Request for proposal for Selection of System Integrator ... volume -1.pdfRequest for proposal for...
Transcript of Request for proposal for Selection of System Integrator ... volume -1.pdfRequest for proposal for...
RequestforproposalforSelectionof
SystemIntegratorforImplementationofICTSolutionsincludingEstablishmentof
CityOperationsCentreinBelagavi
Volume1:InstructiontoBidders
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders
ImportantDatesNo. Activity Deadline
1 ReleaseofRFP 17.06.2017
2 LastdateofreceiptofqueriesonRFP 12.07.2017@18:00Hrs
3 Pre-bidMeetingdate 14.07.2017@11:30Hrs
4 Postingofresponsetoqueries TBA
5 LastdateforsubmissionofBids 21.08.2017@15:30Hrs
6 DateofopeningofPre-QualificationBids 23.08.2017@16:00Hrs
7 DateofopeningofTechnicalBids 31.08.2017@15:30Hrs
7 DateofopeningofCommercialbids 15.09.2017@15:30HrsVenueforPre-BidMeeting:CityCorporationBelagaviCTSNumber4821/27ARSNumber1005,SubhashNagar,Belagavi-590016ContactNumber:0831-2461352E-Mail:[email protected]
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders i
TableofContents
1. Introduction..................................................................................................................................................41.1 Background...............................................................................................................................................................41.2 NeedforPresentAssignment&BriefScopeofWork............................................................................41.3 RFPFormat...............................................................................................................................................................51.4. Factsheet...................................................................................................................................................................61.5 Definitions/Acronyms..........................................................................................................................................7
2. InstructiontoBidders.............................................................................................................................112.1 General.....................................................................................................................................................................112.2 EligibleBidders....................................................................................................................................................122.3 CompliantBids/CompletenessofResponse............................................................................................132.4 BiddertoInform..................................................................................................................................................132.5 BidPreparationcosts........................................................................................................................................132.6 Pre-bidmeeting&Clarification....................................................................................................................142.6.1 BiddersQueries.................................................................................................................................................142.6.2 ResponsestoPre-BidQueriesandIssueofCorrigendum...............................................................14
2.7 RFPDocumentFee..............................................................................................................................................142.8 EarnestMoneyDeposit(EMD)......................................................................................................................152.9 BidValidityPeriod..............................................................................................................................................152.10 ContentsofBid.....................................................................................................................................................152.11 BidFormats...........................................................................................................................................................162.11.1 Pre-QualificationBidFormat.....................................................................................................................162.11.2 TechnicalBidFormat....................................................................................................................................172.11.3 CommercialBidFormat...............................................................................................................................18
2.12 Language.................................................................................................................................................................192.13 AuthenticationofBids.......................................................................................................................................192.14 AmendmentofRequestforProposal.........................................................................................................192.15 BidPrice..................................................................................................................................................................192.16 DeviationsandExclusions...............................................................................................................................202.17 TotalResponsibility...........................................................................................................................................202.18 LateBids..................................................................................................................................................................202.19 RighttoTerminatetheProcess.....................................................................................................................202.20 Non-Conformingbids........................................................................................................................................202.21 Acceptance/RejectionofBids........................................................................................................................212.22 Confidentiality......................................................................................................................................................212.23 Disqualification....................................................................................................................................................22
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders ii
2.24 KeyPersonnel.......................................................................................................................................................222.24.1 InitialComposition;FullTimeObligation;ContinuityofPersonnel.........................................222.24.2 Evaluations.........................................................................................................................................................232.24.3 Replacement......................................................................................................................................................232.24.3 HighAttrition....................................................................................................................................................23
2.25 FraudandCorruptPractices..........................................................................................................................242.26 ConflictofInterest..............................................................................................................................................252.27 Sub-Contracting...................................................................................................................................................262.28 InclusionofMSMEsinProjectDelivery.....................................................................................................262.29 EligibleGoodsandServices,andOEMCriteria:.....................................................................................262.30 Righttovaryquantity........................................................................................................................................282.31 Withdrawal,Substitution,andModificationofBids............................................................................282.32 SiteVisit...................................................................................................................................................................28
3. SelectionProcessforBidder.................................................................................................................293.1 OpeningofBids....................................................................................................................................................293.2 PreliminaryExaminationofBids.................................................................................................................293.3 ClarificationonBids...........................................................................................................................................303.4 EvaluationProcess.............................................................................................................................................303.4.1 Stage1:Pre-Qualification............................................................................................................................303.4.2 Stage2:TechnicalEvaluation...................................................................................................................313.4.3 Stage3:CommercialEvaluation..............................................................................................................313.4.4Stage4:FinalscorecalculationthroughQCBS..........................................................................................32
3.5 Pre-QualificationCriteria.................................................................................................................................323.6 TechnicalEvaluationFramework................................................................................................................343.6.1TechnicalBidCriteria&Evaluation.................................................................................................................343.5.1 KeyPersonnelCriteria...................................................................................................................................39
4. AwardofContract.....................................................................................................................................404.1 NotificationofAward........................................................................................................................................404.2 SigningofContract.............................................................................................................................................404.3 PerformanceBankGuarantee(PBG)..........................................................................................................404.4 Warranty&Maintenance.................................................................................................................................414.5 FailuretoagreewiththeTerms&ConditionsoftheRFP.................................................................42
5. Annexure1–TemplateforPre-BidQueries....................................................................................436. Annexure2–FormatsforSubmissionofthePre-QualificationBid........................................446.1 Pre-qualificationbidchecklist.......................................................................................................................446.2 Pre-QualificationBidCoveringLetter........................................................................................................45
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders iii
6.3 Companyprofile..................................................................................................................................................476.4 DeclarationofNon-Blacklisting....................................................................................................................496.5 NoDeviationCertificate...................................................................................................................................516.6 TotalResponsibilityCertificate.....................................................................................................................526.7 Self-certificateforProjectexecutionexperience(InBiddingEntity’sLetterHead)..............53
7. Annexure3–FormatsforSubmissionoftheTechnicalBid.......................................................547.1 TechnicalBidCheck-List..................................................................................................................................547.2 TechnicalBidCoveringLetter.......................................................................................................................557.3 CredentialSummary..........................................................................................................................................577.4 Bidder’sExperience-ClientCitations........................................................................................................587.5 OverviewofProposedSolution.....................................................................................................................597.5.1 StructureofProposedSolution..................................................................................................................597.5.2 ProjectPlan........................................................................................................................................................607.5.3 ManpowerPlan................................................................................................................................................61
7.6 DetailsofResourcesproposed......................................................................................................................627.6.1 SummaryofResourcesproposed..............................................................................................................62
7.7 CurriculumVitae(CV)ofTeamMembers................................................................................................637.8 CompliancetoRequirement(Technical/FunctionalSpecifications).........................................657.9 ProposedBillofMaterial.................................................................................................................................657.9.1 Annexure4-BillofQuantity......................................................................................................................65
7.10 Manufacturers'/Producers’AuthorizationForm..................................................................................747.11 Anti-CollusionCertificate.................................................................................................................................75
8. Annexure5–FormatsforSubmissionoftheCommercialBid..................................................778.1. TotalPriceSummary.........................................................................................................................................778.2 Annexure6-PricecomponentforCAPEX:..............................................................................................778.3. Annexure7-PricecomponentforOPEX..................................................................................................83
9 Annexure7(a)–PerformanceBankGuarantee............................................................................8410 Annexure7(b)–BankGuaranteeforEarnestMoneyDeposit.............................................8611 Annexure8–Non-DisclosureAgreement....................................................................................8812 Annexure9-ConsortiumAgreement............................................................................................9113 Annexure10-FormatforPowerofAttorneytoAuthorizeSignatory................................9414 Annexure11-FormatforPowerofAttorneyforLeadbidderofConsortium.................96
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 4
1. Introduction
1.1 Background
The Ministry of Urban Development (MoUD), Government of India (GoI) has rolled
outSmart City Mission (SCM). Karnataka Urban Infrastructure Development & Finance
Corporation Limited (KUIDFC) is the State Level Nodal Agency (SLNA) for the Smart Cities
MissioninKarnataka.Belagavi isoneoftheULBsselectedunderthe1stRoundCompetitionof
SCM based on the Smart City Plan (SCP) submitted by the City through GoK. Objective of the
SmartCitiesMissionistopromoteCitiesthatprovidecoreinfrastructure,giveadecentqualityof
lifetotheircitizensandapplysmartsolutionstoimproveservicesandinfrastructure.
1.2 NeedforPresentAssignment&BriefScopeofWork
TheBSCL,hasidentifiedcertainSmartICTinterventionrequiredtomakethecitysmart.The
broad functional & Technical requirements have been identified and has been provided under
Volume 2 of the RFP. It is now proposed to appoint a Master System Integrator (MSI)/System
Integrator(SI)toimplementthesaidICTinterventions,butnotlimitedto
1. Level1:IntegrateandView
1. CitySurveillance
2. Level2:Integrate,CommandandControl
1. E-governance(PropertyTax,AutomaticBuildingPermissionApprovalSystem,birth
and death registration, public grevence redressal system, fund based accounting
system(etc)-Presentintegration
2. SmartParking(forfutureintegration)
3. SmartLighting(forfutureintegration)
4. SmartUGD(forfutureintegration)
5. SmartEnergyManagement(forfutureintegration)
6. GeospatialDatabaseManagement(includingLandManagementSystemandUtilities
Mapping)-PresentItegration
7. Fire&Ambulance
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 5
3. Level3:Implement,Command,ControlandFullyOperate
1. SmartWater
2. ICTbasedsolidwastemanagementwithRFathouseholdandcommunitylevel
3. IntelligentTrafficManagementSystem(AdaptiveTrafficControlSystem)
4. IntelligentTransportSystem(ITS)
5. Intelligent Pole (with environmental sensors, public address system, variable
messagingsystem,digitalbillboard,panicbutton)
Afterestablishingtheabovesaidsolutions,thebidderisexpectedtoOperateandMaintainthesaid
ICTinterventionsforaperiodof5years
1.3 RFPFormatTheintentofthisRFPistoinvitebidsfromtheBiddersforimplementationofanintegratedsolution
fortheAuthority.
TheRequestforProposal(RFP)consistsofthreevolumesviz.
1. RFPVolume1:InstructiontoBidders
Volume 1 details the instructions with respect to the bid process management, technical
evaluationframework,andthetechnical&financialforms.
2. RFPVolume2:ScopeofworkincludingFunctional&TechnicalSpecifications
Volume 2 of the RFP provides information regarding the Project Implementation Plan,
business requirements/applications to be covered and corresponding process related
documentation,scopeofworkfortheselectedbidderandfunctionalrequirements.
3. RFPVolume3:MasterServiceAgreement
Volume3containsthecontractual, legalterms&conditionsapplicableforthe
proposedengagement.
4. RFPVolume4:SiteSpecificDetailsandstandardprotocols
Volume4containsthesitespecificdetailsofsitelocation
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 6
1.4. Factsheet
Sl# Item Description
1 MethodofSelection ThemethodofselectionshallbeQualityandCost
BasedSyestem(QCBS).TheContractwillbeawarded
tothebidderquotingthehighest‘combined
evaluvationscore’posttechnicalqualification.Prices
inclusiveofanyapplicabletaxes,leviesetc.willbe
consideredforarrivingatL1price.
2 AvailabilityofRFPDocuments Downloadfromwww.eproc.karnataka.gov.in
3 DateofRFPIssuance 17thJune2017
4 TenderProcessingFee(Non-
refundableandNot-Exempted)
Asindicatedinthee-procurementportal
5 BidSecurity/EarnestMoney
Deposit(EMD)
INR Seventy Seven Lakhs (INR 77,00,000/-)
through eProcurement portal or byBankGuarantee
(asperformatattachedinAnnexure7(b))
6 Lastdateandtimefor
SubmissionofPre-bidQueries
12thJuly2017;18:00Hrs
7 Pre-BidConferencetime,date&
Venue
14thJuly2017;11:30Hrs
CityCorporationBelagavi
8 Postingofresponsestoqueries
(onwebsite)
www.eproc.karnataka.gov.in
9 LastDateandtimeforBid/Bid
submission(Onorbefore)
21stAugust2017,15:30Hrs
10 Date,timeforOpeningofPre-
QualificationBids
23rdAugust2017,16:00Hrs
11 Bidvalidity Bidmustremainvalidupto180(OneHundred&
Eighty)daysfromtheactualdateofsubmissionof
theBid.
12 Currency CurrencyinwhichtheBiddersmayquotetheprice
andwillreceivepaymentisINRonly.
13 NameandAddressfor
Correspondence/citysurvey
BELAGAVISMARTCITYLIMITED,CTS#
197,GURUWARPETH,BESIDETILAKWADIPOLICE
STATION,TILAKWADI,BELAGAVI-590006
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 7
1.5 Definitions/Acronyms
SL# Term/Acronyms Description
1 AAA Authentication,authorization,andaccounting
2 ANPR AutomatedNumberPlateRecognition
3 AP AccessPoint
4 AVLS AutomatedVehicleLocatorSystem
5 Bid Offer by theBidder to fulfil the requirement of theAuthority
foranagreedprice. Itshallbeacomprehensivetechnicaland
commercialagreedprice.Itshallbeacomprehensivetechnical
andcommercialresponsetotheRFP
6 BOM BillofMaterial
7 CCC CommandandControlCentre
8 CCTV ClosedCircuitTelevision
9 Consortium A consortium consists of multiple members (not more than
Threeparties-LeadBidder+2Consortiummembers)entering
into a Consortium Agreement for a common objective of
satisfying the Authority requirements & represented by lead
memberoftheconsortium,designatedasa"LeadBidder”.
Also, the responsibility for successful execution of the entire
project will be that of the defined Lead bidder.
The consortiummembers shouldhave relevant experienceof
executingsimilarrolesandresponsibilitiesinpastasstatedin
theMoUinAnnexure9.
Parent company existence of Bidder/ Lead bidder would be
considered foronly100%subsidiary/division/subdivision/
branchbusinessunit.
For the purpose of technical evaluation, net worth and
turnover of only the bidding entity will be considered. Net
worth and turnover of any parent, subsidiary, associate or
otherrelatedentitywillnotbeconsidered.
10 COP CommonOperatingPlatform
11 DBA DatabaseAdministrator
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 8
SL# Term/Acronyms Description
12 DC DataCenter
13 DCP DeputyCommissionerofPolice
14 Deliverables Products,infrastructureandservicesagreedtobedeliveredby
the Bidder in pursuance of the agreement as defined more
elaborately in the RFP, Implementation and theMaintenance
phasesandincludesalldocumentsrelatedtotheusermanual,
technical manual, design,process and operating manuals,
servicemechanisms, policies and guidelines (such as security
related, data migration related), inter alia payment and/or
processrelatedetc.,sourcecodeandallitsmodifications.
