rfp for consortium partners for patnatender.itiltd-india.com/bgp/tenders/rfp for consortium partners...

34
Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018 Page 1 of 34 Request For Proposal (RFP) For Selection of Consortium partners for addressing Smart city project of Patna Master System Integrator and Smart city solution provider ITI Limited Bangalore Plant PART 1

Upload: others

Post on 16-Apr-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 1 of 34

Request For Proposal (RFP)

For Selection of Consortium partners for addressing Smart city project of Patna

Master System Integrator and

Smart city solution provider

ITI Limited

Bangalore Plant

PART 1

Page 2: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 2 of 34

INTRODUCTION

ITI Limited, a Public Sector Undertaking under the Department of

Telecommunications, Ministry of Communications & IT, is a leading Telecom

equipment manufacturer and solution provider in India. The major customers are

BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State govt

bodies etc.

• ITI seeks the partnership from Reputed Technology Providers for

complete INTEGRATED SMART SOLUTION FOR SMART

CITY OF PATNA as per RFP of the customer as mentioned below.

• ITI will form consortium of Partner/s (maximum of four including

ITI) covering entire scope of work as per the RFP requirements of

Customer.

• The Technology Partner/s shall be willing to support ITI for the said

RFP for bidding, Supply, Installation & Maintenance for

INTEGRATED SMART SOLUTION to be offered to customer.

• Support to be provided for minimum 5 years after commissioning

and GO LIVE of entire system and asper Customer conditions.

With this background, ITI invites business proposal from Technology providers

of INTEGRATED SMART SOLUTION who are fulfilling the Terms &

conditions of this RFP to address the targeted customer tender.

PART 2

SCOPE OF THE WORK

ITI plans to address INTEGRATED SMART SOLUTION FOR SMART

CITY tender floated by Patna

(https://www.eproc.bihar.gov.in/ROOTAPP/NewTenderFreeView.jsp?enc%3DVZCekM6YzQd7L0yLzV

%2Bm3ukcBLCOYAcZ9EcUSkFmh5VISB3kRN7SMdJbzKOm038eIbxY%2BLU46GI4%0D%0AX3Pkr7

kJXA%3D%3D%26chkSum%3Dbf155be7e5ab687f581b0f3dea0ec6fed7c27a91&ymns=3&ymnsl=1&c

ol5=&col4=&col7=&col6=&col1=&col3=&col2=&iPageStart=1&iStart=1&) and all the

corrigendum’s released by Patna. Through this RFP ITI intends to partner with

OEMs / Technology providers / System Integrators with experience of

Installation of various Smart city solutions such as Command Control and

Communication Centre Application, ICT Hardware Components for Data Centre,

Enterprise GIS, Web Portal and Mobile Application, Network Backbone and

Internet Connectivity, Smart Urban Solution, Public Address (PA) System,

Emergency Call Box (ECB) System, Variable Message Sign boards, Smart

Parking Management System (SPMS), Integrated Traffic Management System

(ITMS), CCTV Surveillance System and integrating Smart solutions to the server

etc i.e., for Survey, Design, Development, Implementation, Integration, Testing,

Training and Maintenance of the Smart City – ICT Solutions.

Page 3: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 3 of 34

As per Scope of work, the bidder shall provide the complete product with

Solution as per complete specifications and terms & Conditions of Customer’s

RFP vide reference above on total back- to -back basis. With this background, ITI

invites proposal from OEMs / Technology providers / SI and Indian Registered

Companies hereinafter referred to as “Bidder/s”, to address customer specific

Tender for INTEGRATED SMART SOLUTION FOR PATNA SMART

CITY. The detailed scope of work along with GroupWise break-up is mentioned

at Annexure I. Bidder can respond to any and /or all the groups or as mentioned

at Annexure I. A separate MOU / Consortium agreement will be signed between

the selected partner/s & ITI.

The bidder shall determine the total base sale price (BSP) of their quoted part

excluding of all applicable taxes and duties as per Annexure-1. Based on this

calculated value, the bidder shall quote a fixed percentage of the total arrived

base sale price value as margin for ITI. The taxes to be quoted separately.

However, the successful bidder shall submit the detailed pricing as per the

individual bill of Quantities ( BOQ) for the quoted part inclusive of all taxes and

duties at least two days before ITI’s submission of the consolidated bid to the

end customer viz. Patna Smart City Ltd.

PART 3

CRITICAL INFORMATION

Submission of a proposal in response to this notice shall be deemed to have been

done after careful study and examination of this document and customer’s RFP

with full understanding of its terms, conditions and implications.

Sl.

No.

Information Details

1. RFP Ref. and Date ITI/BGP/IOT/RFP/PATNA-01

Dated 14-08-2018

2. Last date for submission of RFP

proposal

23-08-2018 @ 10:00 hrs

3. Address at which proposal in

response to RFP is to be submitted

DGM-MM

Bangalore Plant,

ITI limited, Doorvaninagar

Bangalore - 560 016.

Phone No.: 9986597700

E - Mail: [email protected]

4. Opening of technical bids 23-08-2018 @ 11:00 A.M

PART 4

ELIGIBILITY CONDITIONS

Page 4: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 4 of 34

• The Bidder as the consortium member shall have the capability for the

INTEGRATED SMART CITY SOLUTION technology as per the

Customer’s RFP and fulfil the following conditions to enable ITI to

Address the Bid for Supply, Installation and maintenance of

INTEGRATED SMART CITY SOLUTION

• Bidder shall be in operations for a period of at least five (5) years as on

published date of RFP.

