BHARAT ELECTRONICS LIMITED (A Government of India ...behalf of Bharat Electronics Limited (BEL) for...

86
Page 1 of 85 Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City BHARAT ELECTRONICS LIMITED (A Government of India Enterprise, Ministry of Defence) JALAHALLI, KARNATAKA PH: +91-80-22195865 E-mail: [email protected] Web:www.eprocurebel.co.in Date: 17.06.2019 Sub: Tender Enquiry for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City.

Transcript of BHARAT ELECTRONICS LIMITED (A Government of India ...behalf of Bharat Electronics Limited (BEL) for...

Page 1 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

BHARAT ELECTRONICS LIMITED (A Government of India Enterprise, Ministry of Defence)

JALAHALLI, KARNATAKA PH: +91-80-22195865

E-mail: [email protected]

Web:www.eprocurebel.co.in

Date: 17.06.2019

Sub: Tender Enquiry for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 2 of 85

DISCLAIMER

The information contained in this Request for Tender document or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of Bharat Electronics Limited (BEL) for Imphal Smart City Limited (ISCL) or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. This RFP is not an Agreement and is neither an offer nor invitation by BEL for ISCL to the prospective Bidders or any other person.

The purpose of this tender is to provide interested parties with information that may be useful to them in making their financial offers (Bids) pursuant to this tender. This tender includes statements, which reflect various assumptions and assessments arrived at by BEL for ISCL in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This Tender may not be appropriate for all persons, and it is not possible for BEL, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this Tender. The assumptions, assessments, statements and information contained in the Bidding Documents, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this Tender and obtain independent advice from appropriate sources.

Information provided in this Tender to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. BEL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. BEL, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution for unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bid Stage.

BEL also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. BEL may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP. The issue of this RFP does not imply that BEL is bound to select a Bidder or to appoint the Successful Bidder JV or Contractor, as the case may be, for the Project and BEL reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 3 of 85

The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Authority or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 4 of 85

Contents

1. Definitions / Acronyms ...................................................................................................................... 6

2. Definition of Terms ............................................................................................................................ 10

3. Invitation for Tender Enquiry .......................................................................................................... 12

4. Section – II: Special Conditions of the Contract............................................................................. 17

4.1 Pre-qualification: ........................................................................................................................ 17

4.2 Ownership and Retention of Documents ............................................................................... 19

4.3 Total Responsibility ................................................................................................................... 19

4.4 No Deviation............................................................................................................................... 19

4.5 Information Security .................................................................................................................. 19

4.6 Records of contract documents ................................................................................................ 20

4.7 Security and Safety .................................................................................................................... 20

4.8 Confidentiality............................................................................................................................ 20

4.9 Events of Default by the Selected Bidder................................................................................ 21

5. Project Components........................................................................................................................... 23

5.1 Components & Services Overview .......................................................................................... 23

6. Section III – Project Scope ................................................................................................................. 25

6.1 Introduction ................................................................................................................................ 25

6.2 Geographical Scope of Services................................................................................................ 26

6.3 Objective of the Project .............................................................................................................. 26

6.4 Scope of Work............................................................................................................................. 27

6.4.1 Operation & Maintenance................................................................................................. 27

6.4.2 City Surveillance ................................................................................................................ 27

6.4.3 Solid Waste Management ................................................................................................. 28

6.4.4 Public Address System (PAS)........................................................................................... 29

6.4.5 Emergency Control box..................................................................................................... 29

6.4.6 Environmental Sensors...................................................................................................... 29

7. Functional Requirements Specifications ......................................................................................... 36

7.1 Surveillance System along with Emergency and Incident Management........................... 36

7.1.1 Functional Requirement – Surveillance System ............................................................ 36

7.1.1.1 Information to be captured by Edge Devices.............................................................. 36

7.1.1.2 Information to be analyzed at Local Server Room ..................................................... 36

7.1.1.3 Role-Based Access to the Entire System ...................................................................... 37

7.1.1.4 Storage/Recording Requirements................................................................................ 37

8. Bill of Material..................................................................................................................................... 40

8.1 City Surveillance ........................................................................................................................ 40

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 5 of 85

8.2 Solid Waste Management ......................................................................................................... 40

8.3 Public Address System .............................................................................................................. 41

8.4 Emergency Control Box ............................................................................................................ 41

8.5 Environmental Sensors.............................................................................................................. 41

9. Section IV - Submission of Proposal................................................................................................. 42

10. Section V - Post Award Contract .................................................................................................. 47

11. Locations ......................................................................................................................................... 65

1.1 Location for Smart Traffic Management System ................................................................... 65

1.2 Locations where CCTV cameras are to be installed for City Surveillance......................... 66

12. Annexures ....................................................................................................................................... 67

12.1 Annexure 1 - Un-Priced Bill of Material ................................................................................. 67

12.2 Annexure 2: Price Bid Format .................................................................................................. 68

12.3 Annexure 3: Earnest Money Deposit (EMD) Format ............................................................ 69

12.4 Annexure 4: Bank Guarantee for Performance Security (PBG) Format ............................. 70

12.5 Annexure 5: Total Responsibility Certificate Format............................................................ 72

12.6 Annexure 6: Power of attorney Format .................................................................................. 73

12.7 Annexure 7: MAF Certificate Format ...................................................................................... 74

12.8 Annexure 8: Functional Compliance ....................................................................................... 75

12.9 Annexure 9: Technical Specifications & Compliance............................................................ 76

12.10 Annexure 10: Integrity pact format ..................................................................................... 77

12.11 Annexure 11: Statutory Compliance Certificate ................................................................ 84

12.12 Annexure 12: No Deviation Certificate ............................................................................... 85

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 6 of 85

1. Definitions / Acronyms

Sr. No.

Term / Acronyms

Description

1 AAA Authentication, authorization, and accounting

2 ANPR Automated Number Plate Recognition

3 AP Access Point

4 AVLS Automated Vehicle Locator System

5 BEL Bharat Electronics Limited

6 BID Offer by Bidder to fulfil the requirement for an agreed price. It shall be a comprehensive technical and commercial agreed price and response to the RFP

7 BOM Bill of Material

8 CCC Command and Control Centre

9 CCTV Closed Circuit Television

10 COP Common Operating Platform

11 DBA Database Administrator

12 DC Data Centre

13 DCP Deputy Commissioner of Police

14 DELIVERABLES Products, infrastructure and services agreed to be delivered by the Bidder in pursuance of the agreement as defined more elaborately in the RFP, Implementation and the Maintenance phases and includes all documents related to the user manual, technical manual, design, process and operating manuals, service mechanisms, policies and guidelines (such as security related, data migration related), inter alia payment and/or process related etc., source code and all its modifications

15 DIT Directorate of Information Technology

16 DNS Domain Name Server

17 DR Disaster Recovery

18 EFFECTIVE DATE

Date on which Contract Agreement for this RFP comes into effect

19 EMD Earnest Money Deposit

20 EMS Enterprise Management System

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 7 of 85

21 ETA Estimated Time of Arrival

22 ETD Estimated Time of Departure

23 EProcurement PORTAL

means electronic tendering system of Government

24 FRS Functional Requirement Specifications

25 GI Pipes Galvanized iron Pipes

26 GIS Geographical Information System

27 GPRS General Packet Radio Service

28 GPS Global Positioning System

29 GSM Global Systems for Mobile Communications

30 GUI Graphical User Interface

31 HDPE High-Density Polyethylene

32 HO Head Office

33 ICT Information and Communication Technology

34 IDS Intrusion Detection System

35 IOE Internet of Everything

36 IG Inspector General of Police

37 IPS Intrusion Prevention System

38 ITIL Information Technology Infrastructure Library

39 LAN Local Area Network

40 LED Light Emitting Diode

41 LOI/LOA Letter of Intent/Letter of Award

42 MoU Memorandum of Understanding

43 MTBF Mean Time Between Failures

44 MTTR Mean Time to Repair

45 MUX Multiplexer

46 NFC Near Field Communication

47 NIC National Informatics Centre

48 Non Compliance means failure/refusal to comply with the terms and conditions of the tender

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 8 of 85

49 Non responsive means failure to furnish complete information in a given format and

manner required as per the tender documents or non-submission of tender offer in given forms / pro forma or not following procedure mentioned in this tender or any of required details or documents is missing or not clear or not submitted in the prescribed format or non-submission of tender fee on EMD

50 O&M Operations & Maintenance

51 OEM Original Equipment Manufacturer

52 OFC Optical Fibre Cable

53 OGC Open Geospatial Consortium

54 OS Operating Systems

55 OTP One Time Password

56 PA Public Address System

57 PDUs Power Distribution Units

58 PIS Passenger Information System

59 PoE Power over Ethernet

60 PoP Points of Presence

61 PTZ Pan Tilt Zoom

62 QR Code Quick Response Code

63 Required Consents

Consents, waivers, clearances and licenses to use ISCL Intellectual Property Rights, rights and other authorizations as may be required to be obtained for the software and other items that DIT, GoM their nominated agencies are required to make available to Bidder pursuant to this Agreement;

64 RF Radio Frequency

65 RFID Radio Frequency Identification

66 RFP Request for Proposal

67 RLVD Red Light Violation Detection

68 RoW Right of Way

69 RPO Recovery Point Objective

70 RTO Recovery Time Objective

71 Service Level Level of service and other performance criteria which will apply to the Services delivered by the Bidder;

72 SI System Integrator

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 9 of 85

73 SLA Service Level Agreement; Performance and Maintenance SLA executed

as part of this Master Service Agreement;

74 SNMP Simple Network Management Protocol

75 SMPS Switched Mode Power Supply

76 SOP Standard Operating Procedure

77 SOS Save Our Souls. SOS is international Morse code distress signal

78 Successful Bidder Bidder who is qualified & successful in the bidding process and is awarded the Work

79 TRAI Telecom Regulatory Authority of India

80 TRS Technical Requirement specifications

81 UPS Uninterruptible Power Supply

82 URL Uniform Resource Locator

83 VA Video Analytics

84 VMS Variable Message System

85 VCA Video Content Analytics

86 VLAN Virtual Local Area Network

87 VMS Video Management Software/System

88 WAN Wide Area Network

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 10 of 85

2. Definition of Terms

1. BEL: Bharat Electronics Ltd. Jalahalli, Bangalore, A Govt. of India, Ministry of Defense Enterprise

2. ISCL: Imphal Smart City Limited.

3. Acceptance of System/Solution means; the system/solution shall be deemed to

have been accepted by BEL/ISCL, subsequent to its installation, rollout and deployment of trained manpower, when all the activities as defined in Scope of Work have been successfully executed and completed to the satisfaction of BEL.

4. Date of Commissioning of the Project/ Go-Live means; the date of completion

and clearance of successful FAT by BEL/ISCL evidenced by way of written communication, of the entire system; such event shall be marked as the ―date of

commissioning/Go-Live.

5. Document means; any embodiment of any text or image however recorded and

includes any data, text, images, sound, voice, codes, databases or any other electronic documents as per IT Act2000.

6. SI (System Integrator) means the agency appointed by the BEL to execute

the project either in parts or to the entirety of it.

7. Project means; Implementation of implementation of Integrated Command & Control Center (ICCC) in Imphal Smart City as per scope of work for ISCL.

8. Service level agreement (SLA) is the service level and performance commitment

to ISCL by the Selected Bidder and OEMs that defines the performance output and availability of the deliveries and installations under this project.

9. Final Acceptance Test (FAT) means a test conducted by ISCL or its representatives or its third party testing agencies as may be decided by ISCL to determine if the requirements and performance of the equipment and systems delivered by BEL as laid in solution document, and the documents referred in General Terms and Conditions meet the specified output, functionality and performance in standalone and integrated mode.

10. Intellectual Property Rights means; a means any patent, copyright, trademark,

trade name, service marks, brands, proprietary information whether arising before or after the execution of this Contract and the right to ownership and registration of these rights.

11. VENDOR(s) means the agencies engaged by the SI in order to supply the required equipment, goods and services during the entire period of the contract.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 11 of 85

12. OEM means; the Original Equipment Manufacturer of any equipment / system

/ software / product which are providing such goods to BEL under the scope of the Contract.

13. Subcontractor means; any entity that is directly or indirectly subcontracted by

Bidder to deliver any services or supply any products, including supply of products as a third party producer to BEL as required under the terms and conditions of this Agreement/Contract;

14. SCC means; Special Conditions of Contract.

15. Services means; the work to be performed by the Bidder pursuant to the project

and to the contract to be signed by the parties in pursuance of any specific assignment awarded by BEL

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 12 of 85

3. Invitation for Tender Enquiry

1. Open tender through NIC website are invited in two parts bidding (two bid system i.e. Pre- qualification with Technical bid and ―Price bid separately) for ―Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City”.

2. Pre-Qualification with Technical Bid and Price Bid are to be submitted

separately on the NIC website.

3. The tender is invited only through NIC website by due Date & Time. Bids received

after the Bid Closing date & time will not be accepted.

4. The following documents must be enclosed along with ―Pre-qualification and

Technical bid:-

a. Complete Tender document along with Annexures, duly signed & stamped. b. Technical and functional specifications of tender document duly signed &

stamped. c. Duly signed and stamped Pre-qualification documents. d. Datasheets of items offered / Technical Proposal. e. There should not be any disclosure of prices in ―Pre-qualification and Technical

bid‖. Otherwise bid will be rejected.

5. Price bid: The price bid should be strictly as per Price Bid format of this tender

document. The price must be filled of all elements/ fields. In case, of prices are not

mentioned of any element, it will be assumed that bidder will supply/ service the

same activity free of cost. In case of any mismatch, the price mentioned in word will

be taken for calculation.

6. Sealed envelope containing EMD shall be submitted at the reception office of

BEL-Bangalore before the closing time at 14:00 hrs on 24/06/2019.

7. First Pre-qualification with Technical bid will be opened. In case of non-

fulfillment of requirement/ prequalification conditions; the Price bid will not be opened for such bidders. The EMD will be returned for such disqualified bidders.

8. The tender will be opened by the Sr.DGM (MM/HLS & SCB) in his office.

9. Bidders are hereby advised to submit their offers complete in all respect well before

the closing hours as any delay in submission of tenders or for any other reason will not be accepted by the system.

10. Bidders shall quote for the entire scope of contract on an ―overall responsibility‖

basis such that the total bid price covers Bidder‘s all obligations mentioned in or to

be reasonably inferred from the bidding documents in respect of providing the product/services.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 13 of 85

11. Prices quoted by the Bidder for unit rates (Capex and Opex) shall remain firm during the entire contract period and not subject to price variation on any account. A bid submitted with an adjustable price quotation shall be treated as non- responsive and rejected.

12. Any p a r t i c u l a r s i n f or m a t i o n /clarification r e g a r d i n g t h e p r o p o s e d w o r k

c a n b e obtained from the office of the Sr. DGM (D&E) Email-Id: [email protected] on any working day during office hours.

13. Tender is not transferable. Only one bid is acceptable from one bidder. Participation

through consortium is not allowed.

14. Tender should remain valid for a period of three (03) months from the date of opening of the price bid.

15. Canvassing in any form will entail disqualification.

16. Conditional tenders are liable for rejection.

Yours faithfully,

For BHARAT ELECTRONICS LIMITED,

Sr. DGM (MM/ HLS & SCB) Bharat Electronics Ltd. Jalahalli, Bangalore.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 14 of 85

Section – I: Instruction to Bidders and General Conditions for Submission of Tender

1. BEL reserves the right to accept or reject any or all the Bidders without assigning

any reason thereof.

2. The company may, at its discretion execute some of the work departmentally.

3. The Tender shall quote for all items of the tender and any incomplete tender is liable for rejection.

4. Un-priced Price bid without price values is to be submitted as part of Pre-

qualification with Technical bid. There should not be any disclosure of prices in

Pre- qualification with Technical bid. Else, bid will be rejected straightaway. Bidder has to mention rate of GST of each item here.

5. The contract should mention GST registration number and category of work/service

in the bill / invoice. GST applicable if any will also be reimbursed to the Vendors against bill submitted duly supported by documentary evidences / certificates as may be available. The onus of proving the applicability of the GST will on the bidder.

6. Submission of tender by the Bidders implies that he has the Instructions to Tenders

and all other contract documents and has made himself aware of the scope and the specifications of the work to be executed after satisfying himself on due inspection of site as to the conditions of site, local conditions and other relevant matters having a bearing on the execution of the works, including cost thereof.

7. The Bidder should quote his rate with respect to the description and make/

technical/functional specifications indicated in tender document.

8. If a Bidder withdraws his offer after opening of price bids or after communication of acceptance of his tender by the Company or fails to execute the agreements within the time specified in the order issued by the Company or fails to commence the work within the prescribed time specified in the contract, the following action will be taken:

8.1 The Earnest Money / Security Deposit paid by the Bidder shall be forfeited to

the Company.

8.2 The agency will not be allowed to participate, if the same work is re-tendered.

8.3 The agency will be banned from participating in any of the future tenders of

the Company for a period of 12 months from the date of withdrawal of offer.

9. The Bidder shall quote only one specific make and model from only one specific

OEM, for each of the goods. Providing more than one option shall not be allowed.

