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