• The Bidder for single group (group A or B or C) as the consortium

member shall have an average annual turnover of INR 200 crore from

ICT/IT Infrastructure/System, Integration Services/ IT, ITES, e

Governance services

• The Bidder for single group (group A or B or C) as the consortium

member shall have sufficient manpower to carry out the activities as per

RFP and also Bidder shall deploy complete competent project Management

team during project implementation and there after operation staff.

Technical Manpower list with qualification to be enclosed.

• The bidder as a member of consortium should have positive net worth as

per the audited consolidated financial statements in each of the last 3

financial years as on date of bid submission.

• The Bidder shall not be black listed by any Govt. Agency or any PSU in

India as on the date of bid submission.

• The Bidder shall have successfully executed below mentioned projects

with cumulative value of INR 50 crore in last five years (excluding civil

work):

1) Data Centre / Servers- Storage Infrastructure establishment (Min cut-off

value of successfully executed cumulative projects in this segment is

minimum 1 Project- INR 10 Crores)

2) Surveillance including Surveillance of City /Airport projects (Min

number of successfully executed minimum 1 project INR 10 Crores)

3) Command and control centre/ City Control Room/ Communication

Centre (Min number of successfully executed minimum 1 project INR 10

Crores)

The bidder shall submit valid work orders and completion certificates.

Page 5: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 5 of 34

• The Bidder shall have successfully executed at least one project value of

Rs.5 Crore for e-Gov. for government/PSU agency in last 7 years

(excluding any kind of civil work)

The bidder shall submit valid workorders and completion certificates.

• Bidder should have experience in implementation and maintenance of

following project of value not less than cumulative value of INR 20 Crore

for any of the following:

a)Utility Management SCADA (Water OR Electricity) or

b) Command & Control Centre / Network Operations Centre (NOC) or

c) Surveillance command center or

d) ITMS or

e) ERP system or

f) Multi-layer GIS or

g) Smart Solid Waste Management System for city

h) Environmental Sensors/Parking/Street lighting.

In India or abroad in last 7 years. Bidder can propose separate (one or

more) projects for each component for evaluation. The bidder shall submit

valid workorders and completion certificates.

• The bidder should have PAN, GST registrations in India for carrying out

the scopes covered in the tender.

• The bidder for group A should have CMMi level 3 or higher certification

and shall submit copies of valid certificates.

• The bidder should satisfy Pre-qualification criteria and technical evaluation

framework, technical marking matrix as per customers RFP for the

corresponding group quoted.

• The bidder should possess any of the below mentioned certification which

are valid at the time of bidding:

ISO 9001:2008/2015

ISO 20000:2011 for IT Service Management

ISO 27001:20013 for Information Security Management System and

shall submit copies of valid certificates.

Page 6: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 6 of 34

PART 5

GENERAL CONDITIONS

1. Bidders shall send their proposal in single sealed cover to the following

address:

DGM-MM

Bangalore Plant,

ITI limited, Doorvaninagar

Bangalore - 560 016.

Phone No.: 9986597700

E - Mail: [email protected]

2. Period of Validity of offers: The offer shall remain valid for a period of at

least 180 days from the due date of bid submission. Offers valid for a

shorter period shall be rejected.

3. The last date for receiving the proposal 23-08-2018, 10.00 hrs.

4. In case the date of submission of bid is declared to be a holiday, the bid

may be submitted on the next working day of ITI.

5. In case there are any clarifications on this notification, please contact

Manager – IOT at [email protected].

6. Late offer: Any offer received after the prescribed timeline shall be

rejected and shall be returned unopened to the vender.

7. Language of offers: The offers prepared by the vendor and all the

correspondences and documents relating to the offers exchanged by the

vendor, shall be in English language.

8. Award of Contract: After completing evaluation and selection of

Technology Partners based on the offer and further negotiations, if any, ITI

shall enter into a Memorandum of Understanding (MOU) with the vendor/s

and also consortium agreement will be signed with all consortium partners.

9. Currency of Purchase Order: ITI will place Purchase Order on Bidder in

INR. Any foreign exchange variation shall be borne by the Bidder.

10. Liquidated Damages/Penalty: LD/penalty incurred on account of short

closure of order, delay in supply, technical evaluation, installation, Site

acceptance test, system commissioning, product failure during warranty if

Page 7: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 7 of 34

any and deficiency in Warranty and Maintenance services (attributable to

the bidder) shall be borne by the bidder.

11. Authorized Signatory: All certificates and documents received as part of

the offer shall be signed by the Authorized Representative (signing is not

mandatory for technical manuals or documentation). The power or

authorization, or any other document consisting of adequate proof of the

ability of the signatory to bind the vendor shall be submitted if demanded

by ITI.

12. ITI reserves the right to suspend or cancel the RFP process at any stage, to

accept, or reject any, or all offers at any stage of the process and / or to

modify the process, or any part thereof, at any time without assigning any

reason, without any obligation or liability whatsoever.

13. Cost of RFP: The vendor shall bear all costs associated with the

preparation and submission of its RFP, including cost of presentation for

the purposes of clarification of the offer, if so desired by ITI. ITI will in no

case be responsible or liable for those costs, regardless of the conduct or

outcome of the RFP process.

14. The Vendor shall be ready to give clarifications on any part of the offer to

ITI.

15. Amendment of RFP: At any time prior to the last date for receipt of offers,

ITI, may, for any reason, whether at its own initiative or in response to a

clarification requested by a prospective vendor or modification/amendment

by customer, modify the RFP document by an amendment. In order to

provide prospective vendor reasonable time in which to take the

amendment into account in preparing their offers, ITI may, at their

discretion, extend the last date for the receipt of offers and/or make other

changes in the requirements set out in the Invitation for RFP.

