49
Ref: ITI/BGP/BD&M//IOT/RFP Date: 10-10-2017 Request For Proposal (RFP) For Selection of Technology partners for Master System Integrator and Smart city solution provider ITI Limited Bangalore Plant Page 1 of 32

intra.itiltd-india.comintra.itiltd-india.com/bgp/tenders/RFP for consortium... · Web viewAutomated controls that make adjustments based on conditions such as occupancy or daylight

  • Upload
    lamdat

  • View
    218

  • Download
    4

Embed Size (px)

Citation preview

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

Request For Proposal (RFP)

For Selection of Technology partners for

Master System Integrator and

Smart city solution provider

ITI Limited

Bangalore Plant

PART 1 Page 1 of 32

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

INTRODUCTION

ITI Limited, a Public Sector Undertaking under the Department of Telecommunications, Ministry of Communications & IT, is a leading Telecom equipment manufacturer and solution provider in India. The major customers are BSNL, MTNL, Defence, Paramilitary forces and Railways.

ITI seeks the partnership from Reputed Technology Providers for complete INTEGRATED SMART SOLUTION FOR SMART CITY as per RFP of the customer.

ITI will form consortium of Partner/s (maximum of three) covering entire scope of work as per the RFP requirements of Customer.

The Technology Partner/s shall be ready to support ITI for the said RFP for bidding, Supply, Installation & Maintenance for INTEGRATED SMART SOLUTION to be offered to customer.

Support to be provided for minimum 5 years after commissioning and GO LIVE of entire system.

With this background, ITI invites business proposal from Technology providers of INTEGRATED SMART SOLUTION who are fulfilling the following conditions to address the tender.

PART 2SCOPE OF THE WORK

ITI plans to address INTEGRATED SMART SOLUTION FOR SMART CITY tender floated by Varanasi Smart City Ltd. (follow the link https://smartnet.niua.org/content/78c598e5-db1f-42a0-8a63-dd84b27f7c13 for detailed RFP.There will be three documents named Instruction to bidders, Scope of work, Master Service agreement for your information). Through this RFP ITI intends to partner with OEMs / Technology providers / System Integrators with experience of Installation of various Smart city solutions such as Integrated Command & Control Centre, Data Centre /Disaster Recovery, City Surveillance system, Intelligent Traffic Management System, Solid waste management, Environment Monitoring system, INTEGRATED SMART CITY SOLUTION Management, Smart street light Management, GIS map based real time integration, e-Governance, Utilities Dashboard, Helpdesk, Network establishment, etc. For Survey, Design, Development, Implementation, Testing, Training and Maintenance of the Smart City – ICT Solutions.

Page 2 of 32

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

As per Scope of work, the bidder shall provide the complete product with Solution as per the terms & Conditions of Customer’s RFP vide reference above on total back to back basis. With this background, ITI invites proposal from OEMs / Technology providers / SI, an Indian Registered Companies hereinafter referred to as “Bidder/s”, to address customer specific Tender for INTEGRATED SMART SOLUTION FOR SMART CITY for Varanasi smart city. The detailed scope of work is mentioned at Annexure I. Bidder can respond to any and /or all the groups or as mentioned at Annexure I. A separate MOU / Consortium agreement will be signed between the selected partner/s & ITI.

The bidder shall determine the total sale price of their quoted part inclusive of all applicable taxes and duties as per Annexure-1. Based on this calculated value, the bidder shall quote a fixed percentage of the total arrived value as margin for ITI. However, the successful bidder shall submit the detailed pricing as per the individual bill of Quantities ( BOQ) for the quoted part inclusive of all taxes and duties at least two days before ITI’s submission of the consolidated bid to the end customer viz. Varanasi Smart City Ltd.

PART 3CRITICAL INFORMATION

Submission of a proposal in response to this notice shall be deemed to have been done after careful study and examination of this document and customer’s RFP with full understanding of its terms, conditions and implications.

Sl. No.