10. Arbitration :In case any dispute or difference shall arise between the Company

(BEL) or he Engineer on their behalf and the Vendors on any matter within the scope of this Contract except as to matters entirely left to the decision of the Company or the Engineer under the provisions of this Agreement, then either party shall forthwith give to the other written notice of such dispute or difference and such disputes or difference shall be referred to a sole Arbitrator to be selected by the

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 15 of 85

Vendors from among the panel of three nominees to be indicated by the Company at the time of reference of the disputes to arbitration. The award of the Arbitrator shall be final and binding on both parties. The procedure laid down in accordance with the Indian Arbitration and Conciliation Act, 1996, or any statutory amendment thereof and the rules made there under from time to time shall apply in the matter of the reference. Court at Karnataka shall have jurisdiction to entertain a claim or for enforcement of the award.

10.1 If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any

reason from the proceedings, it shall be lawful for BEL to appoint another person in his place in the same manner as aforesaid. Such person shall proceed with the reference from the stage where his predecessor had left if both parties consent for the same; otherwise, he shall proceed ―Denovo‖.

10.2 It is a term of the contract that the party invoking arbitration shall specify all

disputes to be referred to arbitration at the time of invocation of arbitration and not thereafter.

10.3 It is also a term of the contract that neither party to the contract shall be entitled

for any interest on the amount of the award.

10.4 The Arbitrator shall give reasoned award and the same shall be final,

conclusive and binding on the parties.

10.5 The fees of the arbitrator, costs and other expenses incidental to the arbitration

proceedings shall be borne equally by the parties.

11. Force Majeure: Vendors shall, at all times, be held indemnified based on BEL gets

indemnified from ISCL on back to back basis against and from any litigation or claim if the performance under Contract is delayed or prevented because of war hostilities, civil disturbance, commotion, lock-outs, strikes, governmental action, fire, flood, natural calamities like epidemic or famine, acts of God or for any other cause beyond reasonable control of the System Integrator.

12. Statutory and other Obligations Regarding Workmen:

a. The Vendor shall comply with Central / Local and State Regulations and

Enactments pertaining to workmen and labour and the BEL Engineer‘s / Officer- In-charge‘s shall have the right to enquire into and decide all complaints on such matters.

b. The Vendors shall remain liable for the payments of all wages or other money to

his employees or labourers under the Minimum Wages Act, Payment of Wages Act, Employees Liability Act, Workmen‘s Compensation Act, PF and ESI Act or any other enactments and rules made applicable from time to time. The Vendors shall also comply with the provisions of the Apprenticeship Act, Contract Labour (Regulation and Abolition) Act and the Rules and Orders issued there under from time to time.

c. The Vendors shall be solely liable for all the pecuniary and other consequences

arising on account of any violation or default by him in respect of the provisions of the above mentioned Acts and Regulations and any other statutory obligations

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 16 of 85

which may be in force regarding the conditions of employment of workmen from time to time. In addition, any such failure or violation or default will constitute a breach of the Contract conditions and is liable for action.

d. Certificate of statutory compliance to be submitted by vendors, while submitting

the bills.

13. Vendor‘s workers will be required to follow & maintain the BEL Code & discipline

while working on this project. BEL may cancel this tender at any stage without assigning any reasons to the bidders, if Vendors are indulged in any unethical means. The Vendors shall have to be careful, diligent and show workman like manner in conformity with the accepted standard practices as per industry norms.

14. The BEL committee reserves the right to inspect the site of the Vendor sat any time

and if the infrastructure is not found adequate as per this tender document requirements, the empanelment of the service provider will be cancelled and the amount of Security deposit in whole or in part in the event of any default, failure or neglect on part of the Vendors will be forfeited.

15. BEL will sign an Integrity pact as per format enclosed with vendors as per standard

practice.

16. The SI has to submit an undertaking that at any point of time during the execution

pf the project SI will not work against the interest of BEL also will not make any negative publicity / comments about BEL to customer or any of the stakeholder i.e PMC.

17. Acceptance of each milestone by the customer i.e. ISCL and concerned PMC will be

the completely responsibility of SI.

18. Execution of the project as per the customer need and keeping BEL completely

aware of all the aspects regularly, back to back acceptance of any deviations, as may be raised by the Customer at any stage during the tenure of the complete project, onsite warranty, warranty certificate in the name of ISCL providing all the techno commercial details to BEL, so that BEL is completely aware about the execution of the project and can satisfy customer by providing suitable information at any point of time, as may be required by the customer from BEL.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 17 of 85

4. Section – II: Special Conditions of the Contract

The Special Conditions of Contract are as under.

4.1 Pre-qualification: The compliance along with supporting documents to be provided by bidder. The price

bid will be opened for bidders; those are pre-qualification and technically qualified.

S. N.

Pre-Qualification Criterion

Compliance (Yes/No)/ Documents to be

submitted

Page Number in Technical Document

1. Bid Security / EMD (Refundable): Rs.10,00,000/-(Rupees Ten Lakhs only) in the form of DD/ BG from Nationalized /Scheduled bank in favor of Bharat Electronics Ltd, payable at Bangalore.

Copy of EMD in form of DD/BG from nationalized bank should be submitted and valid upto 180 days from bid submission date.

2. The bidder should be a Business Entity, shall mean a company registered in India under the Companies Act, or a partnership or proprietorship firm registered under the relevant and prevailing law.

1. Certificates of incorporation of Company/Firm Registration.

2. GST Registration certificate

3. Copy of PAN card

3. The bidder should have a minimum average annual turnover of Rs. 10 Crore from IT /ITES Indian operations during last three years. (2015-16, 2016-17 & 2017-18).

Certificate of Statutory Auditor / CA along with Copy of audited Balance sheet.

4. The bidder should have positive net-worth and profit making in Last three Financial Years ( 2015-16, 2016-17 & 2017-18)

Certified Copy of documents duly attested by Statutory auditor/CA

5. The bidder should have average turnover of Rs 3 Crore during last 3 financial years (2015-16, 2016-17 & 2017-18) from CCTV Surveillance / Environmental Sensors / Solid Waste Management business in India.

Certificate of Statutory Auditor / CA.

6. The bidder should have experience in implementing CCTV surveillance /solid waste management /Environmental sensors /PAS /Emergency control box of value not less than 2 Cr in last three Financial years.

Copy of Work order / Agreement with Client satisfactory completion certificate should be provided clearly indicating the scope of services mentioned

7. A self-certified declaration letter by the authorized signatory of the bidder that the bidder has not been

A Self Certified letter by an authorized signatory of the bidder

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 18 of 85

blacklisted by any Central / State

Government/Public Sector Undertaking

8. The bidder should possess any three (3) relevant certifications which are valid at the time of bidding: B. ISO 9001:2015/ ISO 20000:2011 for it service management C. ISO 27001:2013 for information security management system

Copy of respective certificates should be included

9. Bidder should have local office in Imphal, Manipur. In case of nonexistence of local office, an Undertaking to be submitted to open Local office within one month of Award of Contract along with Agreement copy after issuance of work order.

In case of nonexistence of local office, an undertaking to open local office within one month of award of contract

10. Solvency certificate: Latest Banker Solvency Certificate of Rs. 1 Crore (from Nationalized/Scheduled bank) issued, not earlier than 12 months from the date of last date of bid submission.

Solvency certificate issued by the bank

11. Specific Power of Attorney in favour of Authorized Signatory signing the Bid and Board Resolution in favour of person granting the Power of Attorney who shall sign the Proposal.

Power of Attorney and Board Resolution

12. Bidders must submit RFP/Tender specific MAF from the OEMs of BoQ items as mentioned against them.

Tender specific MAF Must be submitted in the name of Imphal Smart City Limited as per format mentioned in RFP. The OEMs MAF should include 5 (five) years support for BoQ. MAF from Major OEM should be provided.

Important: i) Bidders must attach the duly filled above pre-qualification criteria sheet with their

technical bid, failing which bid may be out rightly rejected without evaluation. ii) Bidders must submit the documents/work order according to criteria in

sequential manner. iii) BEL may ask the prospective bidders to give a technical presentation on the

proposed solution.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 19 of 85

4.2 Ownership and Retention of Documents a. BEL/ISCL shall own the Documents, prepared by or for the Selected Bidder

arising out of or in connection with the Contract. b. Forthwith upon expiry or earlier termination of this Contract and at any other

time on demand by BEL/ISCL, the Selected Bidder shall deliver to BEL/ISCL all documents provided by or originating from BEL/ISCL and all documents produced by or for the Selected Bidder in the course of performing the Services, unless otherwise directed in writing by BEL/ISCL at no additional cost. The Selected Bidder shall not, without the prior written consent of BEL/ISCL store, copy, distribute or retain any such documents.

4.3 Total Responsibility

Bidder should issue a statement undertaking total responsibility for the defect free operation of the proposed solution as per the format.

4.4 No Deviation

Bidder should submit a certificate that offers contains no deviation in all respect either technical or commercial.

4.5 Information Security a. The Selected Bidder shall not carry any written/printed document, layout

diagrams, CD, hard disk, storage tapes, other storage devices or any other goods /material proprietary to BEL/ISCL into / out of any location without written permission from BEL/ISCL.

b. The Selected Bidder shall not destroy any unwanted documents, defective tapes/media present at any location on their own. All such documents, tapes/media shall be handed over to BEL/ISCL.

c. All documentation and media at any location shall be properly identified,

labeled and numbered by the Selected Bidder. The Selected Bidder shall keep track of all such items and provide a summary report of these items to BEL/ISCL whenever asked for.

d. Access to BEL/ISCL‘s data and systems, Internet facility by the Selected Bidder at any location shall be in accordance with the written permission by BEL/ISCL. BEL/ISCL shall allow the Selected Bidder to use facility in a limited manner subject to availability. It is the responsibility of the Selected Bidder to prepare and equip himself in order to meet the requirements.

e. The Selected Bidder must acknowledge that BEL/ISCL‘s business data and other

BEL/ISCL proprietary information or materials, whether developed by BEL/ISCL or being used by BEL/ISCL pursuant to a license agreement with a third party (the foregoing collectively referred to herein as ―proprietary

information‖) are confidential and proprietary to BEL/ISCL; and the Selected

Bidder along with its team agrees to use reasonable care to safeguard the proprietary information and to prevent the unauthorized use or disclosure thereof, which care shall not be less than that used by the Selected Bidder to

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 20 of 85

protect its own proprietary information. The Selected Bidder recognizes that the goodwill of BEL/ISCL depends, among other things, upon the Selected Bidder

keeping such proprietary information confidential and that unauthorized disclosure of the same by the Selected Bidder or its team could damage the goodwill of BEL/ISCL, and that by reason of Selected Bidder‘s duties hereunder.

The Selected Bidder may come into possession of such proprietary information, even though the Selected Bidder does not take any direct part in or furnish the services performed for the creation of said proprietary information and shall limit access thereto to employees with a need to such access to perform the services required by this agreement. The Selected Bidder shall use such information only for the purpose of performing the said services.

f. The Selected Bidder shall, upon termination of this agreement for any reason, or

upon demand by BEL, whichever is earliest, return any and all information provided to the Selected Bidder by BEL, including any copies or reproductions, both hardcopy and electronic.

g. By virtue of the Contract, the Selected Bidder team may have access to personal

information of BEL/ISCL and/or a third party. BEL/ISCL has the sole ownership of and the right to use, all such data in perpetuity including any data or other information pertaining to the citizens that may be in the possession of the Selected Bidder team in the course of performing the Services under the Contract.

4.6 Records of contract documents

a. The Selected Bidder shall at all-time make and keep sufficient copies of the

process manuals, operating procedures, specifications, Contract documents and any other documentation for him to fulfill his duties under the Contract.

b. The Selected Bidder shall keep on the Site at least three copies of each and every specification and Contract Document, in excess of his own requirement and those copies shall be available at all times for use by BEL/ISCL‘s Representative

and by any other person authorized by BEL/ISCL‘s Representative.

4.7 Security and Safety

a. The Selected Bidder shall comply with the directions issued from time to time by BEL/ISCL and the standards related to the security and safety, in so far as it applies to the provision of the Services.

b. The Selected Bidder shall upon reasonable request by BEL/ISCL, or its

nominee(s) participate in regular meetings when safety and information technology security matters are reviewed.

4.8 Confidentiality

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 21 of 85

a. The Selected Bidder shall not, either during the term or after expiration of this

Contract, disclose any proprietary or confidential information relating to the Services/Contract and/or BEL/ISCL‘s business/ operations, information,

Application/software, hardware, business data, architecture schematics, designs, storage media and other information / documents without the prior written consent of BEL.

b. BEL reserves the right to adopt legal proceedings, civil or criminal, against the Selected Bidder in relation to a dispute arising out of breach of obligation by the Selected Bidder under this clause.

c. The Selected Bidder shall do everything reasonably possible to preserve the

confidentiality of the Confidential Information including execution of a confidentiality agreement with BEL to the satisfaction of BEL.

d. The Selected Bidder shall notify BEL promptly if it is aware of any disclosure of the Confidential Information otherwise than as permitted by the Contract or with consent of BEL.

e. The Selected Bidder shall be liable to fully recompense BEL/ISCL for any loss

of revenue arising from breach of confidentiality.

4.9 Events of Default by the Selected Bidder

The failure on the part of the Selected Bidder to perform any of its obligations or comply with any of the terms of this Contract shall constitute an Event of Default on the part of the Selected Bidder. The events of default are but not limited to:

a. The Selected Bidder / Selected Bidder‘s Team has failed to perform any

instructions or directives issued by BEL/ISCL which it deems proper and necessary to execute the scope of work or provide services under the Contract, or

b. The Selected Bidder / Selected Bidder‘s Team has failed to confirm / adhere

to any of the key performance indicators as laid down in the Key Performance Measures / Service Levels, or if The Selected Bidder has fallen short of matching such standards / benchmarks / targets as BEL may have designated with respect to the system or any goods, task or service, necessary for the execution of the scope of work and performance of services under this Contract. The above mentioned failure on the part of the Selected Bidder may be in terms of failure to adhere to performance, quality, timelines, specifications, requirements or any other criteria as defined by BEL/ISCL;

c. The Selected Bidder has failed to remedy a defect or failure to perform its

obligations in accordance with the specifications issued by BEL/ISCL, despite being served with a default notice which laid down the specific deviance on

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 22 of 85

the part of Selected Bidder /Selected Bidder‘s Team to comply with any

stipulations or standards as laid down by BEL/ISCL; or

d. The Selected Bidder /Selected Bidder‘s Team has failed to adhere to any

amended direction, instruction, modification or clarification as issued by BEL/ISCL during the term of this Contract and which BEL deems proper and necessary for the execution of the scope of work under this Contract.

e. The Selected Bidder /Selected Bidder‘s Team has failed to demonstrate or

sustain any representation or warranty made by it in this Contract, with respect to any of the terms of its proposal and this Contract

f. There is a proceeding for bankruptcy, insolvency, winding up or there is an

appointment of receiver, liquidator, assignee, or similar official against or in relation to the Selected Bidder.

The Selected Bidder / Selected Bidder‘s Team has failed to comply with or is in breach 22 or contravention of any applicable laws.

h. Where there has been an occurrence of such defaults inter alia as stated above,

BEL shall issue a notice of default to the Selected Bidder, setting out specific defaults / deviances / omissions / non-compliances / non-performances and providing a notice of thirty (30) days to enable such defaulting party to remedy the default committed.

i. Where despite the issuance of a default notice to the Selected Bidder by BEL,

the Selected Bidder fails to remedy the default to the satisfaction of BEL/ISCL, BEL may, where it deems fit, issue to the defaulting party another default notice or proceed to contract termination.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 23 of 85

5. Project Components 5.1 Components & Services Overview

A. Physical City ICCC:

Imphal smart city has to implement, integrate and operationalize all the smart solutions/ components of the city. These smart ICT solutions like Variable Messaging Display (VMD), Traffic Enforcement, Integrated Command and Control Centre (ICCC), ICCC SAS Model, Cyber Security etc. have to be implemented by SI to be selected through this notice inviting proposal. Establishing Video walls, local video storage, networking components etc. will also be responsibility of SI.

B. City Operation/IoT Platform

The city operation platform will be at the cloud and design, implementation and maintenance of the operation platform will be under the scope of SI. SI will work on integrating different components and services with the operation platform. The platform should have capability of integrating different field level devices in order to support IoT ecosystem.

C. Local Server Room/ Disaster Recovery

1. The infrastructure of Local Server Room for the smart components like Variable

Messaging Display (VMD), Traffic Enforcement, Integrated Command and Control Centre (ICCC), ICCC SAS Model, Cyber Security etc. shall be hosted in the server room at ICCC.

2. The SI need to do the sizing of rack space required at facilities based on its capacity planning and sizing for the entire duration of the contract with adequate space for future expansion.

3. The infrastructure of Disaster Recovery shall also be hosted at Disaster Recovery Cloud.

4. SI will establish Integrated Command and Control center for Imphal comprising of various project modules/ components mentioned below.