16. Changes in Tax Structure: Any increase in the taxes after signing the MoU

shall be borne by the Bidder

17. Disclaimer: ITI and/or its officers, employees disclaim all liability from

any loss or damage, whether foreseeable or not, suffered by any person

acting on or refraining from acting because of any information including

statements, information, forecasts, estimates or projections contained in

this document or conduct ancillary to it whether or not the loss or damage

Page 8: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 8 of 34

arises in connection with any omission, negligence, default, lack of care or

misrepresentation on the part of ITI and/or any of its officers, employees.

PART 6

BID DOCUMENTS

1. The offers shall be submitted in a single cover (clearly marked as ‘RFP for

Selection of Partner for INTEGRATED SMART CITY SOLUTION PROJECT FOR PATNA” which shall contain the following two sealed

covers inside :

The first cover (clearly marked as Technical BID) shall contain the

following documents: -

a) Clause-by-clause compliance to this RFP, including Annexure-I.( list of

documents to be enclosed is mentioned at Annexure II )

b) Bidder should submit Clause-by-clause compliance to the Customer’s

RFP vide https://www.eproc.bihar.gov.in/ROOTAPP/NewTenderFreeView.jsp?enc%3DVZCekM6Yz

Qd7L0yLzV%2Bm3ukcBLCOYAcZ9EcUSkFmh5VISB3kRN7SMdJbzKOm038eIbxY%2BLU

46GI4%0D%0AX3Pkr7kJXA%3D%3D%26chkSum%3Dbf155be7e5ab687f581b0f3dea0ec6

fed7c27a91&ymns=3&ymnsl=1&col5=&col4=&col7=&col6=&col1=&col3=&col2=&iP

ageStart=1&iStart=1& corresponding to the group as per Annexure-I.

c) Eligibility criteria checklist as per Annexure-III.

d) Supporting Documents viz. Undertaking that bidder will comply to all

the terms and conditions of customer’s RFP, OEM Certificates like

MAF etc. for Technical Bid

e) Pre-Contract Integrity Pact duly signed as per format given in

Annexure VI.

2. The second cover (clearly marked as Commercial Bid) shall contain:

a) Compliance for Commercial Bid as per Annexure IV

b) Price Bid Format as per Annexure V

PART 7

EVALUATION PROCESS

1. Bidder shall submit their proposals which include both technical and

commercial Bid.

Page 9: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 9 of 34

2. The ITI shall evaluate the responses to the RFP and all supporting

documents & documentary evidence. ITI may seek additional documents

as it deems necessary.

3. The responses shall be evaluated to validate competence of the applicant

according to the supporting documents specified in this document.

4. The commercial bids of the technically qualified bidders for the

corresponding Group/s or subgroup/s will be evaluated based on the

percentage margin to be quoted by the bidders described under part-2. The

bidder who quotes the highest margin for ITI shall be selected as the

successful bidder and will be the consortium partner of ITI for final

bidding to the customer for the corresponding group/s or subgroup/s. The

successful bidder shall enter into a consortium with ITI for the purpose of

participation in the final bid to the customer.

If any bidder quotes for all the Groups-A & B &C together but does

not emerge as highest margin bidder in any or all groups, still the same

bidder would be given preference over the other bidder quoting only for a

single group to match a higher margin quoted bidder of the single group.

5. The decision of ITI Evaluation Committee in the evaluation of responses to

the RFP shall be final. No correspondence will be entertained outside the

evaluation process of the Committee.

6. The Evaluation Committee reserves the right to reject the proposal.

Presentation with Approach & Methodology

1. Shortlisted Bidder for Technical Evaluation shall give a presentation if

required for complete solution. The solution must be;

i) As per the RFP terms of customer vide

https://www.eproc.bihar.gov.in/ROOTAPP/NewTenderFreeView.jsp?enc%3DVZCekM

6YzQd7L0yLzV%2Bm3ukcBLCOYAcZ9EcUSkFmh5VISB3kRN7SMdJbzKOm038eIbxY

%2BLU46GI4%0D%0AX3Pkr7kJXA%3D%3D%26chkSum%3Dbf155be7e5ab687f581

b0f3dea0ec6fed7c27a91&ymns=3&ymnsl=1&col5=&col4=&col7=&col6=&col1=&c

ol3=&col2=&iPageStart=1&iStart=1& of groups according to Annexure-I.

ii) In case of SI, complete integration solution.

2. The presentation should provide a representative solution to integrate

various aspects of the project as per the scope.

Page 10: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 10 of 34

3. Presentation shall be given in English.

PART 8

EMD (Earnest Money Deposit)

1.To PSCL as per scope of customers RFP

The successful bidders for corresponding group/s shall pay to the customer on

behalf of ITI the EMD amount online (net banking only) from a

Nationalised bank as per the following break-up at the time of entering into

Consortium agreement. The terms & conditions for the EMD shall be on

back-to-back basis to the customer as per their RFP which will be reflected

in the MOU to be entered by the successful bidder with ITI.

