rfp for consortium partners for msi for varanasi cityintra.itiltd-india.com/bgp/tenders/rfp for...

31
Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017 Page 1 of 32 Request For Proposal (RFP) For Selection of Technology partners for Master System Integrator and Smart city solution provider ITI Limited Bangalore Plant

Upload: vuongdiep

Post on 10-Apr-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 1 of 32

Request For Proposal (RFP)

For Selection of Technology partners for

Master System Integrator and

Smart city solution provider

ITI Limited

Bangalore Plant

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 2 of 32

PART 1

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

BSNL, MTNL, Defence, Paramilitary forces and Railways.

• ITI seeks the partnership from Reputed Technology Providers for

complete INTEGRATED SMART SOLUTION FOR SMART

CITY as per RFP of the customer.

• ITI will form consortium of Partner/s (maximum of three) covering

entire scope of work as per the RFP requirements of Customer.

• The Technology Partner/s shall be ready 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.

With this background, ITI invites business proposal from Technology providers

of INTEGRATED SMART SOLUTION who are fulfilling the following

conditions to address the tender.

PART 2

SCOPE OF THE WORK

ITI plans to address INTEGRATED SMART SOLUTION FOR SMART

CITY tender floated by Varanasi Smart City Ltd. (follow the link

https://smartnet.niua.org/content/78c598e5-db1f-42a0-8a63-dd84b27f7c13 for

detailed RFP.There will be three documents named Instruction to bidders, Scope

of work, Master Service agreement for your information). Through this RFP ITI

intends to partner with OEMs / Technology providers / System Integrators with

experience of Installation of various Smart city solutions such as Integrated

Command & Control Centre, Data Centre /Disaster Recovery, City Surveillance

system, Intelligent Traffic Management System, Solid waste management,

Environment Monitoring system, INTEGRATED SMART CITY SOLUTION

Management, Smart street light Management, GIS map based real time

integration, e-Governance, Utilities Dashboard, Helpdesk, Network

establishment, etc. For Survey, Design, Development, Implementation, Testing,

Training and Maintenance of the Smart City – ICT Solutions.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 3 of 32

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

Solution as per the 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, an Indian Registered Companies hereinafter

referred to as “Bidder/s”, to address customer specific Tender for

INTEGRATED SMART SOLUTION FOR SMART CITY for Varanasi

smart city. The detailed scope of work 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 sale price of their quoted part inclusive 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 value as margin for ITI.

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. Varanasi 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/BD&M/IOT/RFP

Dated 28-09-2017

2. Last date for submission of RFP

proposal

19-10-2017

3. Address at which proposal in

response to RFP is to be submitted

Deputy General Manager

(MM)

Bangalore Plant,

ITI limited, Doorvaninagar

Bangalore - 560 016.

Phone No.: 080 - 28503662

4. Opening of technical bids 21-10-2017 10 am

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 4 of 32

PART 4

ELIGIBILITY CONDITIONS

1. The Bidder shall have the capability for the INTEGRATED SMART

CITY SOLUTION technology as per the Customer’s RFP to enable ITI to

Address the Bid for Supply, Installation and maintenance of

INTEGRATED SMART CITY SOLUTION

2. The Bidder shall have support centre in the North Zone preferably

Varanasi. If not already having, should submit undertaking to open the

facility within 1 month after entering into MOU.

3. The Bidder shall have a sound financial background with cumulative

turnover as stated at Part 8. Audited Balance sheet for 3 years to be

enclosed.

4. The Bidder 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.

5. The Bidder shall not be black listed by any Govt. Agency.

6. The bidder shall be an ISO 9000 & ISO 14000 or equivalent certified

company and shall submit copies of valid certificates.

7. The bidder should have executed one such INTEGRATED SMART CITY

SOLUTION or similar Solution to any customer in India and proof for the

same to be enclosed.

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

the scopes covered in the tender.

9. Bidder quoting for Full scope as per Customer RFP OR Group –A as part

Annexure-1 shall have CMMi Level5 certification .

PART 5

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

address:

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 5 of 32

Deputy General Manager (MM)

Bangalore Plant,

ITI limited, Doorvaninagar

Bangalore - 560 016.

Phone No.: 080 - 28503662

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 19-10-2017, 17.00 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 Chief

Manager – BD&M 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 three vendors

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

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

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 6 of 32

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, 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

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

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 7 of 32

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

Selection of Partner for INTEGRATED SMART CITY SOLUTION

PROJECT” which shall contain the following two sealed covers inside.