D. Level 1: Implement, Integrate, Command, Control and Fully Operate

Following components will be implemented as a part of the ICCC project. 1. Variable Message Display (VMD) 2. Traffic Enforcement

a) Red Light Violation Detection System (RLVDS) b) Speed Violation Detection System (SVDS)

3. Local Server Room 4. Integrated Command And Control Centre 5. ICCC SAS Model 6. Cyber Security 7. Mobile app & Web Portal 8. Virtalization helpdesk and deep learning 9. On-cloud Data Centre and Disaster Recovery Centre 10. Optical Fiber Connectivity 11. Imphal City Unified Communication, Collaboration and Information Sharing Cloud

Platform (ICUCCISP) 12. E-Challan Application System for Traffic rule violation. 13. Integrated Imphal Citizen Service Platform (IICSP)

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 24 of 85

a) Integrated e-Governance services on one platform b) Imphal City Public Mobility Assistance System (ICPMAS) c) Imphal City Digital Road Guidance System with Land marks for mobility

guidance (ICDRGS) d) Mobile Based KNFB Reader App for Visually Challenged e) App based system for Cycle pick and go f) Safe Imphal – Mobile app for 24X7 safety of citizens and tourists

14. Dedicated MPLS connectivity between DC/DR cloud and Local Server Room.

SI shall be responsible to carry out the detailed survey prior to submission of proposal for the complete solution component requirement in order to finalize the infrastructure requirement, network bandwidth requirement, operational & administrative challenges etc.

Specifically, following are the main activities to be carried out by SI:

1. Project Planning, execution and Management 2. Assessment and Gap analysis of requirement for all smart city components under

scope. 3. Survey and Detailed Design of all Smart Solutions 4. Prototype acceptance and factory testing 5. Business Process Reengineering for the selected applications/ services, if required 6. Solution Design, System customization and development for all components

mentioned in this volume. 7. ICT items procurement, deployment and commissioning 8. Site preparation including LAN Networking 9. Application and general awareness training 10. Testing

a) Prototype Acceptance Tests (PAT) b) Factory Acceptance Tests (FAT) c) Pre-Installation Testing (PIT) d) Installation Acceptance Tests (IAT) e) Proof of Performance Testing (POP) f) System Integration Testing (SIT) g) Stress and Load Testing h) Security Testing (including penetration and vulnerability test) i) UAT

11. STQC Certification 12. Go live 13. Capacity Building 14. Full Deployment, Documentation and Handover 15. Change Management 16. Technical Support 17. Phase wise Integration of existing and futuristic ICT systems with Integrated

Command & Control Center (ICCC): 18. Comprehensive Maintenance for System and Services for 5 Years.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 25 of 85

6. Section III – Project Scope 6.1 Introduction

Imphal, capital of Manipur, India is one of the cities currently selected to be developed as

a Smart City under the national flagship mission of incumbent federal government of

India under Ministry of Housing and Urban Affairs (MoHUA). Therefore it is proposed

to develop and use of robust ICT infrastructures to improve the governance, promptness

in delivery of services by the ISCL thereby improving the livability, ensure sustainability

and finally translating into the economic development of the region. Therefore to ensure

such vision, it‘s imperative for a city to find smarter ways to manage complexities, reduce

expenses, increase efficiency of the governance and enable the transparency in the

governance.

The Imphal Smart City Limited (ISCL) has identified certain Smart ICT intervention

required to make the city smart. Bharat Electronics Limited (BEL) has been selected as a

System Integrator (SI) to implement the required ICT for setting up Integrated Command

and Control Center (ICCC) for Imphal Smart City, Manipur.

As a paramount of core of smart city, Imphal envisages developing robust ICT

infrastructures and desirous to adopt the digital transformation to achieve its vision of

such smarter growth. The transforming digital technology envisages creating

conducive environment to investors in the city‘s core physical infrastructures and scale

up in the ease of doing business.

Keeping in view the core concept of Smart City, BEL has prepared this request for

proposal to select a suitable partner for developing ICT infrastructure (eco -system) on

which various smart solutions listed in the tender document will have to be integrated

in ICCC.

The proposed smart city solutions are for ana lysis, monitoring, management and

dissemination of information collected from various intelligent systems deployed

across the city consisting of IoT like sensors, CCTV cameras etc. It helps in near real

time management of situations and generates faster an d effective responses. It also

enables the collection of data and analysis leads to more accurate forecasting, action

and allocation of resources. The decisions thus made would be evidence based and

data driven.

Imphal is located at 24.8074°N 93.9384°E in extreme eastern India, with an average

elevation of 786 metres (2,579 ft). It has a humid subtropical climate with mild, dry

winters and a hot monsoon season. July temperatures average about 29 °C (84 °F);

January is the coldest month, with average lows n ear 4 °C (39 °F). The city receives

about 1,320 mm (52 in) of rain, with June the wettest month. Imphal is connected

through National Highway which connects major cities like Guwahati, Kohima,

Agartala, Shillong, Dimapur, Silchar and many more and also con nects its neighbour

states.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 26 of 85

6.2 Geographical Scope of Services

The following is a summary of the geographical extent of the project.

#

System Description

Locations

1. Intelligent Traffic Signals 27 Junctions

2. Surveillance System (Fixed and PTZ Cameras) 41 Locations

3. ANPR Cameras 16 Locations

4. Red Light Violation Detection System at Intersection 27 Junctions

5. Variable Message Display (VMD) Boards 10 Locations

6. Laying of OFC 250 km (approx.)

7. Local Server Room Local Server Room at ICCC

8. DC & DR On cloud

9. City Operation/IoT Platform Cloud hosted

10. Integrated Command & Control Center (ICCC) ICCC at location selected by ISCL

Tentative list of location are annexed, however the exact locations/junctions shall be finalized with after a through survey by the SI. SI shall do a thorough survey to arrive at the functionalities of the components and BoQ.

6.3 Objective of the Project

The key objective of this project is to establish a collaborative framework where input from different functional departments of Imphal Municipal Corporation and other stakeholders such as transport, water, fire, police, e -governance, etc. can be assimilated and analysed on a single platform; consequently, resulting in aggregated city level information. Further this aggregated city level information can be converted to actionable intelligence, which would be propagated to relevant stakeholders and citizens.

The vision of Imphal can be accomplished by providing the Integrated Command and Control Centre (ICCC) Application with combination of Command and Control, Data Visualization and Sensor Integration technologies into a Common Operating Picture that improves whole communities‟ response to and management of planned and unplanned events, and builds the capability and resiliency of agencies charged with citizen services, safety, infrastructure protection, and relief activities.

ICCC enables collation of information and collabo rative monitoring, thus helping in the analysis of data for quicker decision making. Intelligent operations capability ensures integrated data visualization, real-time collaboration and deep analytics that can help different stakeholders prepare for exigen cies, coordinate and manage response efforts, and enhance the ongoing efficiency of city operations. The interface at ICCC gives a real-time and unified view of operations. Cities can rapidly share information across agency lines to accelerate problem resp onse and improve project coordination. Furthermore, the ICCC will help in anticipating the challenges and minimizing the impact of disruptions.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 27 of 85

6.4 Scope of Work

Scope Overview: As a paramount of core of smart city, ISCL envisages developing robust ICT infrastructures and desirous to adopt the digital transformation to achieve its vision of such smarter growth. The transforming digital technology envisages creating conducive environment to investors in the city‘s core physical infrastructures and scale up in the ease of doing business.

The proposed smart city solutions should be analyzing, monitoring, managing and disseminate information collected from various intelligent systems deployed across the city consisting of IoT like sensors, CCTV cameras etc. It should help in near real-time management of situations and generates faster and effective responses. It should also enable the collection of data and analysis leading to more accurate forecasting, action and allocation of resources. The decisions thus made would be evidence based and data driven. Scope of the project is segregated into three broad areas.

Services which are to be integrated with City Operation platform are listed below:

• City Surveillance

• Solid Waste Management

• Public Address System

• Emergency Control Box

• Environmental Sensors

6.4.1 Operation & Maintenance

1. Operations & Maintenance for IT / Non-IT Infrastructure and AMC i. SI is responsible for operations and maintenance for IT / Non-IT

Infrastructure for 5 Years. ii. PRI Lines for Contact Center

iii. Maintenance of DC, DR, CCC & Field Elements i.e. Hardware, Sensors, devices, etc. for All systems.

iv. Day to Day Asset & Maintenance Management by coordinating with OEM's. v. Comprehensive AMC of entire project for 05 years after go live

2. Insurance

Comprehensive Insurance of all the commissioned equipment‘s as per scope of insurance clause in tender.

Note: The selected SI should be comprehensively responsible for the execution of the project up to fullest satisfaction of end customer during entire tenure of the project, which includes delivery, supply, installation and commissioning, go live, training, warranty and operation and maintenance. During execution of the project, in case any activity or item required which are not envisaged during tender and bidding stage the same has to be provided by the successful bidder free of cost. However in case ISCL agrees to provide additional fund for these additional activity / item the same will be pass on to the successful bidder by BEL at mutually agreed price and terms.

6.4.2 City Surveillance

Video analysis is currently addressing innumerable scenarios in both the commercial and public sectors. In order to cater to the challenging demands of the end-users, the

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 28 of 85

algorithms and behavioral analysis must develop continually, since the type of deviation from normal behavior against which the end-users wish to discriminate is infinite. Challenge is the use of audio analysis in tandem with video analysis. For example, audio analysis can cover detection of gunshots, airplanes, or abnormal mechanical processes (such as car engine malfunctioning, rowdy behavior, or human voices calling for help). Video Synopsis can be applied to create a synopsis of an endless video streams, as generated by webcams and by surveillance cameras. Video Synopsis is a technology that enables the simultaneous presentation of multiple objects and activities that have occurred at different times. Video is analyzed and separated into background (all static, non-moving objects) and foreground (moving objects). Moving objects are extracted and descriptions inserted into a database. Real time rendering is then used to display objects and events simultaneously in a condensed video clip. Video surveillance, audio analysis, object recognition, object tracking, motion detection, video summarization, etc., are the state-of-the-art research areas currently being pursued worldwide.

The deliverable of this system should include:

• Short summarized surveillance video showing multiple activities occurred at different times, while preserving the essential activities of the original video.

• Index of the synopsis video pointing to the original video and the original time of activity

• Detection of moving objects in selected areas covered by the camera, where the object of interest could be tracked across several videos or it could simply be an object that has been left unattended in restricted areas covered by the cameras.

• Detection of illegal parking in no parking zones. Detection of vehicles driving in wrong way or reversing.

• ANPR- Automatic Number Plate Recognition

• Detection of people flow and counting of people in selected areas.

• Parallelization of above modules across intra-video (multiple videos) and inter frame (single video) on CPUs/GPUs

6.4.3 Solid Waste Management

Authority intends to implement a RF based and GPS enabled Solid Waste Management System practices within the existing landscape to:

• Door to door collection tracking and monitoring

• RFID Tags for Door to door, waste tracking and monitoring: One of the primary objectives of the project is to track the locations of the each household waste pickup and tipper vehicles movement. Placing RFID tags on each household from where waste is picked up.

• Manage routes and vehicles dynamically through an automated system.

• Do Route optimization which shall help in reduction of trip time, fuel saving and serving more locations

• Reduce the human intervention in monitoring process

• Keep history of vehicle routes, attended sites and other details

• Reporting of vehicles, garbage collected and other SWM details to higher authorities from any location at any time

• Monitor and track the activities of field staff force on daily basis

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 29 of 85

Detailed objectives also include • Real time management of missed garbage collection points

• To reduce the human intervention in monitoring process

• To ensure complete coverage of door to door and community collections

6.4.4 Public Address System (PAS)

Public address systems will be used to communicate information related to traffic or

any other announcement.

SI should install PAS at pole, each junction point should have 2 way Speakers and

should confirm to the technical specifications mentioned in the document.

6.4.5 Emergency Control box

In the event of Emergency, distress, citizens could reach the pre-defined support centre for getting support through panic buttons mounted on smart poles. Panic buttons to be strategically located suitably sized and identified/clearly labelled for Emergency. Once pressed will send a call to the nearest police station or Quick Response Team.

6.4.6 Environmental Sensors

The environment sensors should have the following capabilities: 1. They should be ruggedized enough to be deployed in open air areas on streets

and parks 2. They should be able to read and report at least the following parameters

• Temperature

• Relative Humidity

• Ambient Light

• Noise

• CO

• NO2

• So2

• O3

• PM 2.5

• PM 10

• UVa

• UVb

• CO2 3. Sensor should be able to communicate its data using wireless technology (GSM /

WIFI) 4. Data should be collected in a software platform that allows third party software

applications to read that data.Data Buffer Capacity up to 3 years 5. Data Capture Frequency –30 seconds 6. Li-Ion Battery Backup of 4 hours 7. Aesthetic & Elegant Aerodynamic design 8. Stabilization Time on power outages < 10 minutes 9. LEDs on the enclosure for easy visual indications 10. Software Solution

A. Solution to enable APIs for mobile & Web services B. APIs to provide

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 30 of 85

i. Status of Devices ii. NAQI Colour Schema as per NAQI, India

C. Lead pollutant contributing to NAQI D. Architecture to support computation of new parameters such as

i. Now Cast NAQI ii. Zonal Limits of pollutants if any

11. The sensor management platform should allow the configuration of the sensor to

the network and also location details etc.

Note: The selected SI should be comprehensively responsible for the execution of the project up to fullest satisfaction of end customer during entire tenure of the project, which includes delivery, supply, installation and commissioning, go live, training, warranty and operation and maintenance. During execution of the project, in case any activity or item required which are not envisaged during tender and bidding stage the same has to be provided by the successful bidder free of cost. However, in case ISCL agrees to provide additional fund for these additional activity / item the same will be passed on to the successful bidder by BEL at mutually agreed price, terms and conditions.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 31 of 85

3. Approvals and Required Consents

1. BEL shall extend necessary support to bidder to obtain, maintain and observe all relevant and customary regulatory and governmental licenses, clearances and applicable approvals (hereinafter the ―Approvals‖) necessary for bidder to provide the Services.

2. BEL shall also provide necessary support to Bidder in obtaining the Approvals. In the event that any Approval is not obtained, Bidder and BEL shall co-operate with each other in achieving a reasonable alternative arrangement as soon as reasonably practicable for ISCL, to continue to process its work with as minimal interruption to its business operations as is commercially reasonable until such Approval is obtained, provided that Bidder shall not be relieved of its obligations to provide the Services and to achieve the Service Levels until the Approvals are obtained if and to the extent that Bidder's obligations are dependent upon such Approvals.

3. Bidder should submit profiles of only those resources that shall be deployed on the project. Any change of resource should be intimated and approved by BEL and compensated with equivalent or better resource. BEL may interview the resources suggested by Bidder before their deployment. It does not apply in case of change requested by BEL.

4. In case of change in its team members, Bidder shall ensure a reasonable amount of time overlapping activities to ensure proper knowledge transfer, handover and takeover of documents and other relevant materials between the outgoing and the new member.

5. Bidder shall ensure that bidder‘s Team constitutes of competent, professional and

possesses the requisite qualifications and experience appropriate to the task they are required to perform under this Contract. Bidder shall ensure that the services are performed through the efforts of Team, in accordance with the terms hereof and to the satisfaction of BEL. Nothing in this Contract relieves Bidder from its liabilities or obligations under this Contract to provide the Services in accordance with BEL‘s

directions and requirements and as stated in this Contract to the extent accepted by BEL and bidder shall be liable for any non-performance, noncompliance, breach or other loss and damage resulting either directly or indirectly by or on account of its Team.

6. Bidder shall ensure that during the execution of the Projects, the part of the team member should constitute directly from the OEMs/Vendors along with the team management of bidder.

7. Bidder shall be fully responsible for deployment / installation / development/ and integration of all the software and hardware components and resolve any problems / issues that may arise due to integration of components.

8. Bidder shall ensure that the OEMs supply equipment/ components including associated accessories and software required and shall support bidder in the installation, commissioning, integration and maintenance of these components during the entire period of contract. Bidder shall ensure that the COTS OEMs supply the software applications and shall support Bidder in the installation / deployment, integration, roll- out and maintenance of these applications during the entire period of contract. It must clearly be understood by Bidder that warranty and O&M of the system, products and services incorporated as part of system would commence from the day of Go- Live of system as a complete Smart city solutions including all the solutions proposed. Bidder would be required to explicitly display that they have a back to back arrangement for provisioning of warranty/ O&M support till the end of contract period with the relevant OEMs.

9. All the software licenses that bidder proposes should be perpetual software licenses. 10. Bidder shall ensure that none of the components and sub-components is declared end- of-

sale or end-of-support by the respective OEM at the time of submission of proposal. If the

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 32 of 85

OEM declares any of the products/ solutions end-of-sale subsequently, the BEL shall ensure that the same is supported by the respective OEM for contract period.

11. If a product is de-supported by the OEM for any reason whatsoever, from the date of Acceptance of the System till the end of contract, Bidder should replace the products/ solutions with an alternate that is acceptable to BEL at no additional cost to BEL and without causing any performance degradation.

