tender no. 04 request for proposal (rfp) for pimpri ... city rfp.pdf · commissioning and o&m for...

597
Tender No. 04 REQUEST FOR PROPOSAL (RFP) FOR Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT led Smart City Solutions PIMPRI CHINCHWAD SMART CITY LIMITED Office of The Chief Executive Officer, PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL) TEL NO.- 020-97333333,67331117 FAX- 020 27425600, 67330000 Email ID- [email protected] Website- www.pcmcindia.gov.in www.smartcitypimprichinchwad.in Price of the RFP document Rs. 50,000/-(Non Refundable) PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)

Upload: others

Post on 18-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • Tender No. 04

    REQUEST FOR PROPOSAL (RFP)

    FOR

    Selection of System Integrator for Supply, Installation, Testing,

    Commissioning and O&M for ICT led Smart City Solutions

    PIMPRI CHINCHWAD SMART CITY LIMITED

    Office of The Chief Executive Officer,

    PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)

    TEL NO.- 020-97333333,67331117

    FAX- 020 27425600, 67330000

    Email ID- [email protected]

    Website- www.pcmcindia.gov.in

    www.smartcitypimprichinchwad.in

    Price of the RFP document Rs. 50,000/-(Non Refundable)

    PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)

    mailto:[email protected]://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/

  • INVITATION FOR BID (IFB)

    Name & Address of the

    Procuring Entity

    Name: Pimpri Chinchwad Smart City Limited (PCSCL)

    Address: 4th Floor, Pimpri Chinchwad Municipal Corporation

    (PCMC) Main Building, Pimpri, Maharashtra – 411018

    Tel: 020 – 67333333, 67331117

    Fax: 020 - 27425600, 67330000

    e-Mail ID: [email protected]

    Name & Address of the

    Project Officer In-charge

    Name: Nilkanth Poman

    Designation: Joint Chief Executive Officer, PCSCL

    Address: 4th Floor, Pimpri Chinchwad Municipal Corporation

    (PCMC) Main Building, Pimpri, Maharashtra – 411018

    Email: [email protected]

    Subject Matter of

    Procurement

    Request for Proposal (RFP) for Selection of System Integrator for

    supply, installation, testing, commissioning and O&M for ICT led

    Smart City Solutions

    Bid Procedure One Envelope / RFP Response Document (e-bid) through

    https://www.pcmcindia.gov.in (e-Proc portal)

    Websites for downloading

    Bidding Document,

    Corrigendum’s, Addendums

    etc.

    Websites: www.pcmcindia.gov.in &

    http://www.smartcitypimprichinchwad.in

    Period of Sale/download of

    Bidding Document (Start/

    End Date)

    Between 21/05/2018, 18:00 Hrs and 28/06/2018, 15:00 Hrs

    Manner, Start/ End Date for

    the submission of Bids

    Manner: Online at e-Proc website (www.pcmcindia.gov.in)

    Start Date: 21/05/2018, 18:00 Hrs

    End Date: 28/06/2018, 15:00 Hrs

    Date/ Time/ Place of Bid

    Opening

    Date: 28/06/2018,

    Time: 16:00 Hrs

    Place: Online at eProc website (www.pcmcindia.gov.in)

    Sd/-

    (Shravan Hardikar)

    CEO & Director,

    Pimpri Chinchwad Smart City Limited (PCSCL)

    https://www.pcmcindia.gov.in/http://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/http://www.pcmcindia.gov.in/http://www.pcmcindia.gov.in/

  • Pimpri Chinchwad Smart City Limited

    Request for Proposal (RFP) for Selection of System Integrator for supply, installation,

    testing, commissioning and O&M for ICT led Smart City Solutions

    TENDER No. 04

    Pimpri Chinchwad Smart City Limited (PCSCL) intends to Select System Integrator for supply, installation,

    testing, commissioning and O&M for ICT led PCSCL Smart City Solutions. The System Integrator shall be

    selected on the basis of Least Cost Based Selection methodology after declared technically qualified.

    Interested Bidders may download the RFP document from the website of PCMC i.e.

    www.smartcitypimprichinchwad.in or www.pcmcindia.gov.in from 21/05/2018, 3.00 pm onwards.

    No Name of Work

    Proposal

    Document Fee

    (Rs.)

    EMD (Rs.)

    1

    Selection of System Integrator for supply,

    installation, testing, commissioning and O&M

    for ICT led Smart City Solutions

    50,000 /- 4,20,00,000/-

    Rights to reject any or all tenders without assigning any reasons thereof are reserved by CEO, PCSCL

    and whose decision will be final and legally binding on all the bidders.

    Sd/-

    Director & CEO, PCSCL

    and

    PCSCL/03/56/2018 Municipal Commissioner, PCMC

    Date:15/05/2018

    Advertisement No.1281

    http://www.smartcitypimprichinchwad.in/

  • RFP for Selection of System Integrator for IT Enablement in SWM

    1 | P a g e Volume – I - Structure of Proposal & Bid Process Specifications

    VOLUME I - Structure of Proposal & Bid Process Specifications

    Tender Ref Number- 04

    Date: 21/05/2018

    PIMPRI CHINCHWAD SMART CITY LIMITED

    Request for Proposal (RFP)

    for

    Selection of System Integrator for

    Supply, Installation, Testing,

    Commissioning and O&M for ICT led

    PCSCL Smart City Solutions

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    2 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Disclaimer

    i. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited (PCSCL). ii. The information contained in this Request for Proposal document (“RFP”) or subsequently

    provided to Bidders, whether verbally or in documentary or any other form by or on behalf of the PCSCL (the Purchaser) or any of its employees or advisors, is provided to Bidders, on the terms and conditions set out in this RFP.

    iii. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals in pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at, by the Purchaser, in relation to the project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Purchaser, its employees or advisers to consider the objectives, technical expertise and particular needs of each party, who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct his own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources.

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

    v. The Purchaser also accepts no liability of any nature, whether resulting from negligence or otherwise, however caused, arising from reliance of any Bidder upon the statements contained in this RFP.

    vi. The Purchaser may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. The issue of this RFP does not imply that the Purchaser is bound to select a Bidder or to appoint the Selected Bidder, as the case may be, for this project and the Purchaser reserves the right to reject all or any of the proposals, without assigning any reason whatsoever.

    vii. PCSCL or its authorized officers / representatives / advisors reserve the right, without prior notice, to change the procedure for the selection of the Successful Bidder or terminate discussions and the delivery of information at any time before the signing of any agreement for the Project, without assigning reasons thereof.

    viii. The RFP Document does not address concerns relating to diverse investment objectives, financial situation and particular needs of each party. The RFP Document is not intended to provide the basis for any investment decision and each Bidder must make its / their own independent assessment in respect of various aspects of the techno-economic feasibilities of the Project. No person has been authorized by PCSCL to give any information or to make any representation not contained in the RFP Document.

    ix. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation and expenses associated with any demonstrations or presentations which may be required by the Purchaser or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses shall remain with the Bidder and the Purchaser shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder, in preparation for submission of the Proposal, regardless of the conduct or outcome of the selection process.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    3 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Table of Contents

    Invitation to Proposal.............................................................................................................. 6

    Important Dates ..................................................................................................................... 7

    Definitions & Acronyms .......................................................................................................... 8

    1. Introduction .................................................................................................................. 12