2. 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) Clause-by-clause compliance to the Customer’s RFP vide

https://smartnet.niua.org/content/78c598e5-db1f-42a0-8a63-

dd84b27f7c13 corresponding to the group as per Annexure-I.

c) Supporting Documents for Technical Bid as per RFP of the customer

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

Annexure IV.

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

a) Compliance for Commercial Bid as per Annexure III

b) Price Bid Format as per Annexure IV

PART 7

EVALUATION PROCESS

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

commercial Bid.

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 will be evaluated based on the percentage margin to

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. The

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

participation in the final bid to the customer.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 8 of 32

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://smartnet.niua.org/content/78c598e5-db1f-42a0-8a63-

dd84b27f7c13

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.

3. Presentation shall be given in English.

PART 8

EMD (Earnest Money Deposit)

The successful bidders for corresponding group/s shall submit EMD in the

form of Demand Draft (DD) OR Bank Guarantee from a Nationalised bank as

per the following break-up at the time of entering into Consortium agreement.

1. Group-A Rs.30 Lakhs

2. Group-B Rs.25 Lakhs

3. Group-C Rs.25 Lakhs

4. Any Individual solution Rs.10 Lakhs

5. For entire scope of work Rs. 75 Lakhs.

( Sl. No. 4 of Price bid for Margin as per Annexure -4 )

Turnover Criteria

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 9 of 32

1. The turnover as per RFP terms of customer shall be RS. 50 Crs for each of

individual groups A, B, C in respective verticals as mentioned at

Annexure 1.

2. For entire scope of work, turnover shall be Rs. 150 Crs

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

Project Experience Criteria

1 The bidders quoting for Groups A,B,C or All together ( entire scope of work of

customer RFP) shall submit corresponding project experience for the specific

group/s as per the customers RFP in order to fulfil the marks criteria for

technical solutions.

PART 9

QUERIES

1. All queries may be sent to the following Officer of ITI by post, or e-mail

on or before 18-10-2017.

Deputy General Manager (MM)

Bangalore Plant,

ITI limited, Doorvaninagar

Bangalore - 560 016.

Phone No.: 080 - 28503662

E - Mail: [email protected], [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.

Sl. NO. Page No. Clause of The

RFP

Clarification

needed

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 10 of 32

Annexure – I

Group A – This group consists of the following Smart solutions

(A1) Kashi Integrated Command Control Center (KICCC)

(A2) Data Centre & Disaster Recovery (DC & DR)

(A3) e-Governance which includes

• Smart Kashi Portal & Smart Kashi Mobile App

• Shri Kashi Vishwanath Temple Web site, Queue Management and Live

Darshan

(A4) GIS Maps real time integration with Smart City Applications

(A5) Helpdesk

• Operations Helpdesk

• Women & Elderly Helpdesk

(A6) Network Bandwidth

Group B – This group consists of the following Smart solutions

(B1) Kashi Solid Waste Management (KSWMS)

(B2) Kashi Environmental Monitoring System (KEMS)

(B3) Utilities Dashboard which includes:

• Water quality monitoring

• Energy monitoring

• Gas monitoring

Group C – This group consists of the following Smart solutions

(C1) City Surveillance System & Intelligent Traffic Management System (ITMS)

(C2) Kashi Smart Parking Management System (KSPMS)

(C3) Kashi Smart Street Lighting Management System (KSLMS)

The bidder can submit their bid for:

i. All the solutions (Group A, B & C together) or

ii. Either one of the groups or

iii. Any one or more of the solutions within the Groups.

(A1) Kashi Integrated Command Control Centre (KICCC) – setting up an

Operation Centre, housed inside the KICCC, which will cater to the City

operations, City Surveillance and Helpdesk in an integrated manner. With respect

to the City Surveillance aspect, there shall be a viewing and controlling

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 11 of 32

mechanism for the selected field locations in a fully automated environment for

optimized monitoring, regulation and enforcement of services. The video feed

from the surveillance cameras shall be received at the KICCC, where a video wall

shall be installed for viewing relevant feed from the surveillance cameras. The

Integrated Smart Solution’s platform shall support & have the ability for adding

more/new layers of solutions seamlessly with minimal effort as and when

required.