12. The Licenses will be in the name of ISCL only. 13. Bidder shall ensure that the OEMs provide the support and assistance to Bidder in case of

any problems / issues arising due to integration of components supplied by him with any other component(s)/ product(s) under the purview of the overall solution. If the same is not resolved for any reason whatsoever, Bidder shall replace the required component(s) with an equivalent or better substitute that is acceptable to BEL without any additional cost to BEL and without impacting the performance of the solution in any manner whatsoever.

14. Bidder shall ensure that the OEMs for hardware servers/equipment supply and/or install all type of updates, patches, fixes and/or bug fixes for the firmware or software from time to time at no additional cost to BEL.

15. Bidder shall ensure that the OEMs for hardware servers/ equipment or Bidder's trained engineers conduct the preventive maintenance on a Quarterly basis and break-fix maintenance in accordance with the best practices followed in the industry. Bidder shall ensure that the documentation and training services associated with the components shall be provided by the OEM partner or OEM‘s certified training partner without any additional cost to BEL.

16. The training has to be conducted using official OEM course curriculum mapped with the hardware / Software Product‘s to be implemented in the project.

17. Bidder and their personnel/representative shall not alter / change / replace any hardware component proprietary to BEL/ISCL and/or under warranty or O&M of third party without prior consent of BEL.

18. Bidder shall provision the required critical spares/ components at the designated Information Processing Facility / Data Center Sites / office locations of ISCL for meeting the uptime commitment of the components supplied by him.

19. Bidder‘s representative(s) shall have all the powers requisite for the execution of scope of

work and performance of services under this contract. Bidder‘s representative(s) shall

liaise with BEL/ISCL‘s representative for the proper coordination and timely completion

of the works and on any other matters pertaining to the works. Bidder shall extend full co-operation to BEL‘s representative in the manner required by them for supervision/ inspection/observation of the equipment/ goods/ material, procedures, performance, progress, reports and records pertaining to the works. He shall also have complete charge of Bidder‘s personnel engaged in the performance of the works and to ensure compliance of rules, regulations and safety practice. He shall also cooperate with the other Service Providers/Vendors of BEL/ISCL working at ISCL‘s office locations &field locations and

DC. Such Bidder‘s representative(s) shall be available to BEL/ISCL‘s Representative at

respective Data center during the execution of works. 20. Bidder shall be responsible for coordination with other vendors and agencies of ISCL in

order to resolve issues and oversee implementation of the same. Bidder shall also be responsible for resolving conflicts between vendors in case of borderline integration issues.

21. Bidder would set up a project office in Imphal. The technical manpower deployed on the project should work from the same office. However, some resources may be required to work from the client office during the contract period.

22. Access to Sites: BEL shall arrange access to as much of the Sites as may be necessary to enable Bidder to commence and proceed with the installation of the works in accordance

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 33 of 85

with the program of work. Any reasonable proposal of Bidder for access to Site to proceed with the installation of work in accordance with the program of work shall be considered for approval and shall not be unreasonably withheld by BEL. Such requests shall be made to BEL‘s representative in writing at least 7 days prior to start of the work.

23. At the site locations, ISCL/BEL‘s representative shall give to bidder access to as much as

may be necessary to enable Bidder to commence and precede with the installation of the works in accordance with the program of work or for performance of Facilities Management Services.

24. Start of Installation: Bidder shall co-ordinate with BEL/ISCL and stakeholders for the complete setup of sites before commencement of installation. Bidder shall also co- ordinate regarding Network / Bandwidth connectivity in order to prepare the installation plan and detailed design / architectural design documents.

25. As per TRAI guidelines, resale of bandwidth connectivity is not allowed. In such a case tri-partite agreement / statutory requirement will be decided at the time of execution.

26. The plan and design documents thus developed shall be submitted by Bidder for approval by BEL.

27. After obtaining the approval from BEL, Bidder shall commence the installation. 28. Reporting Progress: Bidder shall monitor progress of all the activities related to the

execution of this contract and shall submit to BEL, progress reports with reference to all related work, milestones and their progress during the implementation phase.

29. Formats for all above mentioned reports and their dissemination mechanism shall be discussed and finalized along with project plan. BEL on requirement basis may change the formats, periodicity and dissemination mechanism for such reports.

30. Periodic review meetings shall be held between the representatives of BEL and Bidder once in every 15 days or as and when required during the implementation phase to discuss the progress of implementation. After the implementation phase is over, the meeting shall be held as an ongoing basis, as desired by BEL/ISCL, to discuss the performance of the contract.

31. Bidder shall ensure that the respective solution teams involved in the execution of work are part of such meetings.

32. All the goods, services and manpower to be provided / deployed by Bidder under the Contract and the manner and speed of execution and maintenance of the work and services are to be conducted in a manner to the satisfaction of BEL‘s representative in

accordance with the Contract. 33. BEL/ISCL reserves the right to inspect and monitor/ assess the progress/ performance of

the work / services at any time during the course of the Contract. BEL/ISCL may demand and upon such demand being made, Bidder shall provide documents, data, material or any other information which ISCL may require, to enable it to assess the progress/ performance of the work /service.

34. At any time during the course of the Contract, BEL shall also have the right to conduct, either itself or through another agency as it may deem fit, an audit to monitor the project performance of its obligations/ functions in accordance with the standards committed to or required by BEL and Bidder undertakes to cooperate with and provide to BEL/ any other agency appointed by BEL, all Documents and other details as may be required by them for this purpose. Such audit shall not include Bidder's books of accounts.

35. Should the rate of progress of the works or any part of them at any time fall behind the stipulated time for completion or is found to be too slow to ensure completion of the works by the stipulated time, or is in deviation to requirements/

standards, BEL‘s representative shall so notify Bidder in writing. 36. Bidder shall reply to the written notice giving details of the measures he proposes to take

to expedite the progress so as to complete the works by the prescribed time or to ensure compliance to Contract requirements. Bidder shall not be entitled to any additional

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 34 of 85

payment for taking such steps. If at any time it should appear to BEL‘s representative that the actual progress of work does not conform to the approved plan Bidder shall produce at the request of BEL‘s representative a revised plan showing the modification to the

approved plan necessary to ensure completion of the works within the time for completion or steps initiated to ensure compliance to the stipulated requirements.

37. The submission seeking approval by BEL of such plan shall not relieve Bidder of any of his duties or responsibilities under the Contract.

38. In case during execution of works, the progress falls behind schedule or does not meet the Contract requirements, Bidder shall deploy extra manpower/ resources to make up the progress or to meet the contract requirements. Plan for deployment of extra man power/ resources shall be submitted to BEL for its review and approval. All time and cost effect in this respect shall be borne, by Bidder within the contract value.

39. Project Plan: Within 15 calendar days of effective date of the contract/ Issuance of PO, Bidder shall submit to BEL for its approval a detailed Project Plan with details of the project showing the sequence, procedure and method in which he proposes to carry out the works. The Plan so submitted by Bidder shall conform to the requirements and timelines specified in the Contract. BEL and Bidder shall discuss and agree upon the work procedures to be followed for effective execution of the works, which Bidder intends to deploy and shall be clearly specified. The Project Plan shall include but not limited to project organization, communication structure, proposed staffing, roles and responsibilities, processes and tool sets to be used for quality assurance, security and confidentiality practices in accordance with industry best practices, project plan and delivery schedule in accordance with the Contract. Approval by BEL‘s representative of

the Project Plan shall not relieve Bidder of any of his duties or responsibilities under the Contract.

40. If Bidder‘s work plans necessitate a disruption/ shutdown in ISCL‘s operation, the plan

shall be mutually discussed and developed so as to keep such disruption/shutdown to the barest unavoidable minimum. Any time and cost arising due to failure of Bidder to develop/adhere such a work plan shall be to his account.

41. Adherence to safety procedures, rules regulations and restriction 42. Bidder‘s Team shall comply with the provision of all laws including labour laws, rules,

regulations and notifications issued there under from time to time. All safety and labour laws enforced by statutory agencies and by ISCL shall be applicable in the performance of this Contract and Bidder‘s Team shall abide by these laws.

43. Access to the ICCC and Data Center etc. shall be strictly restricted. No access to any person except the essential members of Bidder‘s Team who are authorized by BEL/ISCL and are genuinely required for execution of work or for carrying out management/ maintenance shall be allowed entry. Even if allowed, access shall be restricted to the pertaining equipment of ISCL only. Bidder shall maintain a log of all activities carried out by each of team personnel.

44. No access to any staff of Bidder, except the essential staff who has genuine work- related need, should be given. All such access should be logged in a loss free manner for permanent record with unique biometric identification of the staff to avoid misrepresentations or mistakes.

45. Bidder shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all reasonable safety rules and instructions. Bidder‘s Team

shall adhere to all security requirement/ regulations of BEL/ISCL during the execution

of the work. BEL/ISCL‘s employee also shall comply with safety procedures/policy.

46. Bidder shall report as soon as possible any evidence, which may indicate or is likely to lead to an abnormal or dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 35 of 85

47. Statutory Requirements: During the tenure of this Contract nothing shall be done by Bidder or his team in contravention of any law, act and/ or rules/regulations, there under or any amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep BEL indemnified in this regard.

1. BEL‘s representative shall interface with Bidder, to provide the required information, clarifications, and to resolve any issues as may arise during the execution of the Contract. BEL shall provide adequate cooperation in providing details, coordinating and obtaining of approvals from various governmental agencies, in cases, where the intervention of BEL is proper and necessary.

2. Site Not Ready: BEL hereby agrees to coordinate to make the project sites ready as per the agreed specifications, within the agreed timelines. BEL agrees that Bidder shall not be in any manner liable for any delay arising out of BEL/ISCL‘s failure to make the site ready

within the stipulated period. However, the scope of the preparation of the Site for such installations (all inclusive) pertaining to the project(s) is the responsibilities of the Bidder. BEL/ISCL will only identify the proposed location of the projects whereas, the final construction (civil / electrical / Mechanical etc.) are in the scope of Bidder under this agreement.

3. Dependencies: BEL hereby agrees to make available the necessary project dependencies identified and prepared by the Bidder within the comprehensive project plan such as but not limited to input information, approvals etc. BEL agrees that Bidder shall not be in any manner liable for any delay arising out of EL/ISCL‘s failure to provide the necessary information within the stipulated time period as deemed reasonable by all concerned parties.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 36 of 85

7. Functional Requirements Specifications

The functional requirements provided in the below sections this RFP are indicative and carry guiding rule. The SI is free to offer products and solutions, which meet requirements of the RFP focusing on the outcome, future scalability, security, reliability and adherence to requirements under this RFP, in line with applicable standards & best practices adopted in the industry.

The SI is encouraged to undertake a proper survey along with stakeholders discussions to arrive at optimum solution.

7.1 Surveillance System along with Emergency and Incident Management

Surveillance Cameras are most important component of Traffic & Safety solution for any city. The camera at various location and junctions will have the capability to provide a potential live video to be shared with ICCC for monitoring functions of other departments too (Black spot monitoring, Event Management, etc.). In its endeavor to provide the citizens of Imphal a safe and secure society, Imphal Smart City has made provision to install CCTV/Surveillance cameras across different locations and junctions in the city. All these cameras have to be integrated with the ICCC. The feed from all of these cameras will be monitored closely to identify incidents (pre-incident and post- incident).

7.1.1 Functional Requirement – Surveillance System

Functional Requirement of the overall Surveillance System can be categorised into following components:

1. Information to be Captured by Edge Devices 2. Information to be analysed at ICCC 3. Role Based Access to the Entire System 4. Storage / Recording Requirements 5. Other General Requirements

7.1.1.1 Information to be captured by Edge Devices

Surveillance Cameras being one of the core sub modules of ICCC project, it is important that their selection and placement is carefully done to ensure the full coverage of the traffic junction along with all associated junction arms, accuracy of the information captured on the field and they are rugged, durable & compact. These cameras need to work on 24 X 7 basis and transmit quality video feeds to the ICCC and would capture the video feeds at 25 FPS during entire duration of day for 30 days duration. However, Imphal Police may take the regular review of the requirements for video resolution, FPS and may change these numbers to suit certain specific requirements (for example, there could be a situation when certain cameras are required to be viewed at higher FPS for specific period. It is estimated that not more than 5% of the cameras would be required to be viewed at higher FPS at a given point of time).

7.1.1.2 Information to be analyzed at Local Server Room

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 37 of 85

The proposed Video Management System should provide a complete end-to-end solution for security surveillance application. The control centre shall allow an operator to view live / recorded video from any surveillance camera on the IP network. The combination of control centre and the IP network would create a virtual matrix, which would allow switching of video streams around the system.

It has been envisaged that all surveillance cameras would not be simultaneously viewed at Integrated Command & Control Center. The viewing shall vary from time to time and on- demand basis which will help to manage traffic at the junctions and coordinate with the field police officers.

7.1.1.3 Role-Based Access to the Entire System

Various users should have access to the system using single sign-on and should be role based. Different roles which could be defined (to be finalized at the stage of implementation) could be Administrator, Supervisor, Officer, Operator, etc. Apart from role based access, the system should also be able to define access based on location. Other minimum features required in the role based authentication systems are as follows:

a. The management module should be able to capture basic details (including

mobile number & email id) of the Police Personnel & other personnel requiring Viewing / Administration rights to the system. There should be interface to change these details, after proper authentication.

b. Rights to different modules / sub-modules / functionalities should be role based and proper log report should be maintained by the system for such access.

c. The system should be with login name & password enabled to ensure that only the concerned personnel are able to login into the system

d. There should be provision to specify hierarchy of operators / officers for control of the cameras from various locations.

e. The number of users shall increase as per phase wise implementation. SI is expected to estimate and provision the same based on the phase wise requirements.

f. Windows Active Directory/LDAP or any such system can be used to design role based access.

7.1.1.4 Storage/Recording Requirements

It is proposed that the storage solution shall be modular enough to ensure compliance to the changes in storage / recording policy, to be evolved upon initial deployment of the system. The following storage requirements shall be fulfilled by the SI as scope for the project:

a. The Data Centre (DC) will be hosted on cloud b. 30 days storage of all the surveillance camera feeds to be stored at Local Server Room

and Flagged data (critical incidents) will be stored for approximately 90 days, permanent storage envisaged on secondary/backup storage

c. 90 days storage for all traffic enforcement systems including RLVD, speed violation detection and ANPR camera at Data Centre.

d. 365 days storage of traffic junction data for ITMS at Local Server Room and Flagged data will be stored for approximately 5 years.

e. Above systems except ITMS are required to be stored on Primary Storage for 7 days & on Secondary Storage for remaining days respectively at Local Server Room.

f. For ITMS, Primary storage will be for 90 days and Secondary Storage for 275 days.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 38 of 85

Back up storage for 5 Years approximately. g. Data on storage would be over-written automatically by newer data after the stipulated

time period. If some data is flagged by police personnel (or by designated personnel) as important data / evidence data due to some reporting of crime or accident in the area or due to court order or due to suspicious activity, it would need to be stored for longer duration, as per requirements. Imphal Police would analyse such flagged data every 3months to take such decisions for preservation of the flagged data beyond 90 days.

h. Full audit trail of reports to be maintained for 90 days. i. SI is expected to carry out the storage requirement estimation and supply as per the

solution proposed j. Archival / Backup to be done on NAS / Scale-out NAS / SAN / Unified or

equivalent storage solution k. Retrieval time for any data stored on secondary storage should be max. 4 hours for

critical data & 8 hours for other data. l. The recording servers / system, once configured, shall run independently of the Video

Management system and continue to operate in the event that the Management system is off-line.

m. The system shall support the use of separate networks, VLANs or switches for connecting the cameras to the recording servers to provide physical network separation from the clients and facilitate the use of static IP addresses for the devices.

n. The system shall support H.264 or better, MPEG-4 and MJPEG compression formats for all analog cameras connected to encoders and all IP cameras connected to the system.

o. The system shall record the native frame rate and resolution supplied by the camera or as configured by the operator from the system administration server.

p. The system should not limit amount of storage to be allocated for each connected device.

q. The on-line archiving capability shall be transparent and allow Imphal Police to browse and archive recordings without the need to restore the archive video to a local hard drive for access.

r. The system shall allow for the frame rate, bit rate and resolution of each camera to be configured independently for recording. The system shall allow the user to configure groups of cameras with the same frame rate, bit rate and resolution for efficient set-up of multiple cameras simultaneously.

s. The system shall support archiving or the automatic transfer of recordings from a camera‘s default database to another location on a time-programmable basis without the need for user action or initiation of the archiving process. Archiving shall allow the duration of the camera‘s recordings to exceed the camera‘s default database capacity.

Archives shall be located on either the recording server or on a connected network drive. If the storage area on a network drive becomes unavailable for recording the system should have the ability to trigger actions such as the automatic sending of email alerts and sound alerts to necessary personnel.

t. Bandwidth optimization

• The Recording Server / System shall offer different codec (H.265,

MJPEG, MPEG-4, etc.) and frame rate (CIF, 4CIF, QCIF) options for managing the bandwidth utilisation for live viewing on the Client systems. (through use of multiple systems such as transcoding server)

• From the Imphal Police, the user shall have the option of having video images continually streamed or only updated on motion to conserve bandwidth between the Client systems and the Recording Server.

u. The Recording Server / System shall support camera (analogue and IP cameras)

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 39 of 85

devices from various manufacturers. v. The Recording Server / System shall support the PTZ protocols of the supported

devices listed by the camera OEMs. w. The system shall support full two-way audio between Client systems and remote

devices. (Audio from certain set of cameras can be recorded in future). x. Failover Support

• The system shall support automatic failover for recording servers. This

functionality shall be accomplished by failover server as a standby unit that shall take over in the event that one of a group of designated recording servers fails. Recordings shall be synchronized back to the original recording server once it is back online.