1. Group-A Rs.1, 50, 00,000

2. Group-B Rs. 1, 50, 00,000

3. Group-C Rs. 1,00,00,000

4. Any Individual solution Rs.50 Lakhs

5. For entire scope of work Rs. 4,00,00,000

(Group-A,B,C and other aspects of RFP)

2.EMD to ITI

The bidders for corresponding group/s shall pay to ITI the EMD amount online

(net banking only) from a Nationalised bank as per the following break-up

1. Group-A Rs. 25,000

2. Group-B Rs. 25,000

3. Group-C Rs. 25,000

4. Any Individual solution Rs. 10,000

5. For entire scope of work Rs. 1, 00,000

(Group-A,B,C and other aspects of RFP)

Page 11: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 11 of 34

The information about grouping is given in detail in Annexure-I.

PART 9

QUERIES

1. In case of any queries, it must be communicated through the following

Phone no. or E-mail only , on or before 17-08-2018.

DGM-MM

Bangalore Plant,

ITI limited, Doorvaninagar

Bangalore - 560 016.

Phone No.: 9986597700

E - Mail: [email protected]

2. All enquiries / clarifications from the Applicants, related to this RFP, must

be directed in writing exclusively to the contact person. Enquiries received

after the due date shall not be entertained.

3. The preferred mode of delivering questions is through e-mail. The queries

by the applicants shall be raised in the following format.

4 The corrigendum (if any) shall be intimated to vendors by email.

5 In order to provide prospective applicants reasonable time for taking the

corrigendum into account, ITI may, at its discretion, extend the last date for

the receipt of RFP proposals which shall be notified.

Annexure – I

Group A – This group consists of the following solutions:

A1. Integrated command and control centre

A2. Data center and Disaster recovery

A3. Network Backbone and internet connectivity

Sl. NO. Page No. Clause of The

RFP

Clarification

needed

Page 12: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 12 of 34

Group B – This group consists of the following Smart solutions

B1. Integrated traffic management

B2. CCTV Surveillance

B3. Variable Message Display

B4. Web portal and Mobile app development

B5. Smart urban solutions

B6. ERP and Project governance

Group C– This group consists of the following Smart solutions

C1. Public address systems

C2. Emergency call box

C3. Smart Parking

C4. GIS mapping

C5. Environmental management system

The bidder can submit their bid for:

1. All the Groups (Group A, B, C together) or

2. Either one of the groups or

3. Any one or more of the Subgroups within the Group-A or B or C.

A1. Integrated command and control centre

Integrated Command and Control Centre of Patna Smart City will be primary

command centre acting as a HUB which will get the feed from all the above and

other CCC at the Districts which would be integrated in full/partial as per the

requirements of the district CCCs. The ICCC should be scalable and should be

able to integrate all the ULBs of the State of Bihar as and when required.

For detailed scope of work regarding Integrated command and control centre

refer to page no. 74 to 101 of volume-II of the customer’s RFP.

A2. Data center and Disaster recovery

For detailed scope of work regarding Data center and Disaster recovery refer to

page no. 108 to 207 of volume-II of the customer’s RFP.

A3. Network Backbone and internet connectivity

Page 13: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 13 of 34

PSCL intends to provide connectivity at locations like; municipal offices, Bus

depots, traffic junctions, parks, fire brigade, police stations, urban health centers,

schools etc. Bidder would be required to create a single network i.e. city wide

network for the smooth functioning of all solutions. Successful bidder is required

to integrate city wide network with Data center (DC), Disaster recovery (DR) and

Command Control & Communication Center (ICCC).

PSCL intends to procure Leased Circuits & Internet Bandwidth for the city wide

network under the PSCL smart city Project. The successful bidder is required to

terminate the desired Leased circuits and Internet Bandwidth at the locations to

be identified by bidder in consultation with PSCL.

For detailed scope of work regarding the City Network Backbone refer to page

no. 241 to 248 of volume-II of the customer’s RFP.

B1. Integrated traffic management

The Traffic Signal Controller will be adaptive so that it can be controlled through

the central traffic control Centre as an individual junction or as part of group of

traffic junctions along a corridor or a region. The signal controller design must be

flexible for the junction could be easily configured to be part of any corridor or

group definition and could be changed through central command controller

easily

For detailed scope of work regarding Integrated traffic management refer to page

no. 278 to 301 of volume-II of the customer’s RFP.

B2. CCTV Surveillance

Bidder has to provision for poles, switch, UPS and other equipment for installing

the camera. The Bidder should do necessary cabling for electrical supply and

connectivity required for the field devices. Bidder will also implement the

software to enable monitoring through the surveillance cameras.

For detailed scope of work regarding CCTV Surveillance refer to page no. 303 to

332 of volume-II of the customer’s RFP.

B3. Variable Message Display

Central Control Software shall allow controlling multiple VMSB from one

console. The system shall have capability to divide VMSB screen into multi parts

to display diverse form of information like video, text, still images,

advertisements, weather info, city info etc. The system shall also provide airtime

management and billing system for paid content management

Page 14: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 14 of 34

For detailed scope of work regarding Variable Message Display refer to page no.

258 to 264 of volume-II of the customer’s RFP.

B4.Web portal and Mobile app development

At the core of the stakeholder’s service experience will be citizen portal of PSCL

which will be a gateway to citizens, tourists and businesses for disseminating

information and engagement. It will be accessed by citizens, investors and

corporates alike and shall provide factual and attractive information to investors.

The portal should clearly communicate a sense of ‘identity’ at first glance. The

Portal will have an intuitive user interface for rendering various services and

providing role based access to various systems in use.

For detailed scope of work regarding Web portal and Mobile app development

refer to page no. 235 to 240 of volume-II of the customer’s RFP.

