
interest charges at the rate of RBI prime lending rate will be payable from the
Authority.
e) The currency or currencies in which payments shall be made to the system Integrator
under this Contract shall be Indian Rupees (INR) only.
f) All remittance charges shall be borne by the system Integrator g) In case of disputed items, only the disputed amount shall be withheld and shall be paid
only after settlement of the dispute.
h) Any penalties/-liquidated damages, as applicable, for delay and non-performance, as
mentioned in this Request for Proposal document, shall be deducted from the due payments of the respective subsequent payments.
i) Taxes, as applicable, shall be deducted, as per the prevalent rules and regulations
Payment Schedule
S.no Payment Schedule Timelines % Payment
1 Mobilization Advance at the time of project agreement signed
T + 10 days 10% of Awarded Contract Cost
2 Monthly Payments to be released to the
system Integrator during the construction period after submission of monthly invoices
Monthly As per work certified
3 Quarterly Payments - Operations & Maintenance Phase for a period of 03 years
G+12 Quarters
1.5% of Awarded Contract cost
Note:
T is the date of signing of contract G is the date of Go Live of the Entire solution & also marks the commencement of O&M Phase (the exact date of commencement of O&M shall be decided by Authority)
102 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
102
19. Annexure 14 - Bank Guarantee for Earnest Money Deposit and Change Control Note
19.1. Form 1: Earnest Money Bank Guarantee
To,
<Name> <Designation> <Address> <Phone Nos.> <Fax Nos.> <email id>
Whereas <<Name of the Bidder>> (hereinafter called 'the Bidder') has submitted the bid for Submission of RFP # <<RFP Number>> dated <<Date>> for <<Name of the assignment>> (hereinafter called "the Bid") to <Purchaser>
Know all Men by these presents that we << >> having our office at <<Address>> (hereinafter called "the Bank") are bound unto the <Purchaser> (hereinafter called "the Purchaser") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>> only) for which payment well 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 <<Date>>
The conditions of this obligation are:
1. If the Bidder having its bid withdrawn during the period of bid validity specified by the Bidder
on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the
period of validity of bid
(a) Withdraws his participation from the bid during the period of validity of bid document; or
(b) Fails or refuses to participate in the subsequent Tender process after having been short
listed;
We undertake to pay to 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
103 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
103
the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to <<insert date>> and including <<extra time over and above mandated in the RFP>> from the last date of submission and any demand in respect thereof should reach the Bank not later than the above date.
NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:
I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>> (Rupees
<<Amount in words>> only)
II. This Bank Guarantee shall be valid upto <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this Bank Guarantee that we receive a valid written claim or demand for
payment under this Bank Guarantee on or before <<insert date>>) failing which our liability
under the guarantee will automatically cease.
(Authorized Signatory of the Bank)
Seal:
Date:
104 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
104
Change Control Note CCN Number:
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any attachments as
A1, A2, and A3 etc.)
Authorized by : Date:
Name:
Signature:
Received by the IP
Date:
Name:
Signature:
Change Control Note
CCN Number:
Part B : Evaluation
(Identify any attachments as B1, B2, and B3 etc.)
Changes to Services, charging structure, payment profile, documentation, training, service levels
and component working arrangements and any other contractual issue.
Brief Description of Solution:
105 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
105
19.2. Form 2: Change Control Notice (CCN) Format
Impact:
Deliverables:
Timetable:
Charges for Implementation:
(including a schedule of payments)
Other Relevant Information:
(including value-added and acceptance criteria)
Authorized by the Implementation
Partner
Date:
Name:
Signature:
106 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
106
20. Annexure 15 - Illustrative Manufacturers'/Producers’ Authorization Form No.
Date:
To:
OEM Authorization Letter
Dear Sir:
Ref: Your RFP Ref: [*] dated [*]
We who are established and reputable manufacturers / producers of
________________________ having factories / development facilities at (address of factory /
facility) do hereby authorize M/s ___________________ (Name and address of Agent) to
submit a Bid, and sign the contract with you against the above Bid Invitation.
We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the above firm against this Bid Invitation. We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Supplier:
a. Such Products as the Purchaser may opt to purchase from the Supplier, provided, that
this option shall not relieve the Supplier of any warranty obligations under the
Contract; and
b. in the event of termination of production of such Products:
i. advance notification to the Purchaser of the pending termination, in sufficient
time to permit the Bank to procure needed requirements; and
ii. Following such termination, furnishing at no cost to the Purchaser, the
blueprints, design documents, operations manuals, standards, source codes
and specifications of the Products, if requested.
We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract.
Yours faithfully,
107 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
107
(Name) (Name of Producers) Note: This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to bind the manufacturer. The
Bidder in its Bid should include it.