Information Details

1. RFP Ref. and Date ITI/BGP/BD&M/IOT/RFP Dated 28-09-2017

2. Last date for submission of RFP proposal

19-10-2017

3. Address at which proposal inresponse to RFP is to be submitted

Deputy General Manager (MM) Bangalore Plant, ITI limited, Doorvaninagar Bangalore - 560 016. Phone No.: 080 - 28503662

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

Page 3 of 32

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

PART 4ELIGIBILITY CONDITIONS

1. The Bidder shall have the capability for the INTEGRATED SMART CITY SOLUTION technology as per the Customer’s RFP to enable ITI to Address the Bid for Supply, Installation and maintenance of INTEGRATED SMART CITY SOLUTION

2. The Bidder shall have support centre in the North Zone preferably Varanasi. If not already having, should submit undertaking to open the facility within 1 month after entering into MOU.

3. The Bidder shall have a sound financial background with cumulative turnover as stated at Part 8. Audited Balance sheet for 3 years to be enclosed.

4. The Bidder shall have sufficient manpower to carry out the activities as per RFP and also Bidder shall deploy complete competent project Management team during project implementation and there after operation staff. Technical Manpower list with qualification to be enclosed.

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

6. The bidder shall be an ISO 9000 & ISO 14000 or equivalent certified company and shall submit copies of valid certificates.

7. The bidder should have executed one such INTEGRATED SMART CITY SOLUTION or similar Solution to any customer in India and proof for the same to be enclosed.

8. The bidder should have PAN, GST registrations in India for carrying out the scopes covered in the tender.

9. Bidder quoting for Full scope as per Customer RFP OR Group –A as part Annexure-1 shall have CMMi Level5 certification .

PART 5GENERAL CONDITIONS

1. Bidders shall send their proposal in single sealed cover to the following address:

Page 4 of 32

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

Deputy General Manager (MM) Bangalore Plant, ITI limited, Doorvaninagar Bangalore - 560 016. Phone No.: 080 - 28503662 E - Mail: [email protected]

2. Period of Validity of offers: The offer shall remain valid for a period of at least 180 days from the due date of bid submission. Offers valid for a shorter period shall be rejected.

3. The last date for receiving the proposal 19-10-2017, 17.00 hrs.

4. In case the date of submission of bid is declared to be a holiday, the bid may be submitted on the next working day of ITI.

5. In case there are any clarifications on this notification, please contact Chief Manager – BD&M at [email protected].

6. Late offer: Any offer received after the prescribed timeline shall be rejected and shall be returned unopened to the vender.

7. Language of offers: The offers prepared by the vendor and all the correspondences and documents relating to the offers exchanged by the vendor, shall be in English language.

8. Award of Contract: After completing evaluation and selection of Technology Partners based on the offer and further negotiations, if any, ITI shall enter into a Memorandum of Understanding (MOU) with the vendor/s and also consortium agreement will be signed with all three vendors

9. Currency of Purchase Order: ITI will place Purchase Order on Bidder in INR. Any foreign exchange variation shall be borne by the Bidder.

10.Liquidated Damages/Penalty: LD/penalty incurred on account of short closure of order, delay in supply, technical evaluation, installation, Site acceptance test, system commissioning, product failure during warranty if any and deficiency in Warranty and Maintenance services (attributable to the bidder) shall be borne by the bidder.

11.Authorized Signatory: All certificates and documents received as part of the offer shall be signed by the Authorized Representative (signing is not

Page 5 of 32

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

mandatory for technical manuals or documentation). The power or authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the vendor shall be submitted if demanded by ITI.

12.ITI reserves the right to suspend or cancel the RFP process at any stage, to accept, or reject any, or all offers at any stage of the process and / or to modify the process, or any part thereof, at any time without assigning any reason, without any obligation or liability whatsoever.

13.Cost of RFP: The vendor shall bear all costs associated with the preparation and submission of its RFP, including cost of presentation for the purposes of clarification of the offer, if so desired by ITI. ITI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the RFP process.

14.The Vendor shall be ready to give clarifications on any part of the offer to ITI.