    1.1. ABOUT PIMPRI CHINCHWAD SMART CITY LIMITED ........................................................................... 12 1.2. PROJECT PROFILE ............................................................................................................................... 12 1.2.1. CITY NETWORK (ACTIVE COMPONENT) ............................................................................................. 14 1.2.2. CITY SURVEILLANCE FOR PCSCL SMART CITY ................................................................................. 14 1.2.3. SMART WATER ................................................................................................................................... 14 1.2.4. SMART SEWERAGE ............................................................................................................................. 15 1.2.5. SMART TRAFFIC ................................................................................................................................. 15 1.2.6. SOCIAL MEDIA ANALYTICS ................................................................................................................ 15 1.2.7. SMART CITY MOBILE APP .................................................................................................................. 16 1.2.8. SMART ENVIRONMENT ....................................................................................................................... 16 1.2.9. SMART PARKING ................................................................................................................................ 16 1.2.10. OPERATION CENTRES .................................................................................................................... 16 1.2.10.1 CITY OPERATIONS CENTRE ........................................................................................................... 16 1.2.10.2 COMMAND AND CONTROL CENTRE FOR CITY SURVEILLANCE ...................................................... 17 1.2.10.3 NETWORK OPERATING CENTRE ..................................................................................................... 17 1.3 RFP FORMAT .......................................................................................................................................... 17 1.4 DATASHEET ............................................................................................................................................ 18

    2 Instruction to Bidders .................................................................................................... 19

    2.1 GENERAL ................................................................................................................................................ 19 2.2 ELIGIBLE BIDDERS .................................................................................................................................. 19 2.3 COMPLIANT BIDS / COMPLETENESS OF RESPONSE .................................................................................. 19 2.4 CODE OF INTEGRITY ................................................................................................................................ 20 2.5 BIDDER TO INFORM ................................................................................................................................. 20 2.6 PRE-BID MEETING & CLARIFICATION ...................................................................................................... 21

    2.6.1 Bidders Queries ............................................................................................................................ 21 2.6.2 Pre-Bid Conference ...................................................................................................................... 21 2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum ............................................................ 21

    2.7 BID VALIDITY PERIOD ............................................................................................................................ 21 2.8 FIRM PRICES ........................................................................................................................................... 21 2.9 BID PRICES .............................................................................................................................................. 22

    3 Key Requirements of Bid .............................................................................................. 22

    3.1 RIGHT TO TERMINATE THE PROCESS ....................................................................................................... 22 3.2 RFP DOCUMENT FEES AND PURCHASE ................................................................................................... 22 3.3 EARNEST MONEY DEPOSIT (EMD) ......................................................................................................... 23 3.4 SUBMISSION OF PROPOSAL ...................................................................................................................... 23 3.5 BID PREPARATION COSTS ........................................................................................................................ 24 3.6 LANGUAGE.............................................................................................................................................. 24 3.7 DISCOUNT ............................................................................................................................................... 24 3.8 ONLY ONE PROPOSAL AND ONE SOLUTION ............................................................................................ 24 3.9 AUTHENTICATION OF BIDS ...................................................................................................................... 24 3.10 BIDDERS AUTHORIZATION ................................................................................................................. 24 3.11 AMENDMENT OF REQUEST FOR PROPOSAL .......................................................................................... 25 3.12 LOCAL CONDITIONS ........................................................................................................................... 25 3.13 VENUE & DEADLINE FOR SUBMISSION OF PROPOSALS ....................................................................... 25 3.14 PROPOSALS SUBMITTED AFTER DESIGNATED TIME OF SUBMISSION .................................................... 25

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    4 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    3.15 DEVIATIONS ....................................................................................................................................... 26 3.16 MODIFICATION AND WITHDRAWAL OF BIDS ...................................................................................... 26 3.17 REVEAL OF PRICES ............................................................................................................................. 26 3.18 ADDRESS FOR CORRESPONDENCE ...................................................................................................... 26 3.19 CONTACTING THE PCSCL .................................................................................................................. 26 3.20 PIMPRI CHINCHWAD SITE VISIT BY BIDDER ....................................................................................... 26 3.21 BIDDER RELATED CONDITIONS .......................................................................................................... 27 3.22 ELIGIBLE GOODS AND SERVICES AND OEM CRITERIA ....................................................................... 27 3.23 BID SUBMISSION ................................................................................................................................ 29 3.24 CONTENTS OF BID ON E-TENDERING PORTAL .................................................................................... 29 3.25 TECHNICAL PROPOSAL ....................................................................................................................... 29 3.26 COMMERCIAL BID .............................................................................................................................. 30 3.27 OPENING OF BIDS ............................................................................................................................... 30 3.28 TECHNICAL ENVELOPE ....................................................................................................................... 30 3.29 COMMERCIAL ENVELOPE ................................................................................................................... 31 3.30 SUB-CONTRACTING ............................................................................................................................ 31

    4 Selection Process for Bidder ........................................................................................ 31

    4.1 EVALUATION OF BIDS ............................................................................................................................. 31 4.2 OPENING OF BIDS .................................................................................................................................... 32 4.3 PRELIMINARY EXAMINATION OF BIDS .................................................................................................... 32 4.4 CLARIFICATION ON BIDS ......................................................................................................................... 33 4.5 EVALUATION PROCESS ............................................................................................................................ 33

    4.5.1 Stage 1: Pre-Qualification ................................................................................................................. 33 4.5.2 Stage 2: Technical Evaluation ........................................................................................................... 33 4.5.3. Stage 3: Commercial Evaluation ...................................................................................................... 34

    4.6 PRE-QUALIFICATION CRITERIA ............................................................................................................... 35 4.7 TECHNICAL EVALUATION FRAMEWORK ................................................................................................. 40

    4.7.1 Technical Bid Criteria & Evaluation ............................................................................................ 41 4.7.2 Key Resources ............................................................................................................................... 46

    5 Award of Contract......................................................................................................... 47

    5.1 RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) .................................... 47 5.2 NOTIFICATION OF AWARD ...................................................................................................................... 47 5.3 NEGOTIATIONS WITH THE SUCCESSFUL BIDDER ...................................................................................... 48 5.4 CONTRACT FINALIZATION AND AWARD.................................................................................................. 48 5.5 PERFORMANCE BANK GUARANTEE (PBG).............................................................................................. 48 5.6 WARRANTY & MAINTENANCE ................................................................................................................ 49 5.7 SIGNING OF CONTRACT ........................................................................................................................... 50 5.8 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP ......................................................... 50 5.9 REJECTION CRITERIA .............................................................................................................................. 50

    5.9.1 General Rejection Criteria ........................................................................................................... 50 5.9.2 Commercial Rejection Criteria ..................................................................................................... 51

    6 Annexure 1 – Format for Pre-Bid Queries .................................................................... 52

    7 Annexure 2 – Formats for Submission of the Pre-Qualification Bid ............................... 53

    7.1 PRE-QUALIFICATION BID CHECKLIST ....................................................................................................... 53 7.2 PRE-QUALIFICATION BID COVERING LETTER ......................................................................................... 54 7.3 COMPANY PROFILE .................................................................................................................................. 56 7.4 CERTIFICATE / DOCUMENTS AGAINST PRE-QUALIFICATION CRITERIA (SECTION 4.6) ............................ 57 7.5 BIDDER’S EXPERIENCE - CLIENT CITATIONS ........................................................................................... 58 7.6 DECLARATION OF NON-BLACKLISTING .................................................................................................. 59 7.7 SELF-CERTIFICATE FOR PROJECT EXECUTION EXPERIENCE ..................................................................... 60 7.8 NO DEVIATION CERTIFICATE .................................................................................................................. 61

    8 Annexure 3 – Formats for Submission of the Technical Bid .......................................... 62

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    5 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    8.1 TECHNICAL BID CHECK-LIST .................................................................................................................. 62 8.2 TECHNICAL BID COVERING LETTER ........................................................................................................ 63 8.3 CREDENTIAL SUMMARY .......................................................................................................................... 65 8.4 BIDDER’S EXPERIENCE - CLIENT CITATIONS ........................................................................................... 66 8.5 TOTAL RESPONSIBILITY CERTIFICATE .................................................................................................... 67 8.6 OVERVIEW OF PROPOSED SOLUTION ....................................................................................................... 68 8.7 PROJECT PLAN ........................................................................................................................................ 69 8.8 MANPOWER PLAN ................................................................................................................................... 70