15 DIT DirectorateofInformationTechnology
16 DNS DomainNameServer
17 DR DisasterRecovery
18 EffectiveDate ThedateonwhichtheContractAgreementforthisRFPcomes
intoeffect
19 EMD EarnestMoneyDeposit
20 EMS EnterpriseManagementSystem
21 ETA EstimatedTimeofArrival
22 ETD EstimatedTimeofDeparture
23 e-Procurement
portal
meanstheelectronictenderingsystemoftheAuthority
24 FRS FunctionalRequirementSpecifications
25 GIPipes GalvanizedironPipes
26 GIS GeographicalInformationSystem
27 GoK GovernmentofKarnataka
28 GPRS GeneralPacketRadioService
29 GPS GlobalPositioningSystem
30 GSM GlobalSystemsforMobileCommunications
31 GUI GraphicalUserInterface
32 HDPE High-DensityPolyethylene
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 9
SL# Term/Acronyms Description
33 HO HeadOffice
34 ICT InformationandCommunicationTechnology
35 IDS IntrusionDetectionSystem
36 IOE InternetofEverything
37 IP InternetProtocol
38 IPS IntrusionPreventionSystem
39 ITIL InformationTechnologyInfrastructureLibrary
40 LAN LocalAreaNetwork
41 LED LightEmittingDiode
42 LOI/LOA LetterofIntent/LetterofAward
43 MoU MemorandumofUnderstanding
44 MTBF MeanTimeBetweenFailures
45 MTTR MeanTimetoRepair
46 MUX Multiplexer
47 NFC NearFieldCommunication
48 NIC NationalInformaticsCentre
49 Corp BelagaviMunicipalCorporationtomanagethenetworks.
50 Non-Compliance meansfailure/refusaltocomplythetermsandconditionsof
thetender
51 Non-responsive means failure to furnish complete information in a given
format andmanner required as per the tender documents or
non-submissionof tenderoffer ingiven forms/pro formaor
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
tenderfeeonEMD
52 O&M Operations&Maintenance
53 OEM OriginalEquipmentManufacturer
54 OFC OpticalFibreCable
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 10
SL# Term/Acronyms Description
55 OGC OpenGeospatialConsortium
56 OS OperatingSystems
57 OTP OneTimePassword
58 PASystem PublicAddressSystem
59 PDU's PowerDistributionUnits
60 PIS PassengerInformationSystem
61 PoE PoweroverEthernet
62 PoP PointsofPresence
63 PTZ PanTiltZoom
64 QRCode QuickResponseCode
65 Required
Consents
Theconsents,waivers,clearancesandlicensestouseAuthority
IntellectualPropertyRights,rightsandotherauthorizationsas
may be required to be obtained for the software and other
itemsthatDIT,GoMtheirnominatedagenciesarerequiredto
makeavailabletoBidderpursuanttothisAgreement;
66 RF RadioFrequency
67 RFID RadioFrequencyIdentification
68 RFP RequestforProposal
69 RLVD RedLightViolationDetection
70 RoW RightofWay
71 RPO RecoveryPointObjective
72 RTO RecoveryTimeObjective
73 ServiceLevel Thelevelofserviceandotherperformancecriteriawhichwill
applytotheServicesdeliveredbytheBidder;
74 SI SystemIntegrator
75 SLA Service Level Agreement; Performance andMaintenance SLA
executedaspartofthisMasterServiceAgreement;
76 SNMP SimpleNetworkManagementProtocol
77 SMPS SwitchedModePowerSupply
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 11
SL# Term/Acronyms Description
78 SOP StandardOperatingProcedure
79 SOS Save Our Souls. SOS is the international Morse code distress
signal
80 SuccessfulBidder Thebidderwhoisqualified&successfulinthebiddingprocess
andisawardedthework
81 TRAI TelecomRegulatoryAuthorityofIndia
82 TRS TechnicalRequirementSpecifications
83 UPS UninterruptiblePowerSupply
84 URL UniformResourceLocator
85 VA VideoAnalytics
86 VaMS VariableMessageSystem
87 VCA VideoContentAnalytics
88 VLAN VirtualLocalAreaNetwork
89 VMS VideoManagementSoftware/System
90 WAN WideAreaNetwork
2. InstructiontoBidders
2.1 General
a. While every effort has been made to provide comprehensive and accurate background
information,requirementsandenvisagedsolution(s)specifications,Biddersmustformtheir
ownconclusionsaboutthesolution(s)neededtomeettheAuthority’srequirements.Bidders
andrecipientsofthisRFPmaywishtoconsulttheirownlegaladvisersinrelationtothisRFP.
b. All information supplied by Bidders as part of their bids in response to this RFP,may be
treatedascontractuallybindingontheBidders,onsuccessfulawardoftheassignmentbythe
AuthoritybasedonthisRFP.
c. No commitment of any kind, contractual or otherwise shall exist unless anduntil a formal
writtencontracthasbeenexecutedbyoronbehalfofAuthority.Anynotificationofpreferred
bidder status by Authority shall not give rise to any enforceable rights by the Bidder.
Authoritymaycancelthispublicprocurementatanytimepriortoaformalwrittencontract
beingexecutedbyoronbehalfofAuthority.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 12
d. Bids shall be received by the Authority on the e-Procurement portal
www.eproc.karnataka.gov.inbeforethetimeanddatespecifiedinthescheduleofthetender
notice.Intheeventofthespecifieddateforthesubmissionoftenderoffersbeingdeclareda
public holiday by the Government of Karnataka, the offers will be received up to the
appointed time on the nextworking day. The Authoritymay, at its discretion, extend this
deadline for submission of offers by issuing corrigendum and uploading the same on e-
Procurementportal.
e. Telex,cableorfacsimileofferswillberejected.
2.2 EligibleBidders
The Bidder can be either a Single System Integrator (SI) or a Consortium of
companies/corporationsasdescribedbelow.
a. SoleBidder
TheSoleBiddermustbeaSystemIntegratorcompanywhichhasthecapabilitiestodeliver
theentirescopeasmentionedintheRFP.TheSoleBiddercannotbidasapartofanyother
consortiumbidunderthisRFP.
b. ConsortiumofFirms
Bids can be submitted by a consortium of firms. A consortium should not consist ofmore
than threeparties (including theLeadBidder).Oneof theFirmswouldbedesignated as a
"LeadBidder".TheLeadBidderwouldhavethesoleresponsibilityofensuringthedeliveryof
productsandservicesmentionedinallvolumesofthisRFP.TheLeadBidderwouldalsobe
responsible for ensuring the successful execution of integrated solution includingmeeting
theSLAs.The listofConsortiumMembersneedstobedeclared in thebidwhichcannotbe
changed by the bidder later on. Any change in the consortium partner will need to be
approvedbyAuthority.
TheLeadBidderwillberesponsiblefor:
i. ThemanagementofallConsortiumMemberswhoarepartofthebid,and
ii. Thesupply,deliveryand installationofallproductsandservicessubmitted in their
bidandaspartofthecontract
Bidssubmittedbyaconsortiumshouldcomplywiththefollowingrequirementsalso:
i. TheLeadBidder shall be authorized to incur liabilities and receive instructions for
andonbehalfofallconsortiummembers.EntireexecutionoftheContract,including
payment,shallbedoneexclusivelyby/withtheLeadBidder
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 13
ii. Any firmwhich isnotaLeadBidder to thisRFPcanbeapartner inanynumberof
bidssubmittedagainstthisRFP
iii. Anyof theLeadBidders cannotbeaConsortiumMemberwithanotherbidder ina
separatebid
iv. Internal arrangement between theConsortiumMembers is left to thebidders. It is
theresponsibilityoftheleadBiddertoensurethatalltheotherConsortiumMembers
inthebidarecomplianttoalltheclausesasmentionedinthebid,failingwhichbid
canbedisqualified
2.3 CompliantBids/CompletenessofResponse
a. Bidders are advised to study all instructions, forms, terms, requirements and other
informationintheRFPdocumentscarefully.Submissionofthebidshallbedeemedtohave
beendoneaftercarefulstudyandexaminationoftheRFPdocumentwithfullunderstanding
ofitsimplications.
b. Failuretocomplywiththerequirementsofthisparagraphmayrenderthebidnon-compliant
andtheBidmayberejected.Biddersmust:
i. IncludealldocumentationspecifiedinthisRFP,inthebid
ii. FollowtheformatofthisRFPwhiledevelopingthebidandrespondtoeachelement
intheorderassetoutinthisRFP
iii. ComplywithallrequirementsassetoutwithinthisRFP
2.4 BiddertoInform
The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope,
ServiceLevels,Specifications,andSchedulesofthisRFP.Ifbidderhasanydoubts/clarificationsasto
themeaningofanyportionof theConditionsor thespecificationsheshall,before the lastdate for
SubmissionofPre-BidQueries,set forth thereofandsubmit themtoAuthority inwriting inorder
thatsuchdoubtmayberemovedorclarificationsareprovided.
2.5 BidPreparationcosts
TheBiddershallbearallcostsassociatedwiththepreparationandsubmissionofitsbid,
forthepurposesofclarificationofthebid,ifsodesiredbytheAuthority.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 14
2.6 Pre-bidmeeting&Clarification
2.6.1 BiddersQueries
AnyclarificationregardingtheRFPdocumentandanyotheritemrelatedtothisprojectcan
besubmitted toAuthorityasper thesubmissionmodeand timelinesmentioned in theFactSheet.
Thepre-bidqueriesshouldbesubmitted inexcelsheet format,alongwithrelevnt justification,and
withnameanddetailsoftheorganisationsubmittingthequeries.
Authorityshallnotberesponsibleforensuringthatthebidders’querieshavebeenreceived
bythem.Anyrequestsforclarificationsposttheindicateddateandtimeshallnotbeentertainedby
Authority.
BiddersmustsubmittheirqueriesaspertheformatmentionedinSection5-Annexure1
2.6.2 ResponsestoPre-BidQueriesandIssueofCorrigendum
Authoritywillorganizeapre-bidconferenceandwillrespondtoanyrequestforclarification
ormodificationof thebiddingdocuments.Authority shall formally respond to thepre-bidqueries
afterthepre-bidconference.Nofurtherclarificationsshallbeentertainedafterthedateandtimeof
submissionofqueries.
Authority shall endeavour to provide timely response to all queries. However, Authority
makesnorepresentationorwarrantyas to thecompletenessoraccuracyofanyresponsemade in
good faith. Authority does not undertake to answer all the queries that have been posed by the
bidders.
AnymodificationsoftheRFPDocuments,whichmaybecomenecessarybecauseofthePre-
Bid Conference, shall be made by Authority exclusively through a corrigendum. Any such
corrigendum shall be deemed to be incorporated into this RFP. However, in case of any such
amendment,thebidsubmissiondatemaybeextendedatthediscretionofAuthority.
Any corrigendum/notification issued by Authority, after issue of RFP, shall only be
available/hosted on thewebsite URLmentioned in the fact sheet. Any such corrigendum shall be
deemedtobeincorporatedintothisRFP.
2.7 RFPDocumentFee
RFPcanbedownloadedfromthewebsiteURLmentionedinthefactsheet.
TenderProcessingFeeasindicatedinthee-procurementportalshallbepaidonlinethrough
e-Procurementportal.Thetenderfeeshallbenon-refundable.
Withoutthepaymentoftenderfeethebidswillbetakenasincompleteandnon-responsive
andshallnotbeconsidered.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 15
2.8 EarnestMoneyDeposit(EMD)
The Bidder shall furnish, as part of his tender, earnest money deposit ofRs 77,00,000
(Rupees Seventy Seven Lakh only) This earnest money deposit shall be in in the form of Bank
GuaranteeasperForm7(B).NoexemptionforsubmittingtheEMDwillbegiventoanyagency.Bid
securityinanyotherformwillnotbeentertained.
ForUnsuccessfulbidders,Bidsecurityofallunsuccessfulbidderswouldberefundedwithout
interestbyAuthorityonfinalizationofthebidinallrespectsbythesuccessfulbidder.
For Successful bidders, Bid securitywould be returnedwithout interest upon submission of
PerformanceBankGuaranteebythesuccessfulbidder.
IncasebidissubmittedwithoutthebidsecuritythenAuthorityreservestherighttoreject
thebidwithoutprovidingopportunityforanyfurthercorrespondencetothebidderconcerned.
TheEMDmaybeforfeitedinanyofthefollowingcircumstances:
a. Ifabidderwithdrawsitsbidduringtheperiodofbidvalidity.
b. Incaseofasuccessfulbidder, if thebidder fails tosubmittheperformancebankguarantee
and/orsignthecontractinaccordancewiththisRFP.
2.9 BidValidityPeriod
BidshallremainvalidforthetimeperiodmentionedintheFactSheet.Oncompletionofthe
validityperiod, unless theBidderwithdrawshisbid inwriting, itwill bedeemed tobevaliduntil
suchtimethattheBidderformally(inwriting)withdrawshisbid.
2.10 ContentsofBid The three cover systemshallbe followed.Pre–Qualification,Technical andCommercial
Offersshallbeuploadedseparatelythroughthee-Procurementportal.
DocumentSet NameoftheDocument Content
One BidSecurity/Earnest
MoneyDeposit(EMD)&
PrequalificationBid
• BidSecurity
• PreQualificationbidasperSection
6.1 & 6.2along with the required
supportingdocuments
• No deviation certificate as per
Section6.5
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 16
• Total Responsibility declaration as
perSection6.6
Two TechnicalBid • TechnicalBid
• ResponsetoFRS&TRS
• MaskedCommercialBid
Three FinancialBid • CommercialBid
a. PleasenotethatPricesshouldNOTbeindicatedintheTechnicalBidbutshouldonly
beindicatedintheCommercialBid.
b. FailuretosubmitthebidbeforethesubmissiondeadlinespecifiedintheFactSheetwould
causeabidtoberejected.
c. Authoritywillnotacceptdeliveryofbidbyfax,e-mailorinpersonandshallonlybethrough
eprocurementportalofGoK.
2.11 BidFormats
2.11.1Pre-QualificationBidFormat
# SectionHeading Details
1 Pre-qualificationchecklist Asperformatprovidedinsection6.1-Annexure2
2 Pre-QualificationBidCoveringLetterAsperformatprovidedinsection6.2
3 ConsortiumAgreement AsperformatprovidedinAnnexure9ofthisVolume
4 AboutBidder Asperformatprovidedinsection6.3ofthisdocument.
5 Legal
1.CopyofCertificationofIncorporation/Registration
Certificate
2.PANCard
3.VATRegistration
AsperPre-qualificationcriteria–clause3.5Sl#1
6 AnnualTurnover
Detailsofannualturnoverwithdocumentary
evidence.
AsperPre-qualificationcriteria–clause3.5Sl#2
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 17
# SectionHeading Details
7 NetworthDetailsofnetworthwithdocumentaryevidence.
AsperPre-qualificationcriteria–clause3.5Sl#3
8 CertificationRelevantISOcertification
AsperPre-qualificationcriteria–clause3.5Sl#5
9Self-certificatefornon-blacklisting
clause
Asperformatprovidedinsection6.4.
AsperPre-qualificationcriteria–clause3.5Sl#4
10 PowerofAttorneyDocumentaryevidenceasperformatprovidedin
Annexure10and11
11 ProjectExperience
CitationdetailsofprojectsasperformatinSection7.4
and6.7,asapplicable.
AsperPre-qualificationcriteria–Sl#6
12 NoDeviationCertificate Asperformatprovidedinsection6.5
13 Totalresponsibilitycertificate Asperformatin6.6
2.11.2TechnicalBidFormat
# SectionHeading Details
1 TechnicalBidChecklist Asperformatprovidedinsection7.1
2 TechnicalBidCoveringLetter AsperformatprovidedinSection7.2
3 AboutBidder
·Detailsaboutbidder(whethersolebidderor
consortium)
·Bidder’sGeneralInformationasrequiredin
TechnicalCriteria3.6.1
4 Understanding DetailsasrequiredinTechnicalCriteria3.6.1.
5 SolutionproposedDetailsasrequiredinTechnicalCriteria3.6.1.
Pleaserefertosection7.5.1.
6 Project/credentialsummary AsperformatprovidedinSection7.3
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 18
# SectionHeading Details
7 Bidder’sExperience
Projectcitationasperformatprovidedinsection7.4
andsupportingdocumentaryevidencesandSelf-
certificationsasperformatinsection6.7asapplicable
8 ProjectPlanandResources
·ProjectplanasperformatprovidedinSection7.5.2
·ManpowerPlanasperformatprovidedinsection
7.5.3I&II
·Summaryofresourcesasperformatprovidedin
Section7.6.1
·CVofresourcesasperformatprovidedinSection
7.7
9
CompliancetoRequirement
(Technical/Functional
Specifications)
Asperformatprovidedinsection7.8
10 ProposedBillofmaterials Asperformatprovidedinsection7.9
11Manufacturers'/Producers’
AuthorizationFormAsperformatprovidedinsection7.10
12 AntiCollusionCertificate Asperformatprovidedinsection7.11
12 Non-disclosureagreement Asperformatprovidedinsection11(Annexure8)
2.11.3CommercialBidFormat
TheBiddermustsubmittheCommercialBidistheformatsspecifiedinSection8.
# SectionHeading Details
1 TotalPriceSummary AsperformatprovidedinSection8.1
2 PricecomponentforCAPEX AsperformatprovidedinSection8.2
3 PricecomponentforOPEX AsperformatprovidedinSection8.3
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 19
2.12 Language
Thebid shouldbeprepared and submittedby thebidders inEnglish languageonly. If any
submittedsupportingdocumentsareinanylanguageotherthanEnglish,translationofthesamein
Englishlanguageistobeprovided(dulyattested)bytheBidders.Forpurposesofinterpretationof
thedocuments,theEnglishtranslationshallgovern.
2.13 AuthenticationofBids
Bidshouldbeaccompaniedbyanauthorizationinthenameofthesignatory(orsignatories)
oftheBid.Theauthorizationshallbeintheformofawrittenpowerofattorneyaccompanyingthe
Bidorinanyotherformdemonstratingthattherepresentativehasbeendulyauthorizedtosign.
2.14 AmendmentofRequestforProposal
At any time prior to the due date for submission of bid, Authority may, for any reason,
whether at its own initiative or in response to a clarification requested by prospective bidder(s),
modify the RFP document by amendments. Such amendments shall be uploaded on the e-
procurementportalwebsite,throughcorrigendumandshallformanintegralpartofRFPdocument.
TherelevantclausesoftheRFPdocumentshallbetreatedasamendedaccordingly.
It shall be the responsibility of the prospective bidder(s) to check the Authority’swebsite
fromtimetotimeforanyamendmentintheRFPdocument.Incaseoffailuretogettheamendments,
ifany,Authorityshallnotberesponsible.
Inordertoallowprospectivebiddersareasonabletimetotaketheamendmentintoaccount
inpreparingtheirbids,Authority,atitsdiscretion,mayextendthedeadlineforsubmissionofbids.
