tender no. 08 request for proposal (rfp) for pimpri ... · pimpri chinchwad smart city limited...

600
Tender No. 08 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: truongdiep

Post on 24-Jan-2019

228 views

Category:

Documents


2 download

TRANSCRIPT

Tender No. 08

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

http://mahatenders.gov.in

Websites for downloading

Bidding Document,

Corrigendums, Addendums

etc.

Websites: http://mahatenders.gov.in

Period of Sale/download of

Bidding Document (Start/

End Date)

Between 06/11/2018, 10:00 Hrs and 12/12/2018, 15:00 hrs

Manner, Start/ End Date for

the submission of Bids

Manner: Online at e-Proc website (http://mahatenders.gov.in)

Start Date: 06/11/2018. 10:00 Hrs

End Date: 12/12/2018, 15:00 Hrs

Date/ Time/ Place of Bid

Opening

Date: 13/12/2018

Time: 16:00 Hrs

Place: Online at eProc website (http://mahatenders.gov.in)

Sd/-

(Shravan Hardikar)

CEO & Director,

Pimpri Chinchwad Smart City Limited (PCSCL)

http://mahatenders.gov.in/http://mahatenders.gov.in/http://mahatenders.gov.in/http://mahatenders.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. 08

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 http://mahatenders.gov.in &

also PCMC i.e. www.smartcitypimprichinchwad.in or www.pcmcindia.gov.in from 06/11/2018, 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 /- 4,50,00,000/-

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/-

CEO, PCSCL

and

PCSCL/03/236/2018 Municipal Commissioner, PCMC

Date: 05/11/2018

Advertisement No.363

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

VOLUME I - Structure of Proposal & Bid Process Specifications

Tender Ref Number- 08

Date: 06/11/2018

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

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.

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 ................................................................................................................................... 15 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 AND WEB PORTAL .................................................................................... 16 1.2.8. SMART ENVIRONMENT ....................................................................................................................... 16 1.2.9. SMART PARKING ................................................................................................................................ 16 1.2.10. IT ENABLED SOLID WASTE MANAGEMENT ................................................................................... 16 1.2.11. OPERATION CENTRES .................................................................................................................... 17 1.2.11.1 CITY OPERATIONS CENTRE ........................................................................................................... 17 1.2.11.2 COMMAND AND CONTROL CENTRE FOR CITY SURVEILLANCE ...................................................... 17 1.2.11.3 NETWORK OPERATING CENTRE ..................................................................................................... 17 1.3 RFP FORMAT .......................................................................................................................................... 17 1.4 DATASHEET / FACTSHEET ....................................................................................................................... 19

2 Instruction to Bidders .................................................................................................... 20

2.1 GENERAL ................................................................................................................................................ 20 2.2 ELIGIBLE BIDDERS .................................................................................................................................. 20 2.3 COMPLIANT BIDS / COMPLETENESS OF RESPONSE .................................................................................. 20 2.4 CODE OF INTEGRITY ................................................................................................................................ 21 2.5 BIDDER TO INFORM ................................................................................................................................. 21 2.6 PRE-BID MEETING & CLARIFICATION ...................................................................................................... 22

2.6.1 Bidders Queries ............................................................................................................................ 22 2.6.2 Pre-Bid Conference ...................................................................................................................... 22 2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum ............................................................ 22

2.7 BID VALIDITY PERIOD ............................................................................................................................ 22 2.8 FIRM PRICES ........................................................................................................................................... 22 2.9 BID PRICES .............................................................................................................................................. 23

3 Key Requirements of Bid .............................................................................................. 23

3.1 RIGHT TO TERMINATE THE PROCESS ....................................................................................................... 23 3.2 RFP DOCUMENT FEES AND PURCHASE ................................................................................................... 23 3.3 EARNEST MONEY DEPOSIT (EMD) ......................................................................................................... 23 3.4 SUBMISSION OF PROPOSAL ...................................................................................................................... 24 3.5 BID PREPARATION COSTS ........................................................................................................................ 24 3.6 LANGUAGE.............................................................................................................................................. 25 3.7 DISCOUNT ............................................................................................................................................... 25 3.8 ONLY ONE PROPOSAL AND ONE SOLUTION ............................................................................................ 25 3.9 AUTHENTICATION OF BIDS ...................................................................................................................... 25 3.10 BIDDERS AUTHORIZATION ................................................................................................................. 25 3.11 AMENDMENT OF REQUEST FOR PROPOSAL .......................................................................................... 25 3.12 LOCAL CONDITIONS ........................................................................................................................... 26 3.13 VENUE & DEADLINE FOR SUBMISSION OF PROPOSALS ....................................................................... 26 3.14 PROPOSALS SUBMITTED AFTER DESIGNATED TIME OF SUBMISSION .................................................... 26

