the kolkata municipal corporation (kmc) request for...
TRANSCRIPT
The Kolkata Municipal Corporation (KMC)
Request for Proposal (RfP)
For
Providing End-to-End Solution to Implement Vehicle Tracking System in SWM-I Department of KMC and Providing Post Implementation Support and Maintenance Services to the
System for a Period of 3 Years
Issued by:
DIRECTOR GENERAL (SWM) THE KOLKATA MUNICIPAL CORPORATION SOLID WASTE MANAGEMENT DEPARTMENT 48 MARKET STREET (2ND FLOOR) KOLKATA 700 087
JANUARY 2015
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 1 ~
Table of Contents
1. Notice Inviting e-Tender ....................................................................................................................... 2
2. Important Information ......................................................................................................................... 3
3. Background ........................................................................................................................................... 4
4. Scope of Work ...................................................................................................................................... 5
5. Qualification Criteria for Bidders .......................................................................................................... 8
6. Bid Evaluation Process .......................................................................................................................... 9
7. Bidding Process and Submissions ....................................................................................................... 10
8. Terms and Conditions ......................................................................................................................... 14
Annexure 1: General Information on the Bidder ....................................................................................... 19
Annexure 2: Undertaking ........................................................................................................................... 21
Annexure 3: Format for Credentials of the Bidder ..................................................................................... 22
Annexure 4: Format for CV of Personnel ................................................................................................... 23
Annexure 5: Format for Financial Proposal ................................................................................................ 25
Annexure 6: Certificate from Statutory Auditor of Bidder ......................................................................... 26
Annexure 7: Power of Attorney .................................................................................................................. 27
Annexure 8: Details of Electronics Devices/Gadgets & Tax, Levy etc. ....................................................... 28
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 2 ~
1. Notice Inviting e-Tender
Notice Inviting e-Tender No. KMC/SWM-1/VTS/01/2014-2015
Of Director General (SWM), Kolkata Municipal Corporation
TENDER REFERENCE NUMBER:. KMC/SWM-1/VTS/01/2014-2015
Director General (SWM-I & II), Kolkata Municipal Corporation invites e-Tender for the work detailed in the table below.
(Submission of Bids online)
Detail of Scheme(s)/ Work(s):
Name of Work Earnest Money Time of Completion Price of Tender
Providing End-to-End Solution to Implement
Vehicle Tracking System in SWM-I Department of
KMC and also Providing Post Implementation
Support and Maintenance Services to the System
for a Period of 3 Years
2% of the Total
Financial Offer
4 months for Implementation
3 years for Support & Maintenance Rs.500.00
1) In the event of e-filling, intending bidders may download the tender documents from the website
https://wbtenders.gov.in directly with the help of Digital Signature Certificate. Necessary Price of Tender and
Earnest Money may be remitted through Demand Draft issued from any Nationalized/Scheduled Bank in favour of
“The Kolkata Municipal Corporation”, payable at Kolkata and also needs to be documented through e-filling. The
original Demand Draft against Necessary Price of Tender and Earnest Money needs to be submitted to:
Director General (SWM-I & II)
Kolkata Municipal Corporation
48 Market Street (2nd Floor)
Kolkata 700 087
2) Both Technical Bid and Financial Bid, duly digitally signed, are to be submitted concurrently in the website
https://wbtenders.gov.in
3) Submission of Technical Bid and Financial Bid should be done as per the stated time schedule.
4) The FINANCIAL OFFER of the prospective bidder will be considered only if the TECHNICAL BID of the bidder is found
qualified by the “Tender Evaluation Committee”. The decision of the “Tender Evaluation Committee” will be final
and absolute in this respect. The list of Qualified Bidders will be displayed on the KMC website
(https://www.kmcgov.in).
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 3 ~
2. Important Information
Sl.No. Item Details
1. Project Name
Providing End-to-End Solution to Implement Vehicle Tracking
System in SWM-I Department of KMC and also Providing Post
Implementation Support and Maintenance Services to the System
for a Period of 3 Years
2. Price of Tender Rs.500.00 in the form of Demand Draft in favour of “Kolkata
Municipal Corporation” payable at Kolkata
3. Earnest Money Deposit (EMD)
2% of the Total Financial Offer (as to be mentioned in Annexure:5) in
the form of Demand Draft in favour of “Kolkata Municipal
Corporation” payable at Kolkata
4. Document Download Start Date
(Online) January 13, 2015 from 01:00 PM
5. Pre-Bid Conference
January 16, 2015 at 01:30 PM
SWM Department, Kolkata Municipal Corporation, 48, Market
Street, 2nd Floor, Kolkata - 700087 at the Chamber of D. G.
(SWM).
6. Bid Submission Start Date (Online) January 20,2015 from 05:00 PM
7. Bid Submission Closing Date (Online) January 30, 2015 till 06:55 PM
8. Last Date of Submission of EMD &
Price of Tender (Offline) February 02, 2015 till 02:00 PM
9. Bid Opening Date for Technical
Proposals (Online) February 02, 2015 till 03:00 PM
10. Nodal Officer for this Project
Director General Solid Waste Management
The Kolkata Municipal Corporation
Solid Waste Management Department
48 Market Street (2nd Floor), Kolkata 700 087
e-mail: [email protected]
Phone: +91 9836536419
Executive Engineer (c)-Phone:-+ 91 9434643284
Price of Tender
Rs.500.00 (Rupees Five Hundred only) in the form of a Demand Draft form of Demand Draft from any
Nationalized/Scheduled Bank drawn in favour of “Kolkata Municipal Corporation” payable at Kolkata.
Earnest Money Deposit
2% of the “Total Financial Offer”, as to be mentioned in Annexure:5, in the form of Demand Draft from any
Nationalized/Scheduled Bank drawn in favour of “Kolkata Municipal Corporation” payable at Kolkata.
Pre-Bid Conference
Bidders are encouraged to attend the Pre-Bid Conference on January 16, 2015 at 01:30 PM at SWM Department,
Kolkata Municipal Corporation, 48, Market Street, 2nd Floor, Kolkata - 700087 at the Chamber of D. G. (SWM).
Amendment to Tender Document
If it becomes evident that this RfP requires amendment(s), formal written amendment(s) shall be issued through e-mail
to all prospective bidders who would attend the pre-bid conference and will also be hosted on the KMC web portal
(https://www.kmcgov.in).
Bidder’s Responsibility
It is expected that the bidder should be thoroughly familiar with all specifications and requirements of this RfP. Any
failure or omission in the submitted documents shall not be considered and may be liable for cancellation.
Award
Award will be made to the Bidder whose bid provides the greatest value in the view of the KMC from the standpoint of
suitability to purpose, quality, service, previous experience, price, ability to deliver, or for any other reason deem fit by
the designated committee for the best interest of the KMC. The decision of KMC shall be final.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 4 ~
3. Background
The Kolkata Municipal Corporation (KMC) serves the third largest city in the country covering an area of 201
Sq.KM and provides a range of quality urban services to more than 4.5 million static and another 7.5 million
floating population. The range of services provided by KMC include supply of drinking water, sewerage and
drainage, solid waste management, roads maintenance, street lighting and slum development works.
In recent years, KMC has initiated various programs that aim to bring about holistic improvements in its
operations with focus on revenue generation, efficiency enhancement and social responsiveness.