SuchextensionsshallbeuploadedonwebsiteoftheAuthority.
2.15 BidPrice
Commercial Bid shall be as per the format provided in Section 8. Bidders shall give the
required details of all applicable taxes, duties, other levies and charges etc. in respect of direct
transactionbetweenAuthorityandtheBidder.
Biddersshallquotefortheentirescopeofcontractonan“overallresponsibility”basissuch
thatthetotalbidpricecoversBidder’sallobligationsmentionedinortobereasonablyinferredfrom
thebiddingdocumentsinrespectofprovidingtheproduct/services.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 20
PricesquotedbytheBidderforunitratesshallremainfirmduringtheentirecontractperiod
andnotsubjecttopricevariationonanyaccount.Abidsubmittedwithanadjustablepricequotation
shallbetreatedasnon-responsiveandrejected.
2.16 DeviationsandExclusions
Bidsshallbesubmittedstrictlyinaccordancewiththerequirementsandterms&conditions
oftheRFP.TheBiddershallsubmitaNoDeviationCertificateaspertheformatmentionedinSection
6.5.Thebidswithdeviation(s)areliableforrejection.
2.17 TotalResponsibility
Biddershouldissueastatementundertakingtotalresponsibilityforthedefectfreeoperation
oftheproposedsolutionaspertheformatmentionedinSection6.6.
2.18 LateBids
Latesubmissionwillnotbeentertainedandwillnotbepermittedbye-ProcurementPortal.
The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondencewillbeentertainedonthismatter.
Authorityshallnotberesponsibleforanynon-receipt/non-deliveryofthedocumentsdueto
technical snag whatsoever at Bidder’s end. No further correspondence on the subject will be
entertained.
Authority reserves the right to modify and amend any of the above-stipulated
condition/criterion.
2.19 RighttoTerminatetheProcess
Authority may terminate the RFP process at any time and without assigning any reason.
Authority makes no commitments, express or implied, that this process will result in a business
transactionwithanyone.ThisRFPdoesnotconstituteanofferbyAuthority.
2.20 Non-Conformingbids
Abidmaybeconstruedasanon-conformingbidsandineligibleforconsideration:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 21
a. IfitdoesnotcomplywiththerequirementsofthisRFP.
b. If a bid does not follow the format requested in this RFP or does not appear toaddresstherequirementsofthesolution.
2.21 Acceptance/RejectionofBids
a. Authority reserves the right to reject in full or part, any or all bidswithout assigning any
reasonthereof.AuthorityreservestherighttoassesstheBidder’scapabilitiesandcapacity.
ThedecisionofAuthorityshallbefinalandbinding.
b. Bid should be free of overwriting. All erasures, correction or additionmust be clearly
writtenbothinwordsandfiguresandattested.
Intheeventofanyassumptions,presumptions,keypointsofdiscussion,recommendationor
anypointsofsimilarnaturesubmittedalongwiththeBid,Authorityreservestherighttorejectthe
BidandforfeittheEMD.
Ifthereisanydiscrepancyinthecommercialbid,itwillbedealtasperthefollowing:
a. If,inthepricestructurequotedfortherequiredgoods/services/works,thereisdiscrepancy
betweentheunitpriceandtotalprice(whichisobtainedbymultiplyingtheunitpricebythe
quantity),theunitpriceshallprevailandthetotalpricecorrectedaccordingly.
b. Ifthereisanerrorinatotalcorrespondingtotheadditionorsubtractionofsubtotals,the
subtotalsshallprevailandthetotalshallbecorrected.
c. Ifthereisadiscrepancybetweenwordsandfigures,theamountinwordsshallprevail.
d. Ifthereissuchdiscrepancyinanoffer,thesameshallbeconveyedtothebidderwithtarget
dateuptowhichthebiddermustsendhisacceptanceontheabove linesand if thebidder
doesnotagreetothedecisionofAuthority,thebidisliabletobedisqualified.
2.22 Confidentiality
Allthematerial/informationsharedwiththeBidderduringthisprocurementprocessaswell
as thesubsequentresultingengagement following thisprocesswith thesuccessfulbidder, shallbe
treatedasconfidentialandshouldnotbedisclosedinanymannertoanyunauthorizedpersonunder
anycircumstances.TheemployeesofthesuccessfulLeadbidderandConsortiummemberswhoare
proposedtobedeployedontheprojectneedto furnishaNon-DisclosureAgreement(NDA)asper
RFPVolumeIII.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 22
2.23 Disqualification
Thebidisliabletobedisqualifiedinthefollowingcasesorincasebidderfailstomeetthebidding
requirementsasindicatedinthisRFP:
a. Duringvalidityofthebid,oritsextendedperiod,ifany,thebidderchangesitsquotedprices
b. Thebidder’sbidisconditionalandhasdeviationsfromthetermsandconditionsofRFP
c. Bidisreceivedinincompleteform
d. Bidisnotaccompaniedbyalltherequisitedocuments
e. Information submitted in technical bid is found to be misrepresented, incorrect or false,
accidentally,unwittinglyorotherwise,atanytimeduringtheprocessingofthecontract(no
matteratwhatstage)orduringthetenureofthecontract includingtheextensionperiodif
any
f. Financialbidisenclosedwiththesamedocumentastechnicalbid.
g. Bidder tries to influence the bid evaluation process by unlawful/corrupt/fraudulent
meansatanypointoftimeduringthebidprocess
h. In case the Lead bidder submitsmultiple bids or if common interests are found in two or
more bidders, the bidders are likely to be disqualified, unless additional bids/bidders are
withdrawnuponnoticeimmediately
i. Ifanyof theLeadBidder isalsopartner inanyotherbid, thenall theaffectedbidsshallbe
disqualified
2.24 KeyPersonnel
Authority has identified certain key positions andminimum qualifications for each of the
positionsthatshouldbepartofprojectteamofthebidder(herebyreferredtoas“keypersonnel”).
DetailsofthesekeypositionsareprovidedinSection3.6.2
2.24.1InitialComposition;FullTimeObligation;ContinuityofPersonnel
BiddershallensurethateachmemberoftheKeyPersonneldevotessubstantialworkingtime
asperthestaffingschedule/manpowerplantoperformtheservicestowhichthatpersonhasbeen
assignedasperthebid.
BiddershallnotmakeanychangestothecompositionoftheKeyPersonnelandnotrequire
or request any member of the Key Personnel to cease or reduce his or her involvement in the
provisionoftheServicesduringthedefinedtermoftheengagementunlessthatpersonisterminated
foracause,islong-termdisabled,isonpermittedmandatoryleaveunderApplicableLaworretires.
Inanysuchcase,theAuthority'spriorwrittenconsentwouldbemandatory.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 23
2.24.2Evaluations
BiddershallcarryoutanevaluationoftheperformanceofeachmemberoftheKeyPersonnel
inconnectionwiththeServicesatleastonceineachContractYear.Biddershallprovidereasonable
written notice to Authority of the date of each evaluation of eachmember of the Key Personnel.
Authority shall be entitled to provide inputs to the bidder for each such evaluation. Bidder shall
promptlyprovidetheresultsofeachevaluationtoAuthority,subjecttoApplicableLaw.
2.24.3Replacement
Incaseanyproposedresourceresigns, thentheBidderhas to informAuthoritywithinone
weekofsuchresignation.
Bidder shall promptly initiate a search for a replacement to ensure that the role of any
memberoftheKeyPersonnelisnotvacantatanypointintimeduringthecontractperiod,subjectto
reasonableextensionsrequestedbyBiddertoAuthority.
BeforeassigninganyreplacementmemberoftheKeyPersonneltotheprovisionofthe
Services,BiddershallprovideAuthoritywith:
a. aresume,curriculumvitaeandanyotherinformationaboutthecandidatethatisreasonably
requestedbyAuthority;and
b. anopportunitytointerviewthecandidate.
The bidder has to provide replacement resource of equal or better qualification and
experienceaspertherequirementsofthisRFP.
IfAuthorityobjectstotheappointment,Biddershallnotassigntheindividualtothatposition
andshallseekanalternativecandidateinaccordancewiththeresourcerequirementsofthisRFP.
The bidder needs to ensure at least 4 weeks of overlap period in such replacements.
Authoritywillnotberesponsibleforanyknowledgetransitiontothereplacementresourceandany
impact/escalationofcostincurredbythebidderduetoresourcereplacement.
2.24.3HighAttrition
If inthefirst6monthperiodfromtheContractEffectiveDateandinanyrolling12months
periodduringtheTermofcontract,15percentormoreofthemembersoftheKeyPersonnelcease
orreducetheirinvolvementintheServicesforanyreasonotherthanwithAuthority’spriorwritten
consent,Biddershall:
a. provideAuthoritywithareasonablydetailedexplanationastothereasonsforsuchchange,
including, where applicable and permitted, notes from any exit interviews conducted by
BidderwithanydepartingmemberoftheKeyPersonnel;and
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 24
b. ifsuchchangetoKeyPersonnelhasor is likelytohaveanymaterialadverseimpactonthe
provision of the Services or any substantial part thereof, undertake, at its own costs, such
remediationacts as are reasonablynecessary inorder to improve the retentionof theKey
Personnel including making reasonable changes to the human resources policies and
procedures applicable to the Key Personnel (including those related to compensation,
benefits and other conditions so that they are competitive with the market) as may be
necessarytoensurethatsuchpoliciesandprocedurescomplywithGoodIndustryPractice.
2.25 FraudandCorruptPractices
a. TheBiddersandtheirrespectiveofficers,employees,agentsandadvisersshallobservethe
highest standard of ethics during the Selection Process. Notwithstanding anything to the
contrary contained in this RFP, Authority shall reject a Bid without being liable in any
mannerwhatsoevertotheBidder,ifitdeterminesthattheBidderhas,directlyorindirectly
or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the
SelectionProcess.Insuchanevent,Authorityshall,withoutprejudicetoitsanyotherrights
orremedies,forfeitandappropriatetheEMDorPBG,asthecasemaybe,asmutuallyagreed
genuinepre-estimatedcompensationanddamagespayabletoAuthorityfor,interalia,time,
costandeffortofAuthority, inregardtotheRFP, includingconsiderationandevaluationof
suchBidder’sBid.
b. WithoutprejudicetotherightsofAuthorityunderClauseaboveandtherightsandremedies
whichAuthoritymayhaveundertheLOIortheAgreement,ifaBidderisfoundbyAuthority
to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
duringtheSelectionProcess,oraftertheissueoftheLOIortheexecutionoftheAgreement,
such Bidder shall not be eligible to participate in any tender or RFP issued by Authority
duringaperiodof3yearsfromthedatesuchBidderisfoundbyAuthoritytohavedirectlyor
throughanagent,engagedorindulgedinanyProhibitedPractices.
c. For the purposes of this Section, the following terms shall have the meaning hereinafter
respectivelyassignedtothem:
i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly
orindirectly,ofanythingofvaluetoinfluencetheactionofanypersonconnectedwith
the Selection Process (for avoidance of doubt, offering of employment to or
employingorengaginginanymannerwhatsoever,directlyorindirectly,anyofficial
ofAuthoritywhoisorhasbeenassociatedinanymanner,directlyorindirectlywith
theSelectionProcessortheLOIorhasdealtwithmattersconcerningtheAgreement
orarising there from,beforeorafter theexecutionthereof,atanytimeprior to the
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 25
expiry of one year from the date such official resigns or retires from or otherwise
ceasestobeintheserviceofAuthority,shallbedeemedtoconstituteinfluencingthe
actions of a person connectedwith the Selection Process); or (ii) save as provided
herein,engaginginanymannerwhatsoever,whetherduringtheSelectionProcessor
aftertheissueoftheLOAoraftertheexecutionoftheAgreement,asthecasemaybe,
any person in respect of any matter relating to the Project or the Award or the
Agreement, who at any time has been or is a legal, financial or technical
consultant/adviserofAuthorityinrelationtoanymatterconcerningtheProject;
ii. “fraudulentpractice”meansamisrepresentationoromissionoffactsordisclosureof
incompletefacts,inordertoinfluencetheSelectionProcess;
iii. “coercive practice” means impairing or harming or threatening to impair or
harm,directly or indirectly, any persons or property to influence any person’s
participationoractionintheSelectionProcess;
iv. “undesirablepractice”means(i)establishingcontactwithanypersonconnectedwith
oremployedorengagedbyAuthoritywiththeobjectiveofcanvassing,lobbyingorin
any manner influencing or attempting to influence the Selection Process; or (ii)
havingaConflictofInterest;and
v. “restrictive practice” means forming a cartel or arriving at any understanding
orarrangementamongBidderswiththeobjectiveofrestrictingormanipulatingafull
andfaircompetitionintheSelectionProcess.
2.26 ConflictofInterest
a. A bidder shall not have a conflict of interest that may affect the Selection Process or the
Solutiondelivery(the“ConflictofInterest”).AnyBidderfoundtohaveaConflictofInterest
shallbedisqualified. Intheeventofdisqualification,Authorityshall forfeitandappropriate
theEMD,ifavailable,asmutuallyagreedgenuinepre-estimatedcompensationanddamages
payable to Authority for, inter alia, the time, cost and effort of Authority including
considerationofsuchBidder’sBid,withoutprejudicetoanyotherrightorremedythatmay
beavailabletoAuthorityhereunderorotherwise.
b. Authority requires that the bidder provides solutions which at all times hold Authority’sinterest’s paramount, avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The bidder shall not accept or engage in any
assignment thatwouldconflictwith itspriororcurrentobligationstootherclients,or that
mayplaceitinapositionofnotbeingabletocarryouttheassignmentinthebestinterestsof
Authority.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 26
2.27 Sub-Contracting
Thebidderwouldnotbeallowedtosub-contractwork,exceptforthefollowing:
1. CivilConstructionwork
2. FacilityManagementStaffatCommandControlCenter
Sub-contractingshallbeallowedonlywithpriorwrittenapprovalofAuthority.However,evenifthe
work is sub-contracted, the sole responsibilityof theworkshall liewith the leadbidder.The lead
bidder shall be held responsible for any delay/error/non-compliance etc. of its sub-contracted
vendor.Thedetailsof the sub-contractingagreements (if any)betweenboth thepartieswouldbe
requiredtobesubmittedtoAuthority.
2.28 InclusionofMSMEsinProjectDelivery
BiddersareencouragedtoincludeMicro,SmallandMediumEnterprises(MSMEs)inthedelivery
oftheproject.
2.29 EligibleGoodsandServices,andOEMCriteria:
a. For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery,equipment,andindustrialplants;and“relatedservices”includesservicessuch
as insurance, transportation, supply, installation, integration, testing, commissioning,
training,andinitialmaintenance.
b. TheBidder shall quoteonlyone specificmake andmodel fromonlyone specificOEM, for
eachofthegoods.Providingmorethanoneoptionshallnotbeallowed.Allgoodsquotedby
the Bidder must be associated with item code and names and with printed literature
describing configuration and functionality. Any deviation from the printed specifications
shouldbeclearlymentionedintheofferdocumentbytheBidder.
c. TheOEMforeachproductsortechnologyquotedshouldbeinthebusinessofthatproduct
orsolutionortechnologyforatleast3yearsasonthedateofreleaseoftheRFP.
d. All the OEMs should have authorized presence in India either directly or through
channelpartner(s)asonthedateofreleaseofRFP.
e. TheOEM for all active components should give a declaration that products or technology
quoted are neither end of- sale nor end-of-life as on the date of installation and
commissioningandarenotend-of-support till thesuccessfulcompletionofO&Mperiodof
theproject.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 27
f. The proposedOEM should have installed base of at least 20% of the quoted product or
technology.
g. Bidder must quote products in accordance with above clause “Eligible goods and
relatedservices.
h. Thebidder’sproposedOEM(s)iflistedintheGartnerMagicQuadrantswouldbegiven
additionalpreferenceaslisteddownintheQualifiationCriteria.TheLatestGartnerReports
releasedtobereferredandsubmitted.HoweverlistinginGartnerMagicQuadrantisnot
mandatoryforqualification.
i) EnterpriseNetworkFirewalls
ii) IntrusionPreventionSystems
iii) ModularServers
iv) WiredandWirelessLANAccessInfrastructure
j. TheCityOperationsPlatform(COC)proposedbytheBiddermustbeoperational inatleast
oneCityat the timeofbiddingwithat least3relavantusecasesasapplicable forBelagavi
cityrequirement.
i) BiddercanprovidesingleorInteggratedCoC/CCC.Additionalweightageswouldbegiven
if the CoC/CCC platform is listed in the “Navigant Research Leaderboard Report”
.However listig in Navigant Research Leaderboard Report is not mandatory for
qualification.
ii) CoC/CCC software OEM should have 24x7x365 technical assistance support center
(TASC) in India. TASC should provide online website and phone number to register
servicerequestthatcanberaisedbypartnerandcustomer.
k. The OEM of each product or technology should have quality certifications like ISO
9001:2000&ISO14001orequivalent.
l. The bidder’s proposed OEM should not have been blacklisted by any State / Central
GovernmentDepartmentorCentral/StatePSUsasonbidsubmissiondate.
m. Each of the proposed OEMs should either have existing capability and infrastructure to
provide 24x7x365 technical support in India, or should provide an undertaking that they
would establish the requisite infrastructure and capability to provide 24x7x365 technical
support,onemergingawinnerinthisbiddingprocess.