3.15 DEVIATIONS ....................................................................................................................................... 26 3.16 MODIFICATION AND WITHDRAWAL OF BIDS ...................................................................................... 26 3.17 REVEAL OF PRICES ............................................................................................................................. 27 3.18 ADDRESS FOR CORRESPONDENCE ...................................................................................................... 27 3.19 CONTACTING THE PCSCL .................................................................................................................. 27 3.20 PIMPRI CHINCHWAD SITE VISIT BY BIDDER ....................................................................................... 27 3.21 BIDDER RELATED CONDITIONS .......................................................................................................... 27 3.22 ELIGIBLE GOODS AND SERVICES AND OEM CRITERIA ....................................................................... 28 3.23 BID SUBMISSION ................................................................................................................................ 29 3.24 CONTENTS OF BID ON E-PROCUREMENT PORTAL ............................................................................... 29 3.25 TECHNICAL PROPOSAL ....................................................................................................................... 30 3.26 COMMERCIAL BID .............................................................................................................................. 30 3.27 OPENING OF BIDS ............................................................................................................................... 30 3.28 TECHNICAL ENVELOPE ....................................................................................................................... 31 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 .................................................................................................... 33 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 ........................................................................................................... 34 4.5.3. Stage 3: Commercial Evaluation ...................................................................................................... 34

4.6 PRE-QUALIFICATION CRITERIA ............................................................................................................... 35 4.7 TECHNICAL EVALUATION FRAMEWORK ................................................................................................. 41

4.7.1 Technical Bid Criteria & Evaluation ............................................................................................ 42 4.7.2 Key Resources ............................................................................................................................... 54

5 Award of Contract......................................................................................................... 55

5.1 RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) .................................... 55 5.2 NOTIFICATION OF AWARD ...................................................................................................................... 55 5.3 NEGOTIATIONS WITH THE SUCCESSFUL BIDDER ...................................................................................... 56 5.4 CONTRACT FINALIZATION AND AWARD.................................................................................................. 56 5.5 PERFORMANCE BANK GUARANTEE (PBG).............................................................................................. 56 5.6 WARRANTY & MAINTENANCE ................................................................................................................ 57 5.7 SIGNING OF CONTRACT ........................................................................................................................... 57 5.8 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP ......................................................... 58 5.9 REJECTION CRITERIA .............................................................................................................................. 58

5.9.1 General Rejection Criteria ........................................................................................................... 58 5.9.2 Commercial Rejection Criteria ..................................................................................................... 59

6 Annexure 1 Format for Pre-Bid Queries .................................................................... 60

7 Annexure 2 Formats for Submission of the Pre-Qualification Bid ............................... 61

7.1 PRE-QUALIFICATION BID CHECKLIST ....................................................................................................... 61 7.2 PRE-QUALIFICATION BID COVERING LETTER ......................................................................................... 62 7.3 COMPANY PROFILE .................................................................................................................................. 64 7.4 CERTIFICATE / DOCUMENTS AGAINST PRE-QUALIFICATION CRITERIA (SECTION 4.6) ............................ 65 7.5 BIDDERS EXPERIENCE - CLIENT CITATIONS ........................................................................................... 66 7.6 DECLARATION OF NON-BLACKLISTING .................................................................................................. 67 7.7 SELF-CERTIFICATE FOR PROJECT EXECUTION EXPERIENCE ..................................................................... 68 7.8 NO DEVIATION CERTIFICATE .................................................................................................................. 69

8 Annexure 3 Formats for Submission of the Technical Bid .......................................... 70

8.1 TECHNICAL BID CHECK-LIST .................................................................................................................. 70 8.2 TECHNICAL BID COVERING LETTER ........................................................................................................ 71 8.3 CREDENTIAL SUMMARY .......................................................................................................................... 73 8.4 BIDDERS EXPERIENCE - CLIENT CITATIONS ........................................................................................... 74 8.5 TOTAL RESPONSIBILITY CERTIFICATE .................................................................................................... 75 8.6 OVERVIEW OF PROPOSED SOLUTION ....................................................................................................... 76 8.7 PROJECT PLAN ........................................................................................................................................ 77 8.8 MANPOWER PLAN ................................................................................................................................... 78

8.8.1 Details of Resources proposed...................................................................................................... 80 8.9 COMPLIANCE TO REQUIREMENT (TECHNICAL / FUNCTIONAL SPECIFICATIONS) ...................................... 81 8.10 PROPOSED UNPRICED BILL OF MATERIAL .......................................................................................... 82 8.11 MANUFACTURERS'/PRODUCERS AUTHORIZATION FORM .................................................................. 94 8.12 ANTI-COLLUSION CERTIFICATE ......................................................................................................... 95 8.13 NON-DISCLOSURE AGREEMENT ......................................................................................................... 95 8.14 SELF-DECLARATION BY BIDDER ......................................................................................................... 99 8.15 FORMAT FOR OEM DECLARATION ................................................................................................... 100