B5. Smart urban solutions

Bidder has to implement below mentioned solutions as per city requirement

where provision of various smart solution to be implemented based on various

use cases and provide the better response real time bases for effective and

efficient public service delivery. The urban smart solutions implemented in city

should have friendly features to the extent possible and adhere the guideline

issues by Government of India.

For detailed scope of work regarding Smart urban solutions refer to page no. 248

to 253 of volume-II of the customer’s RFP.

B6. ERP and Project governance

ERP provides an integrated and continuously updated view of core business

processes using common databases maintained by a database management

system. ERP systems track business resources—cash, raw materials, production

capacity—and the status of business commitments: orders, purchase orders, and

payroll. The applications that make up the system share data across various

departments (manufacturing, purchasing, sales, accounting, etc.) that provide the

data ERP facilitates information flow between all business functions and

manages connections to outside stakeholders.

For detailed scope of work regarding ERP and Project governance refer to page

no. 225 to 235and page no.333 to 335 of volume-II of the customer’s RFP.

Page 15: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 15 of 34

C1. Public address systems The Public Address System (PA) shall be capable of

addressing citizens at specific locations from the ICCC. The system shall contain

an IP based amplifier and uses PoE power which shall drive the speakers. The

system shall also contain the control software which shall be used to control/

monitor all the components of the system which include Controller, Calling

Station & keypad, Amplifier (Mixing & Booster).

For detailed scope of work regarding Public address systems refer to page no.

255 to 257 of volume-II of the customer’s RFP.

C2. Emergency call box

A high quality digital transceiver, to be placed at strategic locations determined

by the PSCL. Key is to make it easily accessible by public. The unit shall have a

button which when pressed, shall connect to the ICCC over the existing network

infrastructure setup for ITMS project. These are to be placed only at a select

locations such as CCTV field of view to avoid misuse and vandalism of the call

box

For detailed scope of work regarding Emergency call box refer to page no. 257 of

volume-II of the customer’s RFP

C3. Smart Parking

Smart Parking solution will involve the use of near-to-real-time data and

applications that allow users to monitor available or unavailable parking slots.

The goal is to automate and decrease time spent manually searching for the

optimal parking area and even slot. Solution will encompass a complete suite of

services such as online payments, parking time notifications and even car

searching functionalities for very large lots. A parking solution will greatly

benefit both the user and the lot owner.

For detailed scope of work regarding Smart Parking refer to page no. 264 to 267

of volume-II of the customer’s RFP.

C4. GIS mapping

Geographical Information System (GIS) is for management, analyzing and

displaying data of all areas within PSCL Smart city which are spatially

referenced to earth for efficient and effective decision making, spatial planning,

management of crisis/disasters and for monitoring of normal circumstances, thus

providing an important tool to respond faster to incidents or even avert certain

Page 16: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 16 of 34

incidents. GIS platform is intended to provide common GIS capability to all other

systems being deployed as part of PSCL Smart City initiative.

For detailed scope of work regarding GIS mapping refer to page no. 211 to 219

of volume-II of the customer’s RFP.

C5. Environmental management system

Solution shall display trends of environmental parameters based on user specific

time periods. The sensor management platform shall allow the configuration of

the sensor to the network and also location details etc. The environment sensors

shall be integrated with the command control system to capture and display/

provide feed.

For detailed scope of work regarding Environmental management system refer to

page no. 268 to 271 of volume-II of the customer’s RFP.

ITI reserves the right to select either Individual group leader or Single

group leader for all the groups for consortium of maximum four members

(including ITI) based on their execution capabilities, experience, turnover,

CMMI level-3 certification, etc. Preference would be given to the bidder who

provides all the Groups (Group-A, B,C together covering entire scope of

work as per customer RFP).

Annexure – II

Documents in support of meeting the eligibility conditions

(Please fill details and enclose supporting documents wherever required &

applicable.)

Page 17: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 17 of 34

Sl.

No.

Description Remarks Page

No.

1 Name of the Company

2 Contact Details (Name, Designation, Landline /

Mobile No. , Email id, FAX No. , website etc. )

3 Organization Profile

4 Certificate of Incorporation / Registration details

5 Articles & Memorandum of Association with CIN

No.

6 Area of Business for which firm is registered

7 Audited Annual Report / Accounts of P&L

statements for the financial years (2015-16, 2016-

17,2017-18)

8 Annual turnover for the Financial years as per

audited Accounts (2015-16,2016-17,2017-18)

(a) Year 2015-16

(b) Year 2016-17

(c) Year 2017-18

9 Net worth as per Audited Accounts for the Financial

Year (2015-16,2016-17,2017-18)

10 GST Registration certificate

11 Copy of PAN certificate

12 Copy of IT returns filed during the past three years

13 Solvency Certificate issued by any scheduled bank

during the last 6 months

14 If the company is SI or Technology Partner. Letter

from OEM in favour of the signatory.

15 Previous experience of handling similar projects /

works in the preceding four financial years (FY

2014-15,FY 2015-16,FY 2016-17,FY 2017-18)

Page 18: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 18 of 34

(a) Details of POs Executed (Sample PO copies to be

enclosed)

(b) Copy of Performance / Completion Certificates

issued by Customer, if any

16 Previous Experience with ITI Limited, if any

17 Acceptance for all terms and conditions of customer

RFP on Back to Back basis.

18 Acceptance to partner with ITI on exclusive basis to

address the tender of the said RFP during the

contract period with ITI for back-to-back business

model

19 Willingness to execute MOU and Consortium

agreement as per ITI terms & conditions and also as

per the service level agreement as per customer’s

RFP

20 Willingness for life-time product support with

AMC if required by customer . i.e. Repair,

Replacement and Spares as per customer

requirement.

