Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Similar documents
RESPONSE TO QUERIES II

Sybase Database Details. Data Device Usage. Transaction Log Segment Usage

Request For Quotation from Service Providers. for. Appointment of Consultant for Migration to ISO/IEC 27001:2013 alongwith Implementation for UTIITSL

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI

Request For Quotation from Service Providers. for

NOTICE INVITING TENDER FOR ISO CERTIFICATION

Invitation for Bids (Open Tender Bidding)

TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS LICENSES FOR USE AT NIT, KARACHI

Indian Institute of Technology Kanpur Samtel Centre for Display Technologies

Biotech Consortium India Limited

IDBI BANK LIMITED IDBI TOWER, WTC COMPLEX, CUFFE PARADE MUMBAI

RESERVE BANK OF INDIA

CORRIGENDUM. Corrigendum to RFP No. SBI/GITC/PMD/ /402 dated

National Institute of Technology Patna (Under the Ministry of HRD; Govt. of India) Bihar Telephone: , Fax:

Government of Bihar Bihar Institute of Public Administration and Rural Development(BIPARD) WALMI Complex, Phulwarisharif Patna

र ष ट र य गत श ल द वय गजन स स थ न

Notice inviting Tender for Web site design & Development

Bidding Document. Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS)

CORRIGENDUM- I. Sr. Page/Section Description Bidder s Query Clarification / Amendments. 1 Page 5 of Vol-I, and Page 15 of Vol-II

Directorate of Horticulture, Bihar

RfP No. APSFL/CCTVPMA/231/2016, Dated:

Tender Schedule No. Figure: Active-Active Cluster with RAC

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE, PRINTER & UPS.

TENDER CONTENTS 1. TECHNICAL BID

Expression of Interest (EoI) for Selection of Implementing Agency for Public Wi-Fi access points at the Gram Panchayat level

Website:

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR WEBSITE AND DOMAIN HOSTING SERVICES

Sl # Clause No Existing Clause Revised Clause 1. Page No-18 Section 5.1 Point No-7 EMD & Document Fee

SHIVAJI COLLEGE, UNIVERSITY OF DELHI RAJA GARDEN, RING ROAD NEW DELHI NOTICE INVITING TENDERS

ODISHA GRAMYA BANK Information Technology Department Head Office, Gandamunda, P.O.-Khandagiri, Bhubaneswar

Information Technology Department Kolkata EOI NO.: BL/ /EOI/10 DUE ON : 07/10/2013 DATE : 16/09/2013

THE INSOLVENCY PROFESSIONAL AGENCY CMA BHAWAN, 3, INSTITUTIONAL AREA, LODHI ROAD, NEW DELHI

GAUHATI UNIVERSITY INSTITUTE OF SCIENCE AND TECHNOLOGY GopinathBordoloi Nagar, Guwahati Telephone No.:

Special instructions to Bidders for e-tendering

REPUBLIC OF KENYA THE NATIONAL TREASURY P. O. BOX NAIROBI

TENDER FOR SUPPLY AND INSTALLATION OF COMPUTER SYSTEM, SOFTWARE & UPS.

Last Date of Submission : March 19, 2012 up to 3:00 p.m.

APPLICATION FORM FOR CERTIFICATION BODIES Ready Mix Concrete Plant Certification Scheme (RMCPCS)

DIT/BPR&BTD/OA/1206/

Pre Bid Query Response. Request for Proposal for Procurement of Cloud Services

CORRIGENDUM / AMENDMENT-1 TO REQUEST FOR PROPOSAL FOR REPLACEMENT OF OLD INTEL SERVERS

MT. PROSPECT PARK DISTRICT REQUEST FOR PROPOSAL REQUEST FOR STATEMENTS OF INTEREST, QUALIFICATIONS, PERFORMANCE DATA AND COST PROPOSAL

RFP FOR INFORMATION SYSTEM AUDIT

SUB : Tender of Printers for undertaking Printing Job.

Sub : ADDENDUM/CORRIGENDUM for Request for Proposal for Providing Managed Networking Solutions using SDWAN Technology for ESIC Offices across India

Enclosed the reply to your queries to RFP Invitation for Expression of Interest (EOI) for providing Security

Sub: Request to publish the Re-tender notification in District Tender Bulletin.

98 Years of Relentless Journey towards Engineering Advancement for Nation-building. Ref : SP/T-1623 Date : NOTICE INVITING TENDER

BOXING FEDERATION OF INDIA

(A premier Public Sector Bank) Information Technology Division Head Office-Mangalore. Corrigendum 1 dated

CLARIFICATION/AMENDMENTS REQUEST FOR PROPOSAL (RFP) FOR SUPPLY, IMPLEMENTATION AND MAINTENANCE OF SOLUTION

GOVERNMENT OF INDIA MINISTRY OF MINES INDIAN BUREAU OF MINES INDIRA BHAWAN, CIVIL LINES, NAGPUR RFP No. MTS/01/ /CCOM

Rajya Sabha Secretariat Rajya Sabha Television 3 rd &4 th Floor, Talkatora Stadium Annexe Building, New Delhi

NATIONAL INFORMATICS CENTRE SERVICES INCORPORATED (A Government of India Enterprise under NIC) MINISTRY OF ELECTRONICS AND INFORMATION TECHNOLOGY

Request for Proposal (RFP)