108 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
108
21. Annexure 16 - Performance Bank Guarantee
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<email id>
Whereas, <<name of the supplier and address>> (hereinafter called “the Bidder”) has undertaken, in pursuance of contract no. <<insert contract no.>> dated. <<insert date>> to provide Implementation services for <<name of the assignment>> to <Purchaser> (hereinafter called “the beneficiary”)
And whereas it has been stipulated by in the said contract that the Bidder shall furnish you with a bank guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the contract;
And whereas we, <<name of the bank>> a banking company incorporated and having its head /registered office at <<address of the registered office>> and having one of its office at <<address of the local office>> have agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, upto a total of Rs.<<insert value>> (Rupees <<insert value in words>> only) and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of Rs .<<insert value>> (Rupees <<insert value in words>> only) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the Bidder shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.
This Guarantee shall be valid until <<Insert Date>>)
Noth withstanding anything contained herein:
109 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
109
I. Our liability under this bank guarantee shall not exceed Rs <<insert value>> (rupees
<<insert value in words>> only).
II. This bank guarantee shall be valid upto <<insert expiry date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this bank guarantee that we receive a valid written claim or demand for
payment under this bank guarantee on or before <<insert expiry date>>) failing which our
liability under the guarantee will automatically cease.
110 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
110
22. Appendix 17: - Format for Evidence of Access to or Availability of Credit Facilities
BANK CERTIFICATE This is to certify that M/s. …………………………… is a reputed company with a good financial
standing.
If the contract for the work, namely “[insert name of the work]” is awarded to
the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.
…………………… to meet their working capital requirements for executing the above
contract.
Name of Bank
Senior Bank Manager
Address of the Bank
111 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
111
23. Appendix 18: - Affidavit Regarding Abandoned Works and Undertaking
1. I, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm M/s ........................................……. have abandoned any work nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this bid.
3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested
by the Department to verify this statement or regarding my (our) competence and
general reputation.
4. The undersigned understands and agrees that further qualifying information may
be requested and agrees to furnish any such information at the request of the
Department/Project implementing agency.
(Signed by an Authorized Officer of the Firm)
Title of Officer
Name of Firm
DATE:-
112 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
112
24. Appendix 19:- Statement of Ethical Conduct, Fraud and Corruption
We, the undersigned confirm in the preparation of our bid that:
1. Neither we, nor any of our employees, associates, agents, shareholders, consultants,
partners or their relatives or associates have any relationship that could be regarded as
a conflict of interest as set out in the bidding document.
2. Should we become aware of the potential for such a conflict will report it immediately
to the procuring organization.
3. That neither we, nor any of our employees, associates, agents, shareholders, partners
consultants or their relatives or associates have entered into corrupt, fraudulent, coercive
or collusive practices in respect of our bid or proposal.
4. We understand our obligation to allow the Government of Jammu & Kashmir to
inspect all records relating to the preparation of our bid and any contract that may
result from such, irrespective of if we are awarded a contract or not.
5. In connection with this procurement exercise and any contract that is awarded to us as
a result thereof, no payments have been made or will be made by us, our associates,
agents, shareholders, partners or their relatives or associates to any of the staffs,
associates, consultants, employees or relatives of such who are involved with the
procurement process, contract implementation, and the issuance of progress payment
on behalf of the purchaser, client or JSCL.
Signed: [signature of person authorized by the Bidder to sign the bid submission form and
whose name and title are shown below]
Name: [insert full name]
Title: [insert official title]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
Dated on day of , [insert date of signing
113 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
113
25. Appendix 20: - Bank Guarantee For Advance Payment / Mobilisation Advance PROFORMA OF BANK GUARANTEE (FOR MOBILISATION ADVANCE) (Judicial Stamp paper of appropriate value as per stamp Act-of J&K state) In consideration of the Jammu Smart City Limited, having its Registered Office at------------------------------------ Jammu (hereinafter called “JSCL" which expression shall unless repugnant to the subject or context include his successor and assigns) having agreed under the terms and conditions of Letter of Award No...... dated...... made between................... and JSCL in connection with...... (hereinafter called "the said contract") to make at the request of the Contractor a Mobilization Advance of Rs........for utilizing it for the purpose of the Contract on his furnishing a guarantee acceptable to JSCL, we the ........ Bank Ltd., (hereinafter referred to the "the said Bank") and having our registered office at......... do hereby guarantee the due recovery by JSCL of the said advance as provided according to the terms and conditions of the Contract. We......... do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely on a demand from JSCL stating that the amount claimed is due to JSCL under the said Agreement. Any such demand made on the........shall be conclusive as regards the amount due and payable by the........ under this guarantee and......... agree that the liability of the .............. to pay JSCL the amount so demanded shall be absolute and unconditional notwithstanding any dispute or disputes raised by the Contractor and notwithstanding any legal proceeding pending in any court or Tribunal relating thereto. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs...... We ……. Bank further agree that JSCL shall be the sole judge of and as to whether the amount claimed has fallen due to JSCL under the said agreement or whether the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and the extent of loss or damage caused to or suffered by JSCL on account of the said advance together with interest not being recovered in full and the decision of JSCL that the amount has fallen due from contractor or the said Contractor has not utilized the said advance or any part thereto for the purpose of the contract and as to the amount or amounts of loss or damage caused to or suffered by JSCL shall be final and binding on us.We, the said Bank, further agree that the Guarantee herein contained shall remain in full force and effect till the said advance has been fully recovered and its claims satisfied or discharged and till JSCL certify that the said advance has been fully recovered from the said Contractor, and accordingly discharges this Guarantee subject, however, that JSCL shall have no claims under this Guarantee after the said advance has been fully recovered, unless a notice of the claims under this Guarantee has been served on the Bank before the expiry of the said Bank Guarantee in which case the same shall be enforceable against the Bank.JSCL shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or indemnity from time to time to vary any of the terms and conditions of the said Contract or the advance or to extend time of performance by the said Contractor or to postpone for any time and from time to time of the Jammu Smart City Limited for Construction of --------------powers exercisable by it against the said Contractor and either to enforce or for bear from enforcing any of terms and conditions governing the said Contract or the advance or securities available to JSCL and the said Bank shall not be released from its liability under these presents by any exercise by JSCL of the liberty with reference to the matters aforesaid or by reasons of time being given to the said Contractor
114 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
114
or any other forbearance, act or omission on the part of JSCL or any indulgence by JSCL to
the said Contractor or of any other matter or thing whatsoever which under the law relating to
sureties would but for this
have the effect of so releasing the bank from its such liability. 5.0 It shall not be necessary for
JSCL to proceed against the Contractor before proceeding against the Bank and the Guarantee
herein contained shall be enforceable against the Bank notwithstanding any security which JSCL
may have obtained or obtain from the Contractor or shall at the time when proceedings are taken
against the
Bank hereunder be outstanding or unrealized.We, the said Bank, lastly undertake not to revoke
this Guarantee during its currency except with the previous consent of JSCL in writing and agree
that any change in the constitution of the said Contractor or the said Bank shall not discharge our
liability hereunder.Dated this-------day of-------
For and on behalf of Bank
(NAME AND DESIGNATION)
SEAL
115 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
115
26. Appendix 21: Letter of Acceptance
. Date;
To…………………………………(Name & Address of the Contractor
Dear Sir (S)
This is to notify you that your Bid dated…………..for execution of the
[Name of the contract and identification number, as given in the
Instructions to Bidders] for the Contract Price of Rupees
( _) [amount in words and figures], as corrected and modified in accordance with
the Instructions to Bidders1 is hereby accepted by our Agency.
We note that as per bid, you do not intend to subcontract any component of work
(Or)
We note that as per bid, you propose to employ as subcontractor for
executing
(Delete whichever is not applicable)
You are hereby requested to furnish Performance Security and Additional
Performance Security (if any) in the form detailed in Para 34.1 of ITB for an amount of
Rs…………... within 21 days of the receipt of this letter of acceptance and sign the contract
failing which action as stated in Para 34.3 of ITB will be taken.
Yours faithfully,
Authorized
Signature
Name and Title of Signatory
Ahency……………….
116 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
116
27. Annexure 22: Agreement Form
This Agreement ,made the………………………day of ……….20, between _
[name and address of JSCL] (hereinafter called “the JSCL)” of the one part and
[name and address of contractor] (hereinafter called “the Contractor”) of the other part. Whereas
the JSCL is desirous that the Contractor for “[insert name of the work], [name and identification
number of Contract] (hereinafter called “the Works”) and the JSCL has accepted the Bid by
the Contractor for the execution and completion of such Works and the remedying of any defects
therein, at a contract price of Rs.......................................
NOW THIS AGREEMENT WITNESSETH as
follows:
1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to, and
they shall be deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the JSCL to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the JSCL to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of
the Contract.
3. The JSCL hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying the defects wherein the Contract
Price or such other sum as may become payable under the provisions of the Contract at
the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.:
i. Letter of Acceptance
ii. Notice to proceed with the
works
iii. Contractor’s Bid
iv. Contract Data
v. Conditions of Contract (including Special Conditions of Contract)
vi.Specificatios
vii. Drawings
viii. Bill of Quantities (Optional)
ix . Any other document listed in the CONTRACT DATA as forming part of the contract
.In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.
The Common Seal of
was hereunto affixed in the presence of: Signed, Sealed and Delivered by the said
117 RFP for ITMS and Ad Panels in Jammu City
Jammu Smart City Ltd.
117
28. Annexure 23:- Completion Certificate 1 I, ……………………. (Name of the JSCL Engineer In charge), acting as the Engineer in
Charge, under and in accordance with the Agreement dated ………… (the “Agreement”),
for Name of work………………………………………………………………. on
Item Rate basis through …………………. (Name of Contractor), hereby certify that the
Tests and Trial runs in accordance with the Agreement have been successfully undertaken
to determine compliance of the Project--------------------------------------- with the
provisions of the Agreement, and I am satisfied that the Project can be safely and reliably
placed in service of the Users thereof. 2 It is certified that, in terms of the aforesaid Agreement, all works forming part of Project
have been completed, and the Project is hereby declared fit for into operation on this the
…….........… day of ……........… 20…..
SIGNED, SEALED AND DELIVERED