21 Willingness to incorporate necessary up-

gradations/modifications in hardware / software by

OEM either on its own for improvements or in

accordance to the customer requirements, as per

tender terms.

22 Acceptance to work out the price at the competitive

rate jointly with ITI to address tender.

23 Acceptance to get Third party certification of the

product as per customer requirement at your own

cost

24 Man Power Details

(a) Technical

(b) Non-Technical

25 Not Black listed certificate (undertaking).

Page 19: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 19 of 34

26 ISO or equivalent certificate

27 Any legal cases pending against the company? If

any, details to be furnished.

Annexure – III

Eligibility criteria Check list

Sl.

no

Eligibility condition Bidders

value/res

ponse

Page no.

1. An average annual turnover of INR 200 crore from crore

Page 20: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 20 of 34

from ICT/IT Infrastructure/System, Integration Services/

IT, ITES, e Governance services Audited Balance sheet for

3 years to be enclosed.

2. Positive net worth as per the audited consolidated financial

statements in each of the last 3 financial years

3. • The Bidder (any member in case of consortium) shall

have successfully executed below mentioned projects

with cumulative value of INR 50 crore in last five

years (excluding civil work):

1) Data Centre / Servers- Storage Infrastructure

establishment (Min cut-off value of successfully

executed cumulative projects in this segment is

minimum 1 Project- INR 10 Crores)

2) Surveillance including Surveillance of City

/Airport projects (Min number of successfully

executed minimum 1 project - INR 10 Crores)

3) Command and control centre/ City Control Room/

Communication Centre (Min number of successfully

executed minimum 1 project - INR 10 Crores)

central location

4. The Bidder shall have successfully executed at least

one project value of Rs.5 Crore for e-Gov. for

government/PSU agency in last five years (excluding

any kind of civil work)

5. Bidder should have experience in implementation

and maintenance of following project of value not

less than cumulative value of INR 20 Crore for any

of the following:

a)Utility Management SCADA (Water OR

Electricity) or

b) Command & Control Centre / Network Operations

Centre (NOC) or

c) Surveillance command center or

d) ITMS or

e) ERP system or

f) Multi-layer GIS or

g) Smart Solid Waste Management System for city

h) Environmental Sensors/Parking/Street lighting.

Page 21: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 21 of 34

6. The bidder should have CMMi level 3 or higher

certification and shall submit copies of valid

certificates.

7. Bidder Whether quoting for Group-A or B or C or

any sub groups or any Individual solution

8. Willingness to pay EMD corresponding to the

solution provided

9. Type of ISO certificates provided

• ISO 9001:2008/2015 or latest

• ISO 20000:2011 for IT Service Management

• ISO 27001:20013 for Information Security

Management System

Annexure – IV

Commercial Requirements

Sl.

No.

Description Remarks Page No.

1 Name of the Organization (Company / Partnership

firm /Proprietorship concern, etc.)

Page 22: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 22 of 34

2 Bidder shall agree for payment of EMD for their

scope of work on back to back basis as per RFP

terms of customer

3 Bidder shall agree to bear all the cost of Project

implementation , Operation and Maintenance

including operational cost. The bidder shall align

to Customer’s payment terms including all

applicable taxes, duties, any other charges on back

to back basis as per RFP conditions.

4 The payment to partners will be made on back to

back basis i.e after receiving the same from

customer as certified by competent authority after

successful implementation and integration with

relevant system.

5 Any Liquidated Damages (LD) or any other

penalties imposed by the Customers on account of

delay or deficiency of service or any other reason

attributable to their scope will be borne by bidder.

6 Bidder shall give training to concerned ITI officials

& Customers both at the place designated by

customer free of cost.

7 Bidder shall agree to modify / update software

according to the customer requirement free of cost

during the contract period.

8 Bidder shall indemnify ITI & agree to handle and

bear the cost in case of any legal consequences due

to IP/license of hardware / software installed for the

services mentioned in the RFP.

9 Bidder shall agree to obtain relevant Statutory

licenses for operational activities and /or Services,

wherever applicable.

10 Bidder shall agree that the projects initiated during

the contract period, will be completed in all

respects, contract obligation with the customer,

even if the partnership with ITI is over. Similarly

legal formalities / legal cases if any will be

supported by the bidder till the end of settlement of

Page 23: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 23 of 34

all issues.

Annexure – V

Price Bid Format for Margin to be quoted.

Page 24: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 24 of 34

S.No Group/ Individual subgroup part of

Groups as per Aneexure-1

Percentage Margin offered for

ITI

1. Group-A

2. Group-B

3. Group-C

4. TOTAL Scope as per Customer RFP

(Group-A, B,C together and all remaining as

per Customer RFP). Bidder shall specify the

margin for individual group.

5. Individual Subgroup of Any group

whichever is applicable

Note: S. No 4 is applicable only to those bidders who are bidding for the

total scope of Customer RFP.

Commercial bid format for the successful bidder who shall submit the

detailed price bid below given format only after selection process.

Activity /Item

Basic

price

in INR

Goods Services Any other

Taxes/Duty Total

CGST SGST CGST SGST

A1.

(as per annexure-1 of

this RFP)

A2.

(as per annexure-1 of

this RFP)

A3.

(as per annexure-1 of

this RFP)

B1.

(as per annexure-1 of

this RFP)

Page 25: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 25 of 34

B2.

(as per annexure-1 of

this RFP)

B3.

(as per annexure-1 of

this RFP)

B4.

(as per annexure-1 of

this RFP)

B5.