• The system shall support multiple failover servers for a group of recording servers.

y. SNMP Support

• The system shall support Simple Network Management Protocol (SNMP) in order for third-party software systems to monitor and configure the system.

• The system shall act as an SNMP agent which can generate an SNMP trap as a result of rule activation in addition to other existing rule actions.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 40 of 85

8. Bill of Material

Following is an indicative BoM. The SI basis the site survey and discussion with the stakeholders can determine the actual BoM.

8.1 City Surveillance

# Description Unit Quantity 1 Outdoor Box Cameras with IR Illuminators No‘s 92 2 Outdoor PTZ Cameras with IR Illuminators No‘s 41

3 ANPR Cameras No‘s 16

4 Poles for Cameras and Equipment‘s No‘s 121

5 Poles with Cantilever No‘s 7

6 Switches No‘s 41

7 Provisioning of Electrical Power No‘s

41

8 Networking Cost (Passive Components) (Pl. specify the details like Junction Box, Patch Panel, LIU, OFC, Cat6 Cable, Power Cable, Patch Cords, Pipes, Installation & Labour Charges, etc.

No‘s 41

9 UPS with Battery No‘s 41

8.2 Solid Waste Management

# Description Unit Quantity

1

Automated Vehicle Locator Management System with requirement of customized dashboard specific for monitoring and tracking of solid waste management activities and integration with the RFID system & volume sensor system for bin collection management

Lump Sum

1

2 Waste Management Monitoring Application Lump Sum 1

3 Mobile Application - Mobile GPS based Staff Attendance Management System

Lump Sum

1

4 Driver/Field Staff Mobile Application Lump Sum 1

5 Citizen Mobile App Lump Sum 1

6 Weigh bridge integration application Lump Sum 1

7 GIS Platform to be provided by SI which will be integrated through API (Integration with existing Map)

Lump Sum 1

8 Vehicle Tracking System (VTS) GPS Device Set 60

9 RFID receiver for Compactors / Auto tippers Set 4

10 QR Code tags for All House Holds Set 70000

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 41 of 85

11 Windshield RFID Tagging for Tippers (Waste

Treatment Plant) Set

60

12 Mobile with Biometric device for Supervisor Set 5

13 Mobile for push carts (Mobile Handheld with QR Card Reader)

Set

1

14 RFID Receiver with all accessories at weigh bridge & entry point

Set

1

15 RFID receiver with all accessories at exit point Set 1

16 Weigh Bridge Gateway Set 1

17 3G GPRS SIM for the GPS Units in Vehicles, Filed Staff Mobiles & Weighbridge Gateway

Set

60

18 Implemenmtation Charges Lump Sum 1

8.3 Public Address System

# Description Unit Quantity

1 PA Speaker Nos 54

2 Ambient Noise Sensor Nos 27 3 VoIP/Amplifier with Builtin Digital Signal

Processor Nos

27

4 PAS Software for field & Centre Location Nos 1 5 Field Junction Box Nos 27

6 I&C of PAS Lot 27

8.4 Emergency Control Box

# Description Unit Quantity

1 ECB No 10

2 ECB Software No 1 3 Field Junction Box No 10 4 UPS (1 KVA) No 10

5 Mounting structures No 10

6 Earthing System No 10

7 I&C of ECB No 10

8.5 Environmental Sensors

# Description Unit Quantity

1 IoT based Environment sensors No 3

2 Management Software No 1

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 42 of 85

9. Section IV - Submission of Proposal

SI shall submit following documents as part of their Technical Proposal:

1. Compliance to the Functional Specifications as mentioned in the document 2. Technical Specifications of the components 3. Bill of material conforming to as set by ISCL 4. Proposed Solution Architecture of the project 5. Details on qualification and experience of the technical team proposed for the

project 6. Project experience of similar nature 7. Named technical partners that will be involved in the project 8. Detailed Approach & Methodology comprising of

a. Understanding of the project and conformity: Functional Requirement b. High level architecture of the solution proposed for the complete project as

per the RFP c. Completeness of project plan and ease of implementation (including

training and change management plan) d. Method of integration proposed with other IT initiatives e. Identification of major risks for the projects and also propose suitable

mitigation plan for each of these risks f. Strategy to maintain all the SLAs and handling change requests g. Detailed Business Plan highlighting Revenue Streams for relevant smart

elements h. What will be the approach towards the scalability, interoperability and

modularity features considering the future expansion of the projects? (The response to this question shall be given considering growth of Smart Cities as well as new applications or systems that may be envisaged/developed in future)

i. Detailed Project Plan

9. Presentation & PoC to exhibit functional and non-functional requirements of

the components

10. Submission of Financial Proposal

The financial proposal shall be submitted in the below format:

Sl. No Particular Amount (INR) in Crore

1 CAPEX for Implementation 2 OPEX for 5 years 3 Applicable Taxes 4 Total Amount inclusive of Taxes

i. Bidder while submitting the detailed BoQ shall define unit rate for each of the line item in

INR. ii. Detailed payment terms shall be defined in the contract agreement.

Notice Inviting Proposal for Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 43 of 85

1. Instructions to Bidders

Detailed instruction & documents to be furnished for online bidding Guidelines for online submission of bids can be downloaded from the website https://www.eprocurebel.co.in

Bidders in order to participate in the bidding process have to get ‗Digital Signature

Certificate (DSC)‘ as per Information Technology Act-2000 to participate in online bidding. This certificate will be required for digitally signing the bid. Bidders can get the above mentioned digital signature certificate from any approved vendors (CA). Bidders, who already possess valid Digital Certificate, need not procure new Digital

Certificate.

Bidders have to submit their bids online in electronic format with digital Signature. Bids without digital signature will not be accepted. The bidders‘ are also required to

submit the hardcopy (seal and signed) of the technical bid documents latest by the last date and time of submission of online bids. In case of any discrepancies in the submitted documents (hard copy), BEL will accept the online bid documents as authentic and final. This shall be binding to all parties.

BEL reserves the right to verify, if it desires, the correctness of documentary evidence furnished by the bidder. Quantity/ location mentioned in this Tender are indicative may vary.

2. Site Visit(s)

The bidder may wish to visit and examine the site (s) of the project and obtain for itself, at its own responsibility and risk, all information that may be necessary for preparing the bid and entering into the contract. The cost of visiting the site (s) shall be borne by the bidder.

3. Bidder has to ensure that submission of online bid is complete in all respect as per

tender and all the required documents are uploaded before stipulated time.

4. Uploaded documents of successful bidder will be verified with the original before

signing the agreement. The successful bidder has to provide the originals to the

concerned authority.

5. The BEL will not be responsible for delay in online submission of bids due to any

reason, what so ever.

6. All required information for bid must be filled and submitted online.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 44 of 85

7. Details of documents to be furnished for online bidding

a. Scanned copies Technical Bid documents including annexures and compliance to technical specs are to be up-loaded in PDF format only on the website https://www.eprocurebel.co.in in Technical bid envelop/folder Technical Qualification information and supporting documents as specified in Technical Evaluation Criteria Certificates, undertakings, affidavits as required in Technical Qualification Criteria must be uploaded.

b. Scanned copies of the duly filled in & Digitally signed BOQ (Will be available online in the portal) Financial Bid proposal to be up-loaded on the website https://www.eprocurebel.co.in in financial bid envelope/folder.

c. Uploaded documents of successful bidder will be verified with the original before signing the agreement. The successful bidder has to provide the originals to the concerned authority on receipt of such a letter, which will be sent though registered post or speed post or delivered by hand.

d. Uploaded documents should be digitally signed by the bidders.

8. The bid document should be properly page numbered and appropriately and must

contain the list of contents with page numbers. Any deficiency in the documentation

may result in the rejection of the Bid.

a. The response to the Tender should be full and complete in all respects. Failure to furnish the requisite information or submission of a proposal not substantially responsive to the Tender document in every respect will be at the bidder's risk and may result in rejection of the proposal and forfeiture of the EMD.

9. Late Bids

a. Bids received after the due date and the specified time (including the extended

period if any) for any reason whatsoever, shall not be entertained and shall be returned unopened.

b. The bids submitted by telex/telegram/ fax/e-mail etc. shall not be considered.

No correspondence will be entertained on this matter.

c. BEL shall not be responsible for any postal delay or non-receipt/ non-delivery of

the documents. No further correspondence on the subject will be entertained.

d. BEL reserves the right to modify and amend any of the above-stipulated

condition/criterion depending upon project priorities vis-à-vis urgent commitments.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 45 of 85

10. Tender Opening

The Proposals submitted up to date and time mentioned in this tender document will be opened by tender opening committee authorized by BEL, in the presence of such of those Bidders or their representatives who may be present at the time of opening. The representatives of the bidders should be advised to carry the identity card or a letter of authority from the tendering firms to identify their bonafide for attending the opening of the proposal.

11. Tender Validity

The offer submitted by the Bidders should be valid for minimum period of 90 days from the date of submission of Tender.

12. Tender Evaluation

a. Each of the responses shall be evaluated as per the criterion and requirements specified in this Tender.

b. Initial Bid scrutiny will be held and incomplete details as given below will

be treated as non-responsive.

c. BEL reserves the right to reject any or all proposals on the basis of any

deviations.

d. BEL also reserves the right to suspend the entire tendering process at any point of time without assigning any reason whatsoever.

e. Further, the scope of the tender committee also covers taking any decision

with regard to the Tender Document, execution/ implementation of the project.

f. Proposal shall be opened in the presence of bidders representatives who intend to attend at their cost. The bidders‘ representatives who are present shall sign a register giving evidence of their attendance.

a) The ―Pre-qualification with Technical bid‖ of all the eligible bidders will be evaluated

on the basis of the minimum technical specifications & features of the equipments / systems per compliance mentioned in the TENDER. After evaluation of technical bids by committee, the bidders, who meet the requisite criteria, will be short-listed.

b) When deemed necessary, Evaluation Committee may seek clarifications on any aspect

of their bid from the vendor. However, that would not entitle the vendor to change or cause any change in the substance of the tender submitted. This would also not mean that their proposal quote has been accepted.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 46 of 85

c) The decision of the Evaluation Committee in the evaluation of responses to the TENDER shall be final.

d) Price bids of only those bidders will be opened, whose ―Pre-qualification with

Technical bid‖ is found complied in all respect and approved by the Evaluation

Committee. Such Price bids will be opened at BEL Bangalore in presence of the Bidder‘s present at the given time, date and venue. The bidder‘s representatives, who

participate in the opening process, shall inform in advance and sign a document

evidencing their attendance.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 47 of 85

10. Section V - Post Award Contract

1. Termination Clause: -

Termination for Default: The tender sanctioning authority of BEL may, without prejudice to any other remedy for breach of contract, by a written notice of default of at least 30 days sent to the selected bidder, terminate the contract in whole or in part:

i) If the selected bidder fails to deliver any or all quantities of the service within the time period specified in the contract, or any extension thereof granted by BEL; or

ii) If the selected bidder fails to perform any other obligation under the Contract within the specified period of delivery of service or any extension granted thereof; or

iii) If the selected bidder, in the judgment of the Purchaser, is found to be engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the contract.

iv) If the selected bidder commits breach of any condition of the contract.

v) If BEL terminates the contract in whole or in part, amount of PBG (Performance Bank Guarantee) may be forfeited.

2. Delays in Performance by the selected Bidder:

Performance of the Contract shall be made by the selected bidder in accordance with the service level agreement as indicated in tender document.

Any delay by the selected vendor in the performance of its contract obligations shall render the vendor liable to any or all of the following sanctions:

a. Penalty as per SLA

b. Forfeiture of its performance Bank Guarantee

c. Termination of the Contract for default.

d. Blacklisting

3. Termination for Insolvency: BEL may at any time terminate the Contract by giving a written notice of at least 30 days to the selected bidder, if the selected bidder becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the selected bidder, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to BEL.

4. Termination for Convenience:

a) BEL, by a written notice of at least 30 days sent to the selected bidder, may

terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the convenience, the extent to which performance of the selected bidder under the Contract is

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 48 of 85

terminated, and the date upon which such termination becomes effective.

b) Depending on merits of the case, the selected bidder may be appropriately compensated on mutually agreed terms for the loss incurred by the contract if any due to such termination.

c) The Goods that are complete and ready for deliver within twenty-eight (28) days after the supplier‘s/receipt of the selected notice of termination bidder‘s

shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

• To have any portion completed and delivered at the Contract terms and prices; and/or

• To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the supplier/ selected bidder.

5. Acceptance Tests The selected bidder in presence of the ISCL authorized officials will conduct acceptance test at the site. The test will involve installation and commissioning and successful operation ICCC Solution. No additional charges shall be payable by the BEL for carrying out these acceptance tests.

6. Contract Performance Bank Guarantee (PBG) and BG

a) PBG of 10% value of CAPEX from Nationalized/ Scheduled Bank, in favour of ―Bharat Electronics Limited, Bangalore― payable at Bangalore shall be required to be

submitted by the successful bidder within 30 working days after the receipt of PO

from the BEL, Bangalore and shall be valid for 78 months/completion of contract, whichever is later.

b) Additional BG of 5% of CAPEX value valid till completion of O&M should be furnished by the successful bidder before releasing of 5% payment to be released against go live.

7. Statutory Requirements

During the tenure of this contract, nothing shall be done by the Selected Bidder in contravention of any law, act and/ or rules/regulations, there-under or any amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep BEL indemnified in this regard.

8. Right of Monitoring, Inspection and Periodic Audit

The BEL reserves the right to inspect and monitor / assess the progress /performance at any time during the course of the Contract. The BEL may demand, and upon such demand being made, the selected bidder shall provide with any document, data, material or any other information required to assess the progress of the project. The BEL shall also have the right to conduct, either itself or through any another agency as it may deem fit, an audit to monitor the performance by the Selected Bidder of its

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 49 of 85

obligations/functions in accordance with the standards committed to or required by the BEL and the Selected Bidder undertakes to cooperate with and provide to the BEL/ any other Consultant/ Agency appointed by the BEL, all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such audit/assessment would need to be rectified by the Selected Bidder failing which the BEL may, without prejudice to any other rights that it may have, issue a notice of default.

9. PROJECT TIMELINES

1. The Selected Bidder shall bear the cost including packing, transport, insurance,

storage, delivery etc. of all the goods for Project at all locations identified by BEL in Imphal.

2. The Goods and manpower supplied under this Contract shall conform to the standards mentioned in the contract, and, when no applicable standard is mentioned, to the authoritative standards; such standard shall be approved by BEL/ISCL.

3. Delivery Schedule: Supply will be completed within 10 (Ten) months from date of release from signing of contract. Installation, commissioning, testing & Go Live will be completed within 18 months from date of release of PO or within 3 months after handing over site whichever is later.

4. Opex: 05 year after Go live as per scope of work.

10. Payment Terms

a. The payment shall be made by BEL based on the services provided by selected bidder as per the Scope of Work, specifications and other terms and conditions of this Tender Enquiry and Agreement signed between selected bidder &BEL.

b. All payments to the Selected Bidder shall be subjected to the deductions of tax at source under Income Tax Act and other taxes and deductions as provided for under any law, rule or regulation. All costs, damages or expenses which BEL may have paid or incurred, for which under the provisions of the Contract, Selected Bidder is liable, the same shall be deducted by BEL from any dues to the Selected Bidder. All payments to selected bidder shall be made after making necessary deductions as per terms of the Contract and recoveries towards facilities, if any, provided by BEL/ISCL to the Selected Bidder on chargeable basis.

c. Payment will be made after deducting labour and environment cess and any other local taxes /lavies, as will be imposed by Imphal Smart City Limited.

d. All payments will be made in Indian Rupees Only.

e. The payment would be made as per the following table on submission of invoice along with supporting documents as mentioned in this RFP by the selected bidder to BEL. It is the responsibility of the bidder to obtained completion certificates of each milestone from ISCL and PMC of ISCL. Payment would be released after due verification of those certificates/documents.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 50 of 85

Items CAPEX OPEX

CAPEX

• 5% of CAPEX as Advance will be released against the submission of Bank Guarantee for 110% of the advance value valid up to 9 Months from the date of issuance.

• 55% payment against delivery of items at site- HW Equipment and Software Licenses. The payment can be made on the pro-rata basis. Payment to vendor will be released after receipt of corresponding payment of BEL against delivery of items from ISCL.

• 30% on completion on Installation & Commissioning of the HW, SW and Setting up of ICCC. The payment can be made on the pro-rata basis. Payment to vendor will be released after receipt of payment of BEL for corresponding work from ISCL.

• 5% after go live of project against submission BG of 5 % of CAPEX valid till completion of OPEX. Payment to vendor will be released after receipt of payment of BEL for corresponding work from ISCL.