Considerable progress has been achieved in this direction by streamlining of work procedures, improvement
in work culture and greater transparency in interaction with stakeholders, thus ensuring a higher level of
customer satisfaction. However, KMC is committed to the cause of continuous improvement in services with
its vision to "be efficient, effective, equitable, citizen responsive, financially sustainable and transparent,
delivering quality service to its citizens", as its guiding light.
KMC understands that IT and ITES would be a crucial enabler in its quest to attain its vision. It also
understands that not only must it have the necessary IT systems and infrastructure in place, but that it must
also ensure that the requisite processes, staffing and governance model should be in place to ensure that
substantial benefits are obtained. KMC desires to improve the overall effectiveness of the various services
that would enable it to achieve its vision.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 5 ~
4. Scope of Work
4.1 End-to-End Solution to Implement and to provide Support Services & Maintenance
4.1.1 Implementation of “Vehicle Tracking System” with the following requirements:
(a) Real time tracking of around 300 vehicles simultaneously every day [Routes of vehicles will be provided by
KMC. However, the routes may vary from time to time];
(b) Scalability (data refreshing) should be every 20 seconds [Tracking is to be done for around 300 vehicles for
the time being. However, the number of vehicles may increase upto 600];
(c) A layer of Vat-points and other locations along with Routes will be provided on Google-map. Tracking is
supposed to be made on this map. Cost of procurement/renewal of applicable licence fees for this map is
to be borne by the concerned ITES Consultant;
(d) Standard features of GPS Vehicle Tracking Software are supposed to be there like ‘Geo-fencing Setup &
Control’, ‘Distance Covered’, ‘Track Play-back’, ‘SOS’ and ‘Fuel Level’. However, any additional feature
available/supplied may be mentioned distinctly and those should be quoted separately;
(e) The VTS devices should have the following characteristics as minimum:
� Operating temperature: At least within the range –20 oC to 80
oC;
� Humidity tolerance: Minimum upto 95%;
� Horizontal accuracy: Maximum 2 metres;
� Standard interface for connectivity and communication protocols;
� Relevant quality certification;
(f) The VTS devices should be capable to keep and maintain on-device log;
(g) The VTS devices should be able to re-synchronise with the server and system as soon as connectivity is
established after disconnected operation;
(h) In addition to online reports, hard copy reports on vehicle movements; Report formats will be provided
during preparation of SRS. However, these hardcopy reports are needed to be available in existing
Municipal Administration System being used at KMC;
(i) Apart from online reports, Graphic Dashboard should show current status of devices, i.e. whether the
device is in working condition or malfunctioning or tampered or not able to be communicated with;
provision for RFID based Driver-Vehicle assignment data to be available on Dashboard and other Reports;
(j) Able to send e-mail/SMS alerts to authorised personnel;
(k) All time availability of last One year’s History data;
(l) Incremental backup of data for future reference;
(m) Network between GPS Devices and VTS-Server is to be arranged by the ITES Consultant. KMC will provide
space for hosting the system [Mode of communication may be either proprietary or through SMS, which
may be decided mutually];
(n) Data communication will be needed with existing software applications presently being executed at KMC
and developed on Oracle 10g and J2EE [Existing Operating System: HPUX. Existing back-end database:
Oracle 10g. Existing front-end platform: J2EE. The system proposed should be available in an Intranet
Portal. Existing systems to be integrated and corresponding interface/protocol will be provided/decided
during preparation of the SRS];
(o) Registration No. of any vehicle, standing on a weigh-bridge is to be sent to a pre-defined computer system
by RFID based system [Presently the Registration Nos. of vehicles get entered into the system manually,
but the weights come to the system electronically].
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 6 ~
4.1.2 Resolution of Support Calls/Change Requests (CR) during “Support & Maintenance”: This would be guided by
the Service Level Agreements (SLA). Inability to honour the SLA would attract suitable penalty provisions.
Penalty provisions will be finalised during execution of “Contract”.
Criticality
Service Level Agreements
Acknowledgement Time taken to
resolve CR Impacts
High Within 1 hour 1 day Critical processes
Medium Within 1 day 5 days Important but not critical
processes
Low Within 1 day 10 days Non-critical processes
The status of CRs shall be systematically maintained with the help of a CR tracker. All such implemented CRs
shall be incorporated in the relevant documentation (viz. SRS, user-manual, technical manual, etc.).
4.1.3 Sundry Assistance: The selected Agency shall extend its support to KMC, as and when required, for specific
tasks and related databases for reporting, analysis or any such other purpose. For example, the selected
Agency would need to construct and execute SQL queries on the databases to gather the necessary
information. Similarly, the selected Agency shall provide necessary assistance during preparation of different
reports.
4.1.4 Coordination with other I.T. vendors of KMC: HCL is the hardware solution provider to KMC. It maintains
KMC’s hardware infrastructure such as servers, databases, computers, etc. HCL is responsible for maintaining
all services that run on Oracle EBS. HCL is also responsible for taking regular backups of the databases.
PricewaterhouseCoopers (PwC) manages KMC’s intranet and Municipal Administration System (MAS). Hence
the selected I.T. consultant shall have to work in close collaboration with PwC, provide the data requirements
and access the MAS databases and also to create appropriate mechanism (viz. views, tables, packages or
procedures, etc.) to enable such transactions on the database.
4.1.5 Documentation: The selected Agency shall develop exhaustive documentation (viz. SRS, Users’ Manual,
Technical Manual, etc.) for the system to be implemented and to maintain it for all the CRs there after. While
writing code for the application, it must adhere to coding standards (ample and appropriate commenting,
version control, etc.).
4.1.6 Source Code: The source code will be proprietary to KMC. However, the source code and the developed
application will be under the custody and maintenance of the selected Agency till the time they are associated
with KMC as per contract. All development work shall have to carry out inside KMC office premises only. The
source codes are to be maintained in the VSS server of KMC from very beginning. The selected Agency shall
handover all the source codes (final version kept in the VSS Server) that it had developed or managed to KMC
or any other party, as instructed by KMC, before the termination of the contract. The selected Agency shall
maintain strict confidentiality of KMC’s source code and any other information that it becomes privileged to in
the course of implementing the project.
4.1.7 Duration of Support and Maintenance: The duration of providing support and maintenance services will be for
a period of 3 years from the date of successful implementation of the system.
4.2 Software Development
If any software is required during the maintenance period for the maintenance and support purpose, the
software license procurement/renewal cost must be borne by the selected bidder.
4.3 Monthly Status Reports
The selected Agency shall have to submit Daily status reports on post-implementation maintenance and
support provided to the system (format and contents of such report will be mutually decided later on). The
requirement from I.T.’ department of KMC will be routed through the ’SWM department of KMC.
4.4 Personnel Commitment
The selected Agency shall provide a minimum of 2 qualified personnel (as described in section 5) on a full time
basis for carrying out the different activities required for post-implementation maintenance and support
services. These personnel should be available on a dedicated basis for carrying out the work related to the
system and may not be engaged in other assignments. These personnel shall be present in the office of the
.SWM Department during 24x7 hours a week.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 7 ~
4.5 Acceptance Testing
The design, development, deployment and testing of the application shall be considered as complete only
after it passes successfully through the Acceptance Testing to be conducted in the presence of KMC officials or
authorized representative(s) of KMC. KMC shall issue a Certificate of Acceptance after successful Acceptance
Testing. Time frame to complete Acceptance Testing will be finalised during execution of “Contract”.
4.6 Project Completion
The “Implementation of Vehicle Tracking System (VTS)” is to be completed within 4 months from the date of
issuing the Work Order or from the date of putting the infrastructure in place which is supposed to be
provided by KMC, whichever is later. KMC shall issue the selected ITES Consultant with a Project Completion
Certificate after successful completion of the VTS.
4.7 Bidders are expected to provide optimum specifications of hardware (Server, Network etc.) and all other
technical equipments/devices required to meet the requirements of KMC along with any pre-requisites in this
regard.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 8 ~
5. Qualification Criteria for Bidders
5.1 Technical Criteria
5.1.1 The bidder should have ample experience on “Vehicle Tracking” right from identifying the exact user
requirements to successful implementation of the system including identification of optimum specification of
computer hardware (server, network etc.) and other devices/gadgets, development/providing of appropriate
software for at least one client within last three financial years, where at least 50 vehicles were simultaneously
tracked. The bidder should have sufficient experience in development of application software using electronic
devices/gadgets as well as providing support & maintenance to such applications, linking to external software
applications, maintenance of archival backup of data for years as well as reporting from these data as and
when required by retrieving them from archive etc. The bidder should be able to provide sufficient human
resource proficient in maintaining the electronic devices/gadgets and the application software to be
developed/provided as well as experienced in web technologies and Oracle 10g or higher database. Self
attested copies of the Completion Certificates or Contracts (with relevant certification on project status as of
now from the concerned clients) should be attached, failing which the experience may not be considered as
valid.
5.1.2 The bidder shall preferably have an established office in Kolkata.
5.1.3 The bidder shall not have any current/ongoing litigation or dispute with KMC or any other departments of
Government of West Bengal.
5.1.4 The bidder should mandatorily possess a valid ISO 9001:2008 and ISO 27000 certification, a copy of each
should be provided as a part of the technical bid. Although not mandatory, bidder having SEI CMMi Level 3 or
equivalent (for Transition Partners for CMMi) or higher or any other relevant certification would be awarded
additional marks during evaluation of technical bid.
5.2 Financial Criteria
5.2.1 The bidder shall have a Total Annual Turnover of at least Rs.1.5 Crores each during last 3 financial years in the
area of IT or ITES only. Should have completed successfully a similar VTS project in India worth at least Rs.25
Lakhs within last 3 financial years. Bidder shall have to submit the audited Balance Sheet and Profit & Loss
statements and certification from Statutory Auditor as per Annexure 6 for the last 3 financial years, The
revenues earned from areas specified at the beginning of this clause shall be specifically marked for
determining the qualifying annual turnover threshold.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 9 ~
6. Bid Evaluation Process
A single step two-folder bidding procedure will be used for the evaluation. Under this process, the technical proposal
will be opened and evaluated prior to opening and evaluating the financial proposal. The proposals will be examined
and discussed with the bidder if required. The evaluation of the bids will follow the steps outlined in this section.
6.1 General Examination of Bids
After completion of prefatory scrutiny by Kolkata Municipal Corporation, the valid bids having minimum
eligibility will be sent to the technical committee for general evaluation. The technical committee will decide
which deviations or reservations identified at this point is material and therefore which bids should be
declared as not substantially responsive. If a bid is not substantially responsive, it can be rejected and cannot
be made responsive by correction or withdrawal of the nonconforming deviation or reservation. At the end of
this stage, the committee will agree on:
• Those bids which should not be considered for further evaluation.
• Any clarification that should be requested from qualified bidders.
6.2 Examination of short listed Technical Bids
The short listed technical bids shall be examined for completeness and clarifications, if any, shall be sought for
from the respective bidders in case the same is considered essential. The technical and financial proposals
must be consistent. Technical evaluation criteria and point system for the evaluation of technical proposals
are:
Sl.No. Evaluation Criteria Points
1. Level of Service Quality Promised 5
2. Experience in implementing end-to-end solution of Vehicle Tracking System with
at least 50 vehicles tracked simultaneously
30
3. Proposed Technical Solution 20
4. Project Management Plan 10
5. Team Strength (employees who shall be deployed in the project)
[Project Manager: 10 points – experience in similar projects (preferably in public sector),
educational qualification, years of association with the bidder, knowledge of Bengali.
Team Members: 2x5 points – experience in similar projects (preferably in public sector),
educational qualifications, years of association with the bidder, knowledge of Bengali.
Knowledge of Bengali will not carry any score. However, it would be an added advantage to
the ITES Consultant to implement the project.]
20
6. Quality Certificate and Technical Strength
[Quality Certificate – ISO 9001:2008: 2 Points, CMMi Level 3 or equivalent: 3 Points,
CMMi Level 5 or equivalent: 5 Points
Total I.T. Staff in the Organisation – Above 100: 5 points, 60 – 99: 3 points, 40 – 59: 1 point
and Below 40: No point.]
15
TOTAL 100
Apart from the documents indicated in the section ‘Qualification Criteria for Bidders’, documents to establish
or explain the points indicated in the above table may be provided as part of the technical bid. The minimum
technical score required for passing and qualifying for the Financial Bid should be made as 70 Points. The
financial bids for bidders whose technical score is less than 70 points will not be opened.
6.3 Examination of Financial Bids
Kolkata Municipal Corporation will determine whether the Financial Proposals are complete, i.e. whether the
Bidder has included all components as per the tender document. All price proposals shall include all taxes etc.
The price schedule shall also have the indicative price break-ups.
6.4 Overall Ranking
The bid shall be awarded to the bidder quoting the lowest (totaling the costs mentioned in ‘a’ to ‘d’ in 5.3.2),
subject to meeting the minimum technical score.
6.5 Award of Contract
Letter of Intent (LoI) will be issued to the successful bidder after evaluation of the tender. The Firm Work
Order will only be issued after the bidder submits an undertaking for depositing the Contract Performance
Guarantee as detailed below within the stipulated period. After furnishing of the Undertaking by the successful
bidder, KMC will issue Firm Work Order and enter into a contract with the vendor on the terms and conditions
provided herein.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 10 ~
7. Bidding Process and Submissions
7.1 KMC is employing e-Tendering for this project. The general guidelines for e-tendering are:
7.1.1 Registration of Bidder: Any bidder willing to take part in the process of e-Tendering will have to be enrolled &
registered with the Government e-Procurement System by logging on to https://wbtenders.gov.in. The bidder
is to click on the link for e-Tendering site as given on the web portal.
7.1.2 Digital Signature certificate (DSC): Each bidder is required to obtain a Class-II or Class-III Digital Signature
Certificate (DSC) for submission of tenders from the approved service provider of the National Informatics
Centre (NIC) on payment of requisite amount. DSC is given as a USB e-Token. After the receipt of the digital
signature, the vendor can contact IT Department of KMC in case of any further assistance.
7.1.3 The bidder can search & download N.I.T. & Tender Document(s) electronically from the computer once he logs
on to the website using the Digital Signature Certificate. This is the only mode of collection of Tender
Documents.
7.1.4 Submission of Tenders: Tenders are to be submitted online in two folders at a time, one for the Technical
Proposal & the other for the Financial Proposal, within the prescribed date and time using the Digital Signature
Certificate (DSC). The documents are to be duly digitally signed before being uploaded. The documents will
then get encrypted (transformed into non readable formats).
7.2 Technical Proposal
7.2.1 The Project Manager and Team Members shall have appropriate optimum qualification required for the
project obtained from recognized Universities or Institutions; Team Members to be engaged with software
development and its maintenance should be at least B.E./B.Tech./M.C.A. with minimum of 2 years’ experience;
the Project Manager shall have at least 5 years of work experience in similar projects.
7.2.2 The bidder shall provide details of their project credentials (along with self attested copies of Completion
Certificates/Contracts from clients) and CVs of the personnel to be deployed, in the formats given in Annexure
3 and 4 respectively. The minimum technical score for qualification is 70 points. The financial proposal shall
not be opened for bidders scoring less than this score.
7.2.3 The bidder shall scan and upload all other documents to meet the Technical Criteria of Section 5.1
and the Financial Criteria of Section 5.2. All pages of the technical and financial proposals shall be
signed by the Authorized Signatory of the bidder.
7.2.4 The technical proposals shall be opened to check whether the bidders submitting their proposals meet the
minimum qualification criteria and have submitted all the required documents, including Price of Tender and
Earnest Money Deposit. For the bidders whose proposals are found to be in order, the technical proposals shall
be technically evaluated by a technical committee of KMC.
7.3 Financial Proposal
7.3.1 The financial proposal of only the technically qualified bidders (scoring at least 70 points in the technical
proposal) shall be opened. KMC shall inform the bidders the date of opening of the financial proposals.
7.3.2 The financial proposal shall be as per Annexure 5. The bidders shall quote the following:
(a) Total Cost towards the electronic devices/gadgets to be used.
[Bidders shall mention the details of these electronic devices/gadgets as per Annexure-8]
(b) Cost of the application software to be developed or provided.
(c) Cost of any other supporting equipment/help that may be used.
(d) Total cost for providing post-implementation support and maintenance services for a period of 3 years –
to be split year-wise into the cost for providing support and maintenance services for each year.
All the quotes are mandatory and shall separately indicate the applicable statutory taxes and duties at the
prevailing rates as per Annexure-8. The benefit/burden of any reduction/increase in the rates of the statutory
taxes will be borne by KMC.
Note: The services rendered by and given to the Kolkata Municipal Corporation are exempt from payment of Service Tax in view of the
provision contained in the notification bearing No.25 of 2012 dated 20/06/2012 issued by the Govt. of India, Ministry of Finance, Dept.
of Revenue and published in the Gazette of India [Extraordinary Part-III Sec.3(i)], since the function and duties of the Kolkata Municipal
Corporation is concomitant to the public interest as per the enshrined provision of the Constitution of India. Hence, according to the
opinion of the Law Department of the Kolkata Municipal Corporation, Kolkata Municipal Corporation shall not be liable to pay Service
Tax in terms of the provision of the said notification until further order. This is as per Municipal Commissioner’s Circular No.83 of 2013-
2014 dated 04/01/2014.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 11 ~
7.3.3 Amongst the technically qualified bidders, the bidder with the lowest quote (totaling the costs mentioned in
‘a’ to‘d’ in 5.3.2) shall be selected for implementing this project.
7.4 Other Documents to be Submitted (with Technical Proposal)
7.4.1 General information on the bidder as per Annexure 1
7.4.2 Undertaking provided by the bidder as per Annexure 2
7.4.3 Copy of Completion Certificate(s) or Contract(s) as per Annexure 3.
7.4.4 Signed copies of the CVs of the personnel as per Annexure 4.
7.4.5 A certificate from the Statutory Auditor as per Annexure 6.
7.4.6 Power of Attorney for the Authorized Signatory, as per Annexure 7.
7.4.7 Audited financial statements (Balance Sheet and Profit & Loss Statements for last 3 financial years.
7.4.8 Registration/Incorporation Certificate of the bidder.
7.4.9 Latest valid Income Tax Return, Income Tax Clearance Certificate and Service Tax Registration Certificate.
7.4.10 Sales Tax/VAT Clearance Certificate.
7.4.11 Trade License/Certificate of Enlistment.
7.4.12 A signed copy of the Technical Solution proposed.
7.4.13 A signed copy of the Project Management Plan.
7.4.14 Copy of valid ISO 9001:2008 and ISO 27000 certification, SEI CMMi level 3 or higher and/or other relevant or
equivalent certifications.
7.4.15 Three client references (Name of contact person, designation, phone number, email address and office
address).
7.4.16 This RfP document, digitally signed by the Authorized Signatory.
7.4.17 Demand Draft for Price of Tender, to be placed within an envelope marked “PRICE OF TENDER”.
7.4.18 Demand Draft for Earnest Money Deposit, to be placed within an envelope marked “EARNEST MONEY DEPOSIT”.
7.5 Uploading of documents online:
7.5.1 Technical Proposal
The Technical proposal should contain scanned copies of the following in two covers (folders).
(a) Statutory Cover Containing the following documents:
1) Pre-Qualification Document:
• Annexure 1.
• Demand Draft towards Price of Tender and Earnest Money Deposit (EMD) as prescribed in the RfQ
in favour of “Kolkata Municipal Corporation” payable at Kolkata.
• Copies of valid ISO 9001:2008, SEI CMMi level 3 or higher and/or other relevant or equivalent
certifications.
• Certification on Data Security according to ISO 27000.
2) Technical Document 1:
• Annexure 2.
• Annexure 6.
• Annexure 7.
• Annexure 8.
3) Technical Document 2:
• Annexure 3.
4) Technical Document 3:
• Annexure 4.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 12 ~
5) Tender document (download properly and upload the same Digitally Signed). The rate will be quoted
in the BOQ. Quoted rate will be encrypted in the BOQ under Financial Bid. In case quoting any rate in
Tender Form/Technical Bid, the bidder is liable to be summarily rejected.
(b) Non- Statutory Cover/My Space containing the following documents to be tagged with tender:
Sl.
No. Category Name
Sub-Category
Description Detail(s)
A. Certificate(s) Certificate(s)
Latest valid Income Tax Return, Income Tax Clearance Certificate
and Service Tax Registration Certificate.
Sales Tax/VAT Clearance Certificate.
B. Company Detail(s) Company Detail Registration/Incorporation Certificate of the bidder.
Trade License/Certificate of Enlistment.
C. Credential
Credential – 1
Credential – 2
Copy of Completion Certificates within the past three financial
years of Rs.50 lakhs or above as per Annexure 3.
D. Financial Info P/L & Balance Sheet Audited financial statements – Balance Sheet and Profit & Loss
Statements for the last 3 years.
F. Manpower Technical personnel Signed copies of the CVs of the personnel as per Annexure 4.
G. Declaration
Declaration – 1 Signed copy of the Proposed Technical Solution.
Declaration – 2 Signed copy of the Project Management Plan.
Declaration – 3 Three client references (Name of contact person, designation,
phone numbers, e-mail address and office address).
7.5.2 Financial Proposal
The financial proposal should contain the following documents in one cover (folder) i.e.
(a) Bill of Quantities (BOQ). The IT Consultant is to quote the rate online through computer in the space
marked for quoting rate in the BOQ.
(b) Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by
the bidder.
7.6 Earnest Money Deposit (EMD) & Price of Tender
7.6.1 Earnest Money and Price of Tender, in the form and manner as specified in Section 2, are to be submitted
physically and also need to be documented through e-filling.
7.6.2 Proposals not accompanied with scanned copy of the prescribed Earnest Money Deposit and Price of Tender
(both are to be submitted offline) shall be rejected.
7.6.3 The EMD of the unsuccessful Bidder shall be refunded after final acceptance of the tender and within
reasonable time not exceeding six months from the date of opening of the technical proposal. The EMD will
carry no interest.
7.6.4 In case of the successful bidder, the EMD shall be refunded after successful completion of the project.
7.6.5 The EMD will be forfeited if a Bidder withdraws his offer before finalization of the tender or if the Bidder fails
to sign the prescribed agreement within the specified period.
7.7 Technical proposal opening date and venue
The technical proposals shall be opened online at the appointed date and time as mentioned in Section 2 of
this Tender document and shall be scrutinized. The scrutiny will cover the mandatory compliance criteria as
mentioned in the bid. All such technical proposals, which are found compliant and conform to the mandatory
compliance criteria, shall be declared as valid technical proposals. The valid technical proposals will thereafter,
be evaluated by the Technical Committee of the KMC. The evaluation may require the bidders to present their
credentials on a date to be intimated to them through e-mail.
7.8 Discrepancies in Proposals
In case of discrepancies in proposals, the decision of KMC would be binding.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 13 ~
7.9 Acceptance & Rejection of Proposals
• Bidders must provide responses to all the sections and requirements of this RfQ for their proposals to be
considered complete. Bidder’s failure to comply with any part of the RfQ may result in the bidder’s proposal
being disqualified for being non-responsive to KMC’s RfQ.
• KMC reserves the right to reject any proposal without assigning any reason whatsoever.
• All components of the Technical Proposal must qualify in technical evaluation. If any component fails to
qualify in technical evaluation, this will lead to rejection of the proposal.
7.10 Authorized Representatives
Any action required or permitted to be taken and any document required or permitted to be executed under
this tender process by Kolkata Municipal Corporation or the Bidder may be taken or executed by the officials
authorized for the purpose.
7.11 Proposals Evaluation Process
A single stage online bidding procedure will be used for the evaluation. Under this process, the technical
proposal will be opened online and evaluated prior to opening and evaluating the financial proposal. The
proposals will be examined and discussed with the bidder if required. The evaluation of the bids will follow the
steps outlined in this section.
7.11.1 General Examination of Proposals
After completion of prefatory scrutiny by Kolkata Municipal Corporation, the technically valid proposals will be
sent to the Technical Committee for general evaluation. The Technical Committee will technically evaluate the
proposals according to the criteria specified in Section 6.2 and also evaluate the responsiveness of the
proposals. Technical proposals which score at least 70 marks will be considered to be technically qualified.
7.11.2 Examination of Financial Bids
The financial proposals of only those bidders whose technical proposals are deemed to be responsive and
technically qualified shall be opened. The date of opening of the financial proposals will be intimated to all
bidders by email. The financial proposals of bidders whose technical proposals are deemed to be unresponsive
or technically not qualified shall remain unopened. Upon opening the financial proposals, KMC shall determine
whether the Financial Proposals are complete, i.e. whether the Bidder has included all components as per the
RfP and the proposal includes all taxes etc.
7.11.3 Selection of Bidder and Award of Contract
The technically qualified bidder with the lowest financial quote for providing end-to-end solution to implement
vehicle tracking system and also providing post implementation support and maintenance services to the
system for 3 years shall be selected for implementing this project. A Letter of Intent (LoI) shall be issued to the
selected bidder. The Firm Work Order shall only be issued after the Bidder submits an undertaking for
depositing the Contract Performance Guarantee as detailed in this RfP within the stipulated period. After
furnishing of the Undertaking by the successful bidder, KMC shall issue the Firm Work Order and enter upon a
contract with the bidder on the terms and conditions provided herein for procurement of solution along with
support and maintenance services for the project.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 14 ~
8. Terms and Conditions
8.1 Instructions for Preparation of Proposals
8.1.1 The Notice Inviting Tender, this Request for Proposal (RfP) document and any amendments that may be issued
by KMC subsequently etc. constitute the Tender Document Set.
8.1.2 Proposals shall be complete in all respect and shall be submitted with requisite information and annexures. It
shall be free from any ambiguity.
8.1.3 For preparation of bids, bidders are expected to examine the Tender Document set in detail. Material
deficiencies in providing the information requested may result in rejection of the proposal.
8.1.4 The bidder should mention the details of their local office infrastructure including address, contact phone no.
and fax no. in Kolkata and in India and modalities by which fast response to maintenance calls and minimum
downtime will be ensured. Bidder must have their support services available in Kolkata. The support escalation
& resolution/response time should be as per SLA agreement which will be signed after finalization of the
contract.
8.2 Only individual bidders may submit proposals; the consortium route is not allowed.
8.3 Proprietary Information/Public Disclosure
8.3.1 Materials submitted in response to this competitive procurement shall become the property of KMC.
8.3.2 All proposals received shall remain confidential until the contract, if any; resulting from this RfP is awarded, i.e.
signed and approved by all parties. Thereafter, the proposals shall be deemed public records.
8.3.3 In the event a bidder desires to claim portions of their proposal as exempt from public disclosure, the bidder
must identify those portions in the proposal. Each page of the proposal claimed to be exempt must be clearly
identified as “Confidential”. KMC has the authority to decide whether any or all of the claimed exemptions are
appropriate. The entire proposal cannot be marked as proprietary.
8.4 Validity of Proposals
The proposal shall remain valid for a period of 180 days from the scheduled date for submission of proposals.
All prices quoted must be firm and valid for this period. All prices quoted shall not be affected by any
escalation in prices of labour or materials, machinery, equipment etc. or in Rupee Exchange Rate during the
price validity period whatsoever. However, direct duties, levies, or taxes in respect of finished products will be
at the rate prevalent at the time of delivery. The selected bidder shall mobilize its team and start executing the
project within 7 days from the date of awarding the Work Order.
8.5 Delivery requirements
The successful bidder will be responsible for the delivery of the services within the time period as follows:
A. It is expected that the total time necessary for the execution of the project, as specified under ‘Scope of
Work’, will not exceed one hundred and twenty days from the date of assignment of the contract.
B. Submission of “As Is” and “To Be” Report and presentation to the Kolkata Municipal Corporation is to be
made within 30(thirty) days from the assignment of the contract.
C. The Systems Requirement Specifications (SRS) along with Systems Design Document (SDD) and
Implementation Plan to be submitted and presentation to the Kolkata Municipal Corporation within
30(thirty) days from completion of ‘B’ above. Kolkata Municipal Corporation shall arrange to approve the
SRS and SDD within 30(thirty) days from the submission of the documents.
D. An indicative list of documents that the vendor is expected to prepare, update and handover to KMC is
given below:
(a) SRS for the modules/interfaces shall include but will not be limited to
(i) database structure with detailed descriptions of custom tables, views, indexes
(ii) naming conventions
(iii) DFD & ER diagrams
(iv) Validations and constraints on database objects
(v) Specification of data entry screens and reports
(vi) Processing logic for reports and functions
(vii) Access control mechanisms, data security and audit trail
(viii) Process documentation
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 15 ~
(b) System Test Results under various conditions
(c) Updated manuals for installation, users, operation, maintenance etc.
8.6 Acceptance
a) Acceptance Testing
Kolkata Municipal Corporation may, at their sole discretion, require Acceptance Testing for new
implementations of the bidder’s proposed solution(s). The bidder must meet a Standard of Performance
before Acceptance. This Standard of Performance is also applicable to any additional, replacement or
substitute products or any product that is replaced/modified by or with the written approval of Kolkata
Municipal Corporation after having been accepted. The acceptance testing should include security testing
by agencies (e.g. ERTL, IIT etc.) to be selected by KMC.
b) Acceptance
The installation and commissioning will be considered as complete only after it passes successfully
through the acceptance test. The test results shall be certified by Kolkata Municipal Corporation or an
authorized representative of Kolkata Municipal Corporation.
8.7 Taxes and Duties
KMC shall be authorized to deduct any income tax as applicable from the bidder. However, “Note” under 7.3.2
may please be referred to regarding Service Tax.
For the purpose of this proposal, it is agreed that the amount of taxes specified in the financial proposal, is
based on the taxes, duties and charges prevailing at one (1) day prior to the last date of proposal submission
date. If any rate of tax gets increased or decreased or a new tax gets introduced or an existing tax gets
abolished, or any change in interpretation or application of any tax occurs in the course of the performance of
contract, which was or will be accessed on the Bidder in connection with performance of the Contract, an
equitable adjustment of the Contract Price shall be made to fully take into account any such change by
addition to the Contract Price or deduction there from as the case may be.
8.8 Payment Milestones
Payments shall be made against invoices raised by the selected Agency as per the schedule below:
Sl. No. Milestone Payment
1. Successful implementation of electronic devices/gadgets,
any other supporting equipment or help
Quoted cost of the received materials
2. Successful implementation of the solution Quoted cost of application software
3. Support & Maintenance (Year 1): Bi-monthly payments till
Project Completion (as indicated in Section 4.1.7)
(Quoted rate for providing support and
maintenance services for 1st
year)÷ 6
4. Support & Maintenance (Year 2): Bi-monthly payments till
Project Completion (as indicated in Section 4.1.7)
(Quoted rate for providing support and
maintenance services for 2nd
year)÷ 6
5. Support & Maintenance (Year 3): Bi-monthly payments till
Project Completion (as indicated in Section 4.1.7)
(Quoted rate for providing support and
maintenance services for 3rd
year/)÷6
8.8.1 The payments for the support and maintenance services shall be made against submission of the Monthly
Status Reports as indicated in Section 4.3. The selected ITES Consultant shall obtain a signed document from
the Nodal Officer for this Project, mentioning that the monthly reports have been submitted and that the
Support and Maintenance Services provided is of acceptable quality. The bi-monthly invoice should be
accompanied by the signed document. All payments shall be made by A/C Payee Cheques by KMC.
8.8.2 KMC may engage independent auditors to audit the security and vulnerability aspects of the solution provided
and also the services rendered as a part of verification towards satisfactory performance.
8.9 Contract Performance Guarantee
8.9.1 Within 15 days of issuing Work Order, the Selected ITES Consultant shall provide KMC with a Contract
Performance Guarantee (CPG) for a sum of 10% of the total quoted value for executing the entire project.
8.9.2 The CPG may be submitted either in the form of a crossed Bank Draft/Pay Order in favour of “Kolkata
Municipal Corporation” payable at Kolkata or an irrevocable Bank Guarantee issued by any Nationalized
bank/Scheduled bank.
8.9.3 The objective of the CPG is to ensure commencement and continuity of delivery of services by the selected
ITES Consultant.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 16 ~
8.9.4 The CPG shall be an irrevocable. The list of banks who can issue the CPG shall be provided by KMC to the
selected ITES Consultant at the time of awarding the contract. The CPG shall be returned to the selected ITES
Consultant on successful completion of the project.
8.10 Retention Money
10% of each invoice shall be withheld as ‘Retention Money’. This shall be released by KMC after 1 year from
issuance of Project Completion Certificate.
8.11 Other Terms & Conditions
8.11.1 Receipt of Insufficient Competitive Proposals
In case KMC receives only 1 (one) responsive and technically qualified proposal as a result of this RfP, KMC
reserves the right to select and award the contract to the single bidder.
8.11.2 Most Favorable Terms
KMC reserves the right to make an award without further discussion of the proposals submitted. Therefore,
the proposal should be submitted initially on the most favorable terms that the bidder can offer. At its
discretion, KMC reserves the right to request best and final offers from the technically qualified bidders. The
bidder must be prepared to accept this RfP for incorporation into a contract resulting from this RfP. The
contract may incorporate some or entire proposal made by the bidder.
8.11.3 Obligation to Contract
This RfP does not obligate KMC to contract for service(s) or product(s) specified herein. KMC reserves the right
to cancel or to reissue the RfP in whole or in part, prior to execution of a contract.
8.11.4 Cost of Proposal
KMC will not be liable for any costs incurred by the bidder in preparation of a proposal submitted in response
to this RfP, in the conduct of a demonstration, in facilitating site visits, or any other activities related to
responding to this RfP.
8.11.5 Proposal Rejections
KMC will make the sole determination of clarity and completeness in the responses to any of the provisions in
this RfP. KMC reserves the right to seek clarification, additional information, and materials in any form relating
to any or all provisions or conditions of this RfP. KMC reserves the right to accept or reject any or all of the
proposals submitted in response to this RfP.
8.11.6 Waivers
KMC reserves the right to waive specific terms and conditions contained in this RfP. It shall be understood by
bidders that the proposal is predicated upon acceptance of all terms and conditions contained in this RfP,
unless the bidder has obtained such a waiver in writing from KMC prior to submission of the proposal. Such a
waiver, if granted, will be granted to all bidders.
8.11.7 Notification to Unsuccessful Vendors
Bidders, whose proposals have not been selected, will be so notified through e-mail.
8.12 Force majeure
8.12.1 If at any time, during the continuance of this contract, the performance in whole or in part by either party of
any obligation under this contract be prevented or delayed by reason of:
• any war or hostility
• acts of public enemy, civil commotion, sabotage, explosions
• effects of flood, epidemics, quarantine restrictions, freight embargoes
• general strikes, Bandhs
• acts of God
• hereinafter referred to as EVENT, neither party shall, by reason of such EVENT, be entitled to terminate this
contract, nor shall any party have any claim to the damages against the other in respect of such non-
performance or delay in performance – provided that notice of happening, of any such EVENT is given by
either party to the other within 7 (Seven) days from the date of occurrence of the EVENT.
8.12.2 Unless otherwise directed by KMC in writing, the selected ITES Consultant shall continue to perform its
obligations under the contract as far as reasonably practicable and shall seek all reasonable alternative means
for performance not prevented by the Force majeure EVENT.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 17 ~
8.12.3 Expected work and deliveries under this contract shall resume as soon as practicable after such EVENT comes
to an end or ceases to exist.
8.12.4 If the performance in whole or part of any obligation under this contract is prevented or delayed by reason of
any such EVENT for a period exceeding 90 (ninety) days, KMC may, at its option, terminate this contract. In
case of termination of contract due to force majeure event, KMC would pay a reasonable amount to the
selected ITES Consultant for the portion of work already completed till date.
8.13 Disputes and Arbitration
In case of any dispute or differences, breach and violation relating to the terms of this agreement, the said
dispute or difference shall be referred to the sole arbitration of Hon’ble Mayor, KMC. The award of the
arbitrator shall be final and binding on both the parties. The selected ITES Consultant/Bidder will have no
objection in any such appointment of the arbitrator. The adjudication of such arbitrator shall be governed by
the provision of the ARBITRATION and CONCILIATION Act, 1996, or any statutory modification or re-enactment
thereof or any rules made thereof. The arbitration shall be held in Kolkata.
8.14 Liability
In case of a default on the selected ITES Consultant’s part or other liability, KMC shall be entitled to recover
damages from him. In each such instance, regardless of the basis on which KMC is entitled to claim damages
from the selected ITES Consultant (including fundamental breach, negligence, misrepresentation, or other
contract or tort claim), he shall be liable for no more than:
• Payments referred to in the Patents and Copyrights section below;
• Liability for bodily injury (including death) or damage to real property and tangible personal property limited
to that caused by his negligence; and
• As to any other actual damage arising in any situation involving nonperformance by contractor pursuant to,
or in any way related to, the subject of this Agreement, the charge paid by KMC for the individual product or
service that is the subject of the claim.
It is the maximum for which the selected ITES Consultant will be collectively responsible for.
8.15 Patents, Copyright & Intellectual Property Rights
Intellectual Property Rights for any software developed for this project shall lie with KMC. If a third party
claims that a product/services delivered by the selected ITES Consultant to KMC infringes that party’s patent or
copyright, the selected ITES Consultant shall defend KMC against that claim at his expense and pay all costs,
damages, and attorney’s fees that a court finally awards or that are included in a settlement approved by
contractor, provided that KMC
• Promptly notifies the selected ITES Consultant in writing of the claim and
• Allows the selected ITES Consultant to control, and cooperates with him in the defense and any related
settlement negotiations.
8.16 Governing Laws
This RfP and the contract shall be governed by and interpreted in accordance with Laws in force in India. The
jurisdiction of courts at Kolkata shall have exclusive jurisdiction in all matters arising under the contract.
8.17 Termination for Default
KMC may without prejudice to any other remedy or right of claim for breach of contract, by giving not less
than 30 days written notice of default sent to the contractor, terminate the contract in whole or in part.
• If the selected ITES Consultant materially fails to render any or all the services within the time period(s)
specified in the contract or any extension thereof granted by KMC in writing and fails to remedy its failure
within a period of thirty (30) days after receipt of the default notice form KMC.
• If the selected ITES Consultant in the judgment of KMC has engaged in corrupt or fraudulent practices in
competing or in executing the contract.
8.18 Winding up
If the selected ITES Consultant being a corporation/company commenced to be wound up, not being a
voluntary winding up for the purpose only or amalgamation or reconstruction, or carry on their business under
a receiver for the benefit of their creditors or any of them, KMC shall be at liberty:
• To terminate the contract forthwith without any notice in writing to the selected ITES Consultant or to the
liquidator or receiver or to any person in whom the contractor may become vested.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 18 ~
• To give such liquidator or receiver or other person the option of carrying out the engagement subject to
their providing a guarantee for the due and faithful performance of the engagement up to an amount to be
determined by KMC.
8.19 Suspension of Obligations
The obligation stipulated in this specification can only be suspended in the case of any particular item of work,
in the event of Force Majeure as the result of an agreement between the parties. In the event of force
majeure, neither of the parties may be considered in default of its obligations under the terms of this tender
document.
8.20 Clarification to the Tender Documents
• All the Bidders are requested to carefully go through the provisions laid down in this RfP and other tender
documents and seek all clarifications in the Pre-Bid Conference.
• KMC shall consolidate all the clarifications sought for by various Bidders and clarify the same before the
Submission of Proposals. No clarification shall be entertained thereafter.
• At any time before the scheduled submission of proposal, KMC may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective Bidder, modify the RfP, by amendment.
The amendment/response to clarification(s), if any, shall be sent in writing to all the Bidders who attended
the Pre-Bid Conference and also published in the KMC web portal and will be binding on them. KMC may, at
its discretion, extend the date for submission and/or opening of the proposals.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 19 ~
Annexure 1: General Information on the Bidder
<To be printed on the authorized Letterhead of the Bidder>
Sl. No. Parameters Details
1. Name of the firm
2.
Address of Registered Office
Telephone Number
Fax Number
e-Mail Address
3. Address for Correspondence
4.
Details of Contact person
(Name, designation, address etc.)
Telephone Number
Fax Number
e-Mail Address
5. Is the firm a registered company?
(If yes, submit documentary proof)
6. Year and place of the establishment of the
company
7. Former name of the company, if any
8.
Is the firm:
• a Government/Public Sector Undertaking
• a propriety firm
• a partnership firm
(if yes, give partnership deed)
• a limited company or limited corporation
• a member of a group of companies
(if yes, give name, address and description of
other companies)
• a subsidiary of a large corporation
(if yes, give the name and address of the
parent organization)
• If the company is subsidiary, state what
involvement, if any, will the parent company
have in the project
9.
Is the firm registered with Sales Tax
Department?
(If yes, submit valid VAT Registration Certificate)
10.
Is the firm registered for Service Tax with
Central Excise Department (Service Tax Cell)?
(If yes, submit valid Service Tax Registration
Certificate)
11.
Is the firm registered under Labour Laws
Contract Act?
(If yes, submit valid Registration Certificate)
12.
Total number of employees
(attach the organizational chart showing the
structure of the organization)
13. Number of years of experience:
as a prime contractor in a Consortium
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 20 ~
14.
Are you registered with any Government
Department/Public Sector Undertaking
(if yes, give details)
15. How many years has your organization been in
business under your present name?
16. What were your fields when you established
your organization?
17. When did you add new fields (if any)?
18.
What type best describes your firm?
1. Manufacturer
2. Supplier
3. System Integrator
4. Consultant
5. Service Provider (pl. specify details)
6. Software Developer
7. Total solution provider (Design,
Development, Supply, Integration, O&M)
8. I.T. Company
19. Number of Offices/Project Locations
20. Do you have a local representation/office in
Kolkata?
21.
If so, please give the address and the details of
staff, infrastructure etc in the office and no. of
years of operation of the local office
24. List the major clients with whom your
organization has been/is currently associated
25.
Were you ever required to suspend a project
for a period of more than three months
continuously after you started? If so, give the
names of projects and reasons for the same
26.
Have you in any capacity not completed any
work awarded to you? (If so, give the name of
project and reason for not completing the work)
29.
Have you ever been denied tendering facilities
by any Government Department/Public sector
Undertaking? (Give details)
Signature of Authorized Signatory with date Name in block letters
Seal of the Company
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 21 ~
Annexure 2: Undertaking
Date: _____________
To
Director General (SWM)
The Kolkata Municipal Corporation
Solid Waste Management Department
48 Market Street (2nd Floor)
Kolkata 700 087
Dear Sir,
Having examined the conditions of contract as in the RfP, the scope of work and other technical specifications provided,
we the undersigned offer to provide End-to-End Solution to Implement Vehicle Tracking System and also to provide
post implementation Support and Maintenance Services to the system in accordance with the said conditions of
contract and specifications, for the sum mentioned in our Financial Proposal.
We undertake, if our Proposal is accepted, to commence work within 7 days from the date of issue of your Firm Work
Order.
If our Proposal is accepted, we will furnish the Contract Performance Guarantee for a sum of Five percent (5%), of the
overall contract value.
We agree to abide by this Proposal for a period of 180 days from the date fixed for opening of the Technical Proposals
and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a Firm
Work Order or Contract is prepared and executed, this Proposal together with your written acceptance thereof in your
notification of award shall constitute a binding contract between us.
The Proposals submitted by us are properly sealed and prepared so as to prevent any subsequent alteration and
replacement.
We understand that you are not bound to accept the lowest or any proposal you may receive.
Dated this __ day of ______2015
Signature of Authorized Signatory
(Name and Designation of the Signatory)
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 22 ~
Annexure 3: Format for Credentials of the Bidder
<include a table summarizing the credentials of the bidder>
Sl.
No.
Client & Client Contact
Person Details
Project Description Project
Value
Period of Project
(from, to)
1
2
3
4
5
6
<give the details of each project in the format below, along with Completion Certificate/Contract>
Name of the Project/ Assignment
Name of the state/location within India
Name of the location/country, if outside India
Name & address of the Client with e-mail Id.
Brief description of the project
Types of services provided
Duration of the project (from--- to ---)
Number of professionals/consultants engaged
with core competencies
Name of Team Leader with qualification
Name of associated partners
Approximate value of the project
Certified that the information given above is
correct
(Signature of Authorized Signatory)
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 23 ~
Annexure 4: Format for CV of Personnel
<include a table summarizing the CV of the personnel of the bidder>
Sl.No. Proposed Position in
the Project Name of Personnel
Experience
(in Years) Qualifications
Years of association
with the Bidder
1.
2.
3.
4.
5.
<give the detailed CV of each personnel in the format below >
1. Proposed Position : <Project Manager/Team Member>
2. Name of the Bidder :
3. Name of Staff :
4. Date of Birth :
5. Nationality :
6. Education :
Year Qualification Institution
7. Other Professional Qualifications and Trainings :
8. Names of Clients worked with in West Bengal :
9. Languages :
Language Speaking Reading Writing
10. Employment Record :
(Starting with current employment and following reverse chronological order)
From <year> To <year> :
Employer :
Positions held :
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 24 ~
11. Detailed Tasks Assigned 12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
(a)
(b)
(c)
(d)
(e)
…
13. Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my
qualifications, and my experience. I understand that any willful misstatement described herein may lead to my
disqualification or dismissal, if engaged.
Date:
Place:
<Signature of authorized signatory with Name and Designation>
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 25 ~
Annexure 5: Format for Financial Proposal
<To be printed on the authorized Letterhead of the Bidder>
Date: __________
From: _______________________________________
_______________________________________
_______________________________________
Phone No.: __________ Fax No.: _____________
Mobile No.:______________________________
e-Mail Address: ___________________________
To: Director General (SWM)
The Kolkata Municipal Corporation
Solid Waste Management Department
48 Market Street (2nd Floor)
Kolkata 700 087
Sub: Financial proposal for “Providing End-to-End Solution to Implement Vehicle Tracking System
in SWM-I Department of Kolkata Municipal Corporation and also Providing Post
Implementation Support and Maintenance Services to the System for a Period of 3 Years”
Sir,
We are hereby submitting our financial proposal for the above captioned project. Our quotes are as follows:
(A) Total Cost* towards the electronic devices/gadgets** to be used (in Rs.):
(B) Total Cost* of the application software to be developed or provided (in Rs.):
(C) Total Cost* of additional supporting equipment/help that may be used (in Rs.):
(D) Total Cost for providing post-implementation support and maintenance services for a period of 3 years:
Year Cost of providing support and maintenance services
1st Year Rs.……………… (in figures)
Rupees .……………….……………….……………… (in words)
2nd Year Rs.……………… (in figures)
Rupees .……………….……………….……………… (in words)
3rd Year Rs.……………… (in figures)
Rupees .……………….……………….……………… (in words)
TOTAL Rs.……………… (in figures)
Rupees .……………….……………….……………… (in words)
For “Service Tax”, please refer to the Note under Section: 7.3.2.
TOTAL FINANCIAL OFFER (in Rs.): < (A) + (B) + (C) + (D)> (in figures)
Rupees …………………………………………………… (in words)
We state and confirm that we have read and agreed to all the terms and conditions of the RfP documents and that we
have no grievance in respect to the same. Please note that this financial proposal of ours is net of all costs.
Yours faithfully,
(Name and designation of the authorized signatory with official seal)
* Costs to be mentioned including all sorts of taxes, levies etc. Applied taxes, levies etc are to be mentioned separately as per Annexure 8.
** Details of electronic devices/gadgets are to be mentioned as per Annexure 8.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 26 ~
Annexure 6: Certificate from Statutory Auditor of Bidder
<To be printed on the authorized Letterhead of the Statutory Auditor of the Bidder>
This is to certify that ______________________________ <Name of the Bidder> has been providing software
development and support services for the last three financial years:
Financial Capability of (Name of Bidder) (all figures in Rupees in Lakh)
Parameter FY 2011-12 FY 2012-13 FY 2013-14 Average of last 3 years
Total Annual Turnover
Annual Turnover from providing
solutions on “Vehicle Tracking
System”
Name and Signature of Authorized Signatory of Statutory Auditor
Designation:
Name of Audit Firm:
<Seal of the Firm>
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 27 ~
Annexure 7: Power of Attorney
<To be executed on Non Judicial stamp paper of Rs. 100>
Power of Attorney
Know all persons by these presents, we …………………………………………….. (name of the company) incorporated under the
laws of India and having its registered office at ………………………………………………………………………………………………………
(registered address) do hereby irrevocably constitute, nominate, appoint and authorize Mr/Ms.
……………………………………. (name), son/daughter/wife of ……………………………… and presently residing at
…………………………………………, who is presently employed with us and holding the position of ……………………………. , as our
true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,
deeds, matters and things as are necessary or required in connection with or incidental to submission of our Proposal
for “Providing End-to-End Solution to Implement Vehicle Tracking System in SWM-I Department of Kolkata Municipal
Corporation and also Providing Post Implementation Support and Maintenance Services to the System for a Period of
3 Years” (“Project”), pursuant to the Request for Proposal (RfP) document issued by the Kolkata Municipal Corporation
(“KMC”) and subsequently for our selection as Selected ITES Consultant including but not limited to signing and
submission of all Proposals and other documents and writings, participate in pre-bid conferences and other
conferences and providing information/responses to KMC, representing us in all matters before KMC, signing and
execution of all contracts and undertakings consequent to acceptance of our Proposal, and generally dealing with KMC
in all matters in connection with or relating to or arising out of our Proposal for the said Project and/or upon award
thereof to us and/or till the entering into a contract with the Kolkata Municipal Corporation.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deed, matters and things lawfully
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of
Attorney and that all acts, deeds and things one by our said Attorney in exercise of the powers hereby conferred shall
and shall always be deemed to have been done by us.
Capitalized terms not defined herein shall have the meaning assigned to them under the RfP issued by KMC.
IN WITNESS WHEREOF, ………........................., THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS ……… DAY OF …………., 201
For ………………………….. Accepted
(Signature) (Signature)
(Name, Designation and Address) (Name, Designation and Address of the
Attorney)
Witness:
(Name and Address of Witness)
Instructions regarding Power of Attorney
1. The mode of execution of the Power of Attorney shall be in accordance with the procedure, if any, laid down by the applicable law and the
charter documents of the executant(s) and when it is so required the same shall be submitted under common seal affixed in accordance with
the required procedure.
2. Also, the executant(s) shall submit for verification the extract of the charter documents and documents such as resolution /power of attorney
in favour of the person executing this power of attorney for the designation of power hereunder on behalf of the bidder.
RfP for Providing End-to-End Solution to Implement Vehicle Tracking System
~ 28 ~
Annexure 8: Details of Electronics Devices/Gadgets & Tax, Levy etc.
(A) Suggested electronic devices/gadgets to be used:
Sl.No. Name of Electronic
Device/Gadget Detailed Specification
Make and
Model No.
Warranty
Period
Unit Rate*
(in Rs.)
Quantity
Required
* Rate to be mentioned excluding all sorts of taxes, levies etc.
(B) Taxes, duties, levies etc. that have been considered in Financial Proposal:
Towards Type of tax, levy etc. Rate (%)
Electronic devices/gadgets
Application software
Additional supporting equipment/help
Support and maintenance
For “Service Tax”, please refer to the Note under Section: 7.3.2.