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