• Balance 5% of the payment for CAPEX will be paid in equal value in 20 quarter along with OPEX.

O&M Phase - Equal Quarterly

Installments spread across 5 years,

post Go-Live for 20 quarters.

Payment to vendor will be released

after receipt of payment of BEL for

corresponding work from ISCL.

• Quarterly Payment: Payment of

1st to 19th Quarter will be released (Subject to Fulfillment of SLA Conditions) - Payment to vendor will be released after receipt of payment of BEL for corresponding work from ISCL

• Last Quarter Payment – Payment of Last Quarter (20th Quarter) will be released on Handover and Knowledge Transfer, certified by the Authority (Subject to Fulfillment of SLA) - Payment to vendor will be released after receipt of payment of BEL for corresponding work from ISCL

Note: All the aforesaid payment will be released subject to deduction of LD/Penalties as per tender.

1. BEL shall make payments to bidder at the times and in the manner set out in

the Payment Terms stated above. BEL shall make payments to Bidder within 15 calendar days of receipt of invoice(s) and all necessary supporting documents and receipt of corresponding payment from ISCL.

2. In the event of BEL noticing at any time that any amount has been disbursed

wrongly to Bidder or any other amount is due from Bidder to BEL, BEL may without prejudice to its rights recover such amounts by other means after notifying Bidder or deduct such amount from any payment falling due to Bidder. The details of such recovery, if any, shall be intimated to Bidder. Bidder shall receive the payment of undisputed amount under subsequent invoice for

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 51 of 85

any amount that has been omitted in previous invoice by mistake on the part of bidder or BEL.

3. The Payments shall be made as per the actuals only notwithstanding the fact

that the Bill of Materials (BoM) contains the details of the quantities and specifications along with the cost, the actual no of equipment installed, commissioned and quantity thus executed by the vendors related to Civil Construction will be considered for the payments.

4. All statutory compliance, including PF, ESI must be ensured by the successful

bidder.

5. PBG for 10% of CAPEX value from Nationalized/ Scheduled Bank, in favour

of ―Bharat Electronics Limited, Bangalore― payable at Bangalore shall be

required to be submitted to BEL, Bangalore and shall be valid for 78 months/completion of contract, whichever is later.

11. Evaluation of Bid

L1 bidder will be decided based on the total landed cost of BOQ (Capex + Opex) excluding GST. For Opex bidder have to quote single value covering complete duration of OPEX period of 60 months. Bidder needs to mention applicable rate of GST separately. The total work as per scope of tender to be awarded to L1 bidder.

12. Intellectual Property Rights

1. Retention of Ownership except for the rights expressly granted to the Licensee under this Agreement, the Licensor shall retain all right, title and interest in and to the Licensed Technology, including all worldwide Technology and intellectual property and proprietary rights.

2. Preservation of Notice Licensee shall not remove, efface or obscure any copyright notices or other proprietary notices or legends from any Licensed Technology or materials provided under this Agreement, and shall reproduce all such notices and legends when incorporating Licensed Technology or materials into any Integrated Products.

3. Selected Bidder must ensure that while using any software, hardware, processes, document or material in the course of performing the Services, it does not infringe the Intellectual Property Rights of any person/Company. Selected Bidder shall keep BEL/ISCL indemnified against all costs, expenses and liabilities howsoever, arising out any illegal or unauthorized use (piracy) or in connection with any claim or proceedings relating to any breach or violation of any permission/license terms or infringement of any Intellectual Property Rights by Selected Bidder during the course of performance of the Services. Selected Bidder‘s liability is excluded regarding any claim based on

any of the following a. Anything BEL/ISCL provides which is incorporated into the Solution; b. BEL/ISCL‘s modification of the solution;

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 52 of 85

c. the combination, operation, or use of the solution with other materials,

if the third party claim has been caused by the combination, operation or use of the solution

4. BEL/ISCL shall own and have a right in perpetuity to use all newly created

Intellectual Property Rights which have been developed solely during execution of this Contract, including but not limited to all processes, products, specifications, reports and other documents which have been newly created and developed by Selected Bidder solely during the performance of Services and for the purposes of inter-alia use or sub-license of such Services under this Contract. Selected Bidder undertakes to disclose all such Intellectual Property Rights arising in performance of the Services to BEL/ISCL, execute all such agreements/documents and obtain all permits and approvals that may be necessary in regard to the Intellectual Property Rights of BEL/ISCL.

5. If BEL/ISCL desires, Selected Bidder shall be obliged to ensure that all

approvals, registrations, licenses, permits and rights etc. which are inter-alia necessary for use of the goods supplied / installed by Selected Bidder, the same shall be acquired in the name of BEL/ISCL, prior to termination of this Contract and which may be assigned by BEL/ISCL to Selected Bidder for the purpose of execution of any of its obligations under the terms of this Contract. However, subsequent to the term of this Contract, such approvals, registrations, licenses, permits and rights etc. shall endure to the exclusive benefit of BEL/ISCL.

6. Selected Bidder shall not copy, reproduce, translate, adapt, vary, modify,

disassemble, decompile or reverse engineer or otherwise deal with or cause to reduce the value of the Materials except as expressly authorized by BEL/ISCL in writing.

13. Indemnity

1. Selected Bidder shall indemnify BEL from and against any costs, loss, damages, expense, claims including those from third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the Contract period out of:

• any negligence or wrongful act or omission by Selected Bidder or any third party

• associated with Selected Bidder in connection with or incidental to this Contract; or

• any breach of any of the terms of Selected Bidder‘s did as agreed, this

Contract by Selected Bidder • any infringement of patent, trademark/copyright or industrial design

rights arising from the use of the supplied goods and related services or any part thereof

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 53 of 85

2. Selected Bidder shall also indemnify BEL against any privilege, claim or

assertion made by a third party with respect to right or interest in, ownership, mortgage or disposal of any asset, property etc.

3. Regardless of anything contained (except for Selected Bidder's liability for bodily injury and/ or damage to tangible and real property for which it is legally liable and it's liability for patent and copyright infringement in accordance with the terms of this Agreement) the total liability of Selected Bidder, is restricted to the total value of the contract.

14. Warranty

1. A comprehensive warranty applicable on goods supplied under this contract shall be provided for the period of contract from the date of acceptance of respective system by BEL/ISCL.

2. Technical Support for Software applications shall be provided by the respective OEMs for the period of contract. The Technical Support should include all upgrades, updates and patches to the respective Software applications.

3. The Selected Bidder warrants that the Goods supplied under the Contract are new, non- refurbished, unused and recently manufactured; shall not be nearing End of sale/ End of support; and shall be supported by the Selected Bidder and respective OEM along with service and spares support to ensure its efficient and effective operation for the entire duration of the contract.

4. The Selected Bidder warrants that the goods supplied under this contract shall be of the highest grade and quality and consisted with the established and generally accepted standards for materials of this type. The goods shall be in full conformity with the specifications and shall operate properly and safely. All recent design improvements in goods, unless provided otherwise in the Contract, shall also be made available.

5. The Selected Bidder further warrants that the Goods supplied under this Contract shall be free from all encumbrances and defects/faults arising from design, material, manufacture or workmanship (except insofar as the design or material is required by BEL/ISCL's Specifications) or from any act or omission of the Selected Bidder, that may develop under normal use of the supplied Goods in the conditions prevailing at the respective ICCC/ Datacenter.

6. BEL shall promptly notify the Selected Bidder in writing of any claims arising under this warranty.

7. Upon receipt of such notice, the Selected Bidder shall, with all reasonable speed, repair or replace the defective Goods or parts thereof, without prejudice to any other rights which BEL/ISCL may have against the Selected Bidder under the Contract.

8. If the Selected Bidder, having been notified, fails to remedy the defect(s) within a reasonable period, BEL may proceed to take such remedial action as may be necessary, at the Selected Bidder‘s risk and expense and without prejudice to any other rights which BEL may have against the Selected Bidder under the Contract.

9. Any OEM specific warranty terms that do not conform to conditions under this Contract shall not be acceptable.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 54 of 85

15. Term and Extension of the Contract

1. The Contract period shall commence from the date of signing of contract, and shall remain valid for 60 Months from the date of Go Live of the system.

2. If the delay occurs due to circumstances beyond control of Selected Bidder such as strikes, lockouts, fire, accident, defective materials, delay in approvals or any cause whatsoever beyond the reasonable control of Selected Bidder, a reasonable extension of time shall be granted by BEL.

3. BEL shall reserve the sole right to grant any extension to the term abovementioned and shall notify in writing to Selected Bidder, at least 3 (three) months before the expiration of the Term hereof, whether it shall grant BEL an extension of the Term. The decision to grant or refuse the extension shall be at BEL‘s discretion and such extension of the contract, if any, shall be as per terms agreed mutually between BEL and Selected Bidder.

4. Where BEL is of the view that no further extension of the term be granted to the Selected Bidder, BEL shall notify the Selected Bidder of its decision atleast 3 (three) months prior to the expiry of the Term. Upon receipt of such notice, Selected Bidder shall continue to perform all its obligations hereunder, until such reasonable time beyond the Term of the Contract within which, BEL shall either appoint an alternative agency/Selected Bidder or create its own infrastructure to operate such Services as are provided under this Contract. Such services beyond the Term of the Contract shall be provided by Selected Bidder at mutually agreed terms and conditions by the parties concerned.

5. Selected Bidder shall not be liable for any delay or failure to perform the services or deliverable under this Agreement, to the extent that such delay or failure has arisen as a result of any delay or failure solely by BEL to perform any of its duties and obligations as set out in this Agreement. In the event that the Selected Bidder is delayed or prevented from performing its obligations due to such failure or delay on the part of or on behalf of BEL, then Selected Bidder shall may be allowed an additional equivalent period of time (as decided/ approved by the competent authority) to perform its obligations with no cost extension.

16. Time is of the essence

1. Time shall be of the essence in respect of any date or period specified in this Contract or any notice, demand or other communication served under or pursuant to any provision of this Contract and in particular in respect of the completion of the activities by the Selected Bidder by the specified completion date.

17. Conflict of interest 1. Selected Bidder shall disclose to BEL in writing, all actual and potential

conflicts of interest that exist, arise or may arise (either for the Selected Bidder or it‘s Team) in the course of performing the Services as soon as practical after it becomes aware of that conflict.

18. Publicity

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 55 of 85

1. The Selected Bidder shall not make or permit to be made a public

announcement or media release about any aspect of this Contract unless BEL first gives the Selected Bidder its written consent.

19. Insurance 1. The Goods supplied under this Contract shall be comprehensively insured by

the Selected Bidder at his own cost, against any loss or damage, for the entire period of the contract. The Selected Bidder shall submit to BEL, documentary evidence issued by the insurance company, indicating that such insurance has been taken.

2. The Selected Bidder shall bear all the statutory levies like customs, insurance, freight, etc. applicable on the goods and also the charges like transportation charges, octroi, etc. that may be applicable till the goods are delivered at the respective sites of installation shall also be borne by Selected Bidder.

3. The Selected Bidder shall take out and maintain at its own cost, on terms and conditions approved by BEL/ISCL, insurance against the risks, and for the coverage, as specified below; a. At BEL/ISCL‘s request, shall provide evidence to BEL/ISCL showing that

such insurance has been taken out and maintained and that the current premiums therefore have been paid.

b. Client's liability and workers' compensation insurance in respect of the Personnel of the Company, in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate.

c. Third-Party Liability Insurance - On terms as specified in the SCC, covering bodily injury or death suffered by third parties (including the Client‘s

personnel) and loss of or damage to property (including the Client‘s

property and any Subsystems that have been accepted by the Client)

occurring in connection with the supply and installation of the Information

System. d. The insurance shall be extended to cover liability for all loss and damage to

the Client‘s property arising out of the Selected Bidder‘s performance of this Agreement.

e. The Client‘s right to have the construction works executed on, over, under,

in or through any land, and to occupy this land for the Works; and Damage which is and unavoidable result of the Selected Bidder‘s obligations to

execute the Works. f. Third Party motor vehicle liability insurance in respect of motor vehicles

operated in the Client‘s country by the Consultants or its Experts, with a

minimum coverage as per Indian Motor Vehicle Act 1988 and any

amendments thereof.

20. Transfer of Ownership

1. The Selected Bidder must transfer all titles to the assets and goods procured for the purpose of the project to BEL/ISCL at the time of Acceptance of System. This includes all licenses, titles, source code, certificates, hardware, devices, equipment‘s etc. related to the system designed, developed, installed and

maintained by the Selected Bidder. Selected Bidder is expected to provide

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 56 of 85

source code, transfer IPR and ownership right of only those solutions which would be customized by the Selected Bidder for the use of BEL/ISCL. For any pre-existing work, Selected Bidder and BEL/ISCL shall be held jointly responsible and its use in any other project by BEL shall be decided on mutual consent.

2. Forthwith upon expiry or earlier termination of the Contract and at any other time on demand by BEL, the Selected Bidder shall deliver to BEL all Documents provided by or originating from BEL/ISCL and all Documents produced by or from or for the Selected Bidder in the course of performing the Services, unless otherwise directed in writing by BEL/ISCL at no additional cost. The Selected Bidder shall not, without the prior written consent of BEL store, copy, distribute or retain any such Documents.

21. Exit Management Plan

1. An Exit Management plan shall be furnished by the Selected Bidder in writing to BEL within 120 days from the date of signing the Contract, which shall deal with at least the following aspects of exit management in relation to the contract as a whole and in relation to the Project Implementation, and Service Level monitoring.

i. A detailed program of the transfer process that could be used in conjunction with a Replacement Service Provider including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer;

ii. Plans for provision of contingent support to Project and Replacement Service Provider for a reasonable period after transfer.

iii. Exit Management plan in case of normal termination of Contract period iv. Exit Management plan in case of any eventuality due to which Project is

terminated before the contract period. v.Exit Management plan in case of termination of the Selected Bidder.

2. Exit Management plan at the minimum adhere to the following:

i. Three (3) months of the support to Replacement Service Provider post termination of the Contract

ii. Complete handover of the Planning documents, bill of materials, functional requirements specification, technical specifications of all equipment‘s, change requests if any, sources codes, wherever applicable,

reports, documents and other relevant items to the Replacement Service

Provider/BEL. iii. Certificate of Acceptance from authorized representative of Replacement

Service Provider issued to the Selected Bidder on successful completion of handover and knowledge transfer.

3. In the event of termination or expiry of the contract, Project Implementation, or Service Level monitoring, both Selected Bidder and BEL shall comply with the Exit Management Plan.

4. During the exit management period, the Selected Bidder shall use its best efforts to deliver the services.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 57 of 85

22. Liquidated Damage for CAPEX a. If the Selected Bidder fails to supply, install or maintain any or all of the goods as

per the contract, within the time period(s) specified in contract, BEL without prejudice to its other rights and remedies under the Contract, deduct from the Contract price, as liquidated damages, a sum equivalent to 1% per week or part thereof of contract value of CAPEX.

b. The combined deductions shall not in any case exceed 10% of the total contract value of CAPEX.

c. BEL may without prejudice to its right to affect recovery by any other method, deduct the amount of liquidated damages from any money belonging to the Selected Bidder in its hands (which includes BEL‘s right to claim such amount

against the Selected Bidder‘s) or which may become due to the Selected Bidder. Any such recovery or liquidated damages shall not in any way relieve Selected Bidder from any of its obligations to complete the Work or from any other obligations and liabilities under the Contract.

d. Delay not attributable to the Selected Bidder shall be considered for exclusion for the purpose of computing liquidated damages. LD to be calculated on value of delayed goods and services.

23. Service Level Requirements:

General Principles of Service Level Agreements The Service Level agreements have been logically segregated in the following categories:

1. Service Level Agreement

a. Service Level Agreement (SLA) shall become the part of contract between BEL and the Selected Bidder. SLA defines the terms of the Selected Bidder‘s

responsibility in ensuring the timely delivery of the deliverables and the correctness of the same based on the agreed Performance Indicators as detailed in this section. b. Selected Bidder has to comply with service level requirements to ensure adherence to project timelines, quality and availability of services, throughout the period of this contract i.e. for a period of five (5) years including implementation phase. Selected Bidder has to supply appropriate software/hardware/automated tools as may be required to monitor and submit reports of all the SLAs mentioned in this section. c. For purposes of the SLA, the definitions and terms as specified in the document along with the following terms shall have the meanings set for the below:

▪ Total Time - Total number of hours in the quarter (or the concerned

period) being considered for evaluation of SLA performance.

▪ "Uptime"– Time period for which the specified services/outcomes are

available in the period being considered for evaluation of SLA. Formula for calculation of Uptime: Uptime (%) = {1 - [(Downtime) / (Total

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 58 of 85

time- scheduled maintenance time)]} * 100

▪ Downtime Time period for which the specified services/components/outcomes are not available in the concerned period, being considered for evaluation of SLA, which would exclude downtime owing to Force Majeure & Reasons beyond control of the Selected Bidder.