    8.8.1 Details of Resources proposed...................................................................................................... 72 8.9 COMPLIANCE TO REQUIREMENT (TECHNICAL / FUNCTIONAL SPECIFICATIONS) ...................................... 73 8.10 PROPOSED UNPRICED BILL OF MATERIAL .......................................................................................... 74 8.11 MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM .................................................................. 86 8.12 ANTI-COLLUSION CERTIFICATE ......................................................................................................... 87 8.13 NON-DISCLOSURE AGREEMENT ......................................................................................................... 88 8.14 SELF-DECLARATION BY BIDDER ......................................................................................................... 91 8.15 FORMAT FOR OEM DECLARATION ..................................................................................................... 92

    9 Annexure 4 – Format for Submission of Commercial Bid .............................................. 93

    10 Annexure 5 – Performance Bank Guarantee ................................................................ 94

    11 Annexure 6 - Consortium Agreement ........................................................................... 96

    12 Annexure 7 - Format for Power of Attorney to Authorize Signatory ............................... 98

    13 Annexure 8 - Format for Power of Attorney for Lead bidder of Consortium ................... 99

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    6 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Invitation to Proposal

    i. PCSCL hereby invites Proposals from reputed, competent and professional Information

    Technology (IT) companies, who meet the minimum eligibility criteria as specified in this bidding

    document for the “Selection of System Integrator for Supply, Installation, Testing,

    Commissioning and O&M for ICT led PCSCL Smart City Solutions” as detailed in the RFP

    document.

    ii. The complete bidding document shall be published on https://www.pcmcindia.gov.in and

    http://www.smartcitypimprichinchwad.in for the purpose of downloading. The downloaded

    bidding document shall be considered valid for participation in the electronic bidding process

    (e-Tendering) subject to the submission of required tender/ bidding document fee online.

    iii. Bidder is advised to study this RFP document carefully before submitting their proposals in

    response to the RFP Notice. Submission of a proposal in response to this notice shall be

    deemed to have been done after careful study and examination of this document with full

    understanding of its terms, conditions and implications.

    https://www.pcmcindia.gov.in/

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    7 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Important Dates

    Sl # Activity Deadline

    1. Release of RFP 21st May 2018

    2. Last date of receipt of queries on RFP 6th June, 2018 by 18:00 hrs

    3. Pre-bid Meeting date 8th June, 2018 at 12:00 hrs at PCMC Head Office

    4. Last date for submission of Bids 28th June, 2018 by 15:00 hrs

    5. Date of opening of technical bids 28th June, 2018 by 16:00 hrs

    6. Date of Technical Presentation by the Bidders

    To be intimated later

    7. Date of Opening of Commercial bids To be intimated later

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    8 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Definitions & Acronyms

    Terms Meaning

    AAA Authentication, Authorization, and Accounting

    AE Alarm and Events

    AMI Advanced Metering Infrastructure

    AMR Automated Meter Reading

    ANPR Automatic Number Plate Recognition

    API Application Programming Interface

    ATCC Automated Traffic Counting and Classification

    ATCS Adaptive Traffic Control System

    AVLS Automatics Vehicle Locating System

    BMS Building Management System

    BOD Biochemical Oxygen Demand

    BOM Bill of Material

    BOQ Bill of Quantities

    CAPEX Capital Expenditure

    CAT Category

    CCC Control Command Centre

    CCTV Closed Circuit Television Camera

    CLOS Clear Line of Sight

    CMDB Configuration Management Database

    CoAP Constrained Application Protocol

    COC City Operations Centre

    COD Chemical Oxygen Demand

    COP Common Operating Picture

    CPE Customer Premise Equipment

    CPU Central Processing Unit

    CVC Central Vigilance Commission

    DBA Database Administrator

    DC Data Centre

    DCU Data Concentrating Unit

    DMA District Metering Zone

    DNP Distributed Network Protocol

    DNS Domain Name System

    DO Dissolved Oxygen

    EAL Evaluation Assurance Level

    ECS Equivalent Car Space

    EMD Earnest Money Deposit

    EMS Enterprise Management System

    ERP Enterprise Resource Management

    ESR Elevated Storage Reservoir

    FAT Factory Acceptance Test

    FRS Facial Recognition System

    FY Financial Year

    GIS Geographical Information System

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    9 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Terms Meaning

    GoI Government of India

    GoM Government of Maharashtra

    GPRS General Packet Radio Service

    GPS Global Positioning System

    GSM Global System for Mobile Communication

    GSR Grounded Storage Reservoir

    GST Goods and Services Tax

    GUI Graphical User Interface

    HDA Historical Data Access

    HF High Frequency

    HHU Hand Held Unit

    HMI Human Machine Interface

    HR Human Resources

    HTTP Hyper Text Transfer Protocol

    HVAC Heating, Ventilation, and Air Conditioning

    IaaS Infrastructure as a Service

    ICS Interoperable Communication Switch

    ICT Information and Communication Technology

    IDS Intrusion Detection System

    IEG Intelligent Edge Gateway

    IoT Internet of Things

    IP Internet Protocol

    IPS Intrusion Prevention System

    IR Infrared

    ISE Ion Selective Electrodes

    ISM Industrial, Scientific and Medical

    ISO International Organization for Standardization

    ITIL Information Technology Infrastructure Library

    IVRS Interactive Voice Response System

    JSON JavaScript Object Notation

    KeDB Known Error Database

    KPI Key Performance Indicator

    LAN Local Area Network

    LED Light Emitting Diode

    LIU Light Interface Units

    LLP Limited Liability Partnership

    LOA Letter of Acceptance

    LOI Letter of Intent

    LPWAN Low Power Wide Area Network

    LTE Long Term Evolution

    MDAS Meter Data Acquisition System

    MDMS Meter Data Management System

    MID Measurement Instrument Directive

    MLD Million Litres Per Day

    MoHUA Ministry of Housing and Urban Affairs

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    10 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Terms Meaning

    MPCB Maharashtra Pollution Control Board

    MQTT Message Queuing Telemetry Transport

    MS Mild Steel

    MSV Mobile Surveillance Vehicle

    MTBF Mean Time Between Failure

    MTTR Mean Team to Repair

    NFPA National Fire Protection Association

    NMS Network Management System

    NOC Network Operations Centre

    O&M Operations and Maintenance

    OBD Out Bound Data

    OEM Original Equipment Manufacturer

    OFC Optical Fibre Cable

    OPC OLE for Process Control

    OPC DA OPC Data Access

    OPEX Operational Expenditure

    OS Operating System

    OSS Operations Support System

    OWASP Open Web Application Security Project

    PA Public Address

    PaaS Platform as a Service

    PAH Polycyclic Aromatic Hydrocarbon

    PAN Permanent Account Number

    PBG Performance Bank Guarantee

    PBX Private Branch Exchange

    PCI- DSS Payment Card Industry Data Security Standard

    PCMC Pimpri Chinchwad Municipal Corporation

    PCSCL Pimpri Chinchwad Smart City Limited

    PDU Power Distribution Unit

    PLC Programmable Logic Controller

    PMP Project Management Professional

    PO Purchase Order

    POC Proof of Concept

    PoP Point of Presence

    PSD Performance Security Deposit

    PSU Public Sector Undertaking

    PTZ Pan tilt zoom

    QR Quick Response

    RCA Root Cause Analysis

    REST Representational State Transfer

    RF Radio Frequency

    RFC Request for Change

    RFID Radio Frequency Identification

    RFP Request for Proposal

    RLVD Red Light Violation Detection

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    11 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Terms Meaning