Adequatesupportingdocumentspertainingtotheabovepoints,alongwithasummarycompliance
table,shouldbesubmittedinthetechnicalproposalbytheBidder.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 28
2.30 Righttovaryquantity
a. At the timeofawardof contractandpostawardofwork , thequantityofgoods,worksor
servicesoriginallyspecifiedinthebiddingdocumentsmaybeincreased.Itshallbewithout
any change in the unit prices or other terms and conditions of the Bid and the bidding
documents. In the event, either the goods,works or services forwhich variation is sought
afterawardofworkthenthesameshallbedonethroughChangeRequestNote.TheCRNwill
be evaluatedby aThirdPartyCommittee formedby theEmployer and thedecisionof the
Committeewillbefinalonthescopeandrate.
b. IftheAuthoritydoesnotprocureanysubjectmatterofprocurementorprocureslessthan
thequantityspecifiedinthebiddingdocumentsduetochangeincircumstances,thebidder
shall not be entitled for any claim or compensation except otherwise provided in the
biddingdocument.
c. Repeatordersforextraitemsoradditionalquantitiesmaybeplaced,ifitisprovidedinthe
biddingdocument,ontheratesandconditionsgiveninthecontractiftheoriginalorderwas
given after inviting open competitive bids. Delivery or completion period may also be
proportionallyincreased.
2.31 Withdrawal,Substitution,andModificationofBids
a. ABiddermaywithdrawitsBidorre-submititsBid(technicaland/orfinancial)asperthe
instructions/procedurementionedate-Procurementwebsite
b. Bidswithdrawnshallnotbeopenedandprocessedfurther.
2.32 SiteVisit
a. TheBiddermaywish tovisit andexamine the siteor sites andobtain for itself, at itsownresponsibility and risk, all information that may be necessary for preparing the bid and
enteringintotheContract.ThecostsofvisitingthesiteorsitesshallbeattheBidder’sown
expense.
b. TheAuthoritymayorganizeasitevisitorvisitsconcurrentlywiththepre-bidmeeting,as
specified in the RFP. Failure of a Bidder to make a site visit will not be a cause for its
disqualification.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 29
3. SelectionProcessforBidder
3.1 OpeningofBids
TheBidsshallbeopenedbyAuthorityinpresenceofthoseBiddersortheirrepresentatives
whomaybepresentatthetimeofopening.Therepresentativesofthebiddersshouldbeadvisedto
carrytheidentitycardoraletterofauthorityfromthebidderfirmstoidentifythattheyarebonafide
representativesofthebidderfirm,forattendingtheopeningofbid.Therewillbethreebid-opening
events
a. STAGE1(RFPDocumentfee&BidSecurity/EMD)and(Pre-Qualificationbid)
b. STAGE2(Technicalbid)
c. STAGE3(Commercialbid)
Venue,dateandtimeforopeningthePre-qualificationbidarementionedintheFactsheet.
ThedateandtimeforopeningofTechnical&Commercialbidwouldbecommunicatedtothe
qualifiedbidders.
TechnicalBidsofonlythosebidderswillbeopenedwhoclearsthePre-qualificationstage.
TheCommercialBidsofonlythosebidderswillbeopenedwhoscoreequaltoormorethan
qualifyingmarksinTechnicalBid.
3.2 PreliminaryExaminationofBids
Authority shall examine the bids to determine whether they are complete, whether the
documentshavebeenproperlysignedandwhetherthebidsaregenerallyinorder.Anybidsfoundto
benonresponsiveforanyreasonornotmeetinganycriteriaspecifiedintheRFP,shallberejectedby
Authorityandshallnotbeincludedforfurtherconsideration.
InitialBidscrutinyshallbeheldandbidswillbetreatedasnon-responsive,ifbidsare:
a. NotsubmittedinformatasspecifiedintheRFPdocument
b. ReceivedwithouttheLetterofAuthorization(PowerofAttorney)
c. Foundwithsuppressionofdetails
d. Withincompleteinformation,subjective,conditionaloffersandpartialofferssubmitted
e. Submittedwithoutthedocumentsrequested
f. Non-complianttoanyoftheclausesmentionedintheRFP
g. Withlesservalidityperiod
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 30
3.3 ClarificationonBids
During the bid evaluation, Authority may, at its discretion, ask the Bidder for any
clarification(s)of itsbid.The request for clarificationand the responseshallbe inwriting, andno
changeinthepriceorsubstanceofthebidshallbesought,offered,orpermitted.Clarificationsshall
beobtainedonlyinpre-historicinformationlikebidderscredentials.
3.4 EvaluationProcess
Authority shall constitute aTenderEvaluationCommittee to evaluate the responses of the
bidders. The Tender Evaluation Committee shall evaluate the responses to the RFP and all
supporting documents/documentary evidence. Inability to submit requisite supporting
documents/documentaryevidencebybiddersmayleadtorejectionoftheirbids.
ThedecisionoftheTenderEvaluationCommitteeintheevaluationofbidsshallbefinal.No
correspondence will be entertained outside the process of evaluation with the Committee. The
Tender Evaluation Committee may ask for meetings or presentation with the Bidders to seek
clarificationsorconformationsontheirbids.
The Tender Evaluation Committee reserves the right to reject any or all bids. Each of the
responsesshallbeevaluatedasperthecriteriaandrequirementsspecifiedinthisRFP.Thestepsfor
evaluationareasfollows:
3.4.1 Stage1:Pre-Qualification
a. AuthorityshallvalidatetheSet1“BidSecurity/EarnestMoneyDeposit(EMD)”.
b. If the contents of the Set 1 are as per requirements, Authority shall open the “Pre-
Qualification Bid”. Each of the Pre-Qualification conditionmentioned in Section 3.5is
MANDATORY.Incase,theBidderdoesnotmeetanyoneoftheconditions,thebiddershallbe
disqualified.
Bidders would be informed of their qualification/disqualification based on the Pre-
Qualificationcriteriathroughthee-procurementportalandsubsequently,theBidSecurity
amount shall be returned to the respective disqualified Bidders after the submission of
PerformanceBankGuaranteebythesuccessfulBidder.
c. Technical and Financial bids for those bidders who don’t pre-qualify will not be opened.
Financialbidwillnotbeopenedforthosebidders,whodon’tqualifythetechnicalevaluation.
Bid Security amount shall be retuned for those who don’t qualify the financial evaluation
stageandafterPBGissubmittedbysuccessfulbidder.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 31
3.4.2 Stage2:TechnicalEvaluation
a. “Technicalbid”willbeevaluatedonlyforthebidderswhosucceedinStage1.
b. Authoritywillreviewthetechnicalbidsoftheshort-listedbidderstodeterminewhetherthe
technical bids are substantially responsive. Bids that are not substantially responsive are
liabletobedisqualifiedatAuthority’sdiscretion.
c. Thebidders'technicalsolutionsproposedinthebiddocumentshallbeevaluatedasperthe
requirements specified in the RFP and technical evaluation framework as mentioned in
Section3.6.
d. Bidderssubmitindetailed–“Approach&Methodology&Solutionsproposed“
e. EachTechnicalBidwillbeassignedatechnicalscoreoutofamaximumof100marks.Only
thebidderswhogetanOverallTechnicalscoreof75ormoreandminimum50%ineach
section of the Technical Evaluation Framework as given in Section 3.6 will qualify for
commercial evaluation stage. Failing to secure minimum marks shall lead to technical
rejectionoftheBid.
3.4.3 Stage3:CommercialEvaluation
a. AllthetechnicallyqualifiedbidderswillbenotifiedtoparticipateinCommercialBidopening
process.
b. Thecommercialbidsforthetechnicallyqualifiedbiddersshallthenbeopenedonthenotified
date and time and reviewed to determine whether the commercial bids are substantially
responsive. Bids that are not substantially responsive are liable to be disqualified at
Authority’sdiscretion.
c. CommercialBidsthatarenotaspertheformatprovidedinSection8(Annexure5)shallbe
liableforrejection.
d. NormalizedCommercialScoreofaBidder={LowestTCB/BiddersTCB}X100(adjusted
to2decimals)
Example:
Bidders TotalCostofBid Calculation NormalizedCommercialScore
Bidder-1 110 (110/110)*100 100
Bidder-2 140 (110/140)*100 78.57
Bidder-3 160 (110/160)*100 68.75
Bidder-4 130 (110/130)*100 84.61
Bidder-5 150 (110/150)*100 73.33
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 32
ThebidderthathasquotedthelowestTotalPrice(Capexprice+Opexprice)shallbetreated
asL1.ThebidpriceshallincludealltaxesandleviesandshallbeinIndianRupeesandmentioned
separately.
3.4.4Stage4:FinalscorecalculationthroughQCBS
The final score will be calculated through Quality and Cost selection method based with the
followingweight-age:
Technical:80%
Commercial:20%
FinalScore=(0.80*TechnicalScore)+(0.20*NormalizedCommercialScore)
Example:
Bidders Technicalscore Normalizedcommercialscore FinalScore(80:20)
Bidder-1 92.6 100 94.08
Bidder-2 94.7 78.57 91.47
Bidder-3 84.2 68.75 81.11
Bidder-4 100.0 84.61 96.92
Bidder-5 76.8 73.33 76.10
1. ThebidderwiththehighestFinalscoreshallbetreatedastheSuccessfulbidder.Intheabove
example,Bidder-4willbetreatedassuccessfulbidder.
2. IntheeventtheFinalscoresare ‘tied’, thebiddersecuringthehighesttechnicalscorewillbe
adjudicatedastheBestValueBidderforawardoftheProject.
3.5 Pre-QualificationCriteria
No Pre-QualificationCriteria DocumentaryEvidence
1 The bidder (all the consortium partners in
case of consortium) must be registered
companiesandshouldbeoperationalat least
forlast5yearsasondateofbidsubmission
• For Companies with Indian origin
certificateofIncorporation/Registration
undercompaniesAct,1956
• MemorandumandArticlesofAssociation
• ForGlobalPlayers ,Equivalentcertificate
inthecountryofincorporation
• Consortiumagreementclearlystatingthe
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 33
rolesandresponsibilitiesofeachmember
2 The bidder(Lead Bidder in the case of
consortium) should have an average annual
turnover of INR 160 Crore for last 3 audited
financialyears
In case of a consortium thelead bidder shall
haveatleast33%ofthestatedannualturnover.
• Audited financial statement for last 3
auditedyears
• Certificate from the statutory auditor/
CompanySecretary clearly specifying the
annualturnoverforthespecifiedyears
3 The bidder (each of consortium members in
caseofconsortium)shouldhaveapositivenet
worth as on last date of latest audited
financialyearpreferably2016-17
Certificate from the statutory auditor/
CompanysecretaryclearlyspecifyingtheNet
worthforICTprojectsforthespecifiedyear
tobeprovided.
4 Asondateofthesubmissionoftheproposal,
the bidder and the consortium members
should not be black listed by Central/State
governmentsinIndia
Sole Bidder or Lead Bidder and all other
MembersofConsortium:
1. Legal Attorney certified letter of
undertaking to thiseffecton the letterhead,
co-signedbybidders’authorizedsignatory
5 The Sole Bidder or the Lead bidder of
consortium, in case of a Consortium, should
possess relevant ISO Certificationswhich are
validatthetimeofbidding:
Copiesofvalidcertificateinthenameof
biddingentity
6 ThesoleBidderorconsortiumshouldhave
experienceinimplementingatleastthreeof
thefollowingsectors
1) RFIDbasedSmartTransportwithgeo
taggingofbusroutes
2) AdaptiveTrafficmanagementsystem
3) VariableMessagingSystem/Public
AddressSystem/Environmental
Sensor
4) SmartUtilities(HoweverSamrtwater
wouldbepreferable)
5) ICTbasedSWM
6) CityOperationCentreSystem/CCC
Copiesofworkorder,workcompletion
certificateandotherrelevantdocuments
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 34
3.6 TechnicalEvaluationFramework
TheBidder'stechnicalsolutionproposedintheTechnicalEvaluationbidshallbe
evaluatedaspertheevaluationcriteriainthefollowingtable.
Section# EvaluationCriteria TotalMarks MinimumSectional
QualifyingMarks
A. BidderProfileincluding
consortiummember15 7.5
B. ProjectExperience 45 22.5
C. Approach&Methodology
&Solutionsproposed30 15
D. Proposedresources 10 5
OverallTechnicalScore 100
Important: Qualification criteria for technical evaluation and progression to
commercialevaluationstage.
· Minimum50%ofthemaximumallottedmarksineachsectionasgiveninthetableabove
AND
· Minimum75%(75marks)oftheoveralltechnicalscoretotal.
N.B-Authority(oranominatedparty)reservestherighttocheck/validatetheauthenticityofthe
informationprovidedinthePre-qualificationandTechnicalEvaluationcriteriaandtherequisite
supportmustbeprovidedbytheBidder.
The following sections explain how the Bidders shall be evaluated on each of the
evaluationcriteria.
3.6.1TechnicalBidCriteria&EvaluationSL Criteria
CategoryEvaluationcriterionDetails Max
MarksAllotted
SupportingDocumentsrequired
A BidderProfileincludingconsortiummember 15A.1 CompanyProfile CombinedAverageannualturnoveroftheleadbidder/
consortium from “Specific Business Areas” asmentioned below for the bidder or Lead bidder (incaseofconsortium)overthelastthreeFinancialyears.
10
Certificatefrom theStatutoryAuditor on
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 35
Marksshallbeallottedasgivenbelow:MorethanINR225Crore=100%INR200CroreuptoINR225Crore=65%INR175CroreuptoINR200Crore=75%INR160CroreuptoINR175Crore=50%“Specific Business Areas”ICT Infrastructure, TelecomInfrastructure&ITSystemIntegrationServices
turnoverdetailsfromthe“specificbusinessareas” overthe lastthree (3)financialyears
A.2 IftheLeadbidder/OneoftheconsortiummembersisfromMSME 5 B PROJECTEXPERIENCE 45 B.1 BIDDERS
COMPETENCEEXECUTINGLARGEICTPROJECTS
Thebidder(LeadBidderincaseofConsortium)shouldhave experience in executed ICT projects worth atleastINR60Crore.CostoftheProject %ofMax
MarksallottedMorethanINR100Crore 100%INR75Croreto100Crore 75%INR60Croreto75Crore 50%
10
RelevantClient
Certificate
B.2 BIDDERSCOMPETENCEEXECUTING–PUBLICADDRESSSYSTEM(&or)VARIABLEMESSAGINGSYSTEM(&or)ENVIORNMENTALSENSORS
Thebidder(anyconsortiummember)shouldhaveexperienceinexecutingaprojectthatentailspublicaddresssystemboxes,variablemessagesystem/Environmentalsensosinacity.NumberofProjects %ofMaxMarks
allotted>4 100%=3 75%=2 50%
7.5
B.3 BIDDERSCOMPETENCEEXECUTING–RFIDbasedSmartTransportwithgeotaggingofbusroutes
The bidder (any consortium member) should haveexperience in executing a project that entails FleetManagement System for minimum 50 vehicles in asingleprojectNumberofProjects %ofMaxMarks
allotted>4 100%=3 75%=2 50%
7.5
B.4 BIDDERSCOMPETENCEEXECUTING–ADAPTIVETrafficMANAGEMENTSystem(Sensorbased)
The bidder (any consortium member) should haveexperienceinexecutingaprojectthatentailsAdaptiveSignalManagementforatleast10signaljunctionsinasingleprojectNumberofProjects
%ofMaxMarksallotted
>4 100%=3 75%=2 50%
10
B.5 BIDDERSCOMPETENCE
The bidder (any consortium member) should haveexperience in executing a project that entails 10
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 36
EXECUTING–CITYOPERATIVECENTER(COC)/COMMONCOMANDANDCONTROLCENTER(CCC)
operationalizationofCOC/CCCNumberofProjects %ofMaxMarks
allotted>4 100%=3 75%=2 50%
C APPROACH&METHODOLGY 30 C.1 Description %ofMax
MarksAllotted
Understanding of the project andConformity to Volume 2 functionalrequirement
10%
SuggestiononcommonIOTserverandApplicationserverforallproposedICTsolutions under the project includingMultiTenancy
10%
Identification of Major risks andmitigationmeasuresproposed
10%
Proposed security measures of theproposedarchitecture
10%
Explain detailed approach andmethodology for execution of theprojectalongwithprojectplan
- Proposed architecturesscalability in terms of additionof new physical infrastructureforexistingprojectsandaddingnewfunctionalities
- Adherence to the time framementionedintheRFP
- Detailed Architecture planencompassing all ICT elementsconsidering network as aservice and Data Center in acolocationmode
- Clarity and details shown inBOM
25%
Successful Demonstration/Proof ofConcept:
- Bidder/OEMneedtodemonstratemin5usecaseslikeCCTV/Parking/Govtdatabase/Lighting/Environmentalsensor/SmartTransport/Crowdmonitoringetc.alongwithSMS,Email,GIS.inliveenvironment.
