Upload
others
View
9
Download
0
Embed Size (px)
Citation preview
Invitation of Expression of Interest (EoI) for Supply and Commissioning of Analog CCTV System at different locations of a Government Organization
Tender (RFP) Reference ITI/RO/LKO/EoI/IT/CCTV Dated: 30th
Jan17
Last Date for submission of EoI Document 23rd February 2017 (Thursday)
Time of the Sale of EoI Document By 13: 00 Hrs on the Due Date
Cost of Tender document in shape of Rs.5000/- (Rupees Five Thousand Only)
DD/Cash in favor of ITI Limited Lucknow
EMD (Demand Draft) in the favor of ITI Ltd 2000000/- (Rupees Twenty Lakh Only)
Tender Document Issued to M/s
Signatures and Date of the issue of the EoI
Document
January2017
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | A-1 of 3
INDEX
This EOI document has been designed in a structured format where each sub section covers the
description of that part to make it easy to comprehend (for the prospective bidders) .The
intention of doing so is to minimize the ambiguities.
The bidders are requested to go through the each sub section carefully to assess the general
requirement, terms & conditions of ITI and scope of work etc.
Sr.
No
DESCRIPTION OF THE SUB SECTION PAGE
From To Total
Covering Page of the Bid / EoI Document 01
Listing of Pages (Index) and EoI Notification A-1 A-3 03
Bid Introduction and Bidding Terms Conditions B-1 B-14 14
Annexure-C Undertaking for Unconditional
Acceptance of Terms and Conditions
C-1 C-2 02
Annexure-E Documents Establishing Bidder's
Eligibility E-1 E-2 02
Annexure G-Guidelines to the Bidders for Bids G-1 G-4 04
Annexure-I I Integrity Pact I-1 I-6 06
Annexure S-Specifications and System Features S-1 S-3 03
Annexure-U Undertaking for Non Black-listing U-1 U-1 01
Annexure- W Scope of Work (Work Details) W-1 W-3 03
Annexure-II Bidder’s (SIA) Qualifying Parameters Annex II-1 Annex II-1 01
Annexure-III Technical Bid Evaluation Matrix Annex III-1 Annex III-3 03
Total Pages in e-Version of the EoI / Tender Document = 43
Annexure-IV First Stage Financial
Note: This is not being attached with the eVersion of the EoI
Document published on the Govt Tenders and ITI’s web
sites. For the purpose of submitting the EoI, the Bidders
will have to Purchase the ‘EoI Document’ against the
prescribed cost of the Document.
Annex IV-1 Annex IV-3 03
Annexure-V Second Stage Stage Financial Annex V-1 Annex V-1 01
Total Pages in Hard Copy Version of the EoI / Tender Document = 47
CIN No : L32202KA195GOI000640
( भारतसरकारकाउपक्रम ) ( A Govt. of India Undertaking )
क्षेत्रीय कायााालय Regional Office
विभूितखंड,गोमती नगर, लखनऊ VibhutiKhand, Gomti Nagar, Lucknow
दरूभाष : 0522-2720301, 2720305 Phone : 0522-2720301, 2720305
फै क्स : 0522-2720302 Fax : 0522-2720302
ईमेल : [email protected] email : [email protected]
Reference / सन्दभा: ITI/RO/LKO/EoI/IT/CCTV Dated / ददनांक: 30th January 2017
INVITATION FOR PRICED EXPRESSION OF INTEREST (EoI) SUBJECT :Invitation of Short-term Expression of Interest (EoI) for supply, installation,
testing, commissioning and maintenance of CCTV surveillance system Sealed EoI are invited from well-established and experienced ICT Companies/System Integrators who could help ITI in addressing a ‘Business Opportunity’ worth nearly Rs 10 Crores for implementing CCTV Surveillance System at some reputed Central Government Organization.
Indian Companies may submit their Sealed Technical and Financial Bids under ‘2 Cover System’ for the same. It is a must for the bidders to meet the following Eligibility Criteria:
Sl No Eligibility Criteria 01. The Bidding entity must be at least 3 years old as on date of publication of this EoI notification. 02. The bidder should have minimum experience of 3 years in the business of ICT domain 03. The bidder should have experience of Implementing Two ICT projects at least Rs 08 Crore up to 3 POs and
experience of having some ICT Project of Minimum 30 locations. 04. The bidder(s) must have an Average Annual Turnover of minimum Rs 25 Crore during last 3 fiscal years. 05. The Bidder must have their office in UP/NCR 06. The Bidder must have at least 50 Employees on their payroll to sustain the project activities. 07. The bidder must have the case specific Letter of Authorization and support of 5 years from the OEMs. 08. The Bidder must have to submit Bank Solvency Certificate of Rs 2 Crore.
The interested companies may collect the Scope of work* and Terms-conditions as per the details given below:
Sl No Address of the Designated office for EOI ITI Limited, Lucknow(As given above)
1 Contact Person for the Purchase of EoI Shri Ajeet Srivastava AEE (Marketing) Document.
2 Telephone Numbers 0522-2720301, 0522-2720305
3 Cost of the EOI document (Cash / or DD) Rs.5000/- (Rupees Five Thousand Only) 4 Earnest Money Deposit Rs. 2000000/- (Rupees Twenty Lac only) in the shape Bank
Draft in the favour of ITI Limited at the time of submission of theEoI.
5 Due Date for the Sale/Submission of EoI 23rd
Feb 2017 (Thursday) 6 Due Time for sale of EOI Document By 13: 00 Hrs on Due Date 7 Due Time for submission of EOI/ Proposal By 15: 00 Hrs on Due Date 8 Opening Time of EOI/ Proposal By 15: 30 Hrs on Due Date
I In order to get the clarity of the scope of work / Terms-Conditions, the bidders are requested to go through the Specifications and other project related requirements carefully. An explicit understanding of the requirement is rather essential for arriving at commercial assessment by the prospective bidders.
The selected bidder who is to play the role of a ‘System Integration Associate (SIA)’ has to enter in to an Agreement with ITI Limited to forge a case-specific business alliance (under sole investment business model ) for arranging the requisite bidding inputs.
Continued……
पंजीकृ तएिंिनगिमतकायााालय : आईटीआईवभन, दरूराणीनगर, बैंगलूर560016 ,भारत , दरूभाष:+918025614466,फै क्स: +918025617525
Registered & Corporate Office : ITI Bhavan, Doorvani Nagar,Bangalore-560016, India, Phone:+918025614466,Fax:+918025617525
http://www.itiltd-india.com
एहदीभाषाअपनीभाषा Page | A-2 of 3
R O Lucknow EoI Reference : ITI/RO/LKO/EoI/IT/CCTV Dated : 30th January 2017
In case of any clarification, please contact Sri Vijay Kumar, Chief Manager-Marketing on Mobile Phone 08052559367 and email: [email protected]
As the above timelines are extremely important; any compromise on this account will not be accepted.
For ITI LIMITED
( Sanjay Jain) Deputy General Manager Mobile No : +91.9871886489 Email : [email protected]
पंजीकृ तिंिंवनगवनतकार्ाााालर् : आईटीआईभवि, दरूिाणीवागर, बैंगलूर560016 ,भारत , दरूभाष:+918025614466,फै क्स: +918025617525
Registered & Corporate Office : ITI Bhavan, Doorvani Nagar,Bangalore-560016, India, Phone:+918025614466,Fax:+918025617525
Page | A-3 of 3
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-1 of 14
PREAMBLE:
ITI Limited (ITI) is a Public Sector Undertaking which functions under the aegis of The Ministry
of Communications and IT, Government of India. As such it follows all the financial and
administrative rules and procedures put in place from time to time to conduct the business
activities.
We at Regional Office Lucknow (which is part of the Corporate Marketing Department located at
Bangalore) are engaged in the business of Telecom / ICT project implementation, Supply of
Hardware and Software and the services related with these items.
The objective of this Invitation for submission of EoI (Expression of Interest) is to identify a
System Integration Associate (SIA) to address a particular ‘Business Opportunity’ / a kind of
‘Business Opportunity’ which has emerged from a Govt. client for the implementation of a project
in Government Domain. The prospective customer has already published/disclosed its requirement
which is to be responded with the submission of Techno-commercial proposal / Bid in due course
of time.
The selected bidder who is to play the role of a ‘System Integrator’ has to enter in to a contract with
ITI Limited to forge a case-specific business alliance for addressing the opportunity.
During the bidding process, the vendor is supposed to provide the requisite Techno-commercial
inputs to ITI as per the requirement/Specifications/Expectations/Scope of Work of the prospective
customer to win a commercial-favor in terms of award of order to ITI. The name of the end-
customer and other finer details of the Projects would be shared with the selected bidder prior to
the actual bidding to be done by ITI.
It should be noted that the business associate selected as vendor /SI will not be allowed to have
alliance with other bidders / competitors of ITI for the same business opportunity.
In the event of the award of an order to ITI, the selected business associate would act as a SI/
Vendor to implement the project for which a separate ‘Purchase Order’ would be placed on the
selected SI.
INTRODUCTION TO EOI INVITATION:
ITI is interested in addressing some of the prospected business opportunities where it is strongly
positioned by virtue of its ‘PSU Status’, proven ‘Project Management Capabilities’ and rich
‘Relevant Experience. ITI is looking for business association from reputed System Integrators/
OEMs who can assist ITI to win the business and ultimately help ITI in the execution of the
project.
The prospective bidders are advised to study the EoI document carefully. Submission of your EoI
shall be deemed to have been done after careful study and examination of the same with full
understanding of its implications. Failure to furnish all information required in the Document or
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-2 of 14
submission of an EoI not substantially responsive to it in every respect will be at the Bidder’s risk
and may result in its outright rejection.
The Bidder shall bear all costs associated with the preparation and submission of its Bid, including
cost of presentation for the purposes of clarification of the Bid, if so desired by ITI Limited. In no
case, ITI would be responsible or liable for those costs, regardless of the conduct or outcome of the
Tendering Process. ITI reserves the right, not an obligation, to carry
out the capability assessment of the Bidder(s). This right inter alia includes seeking technical
demonstrations, presentations and live site visits.
VITAL CHARACTERISTICS OF A BUSINESS ASSOCIATE:
A ‘Prospective Bidder’ must possess the following basic qualities:
a. Willingness to sign agreement with ITI for addressing the end-customer’s requirements as
per his terms and conditions.
b. The requisite technical experience, qualification and competence in the field of
implementation of CCTV Surveillance.
c. Investment Capability.
d. Ability to withstand the Business-Risk.
e. Understanding of provisioning of appropriate type of Products/Solutions/Service offerings
best suited to the case-specific requirement.
f. Capability to provide all cost elements in time which need to be structured into the final
costing of the project (as per the requirement of ITI's customer) with a clear intention of
assisting ITI to win the business.
g. Arrangement of Warranty and Post Warranty Maintenance support.
h. Capability of customization of Software and Hardware as per the specifications /
requirements of the customer.
i. Backing of OEMs through Letter of Authorization from the major OEMs.
j. Adherence to Ethical Business Practices and Professionalism.
k. Willingness to strive to achieve the maximum indigenous content, as per the guidelines of
Govt. of India from time to time.
l. Compliance of ‘No Infringement of any Patent Right’ in accordance with the prevailing laws.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-3 of 14
DEFINITIONS:
a ITI means M/s ITI Limited.
b EoI means Expression of Interest to act as a Vendor / System Integration agency of ITI.
c The Purchaser means ITI Ltd Lucknow.
d The End-Customer means the prospective client who would select ITI as a contractor and
award order for end-to-end implementation of the project as envisioned under the Tender
Document.
e SIA means System Integration Associate or the Vendor who has been selected as
Implementation Agency
f SA means Service Agency or the Vendor who has been selected as a Service Provider.
g The Bidder means the SI /Vendor or Consortium who submits this EoI and subsequently
provides inputs to ITI to participate in the Main Bidding against the tender notification of
the ITI's end-customer.
h The Deliverables means all the Systems (both Hardware and Software), Equipments,
Devices, Services related with the proper execution of the project as envisaged under the
Order / Contract to be signed by the 'end-customer’.
i The Purchase Order means the order placed by ITI on the SI / Vendor.
j The Contract Price means the price payable to the Supplier(s) / Vendor(s) under the
Purchase order for the full and proper performance of its contractual obligations.
k Evaluation is a process of adjudging the EoI to the satisfaction of ITI.
l ICT means “Information and Communication Technology”
m LOI means “Letter of Intent”.
n Sole Investment Business Model means the Investment Part pertaining to this opportunity
would be handled exclusively by SI partner and ITI may not invest in the project. Though
ITI shall not get direct financial exposure, the overall project related responsibilities would
rest upon ITI for both monitoring and execution. ITI shall provide its project management
expertise for smooth implementation of the entire project.
o IPR means Intellectual Property Rights
p OEM means Original Equipment Manufacturer
q QCBS means Quality cum Cost Basis Selection where both Technical and Commercial
aspects of bidding are taken in to consideration
r MOU means Memorandum of Understanding
s EMD means Earnest Money Deposit /Bid Security
ELIGIBILITY CRITERIA:
The bidder must be a Registered Indian company or Consortium* led by an Indian Company. The
Bidders are required to refer the ‘Annexure-II’ for the details of the eligibility criteria. The
bidders shall submit necessary documentary proof (certified photocopies) showing that they meet
the specified eligibility criteria.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-4 of 14
Considering the importance of the opportunity as well as that of the prospective end customer,
it is very much desirable that the bidders have sufficient experience in the desired area.
The bidder must have not been declared black listed / ineligible to participate for bidding during
last five financial years by any State / Central Govt / or PSU due to unsatisfactory performance,
breach of general or specific instructions, corrupt or fraudulent or any other unethical business
practices.It is very much desirable that the bidders have sufficient experience in the desired area.
The date of Eligibility shall be Date of Publication of the EoI Notification.
In case if any of the Qualifying Criterion is not met, the Bid /EoI will be declared unresponsive and
the same will not be evaluated further.
*Constitution of Consortium:
1. The Lead Bidder of the Consortium has to be an Indian Company. The consortium may
comprise of Max 3 companies (1 Lead Bidder and 2 members).
2. All the member firms of the Consortium shall jointly fulfill the Eligibility criteria as
detailed in the EoI document.
3. The Lead Bidder of the Consortium can only submit the Bid (EoI) on behalf of the
Consortium. The Bid may be signed by all the member firms of the Consortium.
Alternatively, the bid may be signed by the Lead-Bidder. In such a case, the Power of
Attorney from each member firm authorizing the Lead-Bidder to sign & submit the bid on
behalf of individual member firms must accompany the Bid (EoI). However, other members
of Consortium may participate in techno-commercial discussions/ meetings along with the
Leader.
4. Original ink signed MOU between the Consortium member firms duly signed by the Chief
Executive/Directors of the consortium member firms must be accompanied with the Bid.
5. The role and Scope of work of each consortium member firm has to be annexed/ attached)
in the Form of the Responsibility Matrix) with the MOU. MOU must also state that all
member firms of the Consortium shall be jointly and severally responsible for discharging
all obligations in case of award of Order/Contract.
6. The Bid Bond (Earnest Money Deposit) and Performance Guarantees can be submitted by
any of the Consortium member firm on behalf of the Consortium.
7. All the correspondence will be done with the Lead Bidder and shall be binding on all the
Member firms of the Consortium.
8. The payment shall be made by the Company only to the Lead Bidder (or ESCROW A/c of
the Consortium if requested) towards fulfillment of Contract obligations.
GENERAL TERMS AND CONDITIONS:
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-5 of 14
Non-transferable Offer
This Tender/EoI document is not transferable. Only those, who has purchased this offer document,
is entitled to quote.
Only one Proposal
The Bidder should submit only one Bid/EoI/Proposal. If the Bidder submits or participates in more
than one proposal, such proposals shall be disqualified.
Language of the Bid
All information in the Bid, correspondence and supporting documents, printed literature related to
the Bid shall be in English. Failure to comply with this may disqualify a Bid. In the event of any
discrepancy in meaning, the English language copy of all documents shall govern.
Clarification and Amendment in Tender
At any time before the submission of Proposals, ITI may amend the EoI/Tender document by
issuing an addendum / corrigendum in writing or by standard electronic means. The addendum /
corrigendum shall be sent to all contenders and will be binding on them. The Bidders shall
acknowledge receipt of all amendments. To give bidders reasonable time in which to take an
amendment into account in their Proposals ITI may, if the amendment is substantial, extend the
deadline for the submission of Proposals.
Validity of Offer
The offer should be valid for a minimum period of 60 days from the date of submission. The Bids
valid for a period shorter than specified period shall be rejected.
Prices
The prices quoted by the Bidder shall be FIRM during the performance of the contract and not
subject to variation on any account. A bid submitted with an adjustable price quotation will be
treated as non-responsive and rejected.
Amendment to Bid
At any time prior to the deadline for submission of bids, the bidder may, for any reason, whether at
its own initiative, or in response to a clarification requested by a prospective Bidder may submit
the Revised Financial Bid.
Modification and Withdrawal of Bid
No bid may be withdrawn or modified in the interval between the bid submission deadline and the
expiration of the bid validity period specified in Bid documents. Modification or Withdrawal of a
bid during this interval will result in the forfeiture of its bid security.
Signing of the Bids
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-6 of 14
The Bid must contain the name, residence and place of business of the person or persons making
the Bid & having Power of Attorney and must be signed & submitted by the Bidder with his usual
signatures. Satisfactory evidence of authority of the person signing the bid on behalf of the Bidder
shall be furnished on non-judicial stamp paper of an appropriate value with the Bid in the form of a
Power of Attorney, duly notarized by a Notary Public, indicating that the person(s) signing
the bid have the authority to sign the bid and that the bid is binding upon the Bidder during the full
period of its validity. All the pages of Bid document and supporting documents must be signed and
stamped by the authorized signatory having Power of Attorney.
Any interlineations, erasures or overwriting shall only be valid if they are initialed by the signatory
(ies) to the bid.
Other Terms and Conditions:
1. The Bidder(s) are required not to impose their own terms and conditions to the bid and if
submitted, it will not be considered as forming part of their bids. The decision of ITI shall
be final, conclusive and binding on the Bidder(s).In a nutshell, the Conditional Bid or Bid
with deviations will be summarily rejected.
2. Only those who qualify the eligibility conditions need submit the proposal.
3. The bidder is expected to go through the enclosed Document (Annexure-I) to have clarity
on Scope of work and Specifications. The bidders are to quote only fully compliant
solution.
4. The bidder may be required to study the existing system being used by the end-client to
assess the exact requirements and the Quantum of work on “No-commitment” basis (no
commercial compensation would be given to the bidder either by ITI or the end-client for
doing this exercise).
5. The exact strategy to address and win the business opportunity would be shared / discussed
with the Best rated qualified bidder in due course of time.
6. The bidder is required to extend the requisite support during the evaluation by giving
Technical Presentation /Demonstration /Arranging site visits (if required) on “No-Cost No-
commitment” basis.
7. Any clarification issued by ITI in response to query raised by prospective bidders shall form
an integral part of bid documents and it shall amount to an amendment of relevant clauses
of the bid documents.
8. A clause-by-clause compliance statement to all Sections of the EoI document is to be
submitted in the Technical Bid, demonstrating substantial responsiveness. A bid without
clause-by-clause compliance statement to all the sections of the EoI document including the
Technical Specifications, Commercial Conditions, Special Conditions and the Annexures
shall not be considered for evaluation and shall be summarily rejected.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-7 of 14
9. The bidder should study carefully the document to assess the work and Risk factors
associated with such type of Business opportunities.
10. The bidder has to consider the following major Cost Factors while arriving at a commercial
decision:
o Direct Cost (requisite IT Hardware and Application Software)
o Fiscal Cost
o Logistic-Cost
o Taxes/ Duties
o Services and Administrative Cost
o Training and Documentation Cost
o Contingencies
11. The bidder should enclose the following documents with their ‘Technical Bid’ :
o Proof of Purchase of the EoI document (Money Receipt or the Original EoI Document.
o Earnest Money Deposit (EMD)/ Bid Security as per the requirement.
o Power of Attorney to sign the bid.
o Annual Report/ Balance Sheets (including Profit and Loss Account) for last three years to
establish the Financial Eligibility of the bidder and the consortium members.
o Details of Experience as envisaged along with copies of the orders and work completion
certificates as envisaged.
o Testimonies for the envisaged Facility Management capability.
o Memorandum and Articles of Association.
o Company Registration Certificate.
o Company Profile.
o Copies of Sales Tax, Service Tax registration and Copy of PAN Card.
o Copies of Quality Certificates.
o Self-Certification for No Black-listing as per the Eligibility.
o OEM Authorization Letter/Support Letter.
o Document on Understanding of the Requirement
o Any other Specific Document as required under EoI Eligibility.
o Provident Fund and ESI details.
12. Please note that if any document/authorization letter/testimonies are found fabricated /false/
fake, the bid (EoI) will be declared as disqualified and EMD will be forfeited. This may
also lead to the black-listing of the bidder.
13. All the required documents to establish the bidder’s eligibility criteria should be enclosed
with the original EoI (Technical-Bid) itself. The EoI will be evaluated on the basis of the
documents enclosed with the original EoI only. ITI will not enter into any correspondence
with the bidder to get these certificates/ document subsequently. However it reserves its
right to get them validated/verified at its own.
14. Due to any breach of any condition by the bidder, the Bid Security (EMD) submitted by the
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-8 of 14
bidder may be forfeited at any stage whenever it is noticed and ITI will not pay any damage
to the bidder or the concerned person. The bidder or/and the person will also be debarred
for further participation in future EoI/Tenders.
15. All suppliers (including small scale units who are registered with the National Small Scale
Industries Corporation under Single point registration scheme) shall furnish Bid Security to
the purchaser as per the requirement. As such no bidder is exempted to furnish the EMD.
16. The successful bidder’s bid security (EMD) will be discharged upon the bidder’s
17. acceptance of ITI’s Order in due course of time and furnishing the Requisite
18. Performance Security/Guarantee.
19. The bid security of the unsuccessful bidder will be returned/ discharged within 15 days of
the opening of the Bids.
20. Suitable ‘Training’ would have to be imparted to ITI personnel at Bidder’s cost in the areas
of Installation, day to day Maintenance and Operation of entire system (in the event of
placement of order by ITI). The training of the personnel shall be to ensure trouble free
operations of the System/Equipment by the end customer.
21. The bidder is required to enclose Notarized Copy of the Power of Attorney from its
Directors/Top management which should indicate clearly the name of the signatory and
title. The Bidders must ensure that all the documents are sealed and signed by authorized
signatory.
22. The Power of Attorney given to the Authorized Signatory should be submitted and executed
on the non-judicial stamp paper of appropriate value as prevailing in the respective states(s)
and the same be attested by a Notary public or registered before Sub-Registrar of the
states(s) concerned.
23. The proceeds of the performance security shall be payable to the Purchaser as compensation
for any loss resulting from the supplier’s failure to complete its obligations under the
contract (if signed).The performance security Bond will be discharged by the Purchaser
after completion of the supplier’s performance obligations including any warranty
obligations under the contract.
24. “DISCOUNT, if any, offered by the bidders shall not be considered unless specifically
indicated in the price schedule.
25. The ‘Technical Bid’ and ‘Financial-Bid’ (as per Annexure-IV)’ shall be placed in the
separate sealed envelopes super scribed with words “Technical Bid” and “Commercial-Bid ”
respectively mentioning EoI Reference clearly .
26. Both ‘Technical Bid’ and ‘Financial-Bid’ are to be placed in a 3rd sealed Cover duly properly
addressed mentioning EoI Reference and Date of Opening.
27. Sealed offer/EoI prepared in accordance with the procedures enumerated above should be
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-9 of 14
submitted to the Tenderer not later than the date and time laid down, at the specified
address.
28. The Technical Bids will be opened as per the schedule. The Bidder(s) or their authorized
representatives may attend the Opening if they so desire. The Commercial Bids of only
technically qualified Bidder(s) will be opened at a later date. The Bidder(s) who have been
declared eligible after evaluation of the technical bids or their authorized representatives
may attend the Opening.
29. ITI shall not be responsible for any postal delay about non-receipt / non-delivery of the
bid/documents. This EoI Document is absolutely not transferable.
30. The bid submitted may be withdrawn or resubmitted before the expiry of the last date of
submission by making a request in writing to ITI to this effect. No Bidder shall be allowed
to withdraw the bid after the deadline for submission of the EoI.
31. It is further stressed that synergies between ITI's competitors with the bidder or cartel
32. Formation with other bidders would result in Disqualification of the Bidder.
33. ITI reserves the right to accept or reject any EoI/Bid partially or fully or annul the bidding
process and reject all bids at any time prior to award of contract without assigning any
reason thereof and without incurring any liability to the respondents. ITI
Limited also reserves the right to withdraw this EoI, should it be necessary at any stage.
SPECIFIC TERMS AND CONDITIONS:
a) The requirement is meant for addressing a business opportunity which has emerged
from some University (s) educational body against their already published tender-
Notification / Invitation for the submission of Bids which envisages Implementation of
CCTV Surveillance System at some Government Body of repute at different locations
b) The broad ‘scope of work’ would be as per the Annexure-I however the exact Scope of
Work will be intimated to the selected SI/Vendor in due course of time (once bidder is
short-listed) for addressing the opportunity.
c) The bidder (in the capacity of a System Integrator) is supposed to address the business
opportunity jointly with ITI under “Sole Investment Business Model”. This may include
arranging Bid Security and Performance Bank guarantee etc. All ‘Terms and Conditions’ as
per ITI’s customer with regard to Payment / Reward / Delivery/Penalty shall be applicable
on the selected Business Associate /SI also (in the event of the award of the business to ITI
by the end-customer).It may please be noted that ITI shall not open any ‘Escrow Bank
Account’ with the consortium member/SI (in the event of the award of the order to ITI).
ITI may consider the bidder (at its own discretion) for addressing other similar business
opportunities related with Implementation of CCTV Surveillance System during a period of
12 months (from placement of Letter of Intent on SIA).
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-10 of 14
d) The bidder must be prepared to work with ITI limited on exclusive basis and will neither
submit any direct proposal (to the end-client) nor submit any business proposal ( to the end-
client) through other business partner/PSU .In case of violation of the same, the EMD shall
be forfeited and the bidder will be black-listed.
EOI REJECTION CRITERIA:
The EoI/Bid will be rejected in case any one or more of the following conditions are observed:
1. Bids received without Proof of Purchase of EoI Document and EMD as per requirement.
2. Bids which are not substantially responsive to the Invitation for EoI.
3. Incomplete or conditional EoI that does not fulfill all or any of the conditions as specified in
this document.
4. Inconsistencies in the information submitted.
5. Misrepresentations in the bid proposal or any supporting documentation.
6. Bid proposal received after the last date and time specified in this document.
7. Bids found in unsealed cover, corrections in the bids.
8. Unsigned bids, bids signed by unauthorized person (without a valid Power of Attorney.
9. Bids containing erasures or overwriting except as necessary to correct errors made by the
Bidder, in which case such corrections shall be authenticated by the person(s) signing the
bid.
10. Bid shall remain valid for the specified period from the date of opening of EoI/Bid
prescribed by the purchaser. A bid valid for a shorter period shall be rejected by the
purchaser being non-responsive.
BID EVALUATION PROCESS / METHODOLOGY
1. This EoI would be subjected to a 3 Stage Evaluation Process. All Bidders are requested to
note the entire evaluation process carefully.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-11 of 14
First Stage Evaluation
Only Technical Part of the
Bid/ EoI of the Qualified
Bidders would be evaluated
for the Technical Rating
(Technical-Scores).
Weightage is 65%.
Second Stage Evaluation Evaluation of the
Commercial Part of the
Bid/EoI for the
Preliminary Financial
Rating of the bidders.
Percentile weightage of
this Commercial Part
would be 35%.
Third Stage Evaluation
At this stage exact bill of
Material would be
shared with the bidders
and Pricing as per BoM
shall be taken from the
Bidders to ascertain the
best Quote from the
angle of the Winnability.
This Part shall carry
35% weightage towards
Overall Rating of the
bidders.
Preliminary Vendor Rating (Combination of First and
Second stages of Evaluation) would carry 65 %
weightage towards Overall (Final) rating of the Bidder
for the Selection of the SIA
2. Prior to the detailed evaluation, ITI will determine the substantial responsiveness of each
EoI / Bid to the EoI Document. For purpose of ascertaining the eligibility,
a substantially responsive bid is one which confirms to all the terms and conditions of the
EoI Document without deviations.
3. The purchaser’s determination of bid’s responsiveness shall be based on the contents of the
bid itself without recourse to extrinsic evidence.
4. ITI may waive any minor infirmity or non-conformity or irregularity in the bid /EoI which
doesn’t constitute a material deviation, provided such waiver doesn’t prejudice or effect the
relative ranking of any bidder
5. The EoIs submitted by the Bidders would be subjected to a well-defined and transparent
evaluation process.
6. The Bidder(s) will be evaluated on QCBS (Quality cum Cost Basis Selection) System
with different weightage for Technical Bid and Commercial Bid (at different Bidding
stages).
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-12 of 14
FIRST and SECOND STAGE BID EVALUATION:
7. Initially all EoIs (bids) would be subjected to a process where the weightage of the
technical part would be 65% and the weightage of the Commercial part would be 35%.
8. A maximum of 1000 marks will be allocated for the Technical Bid. The evaluation of
functional and technical capabilities of the Bidders will be completed first as per the
following process:
9. Only the technical proposals will be subjected for evaluation at this stage. The Bidders
scoring less than 600 marks (cut-off score) out of 1000 marks in the technical evaluation
shall not be short-listed for next stage of Financial-Bid Evaluation process.
10. In case, more than 5 participating Bidders qualify on technical criteria and reach or exceed
the cut-off score of 600, then ITI may qualify maximum Five (total) Bidders on the basis of
the top Five scores.
11. Only those Bidders who qualify as per the specified Eligibility Criteria shall be considered
for the Technical Bid evaluation (First Stage evaluation) in which scores will be awarded
based upon the evaluation matrix given Annexure-3. The bidders scoring at least 600 points
in the technical evaluation shall only be considered for further Evaluation. The scores of
Technical Bids will be carried forward from first stage of Evaluation to Second Stage of
Evaluation i.e. First Stage Financial Bid evaluation.
12. ITI may, at its sole discretion, decide to seek more information from the Bidders in order to
normalize the bids. However, the Bidders will be notified separately, if such normalization
exercise as part of the technical evaluation is carried out.
13. The Bidders who are short-listed based upon technical criteria may be asked, if necessary,
to make a presentation on their solution at Lucknow /NCR, at their own cost.
14. At the Second Stage Evaluation, the bids will be further evaluated on the basis of the
vendor ratings which will be done on the base of combined scoring of the Technical
15. Bid (weighted) and Financial Bid (weighted).
16. The Bidder getting the highest Vendor Rating in the Second Stage of Evaluation (VR-
Preliminary) shall be selected for Third Stage of Evaluation (Second stage of Financial
Evaluation) to select case-specific Business Association.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-13 of 14
First and Second Stage Vendor Rating VR (Preliminary) will be governed as per the following
formula:
VR (Preliminary) = TR (Final) + CR (Preliminary)
Where VR (Preliminary) is the Vendor Rating after going through the First and Second
Stages of the Bid Evaluation.
TR (Final) is the Final Technical Rating.
CR (Preliminary) is the Commercial Rating at First stage of Financial Evaluation.
TECHNICAL RATING (TR) would be evaluated on the basis of the following formula:
TR (Final) = 65
x Technical Score (TS) 100
Where Technical Score (TS) would be calculated as per the Technical evaluation Matrix given
At Annexure-III.
Preliminary COMMERCIAL RATING CR (Preliminary) would be evaluated on the basis of the
following formula:
CR (Preliminary) = 35
x First Stage Commercial Score (CS) 100
Commercial Score (CS)
Commercial Rating is based on Commercial Scoring (CS) of a particular bidder which will be
worked out as per the Formula given below:
CS = AQ
x 1000 BQ
Where: AQ is Actual Quote (Commercial Score) of a particular Bidder under consideration.
BQ is Best Quote (Commercial Score) of the Best Bidder
Note:
At the Third stage of the evaluation/Bidding, the bidders would be asked to submit the actual
Prices on the basis of the exact Bill of Material/Quantities. After the opening of the Prices (at
Second/Final Stage of Financial evaluation), the prices would be converted in percentile and
multiplied by 350 marks to obtain the score of the second stage i.e. Score (Secondary). Now VR (Preliminary) will be multiplied by a factor of 650 to obtain Score (Preliminary) and added to
Score (Secondary) to obtain Score (Final).The ultimate selection of SIA would depend upon
this Score (Final).
The whole evaluation process is once again being summarized as follows:
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | B-14 of 14
As this EoI would be subjected to a 3 stage screening process, at the first stage, only the technical
part of the EoIs of the qualified bidders would be evaluated (and rated) with scores based on the
various parameters /criteria. After this exercise, the ‘First Stage Financial Bids’ of the
Technically rated Bidders would be opened and rated with percentile scores with a maximum
weightage of 650 marks (out of 1000 marks).
At this stage, if the EoI of a Bidder (s) is found suitable to ITI’s specific requirements, the details
of the targeted business opportunity shall be shared with the Qualified and Rated Bidders (s)
along with the detailed Bill of Material/Quantities (BoM/BoQ) and all the rated bidders would be
asked to submit the Actual Pricing (to be submitted in a separate Sealed Cover). This would be
the ‘Second Stage Financial Bidding’ which carries 350 marks (out of 1000 marks).
If the percentile scores based on actual Pricing quoted by the bidder (s) is found suitable,
(obviously with the best ‘Winnability’ factor), the percentile scores of the bidders shall be
summed up with the respective scores (marks) of the First Stage. Thus the best bid with
maximum Winnability would be chosen and declared as a SIA.
Here it is worth mention that the Technical-Bids would be evaluated by a duly constituted
Committee of ITI Limited, whose decision would be generally taken as final, unless the aggrieved
party establishes any Prima facie errors in the findings of the Committee. In such a situation, he
may file a representation within 3 working days of receipt of decision from ITI Limited, duly
listing the reasons / grounds. Such a representation would be considered at Senior Management
Level of the Tendering Authority, whose decision would be final and binding on all the bidders.
ITI reserves the right to reject any or all bids without assigning any reasons thereof. It shall not be
obligatory for ITI to award the work only to the lowest bidder.
____________________
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | C-1 of 2
Annexure-C
Undertaking For Unconditional Acceptance of Terms & Conditions of the Tender
Document.
Deputy General Manager,
Regional Office,
ITI Limited,
TC-18,Vibhuti Khand, Gomti Nagar,
Lucknow
Subject: Tender notice for Supply, Installation, Testing, Commissioning and Maintenance of
CCTV Surveillance System at 254 different Locations across the country
Dear Sir,
Having examined the EoI/ Tender document, we, the undersigned, to your notice for Supply,
Installation, Testing, Commissioning and Maintenance of CCTV Surveillance System at 254 different
Locations across the country.
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 ITI Limited is true, accurate,
verifiable and complete. This response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead the Corporation in its short-listing process.
We fully understand and agree to comply that on verification, if any of the information provided here
is found to be misleading the short listing process, we are liable to be dismissed from the selection
process or termination of the agreement during the project, if selected to do so.
We agree for unconditional acceptance of all the terms and conditions set out in the EoI/Tender
document including annexures and corrigendum if any and also agree to abide by this tender response
for a period of 120 days from the date fixed for bid opening.
We hereby declare that in case the agreement is awarded to us, we shall submit the Performance Bank
Guarantee in the form of bank guarantee in the form prescribed by ITI Limited.
We agree that ITI Limited is not bound to accept any tender response that they may receive. We also
agree that ITI Limited reserves the right in absolute sense to reject all or any of the services specified
in the tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/
organization and empowered to sign this document as well as such other documents, which may be
required in this connection.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | C-2 of 2
We understand that it will be the responsibility of our organization to keep ITI Limited informed of
any changes in respect of authorized person and we fully understand that ITI Limited shall not be
responsible for non receipt or non delivery of any communication and/or any missing communication
in the event reasonable prior notice of any change in the authorized person of the company is not
provided to ITI Limited.
Dated this Day of Feb 2017
(Signature and Name) (In the capacity of)
Duly authorized to sign the EoI/Tender for and on behalf of the bidder:
(Name and Address of Company) Seal/Stamp of bidder
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for
prospective Bidders/System Integrators/
Business Associates and ITI Limited only.
Page | E-1of 2
Annexure-E
Documents (required) to be submitted along with the Bid/EoI establishing the Eligibility
of the Bidder:
The Bidder/System Integration Associate (SIA) to be eligible for technical qualification MUST
enclose the following documents with the EoI:
1. Bid covering Letter on the Letter-Head of the Bidder Company indicating Name and Address of the
Authorized Signatory (With Contact Telephone Numbers and email ID).
2. Name and Address of the proprietor (s)/ Directors of the Company (With Contact No. and Address).
3. Case –Specific Power of Attorney authorizing the bidder to submit the EoI on behalf of the
Bidder/Consortium.
4. Consortium Agreement signed between all members of the consortium authorizing the Lead Bidder to
submit the EoI and to exchange all correspondence with ITI with regard to this EoI notification.
5. Registration with registrar of the company including partnership deed or Article / Memorandum of
Association etc of all consortium members.
6. Bid Security of required amount in form of Demand Draft/FDR.
7. Tender-Document Fee of required amount in form of Demand Draft/Copy of the Cash Receipt.
8. List of reputed clients (With full address and telephone Numbers).
9. The bidder shall furnish the particulars of the past performance with supporting documents
(Experience Certificate).
10. Technical Solution document with respect to technical specifications of the requirement and Project
Implementation Plan.
11. Declaration of Non-Black listing as per the enclosed format.
12. Turnover Certificate(s) /Audited Balance-sheets of the Bidder /All consortium members for last three
years.
13. Letter of Banker for Credit Limit or Solvency Certificate issued by the Banker for ascertaining
Investment Capacity.
14. Self-certified Statement of the bidder with regard to Mapping of Financial Resources for the subject
Project.
15. Self-certified Statement of the bidder showing Percentage of Indigenous Contents in the ERP
platform.
16. Valid Service TAX Registration Certificate.
17. Latest Income TAX returns along with copy of PAN card.
18. Valid Quality Certification (ISO9000 / CMM3) if any.
19. List of Qualified Engineers to Support the Project.
20. Acceptance of the Terms and conditions of the EoI Document as per ITI’s requirement mentioned in
the Financial/Priced Part of the EoI document.
21. Integrity Pact /Non-Disclosure Agreement as per the attached format
In case, the bidders do not submit any of the above mentioned papers/information along with
Expression of Interest, his bid will be rejected and bid will not be considered for further evaluation.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for
prospective Bidders/System Integrators/
Business Associates and ITI Limited only.
Page | E-2of 2
It is reiterated that any bid not fulfilling any of the essential requirements mentioned in this EoI
document would be classified as “Technically Non- Qualified/Non-Responsive” and
Financial bids of such bidders will not be opened and subsequently returned to the bidder. No
relaxation would be given to any bidder on any of these conditions.
---------------------
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for
prospective Bidders/System Integrators/
Business Associates and ITI Limited only.
Page | G-1 of 4
Annexure-G
Guidelines to the Bidders for Filling, Sealing and Submitting the EoI / Bids to ITI
Methodology of Filling of the Bid (EoI):
The bidders may take note of the following:
All Columns of the Bid-Forms (Annexure-IV and Annexure-V) should be filled with relevant details
and no column should be left blank. The format of Financial Bid Form should not be changed in any
manner. Addition/ deletion/ alteration of the text will automatically render the tender invalid and
therefore, will be summarily rejected.
Bids not received in the prescribed format along with the essential documents establishing the pre-
qualification of the bidder shall not be entertained and rejected summarily. It is reiterated that the
failure to furnish all the information required as per EoI Document or submission of the bids not
substantially responsive to the EoI Document in every respect would result in rejection of the Bid
(EoI).
All the pages of the tender document and Credentials/certificates shall be duly signed by the bidder.
Bids not covering the entire scope shall be treated as incomplete and will be rejected
Methodology of Packing and Sealing of Bid Documents
EoI/Tender/Bid must be submitted in Four covers:
Envelope1 Super scribing “Technical Bid” towards Invitation of Expression of Interest (EoI) for
Supply and Commissioning of Analog CCTV System at different locations of a
Government Organization under ITI’s Reference : ITI/RO/LKO/EoI/IT/CCTV,
Dated: 30th
Jan17
Envelope2 Super scribing “Financial (Priced) Bid-First Stage” towards Invitation of Expression of
Interest (EoI) for Supply and Commissioning of Analog CCTV System at different
locations of a Government Organization under ITI’s Reference : ITI/RO/LKO/EoI/IT/
CCTV ,Dated: 30th
Jan17
Envelope3 Super scribing “Financial (Priced) Bid-Second Stage” towards Invitation of Expression
of Interest (EoI) for Supply and Commissioning of Analog CCTV System at different
locations of a Government Organization under ITI’s Reference : ITI/RO/LKO /EoI/IT/
CCTV , Dated: 30th
Jan17
Envelope4 All three envelopes 1, 2 and 3 are in turn to be put in another i.e Forth envelope and
this envelope should be superscripted prominently as “Expression of Interest (EoI) /
/Bid” for Supply and Commissioning of Analog CCTV System at different locations of a
Government Organization under ITI’s Reference : ITI/RO/LKO/EoI/IT/CCTV,
Dated: 30th
Jan17
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for
prospective Bidders/System Integrators/
Business Associates and ITI Limited only.
Page | G-2 of 4
All the four envelopes 1, 2 ,3 and 4 are to be duly sealed. Seal means wax sealed or sealed with
Transparent tape/Adhesive tape affixing with Company’s Stamp and the document should not be
sealed merely with gum or stapler pin.
No indication of the Prices will be made in the Technical Bid. EoIs received without proper sealing
are liable to be rejected. Incomplete EoI or EoI in which both technical Bid and Financial Bid are
found in the same envelope is liable to be rejected.
Methodology of Submission of Bid (EoI):
The bidder has the option for sending the bid by registered post / courier or submitting the same in
person, so as to ensure that the same are received in the specified office of ITI by the date and time
indicated in this Tender/EoI Notification. ITI, however, shall not take any responsibility, whatsoever
for any postal / courier delay.
Alternatively the Bid/Tender/EoI in sealed condition should be dropped (in person) in the locked
sealed Tender Box kept at RO Head’s Secretariat area on the first Floor of ITI Bhavan located at the
notified address.
The tender should be dropped/submitted latest by the specified time on the due date. Late/delayed
offers shall not be opened/entertained under any circumstances. Fax / e-mail / Letter Heads Bids/
quotations shall not be accepted and shall be ignored / summarily rejected.
Methodology of Opening of the Bids
Tender box kept at the notified Location will be Sealed at the notified Hours sharp on the due date.
The designated committee of ITI will open Techno-Commercial part of all bids (except the Price bid
part, in the presence of bidder's representatives (Not more than two) who choose to attend the
opening on the due date and time specified in the Tender Notification. Bidder's representatives shall
sign a register as proof of their attendance.
In the event of the specified date for the opening of bids being declared a holiday for the Tenderer
(ITI), the bids will be opened at the appointed time on the next working day.
Technical Bids and Financial Bids shall be opened separately. Technical Part of the Bids received will
be opened on the due day and the sealed Financial Bids will be kept in the custody of the designated
officer.
Please note that the Technical Part of the Bid will be opened at the time and date set for opening of
Bids, of only those Bidders whose Bid Security is found to be of requisite value in acceptable form.
The Bids with Bid Security and Cost of bid document deficient in value and/or form will not be
opened further and Bid envelopes of such Bidders will be returned unopened.
The Price Bid of the techno commercially responsive bidders shall be opened at a subsequent date for
which the separate intimation will be sent and/or uploaded on website.
Bids not covering the entire scope shall be treated as incomplete and hence will be rejected
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for
prospective Bidders/System Integrators/
Business Associates and ITI Limited only.
Page | G-3 of 4
ITI further, reserves its right to reject any Bid which is not submitted according to the instructions
stipulated above.
No correspondence in this regard will be entertained.
Preliminary Examination of Bids
The designated committee of ITI will examine the bids to determine whether they are complete and
meet the Minimum Qualifying Requirements, whether any typographical or logical errors have been
made, whether required sureties have been furnished, whether the documents have been properly
signed / submitted, and whether the bids are generally in order. ITI may, at its discretion, waive any
minor non conformity or any minor irregularity in an offer. This shall be binding on all vendors and
ITI reserves the right for such waivers.
Preliminary Technical Evaluation
The designated officers of ITI Limited will carry out a Preliminary evaluation of the bids previously
determined to be substantially responsive in order to determine whether the technical aspects are in
accordance with the requirements set forth in the bidding documents.
In order to reach such a determination, ITI’s committee will examine and compare the technical
aspects of the bids on the basis of the information supplied by the bidders, taking into account the
overall completeness and compliance with the Technical Specifications; deviations from the
Technical Specifications, suitability of the goods offered in relation to the quality, functional and
Techno-commercial requirements.
The bid that does not meet minimum acceptable standards of completeness, consistency and details
will be rejected for non-responsiveness.
Clarification of Offers To assist in the scrutiny, evaluation and comparison of offers, ITI may, at its discretion, ask some or
all vendors for clarification of their offer. The request for such clarifications and the response will
necessarily be in writing. ITI has the right to disqualify the vendor whose clarification is found not
suitable to it.
Canvassing of the Proposals
From the time the Proposals are opened to the time the Contract is awarded, the bidders should not
contact ITI on any matter related to its Pre-Qualification, Technical and/or Financial Proposal. Any
effort by contenders to influence ITI in the examination, evaluation, ranking of Proposals, and
recommendation for award of Contract may result in the rejection of the contenders Proposal.
Correction of Errors
The errors /discrepancies in respect of the specified amount in EoI /Bid /Proposal Sheets for an
individual item and/or sub-item and/or in the sub-total of a Bid /Proposal Sheet and/or in the Grand
total of a Bid Proposal Sheet, either due to discrepancy between figures and words and/or simple
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for
prospective Bidders/System Integrators/
Business Associates and ITI Limited only.
Page | G-4 of 4
arithmetical error while adding and/or multiplying and /or due to wrong extension of unit rates etc.
the error will be rectified and computed by ITI as per the following method:
1. In case of discrepancy between figures and words the value specified in the words will be
considered for computation.
2. The quoted Unit rates would be taken as reference for the calculation of the Total Bid value.
Representation with regard to the Evaluation of the Bids:
The technical bids would be evaluated by a duly constituted Committee of ITI Limited, whose
decision would be generally taken as final, unless the aggrieved party establishes any Prima facie
errors in the findings of the Committee. In such a situation, he may file a representation within 3
working days of receipt of decision from ITI Limited, duly listing the reasons / grounds. Such a
representation would be considered at Senior Management Level of the Tendering Authority, whose
decision would be final and binding on all the bidders.
The bids of the qualified bidders will be evaluated on the basis of the financial quote submitted by the
bidders. ITI reserves the right to reject any or all bids without assigning any reasons thereof. It shall
not be obligatory for ITI to award the work only to the lowest bidder.
____________
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | I-1 of 6
Annexure-I
(This is the format of Integrity Pact to be signed by the bidder with ITI in case the EOI of the
bidder is found suitable for addressing the business opportunity.)
PRE-CONTRACT INTEGRITY PACT
GENERAL
This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of
………….... the month of …….. , between, ITI Limited, ITI Bhavan, 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:
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
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | I-2 of 6
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,
'organisation 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 bidor during any pre-contract or
post-contract stage in order to secure the contractor 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 to any person, organization or third
party related to the contract in exchange for any advantage in the bidding,
evaluation,contracting and implementation of the contract.
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.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | I-3 of 6
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.
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
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | I-4 of 6
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.
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 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 oragent 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
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | I-5 of 6
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.
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
9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.
10 Validity
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | I-6 of 6
10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the
contract period with the BUYER in case a contract is signed. In case BIDDER is
unsuccessful, this Integrity Pact shall expire after six months from the date of the signing
of the contract.
10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
11 The parties hereby sign this Integrity Pact.
BUYER BIDDER
Name of the Officer. CHIEF EXECUTIVE OFFICER
Designation M/s …. (address)
ITI Limited (address)
Place: Place:
Date: Date:
Witness:
1. ……….. 1. …………
2. ……….. 2. ………….
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for the
Prospective Bidders and ITI Limited only.
Page | S-1 of 3
Annexure-S Technical Specifications:
The following specifications are meant for each site (Total 254 sites across the country)
Sr. No Details of Items with Specifications
1 Supply, Installation and Commissioning of 1.3 MP or higher outdoor Analog IR
Bullet Camera having following specifications:
• Image Sensor- 1 / 3” Progressive Scan CMOS or Higher.
• Effective Pixel- 1280(H)*720(V)
• Min Illumination- 0.01 lux @ (F1.2, AGC ON), 0
Lux with IR ON
• Shutter Speed-1/25s to 1/50,000s or better.
• Lens- Fixed lens 4 mm/6mm or Higher.
• Day Night ICR-Yes
• Video Frame Rate-25 fps(PAL).
• HD Video Output- Yes
• S/N Ratio- more than 50db.
• Weather Proof Rating-IP 66
• IR Range- 50 Meter or Higher.
• Working Temp. (-)10 degree C to (+)60 degree C
• Certification- UL/NABL, FCC, CE/EN.
2 Supply, Installation and Commissioning of 2 MP of higher Analog IR Dome Camera
having following specifications:
• Image Sensor- 1 / 2. 7” Progressive Scan CMOS or Higher.
• Signal System – PAL/NTSC
• Effective Pixel- 1930(H)*1088(V)
• Min Illumination- 0.01 lux @ (F1.2, AGC ON), 0
Lux with IR ON
• Shutter Speed-1/25s to 1/50,000s or better.
• Lens- Fixed lens 2.8mm, 3.8mm or Higher.
• Day Night ICR-Yes
• Video Frame Rate-25 fps(PAL).
• HD Video Output- Yes
• S/N Ratio- more than 50db.
• Weather Proof Rating-IP 66
• Working Temp. (-)10 degree C to (+)60 degree C
• IR Range- 20 Meter or Higher.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for the
Prospective Bidders and ITI Limited only.
Page | S-2 of 3
Note:
The Specifications parameters listed are minimum requirement and any item of higher
Specifications will be accepted.
• Certification- UL/NABL, FCC, CE/EN.
3 Supply, Installation and Commissioning of High Definition 32 channel Digital Video
Recorder with 30 days HD recording storage having following specifications
• Video Compression- H.264
HDMI/VGA output-1920 × 1080 / 60 Hz,1280 ×1024,60 Hz, 1280 × 720 / 60 Hz, 1024 × 768
/60Hz.
• Sync Playback-32 Channel
• Network Interface- Yes
• USB Ports-Yes
• Serial Interface-Yes
• Working Temp- -10 degree C to +60 degree C
• Certification- UL/NABL,FCC,CE/EN
4 a Supply, Installation and Commissioning of 1 KVA UPS without battery
4 b Supply, Installation and Commissioning of battery with 60 minutes back up for above 1
KVA UPS
5 Supply, Installation and Commissioning of 6 U Network Rack with Power strip & related
accessories of Standard Make
6 Supply, Installation and Commissioning of 12 V Power Adaptors 4 AMP SMPS, Input
Voltage -90 to 285, Voltage variation + _ 10%, over voltage & short circuit protection
7 Supply, Installation and Commissioning of RG 11 copper video Armoured Cable ISI mark
8 Supply, Installation and Commissioning of 3C x 1.5 sq mm copper Power Cable ISI mark
9 Supply, Installation and Commissioning of 32" LED Monitor of resolution 1920* 1080
Standard Make
10 Supply, Installation and Commissioning of 32mm PVC Pipe (Heavy) ISI Mark with
accessories
11 Supply, Installation and Commissioning of 50 mm GI Pipe (Medium) with accessories ISI
Mark
12 Supply, Installation and Commissioning of L Shape Angles Iron Bracket of 40*40*6 mm
of required length with provision of mounting bullet & Dome cameras
13 Supply, Installation and Commissioning of Cage for protection of the camera with barbed
wire of suitable size
14 Installation charges for fixing of PVC pipe on wall, Laying of RG armoured cable, Fixing of GI
pipe under road, Fixing of L shape iron angle brackets including installation of above
equipment complete with testing and commissioning
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited
Lucknow. The document is meant for the
Prospective Bidders and ITI Limited only.
Page | S-3 of 3
The proposed solution should be modular and scalable so that at later date the additional
requirement can be met by add-on components.
All components of the CCTV System should be compatible with one another.
The proposed CCTV System’s components must not be obsolete.
The sizing of DVR should be commensurate with the number of cameras and number of days
to record the video etc.
The specified items must be current/ recent in the Supplier's/OEM product line and the items
shall be branded and reputed.
All CCTV Cameras, housing and DVR should be of the same OEM.
The DVR should be capable of connecting with internet/Broadband for remote monitoring
and control.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | W-1 of 3
Annexure-W
Work covered under the EoI
The Scope of work of this EoI includes helping ITI Limited in Supply, Installation,
Configuration, Commissioning and After-sales support of the Analog CCTV Surveillance System
at 254 different locations across the country.
The complete CCTV System should be under warranty for one years and AMC for four years
The bidders are requested to go through the Technical Specifications and the Features (both
essential and Additional ones) to propose a right type of equipment.
At the begin of installation work, vendor shall make a joint survey of the warehouse along with
the Customer’s Representative and mark the locations of the cameras on a signed survey report
and complete installation work as per the survey report. This survey report duly signed by the
Customer’s Representative & the vender or its representative shall be submitted along with the
invoice for claiming payment.
i. Each entry/exit gate(s) of the site, as the case may be, shall be covered by one dome
Analog HD IR Camera & one bullet Analog HD IR Camera.
ii. Second Location of the Site shall be covered with two dome/bullet Analog HD IR
Camera & one bullet Analog HD IR Camera
iii. Other perimeter locations shall be covered by four bullet Analog HD IR Cameras
within the range of 100 meters from the control room.
iv. All the cameras shall be connected through network to DVR placed in control room
(The Customer’s Representative Room) connected to a 32 inch LED display unit for
monitoring & managing the CCTV functions.
v. CCTV footage recording of 30 days has been provisioned initially with scalability to
enhance the recording period as and when required.
vi. Two days onsite training programme up to the five officials for operations of CCTV
Systems at each warehouse will be arranged by the vendor.
vii. The complete CCTV System should be under warranty for one years and AMC for
four years
viii. The Vendor shall supply, installation, testing & commissioning of CCTV Surveillance
System along with required accessories, software, DVR , UPS, cables, accessories etc
ix. Bill of Material including cabling shall be indicative only; the successful bidder shall
visit the warehouse and arrive at the actual requirement & location of placing the
cameras in consultation with the Customer’s Representative. Accordingly payment
shall be released on actual bill of material deployed based on certificate & satisfactory
report submitted by the Customer’s Representative. Any enhancement/addition of the
CCTV system shall be taken up as per unit rate of the items during contract period.
x. Time period for installation, testing & commissioning of CCTV system along with
cabling in 254 sites shall be eight months.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | W-2 of 3
xi. The price quoted by the bidder should include all the expenses in commissioning of all
cameras with power supply, accessories and other devices complete with software.
xii. The bidder has to arrange supply and installation of the equipment at the designated
warehouse and no road permit shall be issued by THE END CUSTOME
xiii. Specifications of camera offered by bidder should capture the face and the number
plate of the vehicle from a distance of 10-15 meters at gate & weighbridge.
Accordingly bidder to provision required specifications of the lenses/items.
xiv. The batteries for UPS shall be under warranty for five years.
xv. Bidder shall quote separate price, each for UPS and Batteries as given in the price bid.
xvi. The bidder may survey the site and propose the CCTV System for understanding of
requirements.
xvii. The specification of DVR should be such that entire control & monitoring can be
done remotely through internet connections.
Scope for onsite COMPREHENSIVE Warranty and AMC:
a) The period of warranty on all electronic equipment i.e. cameras, DVR etc. and allied
materials, supplied by successful contractor, shall be 12 (twelve) months from the date
of taking over certificate issued by THE END CUSTOMER.
b) The contractor shall ensure that the entire CCTV System including its components and
all allied materials are working properly and continuously without fail during the
currency of the contract. Ensure visit by service Engineer/skilled technical personnel
bi-monthly and submit the entire CCTV System.
c) Annual Maintenance Charges will be commenced from the date of expiry of warranty
period of 12 months from date of commissioning with the same terms and conditions
in above lines.
d) It shall be the responsibility of the contractor to ensure uninterrupted and proper
functioning of the CCTV Setup during the currency of the contract period. In case of
continued failure of the CCTV system or contractor fails to provide satisfactory /
uninterrupted functioning of CCTV System during the contract period (System) will
be at liberty to terminate the contract at any time and appoint new contractor at his risk
and cost without prejudice to other right and remedies as per contract and law. The
(System) shall have the sole authority to judge the performance of the Contractor in
such cases and his decision shall be binding on the Contractor.
e) All materials and equipment etc. required by the contractor for the works will be
arranged by him at his own cost. THE END CUSTOME will neither provide foreign
exchange nor any assistance whatsoever for import of equipment if any involved in the
contract.
f) Before handing over the system to the Corporation the contractor will submit four sets
of following manuals for each set of equipment:
i. Operation manual
ii. Servicing manual
iii. Equipment’s guarantee/warranty certificates.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | W-3 of 3
g) The contractor shall be responsible for any acts of commission or omission on the
part of their work man in respect of any damage or loss to THE END CUSTOMER
property.
h) Any liability arising out of accident or death of any personnel during the execution of
work shall be upon the contractor.
i) The contractor shall be responsible to comply with all the statutory obligations
including Labour/Taxation/Octroi etc.
j) The contractor shall deploy only well experienced and qualified workmen for
execution of the work.
All persons employed by the contractor shall be engaged by him as own employees in all
respects, and all rights & liabilities under the workmen’s compensation act, or EPF act and
other applicable enactments, in respect of all such personnel shall exclusively be that of the
contractor. Contractor shall also comply with all rules and regulations/ enactments made by the
State Government/ Centre Government from time to time pertaining to the contract including
all labour laws
--------------
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | Annex II-1 of 1
In case if any of the above Qualifying Criterion is not met, the Bid /EoI will be declared
unresponsive and the same will not be evaluated further.
Annexure-II
BIDDER’S QUALIFYING PARAMETERS
Sl No. Eligibility Parameter Metrics (Qualifying)
1. Presence (duration) of the Bidder in the field of System Integration / ICT/
Business.
3 Years
2. Presence (duration) of the Major OEMs in India 3 years
3 Duration of Business Association of the Bidder with OEM Not asked
4 Experience of the Bidder in the field of System Integration/ ICT/ Business in
Implementing ICT projects ( up to 3 POs) in terms of Business Volume during
last 5 years.of
Rs 8 Crores
5 Experience of the Bidder in the field of System Integration/ some ICT projects of
Minimum 30 locations in terms of number of deployments (Standalone/LAN).
01 No
6 Experience of the major OEM in the field of Implementation of CCTV
Surveillance System in terms of number of similar deployments in India.
Required
7 Presence of Bidder in UP/NCR Must be there
9 Average Annual Turnover of the Bidder during last three fiscal years Rs 25 Crores
10 Average Annual Turnover of the OEM during last three financial years Not Asked
11 Annual Profitability of the Bidder during last financial Year Required
12 Bank Credit Limit or Solvency of the Bidder 2 Crore
13 Project specific Financial Resources Mapping Rs 6 Crore
14 Availability of Skilled Man-Power to Handle (specific area) with the Bidder 50 Nos
15 The Bidding entity should be ISO 9000/14000/27000 certified. ISO 9000 is a must Required
17 Availability of IPR for Software or design Copy Rights of the OEM. Not Asked
18 Availability of Case Specific OEM’s Authorization and Support Letter for a
period of 5 years in the name of the Bidder to address this EoI.
It is a Must
19 No Black-listing of the Bidder ( Self Certification) Required
20 Indigenous Contents in percentage Not Asked
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the
Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited Lucknow.
The document is meant for prospective
Bidders/System Integrators/ Business
Associates and ITI Limited only.
Page | AnnexIII-1 of 3
Annexure-III
TECHNICAL BID EVALUATION MATRIX
The technical evaluation for knowing the Technical Rating (TR) of the bids will be done
strictly on the basis of Technical Score (TS) which would be computed as per the matrix
shown below:
Sl
No
Parameters Weightage in terms of Scoring Max.
Score
1. Presence (duration in years) of the
Bidder in the field of System
Integration / ICT and related
Services.
3 to 4 Years of Presence 30 50
4 to 6 Years of Presence 40
More than6 Years of Presence 50
2. Experience of the Bidder in the
Relevant Field in terms of Business
Volume in last 5 yrs.
Eligibility Criterion (Minimum
experience)to 1.25 times of the
Eligibility Criterion
25 75
1.25 times of the Minimum
Experience to Twice the
Eligibility Criterion
50
More than Twice the Eligibility
Criterion 75
3. Experience of the Bidder in the
Relevant field in terms of Number
of Projects
1 project (Eligibility Criterion-
Minimum experience) 25 75
2-4 Projects (upto 4 times of the
Eligibility Criterion) 50
5 Projects and above 75
4. ITI’s past Experience with the
Bidder (or any Consortium
member) in Projects.
No Experience 00 100
Satisfactory Past Experience 50
Good Past Experience 100
5. Organization and Ownership Status
of the Bidder
Privately Owned /Partnership
Firm 25 50
Private Limited Company 40
Public Ltd Company
/Autonomous Body/PSU 50
6. Bidder’s Presence at the desired
Locations
1 Location (Minimum Eligibility
Criterion ) 25 50
2 or More than 2 Locations 50
7. Bidder’s Turnover during last 3
Years
Eligibility Criterion
(Minimum)to 1.25 times of the
Eligibility Criterion
50 100
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the
Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited Lucknow.
The document is meant for prospective
Bidders/System Integrators/ Business
Associates and ITI Limited only.
Page | AnnexIII-2 of 3
1.25 times of the Minimum to
Twice the Eligibility Criterion 75
More than Twice the Eligibility 100
8. Bidder’s Profitability during last
3Years
Eligibility Criterion (Minimum) 30 50
Minimum to Twice the
Eligibility Criterion 40
More than Twice the Eligibility
Criterion 50
9. Bidder’s Mapping of Financial
Resources for the subject EoI,
Eligibility Criterion
(Minimum)to 1.25 times of the
Eligibility Criterion
50 100
1.25 times of the Minimum to
Twice the Eligibility Criterion 75
More than Twice the Eligibility
Criterion 100
10. Bidder’s Bank Credit Limit or
Solvency for ascertaining
Investment Capacity and fiscal risk
taking capability.
Eligibility Criterion
(Minimum)to 1.25 times of the
Eligibility Criterion
50 100
1.25 times of the Minimum to
Twice the Eligibility Criterion 75
More than Twice the Eligibility
Criterion 100
11.
Availability of Skilled Man-Power
with the Bidder to Handle the
Project
Eligibility Criterion
(Minimum)to 1.25 times of the
Eligibility Criterion
25 50
1.25 times of the Minimum to
Twice the Eligibility Criterion 35
More than Twice the Eligibility
Criterion 50
12. Quality Certification of the Bidder Minimum Eligibility Criterion 60 100
More than the Minimum
Eligibility Criterion 100
13. Understanding of Requirement,
Technical Solution, Project
Implementation Plan, Availability
and OEM’s Backing for Warranty /
Post-Warranty Support.
Average (demonstrates a
moderate winning edge for ITI) 25 100
Fairly Good (demonstrates a
comfortable winning edge for
ITI)
50
Very Good (demonstrates a
strong winning edge for ITI) 75
Excellent (demonstrates a very
strong winning edge for ITI) 100
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the
Bidder
This Document has been published in the
Month of Jan 2017 by ITI Limited Lucknow.
The document is meant for prospective
Bidders/System Integrators/ Business
Associates and ITI Limited only.
Page | AnnexIII-3 of 3
Technical Score (Positive) of an Individual Bidder TS-1
14.** Negative Marking towards the Past
Experience of ITI with the bidder in
recent 5 years
Unsatisfactory (due to the
Performance of the Bidder or a
Consortium Member which might
have caused Embarrassments to
ITI by way of Inordinate Delays
in the project execution and
Imposition of Severe Penalties on
ITI)
150
Poor (due to deliberate neglect of
ITI’s Projects or Pricing
Misappropriation /Tax Evasion at
the part of the Bidder or a
Consortium Member in past which
might have caused major
Embarrassment to ITI on
Legal/Fiscal front or Heavy Loss
to Government exchequer.
200
Deceitful action of the Bidder(s)
against ITI during some Bidding
Process (happened in past) which
has resulted Breach of Trust
between the Bidder(s) and ITI for
further business alliances
300
Technical Score (Negative) of an Individual Bidder TS-2
Resultant Technical Score TS of an Individual Bidder (TS1 minus TS2) MAXIMUM SCORE OF TECHNICAL BID= 1000
Notes * The vendor may be required to give Technical Presentation if asked by ITI.
IMPORTANT
All the eligible bidders would be given full marks against the Parameter (s )
which are not asked in the Eligibility /Bidder’s Qualifications under Annexure-
II.
Annexure-IV (Page No. F-1 to F-4) and Annexure-V, which are the Commercial
/ Price- Schedule, are not being attached with this EoI Notification. For the
purpose of submitting the EoI, the Bidders will have to Purchase the ‘EoI
Document’ against the prescribed cost of the Document.
Regional Office Lucknow
Reference of Expression of Interest : ITI/RO/LKO/EoI/IT/CCTV Dated: 30th Jan17
Signatures and Stamp of the Bidder
This Document has been published in the Month of
Jan 2017 by ITI Limited Lucknow. The document
is meant for prospective Bidders/System
Integrators/ Business Associates and ITI Limited
only.
Page | U-1 of 1
Annexure-U
FORMAT FOR NON BLACL-LISTING
(To be furnished on the Bidder company’s Letter-Head)
Undertaking for Non Black-listing
Certified that We M/s have not been ‘Black-listed’ by any Government
Department / organizations, in the last 5 years for defective /deficient service or any such reason
related to Business Conduct.
It is also declared that none of the Consortium member has been declared as “Black-listed” by any
Government entity in the last 5 years.
Signatures of the bidder