9 Annexure 4 Format for Submission of Commercial Bid ............................................ 102

10 Annexure 5 Performance Bank Guarantee .............................................................. 103

11 Annexure 6 - Consortium Agreement ......................................................................... 105

12 Annexure 7 - Format for Power of Attorney to Authorize Signatory ............................. 107

13 Annexure 8 - Format for Power of Attorney for Lead bidder of Consortium ................. 108

14 Annexure 9 Bank Guarantee for Earnest Money Deposit ........................................ 109

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 the e-Procurement Portal

https://mahatenders.gov.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://mahatenders.gov.in/

Important Dates:

Sr. No.

Activity Deadline

1. Release of RFP 5th November 2018

2. Last date for submission of Pre-Bid Queries 19th November, 2018

3. Pre-bid Meeting date 22nd November, 2018 at 11:30 hrs at 3rd Floor, PCMC Head Office

4. Last date for submission of Bids 12th December, 2018 by 15:00 hrs

5. Date of opening of technical bids 13th December, 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

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

GoI Government of India

Terms Meaning

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

MPCB Maharashtra Pollution Control Board

Terms Meaning

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

RTU Remote Terminal Unit

Terms Meaning

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

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

WNMS Water Network Management System

WO Work Order

WTP Water Treatment Plant

XML Extensible Mark-up Language

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.

The Pimpri Chinchwad Smart City Project draws heavily upon digital network, Smart Sensors,

advanced Analytics and IT solutions, which enable 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 and Web Portal: 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

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

parking operation for the City

IT enabled Solid Waste Management System: To provide tracking of SWM fleet, weigh

bridge automation, staff attendance management, dashboard monitoring and user

communication with much improved & efficient management of Solid Waste Operations in 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 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.

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 pumps 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.

1.2.7. Smart City Mobile App and Web Portal

The proposed Smart City Mobile App and Web Portal 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. The Web Portal shall be a synchronized platform

that shall offer similar features as the Smart City Mobile Application, acting as One Stop Solution

offering various services. They 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. IT enabled Solid Waste Management

The proposed Solid Waste Management System shall provide transparency, efficiency and

accountability in the entire supply chain w.r.t the collection, segregation, transportation, dumping and

processing of the city waste. The perceived advantages of IT enabled Solid Waste Management shall

be managing routes and vehicles dynamically/fixed through an automated system, real time

management of missed garbage collection points, efficient monitoring and management of waste

collection bins, reducing the human intervention in monitoring process, keeping history of vehicle routes,

attended sites and other details, integrating the dumping ground and transfer station facilities with the

centralized locations, Reporting of vehicles, garbage collected and other SWM details to higher

authorities from any location at any time, monitor and track the activities of field staff force on daily

basis, monitoring segregation of waste and levy spot fines, real time information sharing with citizen

regarding waste pick up status and an interface for grievance management.

1.2.11. 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) for Civic Operations

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

3. Network Operations Centre (NOC) for Network Management

1.2.11.1 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.

1.2.11.2 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 shall serve as the response mechanism centre for all the events triggered from various

applications/IoT devices over 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 Integrated Command Control Centre (ICCC) 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.

1.2.11.3 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.

1.4 Datasheet / Factsheet

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 e-Procurement Portal (https://mahatenders.gov.in)

3. Date of RFP Issuance 5th November, 2018

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

INR 50,000 (INR Fifty Thousand only) through e-Procurement Portal

5. Bid Security/Earnest Money Deposit (EMD)

Total EMD amount is INR 4,50,00,000(Four Crores Fifty lacs

only) and to be deposit as per below:

INR 4,40,00,000 (INR Four Crores Forty Lacs only)

through e Procurement portal or by Bank Guarantee

(as per format attached in Annexure 9 ) and

INR 10,00,000 (INR Ten Lacs only) through e-

Procurement portal

6. Pre-bid Meeting date 22nd November, 2018 at 11:30 hrs at 3rd Floor, PCMC Head Office

7. Posting of responses to queries (on website)

e-Procurement Portal (https://mahatenders.gov.in)

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

12th December 2018 by 15:00 hrs

9. Date of opening of Technical bids

13th December, 2018 by 16:00 hrs

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

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

12. 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://mahatenders.gov.in/https://mahatenders.gov.in/mailto:[email protected]

2 Instruction to Bidders

2.1 General

PCSCL has adopted a two-step 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-Procurement Portal (https://mahatenders.gov.in) in accordance with the terms specified

in the Bidding Documents. Registered bidders should submit their offer through e-Procurement Portal

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 e-Procurement portal (https://mahatenders.gov.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

prescribed form/mode of payment. Detailed terms and conditions are displayed on the portal

(https://mahatenders.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

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

implications.

https://mahatenders.gov.in/https://mahatenders.gov.in/https://mahatenders.gov.in/

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.