35%
15
C.2 SelectionofOEM TheproductsofferedbytheApplicantinitsbidforthis 10
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 37
fordifferenttechnology-EvaluationoftheproductsofferedonthebasisofOriginalEquipmentManufacturer(OEM)
projectwillbeevaluatedonthebasisofmanufacturerof the products as per GartnerMagic Quadrant. OEMQualification for the following categories of theproducts/equipmentwillbeevaluatedasperGartnerMagicQuadrant:Parameters Max.MarksMagicQuadrantWiredandWirelessLANInfrastructure(Router,Switches,WI-FI)-6Marks
10MagicQuadrantforEnterpriseNetworkFirewalls-2Magic Quadrant for ModularServers-2In terms of GartnerMagicQuadrant,markswould beawardedasperthefollowingcriteria:OEM prescribed as Leaders (100% Marks) OEMprescribed as Challengers ( 80% Marks) OEMprescribed as Visionaries (60% Marks), OEMprescribedasNichePlayers&others,(50%Marks),
C.3 SelectionofOEMfordifferenttechnology-EvaluationoftheproductsofferedonthebasisofOriginalEquipmentManufacturer(OEM)
The smart city Operations Platform offered by theApplicantinitsbidforthisprojectwillbeevaluatedonthe basis of manufacturer of the products as perNavigantResearchLeaderboard.OEM Qualification for the following categories of theproducts/equipmentwillbeevaluatedasperNavigantResearchLeaderboard:In terms of Navigant Research Leader board, markswouldbeawardedasperthefollowingcriteria:OEM prescribed as Leaders (100% Marks) OEMprescribed as Contenders (75% Marks) OEMprescribed as Challengers Followers& other, (50%marks),
5
D ProposedResources 10D.1 Peopleonthe
projectEachofthefollowingprofilessuggestedbythebidderwillbeevaluatedProfile %ofMaxMarks
allottedProjectManagerwithExperienceofatleast15years
20%
SolutionArchitectwith 20%
10
CV’sinthedesiredformat
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 38
experienceofatleast10yearsIoTExpertwithexperiencewithatleast10yearsofexperience
25%
CommandCenterExpertwithexperienceofatleast15years
25%
Network&DataCenterexpert
10%
Proofofconceptduringevaluationperiod
ObjectiveofPOCforCityCommandCentreSoftwareistoevaluatethetechnology&system
performanceforgettingcitybusinessoutcome;
During the Demonstration/Proof-of-Concept (PoC) at technical evaluation stage, the
TechnicalCommitteewillgivespecialattentiontoverifythequality,robustnessandappropriateness
of theproposed Solutions/Equipment and IntegratedOperationsPlatform. If anybrand / products
are foundun-suitable, Bidder may get dis-qualified or may be asked to replace the product with
betterbrandsmeetingthetenderrequirements,withoutanychangeincommercialbid.Biddermay
demonstratelocalsetuporexistingdeploymentsovernetwork/cloud.
A. System
Demonstration
IntegratedOperationsPlatformSoftware
B. Demomaterial&
Setup
DemoMaterial–Departmentscope:
a) PowerSource
b) Spaceforinstallingserverandworkstation
DemoMaterial–OEM/SIScope:
DemoSetup(OEM/SIscope)atSite:
C. Performance
Evaluation
SmartCityusecasesrelevanttoBelagaviRFP
Livedemoandintegrationservices
D. Suggestive
technology
selectioncriteria
Bidder/OEMneedtodemonstratemin3usecaseslike
CCTV/Parking/Govtdatabase/Environmentalsensor/Smart
Transport/Crowdmonitoringetc.alongwithSMS,Email,GIS.inlive
environment.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 39
3.5.1 KeyPersonnelCriteria
SI shall provideadequatenumberofpersonnel, each responsible for a specific rolewithin
the project. SI shall provide clear definition of the role and responsibility of each individual
personnel.SIshallhaveadefinedhierarchyandreportingstructureforvariousteamsthatshallbe
partoftheproject.SIhastoprovidethelistofproposedManpowerfortheProject.Anychangesin
ManpowerdeploymentwillhavetobeapprovedbytheAuthority.
FollowingtableindicatestheminimumqualificationrequiredforKeyPositionsidentifiedfor
this project. However, SI shall independently estimate the teams size required to meet the
requirements of Service Levels as specified as part of this tender.Except for Project Director, all
otherproposedpositionsshallbeOnsitethroughouttheentireprojectimplementationphase.
S.No Position MinimumQualification
1. ProjectManager • Education: Full Time MBA/MCA/M.Tech & B.Tech/B.E.
fromareputedinstitute
• TotalExperience:Atleast15yearsinITsector.
• Should havemore than 8 years of experience of handling
suchlargeprojects
2. SolutionArchitect • Education: Full time MCA/M.Tech/B.Tech/B.E. from a
reputedinstitute
• TotalExperience:Atleast8yearsinITsector
• Should have experience ofmore than 3 years as Solution
Architectureinlargeprojectsofsimilarnature
3. EnterpriseArchitect
/IOTExpert
• Education: Full time MCA/M.Tech/B.Tech/B.E. from a
reputedinstitute
• TotalExperience:Atleast8yearsinITsector
• Shouldhavedesignedenterprise level solutionsof similar
natureforatleast2projects
4. NetworkArchitect • Education: Full time MCA/M.Tech/B.Tech/B.E. from a
reputedinstitute
• TotalExperience:Atleast8yearsinITsector
• Should have experience in designing & implementing
networksolutionsforatleast3similarprojects.Preference
willbegiventotheexpertswithCCNPcertifications
ManpowerplanforImplementationPhasetobeprovidedasperformatprovidedin7.5.3(I)
Apartfromtheabove–mentionedresources,theBiddershallalsoproposemanpowertobedeployed
duringtheOperation&MaintenancephaseoftheProjectasprovidedintheformat7.5.3II
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 40
4. AwardofContract
4.1 NotificationofAward
Authority will notify the successful Bidder in writing by e-mail followed by courier to be
confirmedbytheBidderinwritingbyemailfollowedbycourier.
4.2 SigningofContract
After the notification of award, Authority will issue Purchase Order (PO)/Letter of Intent
(LOI).Accordingly,acontractshallbesignedbetweensuccessfulbidderandAuthorityortheagency
designated byAuthority. As an acceptance of the PO/LOI, theBidder shall sign and return back a
duplicate copyof thePurchaseOrder toAuthorityor theagencydesignatedby theAuthority.The
biddershallreturntheduplicatecopyalongwithaPerformanceBankGuaranteewithin15working
daysfromthedateofissuanceofPO/LOI.
On receipt of the Performance Bank Guarantee, Authority or the agency designated by
Authority shall enter into a contractwith the successful bidder. TheMaster ServiceAgreement is
providedinRFPVolumeIII.
4.3 PerformanceBankGuarantee(PBG)
Withinfifteen(15)workingdaysfromthedateofissuanceofLOI,thesuccessfulBiddershall
at his own expense submit unconditional and irrevocable Performance Bank Guarantee (PBG) of
10%ofthecontractvaluetotheAuthority.ThePBGshallbefromaNationalizedBankoraScheduled
CommercialBankintheformatprescribedinSection9-Annexure7(a),payableondemand,forthe
dueperformanceandfulfilmentofthecontractbythebidder.
ThisPerformanceBankGuaranteeshallbeforanamountequivalentto10%oftotalcontract
value.PBGshallbeinvokedbyAuthority,intheeventtheBidder:
a. fails tomeet the overall penalty condition asmentioned in RFPVolume II or any changes
agreedbetweentheparties,
b. fails to perform the responsibilities and obligations as set out in the RFP to the complete
satisfactionofAuthority,
c. Misrepresentsfacts/informationsubmittedtoAuthority
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 41
The performance bank guarantee shall be valid till satisfactory completion of Post
Implementation Support. The performance bank guarantee may be discharged/returned by
Authorityuponbeingsatisfiedthattherehasbeendueperformanceoftheobligationsofthebidder
underthecontract.However,nointerestshallbepayableontheperformancebankguarantee.
In the event of the Bidder being unable to service the contract for whatever reason(s),
Authority shall have the right to invoke the PBG. Notwithstanding and without prejudice to any
rightswhatsoeverofAuthorityunder the contract in thematter, theproceedsof thePBGshall be
payable to Authority as compensation for any loss resulting from the bidder’s failure to
perform/complyitsobligationsunderthecontract.
Authority shall notify the bidder in writing of the exercise of its right to receive such
compensation within 40 days, indicating the contractual obligation(s) for which the bidder is in
default.Authorityshallalsobeentitledtomakerecoveriesfromthebidder’sbills,performancebank
guarantee,orfromanyotheramountduetohim,anequivalentvalueofanypaymentmadetohim
duetoinadvertence,error,collusion,misconstructionormisstatement.
In case theproject is delayedbeyond theproject schedule asmentioned inRFPVol 2, the
performancebankguaranteeshallbeaccordinglyextendedbytheBiddertillcompletionofscopeof
workasmentionedinRFPVolumeII.
ThisPerformanceBankGuaranteeshallbevalidonlyuptothecompletionof theperiodof
‘Go-Live’+60monthsfortheSolution.
Onsatisfactoryperformanceandcompletionoftheorderinallrespectsanddulycertifiedto
thiseffectby theProjectCoordinator,ContractCompletionCertificateshallbe issuedand thePBG
wouldbereturnedtotheBidder.
4.4 Warranty&Maintenance
Bidder shall also provide complete maintenance support for all the proposed integrated
solutionasoutlinedinthisRFPforaperiodofSixtymonthsfromthedateofgo-livei.e.“Go-Live”+
60months.“Go-live”isthedateonwhichtheproposedsolutioniscompletelyoperationalasperthe
requirements provided in this RFP and all the acceptance tests are successfully concluded to the
satisfactionofAuthority.
During the warranty period, the bidder shall warrant that the goods supplied under the
contract are new, unused, of the most recent version/models and incorporate all recent
improvementsindesignandmaterialsunlessprovidedotherwiseinthecontract.Thebidderfurther
warrants that the goods supplied under this contract shall have no defects arising from design,
materialsorworkmanship.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 42
Authorityordesignatedrepresentativesofthebiddershallpromptlynotifysuccessfulbidder
inwritingofanyclaimsarisingunder thiswarranty.Uponreceiptof suchnotice, thebiddershall,
withinthewarrantyperiodandwithallreasonablespeed,repairorreplacethedefectivesystems,
withoutcoststoAuthorityandwithintimespecifiedandacceptabletoAuthority.
Ifthesuccessfulbidder,havingbeennotified,failstoremedythedefect(s)withintheperiod
specifiedinthecontract,Authoritymayproceedtotakesuchreasonableremedialactionasmaybe
necessary, at the successful bidder’s risk and expense and without prejudice to any other rights,
whichAuthoritymayhaveagainstthebidderunderthecontract.
During the comprehensive warranty period, the successful bidder shall provide all
product(s)anddocumentationupdates,patches/fixes,andversionupgradeswithin15daysoftheir
availabilityandshouldcarryoutinstallationandmakeoperationalthesameatnoadditionalcostto
Authority.
ThesuccessfulbidderherebywarrantsAuthoritythat:
i. Theimplementedintegratedsolutionrepresentsacomplete,integratedsolutionmeetingall
the requirements as outlined in theRFP and further amendments if any and provides the
functionalityandperformance,asperthetermsandconditionsspecifiedinthecontract.
ii. The proposed integrated solution shall achieve parameters delineated in the technical
specification/requirement.
iii. Thesuccessfulbiddershallberesponsibleforwarrantyservicesfromlicensersofproducts
includedinthesystems.
iv. The successful bidder undertakes to ensure the maintenance of the acceptance
criterion/standardsinrespectofthesystemsduringthewarrantyperiod.
4.5 FailuretoagreewiththeTerms&ConditionsoftheRFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall
constitutesufficientgrounds for theannulmentof theaward, inwhicheventAuthoritymayaward
thecontracttothenextbestvaluebidderorcallfornewbids.
Insuchacase,AuthorityshallinvokethePBGand/orforfeittheEMD.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 43
5. Annexure1–TemplateforPre-BidQueriesBiddershallsubmitallpre-bidqueriesinexcelinthefollowingformat.
RFP
RFP
SL# Volume, page ContentintheRFP Clarificationsought
Section no
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 44
6. Annexure2–FormatsforSubmissionofthePre-QualificationBid
6.1 Pre-qualificationbidchecklist
Sl#
ChecklistItems
Compliance
PageNo.and
(YesorNo) SectionNo.in bid 1. RFPDocumentfees
2. EarnestMoneyDeposit
3. PreQualificationCoveringletter
4. ConsortiumAgreement,ifapplicableas
perAnnexure9 5. · CopyofCertificationof
Incorporation/RegistrationCertificate · PANcard · VATregistration 6. Auditedfinancialstatementsforthelast
threefinancialyears And CertificatefromtheStatutoryAuditor 7. Declarationofnon-blacklisting
8. PowerofattorneyforLeadBidderof
Consortium 9. ProjectCitationsandSelf-certifications,as
applicable 10. NoDeviationCertificate
11. TotalResponsibilityCertificate
12. ValidISOcertification
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 45
6.2 Pre-QualificationBidCoveringLetter
Date:dd/mm/yyyy
To,
TheManagingDirector,
BelagaviSmartCityLimited
Sub:RequestforProposalforSelectionofSystemIntegratorforImplementationofBelagavi
SmartCitySolution
Ref:RFPNo.<<…..>>dated<<…..>>
DearSir,
With reference to your “Request for Proposal for Selection of System Integrator
forImplementation of Belagavi Smart City Solution for Authority”, we hereby submit
ourPrequalificationbid,TechnicalBidandCommercialBidforthesame.
Weherebydeclarethat:
a. We hereby acknowledge and unconditionally accept that the Authority can at its absolute
discretionapplywhatevercriteriaitdeemsappropriate,notjustlimitingtothosecriteriasetout
intheRFPandrelateddocuments,inshortlistingofAgencyforprovidingservices.
b. WehavesubmittedEMDofINR[ ]andTenderprocessingfeeofINR[ ]onlinethroughe-
procurmentportal.
c. We hereby declare that all information and details furnished by us in the Bid are true and
correct, and all documents accompanying such application are true copies of their respective
originals.
d. We agree to abide by our offer for a period of 180 days from the date of opening of pre-
qualificationbidprescribedbyAuthorityandthatweshallremainboundbyacommunication
ofacceptancewithinthattime.
e. WehavecarefullyreadandunderstoodthetermsandconditionsoftheRFPandtheconditions
ofthecontractapplicabletotheRFP.Wedoherebyundertaketoprovisionaspertheseterms
andconditions.
f. Intheeventofacceptanceofourbid,wedoherebyundertake:
i. TosupplytheproductsandcommenceservicesasstipulatedintheRFPdocument
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 46
ii. Toundertaketheprojectservicesforentirecontractperiodfromthedateofsigningofthe
contractasmentionedintheRFPdocument.
iii. Weaffirmthatthepricesquotedareinclusiveofdesign,development,delivery,installation,
commissioning, training, providing facility management and handholding support, and
inclusiveofalloutofpocketexpenses,taxes,leviesdiscountsetc.
g. We do hereby undertake, that, until a formal contract is prepared and executed, this bid,
together with your written acceptance thereof and notification of award of contract, shall
constituteabindingcontractbetweenus.
h. We understand that the Authority may cancel the bidding process at any time and that
Authority is not bound to accept any bid that it may receive without incurring any
liabilitytowardsthebidder.
i. Wefullyunderstandandagreetocomplythatonverification,ifanyoftheinformationprovided
inourbidisfoundtobemisleadingtheselectionprocess,weareliabletobedismissedfromthe
selectionprocessorterminationofthecontractduringtheproject,ifselectedtodoso
In case of any clarifications please contact ___________________ email at
________________________________________________________
Thankingyou,
Yourssincerely,
(SignatureoftheLeadbidder)
PrintedName
Designation
Seal
Date:
Place:
BusinessAddress:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 47
6.3 Companyprofile
A.Briefcompanyprofile(requiredforbothbidderandconsortiummember)SL.