    RTU Remote Terminal Unit

    SBR Sequential Batch Reactor

    SCADA Supervisory Control and Data Acquisition

    SI System Integrator

    SITC Supply, Installation, Testing and Commissioning

    SLA Service Level Agreement

    SMS Short Message Service

    SNMP Simple Network Management Protocol

    SOAP Simple Object Access Protocol

    SOP Standard Operating Procedure

    SRS System Requirement Specifications

    STP Sewerage Treatment Plant

    SWNM Smart Water Network Management

    SWM Solid Waste Management

    T1 Technical Envelope

    TAN Total Ammonia Nitrogen

    TCB Total Cost of Bid

    TCC Traffic Control Centre

    TCV Total Contract Value

    TOGAF The Open Group Architecture Framework

    TSP Telecom Service Provider

    TSS Total Suspended Solids

    TVDS Traffic Violation Detection System

    UAT User Acceptance Test

    UHF Ultra-High Frequency

    ULB Urban Local Bodies

    UPS Uninterruptible Power Supply

    USB Universal Serial Bus

    UT Union Territory

    UV Ultra Violet

    VAT Value Added Tax

    VEE Validating, Editing and Estimating

    VHF Very High Frequency

    VLAN Virtual LAN

    VMD Variable Message Display

    VMS Video Management System

    WAN Wide Area Network

    Wi-Fi Wireless Fidelity

    WO Work Order

    WTP Water Treatment Plant

    XML Extensible Mark-up Language

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    12 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    1. Introduction

    1.1. About Pimpri Chinchwad Smart City Limited

    Pimpri Chinchwad is a twin city to Pune located south-east of Mumbai, and is the fifth most populated

    city of Maharashtra. The population of Pimpri-Chinchwad as per 2001 Census was 10.23 lakhs and

    has reached 17.29 lakhs in the year 2011. Currently, the population of Pimpri Chinchwad stands at

    approximately 22 lakhs as of 2018.

    Pimpri Chinchwad has a thriving industrial belt, primarily consisting of engineering and automobile

    industries with over 6,000 industrial units in the large, medium and small sectors dotting its

    landscape. Pimpri-Chinchwad is one of the best developed industrial belt of Maharashtra

    accommodating many reputed industrial houses and business conglomerates of the country.

    Present day Pimpri Chinchwad is thriving suburbs of Pune situated along the NH-4 (Pune -Mumbai

    Highway) and the areas are being developed due to emergence of Hinjewadi IT Park and the NH-4

    Bypass. Nodes like Dapodi, Kasarwadi, Pimpri, Chinchwad, Pradhikaran and Nigdi, which

    developed along NH-4 have a distinctly industrial feel due to the presence of large industrial

    campuses and MIDC areas whereas areas like Wakad, Pimple Saudagar, Pimple Nilakh and Sangvi

    developed later and are predominantly residential suburbs catering to the workforce at Hinjewadi IT

    Park.

    The Pimpri Chinchwad city is managed and governed by the Pimpri Chinchwad Municipal

    Corporation (PCMC), established in the year 1982. The Maharashtra Municipal Corporations Act,

    bestows the responsibility of providing basic infrastructure and services viz. water supply, drainage,

    sewerage, roads and services such as conservancy, firefighting, street lighting, education and

    primary health upon PCSCL.

    1.2. Project Profile

    Ministry of Housing and Urban Affairs (MoHUA), Government of India (GoI) has embarked on the

    Smart Cities Mission programme that aims at bringing about urban transformation for cities. The

    objective is to drive economic growth and improve the quality of life for the citizens by enabling local

    development and harnessing technology as a means to create smart outcomes.

    Pimpri Chinchwad City has been shortlisted under Ministry of Housing and Urban Affairs (MoHUA),

    Government of India, Smart City Mission programme, as part of Round 3 selection, wherein Pimpri

    Chinchwad Municipal Corporation (PCMC), as part of its Pan-City Proposal, has identified various

    ICT led Smart City Initiatives like City Network, Smart Water, Smart Sewerage, Smart Traffic, Smart

    Parking, Smart Environment, CCTV Surveillance to name a few, details are captured in the below

    figure.

    PCMC has formulated a city level SPV i.e. Pimpri Chinchwad Smart City Limited (PCSCL),

    registered under the Companies Act 2013, which shall be receiving the funds from the Central

    Government, State Government and ULB for execution of all the identified Smart City Initiatives.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    13 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    The Pimpri Chinchwad Smart City project draws heavily upon digital network, smart sensors,

    advanced analytics and IT solutions, which would be able to provide city dwellers an innovative and

    electronically connected ecosystem with much improved service efficiency. Of equal importance is

    the provisioning of real-time data management, alerts, forecasting and information processing for

    the city administration and allowing city planners to develop more meaningful programmes.

    PCSCL, as part of this RFP, intends to implement below mentioned solutions with the following key

    objectives:

    City Network (Active): The network backbone shall provide a converged network, bringing

    together different city management vertical solutions on a common network infrastructure for

    Pimpri-Chinchwad. The converged network shall facilitate information exchange between

    resources and applications across different domains. It will be an end-to-end open platform

    enabling services across the city.

    City Surveillance: A city-wide surveillance system to ensure public safety, prevent crimes and

    maintain law & order

    Smart Water: To generate water bills by integrating smart meter data acquired from Smart

    Water Meters with existing Water Billing Application

    Smart Sewerage: An integrated sewer supply system and lifecycle management of Sewage

    Network from COC to monitor the quality of treatment

    Smart Traffic : To establish Intelligent Traffic Management System to bring out more efficiency

    and better day to day traffic management

    Social Media Analytics: To build a platform and dashboard to gather and analyse various

    multi-structured data generated by the citizens via multiple platforms

    Smart City Mobile App: To create a real time user friendly single window service delivery

    system in the city

    Smart Environment: To install sensors at field locations and deployment of Central

    Environment System at the City Operation Centre

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    14 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    Smart Parking: To provide a seamless, efficient, citizen-friendly, cost and time effective

    parking operation for the City

    Setting of City Operation Centre, Command Control Centre, Server Room, Network

    Operation Centre and Traffic Control Centre: Monitoring, controlling and operating all the

    above-specified Smart City Components through the establishment of respective Operation

    centres.

    1.2.1. City Network (Active Component)

    The network backbone is expected to provide a converged network, bringing together different city

    management vertical solutions on a common network infrastructure for Pimpri-Chinchwad. The

    converged network shall facilitate information exchange between resources and applications across

    different domains. It will be an end-to-end open platform enabling services across the city.

    An overarching OFC-based network is being planned as part of Pimpri-Chinchwad Smart City initiative,

    which forms the backbone for all the envisaged applications. The network architecture being proposed,

    will comply with the best practices and industry standards to ensure high availability, scalability,

    manageability and security for the information, services and solutions being managed on the network.

    The designed network shall provide uninterrupted services across the Pimpri-Chinchwad City

    connecting seamlessly with various stakeholders. With the capability to handle high bandwidth

    applications with low latency, the network forms the pivot for ICT based Smart City interventions in

    Pimpri Chinchwad city.

    The city network backbone based last mile connectivity has been provisioned at each of the city network

    PoP along with the last mile connectivity at each of the IoT device/sensor level.

    1.2.2. City Surveillance for PCSCL Smart City

    Protecting citizens and ensuring public safety is one of the topmost priority of any Government.

    Governments and law enforcement agencies require advanced security solutions to effectively fight

    threats from activities of terrorism, organized crime, vandalism, burglary, random acts of violence, and

    all other forms of crime. Video surveillance is a fitting solution to commence the journey of government

    and law enforcement agencies in implementing advanced security for public safety.

    The proposed CCTV Surveillance System is designed to accumulate intelligence through data

    collection via extensive CCTV installations, smart traffic sensors and crime prediction software so as to

    enable intelligence policing. This set-up can aid in significantly improving the type and volume of

    information that is relied upon by law enforcement authority when dealing with crimes.

    The system shall have the ability to monitor, detect and record any criminal activity including theft, traffic

    violations, vandalism to name a few.

    1.2.3. Smart Water

    The proposed Smart Water Network Management (SWNM) system shall involve supply, installation,

    testing and commissioning of Smart Water AMI System. It shall provide integration of smart meter data

    acquired from Smart Water Meters with existing Water Billing Application to generate Water Bills.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    15 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    SWNM shall also involve supply, installation, testing and commissioning of SCADA Application for

    monitoring and controlling the water distribution system along with integration of existing SCADA at

    other locations.

    The SWNM shall also involve Supply, Installation, Testing and Commissioning of Online Water Quality

    Monitoring Stations and provide interface to citizens through web and mobile platforms for water quality

    data in the city.

    It shall ensure preventive maintenance of all the pumps at pumping stations based on real-time energy

    audit of electrical measurements and other pump’s efficiency related parameters.

    1.2.4. Smart Sewerage

    The proposed vision of the project is to implement holistic and integrated sewer supply system for Pimpri

    Chinchwad under the smart city program. It includes lifecycle management of Sewage Network from

    COC, monitoring the quality of treatment and processing at inlet and discharge, increasing operational

    efficiency of the Sewage Network with a centralized control monitoring system, energy audit and

    preventive maintenance of pumps, automation of chlorine and polyelectrolyte dosing systems & safety

    and security of assets and infrastructure.

    1.2.5. Smart Traffic

    PCSCL in collaboration with Pune Police intends to adopt Smart ICT led interventions in the area of

    Traffic Management to bring more efficiency and better management of day-to-day traffic scenario at

    Pimpri Chinchwad area.

    The Intelligent Traffic Management System shall enable Traffic Law Enforcement through the smart

    ICT led interventions like Automatic Number Plate Recognition System and Red Light Violation

    Detection, wrong way & wrong parking detection, speed detection, zebra crossing/stop line violation

    etc.

    The system shall improve & regulate traffic signals allowing real time traffic density to be monitored by

    adopting Adaptive Traffic Control Systems at the selected traffic junctions. It shall also help the city

    authorities understand the traffic patterns prevailing across the city; plan and manage events in Pimpri-

    Chinchwad city based on historical and real-time data by incorporating data analytics. It shall also

    enable stakeholders and citizens to be abreast with all latest traffic updates in real-time at regular and

    critical travel advisories.

    1.2.6. Social Media Analytics

    The Social Media Analytics platform shall gather and analyse various multi-structured data generated

    by the citizens via multiple platforms. It shall cater to various needs of PCSCL like, need of an effective

    citizen engagement dashboard through online mediums such as social media channels, need to

    analyse citizens’ view for better decision and administrative support, citizens’ reaction on

    implementation of various schemes etc. It shall also help to get proactive alerts on security / crisis /

    sensitive activities for better safety & administration. These platforms are very effective for faster and

    easier communication with the citizens.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    16 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    1.2.7. Smart City Mobile App

    The proposed Smart City Mobile App shall create a real time user friendly single window service delivery

    system in the city comprising of various governance, informative, navigational & transactional services.

    The Smart City App shall be based on the Mobile Service Delivery Platform, which shall host various

    existing and forthcoming services on the city pertaining to domains like Waste, Mobility, Utilities,

    Emergency, Environment, Traffic etc. It shall also offer community discussion platform for city dwellers

    to interact with the city administration and shall present the real time status, alerts, intimations etc. on

    various useful city services/parameters with respect to aforesaid domains.

    1.2.8. Smart Environment

    The proposed Smart Environment system shall involve installation of Smart Environment sensors for

    Air Quality, Weather, Lights & Noise level monitoring at field locations and deployment of Central

    Environment System at the City Operation Centre of PCSCL. The real time environment and city health

    status, alerts, notifications shall be communicated to the citizens via Digital Display Unit and Smart City

    Mobile App. It shall also enable decision makers to analyse the current scenario, perform cross-domain

    impact assessment, prediction/trend analysis etc. to further streamline the corrective measures.

    1.2.9. Smart Parking

    The proposed Smart Parking System shall provide a seamless, efficient, citizen-friendly, cost and time

    effective parking operation for Pimpri Chinchwad City and implement a holistic and integrated Smart

    Parking System, which shall result in creating better parking experience for the citizens. The system

    further focuses on making use of parking more efficiently by reducing illegal parking, revenue leakages,

    manpower cost etc. The system shall reduce traffic congestion and greenhouse gases caused during

    searching for parking space, increase revenue collection through managed parking, provide real time

    tracking of available parking space on mobile and VMD, payment collection reconciliation and trend

    analysis, which shall facilitate better urban planning.

    1.2.10. Operation Centres

    With a view of enabling respective stakeholders to operate all the above-specified Smart City

    Components, following Operations Centres have been proposed:

    1. City Operations Centre (COC)

    2. Command and Control Centre for City Surveillance (CCC)

    3. Network Operations Centre (NOC)

    1.2.10.1 City Operations Centre

    The City Operation Centre shall facilitate with a viewing and controlling mechanism for selected field

    locations in a fully automated environment for optimized monitoring, regulation and enforcement of

    services. The City Operation Centre shall be accessible by the operators and concerned authorized

    entities with necessary authentication credentials. The City Operation Centre shall be used and manned

    by the PCSCL/PCMC officers to keep surveillance on civil issues.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    17 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    1.2.10.2 Command and Control Centre for City Surveillance

    Command Control Centre shall be the central location operations centre to monitor all the camera feeds

    being received. It can also be the response mechanism centre for all the events triggered from various

    applications on the cameras along with the GIS map, which can provide the location co-ordinates for

    facilitating response mechanism as per user defined SOP for events. The centre can also facilitate

    integration of existing disparate systems like Dial 100 and other Data base applications as and when

    available. The entire process can be monitored using an IoT platform, which can integrate with all the

    different sensors/devices. Command Control Centre can also facilitate the Server room, which stores

    the hardware required to record and trigger events using Video Management Software, Video Analytics,

    Automatic Number Plate Recognition System, Red Light Violation Detection System, Face Recognition

    System and storage of the video feed data.

    1.2.10.3 Network Operating Centre

    It is proposed that a Network Operations Centre (hereinafter referred to as “NOC”) shall be established

    for monitoring the network infrastructure laid as part of City Network Backbone across all locations. The

    NOC shall analyse network problems, perform troubleshooting, communicate with various PCSCL/

    PCMC officials or technicians and track problems through resolution. The key objective of the NOC is

    to ensure the health and availability of components. When necessary, NOC shall escalate problems to

    the appropriate stakeholders. The SI shall develop service catalogue for NOC and get a sign off on the

    same from purchaser / authorized entity.

    1.3 RFP Format

    The intent of this RFP is to invite bids from the Bidders for SITC and O&M for establishing ICT Led

    Systems for the Smart City Project.

    The Request for Proposal (RFP) consists of three volumes viz:

    RFP Volume 1: Structure of Proposal & Bid Process Specifications

    Volume 1 details the instructions with respect to the bid process management, technical

    evaluation framework, and the technical & financial forms.

    RFP Volume 2: Scope of Work including Functional & Technical Specifications

    Volume 2 of the RFP provides information regarding the Project Implementation Plan,

    business requirements/applications to be covered and corresponding process related

    documentation, scope of work for the selected bidder and functional requirements.

    RFP Volume 3: Legal Specifications

    Volume 3 contains the contractual, legal terms & conditions applicable for the proposed

    engagement.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    18 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    1.4 Datasheet

    Sl # Item Description

    1. Method of Selection

    The method of selection is L1. The Contract shall be awarded to the bidder quoting the lowest ‘Total Price’ post technical qualification. Prices inclusive of applicable taxes, levies etc. shall be considered for arriving at L1 price.