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

https://mahatenders.gov.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 Bidders 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

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

carried out.

https://mahatenders.gov.in/

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 e-Procurement 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-Procurement Portal 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-

Procurement 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.

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 as per below:

INR 4,40,00,000 (INR Four Crores Forty Lacs only) through e Procurement

portal or by Bank Guarantee (as per format attached in Annexure 9 ) and

INR 10,00,000 (INR Ten Lacs only) through e-Procurement 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.

g) The validity of the Bank Guarantee shall be for a period of 180 days from the date of its

issuance.

3.4 Submission of Proposal

Bidders shall submit their responses as per the procedure specified in the e-Procurement Portal

https://mahatenders.gov.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 (Original BG document shall be submitted to PCSCL office within 24 hrs of submission

of the proposal)

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-Procurement 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

Bidders Proposal.

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,

https://mahatenders.gov.in/

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

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-Procurement 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-Procurement Portal

(https://mahatenders.gov.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--vis urgent commitments.

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

https://mahatenders.gov.in/

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 PCSCLs 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.

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 bidders 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, is 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 inclusive of packing, forwarding, transportation, insurance,

delivery charges and any other charges as applicable. Any other charges as applicable shall

be borne by the Bidder.

3.22 Eligible Goods and Services and OEM Criteria

a. For purposes of this Clause, the term goods includes commodities, raw material, machinery,

equipment, and industrial plants; and related services includes services such as Insurance,

Transportation, Supply, Installation, Integration, Testing, Commissioning, training and initial

maintenance.

b. The Bidder shall quote only one specific make and model from only one specific OEM, for each

of the goods. Providing more than one option shall not be allowed. All goods quoted by the

Bidder must be associated with item code and names and with printed literature describing

configuration and functionality. Any deviation from the printed specifications should be clearly

mentioned in the offer document by the Bidder.

c. All the OEMs should have authorized presence in India either directly or through channel

partner(s) as on the date of release of RFP.

d. All the proposed active components / devices and smart solutions, pertaining to Networking,

Server Room / DC, Surveillance & Traffic, should not be manufactured in China and should not

be manufactured / assembled using Chinese spare parts at any other country

e. The OEM for all active components should give a declaration that products or technology

quoted are neither end-of-sale nor end-of-life as on the date of installation and commissioning

and are not end-of-support till the successful completion of O&M period of the project.

f. The proposed OEM for all active equipment should provide MAC ids of the quoted products;

the MAC address of the proposed equipment must be registered in the name of the OEM only.

g. The proposed OEM for Connectivity Bandwidth must possess necessary Telecom licensing

required for providing leased network infrastructure or leased circuits as per TRAI/DOT

regulations. The Bandwidth OEM must possess necessary ISP & NLD licenses (valid at the

time of bidding) required for providing leased network infrastructure.

h. The Cloud Service Provider OEM must be as per Government of Maharashtra empanelled CSP

as per GR No. - 060/3/2017/1 dated 16th May 2018 and GR No. - 060/3/2017/2

dated 19th May 2018) by MeiTY (Ministry of Electronics and Information Technology) for Public

Cloud, Virtual Private Cloud and Community Government Cloud as on date of bid submission..

i. The bidders proposed OEM should not have been blacklisted by any State / Central

Government Department or Central /State PSUs as on bid submission date.

j. Each of the proposed OEMs should either have existing capability and infrastructure to provide

24x7x365 technical support in India, or should provide an undertaking that they would establish

the requisite infrastructure and capability to provide 24x7x365 technical support, on emerging

a winner in this bidding process.

k. All proposed equipment/items should be necessarily quoted with back-to-back OEM warranty.

Adequate supporting documents pertaining to the above points, along with a summary compliance

table, should be submitted in the technical proposal by the Bidder.

3.23 Bid Submission

a. Bidder should do Online Enrolment in the e-Procurement Portal. The Digital Signature

enrolment has to be done with the e-token, after logging into the portal. The e-token may be

obtained from one of the authorized Certifying Authorities.

b. After downloading / getting the tender schedules, the Bidder should go through them carefully

and then submit the documents as per the tender document; otherwise, the bid shall be

rejected.

c. The BOQ template must not be modified / replaced by the bidder and the same should be

uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender.

Bidders are allowed to enter the Bidder Name and Values only.

d. The PCSCL shall not be held responsible for any sort of delay or the difficulties fac