PARTICULARS
DESCRIPTIONORDETAILS
1. NameofBidder
2. LegalstatusofBidder(company,Pvt.Ltd.,LLPetc.)
3. MainbusinessoftheBidder
4. Registeredofficeaddress
5. Incorporationdateandnumber
6. ServiceTaxnumber
7. VATnumber
8. PANdetails
9. PrimaryContactPerson(Name,Designation,address,
mobilenumber,fax,email) 10. SecondaryContactPerson(Name,Designation,
address,mobilenumber,fax,email) 11. EMDdetails
12. RoleinConsortium(ifapplicable) Briefscopeofworkinthe
consortium B. CertificateofIncorporation(requiredforbothbidderandconsortiummember)
C. FinancialTurnover(requiredforbothbidderandconsortiummember)Thefinancialturnoverofthecompanyisprovidedasfollows: 2014–15 2015-16 2016-17AnnualTurnover
Copy of audited financial statements or declaration from the appointed statutory auditor to be
providedasproofofthefinancialturnover
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 48
Positivenetworthof the last five financialyearsason31.03.2017.Copyof self-certifiedstatutory
auditorcertificatetobesubmittedalongwiththebid
D. Certifications(requiredforbothbidderandconsortiummember)
Provide copy of valid certification for ISO certifications as required in Pre-Qualification
criteriaasonreleasedateoftheRFP.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 49
6.4 DeclarationofNon-Blacklisting(TobeprovidedontheCompanyletterhead)DeclarationforLeadBidder:
Place
DateTo,
TheManagingDirector,
BelagaviSmartCityLimited
Subject:SelfDeclarationofnotbeenblacklistedinresponsetotheRequestforProposalforselection
ofSystemIntegratorforImplementationofBelagaviSmartCitySolutions
Ref:RFPNo.<<…..>>dated<<…..>>
DearSir,
We confirm that our company or firm, ____________,is currently not blacklisted in any manner
whatsoeverbyanyoftheStateorUTandorCentralGovernmentinIndiaonanygroundincluding
butnotlimitedtoindulgenceincorruptpractice,fraudulentpractice,coercivepractice,undesirable
practiceorrestrictivepractice.
(SignatureoftheLeadBidder)PrintedNameDesignationSealDate:Place:BusinessAddress:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 50
DeclarationforConsortiumMember:(TobeprovidedontheCompanyletterhead)
{Place}
{Date}To,
TheManagingDirector,
BelagaviSmartCityLimited
Subject:SelfDeclarationofnotbeenblacklistedinresponsetotheRequestforProposalforselection
ofSystemIntegratorforImplementationofBelagaviSmartCitySolutionsfor
Ref:RFPNo.<<…..>>dated<<…..>>
DearSir,
We confirm that our company or firm, ____________,is currently not blacklisted in any manner
whatsoeverbyanyoftheStateorUTandorCentralGovernmentinIndiaonanygroundincluding
butnotlimitedtoindulgenceincorruptpractice,fraudulentpractice,coercivepractice,undesirable
practiceorrestrictivepractice.
(SignatureoftheConsortiumMember)PrintedNameDesignationSealDate:Place:BusinessAddress:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 51
6.5 NoDeviationCertificate
This is to certify that our offer is exactly in linewith 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
RequirementsSpecification)orCommercialineitherdirectorindirectform.
(AuthorisedSignatory)Signature:Name:Designation:Address:Seal:Date:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 52
6.6 TotalResponsibilityCertificate
This is tocertify thatweundertakethe totalresponsibility for thedefect freeoperationof the
proposed solutions as per the requirement of the RFP for the duration mentioned in all the
volumesoftheRFP.
(AuthorisedSignatory)Signature:Name:Designation:Address:Seal:Date:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 53
6.7 Self-certificateforProjectexecutionexperience(InBiddingEntity’sLetterHead)Thisistocertifythat<NameoftheBiddingentity>hasbeenawardedwith<NameoftheProject>as
detailedunder:
NameoftheProject
Client’sName,ContactNumberandCompleteAddress
ContractValuefortheBidder(inINR)
CurrentStatusoftheProject
(Completed/Ongoing)
Activities Completed by Bidding entity as on Bid
SubmissionDate
(Note:Onlyrelevantactivitesassought in theCriteria
tobeincluded)
ValueofWorkcompletedforwhichpaymenthasbeen
receivedfromtheclient.
StartDate
CompletionDate
(AuthorisedSignatory)Signature:Name:Designation:Biddingentity’snameAddress:Seal:Date:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 54
7. Annexure3–FormatsforSubmissionoftheTechnicalBid
7.1 TechnicalBidCheck-List
Sl# ChecklistItemCompliance
(Yes/No)
PageNo.andSection
No.intheBid
1 TechnicalBidLetter
2 Credentialsummary
3ProjectCitationsandSelf-certifications,as
applicable
4 Detailedproposedsolution
5 Projectplanandmanpowerplan
6 ProposedCVs
7CompliancetoRequirement(Technical/
FunctionalSpecifications)
8 ProposedBillofMaterial
9Manufacturers'/Producers’Authorization
FormAnti-Collusioncertificate
10 Non-disclosureagreement
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 55
7.2 TechnicalBidCoveringLetter
Date:dd/mm/yyyy
To,TheManagingDirector,BelagaviSmartCityLimited
Subject:RequestforProposalforselectionofSystemIntegratorforImplementationof
BelagaviSmartCitySolutions
Ref:RFPNo.<<…..>>dated<<…..>>
DearSir,
I (incaseofsinglebidder)orWe,<<nameof theundersignedBidderandconsortium
members>>, having read and examined in detail all the bidding documents in respect of
“RequestforProposalforSelectionofSystemIntegratorforImplementationofBelagavi
Smart City Solution” do hereby propose to provide our services as specifiedin the bid
submittedbyus.
ItisherebyconfirmedthatI/Weareentitledtoactonbehalfofourcompany/
corporation/firm/organizationandempoweredtosignthisdocumentaswellassuchother
documents,whichmayberequiredinthisconnection.
WedeclarethatalltheservicesshallbeperformedstrictlyinaccordancewiththeRFP
documents.
We confirm that the information contained in this response or any part thereof,
including its exhibits, and other documents and instruments delivered or to be delivered to
Authority,,GovernmentofKarnataka is true,accurate,verifiableandcomplete.Thisresponse
includesallinformationnecessarytoensurethatthestatementsthereindonotinwholeorin
partmisleadthedepartmentinitsevaluationprocess.Wealsoconfirmthatweshallnotattract
conflictofinterestinprinciple.
We hereby declare that in case the contract is awarded to us, we shall submit the
contractPerformancebankguaranteeintheformprescribedatAnnexure7(a)ofSection9of
theRFPVolumeI.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 56
Weherebydeclarethatourbidismadeingoodfaith,withoutcollusionorfraudandthe
informationcontainedinthebidistrueandcorrecttothebestofourknowledgeandbelief.
WeunderstandthatourbidisbindingonusandthatyouarenotboundtoacceptaBid
youreceive.Thisbid isvalid for180daysafteropeningof technicalbid.Weshallextendthe
validityofthebidifrequiredbyAuthority.
Thankingyou,Yourssincerely,(SignatureoftheLeadBidder)PrintedNameDesignationSealDate:Place:BusinessAddress:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 57
7.3 CredentialSummary
S.
No
Project
Name
Client
Name
Client
Type
Project
Value
(inINR)
Project
Components
Documentary
Evidence
Provided
(YesorNo)
ProjectStatus
(Completedor
Ongoing)
1
2
3
4
5
6
7
• Clienttype–IndicatewhethertheclientisGovernmentorPSUorPrivate
• Project Components – Indicate themajor project components like setting up of NOC,
Wide Area Network, city/ public Wi-Fi, application development for security
surveillance, command and control center, Maintenance, Hardware procurement and
deployment, DC setup and maintenance, Facility management services, provisioning
manpower,ITsupportandmaintenance
• Documentaryevidenceprovided– Indicate thedocumentaryevidenceprovidedwith
the detailed project credential like work order or purchase order or completion
certificateorletterofappointment
• ProjectStatus–Completed(dateofprojectcompletion)orOngoing(projectstartdate)
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 58
7.4 Bidder’sExperience-ClientCitations
Prime Bidder or Consortium member is requested to furnish the credentials in the
following format for both Pre-qualification and Technical criterion. All credentials should be
followedbyrelevantdocumentaryproof.
NameoftheProject&Location
Client'sNameandCompleteAddress
Narrativedescriptionofproject
ContractValueforthebidder(inINR)
StartDate
CompletionDate
Activitiesundertakenbyprimebidderor
consortiummember
Note: If the project is ongoing, bidder must clearly specify which of the
stages/phases/milestones are completed and which are ongoing and at what stage of
completionandproduceaself-certificateaspertheformatprovidedinSection6.7.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 59
7.5 OverviewofProposedSolution
7.5.1 StructureofProposedSolution
Bidders are required to provide a detailed approach & methodology to execute the
entire project. Bidders are advised to comply with the below provided headers/Approach
componentswhiledetailingouttheirsolution.
S.No Item
1. UnderstandingofrequirementandImplementationapproach
• Understandingofrequirements
• WorkPlan&itsadequacy
2. Robustnessandquality
• Endtoendintegratedsolutionproposed
• Hardwaredeploymentandintegrationapproachencompassingallsolutions
• Timelinesandmodalitiesforimplementationinatimeboundmanner
• Projectimplementationapproachorstrategyandoperationsandmaintenance
plan including comprehensiveness of fall-back strategy and planning during
rollout
• Anyother area relevant to the scopeofworkandother requirementsof the
Project
3. AssessmentofManpowerdeployment,TrainingandHandholdingplan
• DeploymentstrategyofManpower
• Contingencymanagement
• Mobilizationofexistingresourcesandadditionalresourcesasrequired
• Trainingandhandholdingstrategy
Note:Thesameshallcoverallthepointsmentionedin3.6.1.c
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 60
7.5.2 ProjectPlan
ADetailedProjectPlancoveringbreak-upofeachphaseintothekeyactivities,alongwiththestartandenddatesmustbeprovidedasperformat
givenbelow.
Activity-WiseTimelines
Sl.No ItemofActivity Month-wiseProgram
1 2 3 4 5 …
ProjectPlan
1 Activity1
1.1 Sub-Activity1
1.2 Sub-Activity2
2
2.1
2.2
3
3.1
Note:Theaboveactivitychart is just for thepurposeof illustration.Biddersarerequested toprovidedetailedactivity&phasewise timelines forexecutingtheprojectwithdetailsofdeliverables&milestonesaspertheirbid.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 61
7.5.3 ManpowerPlanI. TillGo-Live(Implementation)Manpowerdistribution
S.No. Role Monthwisetimetobespentbyeachpersonnel(indays) Total Month1 Month2 Month3 … ... Month12
1 ProjectManager Onsite
2 SolutionArchitect(DC) Onsite
3EnterpriseArchitect/IOTExpert Onsite
4 NetworkingArchitect Onsite 5 <Addmorerowsasrequired> Onsite
Total
II.AfterGo-Live(Operation&Maintenance)Manpowerdistribution
S.No. Manpower Years Total Year1 Year2 Year3 Year4 Year5
1 Onsite/Offsite
2 <Addmorerowsasrequired> Onsite/Offsite Total
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 62
7.6 DetailsofResourcesproposed
7.6.1 SummaryofResourcesproposed
SL.No NameoftheResource
ProposedRole
HighestDegree
BasicQualification(E.g.B.Sc.orB.E.orMCAorDiploma)
Certifications(ex.PMIor"ITILorITILorTOGAForTOGAForCCNPetc.)
TotalExperience(inYears)
1
2
3
4
5
6
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 63
7.7 CurriculumVitae(CV)ofTeamMembers
1. Name
1 ProposedPositionorRole (onlyonecandidateshallbenominatedforeachposition)
2 DateofBirth Nationality
3 Education
Qualification NameofSchoolorCollegeorUniversity DegreeObtained YearofPassing
4 TotalYearsofExperience
5 AreasofExpertiseandno.of
yearsofExperienceinthisarea
(asrequiredfortheProfile)
6 CertificationsandTrainings
attended
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 64
1. Name
7 EmployementRecord (StartingwithrecentPosition)
Employer Position From To
8 DetailedTaskAssigned (Listalltasktobeperformedunderthisproject)
9 RelevantWorkUndertakenthatIllustratestheexperienceasrequiredfortheRole
Project1
NameoftheAssignment
Yesr
Location
Employer
MainProjectFeatures
PositionHeld
ActivitiesPerformed
(ListallrelevantProjects)
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 65
7.8 CompliancetoRequirement(Technical/FunctionalSpecifications) Thebiddershouldprovidecompliancetotherequirementspecifications(bothtechnicalandfunctional)specifiedintheSection4oftheVolumeIIofthis
RFP.Thesameshouldbereproducedhere,andcomplianceagainsteachrequirementlineitemshouldbemarked..
7.9 ProposedBillofMaterial
TheBiddershouldprovidetheproposedBillofMaterial (BoM)here.Biddersarerequiredtomentionthedetailsof themake/brandandmodel
against each line item, wherever applicable. The bid can be considered non-responsive in the absence of such details. Once the bidder provides this
informationinthesubmittedbid,thebiddercannotchangeitwithanyothercomponent/equipmentetc.oflowerspecifications/performance;itcanonly
beupgradedatthetimeofactualdeployment/installation.TheBiddershallquoteonlyonespecificmakeandmodelfromonlyonespecificOEM,foreach
ofthegoods.Providingmorethanoneoptionshallnotbeallowed.
Thelistofitemsmentionedhereunderisindicative.TheBiddershallconsiderthecomponentsandquantitytofulfilltheRFPandproject
requirementsintotality.
7.9.1 Annexure4-BillofQuantity
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
A.CommandControlCenter
A.1 VideoWall(alongwithhardware&software)Solution-4x2Display 1
A.2 ProjectorforMeetingRoom 1
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 66
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
A.3 Fire&SmokeDetectors 2
A.4 ClourPrinters 1
A.5 CoreRouter 2
A.6 InternetRouter 2
A.7 CoreSwitch 2
A.8 InternalandExternalFirewallandIPS/IDS 2
A.9 wanaccelerators -
A.10 2Screen–OperatorsClientWorkstationsforCommandControlCenter 10
A.11 L2Switch-24port 2
A.12 UPSOnlinemin40KVAwithBateryBackupof 2
A.13 AirConditioning-10Ton-A/C 2
A.14 CCTVcamera 5
A.15 Biometricaccesscontrolsystem 1
A.16 OperatingSystemLicence 10
A.17 PublicIP -
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 67
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
A.18 Networking&cabling 1
A.19 SANSwitch -
A.20 Storage-100TB(usable) -
A.21 GenSet-100KVA 1
A.22 VideoIPphones 10
A.23 Civil -
A.24 IBMSSolution 1
B.DataCenter
B.1 ServerRacks-42U,withcompleteelectricalconnections 2
B.2 CoreRouter 2
B.3 InternetRouter 2
B.4 FirewallandIPS/IDS 2
B.5 CoreSwitch(L3) 2
B.6 L2Switch-24Port 2
B.7 SanSwitch 2
B.8 Storage-100TB(usable) 1
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 68
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
B.9 AntivirusSuite/Gateway 1
B.10 Backups/w 1
B.11 LTO(BackUpDrives) 1
B.12 Bladechassis 2
B.13 BladeServer 10
B.14 VirtualizationSoftware(VMware) 10
B.15 ClusterSuite 1
B.16 Multi-tenancyCityOperationsPlatform-IoTPlatform/DataNormalizationsoftware&CityOperationCentreSoftware
1
B.17 CityTenantactivationlicensewithonelakhdeviceconnection 1
B.18 Integrationofvariousforsensors,applications/systems 1
B.19 OperatorClientLicense 25
B.20 DataCenterSitePreparation LS
B.21 SLA,Helpdeck&EMSSolution 1
B.22 IBMSSolution 1
C.Applicationserver
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 69
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
C.1 SmartWater 1
C.2 Integrationofotherservices 1
D.InteligentPoles
D.1 IntelligentPoles 9
D.2 EnvironmentalSensors 9
D.3 4lineLEDDisplay 9
D.4 BillBoards 9
D.5 Twinspeaker@junction 9
D.6 UPS-1KVA 9
D.7 FixedCameraswithVideoAnalytics 18
D.8 360PanoramicCamera 9
D.9 ApplicationServerforalltheAbove 1
E.ATMS
E.1 Trafficsignalaspects 20
E.2 Pedestriansignalaspects 20
E.3 Timerdisplay 20
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 70
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
E.4 Trafficsignalcontroller 20
E.5 Trafficdetector 20
E.6 Power&communication 20
E.7 Civilworks LS
E.8 ATSSoftware 1
E.9 Mobileapplication 1
E.10 Trafficengineeringservices 1
F.SmartWater
F.1 ExistingBulkFlowMeter-(WaterMine) 7
F.2 ReplacementofnonworkingBulkflowmeters 7
F.3 AdditionalBulkFlowmeters 14
F.4 Installationofpressuretransducersatcriticalzonepoint
2
F.5 SensorsatWTP
F.6 Turbiditymeasurement 2
F.7 pH 2
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 71
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
F.8 ChlorineContent 2
F.9 CloudbasedBillingDataBaseManagement 1,00,000
G.SmartTransport
G.1 GPSDeviceforcitybuses 67
G.2 RFIDreceiverforCityBuses 67
G.3 RFIDTaggingforbusshelters 31
G.4 PassengerInformationSystem(VMS) 31
G.5 LEDDisplayinCitybuses 17
G.6 DigitalBillboards2/Busshelter(10SmartBusshelters) 20
G.7 SurveillanceCamera 10
G.8 SmartTransportAppplicationServer
1
VechileSchedulingandDespatchSystem
IncidentManagementSsytem
WebPortalforbusschedule,busrouteandETA
MobileApplication
IntegrationwithSmartCityDashboard
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 72
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
H.ICTSolidWasteManagement
H.1 VehicleTrackingSystem(VTS)GPSDevice 102
H.2 RFIDtaggingforAllHouseHolds 1,10,000
H.3 RFIDreceiverforpushcarts 34
H.4 RFIDreceiverforAutotippers 50
H.5 RFIDTaggingforTippers(WasteTretamentPlamt) 52
H.6 RFIDReceiverwithallaccessoriesatweighbridge&enterypoint 1
H.7 RFIDreceiverwithlallaccessoriesatexitpoint 1
H.8 BulletCamera 28
H.9 ICTenabledWasteManagementSoftware 1
H.10 WasteManagementMonitoringApplication
H.11 MobileApplication
H.12 IntegrationwithexistingMap
H.13 Weighbridgeintegrationapplication
I.AccessPointonSmartPole
I.1 WirelessController 1
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 73
No BoMLineItem Qty ModificationProposed
Make/Brand
ModelDetails
FullCompliancewithRFP(Y/N)
I.2 AccessPoint 16
J.GPSDeviceforEmergencyServices
J.1 GPSDeviveforAmbulances&FireEngines 102
K.ProjectManagement&InfrastructureSet-up
K.1 ControlRoomSitePreparationcoveringPartitioning,Enclosures,Earthing,PowerCablingetc.(safety)
1
K.2 CubicleswithTableandChairforoperators(Asrequired)-for25operators 25
K.3 Detailedsystems/sitewisesurveystudyofaboveSystems AsRequired
K.4 Installation,ConfigurationandCustomizationforcompleteproject AsRequired
K.5 CapacityBuildingandAdministrativeExpenses AsRequired
K.6 Otheritem(ifRequired)
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 74
7.10 Manufacturers'/Producers’AuthorizationForm(This form has to be provided by the OEMs of the hardware and software solutions proposed. This letter of authority should be on the letterhead of the
manufacturerandshouldbesignedbyapersoncompetentandhavingthepowerofattorneytobindthemanufacturer.)