(as per annexure-1 of

this RFP)

B6.

(as per annexure-1 of

this RFP)

C1.

(as per annexure-1 of

this RFP)

C2.

(as per annexure-1 of

this RFP)

C3.

(as per annexure-1 of

this RFP)

C4.

(as per annexure-1 of

this RFP)

C5.

(as per annexure-1 of

this RFP)

Page 26: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 26 of 34

Note : Bidder can add items if required as per BOM given in Customers RFP

Price bid for OPEX (in INR)

Sl.no

Activity /Item

Year-1

(in

INR)

Year-2

(in

INR)

Year-3

(in INR)

Year-4

(in

INR)

Year-5

(in

INR)

Total

(inc. of all

taxes)

1 A1.

(as per annexure-

1 of this RFP)

2 A2.

(as per annexure-1

of this RFP)

3 A3.

(as per annexure-1

of this RFP)

4 B1.

(as per annexure-1

of this RFP)

5 B2.

(as per annexure-1

of this RFP)

6 B3.

(as per annexure-1

of this RFP)

7 B4.

(as per annexure-1

of this RFP)

8 B5.

(as per annexure-1

of this RFP)

Page 27: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 27 of 34

9 B6.

(as per annexure-1

of this RFP)

10 C1.

(as per annexure-1

of this RFP)

11 C2.

(as per annexure-1

of this RFP)

12 C3.

(as per annexure-1

of this RFP)

13 C4.

(as per annexure-1

of this RFP)

14 C5.

(as per annexure-1

of this RFP)

Annexure – VI

Pre-Contract Integrity Pact

This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made

on day of

………….... the month of …….. , between, ITI Limited, Dooravaninagar,

Bangalore – 560016, India, (hereinafter called the "BUYER", which expression

shall mean and include, unless the context otherwise requires, his successors in

Page 28: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 28 of 34

office and assigns) of the First Part and M/s

…………….……. (Address of the Bidder) (Hereinafter called the "BIDDER”

which expression shall mean and include, unless the context otherwise requires,

his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for

selection / empanelment of technology partner for a technical tie-up with ITI for

the marketing/manufacturing of

……………….….. (Name of the product) and the BIDDER is willing to

participate in the EoI as per the terms and conditions mentioned thereon;

WHEREAS the BIDDER is a private company/public company/Government

undertaking/partnership company (strike off whichever is not applicable),

constituted in accordance with the relevant law in the matter and the BUYER is a

PSU under the Department of Telecommunications, Ministry of Communications

& IT, Government of India.

NOW, THEREFORE, to avoid all forms of corruption by following a system that

is fair, transparent and free from any influence/prejudiced dealings prior to,

during and subsequent to the currency of the contract to be entered into with a

view to: -

Enabling the BUYER to select/ empanel a technology partner for the marketing/

manufacturing of …. (name of the product) through the EoI in a transparent and

corruption free manner, and

Enabling BIDDERs to abstain from bribing or Indulging in any corrupt practice

in order to secure the contract by providing assurance to them that their

competitors will also abstain from bribing and other corrupt practices and the

BUYER will commit to prevent corruption, in any form, by its officials by

following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as

follows:

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly

or indirectly with the contract, will demand, take a promise for or accept,

directly or through intermediaries, any bribe, consideration, gift, reward,

favour or any material or immaterial benefit or any other advantage from the

Page 29: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 29 of 34

BIDDER, either for themselves or for any person, 'organization or third

party related to the contract in exchange for an advantage in the bidding

process, bid evaluation, contracting or implementation process related to the

contract.

1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike,

and will provide to all BIDDERs the same information and will not provide

any such information to any particular BIDDER which could afford an

advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government

office any attempted or completed breaches of the above commitments as

well as any substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is

reported by the BIDDER to the BUYER with full and verifiable facts and

the same is prima facie found to be correct by the BUYER, necessary

disciplinary proceedings, or any other action as deemed fit, including

criminal proceedings may be initiated by the BUYER and such a person

shall be debarred from further dealings related to the contract process. In

such a case while an enquiry is being conducted by the BUYER the

proceedings under the contract would not be stalled.

3 Commitments of BIDDER

3.1 The BIDDER commits itself to take all measures necessary to prevent

corrupt practices, unfair means and illegal activities during any stage of its

bid or during any pre-contract or post-contract stage in order to secure the

contract or in furtherance to secure it and in particular commit itself to the

following: -

a) The BIDDER will not offer, directly or through intermediaries, any bribe,

gift, consideration, reward, favour, any material or immaterial benefit or

other advantage, commission, fees, brokerage or inducement to any official

of the BUYER, connected directly or indirectly with the bidding process, or

to any person, organisation or third party related to the contract in exchange

for any advantage in the bidding, evaluation, contracting and

implementation of the contract.

b) The BIDDER further undertakes that it has not given, offered or promised

to give, directly or indirectly any bribe, gift, consideration, reward, favour,

any material or immaterial benefit or other advantage, commission, fees,

brokerage or inducement to any official of the BUYER or otherwise in

Page 30: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 30 of 34

procuring the Contract or forbearing to do or having done any act in relation

to the obtaining or, execution of the contract or any other contract with the

Government for showing or forbearing to show favour or disfavour to any

person in relation to the contract or any other contract with the Government.

c) BIDDERs shall disclose the name and address of agents and representatives

and Indian BIDDERs shall disclose their foreign principals or associates.

d) BIDDERs shall disclose the payments to be made by them to agents/

brokers or any other intermediary, in connection with this bid/contract.