Proposed components/requirements of Integrated Command and Control Centre

for Varanasi city:

1. Integrated Command and Control Application.

2. Unified Communications and Contact Centre.

3. Integrated Dashboard- ITMS, City Surveillance, SWM, Smart Parking, etc.

4. Video Wall & Controller System.

5. Operator Workstation and Accessories.

6. Alerting System.

7. Integration with Third Party Shared Services.

8. Helpdesk Service, Women and Elderly Helpdesk

9. Necessary Civil, Electrical work including furniture, including Air-

conditioning for Data Centre, and Command & Control Centre.

For detailed scope of work regarding the Kashi Integrated Command Control

Center (KICCC) refer to page no. 57 to 106 of the customer’s RFP.

(A2) Data Centre & Disaster Recovery (DC & DR) - Smart City Data Centre

should be at least a Tier III Data Centre as per Telecommunications Infrastructure

Standard for Data Centres and should be 27001 Certified. Min 90 days Data

Backup of the video feeds and the transaction data for min 1 year shall be stored

within the Data Centre Infrastructure. Functional Specifications- DC/ DR:

• Design Standard: Tier-III or above

• The availability of data must be guaranteeing to 99.982% availability.

• Receiving Power: Commercial power substation next to DC

• UPS: UPS system with N+N redundancy

• Generator: Gen-set with N+1 redundancy

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 12 of 32

• Power Provision: Dual power feed, PDU sources to each rack, Power

supply to a rack as per requirement

DR site shall provision to cater to 100% load of the smart city system. Both DC

and DR Site shall work in an Active-Active mode with 100% recording of

cameras and application availability of all smart city components.

For detailed scope of work regarding Data Centre & Disaster Recovery (DC &

DR) refer to page no. 107 to 170 of the customer’s RFP.

(A3) E-Governance - Smart Kashi Portal & Smart Kashi Mobile App. Varanasi

Activity advisor app (Kashi Mobile App) will be one stop solution where the user

can opt for multiple activities available in Varanasi. From Eateries to Temple

Tours and famous attractions, this app envisages to cover any and every activity

offered in Varanasi. This app will also be a location based app.

Shri Kashi Vishwanath Temple Web site, Queue Management and Live Darshan

System must be capable to capture devotees/pilgrims data finger/photo and

allocate the slot for Darshana. System must be capable of track record of the

missing person in real time and report should be generate within a minute and

just the touch of the finger his name should remove from missing person list.

System should be capable of sending timely notifications to the pilgrimages in

regards to their Darshan time schedule .The Application must be capable to show

real time data that how many devotees/pilgrims are inside of the temple exist

based on a particular time.

Kashi Smart City Mobile Application (KSCMA) platform and mobile app, in

addition to the services on-boarded through the platform, shall have

functionalities to integrate with mobile applications separately developed by

various government departments.

For detailed scope of work regarding E-Governance refer to page no. 309 to 349

of the customer’s RFP

(A4) GIS Maps for real time integration with all Smart City Elements - GIS

Map should be used as a common platform across all the solutions including

Smart parking, Environmental Sensors Monitoring, Intelligent Traffic

Management, Smart Street Lights, E-Governance, Utility Management system,

etc. Appropriate geo referencing & geo tagging on the map should be done

covering all relevant Smart elements in the RFP. GIS maps must be integrated

with GPS devices to locate real time position on GIS map & provide optimal

route mapping.

Alert, Events, Statuses for each smart element including hardware and software

should be displayed on GIS Map. GIS system must allow administrator to

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 13 of 32

manage the citizens submitted grievance reporting and request from public crowd

sourcing interface.GIS Web will include city portal for as a single window for

accessing all the location based information.

For detailed scope of work regarding GIS Maps for real time integration with all

Smart City Elements refer to page no. 308 to 309 of the customer’s RFP.

(A5) Helpdesk

• Operations Helpdesk

• Women & Elderly Helpdesk

(i) Operations Helpdesk - Provide a web enabled helpdesk management

system with SMS and email based alert system for the Helpdesk Call

management and SLA reporting. setup a centralized helpdesk at the

Integrated Command and Control Center (KICCC). infrastructure

necessary for managing the Help Desk including rent charges for Toll-

free telephone line(s) at the Help Desk location. MSI shall provide

multiple channels to log a complaint such as Toll-free lines, landlines,

helpdesk tool, E-mail, direct walk-in etc.