Date:
To, TheManagingDirector, BelagaviSmartCityLimitedSubject:Manufacturer'sAuthorizationFormRef:RFPNo.<<…..>>dated<<…..>>
DearSir,
We_________(NameoftheOEM)whoareestablishedandreputablemanufacturersof_______(ListofGoods)havingfactoriesorproductdevelopmentcenters
at the locations __________ or as per list attached, do hereby authorize. ____________ (Name and address of the Bidder) to bid, negotiate and conclude the
contractwithyouagainstRFPNo.__________Dated________fortheabovegoodsmanufacturedordevelopedbyus.
Weherebyextend,ourwarrantyforthehardwaregoodssuppliedbythebidderandormaintenanceorsupportservicesforsoftwareproductsagainstthis
invitationforbidby_______________________(NameoftheBidder)asperrequirementsandforthedurationofcontractasspecifiedinthisRFP.
Wealso confirm that our offeredproductwill not be endof life forminimumof 24months from thedate of bidding and the support for suchoffered
product/swillbeavailableforminimumof10yearsfromthedateofbidding.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 75
Thankingyou,Yoursfaithfully,(Signature)Forandonbehalfof:_________(NameoftheOEM)AuthorisedSignatoryName:Designation:Place:Date:
7.11 Anti-CollusionCertificate
[CertificateshouldbeprovidedbyLeadBidderandonletterhead]
Anti-CollusionCertificateWeherebycertifyandconfirmthatinthepreparationandsubmissionofourBidforRequestforProposalforSelectionofSystemIntegratorforImplementationofBelagaviSmartCitySolutionsinBelagavi,KarnatakaagainsttheRFPissuedbyAuthority,WehavenotactedinconcertorincollusionwithanyotherBidderorotherperson(s)andalsonotdoneanyact,deedorthing,whichisorcouldberegardedasanti-competitive.We
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 76
furtherconfirmthatwehavenotofferednorwillofferanyillegalgratificationincashorkindtoanypersonororganizationinconnectionwiththeinstantbid.(SignatureoftheLeadBidder)PrintedNameDesignationSealDate:Place:BusinessAddress
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 77
8. Annexure5–FormatsforSubmissionoftheCommercialBid
8.1. TotalPriceSummary
Sl# Head Amount(inRs.) Amount(inwords)
TotalCAPEXprice 1. (Inclusiveofalltaxes,levies,duties,
etc.asapplicable)
TotalOPEXprice 2. (Inclusiveofalltaxes,levies,duties,
etc.asapplicable)
3. Totalprice(1+2) (Inclusiveofalltaxes,levies,duties, etc.asapplicable)
8.2 Annexure6-PricecomponentforCAPEX:Thelistofitemsindicatedhereunderisindicative.TheBiddershallconsiderthecomponentsandquantitytofulfilltheRFPandproject
requirementsintotality.
No BoMLineItem Qty
ModificationProposed
BaseRate
AllTaxesandDuties
Totalpriceforsupply,Installation&Commissioning
1 2 3 4 5 6 7=(5+6)*4A.CommandControlCenter
A.1VideoWall(alongwithhardware&software)Solution-4x2Display 1
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 78
No BoMLineItem Qty
ModificationProposed
BaseRate
AllTaxesandDuties
Totalpriceforsupply,Installation&Commissioning
1 2 3 4 5 6 7=(5+6)*4A.2 ProjectorforMeetingRoom 1 A.3 Fire&SmokeDetectors 2 A.4 ClourPrinters 1 A.5 CoreRouter 2 A.6 InternetRouter 2 A.7 CoreSwitch 2 A.8 InternalandExternalFirewallandIPS/IDS 2
A.92Screen–OperatorsClientWorkstationsforCommandControlCenter 10
A.10 L2Switch-24port 2 A.11 UPSOnlinemin40KVAwithBateryBackupof 2 A.12 AirConditioning-10Ton-A/C 2 A.13 CCTVcamera 5 A.14 Biometricaccesscontrolsystem 1 A.15 OperatingSystemLicence 10 A.16 Networking&cabling 1 A.17 GenSet-100KVA 1 A.18 VideoIPphones 10 A.19 IBMSSolution 1 B.DataCenterB.1 ServerRacks-42U,withcompleteelectricalconnections 2 B.2 CoreRouter 2 B.3 InternetRouter 2 B.4 FirewallandIPS/IDS 2 B.5 CoreSwitch(L3) 2 B.6 L2Switch-24Port 2 B.7 SanSwitch 2 B.8 Storage-100TB(usable) 1
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 79
No BoMLineItem Qty
ModificationProposed
BaseRate
AllTaxesandDuties
Totalpriceforsupply,Installation&Commissioning
1 2 3 4 5 6 7=(5+6)*4B.9 AntivirusSuite/Gateway 1 B.10 Backups/w 1 B.11 LTO(BackUpDrives) 1 B.12 Bladechassis 2 B.13 BladeServer 10 B.14 VirtualizationSoftware(VMware) 10 B.15 ClusterSuite 1
B.16Multi-tenancyCityOperationsPlatform-IoTPlatform/DataNormalizationsoftware&CityOperationCentreSoftware
1
B.17 CityTenantactivationlicensewithonelakhdeviceconnection 1 B.18 Integrationofvariousforsensors,applications/systems 1 B.19 OperatorClientLicense 25 B.20 DataCenterSitePreparation 1 B.21 SLA,Helpdeck&EMSSolution 1 B.22 IBMSSolution 1 C.ApplicationserverC.1 SmartWater 1 C.2 Integrationofotherservices 1 D.InteligentPolesD.1 IntelligentPoles 9 D.2 EnvironmentalSensors 9 D.3 4lineLEDDisplay 9 D.4 BillBoards 9 D.5 Twinspeaker@junction 9 D.6 UPS-1KVA 9 D.7 FixedCameraswithVideoAnalytics 18 D.8 360PanoramicCamera 9 D.9 ApplicationServerforalltheAbove 1
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 80
No BoMLineItem Qty
ModificationProposed
BaseRate
AllTaxesandDuties
Totalpriceforsupply,Installation&Commissioning
1 2 3 4 5 6 7=(5+6)*4E.ATMSE.1 Trafficsignalaspects 20 E.2 Pedestriansignalaspects 20 E.3 Timerdisplay 20 E.4 Trafficsignalcontroller 20 E.5 Trafficdetector 20 E.6 Power&communication 20 E.7 Civilworks LS E.8 ATSSoftware 1 E.9 Mobileapplication 1 E.10 Trafficengineeringservices 1 F.SmartWaterF.1 ExistingBulkFlowMeter-(WaterMine) 7 F.2 ReplacementofnonworkingBulkflowmeters 7 F.3 AdditionalBulkFlowmeters 14
F.4
Installationofpressuretransducersatcriticalzonepoint
2
F.5 SensorsatWTP F.6 Turbiditymeasurement 2 F.7 pH 2 F.8 ChlorineContent 2
F.9 CloudbasedBillingDataBaseManagement
1,00,000
G.SmartTransportG.1 GPSDeviceforcitybuses 67 G.2 RFIDreceiverforCityBuses 67 G.3 RFIDTaggingforbussheklers 31 G.4 PassengerInformationSystem(VMS) 31
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 81
No BoMLineItem Qty
ModificationProposed
BaseRate
AllTaxesandDuties
Totalpriceforsupply,Installation&Commissioning
1 2 3 4 5 6 7=(5+6)*4G.5 LEDDisplayIncitybus 17
G.6DigitalBillboards-2/BusSheltersoneithersides(10Busshelters)
20
G.7 SurveillanceCamera 10
G.8
SmartTransportAppplicationServer 1
VechileSchedulingandDespatchSystem IncidentManagementSsytem WebPortalforbusschedule,busrouteandETA MobileApplication IntegrationwithSmartCityDashboard
H.ICTSolidWasteManagementH.1 VehicleTrackingSystem(VTS)GPSDevice 102
H.2RFIDtaggingforAllHouseHolds
1,10,000
H.3 RFIDreceiverforpushcarts 34 H.4 RFIDreceiverforAutotippers 50 H.5 RFIDTaggingforTippers(WasteTretamentPlamt) 52 H.6 RFIDReceiverwithallaccessariesatweighbridge&enterypoint 1 H.7 RFIDreceiverwithallaccessariesatexitpoint 1 H.8 BulletCamera 28 H.9 ICTenabledWasteManagementSoftware 1 H.10 MobileApplication
H.12 IntegrationwithexistingMap
H.13 Weighbridgeintegrationapplication
I.AccessPointonSmartPoleI.1 WirelessController 1
I.2 AccessPoint 16
J.GPSDeviceforEmergencyServices
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 82
No BoMLineItem Qty
ModificationProposed
BaseRate
AllTaxesandDuties
Totalpriceforsupply,Installation&Commissioning
1 2 3 4 5 6 7=(5+6)*4J.1 GPSDeviceforAmbulances&FireEngines 1
K.ProjectManagement&InfrastructureSet-up
K.1ControlRoomSitePreparationcoveringPartitioning,Enclosures,Earthing,PowerCablingetc.(safety) 1
K.2CubicleswithTableandChairforoperators(Asrequired)-for25operators 25
K.3 Detailedsystems/sitewisesurveystudyofaboveSystemsAs
Required
K.4Installation,ConfigurationandCustomizationforcompleteproject
AsRequired
K.5 CapacityBuildingandAdministrativeExpensesAs
Required K.6 Otheritem(ifRequired)
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 83
8.3. Annexure7-PricecomponentforOPEXTheBiddermayaddanyadditionallineitem(withadequatedetailsandpricinginformation)intable
belowtowardstheendthatmayberequiredtofulfilltheRFPandprojectrequirementsintotality.
Sl.#
Components Year1(inINR)
Year2(inINR)
Year3(inINR)
Year4(inINR)
Year5(inINR)
Total(Incl.ofall
taxes)1 Networkasaservice
2 CityOperationsCentre/CityCommandCenter
3 DataCenterascolocation
5 ICT enabled solid wastemanagement
7 IntelligentTrafficManagementSystem
9 IntelligentTransportsystem(ITS)withRFatBusstop
10 Smartcenter 10 Helpdesk (Command
Control Center and CityOperationCenter)
11 Project Implementationprice
12 Handholding andTrainingprice
13 Any other price itemnotincludedabove
TotalOPEXprice
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 84
9 Annexure7(a)–PerformanceBankGuaranteeRef:_________________ Date_________________BankGuaranteeNo.______________________<Name><Designation><Address><PhoneNos.><FaxNos.><Emailid>
Whereas, <<name of the supplier and address>> (hereinafter called “the System Integrator”) has
undertaken, in pursuance of contract no. <Insert Contract No.> dated. <Date> to provide
Implementationservicesfor<<nameoftheassignment>>to[BelagaviSmartCityLimited](hereinafter
called“theAuthority”)
Andwhereasithasbeenstipulatedbyinthesaidcontractthatthebiddershallfurnishyouwithabank
guarantee by a recognized bank for the sum specified therein as security for compliance with its
obligationsinaccordancewiththecontract;
Andwhereaswe, <Name of Bank> a banking company incorporated and having its head/registered
officeat<AddressofRegisteredOffice>andhavingoneof itsofficeat<AddressofLocalOffice>have
agreedtogivethesuppliersuchabankguarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier,uptoatotalofRs.<InsertValue>(Rupees<InsertValueinWords>only)andweundertaketo
payyou,uponyourfirstwrittendemanddeclaringthesuppliertobeindefaultunderthecontractand
without cavil or argument, any sumor sumswithin the limits ofRs. <InsertValue> (Rupees <Insert
ValueinWords>only)asaforesaid,withoutyourneedingtoproveortoshowgroundsorreasonsfor
yourdemandorthesumspecifiedtherein.
Weherebywaivethenecessityofyourdemandingthesaiddebtfromthebidderbeforepresentingus
withthedemand.
Wefurtheragreethatnochangeoradditiontoorothermodificationofthetermsofthecontracttobe
performedthereunderorofanyofthecontractdocumentswhichmaybemadebetweenyouandthe
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 85
System Integratorshall inanywayreleaseus fromany liabilityunder thisguaranteeandwehereby
waivenoticeofanysuchchange,additionormodification.
ThisGuaranteeshallbevaliduntil<<InsertDate>>)
Notwithstandinganythingcontainedherein:
I.OurliabilityunderthisbankguaranteeshallnotexceedRs.<InsertValue>(Rupees<InsertValuein
Words>only).
II.Thisbankguaranteeshallbevalidupto<InsertExpiryDate>)
III.Itisconditionofourliabilityforpaymentoftheguaranteedamountoranypartthereofarising
underthisbankguaranteethatwereceiveavalidwrittenclaimordemandforpaymentunderthis
bankguaranteeonorbefore<InsertExpiryDate>)failingwhichourliabilityundertheguaranteewill
automaticallycease.
Date _________________
Place _________________ Signature _________________
Witness_________________ Printedname _________________(Bank'scommonseal)
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 86
10 Annexure7(b)–BankGuaranteeforEarnestMoneyDepositTo,<Name><Designation><Address><PhoneNos.><FaxNos.><Emailid>
Whereas<<Nameof thebidder>>(hereinaftercalled 'theSystemIntegrator')hassubmitted thebid
for Submission of RFP <<RFP Number>> dated <<Date>> for <<Name of the assignment>>
(hereinaftercalled"theBid")to<<Authority>>.
KnowallMenbythesepresentsthatwe<<…>>havingourofficeat<<Address>>(hereinaftercalled
"theBank")arebounduntothe<<Authority>>(hereinaftercalled"theAuthority")inthesumofRs.
<<Amountinfigures>>(Rupees<<Amountinwords>>only)forwhichpaymentwellandtrulytobe
madetothesaidAuthority,theBankbindsitself,itssuccessorsandassignsbythesepresents.Sealed
withtheCommonSealofthesaidBankthis<<Date>>.
Theconditionsofthisobligationare:
1. IftheBidderhavingitsbidwithdrawnduringtheperiodofbidvalidityspecifiedbytheBidder
ontheBidForm;or
2. IftheBidder,havingbeennotifiedoftheacceptanceofitsbidbytheAuthorityduringtheperiodof
validityofbid
(a) Withdrawshisparticipationfromthebidduringtheperiodofvalidityofbiddocument;or
(b) FailsorrefusestoparticipateinthesubsequentTenderprocessafterhavingbeenshortlisted;
WeundertaketopaytotheAuthorityuptotheaboveamountuponreceiptofitsfirstwrittendemand,
withouttheAuthorityhavingtosubstantiateitsdemand,providedthatinitsdemandtheAuthoritywill
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 87
note that the amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions,specifyingtheoccurredconditionorconditions.
This guarantee will remain in force up to <<insert date>> and including <<extra time over and
abovemandatedintheRFP>>fromthelastdateofsubmissionandanydemandinrespectthereof
shouldreachtheBanknotlaterthantheabovedate.
NOTHWITHSTANDINGANYTHINGCONTAINEDHEREIN:
I.OurliabilityunderthisBankGuaranteeshallnotexceedRs.<<Amountinfigures>>
(Rupees<<Amountinwords>>only)
II.ThisBankGuaranteeshallbevalidupto<<insertdate>>)
III.Itisconditionofourliabilityforpaymentoftheguaranteedamountoranypartthereofarising
underthisBankGuaranteethatwereceiveavalidwrittenclaimordemandforpaymentunderthis
BankGuaranteeonorbefore<<insertdate>>)failingwhichourliabilityundertheguaranteewill
automaticallycease.
(AuthorizedSignatoryoftheBank)Seal:Date:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 88
11 Annexure8–Non-DisclosureAgreement
WHEREAS, we the undersigned Bidder, __________________________________, having our principal place of
businessorregisteredofficeat_________________,aredesirousofbiddingforRFPNo.<<>>dated<<DD-
MM-2015>> “Request for Proposal for Selection of System Integrator for Implementation of
Belagavi Smart City Solutions ” (hereinafter called the said 'RFP')to the “[Belagavi Smart City
Limited]”,hereinafterreferredtoas‘Authority'
and,
WHEREAS,theBidderisawareandconfirmsthattheAuthority’sbusinessoroperations,information,
applicationorsoftware,hardware,businessdata,architectureschematics,designs,storagemediaand
other information or documentsmade available by the Authority in the RFP documents during the
bidding process and thereafter, or otherwise (confidential information for short) is privileged and
strictlyconfidentialandororproprietarytotheAuthority,
NOWTHEREFORE, in considerationofdisclosureof confidential information, and inorder toensure
theAuthority’sgranttotheBidderofspecificaccesstoAuthority’sconfidentialinformation,property,
information systems, network, databases and other data, the Bidder agrees to all of the following
conditions.
Itisherebyagreedasunder:
1. TheconfidentialinformationtobedisclosedbytheAuthorityunderthisAgreement(“Confidential
Information”)shallincludewithoutlimitation,anyandallinformationinwritten,representational,
electronic, verbal or other form relating directly or indirectly to processes, methodologies,
algorithms, risk matrices, thresholds, parameters, reports, deliverables, work products,
specifications, architecture, project information, security or zoning strategies & policies, related
computerprograms,systems,trendanalysis,riskplans,strategiesandinformationcommunicated
orobtainedthroughmeetings,documents,correspondenceorinspectionoftangibleitems,facilities
orinspectionatanysitetowhichaccessispermittedbytheAuthority.
2. ConfidentialInformationdoesnotincludeinformationwhich:
a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its
confidentiality;
b. informationinthepublicdomainasamatteroflaw;
c. isobtainedbytheBidderfromathirdpartywithoutanyobligationofconfidentiality;
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 89
d. theBidderisrequiredtodisclosebyorderofacompetentcourtorregulatoryauthority;
e. isreleasedfromconfidentialitywiththewrittenconsentoftheAuthority.
TheBiddershallhavetheburdenofprovinghereinaboveareapplicabletotheinformationinthe
possessionoftheBidder.
3. TheBidderagreestoholdintrustanyConfidentialInformationreceivedbytheBidder,aspartof
theTenderingprocessorotherwise,andtheBiddershallmaintainstrictconfidentialityinrespect
of suchConfidential Information,and innoeventadegreeofconfidentiality less than theBidder
usestoprotectitsownconfidentialandproprietaryinformation.TheBidderalsoagrees:
a. tomaintainandusetheConfidentialInformationonlyforthepurposesofbiddingforthisRFP
andthereafteronlyasexpresslypermittedherein;
b. toonlymakecopiesasspecificallyauthorizedbythepriorwrittenconsentoftheAuthorityand
with the same confidential or proprietary notices as may be printed or displayed on the
original;
c. to restrict access and disclosure of Confidential Information to their employees, agents,
consortium members and representatives strictly on a "need to know" basis, to maintain
confidentialityoftheConfidentialInformationdisclosedtotheminaccordancewiththisclause;
and
d. to treatConfidential Informationas confidential unless anduntilAuthority expresslynotifies
theBidderofreleaseofitsobligationsinrelationtothesaidConfidentialInformation.
4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be
performedaspartoftheTenderingprocessorthereaftermayrequiretheBidder’spersonneltobe
present on premises of the Authority or may require the Bidder’s personnel to have access to
software,hardware,computernetworks,databases,documentsandstoragemediaoftheAuthority
while on or off premises of the Authority. It is understood that it would be impractical for the
Authority to monitor all information made available to the Bidder’s personnel under such
circumstancesandtoprovidenoticetotheBidderoftheconfidentialityofallsuchinformation.
Therefore, theBiddershalldiscloseorallowaccess to theConfidential Informationonly to those
personneloftheBidderwhoneedtoknowitfortheproperperformanceoftheirdutiesinrelation
tothisproject,andthenonlytotheextentreasonablynecessary.TheBidderwilltakeappropriate
steps to ensure that all personnel to whom access to the Confidential Information is given are
awareoftheBidder’sconfidentialityobligation.Further,theBiddershallprocurethatallpersonnel
oftheBidderareboundbyconfidentialityobligationinrelationtoallproprietaryandConfidential
Information receivedby themwhich isno lessonerous than the confidentialityobligationunder
thisagreement.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 90
5. The Bidder shall establish and maintain appropriate security measures to provide for the safe
custodyoftheConfidentialInformationandtopreventunauthorisedaccesstoit.
6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its
currency, at the request of theAuthority, the Bidder shall promptly deliver to theAuthority the
ConfidentialInformationandcopiesthereofinitspossessionorunderitsdirectorindirectcontrol,
andshalldestroyallmemoranda,notesandotherwritingspreparedbytheBidderoritsAffiliates
ordirectors,officers,employeesoradvisorsbasedon theConfidential Informationandpromptly
certifysuchdestruction.
7. ConfidentialInformationshallatalltimesremainthesoleandexclusivepropertyoftheAuthority.
Upon completion of the Tendering process and or or termination of the contract or at any time
during its currency, at the request of the Authority, the Bidder shall promptly deliver to the
Authority theConfidential Informationandcopies thereof in itspossessionorunder itsdirector
indirectcontrol,andshalldestroyallmemoranda,notesandotherwritingspreparedbytheBidder
oritsAffiliatesordirectors,officers,employeesoradvisorsbasedontheConfidentialInformation
withinaperiodofsixtydaysfromthedateofreceiptofnotice,ordestroyed,ifincapableofreturn.
Thedestructionshallbewitnessedandsorecorded,inwriting,byanauthorizedrepresentativeof
theAuthority.Withoutprejudice to the above theBidder shall promptly certify to theAuthority,
due and complete destruction and return. Nothing contained herein shall in anymanner impair
rightsoftheAuthorityinrespectoftheConfidentialInformation.
8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential
Information, the Bidder shall give sufficient notice and render best effort assistance to the
Authority to enable theAuthority topreventorminimize to the extentpossible, suchdisclosure.
BiddershallnotdisclosetoathirdpartyanyConfidentialInformationorthecontentsofthisRFP
withoutthepriorwrittenconsentoftheAuthority.TheobligationsofthisClauseshallbesatisfied
byhandlingConfidentialInformationwiththesamedegreeofcare,whichtheBidderappliestoits
ownsimilarConfidentialInformationbutinnoeventlessthanreasonablecare.
Forandonbehalfof:(BIDDER)AuthorisedSignatory OfficeSeal:Name: Place:Designation: Date:
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 91
12 Annexure9-ConsortiumAgreement
DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE
CONSORTIUM
[OnNon-judicialstamppaperofINR100dulyattestedbynotarypublic]
ThisMemorandum of Understanding (MoU) entered into this day of [Date] [Month] 2015 at [Place]
among_____________(hereinafterreferredtoas"_____")andhavingofficeat[Address],India,asPartyof
theFirstPartand_____________(hereinafterreferredas"_____")andhavingofficeat[Address],asPartyof
theSecondPartand_____________(hereinafterreferredas"____”)andhavingofficeat[Address],asParty
oftheThirdPart.
ThepartiesareindividuallyreferredtoasPartyandcollectivelyasParties.
WHEREAS DIT, Govt. of Karnataka has issued a Request for Proposal dated [Date] (RFP) from the
Applicants interested in Request for Proposal for Selection of System Integrator for
ImplementationofBelagaviSmartCitySolutionsforAuthority:
ANDWHEREASthePartieshavehaddiscussionsforformationofaConsortiumforbiddingforthesaid
ProjectandhavereachedanunderstandingonthefollowingpointswithrespecttotheParties'rights
andobligationstowardseachotherandtheirworkingrelationship.
AS MUTUALUNDERSTANDING OFTHEPARTIES, IT IS HEREBYAGREEDAND
DECLAREDASFOLLOWS:
ThepurposeofthisAgreementistodefinetheprinciplesofcollaborationamongthePartiesto:
SubmitaresponsejointlytoBidforthe“RequestforProposalforSelectionofAgencyforSelection
ofAgencyforImplementationofBelagaviSmartCitySolutions”asaConsortium.
SignContractincaseofaward.
ProvideandperformthesuppliesandserviceswhichwouldbeorderedbytheAuthoritypursuantto
theContract.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 92
ThisAgreementshallnotbeconstruedasestablishingorgivingeffecttoanylegalentitysuchas,but
notlimitedto,acompany,apartnership,etc.ItshallrelatesolelytowardstheAuthorityfor“Request
forProposalforSelectionofAgencyforSelectionofAgencyforImplementationof[City]Smart
CitySolutions”forandrelatedexecutionworkstobeperformedpursuanttotheContractandshallnot
extendtoanyotheractivities.
ThePartiesshallbejointlyandseverallyresponsibleandboundtowardstheAuthorityforthe
performanceoftheworksinaccordancewiththetermsandconditionsoftheBIDdocument,and
Contract.
------------------------------------(NameofParty)shallactasLeadPartneroftheConsortium.Assuch,it
shallactasthecoordinatoroftheParty’scombinedactivitiesandshallcarryoutthefollowing
functions:
Toensurethetechnical,commercialandadministrativeco-ordinationoftheworkpackage
ToleadthecontractnegotiationsoftheworkpackagewiththeAuthority.
TheLeadpartnerisauthorizedtoreceiveinstructionsandincurliabilitiesforandonbehalfofall
Parties.
Incaseofanaward,actaschannelofcommunicationbetweentheAuthorityandthePartiestoexecute
theContract
ThatthePartiesshallcarryoutallresponsibilitiesasDeveloperintermsoftheProjectAgreement.
ThatthebroadrolesandtheresponsibilitiesofeachPartyateachstageoftheBiddingshallbeas
below:
PartyA:________________________________________________
PartyB:________________________________________________
PartyC:________________________________________________
ThatthePartiesaffirmthattheyshallimplementtheProjectingoodfaithandshalltakeallnecessary
stepstoseetheProjectthroughexpeditiously.
ThatthisMoUshallbegovernedinaccordancewiththelawsofIndiaandcourtsin[State]shallhave
exclusivejurisdictiontoadjudicatedisputesarisingfromthetermsherein.
InwitnesswhereofthePartiesaffirmthattheinformationprovidedisaccurateandtrueandhave
causedthisMoUdulyexecutedonthedateandyearabovementioned.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 93
(Partyofthefirstpart)(Partyofthesecondpart) (Partyofthethirdpart)
Witness:
_________
_________
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 94
13 Annexure10-FormatforPowerofAttorneytoAuthorizeSignatory
POWEROFATTORNEY
[Tobeexecutedonnon-judicialstamppaperoftheappropriatevalueinaccordancewithrelevantStamp
Act.Thestamppapertobeinthenameofthecompanywhoisissuingthepowerofattorney.]
We,M/s.______(nameofthefirmorcompanywithaddressoftheregisteredoffice)herebyconstitute,
appointandauthoriseMr.orMs.______(Nameandresidentialaddress)whoispresentlyemployedwith
usandholdingthepositionof______,asourAttorneytodoinournameandourbehalfalloranyofthe
acts,deedsorthingsnecessaryorincidentaltoourRFPfortheProject_____(nameoftheProject),
includingsigningandsubmissionoftheRFPresponse,participatinginthemeetings,respondingto
queries,submissionofinformationordocumentsandgenerallytorepresentusinallthedealingswith
ClientoranyotherGovernmentAgencyoranyperson,inconnectionwiththeworksuntilculmination
oftheprocessofbiddingtilltheProjectAgreementisenteredintowith____________(Client)and
thereaftertilltheexpiryoftheProjectAgreement.
Weherebyagreetoratifyallacts,deedsandthingslawfullydonebyoursaidAttorneypursuanttothis
powerofattorneyandthatallacts,deedsandthingsdonebyouraforesaidAttorneyshallandshall
alwaysbedeemedtohavebeendonebyus.
(AddinthecaseofaConsortium)
OurfirmisaMemberorLeadbidderoftheConsortiumof___________,_________and
___________.
Datedthisthe_____dayof______2017
(SignatureandNameofauthorizedsignatory)
___________
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 95
(SignatureandNameinblocklettersofalltheremainingpartnersofthefirmSignatoryforthe
Company)
SealoffirmCompany
Witness1: Witness2:
Notes:
Tobeexecutedbyallthemembersindividually.
TheModeofexecutionofthepowerofattorneyshouldbeinaccordancewiththeprocedure,ifanylaid
downbytheapplicablelawandthecharterdocumentsoftheexecutant(s)andwhenitissorequiredthe
sameshouldbeundercommonsealaffixedinaccordancewiththerequiredprocedure.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 96
14 Annexure11-FormatforPowerofAttorneyforLeadbidderofConsortium[Tobe executedonnon-judicial stamppaper of the appropriate value in accordancewith relevant
StampAct.Thestamppapertobeinthenameofthecompanywhoisissuingthepowerofattorney]
Whereas__________hasinvitedRFPresponsefor__________(NameoftheProject)
Whereas,theMembersoftheConsortiumcomprisingofM/s.________,M/s.______,M/s.______and
M/s._______(therespectivenamesandaddressesoftheregisteredofficestobegiven)areinterestedin
biddingfortheProjectandimplementingthesameinaccordancewiththetermsandconditions
containedintheRFPDocuments.
Whereas,itisnecessaryforthemembersoftheConsortiumtodesignateoneofthemasthelead
memberwithallnecessarypowerandauthoritytodo,forandonbehalfoftheConsortium,allacts,
deedsandthingsasmaybenecessaryinconnectionwiththeConsortium’sRFPresponseforthe
Project.
NOWTHISPOWEROFATTORNEYWITNESSETHTHAT
We,M/s._________andM/s________andM/s_________herebydesignateM/s.______
beingoneofthemembersoftheConsortium,astheleadmemberoftheConsortium,todoonbehalfof
theConsortium,alloranyoftheacts,deedsorthingsnecessaryorincidentaltotheConsortium’sRFP
response for the Project, including submission of the RFP response, participating in meetings,
responding to queries, submission of information or documents and generally to represent the
ConsortiuminallitsdealingswithClientoranyotherGovernmentAgencyoranyperson,inconnection
withtheProjectuntilculminationof theprocessofbiddingtill theProjectAgreement isentered into
withClientandthereaftertilltheexpiryoftheProjectAgreement.
Weherebyagreetoratifyallacts,deedsandthingslawfullydonebyoursaidAttorneypursuanttothis
powerofattorneyandthatallacts,deedsandthingsdonebyouraforesaidAttorneyshallandshall
alwaysbedeemedtohavebeendonebyusorConsortium.
RFP for Selection of System Integrator for Implementation of City Operations Centre in Belagavi
Volume I – Instructions to Bidders 97
Datedthisthe________dayof_______2017
_______________
(signature)
____________
(NameinBlockLetterofExecutant)[sealofCompany]
Witness1 Witness2
Notes:
Tobeexecutedbyallthemembersindividually,incaseofaConsortium.
TheModeofexecutionofthepowerofattorneyshouldbeinaccordancewiththeprocedure,ifanylaid
downbytheapplicablelawandthecharterdocumentsoftheexecutant(s)andwhenitissorequiredthe
sameshouldbeundercommonsealaffixedinaccordancewiththerequiredprocedure.