e) The BIDDER further confirms and declares to the BUYER that the

BIDDER is the original manufacturer/ integrator and has not engaged any

individual or firm or company whether Indian or foreign to intercede,

facilitate or in any way to recommend to the BUYER or any of its

functionaries, whether officially or unofficially to the award of the contract

to the BIDDER, nor has any amount been paid, promised or intended to be

paid to any such individual, firm or company in respect of any such,

intercession, facilitation or recommendation.

f) The BIDDER either while presenting the bid or during pre-contract

negotiations or before signing the contract, shall 'disclose any payments he

has made, is committed to or intends to make to officials of the BUYER or

their· family members, agents, brokers or any other intermediaries in

connection with the contract and the details of services agreed upon for such

payments.

g) The BIDDER will not collude with other parties interested in the contract to

impair the transparency, fairness and progress of the bidding process, bid

evaluation, contracting and implementation of the contract.

h) The BIDDER will not accept any advantage in exchange for any corrupt

practice, unfair means and illegal activities.

i) The BIDDER shall not use improperly, for purposes of competition or

personal gain, or pass on to others, any information provided by the

BUYER as part of the business relationship, regarding plans, technical

proposals and business details, including information contained in any

electronic data carrier. The BIDDER also undertakes to exercise due and

adequate care lest any such information is divulged.

j) The BIDDER commits to refrain from giving any complaint directly or

through any other manner without supporting it with full and verifiable

Page 31: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 31 of 34

facts.

k) The BIDDER shall not instigate or cause to instigate any third person to

commit any of the actions mentioned above.

l) If the BIDDER or any employee of the BIDDER or any person acting on

behalf of the BIDDER, either directly or indirectly, is a relative of any of

the officers of the BUYER, or alternatively, if any relative of an officer of

the BUYER has financial interest/stake in the BIDDER's firm, the same

shall be disclosed by the BIDDER at the time of filing

of tender. The term 'relative' for this purpose would be as defined in Section

6 of the Companies Act 1956.

m) The BIDDER shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee

of the BUYER.

4 Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last

three years immediately before signing of this Integrity Pact, with any other

company in any country in respect of any 'corrupt practices envisaged

hereunder or with any Public Sector Enterprise in India or any Government

Department in India that could justify BIDDER's exclusion from the tender

process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject,

BIDDER can be disqualified from the tender process or the contract, if

already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed

by it or acting on its behalf (whether with or without the knowledge of the

BIDDER) shall entitle the BUYER to take all or any one of the following

actions, wherever required:-

a) To immediately call off the pre contract negotiations without assigning

any reason or giving any compensation to the BIDDER. However, the

proceedings with the other BIDDER(s) would continue.

b) To immediately cancel the contract, if already signed, without giving

any compensation to the BIDDER.

Page 32: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 32 of 34

c) To cancel all or any other Contracts with the BIDDER. The BIDDER

shall be liable to pay compensation for any loss or damage to the

BUYER resulting from such cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the BIDDER(s) to

any middleman or agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned

above, also on the Commission by the BIDDER or anyone employed by it

or acting on its behalf (whether with or without the knowledge of the

BIDDER), of an offence as defined in Chapter IX of the Indian Penal code,

1860 or Prevention of Corruption Act, 1988 or any other statute enacted for

prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of

this Pact has been committed by the BIDDER shall be final and conclusive

on the BIDDER. However, the BIDDER can approach the Independent

Monitor(s) appointed for the purposes of this Pact.

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as

Monitor) for this Pact in consultation with the Central Vigilance

Commission.

6.2 The task of the Monitor shall be to review independently and objectively,

whether and to what extent the parties comply with the obligations under

this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the

parties and perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitor have the right to access all the

documents relating to the project/procurement, including minutes of

meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this

Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without

restriction to all Project documentation of the BUYER including that

provided by the BIDDER. The BIDDER will also grant the Monitor, upon

his request and demonstration of a valid interest, unrestricted and

Page 33: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 33 of 34

unconditional access to his project documentation. The Monitor shall be

under contractual obligation to treat the information and documents of the

BIDDER with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all

meetings among the parties related to the Project provided such meetings

could have an impact on the contractual relations between the parties. The

parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of

BUYER within 8 to 10 weeks from the date of reference or intimation to

him by the BUYER I BIDDER and, should the occasion arise, submit

proposals for correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or

payment of commission, the BUYER or its agencies shall be entitled to

examine all the documents including the Books of Accounts of the BIDDER

and the BIDDER shall provide necessary information and documents in

English and shall extend all possible help for the purpose of such

examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and

jurisdiction is the seat of the BUYER.

9 Other Legal Actions

9.1

The actions stipulated in this Integrity Pact are without prejudice to any other legal

action

that may follow in accordance with the provisions of the extant law in force relating to

any

civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and

extend up to the contract period with the BUYER in case a contract is

signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire

after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the

Page 34: RFP for consortium partners for patnatender.itiltd-india.com/bgp/tenders/RFP for consortium partners for... · BBNL, BSNL, Defence, Paramilitary forces Railways and Central & State

Ref: ITI/BGP/IOT/RFP/PATNA-01 Date: 14-08-2018

Page 34 of 34

remainder of this Pact shall remain valid. In this case, the parties will strive

to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact.

BUYER BIDDER

Name of the Officer. CHIEF EXECUTIVE

OFFICER

Designation M/s …. (Address)

ITI Limited (address)

Place: Place:

Date: Date:

Witness:

1. ……….. 1. …………

2. ……….. 2. …………