15.Amendment of RFP: At any time prior to the last date for receipt of offers, ITI, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective vendor, modify the RFP document by an amendment. In order to provide prospective vendor reasonable time in which to take the amendment into account in preparing their offers, ITI may, at their discretion, extend the last date for the receipt of offers and/or make other changes in the requirements set out in the Invitation for RFP.

16.Changes in Tax Structure: Any increase in the taxes after signing the MoU shall be borne by the Bidder

17.Disclaimer : ITI and/or its officers, employees disclaim all liability from any loss or damage, whether foreseeable or not, suffered by any person acting on or refraining from acting because of any information including statements, information, forecasts, estimates or projections contained in this document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, negligence, default, lack of care or misrepresentation on the part of ITI and/or any of its officers, employees.

PART 6BID DOCUMENTS

Page 6 of 32

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

1. The offers shall be submitted in a single cover (clearly marked as ‘RFP for Selection of Partner for INTEGRATED SMART CITY SOLUTION PROJECT” which shall contain the following two sealed covers inside.

2. The first cover (clearly marked as Technical BID) shall contain the following documents: -a) Clause-by-clause compliance to this RFP, including Annexure-I.( list of

documents to be enclosed is mentioned at Annexure II )b) Clause-by-clause compliance to the Customer’s RFP vide

https://smartnet.niua.org/content/78c598e5-db1f-42a0-8a63-dd84b27f7c13 corresponding to the group as per Annexure-I.

c) Supporting Documents for Technical Bid as per RFP of the customerd) Pre-Contract Integrity Pact duly signed as per format given in

Annexure IV.

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

a) Compliance for Commercial Bid as per Annexure III

b) Price Bid Format as per Annexure IV

PART 7EVALUATION PROCESS

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

2. The ITI shall evaluate the responses to the RFP and all supporting documents & documentary evidence. ITI may seek additional documents as it deems necessary.

3. The responses shall be evaluated to validate competence of the applicant according to the supporting documents specified in this document.

4. The commercial bids of the technically qualified bidders for the corresponding Group/s will be evaluated based on the percentage margin to quoted by the bidders described under part-2. The bidder who quotes the highest margin for ITI shall be selected as the successful bidder and will be the consortium partner of ITI for final bidding to the customer. The successful bidder shall enter into a consortium with ITI for the purpose of participation in the final bid to the customer.

Page 7 of 32

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

5. The decision of ITI Evaluation Committee in the evaluation of responses to the RFP shall be final. No correspondence will be entertained outside the evaluation process of the Committee.

6. The Evaluation Committee reserves the right to reject the proposal.

Presentation with Approach & Methodology

1. Shortlisted Bidder for Technical Evaluation shall give a presentation if required for complete solution. The solution must be;

i) As per the RFP terms of customer vide

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

dd84b27f7c13

ii) In case of SI complete integration solution

2. The presentation should provide a representative solution to integrate

various aspects of the project as per the scope.

3. Presentation shall be given in English.

PART 8

EMD (Earnest Money Deposit)

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

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

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

1. Group-A Rs.30 Lakhs

2. Group-B Rs.25 Lakhs

3. Group-C Rs.25 Lakhs

4. Any Individual solution Rs.10 Lakhs

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

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

Turnover Criteria

Page 8 of 32

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

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

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

Annexure 1.

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

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

Project Experience Criteria

1 The bidders quoting for Groups A,B,C or All together ( entire scope of work of customer RFP) shall submit corresponding project experience for the specific group/s as per the customers RFP in order to fulfil the marks criteria for technical solutions.

PART 9 QUERIES

1. All queries may be sent to the following Officer of ITI by post, or e-mail on or before 18-10-2017.

Deputy General Manager (MM) Bangalore Plant, ITI limited, Doorvaninagar Bangalore - 560 016. Phone No.: 080 - 28503662 E - Mail: [email protected], [email protected]

2. All enquiries / clarifications from the Applicants, related to this RFP, must be directed in writing exclusively to the contact person. Enquiries received after the due date shall not be entertained.

3. The preferred mode of delivering questions is through e-mail. The queries by the applicants shall be raised in the following format.

Sl. NO. Page No. Clause of The RFP

Clarification needed

4 The corrigendum (if any) shall be intimated to vendors by email.

5 In order to provide prospective applicants reasonable time for taking the corrigendum into account, ITI may, at its discretion, extend the last date for the receipt of RFP proposals which shall be notified.

Annexure – IPage 9 of 32

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

Group A – This group consists of the following Smart solutions

(A1) Kashi Integrated Command Control Center (KICCC)(A2) Data Centre & Disaster Recovery (DC & DR)(A3) e-Governance which includes

Smart Kashi Portal & Smart Kashi Mobile App Shri Kashi Vishwanath Temple Web site, Queue Management and Live

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

(A5) Helpdesk Operations Helpdesk Women & Elderly Helpdesk

(A6) Network Bandwidth Group B – This group consists of the following Smart solutions

(B1) Kashi Solid Waste Management (KSWMS)(B2) Kashi Environmental Monitoring System (KEMS)(B3) Utilities Dashboard which includes:

Water quality monitoring Energy monitoring Gas monitoring

Group C – This group consists of the following Smart solutions

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

(C2) Kashi Smart Parking Management System (KSPMS)(C3) Kashi Smart Street Lighting Management System (KSLMS)

The bidder can submit their bid for:i. All the solutions (Group A, B & C together) or

ii. Either one of the groups oriii. Any one or more of the solutions within the Groups.

(A1) Kashi Integrated Command Control Centre (KICCC) – setting up an Operation Centre, housed inside the KICCC, which will cater to the City operations, City Surveillance and Helpdesk in an integrated manner. With respect to the City Surveillance aspect, there shall be a viewing and controlling mechanism for the selected field locations in a fully automated environment for optimized monitoring, regulation and enforcement of services. The video feed

Page 10 of 32

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

from the surveillance cameras shall be received at the KICCC, where a video wall shall be installed for viewing relevant feed from the surveillance cameras. The Integrated Smart Solution’s platform shall support & have the ability for adding more/new layers of solutions seamlessly with minimal effort as and when required.

Proposed components/requirements of Integrated Command and Control Centre for Varanasi city:

1. Integrated Command and Control Application.

2. Unified Communications and Contact Centre.

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

4. Video Wall & Controller System.

5. Operator Workstation and Accessories.

6. Alerting System.

7. Integration with Third Party Shared Services.

8. Helpdesk Service, Women and Elderly Helpdesk

9. Necessary Civil, Electrical work including furniture, including Air-conditioning for Data Centre, and Command & Control Centre.

For detailed scope of work regarding the Kashi Integrated Command Control Center (KICCC) refer to page no. 57 to 106 of the customer’s RFP.

(A2) Data Centre & Disaster Recovery (DC & DR) - Smart City Data Centre should be at least a Tier III Data Centre as per Telecommunications Infrastructure Standard for Data Centres and should be 27001 Certified. Min 90 days Data Backup of the video feeds and the transaction data for min 1 year shall be stored within the Data Centre Infrastructure. Functional Specifications- DC/ DR:

Design Standard: Tier-III or above The availability of data must be guaranteeing to 99.982% availability. Receiving Power: Commercial power substation next to DC UPS: UPS system with N+N redundancy Generator: Gen-set with N+1 redundancy Power Provision: Dual power feed, PDU sources to each rack, Power

supply to a rack as per requirement

Page 11 of 32

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

DR site shall provision to cater to 100% load of the smart city system. Both DC and DR Site shall work in an Active-Active mode with 100% recording of cameras and application availability of all smart city components.

For detailed scope of work regarding Data Centre & Disaster Recovery (DC & DR) refer to page no. 107 to 170 of the customer’s RFP.

(A3) E-Governance - Smart Kashi Portal & Smart Kashi Mobile App. Varanasi Activity advisor app (Kashi Mobile App) will be one stop solution where the user can opt for multiple activities available in Varanasi. From Eateries to Temple Tours and famous attractions, this app envisages to cover any and every activity offered in Varanasi. This app will also be a location based app. Shri Kashi Vishwanath Temple Web site, Queue Management and Live Darshan System must be capable to capture devotees/pilgrims data finger/photo and allocate the slot for Darshana. System must be capable of track record of the missing person in real time and report should be generate within a minute and just the touch of the finger his name should remove from missing person list. System should be capable of sending timely notifications to the pilgrimages in regards to their Darshan time schedule .The Application must be capable to show real time data that how many devotees/pilgrims are inside of the temple exist based on a particular time.Kashi Smart City Mobile Application (KSCMA) platform and mobile app, in addition to the services on-boarded through the platform, shall have functionalities to integrate with mobile applications separately developed by various government departments.

For detailed scope of work regarding E-Governance refer to page no. 309 to 349 of the customer’s RFP

(A4) GIS Maps for real time integration with all Smart City Elements - GIS Map should be used as a common platform across all the solutions including Smart parking, Environmental Sensors Monitoring, Intelligent Traffic Management, Smart Street Lights, E-Governance, Utility Management system, etc. Appropriate geo referencing & geo tagging on the map should be done covering all relevant Smart elements in the RFP. GIS maps must be integrated with GPS devices to locate real time position on GIS map & provide optimal route mapping.Alert, Events, Statuses for each smart element including hardware and software should be displayed on GIS Map. GIS system must allow administrator to manage the citizens submitted grievance reporting and request from public crowd

Page 12 of 32

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

sourcing interface.GIS Web will include city portal for as a single window for accessing all the location based information.For detailed scope of work regarding GIS Maps for real time integration with all Smart City Elements refer to page no. 308 to 309 of the customer’s RFP.

(A5) Helpdesk Operations Helpdesk Women & Elderly Helpdesk

(i) Operations Helpdesk - Provide a web enabled helpdesk management system with SMS and email based alert system for the Helpdesk Call management and SLA reporting. setup a centralized helpdesk at the Integrated Command and Control Center (KICCC). infrastructure necessary for managing the Help Desk including rent charges for Toll-free telephone line(s) at the Help Desk location. MSI shall provide multiple channels to log a complaint such as Toll-free lines, landlines, helpdesk tool, E-mail, direct walk-in etc.

(ii) Women & Elderly Helpline - Helpline should be sensitive to the needs of persons who are hearing and speech impaired or people with disability. In case any citizen has been interrupted during his/her call or is unable to specify his/her problem or his/ her address due to being sick/disabled then the same would be traced and within minutes Helpline will facilitate an emergency response through nearest police station/ hospital or OS.

For detailed scope of work regarding Helpdesk refer to page no. 370 to 400 of the customer’s RFP.

(B1) Kashi Solid Waste Management System (KSWMS) - The Solid Waste Management platform proposed includes RFID’s and Volume sensors installed in garbage bins to automatically monitor the status and transmit that information KICCC. The platform should have event generation capabilities that notify the Supervisors and Zonal Officers and the Commissioner through Mobile App. SWM consists of three parts, the sensor web service which allows the users to view the real-time status of the in each ward and receive notification on critical (both mobile and web). In addition, the application should provide a historical view of the data from all the deployed like the cleaning pattern and the timing.

Page 13 of 32

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

The proposed SWM platform should use the Smart elements and geo fence and geo tag them it with GIS Maps. The Vehicle/Location tracker should also be geo fenced and will be used for route optimization of garbage collecting vehicles. Grievance application should be part of the Mobile App and the app should be Varanasi GIS Maps.

For detailed scope of work regarding Kashi Solid Waste Management System (KSWMS) refer to page no. 265 to 276 of the customer’s RFP.

(B2) Kashi Environmental Monitoring System (KEMS) - Monitor environment pollution and have measures to control pollution. The environment sensors shall be integrated with the central control system at KICCC to capture and display/ provide feed on Temperature, Humidity, Pollutants like SoX, NoX, CoX, etc, Noise Pollution, Electromagnetic Radiation, UV radiation etc. Further environmental sensors recorded data shall be used by Mobile application developed as part of e-Governance to enable user for alarm management and notification of environmental details on real time basis. Grievance Redressal of Citizen integration to e-Governance Mobile App where citizen can take the picture, upload the same with Geo Tagging.

Components of Environmental Sensors:

1. Wireless Environment Sensor Collect sensor data Send recorded information to central system

2. Central System Receive information from environment sensors Display the information on real-time basis Send information to mobile phone application Save information in database

3. Mobile Device of Driver Connect to central web-server Receive environment information from central system Alarm management and safe environment mode features

4. Variable Message Board - Shall receive information from the central application System and operate accordingly

Page 14 of 32

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

For detailed scope of work regarding Kashi Environmental Monitoring System (KEMS) refer to page no. 277 to 282 of the customer’s RFP.

(B3) Utilities Dashboard - The Utility dashboard should be capable to change behavior of Utility departments in a smarter way and drive incremental, continuous improvements. Types of required reporting dashboards:

1. Operational dashboards tell you what is happening now 2. Strategic dashboards track key performance indicators 3. Analytical dashboards process data to identify trends

The Key Utilities include: Water Management Services, Energy and Power Services, Domestic Gas services across the city.For detailed scope of work regarding Utilities Dashboard refer to page no. 369 to 370 of the customer’s RFP.

(C1) City Surveillance System & Intelligent Traffic Management System (ITMS) - To design, develop, implement and maintain a dedicated City-Wide Video Surveillance System catering to the needs of the Varanasi Police it shall be housed.

The proposed technical solution should cater to the following challenges:

1. Traffic congestion and huge waiting time

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

3. VIP movement clearance

4. Lack of information on prominent & frequent traffic congestions both location wise and time wise

5. Absence of street level public information & communication channel

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

Competent Authority intends to implement a Smart Traffic Management System within the existing landscape to:

1. Automate the process of traffic management by optimally configuring the traffic junction lights on real time basis

2. Minimize the traffic congestions and waiting time

Page 15 of 32

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

3. Centrally controlled traffic management system to ensure smooth movement of emergency services like ambulance, police etc.

4. Managed & coordinated VIP movements

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

6. Real Time Incident Message and Advisory Messages to citizens

7. Improved Traffic Regulation

8. Verification of vehicle related documents like Registration Certificate, Insurance Certificate and Pollution Certificate etc. by issuing a single E-Certificate/QRCode/Unique Code SMS.

For detailed scope of work regarding City Surveillance System & Intelligent Traffic Management System (ITMS) refer to page no. 170 to 265 of the customer’s RFP.

(C2) Kashi Smart Parking Management System (KSPMS) - Installation of sensors in each bay, which register whether the bay is occupied or vacant. Installation & Maintenance of Variable Message Boards in the parking. The Mobile ticketing devices required for payments and integrated with Parking Management Application. Mobile App feature to view, book the parking space as mentioned in functional and technical requirements. Smart elements geo tagging with GIS Maps and all the operations from command control centre should use GIS Maps as interface. There should be Payment gateway integration.

For detailed scope of work regarding Kashi Smart Parking Management System (KSPMS)refer to page no. 282 to 294 of the customer’s RFP

(C3) Kashi Smart Street Light Management System (KSSLMS) - Automated controls that make adjustments based on conditions such as occupancy or daylight availability. Policy driven central controlling mechanism to regulate the street lighting intensity and energy consumption. Real time tracking and management of street lights. Automatic illumination adjustment based on human presence by triggering multiple lamps to surround the person with a safe circle of light Automatic status updates or failure alerts to remote server. Smart Street Light Management platform has to replace 10000 lights with LEDs as per functional and technical requirements specified. Smart Street Light Management platform has to ensure the Smart Light elements to be geo tagged and GIS maps to be used as the operations for day to day activities and reports. In the backend, the GIS Map should get the real-time data from Smart Light Central Management Application.

Page 16 of 32

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

For detailed scope of work regarding Kashi Smart Street Light Management System (KSSLMS) refer to page no. 294 to 307 of the customer’s RFP.

ITI reserves the right to select either Individual group leader or Single group leader for all the three groups for consortium of maximum three members based on their execution capabilities, experience, turnover, CMMI level-5 certification, etc. Preference would be given to the bidder who provides all the Smart solutions (Group-A, B and C together and any other scope of work as per customer RFP) .

Page 17 of 32

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

Annexure – II

Documents in support of meeting the eligibility conditions

(Please fill details and enclose supporting documents wherever required & applicable.)

Sl. No.

Description Remarks Page No.

1 Name of the Company

2 Contact Details (Name, Designation, Landline / Mobile No. , Email id, FAX No. , website etc. )

3 Organization Profile

4 Certificate of Incorporation / Registration details

5 Articles & Memorandum of Association with CIN No.

6 Area of Business for which firm is registered

7 Audited Annual Report / Accounts of P&L statements for the financial years (2014-15 , 2015-16, 2016-17))

8 Annual turnover for the Financial years as per audited Accounts (2014-15 & 2015-16,2016-17)

9 Net worth as per Audited Accounts for the Financial Year (2014-15 & 2015-16,2016-17)

10 GST Registration certificate

11 Copy of PAN certificate

12 Copy of IT returns filed during the past three years

13 Solvency Certificate issued by any scheduled bank during the last 6 months

14 If the company is SI or Technology Partner. Letter from OEM in favour of the signatory.

15 Previous experience of handling similar projects / works

Page 18 of 32

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

(a) Details of POs Executed (Sample PO copies to be enclosed)

(b) Copy of Performance / Completion Certificates issued by Customer, if any

16 Previous Experience with ITI Limited, if any

17 Acceptance for all terms and conditions of customer RFP on Back to Back basis.

18 Acceptance to partner with ITI on exclusive basis to address the tender of the said RFP during the contract period with ITI for back-to-back business model

19 Willingness to execute MOU and Consortium agreement as per mutually agreed terms & conditions and also as per the service level agreement as per customer’s RFP

20 Willingness for life-time product support with AMC if required by customer . i.e. Repair, Replacement and Spares as per customer requirement.

21 Willingness to incorporate necessary up-gradations/modifications in hardware / software by OEM either on its own for improvements or in accordance to the customer requirements, as per tender terms.

22 Acceptance to work out the price at the competitive rate jointly with ITI to address tender.

23 Acceptance to get Third party certification of the product as per customer requirement at your own cost

24 Man Power Details

(a) Technical

(b) Non-Technical

25 Not Black listed certificate (undertaking).

Page 19 of 32

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

26 ISO or equivalent certificate

27 Details of support centre in Northern Zone ( preferably Varanasi )

28 Any legal cases pending against the company? If any, details to be furnished.

Annexure – III

Commercial Requirements

Sl. No.

Description Remarks Page No.

1 Name of the Organization (Company / Partnership firm /Proprietorship concern, etc.)

2 Bidder shall agree for payment of EMD for their scope of work on back to back basis as per RFP terms of customer

3 Bidder shall agree to bear all the cost of Project implementation , Operation and Maintenance including operational cost. The bidder shall align to Customer’s payment terms including all applicable taxes, duties, any other charges on back to back basis as per RFP conditions.

4 The payment to partners will be made on back to back basis i.e after receiving the same from customer as certified by competent authority after successful implementation and integration with relevant system.

5 Any Liquidated Damages (LD) or any other penalties imposed by the Customers on account of delay or deficiency of service or any other reason attributable to their scope will be borne by bidder.

6 Bidder shall give training to concerned ITI officials & Customers both at the place designated by

Page 20 of 32

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

customer free of cost.

7 Bidder shall agree to modify / update software according to the customer requirement free of cost during the contract period.

8 Bidder shall indemnify ITI & agree to handle and bear the cost in case of any legal consequences due to IP/license of hardware / software installed for the services mentioned in the RFP.

9 Bidder shall agree to obtain relevant Statutory licenses for operational activities and /or Services, wherever applicable.

10 Bidder shall agree that the projects initiated during the contract period, will be completed in all respects, contract obligation with the customer, even if the partnership with ITI is over. Similarly legal formalities / legal cases if any will be supported by the bidder till the end of settlement of all issues.

Annexure – IV

Page 21 of 32

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

Price Bid Format for Margin to be quoted.

S.No Group/ Individual solution part of Group as per Aneexure-1

Percentage Margin offered for ITI

1 Group-A2. Group-B3. Group-C4 TOTAL Scope as per Customer RFP

( Group-A, B and C together and all remaining as per Customer RFP ). Bidder shall specify the margin for

individual group. 5 Individual solutions(Part of a Group as

per Annexure-1)

Note: S. No 4 is applicable only to those bidders who are bidding for the total scope of Customer RFP.

Commercial bid format for the successful bidder who shall submit the detailed price bid below given format only after selection process.

SL. NO.

Activity /Item

Basic price in INR

Goods Services Any otherTaxes/Duty Total

CGST

SGST

CGST SGST

1Integrated C&C

             2 Data centre infra

             Help desk

City surveillance

Smart Traffic management

Solid waste management

Page 22 of 32

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

Smart Parking              

Environment system

Smart lighting

GIS

E-Governance

Network Bandwidth              

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

Price bid for OPEX (in INR)

Sl.no Components Year-1(in INR)

Year-2(in INR)

Year-3(in INR)

Year-4(in INR)

Year-5(in INR)

Total (inc. of all taxes)

1 Integrated City Command & Control Center

2 Data Center/ Disaster Recovery Center on Cloud

3 Traffic management, surveillance and City surveillance

4 Smart lighting5 ICT based solid

waste mgmt6 Environment

sensors7 Smart parking

Page 23 of 32

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

8 Help desk (Command control centre and city operation centre), NOC room and server room

9 E-Governance10 Handholding

and training price

11 Any other item not included above (however an essential component as per RFP)

12 Total opex price

Annexure – V

Pre-Contract Integrity Pact

Page 24 of 32

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

This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of

………….... the month of …….. , between, ITI Limited, Dooravaninagar, Bangalore – 560016, India, (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s…………….……. (Address of the Bidder) (Hereinafter called the "BIDDER” which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection / empanelment of technology partner for a technical tie-up with ITI for the marketing/manufacturing of

……………….….. (Name of the product) and the BIDDER is willing to participate in the EoI as per the terms and conditions mentioned thereon;

WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership company (strike off whichever is not applicable), constituted in accordance with the relevant law in the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of Communications & IT, Government of India.

NOW, THEREFORE, to avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to: -

Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of …. (name of the product) through the EoI in a transparent and corruption free manner, and

Enabling BIDDERs to abstain from bribing or Indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:

Page 25 of 32

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

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, 'organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

3 Commitments of BIDDER

3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following: -

a) The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or

Page 26 of 32

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

to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

b) The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or, execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government.

c) BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates.

d) BIDDERs shall disclose the payments to be made by them to agents/ brokers or any other intermediary, in connection with this bid/contract.

e) The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/ integrator and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such, intercession, facilitation or recommendation.

f) The BIDDER either while presenting the bid or during pre-contract negotiations or before signing the contract, shall 'disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their· family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

g) The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

h) The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

Page 27 of 32

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

i) The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

j) The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

k) The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

l) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

m) The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4 Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any 'corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the

Page 28 of 32

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

BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:-

a) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

b) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

c) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also on the Commission by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor) for this Pact in consultation with the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

Page 29 of 32

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

6.4 Both the parties accept that the Monitor have the right to access all the documents relating to the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER I BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

9 Other Legal Actions

9.1The actions stipulated in this Integrity Pact are without prejudice to any other legal action

Page 30 of 32

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

that may follow in accordance with the provisions of the extant law in force relating to anycivil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the contract period with the BUYER in case a contract is signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact.

BUYER BIDDER

Name of the Officer. CHIEF EXECUTIVE OFFICERDesignation M/s …. (Address)

ITI Limited (address)

Place: Place:Date: Date: Witness:

1. ……….. 1. …………

2. ……….. 2. …………

Page 31 of 32