▪ Scheduled Maintenance Time - Time period for which the specified

services/components with specified technical and service standards are not available due to scheduled maintenance activity. The Selected Bidder‘s required to take at least 10 days prior approval from BEL/ISCL for any such activity. The scheduled maintenance should be carried out during non- peak hours (like post mid-night, and should not be for more than 6 hours. Such planned downtime would be granted max 4 times a year.

▪ Incident - Any event/abnormalities in the service being rendered, that may lead to disruption in normal operations and services to the end user.

▪ Response Time - Time elapsed from the moment an incident is reported in the Helpdesk over phone or by any applicable mode of communication, to the time when a resource is assigned for the resolution of the same.

▪ Resolution Time - Time elapsed from the moment incident is reported to Helpdesk either in person or automatically through system, to the time by which the incident is resolved completely and services as promised are restored.

2. Measurement of SLA

1. The SLA metrics provided specifies performance parameters as baseline performance, lower performance and breach. All SLA calculations will be done on quarterly basis. The SLA also specifies the liquidated damages for lower performance and breach conditions.

2. Payment to the Selected Bidder is linked to the compliance with the SLA metrics. The matrix specifies three levels of performance, namely, • The Selected Bidder will get 100% of the Contracted value if all the baseline

performance metrics are compiled and the cumulative credit points are100 • The Selected Bidder will get lesser payment in case of the lower

performance. (For e.g. if SLA point score is 80 then the Selected Bidder will get 20% less on the quarterly payment

• The formula calculating the deductions is ―(100 – SLA Point Score)%‖)

• If the performance of the Agency in respect of any parameter falls below the prescribed lower performance limit, debit points are imposed for the breach.

3. The credit (+) points earned during the quarter will be considered for computing penalty.

4. The aforementioned SLA parameters shall be measured as per the individual SLA parameter requirements and measurement methods, through appropriate SLA Measurement tools to be provided by the Selected Bidder and approved and audited by BEL/ISCL or its appointed Consultant for accuracy and reliability.

5. BEL/ISCL shall also have the right to conduct, either itself or through any other agency as it may deem fit, an audit / revision of the SLA parameters. The SLAs

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 59 of 85

defined, shall be reviewed by BEL/ISCL on an annual basis after consulting the Selected Bidder, Project Management Consultants and other experts. All the changes would be made by BEL/ISCL after consultation with the Selected Bidder and might include some corrections to reduce undue relaxation in Service levels or some corrections to avoid unrealistic imposition of liquidated damages, which are noticed after project has gone live.

6. Total SLA penalties to be levied on the Selected Bidder shall be capped at 10% of the total contract value of Opex of respective service. However, BEL would have right to invoke termination of the contract in case the overall SLA penalties equals 10% of total contract value of Opex of respective service. Liquidated damages to be levied during Post Implementation period shall be capped at 10% of the OPEX value of respective service. BEL would also have right to invoke termination of contract in case cumulative debit point (breach points) are above 30 in 2 consecutive quarters.

3. Implementation SLAs

1. These SLAs shall be used to evaluate the timelines for completion of deliverables.

2. The Selected Bidder has to mobilize the team for commencement of work within 21 days from date of release of PO.

3. These SLAs for completion of supply, installation, testing & Go live of deliverables listed in the Contract. For delay of every week in completion & submission of the deliverable mentioned in the contract, the Selected Bidder would be charged with a penalty as follows:

Delay (Weeks)

Penalty % on the respective Payment milestone value

1 1%

2 2%

3 3%

4 4%

5 5%

6 6%

7 7%

8 8%

9 9%

10 10%

4. The liquidated damage deducted on project deliverable will be waived

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 60 of 85

off/refunded in case Project Go live within defined timeline as per the final agreement.

5. The upper limit of penalty would be capped at 10% of the respective Payment value of deliverable. In case the Selected Bidder reaches 10% of the respective Payment value of deliverable in the form of penalty at any point of time during implementation phase, BEL reserves the right to invoke the termination clause.

6. Delay of every week would also account in increase of additional 2 weeks in the maintenance period which will be over and above the maintenance period of 5 (Five) years. This duration would be accounted without incurring any charges to BEL.

4. Post-Implementation SLAs

These SLAs shall be used to evaluate the performance of the services on monthly basis.

a. Penalty levied for non- performance as per SLA requirements shall be deducted through subsequent payments due from BEL.

b. The SLA parameters shall be measured for each of the sub systems‘ SLA

parameter requirements and measurement methods, through appropriate SLA Measurement tools. All such required tools should be provided by the Selected Bidder. BEL will have BEL to audit these tools for accuracy and reliability.

c. The upper limit of penalty would be capped at 10% of the OPEX value of respective service for each quarter. In case the calculated penalty crosses 10% penalty of the OPEX value in 2 subsequent quarters, BEL reserves the right to unconditionally invoke the termination clause.

d. SLAs for street IT infrastructure such as intelligent traffic signal aspects, traffic signal controllers, traffics sensors, surveillance cameras, RLVD cameras, SVD systems, ANPR cameras, emergency call box, public address system, and variable message signboards.

S.No. Uptime SLA (Monthly) Penalty Clause

1 Uptime >= 98% No Deduction

2 Uptime < 98% (98%- Uptime %) of monthly Operational Expense for the component. For example if uptime of component is 95%, then penalty imposed will be 98%%-95% i.e. 3% of operational expense.

e. SLAs for Environmental Sensors

Sl.No. Uptime SLA (Monthly) Penalty Clause

1 Uptime >= 99.5% No Deduction

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 61 of 85

2 Uptime < 99.5% (99.5%- Uptime %) of monthly Operational Expense for the component.

f. Uptime definition: All devices have to be working and deliver the desired results. The no. of hours that the particular device/equipment does not work will be treated as down time. Uptime shall be calculated as Uptime (%) = {1- [(Downtime)/ (Total time- scheduled maintenance time)]}*100. For ex, if 10 nos. of Environmental Sensors are deployed at various locations, and 2 device/units does not work for 5 Hrs, the total non- working device hours will be 10 unit hours ( and the uptime would be {1- (10/(10*90*24)}, 10 being the number of units, for 90 days on 24 hours basis.

g. The penalties would be levied for every unit down time hour. h. SLA for issue resolution

Sl.No. Parameter Metric Frequency Penalty

1 Severity 1 Issue

Resolution Time: <= 8 Hrs from the time the call is logged by end user.

Daily 0.1% of monthly opex value per week for the first two weeks for each occurrence, 0.2% of monthly opex value per week for every subsequent week, subject to a maximum of 10% post which BEL may invoke annulment of the contract.

2 Severity 2 Issue

Resolution Time: <= 4 Days from the time the call is logged user. by end

Daily 0.1% of monthly opex value per week for the first two weeks for each occurrence, 0.2% of monthly opex value per week for every subsequent week, subject to a maximum of 10% post which BEL may invoke

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 62 of 85

3 Severity 3 Issue

Resolution Time: <= 10 Days from the time the call is logged by end user.

Daily 0.1% of monthly opex value per week for the first two weeks for each occurrence, 0.2% of monthly opex value per week for every subsequent week, subject to a maximum of 10% post which BEL may invoke annulment of the Contract.

4 Severity 4 Issue

Resolution Time: <= 20 Days from the time the call is logged by end user.

Daily 0.1% of monthly opex value per week for the first two weeks for each occurrence, 0.2% of monthly opex value per week for every subsequent week, subject to a maximum of 10% post which BEL may invoke annulment of the contract.

Purpose 1. The purpose is to define the levels of service provided by the Selected Bidder to

BEL/ISCL for the duration of the contract. The benefits of this are:

• Start a process that applies to BEL and Selected Bidder attention to some aspect of performance, only when that aspect drops below the threshold defined by BEL/ISCL.

• Help BEL/ISCL control the levels and performance of Selected Bidder‘s

services • The Service Levels are between BEL/ISCL and Selected Bidder.

Service Level Agreements &Targets

1. This section is agreed to by BEL and the Selected Bidder as the key performance indicator for the project. This may be reviewed and revised according during the Contract with consent of the Selected Bidder and BEL.

2. This section is agreed to by BEL and Selected Bidder as the key performance indicator

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 63 of 85

for the project. This may be reviewed and revised according to the procedures detailed in Clause 40 SLA Change Control.

3. The following section reflects the measurements to be used to track and report system‘s performance on a regular basis. The targets shown in the following tables are for the period of contract.

4. The procedures in Clause 40 shall be used if there is a dispute between BEL and the Selected Bidder on what the permanent targets should be.

Conditions for No Penalties

Penalties shall not be levied on the Selected Bidder in the following cases: 1. There is a force majeure event declared which is effecting the SLA and beyond the

control of the Selected Bidder. 2. The non-compliance to the SLA has been due to reasons beyond the control of the

Selected Bidder. 3. Theft cases by default/vandalism would not be considered as ―beyond the control of

the Selected Bidder‖. Hence, the Selected Bidder should be taking adequate anti-theft measures, spares strategy, Insurance as required to maintain the desired required SLA.

Reporting Procedure

1. Selected Bidder representative shall prepare and distribute Service level performance reports in a mutually agreed format by the 7th working day of subsequent month. The reports shall include ―actual versus target‖ Service Level Performance, a variance analysis and discussion of appropriate issues or significant events. Performance reports shall be distributed to BEL management personnel as directed by BEL.

2. Also, Selected Bidder may be required to get the Service Level performance report audited by a third-party Auditor appointed by BEL.

Service Level Change Control

1. General: It is acknowledged that this Service levels may change as BEL‘s business

needs evolve over the course of the contract period. As such, this document also defines the following management procedures: a. A process for negotiating changes to the Service Levels b. An issue management process for documenting and resolving particularly difficult

issues. c. BEL and Selected Bidder management escalation process to be used in the event

that an issue is not being resolved in a timely manner by the lowest possible level of management.

d. Any changes to the levels of service provided during the term of this Agreement shall be requested, documented and negotiated in good faith by both parties. Either party can request a change.

2. Service Level Change Process: The parties may amend Service Level by mutual

agreement in accordance. Changes can be proposed by either party. Unresolved issues shall also be addressed. Selected Bidder‘s representative shall maintain and distribute current copies of the Service Level document as directed by BEL. Additional copies of the current Service Levels shall be available at all times to

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 64 of 85

authorized parties.

3. Version Control/Release Management: All negotiated changes shall require changing the version control number. As appropriate, minor changes may be accumulated for periodic release or for release when a critical threshold of change has occurred

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 65 of 85

11. Locations

1.1 Location for Smart Traffic Management System

Sl. No.

Name of the Junction

1 Minuthong Junction

2 Lamlong Bazar Junction

3 Chingmeirom khongnang ani Karak Junction

4 Nagamapal - RIMS Road Junction

5 Sagolband Aryan Theater Junction 6 Tera Lukram Leirak Junction

7 Khagempalli Junction 8 Moirangkhom Junction

9 RDS Junction

10 Nongmeibung Ananda Singh Junction

11 Porompat DC Junction

12 JNIMS Gate Junction

13 New Checkon Junction

14 Heirangoithong Mayai Lambi Junction

15 Pisumthong Mayai Lamb Junction

16 Keisamthong Mayai Lamb Junction

17 Hodam Leirak Tiddim Road Junction

18 Sangaiprou Regular School Junction

19 Airport Entry Gate

20 Loklaobung Jucntion

21 Kongba Soudongpung Junction

22 Uripok Canteen Crossing Junction 23 Sangakpham Junction

24 Koirengei CMC Junction

25 Mantripukhri Bazar Junction

26 Lamphel Fishery Crossing Junction

27 Lamphel Officers Club Junction

28 Raj Bhawan Junction

29 Kangla Western Gate Junction

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 66 of 85

1.2 Locations where CCTV cameras are to be installed for City Surveillance

Sl. No.

Name of the Location

1 Palace Gate Tri Junction

2 Palace Gate MFDC & City Convention Centre

3 Palace Gate BOAT and Chandrakriti 4 Govindaji Temple main Gate near Budhachandra College

5 Sanjenthong near exit point of Officer Colony

6 Thumbuthon Bridge eastern end of Thumbuthon Bridge

7 Lamlong Bridge near Lamlong Higher Secondary School 8 Mantripukhri new Secretariat entry and exit points

9 Mantripukhri Opposite and facing High Court 10 Kongba, Meiteimayek Crossing

11 Porompat DC Office Crossing

12 Khurai Konsam Leikei 13 Lamlong Tinsid Road (Kombirei Garden) 14 Imphal Jessami Road (Near Heinoumakhong Branch Post Office) 15 Imphal Pangei Road

16 Dingku Road Meridian near Eastern Gate ISBT 17 Dingku Road Meridian near Western Gate ISBT

18 Imphal Moreh Road — Chinga Traffic Point 19 Canchipur - Near MU Gate 20 Thumbuthong Old Bridge

21 Thumbuthong New Bridge 22 Watham Leirak Junction

23 Khuyathong Junction

24 Naoremthong Bridge Junction

25 North AOC Junction

26 M Sector 27 PCTC - DM College Junction

28 Airport Exit Gate

29 Singjamei Parking Junction

30 Soigaijam Leikai Junction

31 Kakwa Bazar 32 Meino Leirak

33 Shija Hospital Crossing

34 Eroisemba Crossing 35 Meitei Lamkhai 36 Langjing

37 FCI Godown Tiddim Road Junction

38 Game Village

39 Koirengei 40 Mongsangei 41 Ningombam Leirak

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 67 of 85

12. Annexures

12.1 Annexure 1 - Un-Priced Bill of Material

Attached as Annexure

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 68 of 85

12.2 Annexure 2: Price Bid Format

Attached as Annexure

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 69 of 85

12.3 Annexure 3: Earnest Money Deposit (EMD) Format

(To be uploaded in as part of Pre-Qualification Proposal on stamp paper of value required under law duly signed by authorized representative of Bank and original to be provided along with hardcopy of Technical Proposal).

This Deed of Guarantee executed at by / (Name of the Nationalized / Scheduled Bank) which expression shall unless it be repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns; In favor of Bharat Electronics Limited, Bangalore having its‘ registered office at Outer Ring Road, Nagawara, Banglore which expression shall unless it be repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns;

Whereas Name of the bidder ----------------------------, a Company / partnership firm/proprietorship concern registered under the -------------------- (name of the relevant act/law Under which incorporated) having its registered office at -------------- (herein after called ―Bidder‖ which expression shall unless it be repugnant to the subject or context here of include its executors, administrators, successors and assigns) has submitted its Proposal for Selection of vendor for ―Selection of System Integrator (SI) For Implementation of Integrated Command and Control Centre (ICCC) In Imphal Smart City‖ vide Invitation for Tender Reference No …………………………………………., dated ……………. by Bharat Electronics Limited, Bangalore. The Bidder is required to furnish to BEL an unconditional and irrevocable Bank Guarantee for an amount of INR as Earnest Money Deposit and the Guarantor has at the request of the Bidder agreed to provide such Guarantee being these presents: Now this Deed witnessed that in consideration of the premises, we, Bank hereby agree, declare, undertake and guarantee as follows:

We as primary obligor hereby irrevocably, unconditionally and without reservation guarantee the due and faithful fulfillment and compliance of the terms and conditions of the tender by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to BEL an amount not exceeding INR without any demur, reservation, recourse, contest or protest and without reference to the Bidder, if the Bidder has failed to comply with and fulfill all or any of the terms and conditions contained in the tender.

A letter from BEL stating that the Bidder is in default in the due and faithful fulfillment and compliance with the terms and conditions contained in the tender shall be final, conclusive and binding on the Bank, in respect of the forfeiture of the Earnest Money Deposit and the amount due and payable under this Guarantee.

This Guarantee shall remain in full force and effect for a period of 60 days (Sixty days) from the Proposal Due Date.

Subject to clause 1 above, any claim for payment under this Guarantee shall be in the form of a written declaration by BEL.

We .................... Bank further agree that BEL shall be the sole judge as regards the determination as to whether the Bidder is in default of due and faithful fulfillment and compliance of the terms

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 70 of 85

and conditions contained in the Tender and the decision of BEL in this regard shall be final and binding on us, notwithstanding any differences between BEL and the said Bidder and/or any dispute between BEL and the Bidder pending before any Court, Tribunal, Arbitrator or any other authority.

BEL shall have the full liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any other terms and conditions of the said Tender document or to extend the time frame for completion of bidding process or the period of fulfillment and compliance with the terms and conditions contained in the said Tender document by the said Bidder or to postpone for anytime and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Tender document or the securities available to BEL and the bank shall not be released from its liability under these presents by any exercise by BEL of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of BEL or any indulgence by BEL to the said Bidder or of another matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability. Any notice by way of request, demand or otherwise hereunder shall be sent by courier or by registered mail to the Bank, addressed as aforesaid. We undertake to make the payment on receipt of your notice of claim on us addressed to (name of Bank along with branch address) and delivered at our above branch that shall be deemed to have been duly authorized to receive the said notice of claim.

It shall not be necessary for BEL to proceed against the said Bidder before proceeding against the bank and the Guarantee herein contained shall be enforceable against the bank, notwithstanding any other security which BEL may have obtained or obtained from the said Bidder, shall at the time when proceedings are taken against the bank hereunder, be outstanding or unrealized.