    2. Availability of RFP Documents

    Download from https://www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in

    3. Date of RFP Issuance 21st May 2018

    4. Tender document fee (Non-refundable and Not –exempted)

    INR 50,000 (INR Fifty Thousand only) through e-Tendering portal

    5. Bid Security/Earnest Money Deposit (EMD)

    INR 4,20,00,000 (INR Four Crores Twenty Lacs only) through e-Tendering portal

    6. Last date and time for Submission of Pre-Bid Queries

    8th June, 2018 by 18:00 hrs

    7. Pre-Bid Conference time, date, & venue

    12th June, 2018 at 12:00 hrs at Standing Committee Conference Room, 3rd Floor, PCMC Main Building, Mumbai-Pune Road, Pimpri, Maharashtra – 411018

    8. Posting of responses to queries (on website)

    https://www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in/

    9. Last Date and time for Bid/Bid submission (On or before)

    28th June, 2018 by 15:00 hrs

    10. Date of opening of technical bids

    28th June, 2018 by 16:00 hrs

    11. Bid validity Bid must remain valid up to 180 (One Hundred & Eighty) days from the actual date of submission of the Bid.

    12. Currency Currency in which the Bidders may quote the price and shall receive payment is INR only.

    13. Name and Address for Correspondence

    The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), 4th Floor, PCMC Main Building, Pimpri, Maharashtra – 411018 Tel: 020 – 67333333, 67331120 Fax: 020 - 27425600, 67330000 e-Mail ID: [email protected]

    https://www.pcmcindia.gov.in/https://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/mailto:[email protected]

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    19 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    2 Instruction to Bidders

    2.1 General

    PCSCL has adopted a two-stage process (referred to as the "Bidding Process") for selecting Bidders

    for the award of the Project through the e-tendering system. The Bidding Process shall comprise of two

    steps, the first relating to qualification of the Bidder and the second relating to the Commercial Proposal

    of the Bidder. As part of the Bidding Process, the Bidders are being called upon to submit their Bids

    through the e-tendering system of PCSCL in accordance with the terms specified in the Bidding

    Documents. Registered Bidders should submit their offer by the way of e-tendering System only. The

    official shall guide the interested Bidder to document the authorization process & to obtain the

    Registration Key.

    Notes of e-Tendering:

    a. All eligible interested Bidders, who want to participate in e-tendering process should get

    enrolled on PCSCL’s e-tendering portal www.pcmcindia.gov.in and

    http://www.smartcitypimprichinchwad.in

    b. Bidder shall contact, for details or any difficulties in submission of online tenders, if any, the

    CEO, PCSCL

    c. It is compulsory for all participants to submit all documents online.

    d. It is compulsory to submit cost of Tender Form Fee and Earnest Money deposit only in the form

    of Online Payment. Detailed terms and conditions are displayed on the portal -

    www.pcmcindia.gov.in

    e. Right to reject any or all online bids of work without assigning any reasons thereof are reserved

    with the CEO, PCSCL.

    f. While every effort has been made to provide comprehensive and accurate background

    information and requirements and specifications, Bidders must form their own conclusions

    about the solution needed to meet the requirements. Bidders and recipients of this RFP may

    wish to consult their own legal advisers in relation to this RFP.

    g. All information supplied by Bidders may be treated as contractually binding on the Bidders, on

    successful award of the assignment by the Purchaser on the basis of this RFP.

    h. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written

    contract has been executed by or on behalf of the Purchaser. Any notification of preferred

    Bidder status by the Purchaser shall not give rise to any enforceable rights by the Bidder. The

    Purchaser may cancel this public tendering at any time prior to a formal written contract being

    executed by or on behalf of the Purchaser.

    i. This RFP supersedes and replaces any previous public documentation & communications, and

    Bidders should place no reliance on such communications.

    2.2 Eligible Bidders

    Bids may be submitted by a Sole Bidder or by a lead bidder in case of a consortium as per the eligibility

    norms set forth in this RFP document.

    2.3 Compliant Bids / Completeness of Response

    a. Bidders are advised to study all instructions, forms, terms, requirements and other information

    in the RFP documents carefully. Submission of the bid shall be deemed to have been done

    http://www.pcmcindia.gov.in/http://www.pcmcindia.gov.in/

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    20 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    after careful study and examination of the RFP document with full understanding of its

    implications.

    b. Failure to comply with the requirements of this paragraph may render the bid non-compliant

    and the Bid may be rejected. Bidders must:

    i. Include all documentation in the bid, specified in this RFP

    ii. Follow the format of this RFP while developing the bid and respond to each element in

    the order, as set out in this RFP

    iii. Comply with all requirements as set out within this RFP

    2.4 Code of Integrity

    No official of a procuring entity or a bidder shall act in contravention of the codes, which includes:

    a. Prohibition of:

    i. Making offer, solicitation or acceptance of bribe, reward or gift or any material benefit,

    either directly or indirectly, in exchange for an unfair advantage in the Tendering process

    or to otherwise influence the Tendering process.

    ii. Any omission, or misrepresentation that may mislead or attempt to mislead so that financial

    or other benefit may be obtained or an obligation avoided.

    iii. Any collusion, bid rigging or anticompetitive behaviour that may impair the transparency,

    fairness and the progress of the Tendering process.

    iv. Improper use of information provided by the procuring entity to the bidder with an intent to

    gain unfair advantage in the Tendering process or for personal gain.

    v. Any financial or business transactions between the bidder and any official of the procuring

    entity related to tender or execution process of contract;

    vi. Which can affect the decision of the procuring entity directly or indirectly.

    vii. Any coercion or any threat to impair or harm, directly or indirectly, any party or its property

    to influence the Tendering process.

    viii. Obstruction of any investigation or auditing of the Tendering process.

    ix. Making false declaration or providing false information for participation in a tender process

    or to secure a contract;

    b. Disclosure of conflict of interest.

    c. Disclosure by the bidder of any previous transgressions made in respect of the

    i. Provisions of sub-clause (a) with any entity in any country during the last three years

    ii. Or of being debarred by any other procuring entity.

    In case of any reported violations, the procuring entity, after giving a reasonable opportunity of being

    heard, comes to the conclusion that a bidder or prospective bidder, as the case may be, has

    contravened the code of integrity, may take appropriate measures.

    2.5 Bidder to Inform

    The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service Levels,

    Specifications, and Schedules of this RFP. If bidder has any doubts/clarifications as to the meaning of

    any portion of the Conditions or the specifications, he shall, before the last date for Submission of Pre-

    Bid Queries, set forth the particulars thereof and submit to Purchaser in writing so that the doubts may

    be removed or clarifications are provided.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    21 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    2.6 Pre-bid meeting & Clarification

    2.6.1 Bidders Queries

    a) Any clarification regarding the RFP document and any other items related to this project

    can be submitted to PCSCL as per the submission mode and timelines mentioned in the

    RFP Datasheet.

    b) Any request(s) for clarifications post the indicated date and time shall not be entertained

    by PCSCL. Further, PCSCL shall reserve the right to issue clarifications.

    c) The queries of only those bidders would be considered, who shall send the same to e-mail

    IDs provided in the RFP Datasheet.

    d) It is necessary that the pre-bid queries must be submitted in excel sheet format, along with

    name and details of the organization submitting the queries as mentioned in Annexure I.

    2.6.2 Pre-Bid Conference

    PCSCL shall hold a pre-bid meeting with the prospective bidders as mentioned in the RFP Data Sheet.

    The bidders are expected to submit the pre-bid queries one day prior to the date of Pre-bid conference

    mentioned in the RFP Datasheet. PCSCL may not respond to the pre-bid queries posted after the last

    day, and the bidder shall not claim for non-response of the pre-bid queries.

    2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum

    a) The Nodal Officer notified by the Purchaser shall endeavour to provide timely response to

    all queries. However, Purchaser makes no representation or warranty as to the

    completeness or accuracy of any response made in good faith, nor does Purchaser

    undertake to answer all the queries that have been posed by the Bidders.

    b) At any time prior to the last date for receipt of bids, Purchaser may, for any reason, whether

    at its own initiative or in response to a clarification requested by a prospective Bidder,

    modify the RFP Document by a corrigendum.

    c) The corrigendum (if any) & clarifications to the queries from all Bidders shall be posted on

    the www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in.

    d) Any such corrigendum shall be deemed to be incorporated into this RFP.

    e) In order to provide prospective Bidders reasonable time for taking the corrigendum into

    account, the Purchaser may, at its discretion, extend the last date for the receipt of

    Proposals.

    2.7 Bid Validity Period

    Bid shall remain valid for the time mentioned in the RFP Datasheet. In exceptional circumstances, at

    its discretion, PCSCL may solicit the Bidder’s consent for an extension of the validity period. The request

    and the response shall be made in writing.

    2.8 Firm Prices

    a) Prices quoted must be firm and final and shall remain constant throughout the period of

    the contract and shall not be subject to any upward modifications, on any account

    whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only.

    b) The Commercial Bid should clearly indicate the price to be charged without any

    qualifications whatsoever and should include all taxes, duties, fees, levies, works contract

    http://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    22 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    tax and other charges as may be applicable in relation to the activities proposed to be

    carried out.

    c) The taxes quoted in the offer should be as per the prevailing tax rates.

    d) A proposal submitted with an adjustable price quotation or conditional proposal shall be

    treated as non-responsive and the bid may be rejected.

    2.9 Bid Prices

    a) The Bidders shall indicate the unit rates and total Bid Prices of the equipment/ services, it

    proposes to provide under the Contract. Prices should be shown separately for each item

    as required in the RFP.

    b) Bidder should provide all prices as per the prescribed Commercial Bid format provided in

    the Tendering Portal.

    c) The Bidders shall prepare the bid based on details provided in the tender documents. It

    must be clearly understood that the Scope of Work is intended to give the Bidders an idea

    about the order and magnitude of the work and is not in any way exhaustive and

    guaranteed by PCSCL. The Bidders shall carry out all the tasks in accordance with the

    requirement of the tender documents and it shall be the responsibility of the Bidders to

    fully meet all the requirements of the tender documents.

    d) If at any stage, during the contract, if Purchaser identifies that the approach/ project plan/

    schedule/ work conducted does not meet the functional requirements, conceptual design,

    performance requirements/ SLA, and other requirements of Tender, the Bidders shall

    revise the required work plan/ approach/quality of work as required. No additional cost

    shall be reimbursed for the bidder for the same.

    e) The price would be inclusive of all taxes, duties, charges and levies payable under

    respective statutes.

    3 Key Requirements of Bid

    3.1 Right to Terminate the Process

    a) PCSCL may terminate the RFP process at any time and without assigning any reason.

    PCSCL makes no commitments, express or implied, that this process shall result in a

    business transaction with anyone.

    b) This RFP does not constitute an offer by PCSCL. The bidder's participation in this process

    may result in PCSCL selecting the bidders to engage towards execution of the contract.

    3.2 RFP Document Fees and Purchase

    a) The Bidders shall download the tender document from the e-Tendering website as

    mentioned in the Proposal Datasheet above. The downloading of the tender documents

    shall be carried out strictly as provided on the web site.

    b) Tender Fee of requisite amount, as per Datasheet, shall be paid online through e-

    Tendering portal.

    c) Without the payment of tender fee, the bids shall be considered as incomplete and non-

    responsive and shall not be considered.

    d) The RFP document fee is non-refundable and not exempted.

    e) Proposals received without tender fee receipt shall be rejected.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    23 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    3.3 Earnest Money Deposit (EMD)

    a) EMD, which is required to protect the PCSCL against the risk of Bidders conduct,

    which would warrant the EMD forfeiture, of requisite amount as per Factsheet/Datasheet,

    shall be paid online (net banking only) via Tendering portal.

    b) No exemption for submitting the EMD shall be given to any agency. EMD in any other form

    shall not be entertained.

    c) The EMD of all unsuccessful bidders would be refunded by PCSCL after submission of

    Performance Bank Guarantee by the successful bidder.

    d) The EMD of the successful bidder would be returned upon submission of Performance

    Bank Guarantee, by the successful bidder. The EMD amount is interest free and shall be

    refundable without any accrued interest on it.

    e) Proposals not accompanies with the EMD or containing EMD with infirmity(ies) (relating to

    the amount or validity period etc.), mentioned above, shall be summarily rejected.

    f) The EMD may be forfeited:

    If a bidder withdraws its bid during the period of bid validity.

    A successful Bidder fails to sign the subsequent contract in accordance with this

    RFP

    The Bidder being found to have indulged in any suppression of facts, furnishing of

    fraudulent statement, misconduct, or other dishonest or other ethically improper

    activity, in relation to this RFP

    A Proposal contains deviations (except when provided in conformity with the RFP)

    conditional offers and partial offers.

    3.4 Submission of Proposal

    Bidders should submit their responses as per the procedure specified in the e-Tendering portal

    (www.pcmcindia.gov.in or http://www.smartcitypimprichinchwad.in) being used for this purpose.

    Generally, the items to be uploaded on the portal would include all the related documents mentioned in

    this Model RFP, such as:

    Tender Fee

    EMD

    Pre-qualification Proposal

    Technical Proposal

    Financial proposal

    However, each of the above documents must be uploaded in the format specified for this purpose and

    as per the specified folder structure in the e-Tendering portal.

    The bidder must ensure that the bid is digitally signed by the Authorized Signatory of the bidding firm

    and has been duly submitted (freeze) within the submission timelines. The PCSCL shall in no case be

    responsible if the bid is not submitted online within the specified timelines.

    All the pages of the Proposal document must be sequentially numbered and must contain the list of

    contents with page numbers. Any deficiency in the documentation may result in the rejection of the

    Bidder’s Proposal.

    http://www.pcmcindia.gov.in/

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    24 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    3.5 Bid Preparation costs

    The Bidder shall be responsible for all costs incurred in connection with participation in the RFP process,

    including, but not limited to, costs incurred in conduct of informative and other diligence activities,

    participation in meetings/discussions/presentations, preparation of proposal, in providing any additional

    information required by Purchaser to facilitate the evaluation process, and in negotiating a definitive

    contract or all such activities related to the bid process.

    Purchaser shall in no event be responsible or liable for those costs, regardless of the conduct or

    outcome of the bidding process.

    3.6 Language

    The proposal should be filled by the bidders in English language only. If any supporting documents

    submitted are in any language other than English, translation of the same in English language is to be

    duly attested by the bidders. For purposes of interpretation of the documents, the English translation

    shall govern.

    3.7 Discount

    The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with

    the quoted prices. Discount of any type, indicated separately, shall not be taken into account for

    evaluation purpose. However, in the event of such an offer, without considering discount, is found to be

    the lowest, PCSCL shall avail such discount at the time of Award of Contract. For future purposes, unit

    prices of all individual components shall be discounted accordingly (by the overall discount % in case

    overall discount % is given or by the individual component discount % in case item wise discount given)

    to arrive at component-wise unit prices.

    3.8 Only One Proposal and One Solution

    If a Bidder, sole, lead or consortium member, submits or participates in more than one Proposal and /

    or presents more than one Solution, such Bidders shall be disqualified.

    3.9 Authentication of Bids

    The Proposal should be accompanied by a Power-of-Attorney in the name of the signatory of the

    Proposal.

    3.10 Bidders Authorization

    a) The "Bidders" as used in the tender documents shall mean the one who has signed the Tender

    Forms. The Bidders may be either the Principal Officer or his duly Authorized Representative,

    in either cases, he/she shall submit a power of attorney. All certificates and documents

    (including any clarifications sought and any subsequent correspondences) received hereby,

    shall be furnished and signed by the representative or the principal.

    b) The authorization shall be indicated by written power-of-attorney accompanying the bid.

    c) Any change in the Principal Officer shall be intimated to PCSCL in advance

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    25 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    3.11 Amendment of request for proposal

    a) At any time prior to the deadline for submission of proposals, PCSCL, for any reason, may

    modify the RFP by amendment notified by uploading it on the e-tendering portal and such

    amendment shall be binding on them. PCSCL, at its discretion may extend the deadline for the

    submission of proposals.

    b) PCSCL reserves the right to change the scope before opening of Technical bids. In this case,

    PCSCL shall release a corrigendum/clarification and ask the bidders to resubmit their Technical

    bids.

    3.12 Local Conditions

    a) It shall be incumbent upon each Bidder to fully acquaint himself with the local conditions and

    other relevant factors, which would have any effect on the performance of the contract and / or

    the cost.

    b) The Bidders are expected to obtain for himself on his own responsibility all information that may

    be necessary for preparing the bid and entering into contract. Obtaining such information shall

    be at Bidders own cost.

    c) Failure to obtain the information necessary for preparing the bid and/or failure to perform

    activities that may be necessary for the providing services before entering into contract shall in

    no way relieve the successful Bidders from performing any work in accordance with the Tender

    documents.

    d) It shall be imperative for each Bidder to fully inform themselves of all legal conditions and

    factors, which may have any effect on the execution of the contract as described in the bidding

    documents. PCSCL shall not entertain any request for clarification from the Bidders regarding

    such conditions.

    e) It is the responsibility of the Bidders that such factors have properly been investigated and

    considered while submitting the bid proposals and that no claim whatsoever including those for

    financial adjustment to the contract awarded under the bidding documents shall be entertained

    by PCSCL and that neither any change in the time schedule of the contract nor any financial

    adjustments arising thereof shall be permitted by the PCSCL on account of failure of the Bidders

    to appraise themselves of local laws and site conditions.

    3.13 Venue & Deadline for Submission of Proposals

    Proposals, in its complete form in all respects as specified in the RFP, must be submitted online before

    last date and time of submission, to PCSCL at the portal specified in Proposal Factsheet/Datasheet.

    3.14 Proposals submitted after designated time of submission

    a) Bids submitted after the due date shall not be accepted by the e-Tendering system

    (www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in), and hence shall

    automatically be rejected. The Purchaser shall not be responsible for any delay in the online

    submission of the proposal.

    b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No

    correspondence shall be entertained on this matter.

    c) The Purchaser shall not be responsible for any postal delay or non-receipt/ non-delivery of the

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

    d) PCSCL reserves the right to modify and amend any of the above-stipulated condition/criterion

    depending upon project priorities vis-à-vis urgent commitments.

    http://www.pcmcindia.gov.in/

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    26 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    3.15 Deviations

    Bids shall be submitted strictly in accordance with the requirements and terms & conditions of the RFP.

    The Bidder shall submit a No Deviation Certificate as per the format mentioned in Section 7.8. The bids

    with deviation(s) are liable for rejection.

    3.16 Modification and Withdrawal of Bids

    a) No bid may be altered / modified after submission to the PCSCL. Unsolicited correspondences

    in this regard from Bidders shall not be considered.

    b) No bid may be withdrawn in the interval between the last date for receipt of bids and the expiry

    of the bid validity period specified by the Bidders in the Bid.

    c) Withdrawal of a bid during this interval may result in the Bidders forfeiture of its EMD.

    3.17 Reveal of Prices

    Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing

    which the offer shall be liable to be rejected.

    3.18 Address for Correspondence

    The Bidders shall designate the official mailing/e-mail address, place and fax number to which all

    correspondence shall be sent by the PCSCL.

    3.19 Contacting the PCSCL

    a) No Bidders shall contact the PCSCL on any matter relating to its bid, from the time of the bid

    opening to the time the Contract is awarded.

    b) Any effort by a Bidders to influence the PCSCL’s bid evaluation, bid comparison or contract

    award decisions shall result in the rejection of the Bidders bid.

    3.20 Pimpri Chinchwad Site Visit by Bidder

    a) The Bidder may visit and examine any of the offices and other locations of PCSCL/PCMC at a

    time to be agreed with PCSCL, and obtain all information on the existing processes and

    functioning of the project that may be necessary for preparing the Bid document. The Bidder

    may carry out this site visit as per the date and time specified in Bid schedule. The visit may

    not be used to raise questions or seek clarification on the RFP. The cost of such visits to the

    site (s) shall be at the Bidder's own expense.

    b) The PCSCL shall arrange for the Bidder and any of its personnel or agents to gain access to

    the relevant site or sites, provided that the Bidder gives the PCSCL adequate notice of a

    proposed visit of at least seven (7) working days. Alternatively, the PCSCL may organize a site

    visit or visits concurrently with the pre-bid meeting, as specified in the RFP. Failure of a Bidder

    to make a site visit shall not be a cause for its disqualification.

    c) No site visits shall be arranged or scheduled after the deadline for the submission of the Bids

    and prior to the Award of Contract.

  • Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT

    led PCSCL Smart City Solutions

    27 | P a g e Volume – I - Structure of Bid & Bid Process Specifications

    3.21 Bidder Related Conditions

    a) The bidder shall prepare the bid based on details provided in the RFP documents. It must be

    clearly understood that the quantities, specifications and diagrams that are included in the RFP

    document are intended to give the bidder an idea about the scope and magnitude of the work

    and are not in any way exhaustive and guaranteed by PCSCL.

    b) The bidder is expected to ensure that the solution proposed by him meets the functional

    requirements, conceptual design, performance requirements and other RFP requirements.

    Performing of any activity required to design an optimal solution shall be at bidder’s own cost.

    c) The bidder shall carry out the sizing of the solution based on internal assessment and analysis,

    which may include the use of modelling techniques wherever necessary.

    d) The bidder must propose a solution best suited to meet the requirements of the PCSCL If,

    during the sizing of the solution, any upward revisions of the specifications and/or quantity as

    given in this RFP document, are required to be made to meet the conceptual design and/or

    requirements of RFP, all such changes shall be included in the technical proposal and their

    commercial impact, thereof, included in the commercial bid.

    e) If, during the sizing of the solution, any additional product that is not listed in the RFP document

    is required to be included to meet the conceptual design, performance requirements and other

    requirements of RFP, all such product(s) should be included by the bidder in the technical

    proposal and their commercial impact, thereof, included in the commercial bid.

    f) PCSCL shall in no case be responsible or liable for any costs associated with the design/sizing

    of the proposed solution, regardless of the conduct or outcome of the Tendering process.

    g) If at any stage during the currency of the contract, the solution proposed does not meet the

    functional requirements, conceptual design, performance requirements/SLA, and other

    requirements of the RFP, the bidder shall revise the required specifications and/or quantities

    as proposed by the bidder in his bid in order to meet the said objectives/targets. All such

    provisions shall be made by the bidder within the lump sum contract price, at no extra cost to

    PCSCL and without any impact to PCSCL whatsoever.

    h) It is mandatory to provide the break-up of all components in the format specified in the RFP. In

    no circumstances shall the commercial bid be allowed to be changed / modified.

    i) It is mandatory to provide break-up of all taxes, duties and levies wherever applicable and/or

    payable. The bid amount shall be inclusiv