(ii) Women & Elderly Helpline - Helpline should be sensitive to the needs

of persons who are hearing and speech impaired or people with

disability. In case any citizen has been interrupted during his/her call or

is unable to specify his/her problem or his/ her address due to being

sick/disabled then the same would be traced and within minutes

Helpline will facilitate an emergency response through nearest police

station/ hospital or OS.

For detailed scope of work regarding Helpdesk refer to page no. 370 to 400 of

the customer’s RFP.

(B1) Kashi Solid Waste Management System (KSWMS) - The Solid Waste

Management platform proposed includes RFID’s and Volume sensors installed in

garbage bins to automatically monitor the status and transmit that information

KICCC. The platform should have event generation capabilities that notify the

Supervisors and Zonal Officers and the Commissioner through Mobile App.

SWM consists of three parts, the sensor web service which allows the users to

view the real-time status of the in each ward and receive notification on critical

(both mobile and web). In addition, the application should provide a historical

view of the data from all the deployed like the cleaning pattern and the timing.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 14 of 32

The proposed SWM platform should use the Smart elements and geo fence and

geo tag them it with GIS Maps. The Vehicle/Location tracker should also be geo

fenced and will be used for route optimization of garbage collecting vehicles.

Grievance application should be part of the Mobile App and the app should be

Varanasi GIS Maps.

For detailed scope of work regarding Kashi Solid Waste Management System

(KSWMS) refer to page no. 265 to 276 of the customer’s RFP.

(B2) Kashi Environmental Monitoring System (KEMS) - Monitor

environment pollution and have measures to control pollution. The environment

sensors shall be integrated with the central control system at KICCC to capture

and display/ provide feed on Temperature, Humidity, Pollutants like SoX, NoX,

CoX, etc, Noise Pollution, Electromagnetic Radiation, UV radiation etc. Further

environmental sensors recorded data shall be used by Mobile application

developed as part of e-Governance to enable user for alarm management and

notification of environmental details on real time basis. Grievance Redressal of

Citizen integration to e-Governance Mobile App where citizen can take the

picture, upload the same with Geo Tagging.

Components of Environmental Sensors:

1. Wireless Environment Sensor

• Collect sensor data

• Send recorded information to central system

2. Central System

• Receive information from environment sensors

• Display the information on real-time basis

• Send information to mobile phone application

• Save information in database

3. Mobile Device of Driver

• Connect to central web-server

• Receive environment information from central system

• Alarm management and safe environment mode features

4. Variable Message Board - Shall receive information from the central

application System and operate accordingly

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 15 of 32

For detailed scope of work regarding Kashi Environmental Monitoring System

(KEMS) refer to page no. 277 to 282 of the customer’s RFP.

(B3) Utilities Dashboard - The Utility dashboard should be capable to change

behavior of Utility departments in a smarter way and drive incremental,

continuous improvements. Types of required reporting dashboards:

1. Operational dashboards tell you what is happening now

2. Strategic dashboards track key performance indicators

3. Analytical dashboards process data to identify trends

The Key Utilities include: Water Management Services, Energy and Power

Services, Domestic Gas services across the city.

For detailed scope of work regarding Utilities Dashboard refer to page no. 369 to

370 of the customer’s RFP.

(C1) City Surveillance System & Intelligent Traffic Management System

(ITMS) - To design, develop, implement and maintain a dedicated City-Wide

Video Surveillance System catering to the needs of the Varanasi Police it shall be

housed.

The proposed technical solution should cater to the following challenges:

1. Traffic congestion and huge waiting time

2. No right of way to emergency vehicles like ambulance, police etc.

3. VIP movement clearance

4. Lack of information on prominent & frequent traffic congestions both

location wise and time wise

5. Absence of street level public information & communication channel

6. Absence of central control mechanism to monitor & regulate the Varanasi

City traffic flow

Competent Authority intends to implement a Smart Traffic Management System

within the existing landscape to:

1. Automate the process of traffic management by optimally configuring the

traffic junction lights on real time basis

2. Minimize the traffic congestions and waiting time

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 16 of 32

3. Centrally controlled traffic management system to ensure smooth

movement of emergency services like ambulance, police etc.

4. Managed & coordinated VIP movements

5. Availability of traffic data to further analyze and optimize the traffic flow

6. Real Time Incident Message and Advisory Messages to citizens

7. Improved Traffic Regulation

8. Verification of vehicle related documents like Registration Certificate,

Insurance Certificate and Pollution Certificate etc. by issuing a single E-

Certificate/QRCode/Unique Code SMS.