We Bank lastly undertake not to revoke this guarantee during its currency except with the previous express consent of BEL in writing and agree that any change in the constitution of the Bank or the said Bidder shall not discharge our liability hereunder.

The Bank declares that it has the power to issue this guarantee and the undersigned have full powers to do so on behalf of the Bank.

Date _ _ day of _ 2019

Signature of the Issuing / Authority with seal

CORPORATE SEAL for Bank

Note: A covering letter of confirmation is also to be given by the bank along with this bank guarantee.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 71 of 85

12.4 Annexure 4: PERFORMANCE BANK GUARANTEE FORMAT

To:

BHARAT ELECTRONICS LIMITED

Jalahalli Post

BANGALORE – 560 013

1. BHARAT ELECTRONICSLIMITED, JALAHALLI.P.O, BANGALORE-13 (hereinafter called

as “BEL”) has placed Order No: ................ (BEL Purchase Order) dated...................

(Hereinafter called “the Said Order).................... (Tender description) as per the Purchase

Order and M/s................ (name & address of the Bidder/Tenderer)(Hereinafter called

“Contractor”) will Supply, Install and provide warranty service for a period of................

Months from the date of delivery.

2. Whereas under the terms of the said order, contractor is required to furnish a Performance

Bank Guarantee for INR …………….. (Rupees…………….. only) towards the due fulfilment

of terms and conditions during the agreed time period or extension thereof if agreed upon

and also satisfactory performance of the items supplied to BEL during Warranty period as

per the warranty terms stipulated in the Order.

3. Accordingly, we -----------------------------------, a body incorporated under Banking Institutions

(acquisitions and transfer of undertakings) Act, 1970 and having its head office at --------------

------------------------------------------------------------ (hereinafter referred to as “the Bank”) at the

request of M/s................ (Name & address of the Bidder/Tenderer) do hereby undertake to

pay BEL an amount not exceeding INR …………….. (Rupees…………….. only) on the

failure contractor in the performance of their obligation as per the terms and conditions of

the Order including the satisfactory performance of the item during warranty period as per

the warranty terms stipulated in the order.

4. We -------------------------------------------------- do hereby unreservedly, irrevocably, undertake to

pay the amount due and payable under the guarantee without any demur, merely on

demand from BEL within 10 days of such demand stating that the amount claimed is due by

way of non-performance / unsatisfactory performance by the contractor with respect to the

items supplied / services rendered under the warranty terms stipulated in the order. Any

such demand made on the bank shall be conclusive as regards the amount due and payable

by the bank under this guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding INR …………….. (Rupees…………….. only).

5. We undertake to pay BEL an amount not exceeding INR …………….. (Rupees……………..

only) so demand notwithstanding any dispute or disputes raised by the contactors (s) in any

suit or proceeding pending before any court or tribunal relating thereto our liability under

this guarantee being absolute and unequivocal.

Page 72 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

6. We, the ---------------------------------------------------- further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the

performance of the said order and that it shall continue to be enforceable till all the dues of

BEL under or by virtue of the said order have been fully paid and its claims satisfied or

discharged or till BEL certifies that the terms and conditions of the said order have been

fully and properly carried out by the said contractor (s).

7. We ----------------------------------------------------------- lastly undertake not to revoke this

guarantee during its currency except with the previous consent of BEL in writing and agree

that any change in the constitution of the said contractor (s) or the said bank shall not

discharge the bank of its liability under this deed.

8. The validity of Bank Guarantee shall be up to .................. and such dates shall cover the

period of warranty of all supplies and also the period of defect liability / warranty period

for last batches of supplies. The bank Guarantee shall remain valid for the period up to

which the contractor is obliged for due performance of the said order including warranty

period.

9. The Bank Guarantee shall be governed by and constitute in accordance with Indian Law

and shall be subjected to exclusive jurisdiction of Indian Courts.

10. NOTWITHSTANDING ANYTHING CONTAINED THEREIN

a. Our liability under this Bank Guarantee shall not exceed INR ……………..

(Rupees…………….. only).

b. This Bank Guarantee shall remain in force up to .................. and will get

automatically expired on last date without waiting for the receipt of the Original

Bank Guarantee from you.

c. We are liable to pay the Guarantee amount or pay part thereof under this Bank

Guarantee only and only if you serve upon us a written claim or demand on or

before...................

11. Dated the ----------- day of --------------

Page 73 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12.5 Annexure 5: Total Responsibility Certificate Format

Total Responsibility Certificate from Bidder

This is to certify that we undertake the total responsibility for the defect free operation of

the proposed solutions as per the requirement of the RFP for the duration

mentioned in all the volumes of the RFP.

(Authorised Signatory) Signature: Name: Designation: Address: Seal: Date:

Page 74 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12.6 Annexure 6: Power of attorney Format

Power of Attorney (Format)

(On Stamp paper of relevant value)

Know all men by the present, we (name of the company and address of the registered office) do hereby appoint and authorize Mr __ __ __ _ __ __ __ __ _ __ __ __ __ (full name and residential address) who is presently employed with us holding the position of as our attorney, to do in our name and on our behalf, deed and things necessary in connection with or incidental to our proposal in response to the TENDER by __ ___ __ _ , including signing and submission of all the documents and providing information/responses to in all the matter in connection with our bid.

We hereby agree to ratify all deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all deeds and things done by our aforesaid attorney shall always be deemed to have been done by us. Dated this _ day of _ 2019.

For .

(Signature) (Name Designation and Address)

Accepted

Signature) (Name Designation) Date: Business Address:

Page 75 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12.7 Annexure 7: MAF Certificate Format

Original Equipment Manufacturers Authorization Form (MAF)

Undertaking from OEM on Authorization of use their OEM products

[Company Letterhead]

To, Date: Chief Executive Officer, Bharat Electronics Limited (BEL), Bangalore, Karnataka.

Subject: Authorization of <Company name of SI> to Provide Services Based on Our Product(s)

Sir, This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the products listed below. I/We confirm that <Name of the SI> (―SI‖) have due authorization from

us to provide services, to Bharat Electronics Limited (BEL), that are based on our product(s) listed below as per the Bill of Material (BoM) relating to providing of the solution, implementation, training & maintenance services, Information Technology Infrastructure and System Integration services to Bharat Electronics Limited (BEL). We further endorse the warranty, contracting and licensing terms provided by SI to Bharat Electronics Limited (BEL).

Sr. No. Product Name Remarks

1.

2.

3.

We also endorse to provide 05 year support after go live support on above products provided by SI to Bharat Electronics Limited (BEL).

Yours faithfully,

Authorized Signatory Designation OEM‘s Company Name

SI‘s Corporate Name

Page 76 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12.8 Annexure 8: Functional Compliance

Attached as Annexure

Page 77 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12.9 Annexure 9: Technical Specifications & Compliance

Attached as Annexure

Page 78 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12.10 Annexure 10: Integrity pact format

INTEGRITY PACT

(To be furnished in 100 Rupee stamp)

1. Whereas Bharat Electronics Ltd. ("BEL") having its registered office at Outer Ring Road, Nagavara, Bangalore-560045, India, acting through its BG Cx, represented by General Manager, hereinafter referred to as the Principal and the first party, proposes to award Purchase Order for having their registered office at , (which term, unless expressly indicated by the contract, shall be deemed to include its successors and its assignee), hereinafter referred to as the Bidder and the second party, is willing to offer / has offered the stores / services.

2. Whereas the Bidder is a private company / public company / partnership / registered

export agency, constituted in accordance with the relevant law in the matter and the Principal is a Defence Public Sector Undertaking under Ministry of Defence, Government of India.

3. Objectives:

Now, therefore, the Principal and the Bidder agree to enter into this pre-contract agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a system that is fair, transparent and free from any influence / unprejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:

3.1 Enabling the Principal to obtain the desired product at a competitive price in

accordance with the specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

3.2 Enabling bidder to abstain from bribing or any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also refrain from bribing and other corrupt practices and the Principal will commit to prevent corruption in any form by their officials by following transparent procedures.

4. Commitments of the Principal:

The Principal commits itself to the following:

4.1 The Principal undertakes that no official of the Principal, 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.

Page 79 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

4.2 The Principal 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.

4.3 All the officials of the Principal will report to the Management any attempted or

completed breaches of the above commitments as well as any substantial suspicion of such a breach.

4.4 No employee of the Principal, personally or through family members, will in

connection with the tender for, or the execution of contract, demand, take a promise for or accept, for self or third person, any material benefit which the person is not legally entitled to.

5. In case any such preceding misconduct on the part of such official (s) is reported by the

Bidder to the Principal, with full and verifiable facts and the same is prima facie found to be correct by the Principal, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the Principal 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 Principal the proceedings under the contract would not be stalled.

6. Commitments of Bidder :

The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of his 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 commits himself to the following:

6.1 The Bidder will not offer, directly or through intermediaries, any bribe, consideration,

gift, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the principal, connected directly or indirectly with bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the Contract.

The Bidder further undertakes that he 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 Principal 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 Principal for showing or forbearing to show favour or disfavour to any person in relation to the Contract or any other Contract with respect to the Principal‘s Organization.

6.2 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.

Page 80 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

6.3 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair

means and illegal activities.

6.4 In cases of Purchase / Sub-Contract orders, the Bidder confirms and declares to the

Principal that the Bidder is the original manufacturer / authorized distributor / authorized govt. sponsored Export entity.

6.5 The Bidder confirms and declares to the Principal that it has not engaged any

individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the Principal, 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.

6.6 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 Principal 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.

6.7 The Bidder shall not use improperly, for purposes of competition or personal gain, or

pass on to others, any information provided by the Principal 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.

6.8 The Bidder commits to refrain from giving any complaint directly or through any other

manner without supporting it with full and verifiable facts.

6.9 The Bidder shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

7. Previous Transgression: 7.1 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 herein or with any Public Sector Enterprise in India or any Government Department in India that could justify bidders' exclusion from the tender process.

7.2 If the Bidder 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

Page 81 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

8. Company Code of Conduct:

Bidders are also advised to have a company code of conduct (clearly rejecting the use of bribes and other unethical behaviour) and a compliance program for the implementation of the code of conduct throughout the company.

9. Para deleted.

10. Sanctions for Violation:

10.1Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on the behalf (whether with or without the knowledge of the Bidder) or the commission of any offence by the Bidder or any one employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act 1988 or any other act enacted for the prevention of corruption shall entitle the Principal to take all or any one of the following action, wherever required :

i) To immediately call off the pre-contract negotiations without assigning any reason or giving any compensation to the Bidder and to impound any earnest money deposit, if made by the Bidder. However the proceedings with the other Bidder(s) would continue.

ii) The Earnest Money / Security Deposit shall stand forfeited either fully or partially, as decided by the Principal and the Principal shall not be required to assign any reason therefore.

iii) To immediately cancel the contract, if already signed without giving any compensation to the Bidder.

iv) To recover all sums already paid by the Principal, and in case of an

Indian Bidder with interest thereon at 2% higher than the prevailing Prime Lending Rate, while in case of a Bidder from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due by the Principal to the Bidder in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

v) To encash the bank Guaranty and performance bond / warranty bond, if furnished by the Bidder, in order to recover the payments, already made by the Principal, along with interest.

vi) To cancel all or any other Contracts with the Bidder.

vii) To debar the Bidder from entering into any bid from the Principal for a minimum period of five years, which may be further extended at the discretion of the Buyer.

viii) 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.

If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either directly or indirectly, is closely related to any of the officers of the principal, or alternatively, if any close relative of an officer of the Principal has financial interest / stake in the Bidder's firm, the same shall be disclosed by the

Page 82 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Bidder at the time of filing of tender. Any failure to disclose the interest involved shall entitle the Principal to rescind the contract without payment of any compensation to the Bidder.

ix) The term „close relative' for this purpose would mean spouse whether

residing with the Principal‘s employee or not, but not include a

spouse separated from the Principal‟s employee by a decree or order of a competent court; son or daughter or step son or step daughter and wholly dependent upon Principal‘s employee, but does not include a

child or step child who is no longer in any way dependent upon the Principal‘s employee or of whose custody the Principal‘s employee has

been deprived of by or under any law; any other person related, whether by blood or marriage, to the Principal‘s employee or to the Principal‘s employee's wife or husband and wholly dependent upon

Principal‘s employee.

x) 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 Principal, and if he does so, the Principal shall be entitled forthwith to rescind the contract and all other contracts with the Bidder. The Bidder shall be liable to pay compensation for any loss or damage to the principal resulting from such rescission and the Principal shall be entitled to deduct the amount so payable from the money(s) due to the Bidder.

xi) In cases where irrevocable Letters of Credit have been received in

respect of any contract signed by the Principal with the Bidder, the same shall not be opened.

10.2The decision of the Principal or his nominee to the effect that the Bidder has committed breach of the provisions of this Integrity Pact shall be final and binding on the Bidder, however the Bidder can approach monitor (s) appointed for the purpose of this Pact as per Clause 12 of Pact agreement.

11. Fall Clause :

The Bidder undertakes that he has not supplied / is not supplying the similar systems or subsystems at a price lower than that offered in the present bid in respect of any other Defence Public Sector Undertakings / Ministry of Defence and if it is found at any stage that the similar system or subsystem was supplied by the Bidder to any other Defence Public Sector Undertakings / Ministry of Defence at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the Bidder to the Principal, if the contract has already been concluded.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

12. Independent External Monitor(s) :

12.1 The Principal has appointed Independent External Monitor for this Pact in

consultation with Central Vigilance Commission (Names and addresses of the Monitors are given below). The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

Name of the Monitor: (1) Shri. Girish Chandra Chaturvedi,

Address: P- 2, Gaurav Adikari Society, Plot No. C-58/6, Sector – 62, Noida –

201309. Email: [email protected]

Name of the Monitor: (2) Shri. Shri.Suresh N.Patel, Address : : A-2, Alay Apartments, Opp pushparaj Towers, Judes Bungalow Road, Bodakdev, Ahmedabad, Gujarat – 380054. Email: [email protected]

The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He will convey his observations to the Chairman & Managing Director, BEL.

12.2 The Bidder accepts that the Monitor has the right to access without restriction

to all project documentation of the Principal 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 same is applicable to Sub- Contractors. The Monitor is under obligation to treat the information and documents of the Bidder(s) / Contractor(s) / Sub-Contractor(s) with confidentiality.

12.3 As soon as the Monitor notices, or believes to notice, a violation of this

agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action.

12.4 The Principal reserves the right to refer a particular case to any other approved Independent External Monitor(s) as and when felt necessary. In such an event, the IEM nominated as per Para 12.1 shall examine the case jointly with those whom the case is referred to as per this Para.

13. Examination of Books of Accounts :

In case of any allegation of violation of any provisions of this Integrity Pact to the satisfaction of the Principal, the Principal or its agencies shall be entitled to examine / investigate the Books of Accounts of the Bidder and the Bidder shall provide necessary information of the relevant financial documents in English and shall extend all possible help for the purpose such examination / investigation. Page 83 of 85

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 84 of 85

14. Law and Place of Jurisdiction : This Pact is subject to Indian Law. The place of performance and Jurisdiction is the Corporate Office of the Principal at Bangalore.

15. Other Legal Actions :

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.

16. Validity : The validity of this Integrity Pact shall be from date of its signing and extend till the complete execution of the contract to the satisfaction of both the Bidder and the principal. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

17. Order splitting: BEL reserve the right to split the order to be issued on successful bidder.

18. The Parties hereby sign this Integrity Pact at on

BEL BIDDER

SBUS/unit/CSG Heads M/s………………………….

Bharat Electronics Ltd.,

Witness : Witness :

1. 1.

2. 2.

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 85 of 85

12.11 Annexure 11: Statutory Compliance Certificate

Name of Bidder/System Integrator:

Name of work:

Order No:

STATUTORY COMPLIANCE CERTIFICATE

1. I/we, herby certify that I/we, have disbursed the minimum wages to the workmen employed by me for the work done by them during the wage period to which the present bill relate.

2. I/we confirm that necessary contribution toward PF & ESI as applicable as per the

statutory requirement have been remitted by me to the authorities concerned.

3. I/we, confirm that GST is remitted to tax deptt on the bill raised for work

pertaining to you.

4. I/we further certify that the wage earned by them has actually been paid without

any unauthorized deduction to the person named in acquaintance, whose identify I/we hereby establish.

5. In the event of any non-compliance in respect of legal requirement I/we, herby

authorize the company to effect necessary deduction from any amount payable to me by the company

(Singnature)

(Name)

(Address)

(This should be printed on Company’s letter head)

Notice Inviting Proposal For Selection of System Integrator for Implementation of City Surveillance, Solid Waste Management, Public Address System, Emergency Control Box and Environmental Sensors in Imphal Smart City

Page 86 of 85

12.12 Annexure 12: No Deviation Certificate

No Deviation Certificate from bidder

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including

amendments) no. dated . This is to expressly certify that our offer contains

no deviation either Technical (including but not limited to Scope of Work, Business

Requirements Specification, Functional Requirements Specification, Hardware Specification and

Technical Requirements Specification) or Commercial in either direct or indirect form.

(Authorized Signatory) Signature: Name: Designation: Address: Seal: Date: