Tender No. 04
REQUEST FOR PROPOSAL (RFP)
FOR
Selection of System Integrator for Supply, Installation, Testing,
Commissioning and O&M for ICT led Smart City Solutions
PIMPRI CHINCHWAD SMART CITY LIMITED
Office of The Chief Executive Officer,
PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)
TEL NO.- 020-97333333,67331117
FAX- 020 27425600, 67330000
Email ID- [email protected]
Website- www.pcmcindia.gov.in
www.smartcitypimprichinchwad.in
Price of the RFP document Rs. 50,000/-(Non Refundable)
PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)
mailto:[email protected]://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/
INVITATION FOR BID (IFB)
Name & Address of the
Procuring Entity
Name: Pimpri Chinchwad Smart City Limited (PCSCL)
Address: 4th Floor, Pimpri Chinchwad Municipal Corporation
(PCMC) Main Building, Pimpri, Maharashtra – 411018
Tel: 020 – 67333333, 67331117
Fax: 020 - 27425600, 67330000
e-Mail ID: [email protected]
Name & Address of the
Project Officer In-charge
Name: Nilkanth Poman
Designation: Joint Chief Executive Officer, PCSCL
Address: 4th Floor, Pimpri Chinchwad Municipal Corporation
(PCMC) Main Building, Pimpri, Maharashtra – 411018
Email: [email protected]
Subject Matter of
Procurement
Request for Proposal (RFP) for Selection of System Integrator for
supply, installation, testing, commissioning and O&M for ICT led
Smart City Solutions
Bid Procedure One Envelope / RFP Response Document (e-bid) through
https://www.pcmcindia.gov.in (e-Proc portal)
Websites for downloading
Bidding Document,
Corrigendum’s, Addendums
etc.
Websites: www.pcmcindia.gov.in &
http://www.smartcitypimprichinchwad.in
Period of Sale/download of
Bidding Document (Start/
End Date)
Between 21/05/2018, 18:00 Hrs and 28/06/2018, 15:00 Hrs
Manner, Start/ End Date for
the submission of Bids
Manner: Online at e-Proc website (www.pcmcindia.gov.in)
Start Date: 21/05/2018, 18:00 Hrs
End Date: 28/06/2018, 15:00 Hrs
Date/ Time/ Place of Bid
Opening
Date: 28/06/2018,
Time: 16:00 Hrs
Place: Online at eProc website (www.pcmcindia.gov.in)
Sd/-
(Shravan Hardikar)
CEO & Director,
Pimpri Chinchwad Smart City Limited (PCSCL)
https://www.pcmcindia.gov.in/http://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/http://www.pcmcindia.gov.in/http://www.pcmcindia.gov.in/
Pimpri Chinchwad Smart City Limited
Request for Proposal (RFP) for Selection of System Integrator for supply, installation,
testing, commissioning and O&M for ICT led Smart City Solutions
TENDER No. 04
Pimpri Chinchwad Smart City Limited (PCSCL) intends to Select System Integrator for supply, installation,
testing, commissioning and O&M for ICT led PCSCL Smart City Solutions. The System Integrator shall be
selected on the basis of Least Cost Based Selection methodology after declared technically qualified.
Interested Bidders may download the RFP document from the website of PCMC i.e.
www.smartcitypimprichinchwad.in or www.pcmcindia.gov.in from 21/05/2018, 3.00 pm onwards.
No Name of Work
Proposal
Document Fee
(Rs.)
EMD (Rs.)
1
Selection of System Integrator for supply,
installation, testing, commissioning and O&M
for ICT led Smart City Solutions
50,000 /- 4,20,00,000/-
Rights to reject any or all tenders without assigning any reasons thereof are reserved by CEO, PCSCL
and whose decision will be final and legally binding on all the bidders.
Sd/-
Director & CEO, PCSCL
and
PCSCL/03/56/2018 Municipal Commissioner, PCMC
Date:15/05/2018
Advertisement No.1281
http://www.smartcitypimprichinchwad.in/
RFP for Selection of System Integrator for IT Enablement in SWM
1 | P a g e Volume – I - Structure of Proposal & Bid Process Specifications
VOLUME I - Structure of Proposal & Bid Process Specifications
Tender Ref Number- 04
Date: 21/05/2018
PIMPRI CHINCHWAD SMART CITY LIMITED
Request for Proposal (RFP)
for
Selection of System Integrator for
Supply, Installation, Testing,
Commissioning and O&M for ICT led
PCSCL Smart City Solutions
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
2 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Disclaimer
i. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited (PCSCL). ii. The information contained in this Request for Proposal document (“RFP”) or subsequently
provided to Bidders, whether verbally or in documentary or any other form by or on behalf of the PCSCL (the Purchaser) or any of its employees or advisors, is provided to Bidders, on the terms and conditions set out in this RFP.
iii. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals in pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at, by the Purchaser, in relation to the project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Purchaser, its employees or advisers to consider the objectives, technical expertise and particular needs of each party, who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct his own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources.
iv. Information provided in this RFP to the Bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Purchaser accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. The Purchaser, its employees and advisers make no representation or warrants and shall have no liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this selection process.
v. The Purchaser also accepts no liability of any nature, whether resulting from negligence or otherwise, however caused, arising from reliance of any Bidder upon the statements contained in this RFP.
vi. The Purchaser may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. The issue of this RFP does not imply that the Purchaser is bound to select a Bidder or to appoint the Selected Bidder, as the case may be, for this project and the Purchaser reserves the right to reject all or any of the proposals, without assigning any reason whatsoever.
vii. PCSCL or its authorized officers / representatives / advisors reserve the right, without prior notice, to change the procedure for the selection of the Successful Bidder or terminate discussions and the delivery of information at any time before the signing of any agreement for the Project, without assigning reasons thereof.
viii. The RFP Document does not address concerns relating to diverse investment objectives, financial situation and particular needs of each party. The RFP Document is not intended to provide the basis for any investment decision and each Bidder must make its / their own independent assessment in respect of various aspects of the techno-economic feasibilities of the Project. No person has been authorized by PCSCL to give any information or to make any representation not contained in the RFP Document.
ix. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation and expenses associated with any demonstrations or presentations which may be required by the Purchaser or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses shall remain with the Bidder and the Purchaser shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder, in preparation for submission of the Proposal, regardless of the conduct or outcome of the selection process.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
3 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Table of Contents
Invitation to Proposal.............................................................................................................. 6
Important Dates ..................................................................................................................... 7
Definitions & Acronyms .......................................................................................................... 8
1. Introduction .................................................................................................................. 12
1.1. ABOUT PIMPRI CHINCHWAD SMART CITY LIMITED ........................................................................... 12 1.2. PROJECT PROFILE ............................................................................................................................... 12 1.2.1. CITY NETWORK (ACTIVE COMPONENT) ............................................................................................. 14 1.2.2. CITY SURVEILLANCE FOR PCSCL SMART CITY ................................................................................. 14 1.2.3. SMART WATER ................................................................................................................................... 14 1.2.4. SMART SEWERAGE ............................................................................................................................. 15 1.2.5. SMART TRAFFIC ................................................................................................................................. 15 1.2.6. SOCIAL MEDIA ANALYTICS ................................................................................................................ 15 1.2.7. SMART CITY MOBILE APP .................................................................................................................. 16 1.2.8. SMART ENVIRONMENT ....................................................................................................................... 16 1.2.9. SMART PARKING ................................................................................................................................ 16 1.2.10. OPERATION CENTRES .................................................................................................................... 16 1.2.10.1 CITY OPERATIONS CENTRE ........................................................................................................... 16 1.2.10.2 COMMAND AND CONTROL CENTRE FOR CITY SURVEILLANCE ...................................................... 17 1.2.10.3 NETWORK OPERATING CENTRE ..................................................................................................... 17 1.3 RFP FORMAT .......................................................................................................................................... 17 1.4 DATASHEET ............................................................................................................................................ 18
2 Instruction to Bidders .................................................................................................... 19
2.1 GENERAL ................................................................................................................................................ 19 2.2 ELIGIBLE BIDDERS .................................................................................................................................. 19 2.3 COMPLIANT BIDS / COMPLETENESS OF RESPONSE .................................................................................. 19 2.4 CODE OF INTEGRITY ................................................................................................................................ 20 2.5 BIDDER TO INFORM ................................................................................................................................. 20 2.6 PRE-BID MEETING & CLARIFICATION ...................................................................................................... 21
2.6.1 Bidders Queries ............................................................................................................................ 21 2.6.2 Pre-Bid Conference ...................................................................................................................... 21 2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum ............................................................ 21
2.7 BID VALIDITY PERIOD ............................................................................................................................ 21 2.8 FIRM PRICES ........................................................................................................................................... 21 2.9 BID PRICES .............................................................................................................................................. 22
3 Key Requirements of Bid .............................................................................................. 22
3.1 RIGHT TO TERMINATE THE PROCESS ....................................................................................................... 22 3.2 RFP DOCUMENT FEES AND PURCHASE ................................................................................................... 22 3.3 EARNEST MONEY DEPOSIT (EMD) ......................................................................................................... 23 3.4 SUBMISSION OF PROPOSAL ...................................................................................................................... 23 3.5 BID PREPARATION COSTS ........................................................................................................................ 24 3.6 LANGUAGE.............................................................................................................................................. 24 3.7 DISCOUNT ............................................................................................................................................... 24 3.8 ONLY ONE PROPOSAL AND ONE SOLUTION ............................................................................................ 24 3.9 AUTHENTICATION OF BIDS ...................................................................................................................... 24 3.10 BIDDERS AUTHORIZATION ................................................................................................................. 24 3.11 AMENDMENT OF REQUEST FOR PROPOSAL .......................................................................................... 25 3.12 LOCAL CONDITIONS ........................................................................................................................... 25 3.13 VENUE & DEADLINE FOR SUBMISSION OF PROPOSALS ....................................................................... 25 3.14 PROPOSALS SUBMITTED AFTER DESIGNATED TIME OF SUBMISSION .................................................... 25
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
4 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
3.15 DEVIATIONS ....................................................................................................................................... 26 3.16 MODIFICATION AND WITHDRAWAL OF BIDS ...................................................................................... 26 3.17 REVEAL OF PRICES ............................................................................................................................. 26 3.18 ADDRESS FOR CORRESPONDENCE ...................................................................................................... 26 3.19 CONTACTING THE PCSCL .................................................................................................................. 26 3.20 PIMPRI CHINCHWAD SITE VISIT BY BIDDER ....................................................................................... 26 3.21 BIDDER RELATED CONDITIONS .......................................................................................................... 27 3.22 ELIGIBLE GOODS AND SERVICES AND OEM CRITERIA ....................................................................... 27 3.23 BID SUBMISSION ................................................................................................................................ 29 3.24 CONTENTS OF BID ON E-TENDERING PORTAL .................................................................................... 29 3.25 TECHNICAL PROPOSAL ....................................................................................................................... 29 3.26 COMMERCIAL BID .............................................................................................................................. 30 3.27 OPENING OF BIDS ............................................................................................................................... 30 3.28 TECHNICAL ENVELOPE ....................................................................................................................... 30 3.29 COMMERCIAL ENVELOPE ................................................................................................................... 31 3.30 SUB-CONTRACTING ............................................................................................................................ 31
4 Selection Process for Bidder ........................................................................................ 31
4.1 EVALUATION OF BIDS ............................................................................................................................. 31 4.2 OPENING OF BIDS .................................................................................................................................... 32 4.3 PRELIMINARY EXAMINATION OF BIDS .................................................................................................... 32 4.4 CLARIFICATION ON BIDS ......................................................................................................................... 33 4.5 EVALUATION PROCESS ............................................................................................................................ 33
4.5.1 Stage 1: Pre-Qualification ................................................................................................................. 33 4.5.2 Stage 2: Technical Evaluation ........................................................................................................... 33 4.5.3. Stage 3: Commercial Evaluation ...................................................................................................... 34
4.6 PRE-QUALIFICATION CRITERIA ............................................................................................................... 35 4.7 TECHNICAL EVALUATION FRAMEWORK ................................................................................................. 40
4.7.1 Technical Bid Criteria & Evaluation ............................................................................................ 41 4.7.2 Key Resources ............................................................................................................................... 46
5 Award of Contract......................................................................................................... 47
5.1 RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) .................................... 47 5.2 NOTIFICATION OF AWARD ...................................................................................................................... 47 5.3 NEGOTIATIONS WITH THE SUCCESSFUL BIDDER ...................................................................................... 48 5.4 CONTRACT FINALIZATION AND AWARD.................................................................................................. 48 5.5 PERFORMANCE BANK GUARANTEE (PBG).............................................................................................. 48 5.6 WARRANTY & MAINTENANCE ................................................................................................................ 49 5.7 SIGNING OF CONTRACT ........................................................................................................................... 50 5.8 FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP ......................................................... 50 5.9 REJECTION CRITERIA .............................................................................................................................. 50
5.9.1 General Rejection Criteria ........................................................................................................... 50 5.9.2 Commercial Rejection Criteria ..................................................................................................... 51
6 Annexure 1 – Format for Pre-Bid Queries .................................................................... 52
7 Annexure 2 – Formats for Submission of the Pre-Qualification Bid ............................... 53
7.1 PRE-QUALIFICATION BID CHECKLIST ....................................................................................................... 53 7.2 PRE-QUALIFICATION BID COVERING LETTER ......................................................................................... 54 7.3 COMPANY PROFILE .................................................................................................................................. 56 7.4 CERTIFICATE / DOCUMENTS AGAINST PRE-QUALIFICATION CRITERIA (SECTION 4.6) ............................ 57 7.5 BIDDER’S EXPERIENCE - CLIENT CITATIONS ........................................................................................... 58 7.6 DECLARATION OF NON-BLACKLISTING .................................................................................................. 59 7.7 SELF-CERTIFICATE FOR PROJECT EXECUTION EXPERIENCE ..................................................................... 60 7.8 NO DEVIATION CERTIFICATE .................................................................................................................. 61
8 Annexure 3 – Formats for Submission of the Technical Bid .......................................... 62
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
5 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
8.1 TECHNICAL BID CHECK-LIST .................................................................................................................. 62 8.2 TECHNICAL BID COVERING LETTER ........................................................................................................ 63 8.3 CREDENTIAL SUMMARY .......................................................................................................................... 65 8.4 BIDDER’S EXPERIENCE - CLIENT CITATIONS ........................................................................................... 66 8.5 TOTAL RESPONSIBILITY CERTIFICATE .................................................................................................... 67 8.6 OVERVIEW OF PROPOSED SOLUTION ....................................................................................................... 68 8.7 PROJECT PLAN ........................................................................................................................................ 69 8.8 MANPOWER PLAN ................................................................................................................................... 70
8.8.1 Details of Resources proposed...................................................................................................... 72 8.9 COMPLIANCE TO REQUIREMENT (TECHNICAL / FUNCTIONAL SPECIFICATIONS) ...................................... 73 8.10 PROPOSED UNPRICED BILL OF MATERIAL .......................................................................................... 74 8.11 MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM .................................................................. 86 8.12 ANTI-COLLUSION CERTIFICATE ......................................................................................................... 87 8.13 NON-DISCLOSURE AGREEMENT ......................................................................................................... 88 8.14 SELF-DECLARATION BY BIDDER ......................................................................................................... 91 8.15 FORMAT FOR OEM DECLARATION ..................................................................................................... 92
9 Annexure 4 – Format for Submission of Commercial Bid .............................................. 93
10 Annexure 5 – Performance Bank Guarantee ................................................................ 94
11 Annexure 6 - Consortium Agreement ........................................................................... 96
12 Annexure 7 - Format for Power of Attorney to Authorize Signatory ............................... 98
13 Annexure 8 - Format for Power of Attorney for Lead bidder of Consortium ................... 99
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
6 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Invitation to Proposal
i. PCSCL hereby invites Proposals from reputed, competent and professional Information
Technology (IT) companies, who meet the minimum eligibility criteria as specified in this bidding
document for the “Selection of System Integrator for Supply, Installation, Testing,
Commissioning and O&M for ICT led PCSCL Smart City Solutions” as detailed in the RFP
document.
ii. The complete bidding document shall be published on https://www.pcmcindia.gov.in and
http://www.smartcitypimprichinchwad.in for the purpose of downloading. The downloaded
bidding document shall be considered valid for participation in the electronic bidding process
(e-Tendering) subject to the submission of required tender/ bidding document fee online.
iii. Bidder is advised to study this RFP document carefully before submitting their proposals in
response to the RFP Notice. Submission of a proposal in response to this notice shall be
deemed to have been done after careful study and examination of this document with full
understanding of its terms, conditions and implications.
https://www.pcmcindia.gov.in/
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
7 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Important Dates
Sl # Activity Deadline
1. Release of RFP 21st May 2018
2. Last date of receipt of queries on RFP 6th June, 2018 by 18:00 hrs
3. Pre-bid Meeting date 8th June, 2018 at 12:00 hrs at PCMC Head Office
4. Last date for submission of Bids 28th June, 2018 by 15:00 hrs
5. Date of opening of technical bids 28th June, 2018 by 16:00 hrs
6. Date of Technical Presentation by the Bidders
To be intimated later
7. Date of Opening of Commercial bids To be intimated later
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
8 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Definitions & Acronyms
Terms Meaning
AAA Authentication, Authorization, and Accounting
AE Alarm and Events
AMI Advanced Metering Infrastructure
AMR Automated Meter Reading
ANPR Automatic Number Plate Recognition
API Application Programming Interface
ATCC Automated Traffic Counting and Classification
ATCS Adaptive Traffic Control System
AVLS Automatics Vehicle Locating System
BMS Building Management System
BOD Biochemical Oxygen Demand
BOM Bill of Material
BOQ Bill of Quantities
CAPEX Capital Expenditure
CAT Category
CCC Control Command Centre
CCTV Closed Circuit Television Camera
CLOS Clear Line of Sight
CMDB Configuration Management Database
CoAP Constrained Application Protocol
COC City Operations Centre
COD Chemical Oxygen Demand
COP Common Operating Picture
CPE Customer Premise Equipment
CPU Central Processing Unit
CVC Central Vigilance Commission
DBA Database Administrator
DC Data Centre
DCU Data Concentrating Unit
DMA District Metering Zone
DNP Distributed Network Protocol
DNS Domain Name System
DO Dissolved Oxygen
EAL Evaluation Assurance Level
ECS Equivalent Car Space
EMD Earnest Money Deposit
EMS Enterprise Management System
ERP Enterprise Resource Management
ESR Elevated Storage Reservoir
FAT Factory Acceptance Test
FRS Facial Recognition System
FY Financial Year
GIS Geographical Information System
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
9 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Terms Meaning
GoI Government of India
GoM Government of Maharashtra
GPRS General Packet Radio Service
GPS Global Positioning System
GSM Global System for Mobile Communication
GSR Grounded Storage Reservoir
GST Goods and Services Tax
GUI Graphical User Interface
HDA Historical Data Access
HF High Frequency
HHU Hand Held Unit
HMI Human Machine Interface
HR Human Resources
HTTP Hyper Text Transfer Protocol
HVAC Heating, Ventilation, and Air Conditioning
IaaS Infrastructure as a Service
ICS Interoperable Communication Switch
ICT Information and Communication Technology
IDS Intrusion Detection System
IEG Intelligent Edge Gateway
IoT Internet of Things
IP Internet Protocol
IPS Intrusion Prevention System
IR Infrared
ISE Ion Selective Electrodes
ISM Industrial, Scientific and Medical
ISO International Organization for Standardization
ITIL Information Technology Infrastructure Library
IVRS Interactive Voice Response System
JSON JavaScript Object Notation
KeDB Known Error Database
KPI Key Performance Indicator
LAN Local Area Network
LED Light Emitting Diode
LIU Light Interface Units
LLP Limited Liability Partnership
LOA Letter of Acceptance
LOI Letter of Intent
LPWAN Low Power Wide Area Network
LTE Long Term Evolution
MDAS Meter Data Acquisition System
MDMS Meter Data Management System
MID Measurement Instrument Directive
MLD Million Litres Per Day
MoHUA Ministry of Housing and Urban Affairs
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
10 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Terms Meaning
MPCB Maharashtra Pollution Control Board
MQTT Message Queuing Telemetry Transport
MS Mild Steel
MSV Mobile Surveillance Vehicle
MTBF Mean Time Between Failure
MTTR Mean Team to Repair
NFPA National Fire Protection Association
NMS Network Management System
NOC Network Operations Centre
O&M Operations and Maintenance
OBD Out Bound Data
OEM Original Equipment Manufacturer
OFC Optical Fibre Cable
OPC OLE for Process Control
OPC DA OPC Data Access
OPEX Operational Expenditure
OS Operating System
OSS Operations Support System
OWASP Open Web Application Security Project
PA Public Address
PaaS Platform as a Service
PAH Polycyclic Aromatic Hydrocarbon
PAN Permanent Account Number
PBG Performance Bank Guarantee
PBX Private Branch Exchange
PCI- DSS Payment Card Industry Data Security Standard
PCMC Pimpri Chinchwad Municipal Corporation
PCSCL Pimpri Chinchwad Smart City Limited
PDU Power Distribution Unit
PLC Programmable Logic Controller
PMP Project Management Professional
PO Purchase Order
POC Proof of Concept
PoP Point of Presence
PSD Performance Security Deposit
PSU Public Sector Undertaking
PTZ Pan tilt zoom
QR Quick Response
RCA Root Cause Analysis
REST Representational State Transfer
RF Radio Frequency
RFC Request for Change
RFID Radio Frequency Identification
RFP Request for Proposal
RLVD Red Light Violation Detection
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
11 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Terms Meaning
RTU Remote Terminal Unit
SBR Sequential Batch Reactor
SCADA Supervisory Control and Data Acquisition
SI System Integrator
SITC Supply, Installation, Testing and Commissioning
SLA Service Level Agreement
SMS Short Message Service
SNMP Simple Network Management Protocol
SOAP Simple Object Access Protocol
SOP Standard Operating Procedure
SRS System Requirement Specifications
STP Sewerage Treatment Plant
SWNM Smart Water Network Management
SWM Solid Waste Management
T1 Technical Envelope
TAN Total Ammonia Nitrogen
TCB Total Cost of Bid
TCC Traffic Control Centre
TCV Total Contract Value
TOGAF The Open Group Architecture Framework
TSP Telecom Service Provider
TSS Total Suspended Solids
TVDS Traffic Violation Detection System
UAT User Acceptance Test
UHF Ultra-High Frequency
ULB Urban Local Bodies
UPS Uninterruptible Power Supply
USB Universal Serial Bus
UT Union Territory
UV Ultra Violet
VAT Value Added Tax
VEE Validating, Editing and Estimating
VHF Very High Frequency
VLAN Virtual LAN
VMD Variable Message Display
VMS Video Management System
WAN Wide Area Network
Wi-Fi Wireless Fidelity
WO Work Order
WTP Water Treatment Plant
XML Extensible Mark-up Language
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
12 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
1. Introduction
1.1. About Pimpri Chinchwad Smart City Limited
Pimpri Chinchwad is a twin city to Pune located south-east of Mumbai, and is the fifth most populated
city of Maharashtra. The population of Pimpri-Chinchwad as per 2001 Census was 10.23 lakhs and
has reached 17.29 lakhs in the year 2011. Currently, the population of Pimpri Chinchwad stands at
approximately 22 lakhs as of 2018.
Pimpri Chinchwad has a thriving industrial belt, primarily consisting of engineering and automobile
industries with over 6,000 industrial units in the large, medium and small sectors dotting its
landscape. Pimpri-Chinchwad is one of the best developed industrial belt of Maharashtra
accommodating many reputed industrial houses and business conglomerates of the country.
Present day Pimpri Chinchwad is thriving suburbs of Pune situated along the NH-4 (Pune -Mumbai
Highway) and the areas are being developed due to emergence of Hinjewadi IT Park and the NH-4
Bypass. Nodes like Dapodi, Kasarwadi, Pimpri, Chinchwad, Pradhikaran and Nigdi, which
developed along NH-4 have a distinctly industrial feel due to the presence of large industrial
campuses and MIDC areas whereas areas like Wakad, Pimple Saudagar, Pimple Nilakh and Sangvi
developed later and are predominantly residential suburbs catering to the workforce at Hinjewadi IT
Park.
The Pimpri Chinchwad city is managed and governed by the Pimpri Chinchwad Municipal
Corporation (PCMC), established in the year 1982. The Maharashtra Municipal Corporations Act,
bestows the responsibility of providing basic infrastructure and services viz. water supply, drainage,
sewerage, roads and services such as conservancy, firefighting, street lighting, education and
primary health upon PCSCL.
1.2. Project Profile
Ministry of Housing and Urban Affairs (MoHUA), Government of India (GoI) has embarked on the
Smart Cities Mission programme that aims at bringing about urban transformation for cities. The
objective is to drive economic growth and improve the quality of life for the citizens by enabling local
development and harnessing technology as a means to create smart outcomes.
Pimpri Chinchwad City has been shortlisted under Ministry of Housing and Urban Affairs (MoHUA),
Government of India, Smart City Mission programme, as part of Round 3 selection, wherein Pimpri
Chinchwad Municipal Corporation (PCMC), as part of its Pan-City Proposal, has identified various
ICT led Smart City Initiatives like City Network, Smart Water, Smart Sewerage, Smart Traffic, Smart
Parking, Smart Environment, CCTV Surveillance to name a few, details are captured in the below
figure.
PCMC has formulated a city level SPV i.e. Pimpri Chinchwad Smart City Limited (PCSCL),
registered under the Companies Act 2013, which shall be receiving the funds from the Central
Government, State Government and ULB for execution of all the identified Smart City Initiatives.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
13 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
The Pimpri Chinchwad Smart City project draws heavily upon digital network, smart sensors,
advanced analytics and IT solutions, which would be able to provide city dwellers an innovative and
electronically connected ecosystem with much improved service efficiency. Of equal importance is
the provisioning of real-time data management, alerts, forecasting and information processing for
the city administration and allowing city planners to develop more meaningful programmes.
PCSCL, as part of this RFP, intends to implement below mentioned solutions with the following key
objectives:
City Network (Active): The network backbone shall provide a converged network, bringing
together different city management vertical solutions on a common network infrastructure for
Pimpri-Chinchwad. The converged network shall facilitate information exchange between
resources and applications across different domains. It will be an end-to-end open platform
enabling services across the city.
City Surveillance: A city-wide surveillance system to ensure public safety, prevent crimes and
maintain law & order
Smart Water: To generate water bills by integrating smart meter data acquired from Smart
Water Meters with existing Water Billing Application
Smart Sewerage: An integrated sewer supply system and lifecycle management of Sewage
Network from COC to monitor the quality of treatment
Smart Traffic : To establish Intelligent Traffic Management System to bring out more efficiency
and better day to day traffic management
Social Media Analytics: To build a platform and dashboard to gather and analyse various
multi-structured data generated by the citizens via multiple platforms
Smart City Mobile App: To create a real time user friendly single window service delivery
system in the city
Smart Environment: To install sensors at field locations and deployment of Central
Environment System at the City Operation Centre
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
14 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
Smart Parking: To provide a seamless, efficient, citizen-friendly, cost and time effective
parking operation for the City
Setting of City Operation Centre, Command Control Centre, Server Room, Network
Operation Centre and Traffic Control Centre: Monitoring, controlling and operating all the
above-specified Smart City Components through the establishment of respective Operation
centres.
1.2.1. City Network (Active Component)
The network backbone is expected to provide a converged network, bringing together different city
management vertical solutions on a common network infrastructure for Pimpri-Chinchwad. The
converged network shall facilitate information exchange between resources and applications across
different domains. It will be an end-to-end open platform enabling services across the city.
An overarching OFC-based network is being planned as part of Pimpri-Chinchwad Smart City initiative,
which forms the backbone for all the envisaged applications. The network architecture being proposed,
will comply with the best practices and industry standards to ensure high availability, scalability,
manageability and security for the information, services and solutions being managed on the network.
The designed network shall provide uninterrupted services across the Pimpri-Chinchwad City
connecting seamlessly with various stakeholders. With the capability to handle high bandwidth
applications with low latency, the network forms the pivot for ICT based Smart City interventions in
Pimpri Chinchwad city.
The city network backbone based last mile connectivity has been provisioned at each of the city network
PoP along with the last mile connectivity at each of the IoT device/sensor level.
1.2.2. City Surveillance for PCSCL Smart City
Protecting citizens and ensuring public safety is one of the topmost priority of any Government.
Governments and law enforcement agencies require advanced security solutions to effectively fight
threats from activities of terrorism, organized crime, vandalism, burglary, random acts of violence, and
all other forms of crime. Video surveillance is a fitting solution to commence the journey of government
and law enforcement agencies in implementing advanced security for public safety.
The proposed CCTV Surveillance System is designed to accumulate intelligence through data
collection via extensive CCTV installations, smart traffic sensors and crime prediction software so as to
enable intelligence policing. This set-up can aid in significantly improving the type and volume of
information that is relied upon by law enforcement authority when dealing with crimes.
The system shall have the ability to monitor, detect and record any criminal activity including theft, traffic
violations, vandalism to name a few.
1.2.3. Smart Water
The proposed Smart Water Network Management (SWNM) system shall involve supply, installation,
testing and commissioning of Smart Water AMI System. It shall provide integration of smart meter data
acquired from Smart Water Meters with existing Water Billing Application to generate Water Bills.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
15 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
SWNM shall also involve supply, installation, testing and commissioning of SCADA Application for
monitoring and controlling the water distribution system along with integration of existing SCADA at
other locations.
The SWNM shall also involve Supply, Installation, Testing and Commissioning of Online Water Quality
Monitoring Stations and provide interface to citizens through web and mobile platforms for water quality
data in the city.
It shall ensure preventive maintenance of all the pumps at pumping stations based on real-time energy
audit of electrical measurements and other pump’s efficiency related parameters.
1.2.4. Smart Sewerage
The proposed vision of the project is to implement holistic and integrated sewer supply system for Pimpri
Chinchwad under the smart city program. It includes lifecycle management of Sewage Network from
COC, monitoring the quality of treatment and processing at inlet and discharge, increasing operational
efficiency of the Sewage Network with a centralized control monitoring system, energy audit and
preventive maintenance of pumps, automation of chlorine and polyelectrolyte dosing systems & safety
and security of assets and infrastructure.
1.2.5. Smart Traffic
PCSCL in collaboration with Pune Police intends to adopt Smart ICT led interventions in the area of
Traffic Management to bring more efficiency and better management of day-to-day traffic scenario at
Pimpri Chinchwad area.
The Intelligent Traffic Management System shall enable Traffic Law Enforcement through the smart
ICT led interventions like Automatic Number Plate Recognition System and Red Light Violation
Detection, wrong way & wrong parking detection, speed detection, zebra crossing/stop line violation
etc.
The system shall improve & regulate traffic signals allowing real time traffic density to be monitored by
adopting Adaptive Traffic Control Systems at the selected traffic junctions. It shall also help the city
authorities understand the traffic patterns prevailing across the city; plan and manage events in Pimpri-
Chinchwad city based on historical and real-time data by incorporating data analytics. It shall also
enable stakeholders and citizens to be abreast with all latest traffic updates in real-time at regular and
critical travel advisories.
1.2.6. Social Media Analytics
The Social Media Analytics platform shall gather and analyse various multi-structured data generated
by the citizens via multiple platforms. It shall cater to various needs of PCSCL like, need of an effective
citizen engagement dashboard through online mediums such as social media channels, need to
analyse citizens’ view for better decision and administrative support, citizens’ reaction on
implementation of various schemes etc. It shall also help to get proactive alerts on security / crisis /
sensitive activities for better safety & administration. These platforms are very effective for faster and
easier communication with the citizens.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
16 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
1.2.7. Smart City Mobile App
The proposed Smart City Mobile App shall create a real time user friendly single window service delivery
system in the city comprising of various governance, informative, navigational & transactional services.
The Smart City App shall be based on the Mobile Service Delivery Platform, which shall host various
existing and forthcoming services on the city pertaining to domains like Waste, Mobility, Utilities,
Emergency, Environment, Traffic etc. It shall also offer community discussion platform for city dwellers
to interact with the city administration and shall present the real time status, alerts, intimations etc. on
various useful city services/parameters with respect to aforesaid domains.
1.2.8. Smart Environment
The proposed Smart Environment system shall involve installation of Smart Environment sensors for
Air Quality, Weather, Lights & Noise level monitoring at field locations and deployment of Central
Environment System at the City Operation Centre of PCSCL. The real time environment and city health
status, alerts, notifications shall be communicated to the citizens via Digital Display Unit and Smart City
Mobile App. It shall also enable decision makers to analyse the current scenario, perform cross-domain
impact assessment, prediction/trend analysis etc. to further streamline the corrective measures.
1.2.9. Smart Parking
The proposed Smart Parking System shall provide a seamless, efficient, citizen-friendly, cost and time
effective parking operation for Pimpri Chinchwad City and implement a holistic and integrated Smart
Parking System, which shall result in creating better parking experience for the citizens. The system
further focuses on making use of parking more efficiently by reducing illegal parking, revenue leakages,
manpower cost etc. The system shall reduce traffic congestion and greenhouse gases caused during
searching for parking space, increase revenue collection through managed parking, provide real time
tracking of available parking space on mobile and VMD, payment collection reconciliation and trend
analysis, which shall facilitate better urban planning.
1.2.10. Operation Centres
With a view of enabling respective stakeholders to operate all the above-specified Smart City
Components, following Operations Centres have been proposed:
1. City Operations Centre (COC)
2. Command and Control Centre for City Surveillance (CCC)
3. Network Operations Centre (NOC)
1.2.10.1 City Operations Centre
The City Operation Centre shall facilitate with a viewing and controlling mechanism for selected field
locations in a fully automated environment for optimized monitoring, regulation and enforcement of
services. The City Operation Centre shall be accessible by the operators and concerned authorized
entities with necessary authentication credentials. The City Operation Centre shall be used and manned
by the PCSCL/PCMC officers to keep surveillance on civil issues.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
17 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
1.2.10.2 Command and Control Centre for City Surveillance
Command Control Centre shall be the central location operations centre to monitor all the camera feeds
being received. It can also be the response mechanism centre for all the events triggered from various
applications on the cameras along with the GIS map, which can provide the location co-ordinates for
facilitating response mechanism as per user defined SOP for events. The centre can also facilitate
integration of existing disparate systems like Dial 100 and other Data base applications as and when
available. The entire process can be monitored using an IoT platform, which can integrate with all the
different sensors/devices. Command Control Centre can also facilitate the Server room, which stores
the hardware required to record and trigger events using Video Management Software, Video Analytics,
Automatic Number Plate Recognition System, Red Light Violation Detection System, Face Recognition
System and storage of the video feed data.
1.2.10.3 Network Operating Centre
It is proposed that a Network Operations Centre (hereinafter referred to as “NOC”) shall be established
for monitoring the network infrastructure laid as part of City Network Backbone across all locations. The
NOC shall analyse network problems, perform troubleshooting, communicate with various PCSCL/
PCMC officials or technicians and track problems through resolution. The key objective of the NOC is
to ensure the health and availability of components. When necessary, NOC shall escalate problems to
the appropriate stakeholders. The SI shall develop service catalogue for NOC and get a sign off on the
same from purchaser / authorized entity.
1.3 RFP Format
The intent of this RFP is to invite bids from the Bidders for SITC and O&M for establishing ICT Led
Systems for the Smart City Project.
The Request for Proposal (RFP) consists of three volumes viz:
RFP Volume 1: Structure of Proposal & Bid Process Specifications
Volume 1 details the instructions with respect to the bid process management, technical
evaluation framework, and the technical & financial forms.
RFP Volume 2: Scope of Work including Functional & Technical Specifications
Volume 2 of the RFP provides information regarding the Project Implementation Plan,
business requirements/applications to be covered and corresponding process related
documentation, scope of work for the selected bidder and functional requirements.
RFP Volume 3: Legal Specifications
Volume 3 contains the contractual, legal terms & conditions applicable for the proposed
engagement.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
18 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
1.4 Datasheet
Sl # Item Description
1. Method of Selection
The method of selection is L1. The Contract shall be awarded to the bidder quoting the lowest ‘Total Price’ post technical qualification. Prices inclusive of applicable taxes, levies etc. shall be considered for arriving at L1 price.
2. Availability of RFP Documents
Download from https://www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in
3. Date of RFP Issuance 21st May 2018
4. Tender document fee (Non-refundable and Not –exempted)
INR 50,000 (INR Fifty Thousand only) through e-Tendering portal
5. Bid Security/Earnest Money Deposit (EMD)
INR 4,20,00,000 (INR Four Crores Twenty Lacs only) through e-Tendering portal
6. Last date and time for Submission of Pre-Bid Queries
8th June, 2018 by 18:00 hrs
7. Pre-Bid Conference time, date, & venue
12th June, 2018 at 12:00 hrs at Standing Committee Conference Room, 3rd Floor, PCMC Main Building, Mumbai-Pune Road, Pimpri, Maharashtra – 411018
8. Posting of responses to queries (on website)
https://www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in/
9. Last Date and time for Bid/Bid submission (On or before)
28th June, 2018 by 15:00 hrs
10. Date of opening of technical bids
28th June, 2018 by 16:00 hrs
11. Bid validity Bid must remain valid up to 180 (One Hundred & Eighty) days from the actual date of submission of the Bid.
12. Currency Currency in which the Bidders may quote the price and shall receive payment is INR only.
13. Name and Address for Correspondence
The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), 4th Floor, PCMC Main Building, Pimpri, Maharashtra – 411018 Tel: 020 – 67333333, 67331120 Fax: 020 - 27425600, 67330000 e-Mail ID: [email protected]
https://www.pcmcindia.gov.in/https://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/mailto:[email protected]
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
19 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
2 Instruction to Bidders
2.1 General
PCSCL has adopted a two-stage process (referred to as the "Bidding Process") for selecting Bidders
for the award of the Project through the e-tendering system. The Bidding Process shall comprise of two
steps, the first relating to qualification of the Bidder and the second relating to the Commercial Proposal
of the Bidder. As part of the Bidding Process, the Bidders are being called upon to submit their Bids
through the e-tendering system of PCSCL in accordance with the terms specified in the Bidding
Documents. Registered Bidders should submit their offer by the way of e-tendering System only. The
official shall guide the interested Bidder to document the authorization process & to obtain the
Registration Key.
Notes of e-Tendering:
a. All eligible interested Bidders, who want to participate in e-tendering process should get
enrolled on PCSCL’s e-tendering portal www.pcmcindia.gov.in and
http://www.smartcitypimprichinchwad.in
b. Bidder shall contact, for details or any difficulties in submission of online tenders, if any, the
CEO, PCSCL
c. It is compulsory for all participants to submit all documents online.
d. It is compulsory to submit cost of Tender Form Fee and Earnest Money deposit only in the form
of Online Payment. Detailed terms and conditions are displayed on the portal -
www.pcmcindia.gov.in
e. Right to reject any or all online bids of work without assigning any reasons thereof are reserved
with the CEO, PCSCL.
f. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this RFP may
wish to consult their own legal advisers in relation to this RFP.
g. All information supplied by Bidders may be treated as contractually binding on the Bidders, on
successful award of the assignment by the Purchaser on the basis of this RFP.
h. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written
contract has been executed by or on behalf of the Purchaser. Any notification of preferred
Bidder status by the Purchaser shall not give rise to any enforceable rights by the Bidder. The
Purchaser may cancel this public tendering at any time prior to a formal written contract being
executed by or on behalf of the Purchaser.
i. This RFP supersedes and replaces any previous public documentation & communications, and
Bidders should place no reliance on such communications.
2.2 Eligible Bidders
Bids may be submitted by a Sole Bidder or by a lead bidder in case of a consortium as per the eligibility
norms set forth in this RFP document.
2.3 Compliant Bids / Completeness of Response
a. Bidders are advised to study all instructions, forms, terms, requirements and other information
in the RFP documents carefully. Submission of the bid shall be deemed to have been done
http://www.pcmcindia.gov.in/http://www.pcmcindia.gov.in/
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
20 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
after careful study and examination of the RFP document with full understanding of its
implications.
b. Failure to comply with the requirements of this paragraph may render the bid non-compliant
and the Bid may be rejected. Bidders must:
i. Include all documentation in the bid, specified in this RFP
ii. Follow the format of this RFP while developing the bid and respond to each element in
the order, as set out in this RFP
iii. Comply with all requirements as set out within this RFP
2.4 Code of Integrity
No official of a procuring entity or a bidder shall act in contravention of the codes, which includes:
a. Prohibition of:
i. Making offer, solicitation or acceptance of bribe, reward or gift or any material benefit,
either directly or indirectly, in exchange for an unfair advantage in the Tendering process
or to otherwise influence the Tendering process.
ii. Any omission, or misrepresentation that may mislead or attempt to mislead so that financial
or other benefit may be obtained or an obligation avoided.
iii. Any collusion, bid rigging or anticompetitive behaviour that may impair the transparency,
fairness and the progress of the Tendering process.
iv. Improper use of information provided by the procuring entity to the bidder with an intent to
gain unfair advantage in the Tendering process or for personal gain.
v. Any financial or business transactions between the bidder and any official of the procuring
entity related to tender or execution process of contract;
vi. Which can affect the decision of the procuring entity directly or indirectly.
vii. Any coercion or any threat to impair or harm, directly or indirectly, any party or its property
to influence the Tendering process.
viii. Obstruction of any investigation or auditing of the Tendering process.
ix. Making false declaration or providing false information for participation in a tender process
or to secure a contract;
b. Disclosure of conflict of interest.
c. Disclosure by the bidder of any previous transgressions made in respect of the
i. Provisions of sub-clause (a) with any entity in any country during the last three years
ii. Or of being debarred by any other procuring entity.
In case of any reported violations, the procuring entity, after giving a reasonable opportunity of being
heard, comes to the conclusion that a bidder or prospective bidder, as the case may be, has
contravened the code of integrity, may take appropriate measures.
2.5 Bidder to Inform
The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service Levels,
Specifications, and Schedules of this RFP. If bidder has any doubts/clarifications as to the meaning of
any portion of the Conditions or the specifications, he shall, before the last date for Submission of Pre-
Bid Queries, set forth the particulars thereof and submit to Purchaser in writing so that the doubts may
be removed or clarifications are provided.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
21 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
2.6 Pre-bid meeting & Clarification
2.6.1 Bidders Queries
a) Any clarification regarding the RFP document and any other items related to this project
can be submitted to PCSCL as per the submission mode and timelines mentioned in the
RFP Datasheet.
b) Any request(s) for clarifications post the indicated date and time shall not be entertained
by PCSCL. Further, PCSCL shall reserve the right to issue clarifications.
c) The queries of only those bidders would be considered, who shall send the same to e-mail
IDs provided in the RFP Datasheet.
d) It is necessary that the pre-bid queries must be submitted in excel sheet format, along with
name and details of the organization submitting the queries as mentioned in Annexure I.
2.6.2 Pre-Bid Conference
PCSCL shall hold a pre-bid meeting with the prospective bidders as mentioned in the RFP Data Sheet.
The bidders are expected to submit the pre-bid queries one day prior to the date of Pre-bid conference
mentioned in the RFP Datasheet. PCSCL may not respond to the pre-bid queries posted after the last
day, and the bidder shall not claim for non-response of the pre-bid queries.
2.6.3 Responses to Pre-Bid Queries and Issue of Corrigendum
a) The Nodal Officer notified by the Purchaser shall endeavour to provide timely response to
all queries. However, Purchaser makes no representation or warranty as to the
completeness or accuracy of any response made in good faith, nor does Purchaser
undertake to answer all the queries that have been posed by the Bidders.
b) At any time prior to the last date for receipt of bids, Purchaser may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the RFP Document by a corrigendum.
c) The corrigendum (if any) & clarifications to the queries from all Bidders shall be posted on
the www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in.
d) Any such corrigendum shall be deemed to be incorporated into this RFP.
e) In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, the Purchaser may, at its discretion, extend the last date for the receipt of
Proposals.
2.7 Bid Validity Period
Bid shall remain valid for the time mentioned in the RFP Datasheet. In exceptional circumstances, at
its discretion, PCSCL may solicit the Bidder’s consent for an extension of the validity period. The request
and the response shall be made in writing.
2.8 Firm Prices
a) Prices quoted must be firm and final and shall remain constant throughout the period of
the contract and shall not be subject to any upward modifications, on any account
whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only.
b) The Commercial Bid should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes, duties, fees, levies, works contract
http://www.pcmcindia.gov.in/http://www.smartcitypimprichinchwad.in/
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
22 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
tax and other charges as may be applicable in relation to the activities proposed to be
carried out.
c) The taxes quoted in the offer should be as per the prevailing tax rates.
d) A proposal submitted with an adjustable price quotation or conditional proposal shall be
treated as non-responsive and the bid may be rejected.
2.9 Bid Prices
a) The Bidders shall indicate the unit rates and total Bid Prices of the equipment/ services, it
proposes to provide under the Contract. Prices should be shown separately for each item
as required in the RFP.
b) Bidder should provide all prices as per the prescribed Commercial Bid format provided in
the Tendering Portal.
c) The Bidders shall prepare the bid based on details provided in the tender documents. It
must be clearly understood that the Scope of Work is intended to give the Bidders an idea
about the order and magnitude of the work and is not in any way exhaustive and
guaranteed by PCSCL. The Bidders shall carry out all the tasks in accordance with the
requirement of the tender documents and it shall be the responsibility of the Bidders to
fully meet all the requirements of the tender documents.
d) If at any stage, during the contract, if Purchaser identifies that the approach/ project plan/
schedule/ work conducted does not meet the functional requirements, conceptual design,
performance requirements/ SLA, and other requirements of Tender, the Bidders shall
revise the required work plan/ approach/quality of work as required. No additional cost
shall be reimbursed for the bidder for the same.
e) The price would be inclusive of all taxes, duties, charges and levies payable under
respective statutes.
3 Key Requirements of Bid
3.1 Right to Terminate the Process
a) PCSCL may terminate the RFP process at any time and without assigning any reason.
PCSCL makes no commitments, express or implied, that this process shall result in a
business transaction with anyone.
b) This RFP does not constitute an offer by PCSCL. The bidder's participation in this process
may result in PCSCL selecting the bidders to engage towards execution of the contract.
3.2 RFP Document Fees and Purchase
a) The Bidders shall download the tender document from the e-Tendering website as
mentioned in the Proposal Datasheet above. The downloading of the tender documents
shall be carried out strictly as provided on the web site.
b) Tender Fee of requisite amount, as per Datasheet, shall be paid online through e-
Tendering portal.
c) Without the payment of tender fee, the bids shall be considered as incomplete and non-
responsive and shall not be considered.
d) The RFP document fee is non-refundable and not exempted.
e) Proposals received without tender fee receipt shall be rejected.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
23 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
3.3 Earnest Money Deposit (EMD)
a) EMD, which is required to protect the PCSCL against the risk of Bidders conduct,
which would warrant the EMD forfeiture, of requisite amount as per Factsheet/Datasheet,
shall be paid online (net banking only) via Tendering portal.
b) No exemption for submitting the EMD shall be given to any agency. EMD in any other form
shall not be entertained.
c) The EMD of all unsuccessful bidders would be refunded by PCSCL after submission of
Performance Bank Guarantee by the successful bidder.
d) The EMD of the successful bidder would be returned upon submission of Performance
Bank Guarantee, by the successful bidder. The EMD amount is interest free and shall be
refundable without any accrued interest on it.
e) Proposals not accompanies with the EMD or containing EMD with infirmity(ies) (relating to
the amount or validity period etc.), mentioned above, shall be summarily rejected.
f) The EMD may be forfeited:
If a bidder withdraws its bid during the period of bid validity.
A successful Bidder fails to sign the subsequent contract in accordance with this
RFP
The Bidder being found to have indulged in any suppression of facts, furnishing of
fraudulent statement, misconduct, or other dishonest or other ethically improper
activity, in relation to this RFP
A Proposal contains deviations (except when provided in conformity with the RFP)
conditional offers and partial offers.
3.4 Submission of Proposal
Bidders should submit their responses as per the procedure specified in the e-Tendering portal
(www.pcmcindia.gov.in or http://www.smartcitypimprichinchwad.in) being used for this purpose.
Generally, the items to be uploaded on the portal would include all the related documents mentioned in
this Model RFP, such as:
Tender Fee
EMD
Pre-qualification Proposal
Technical Proposal
Financial proposal
However, each of the above documents must be uploaded in the format specified for this purpose and
as per the specified folder structure in the e-Tendering portal.
The bidder must ensure that the bid is digitally signed by the Authorized Signatory of the bidding firm
and has been duly submitted (freeze) within the submission timelines. The PCSCL shall in no case be
responsible if the bid is not submitted online within the specified timelines.
All the pages of the Proposal document must be sequentially numbered and must contain the list of
contents with page numbers. Any deficiency in the documentation may result in the rejection of the
Bidder’s Proposal.
http://www.pcmcindia.gov.in/
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
24 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
3.5 Bid Preparation costs
The Bidder shall be responsible for all costs incurred in connection with participation in the RFP process,
including, but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings/discussions/presentations, preparation of proposal, in providing any additional
information required by Purchaser to facilitate the evaluation process, and in negotiating a definitive
contract or all such activities related to the bid process.
Purchaser shall in no event be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
3.6 Language
The proposal should be filled by the bidders in English language only. If any supporting documents
submitted are in any language other than English, translation of the same in English language is to be
duly attested by the bidders. For purposes of interpretation of the documents, the English translation
shall govern.
3.7 Discount
The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with
the quoted prices. Discount of any type, indicated separately, shall not be taken into account for
evaluation purpose. However, in the event of such an offer, without considering discount, is found to be
the lowest, PCSCL shall avail such discount at the time of Award of Contract. For future purposes, unit
prices of all individual components shall be discounted accordingly (by the overall discount % in case
overall discount % is given or by the individual component discount % in case item wise discount given)
to arrive at component-wise unit prices.
3.8 Only One Proposal and One Solution
If a Bidder, sole, lead or consortium member, submits or participates in more than one Proposal and /
or presents more than one Solution, such Bidders shall be disqualified.
3.9 Authentication of Bids
The Proposal should be accompanied by a Power-of-Attorney in the name of the signatory of the
Proposal.
3.10 Bidders Authorization
a) The "Bidders" as used in the tender documents shall mean the one who has signed the Tender
Forms. The Bidders may be either the Principal Officer or his duly Authorized Representative,
in either cases, he/she shall submit a power of attorney. All certificates and documents
(including any clarifications sought and any subsequent correspondences) received hereby,
shall be furnished and signed by the representative or the principal.
b) The authorization shall be indicated by written power-of-attorney accompanying the bid.
c) Any change in the Principal Officer shall be intimated to PCSCL in advance
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
25 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
3.11 Amendment of request for proposal
a) At any time prior to the deadline for submission of proposals, PCSCL, for any reason, may
modify the RFP by amendment notified by uploading it on the e-tendering portal and such
amendment shall be binding on them. PCSCL, at its discretion may extend the deadline for the
submission of proposals.
b) PCSCL reserves the right to change the scope before opening of Technical bids. In this case,
PCSCL shall release a corrigendum/clarification and ask the bidders to resubmit their Technical
bids.
3.12 Local Conditions
a) It shall be incumbent upon each Bidder to fully acquaint himself with the local conditions and
other relevant factors, which would have any effect on the performance of the contract and / or
the cost.
b) The Bidders are expected to obtain for himself on his own responsibility all information that may
be necessary for preparing the bid and entering into contract. Obtaining such information shall
be at Bidders own cost.
c) Failure to obtain the information necessary for preparing the bid and/or failure to perform
activities that may be necessary for the providing services before entering into contract shall in
no way relieve the successful Bidders from performing any work in accordance with the Tender
documents.
d) It shall be imperative for each Bidder to fully inform themselves of all legal conditions and
factors, which may have any effect on the execution of the contract as described in the bidding
documents. PCSCL shall not entertain any request for clarification from the Bidders regarding
such conditions.
e) It is the responsibility of the Bidders that such factors have properly been investigated and
considered while submitting the bid proposals and that no claim whatsoever including those for
financial adjustment to the contract awarded under the bidding documents shall be entertained
by PCSCL and that neither any change in the time schedule of the contract nor any financial
adjustments arising thereof shall be permitted by the PCSCL on account of failure of the Bidders
to appraise themselves of local laws and site conditions.
3.13 Venue & Deadline for Submission of Proposals
Proposals, in its complete form in all respects as specified in the RFP, must be submitted online before
last date and time of submission, to PCSCL at the portal specified in Proposal Factsheet/Datasheet.
3.14 Proposals submitted after designated time of submission
a) Bids submitted after the due date shall not be accepted by the e-Tendering system
(www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in), and hence shall
automatically be rejected. The Purchaser shall not be responsible for any delay in the online
submission of the proposal.
b) The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No
correspondence shall be entertained on this matter.
c) The Purchaser shall not be responsible for any postal delay or non-receipt/ non-delivery of the
documents. No further correspondence on the subject shall be entertained.
d) PCSCL reserves the right to modify and amend any of the above-stipulated condition/criterion
depending upon project priorities vis-à-vis urgent commitments.
http://www.pcmcindia.gov.in/
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
26 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
3.15 Deviations
Bids shall be submitted strictly in accordance with the requirements and terms & conditions of the RFP.
The Bidder shall submit a No Deviation Certificate as per the format mentioned in Section 7.8. The bids
with deviation(s) are liable for rejection.
3.16 Modification and Withdrawal of Bids
a) No bid may be altered / modified after submission to the PCSCL. Unsolicited correspondences
in this regard from Bidders shall not be considered.
b) No bid may be withdrawn in the interval between the last date for receipt of bids and the expiry
of the bid validity period specified by the Bidders in the Bid.
c) Withdrawal of a bid during this interval may result in the Bidders forfeiture of its EMD.
3.17 Reveal of Prices
Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing
which the offer shall be liable to be rejected.
3.18 Address for Correspondence
The Bidders shall designate the official mailing/e-mail address, place and fax number to which all
correspondence shall be sent by the PCSCL.
3.19 Contacting the PCSCL
a) No Bidders shall contact the PCSCL on any matter relating to its bid, from the time of the bid
opening to the time the Contract is awarded.
b) Any effort by a Bidders to influence the PCSCL’s bid evaluation, bid comparison or contract
award decisions shall result in the rejection of the Bidders bid.
3.20 Pimpri Chinchwad Site Visit by Bidder
a) The Bidder may visit and examine any of the offices and other locations of PCSCL/PCMC at a
time to be agreed with PCSCL, and obtain all information on the existing processes and
functioning of the project that may be necessary for preparing the Bid document. The Bidder
may carry out this site visit as per the date and time specified in Bid schedule. The visit may
not be used to raise questions or seek clarification on the RFP. The cost of such visits to the
site (s) shall be at the Bidder's own expense.
b) The PCSCL shall arrange for the Bidder and any of its personnel or agents to gain access to
the relevant site or sites, provided that the Bidder gives the PCSCL adequate notice of a
proposed visit of at least seven (7) working days. Alternatively, the PCSCL may organize a site
visit or visits concurrently with the pre-bid meeting, as specified in the RFP. Failure of a Bidder
to make a site visit shall not be a cause for its disqualification.
c) No site visits shall be arranged or scheduled after the deadline for the submission of the Bids
and prior to the Award of Contract.
Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for ICT
led PCSCL Smart City Solutions
27 | P a g e Volume – I - Structure of Bid & Bid Process Specifications
3.21 Bidder Related Conditions
a) The bidder shall prepare the bid based on details provided in the RFP documents. It must be
clearly understood that the quantities, specifications and diagrams that are included in the RFP
document are intended to give the bidder an idea about the scope and magnitude of the work
and are not in any way exhaustive and guaranteed by PCSCL.
b) The bidder is expected to ensure that the solution proposed by him meets the functional
requirements, conceptual design, performance requirements and other RFP requirements.
Performing of any activity required to design an optimal solution shall be at bidder’s own cost.
c) The bidder shall carry out the sizing of the solution based on internal assessment and analysis,
which may include the use of modelling techniques wherever necessary.
d) The bidder must propose a solution best suited to meet the requirements of the PCSCL If,
during the sizing of the solution, any upward revisions of the specifications and/or quantity as
given in this RFP document, are required to be made to meet the conceptual design and/or
requirements of RFP, all such changes shall be included in the technical proposal and their
commercial impact, thereof, included in the commercial bid.
e) If, during the sizing of the solution, any additional product that is not listed in the RFP document
is required to be included to meet the conceptual design, performance requirements and other
requirements of RFP, all such product(s) should be included by the bidder in the technical
proposal and their commercial impact, thereof, included in the commercial bid.
f) PCSCL shall in no case be responsible or liable for any costs associated with the design/sizing
of the proposed solution, regardless of the conduct or outcome of the Tendering process.
g) If at any stage during the currency of the contract, the solution proposed does not meet the
functional requirements, conceptual design, performance requirements/SLA, and other
requirements of the RFP, the bidder shall revise the required specifications and/or quantities
as proposed by the bidder in his bid in order to meet the said objectives/targets. All such
provisions shall be made by the bidder within the lump sum contract price, at no extra cost to
PCSCL and without any impact to PCSCL whatsoever.
h) It is mandatory to provide the break-up of all components in the format specified in the RFP. In
no circumstances shall the commercial bid be allowed to be changed / modified.
i) It is mandatory to provide break-up of all taxes, duties and levies wherever applicable and/or
payable. The bid amount shall be inclusiv