For detailed scope of work regarding City Surveillance System & Intelligent

Traffic Management System (ITMS) refer to page no. 170 to 265 of the

customer’s RFP.

(C2) Kashi Smart Parking Management System (KSPMS) - Installation of

sensors in each bay, which register whether the bay is occupied or vacant.

Installation & Maintenance of Variable Message Boards in the parking. The

Mobile ticketing devices required for payments and integrated with Parking

Management Application. Mobile App feature to view, book the parking space as

mentioned in functional and technical requirements. Smart elements geo tagging

with GIS Maps and all the operations from command control centre should use

GIS Maps as interface. There should be Payment gateway integration.

For detailed scope of work regarding Kashi Smart Parking Management System

(KSPMS)refer to page no. 282 to 294 of the customer’s RFP

(C3) Kashi Smart Street Light Management System (KSSLMS) - Automated

controls that make adjustments based on conditions such as occupancy or

daylight availability. Policy driven central controlling mechanism to regulate the

street lighting intensity and energy consumption. Real time tracking and

management of street lights. Automatic illumination adjustment based on human

presence by triggering multiple lamps to surround the person with a safe circle of

light Automatic status updates or failure alerts to remote server. Smart Street

Light Management platform has to replace 10000 lights with LEDs as per

functional and technical requirements specified. Smart Street Light Management

platform has to ensure the Smart Light elements to be geo tagged and GIS maps

to be used as the operations for day to day activities and reports. In the backend,

the GIS Map should get the real-time data from Smart Light Central Management

Application.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 17 of 32

For detailed scope of work regarding Kashi Smart Street Light Management

System (KSSLMS) refer to page no. 294 to 307 of the customer’s RFP.

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

group leader for all the three groups for consortium of maximum three

members based on their execution capabilities, experience, turnover, CMMI

level-5 certification, etc. Preference would be given to the bidder who

provides all the Smart solutions (Group-A, B and C together and any other

scope of work as per customer RFP) .

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 18 of 32

Annexure – II

Documents in support of meeting the eligibility conditions

(Please fill details and enclose supporting documents wherever required &

applicable.)

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 (2014-15 , 2015-

16, 2016-17))

8 Annual turnover for the Financial years as per

audited Accounts (2014-15 & 2015-16,2016-17)

9 Net worth as per Audited Accounts for the Financial

Year (2014-15 & 2015-16,2016-17)

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

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 19 of 32

(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 mutually agreed 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/BD&M//IOT/RFP Date: 10-10-2017

Page 20 of 32

26 ISO or equivalent certificate

27 Details of support centre in Northern Zone (

preferably Varanasi )

28 Any legal cases pending against the company? If

any, details to be furnished.

Annexure – III

Commercial Requirements

Sl.

No.

Description Remarks Page No.

1 Name of the Organization (Company / Partnership

firm /Proprietorship concern, etc.)

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

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 21 of 32

& 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

all issues.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 22 of 32

Annexure – IV

Price Bid Format for Margin to be quoted.

S.No Group/ Individual solution part of Group

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 and C together and all

remaining as per Customer RFP ).

Bidder shall specify the margin for

individual group.

5 Individual solutions(Part of a Group as

per Annexure-1)

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.

SL.

NO. Activity /Item

Basic

price

in INR

Goods Services Any other

Taxes/Duty Total

CGST SGST CGST SGST

1

Integrated C&C

2 Data centre infra

Help desk

City surveillance

Smart Traffic

management

Solid waste

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 23 of 32

management

Smart Parking

Environment system

Smart lighting

GIS

E-Governance

Network Bandwidth

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

Price bid for OPEX (in INR)

Sl.no Components 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 Integrated City

Command &

Control Center

2 Data Center/

Disaster

Recovery Center

on Cloud

3 Traffic

management,

surveillance and

City

surveillance

4 Smart lighting

5 ICT based solid

waste mgmt

6 Environment

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 24 of 32

sensors

7 Smart parking

8 Help desk

(Command

control centre

and city

operation

centre), NOC

room and server

room

9 E-Governance

10 Handholding

and training

price

11 Any other item

not included

above (however

an essential

component as

per RFP)

12 Total opex

price

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 25 of 32

Annexure – V

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

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.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 26 of 32

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

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,

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 27 of 32

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

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.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 28 of 32

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

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

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 29 of 32

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.

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.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 30 of 32

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

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.

Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017

Page 31 of 32

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

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. …………