TENDER DOCUMENT for Renewal of SonicWALL NSA 4500 and SonicWALL Enforced Anti-Virus & Anti-Spyware at NIHFW

REQUEST FOR EXPRESSIONS OF INTEREST

HMT LIMITED (A Government of India Undertaking) HMT Bhavan, # 59, Bellary Road, Bangalore

Indian Institute of Corporate Affairs. Ministry of Corporate Affairs (Govt. of India)

Corrigendum: RFP by MAB IT Ops for procurement of SIM cards for use in PoS terminals RFP ref: SBI/GITC/MAB/2017/2018/418

Intelligent City Operations and Management Centre (ICOMC)

Odisha Urban Infrastructure Development Fund

Request for Quotations

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

Results-Framework Document (RFD) for the year of ERNET India R F D RESULTS -FRAMEWORK DOCUMENT. for. ERNET India

REPLY TO PRE-BID QUERIES. (Received upto 17:00 hrs on , in terms of cl. No of Instructions to tenderers, page no.

WEBSITE NOTIFICATION

HOOGHLY PRINTING CO. LTD. (A

No. 10(28)/2015-NICSI

Returnable Schedules

Amendments/Corrigendum. The Procurement of Desktop Computer and UPS for CALP

Corrigendum I. Implementation of IP Based CCTV Solution at Medical Colleges. Tender Reference No: MCI/DMMP-II/2017. MCI CCTV: Corrigendem I

Policy for Accrediting Assessment Bodies Operating within the Cradle to Cradle Certified Product Certification Scheme. Version 1.2

Chapter 4 EDGE Approval Protocol for Auditors Version 3.0 June 2017

Bihar School Examination Board

Great Northern Corporation Request for Proposal for Network Server Installation and Service

ISO9001:2015 LEAD IMPLEMENTER & LEAD AUDITOR

EXAM PREPARATION GUIDE

Professional Evaluation and Certification Board Frequently Asked Questions

Tender Document. Ref. No.: NIT/AMU/CPCC-01/ThinClient/ For. Procurement of Thin Client Solution

EOI for Selection of Partner for Supply, Design and System Integration Services for Kahramaa tender ( Tender No. GTC/883/2017 ), Qatar

Bidding Document PROVISION AND INSTALLATION OF VOICE OVER IP PHONE EQUIPMENT. Last Date for Submission: Tender Opening Date:

TRANSLATIONAL HEALTH SCIENCE AND TECHNOLOGY INSTITUTE

Please note that your offer should be only in the enclosed format duly signed by the authorised signatory on each page along with seal of your firm.

REQUEST FOR PROPOSAL (RFP)

EXAM PREPARATION GUIDE

INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702)

PRIOR LEARNING ASSESSMENT AND RECOGNITION (PLAR)

TENDER DOCUMENT NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi SUPPLY OF LAN EQUIPMENTS AND INSTALLATION OF LAN IN THE CAMPUS

Open call for tender ECHA/2010/124 - Web services Lot 1 Web design, Lot 2 Web development, Lot 3 Web consultancies

EXAM PREPARATION GUIDE

CENTRAL UNIVERSITY OF GUJARAT

DIPLOMA COURSE IN INTERNAL AUDIT

i) The party should have 03 (three) years experience as on the Bid closing date for the same item.

No. 10(02)/2016-NICSI

APPLICATION FORM FOR CERTIFICATION BODIES Voluntary Certification Scheme for Ayush Products / Provisional Approval

OEM capabilities of execution & vision about the segment.hence request you to definitely

Indian Highway Management Company Limited (IHMCL) Invites sealed quotations for Supply of IT Equipment (Laptop, Desktop and Printer)

Response to bidder queries (RFP no. DGSE/ /18) Content of Tender Document requiring clarification

Hard Disk: 1 TB TFT (LED) Monitor 21

Transcription:

EOI Ref No: TCIL/PC/2018-19/EoI/FSCL-SI July 5, 2018 Expression Of Interest (EoI ) for pre-bid tie up for Faridabad Smart City Tender Selection of Master Systems Integrator (MSI) to Design, Development, Implementation, Operations &Maintenance of Command and Control Centre (CCC), CCTV Surveillance, Smart Traffic Solution and Integration of various ICT components with Unified City Operations Platform (UCOP) The MSI s scope of work shall include but will not be limited to the following broad areas: 1. Situation Assessment Study and Inception Report: Conduct a detailed assessment, feasibility, scoping study and develop a comprehensive project plan, including: Assess existing situation related to ICCC site, Street junctions, existing infrastructure, traffic and connectivity within the city for the scope items mentioned. Conduct site survey for finalization of detailed technical architecture, design, gap analysis and project plan. Conduct site surveys, site preparation, obtain site Clearance obligations & other relevant permissions Deploying the required skilled resources onsite during entire period of execution of the project as specified in the RFP. 2. Procure, Supply, Design, Installation, Commissioning and Testing, Integration and Operation and Maintenance for 5 years after Go-Live date which includes the following components: Integrated Command and Control Centre Adaptive Traffic Control System. ATCS and Traffic enforcement systems and associated civil work City Surveillance System and associated civil work Variable Messaging boards (VMS) SMART Park related ICT infrastructure SMART Road related ICT infrastructure Network connectivity bandwidth for 2 years as service (MSI Shall take approval from FSCL Integration of the ICT systems with Integrated Command and Control Centre Training and Capacity Building Operation and Maintenance Civil work for the Smart City solutions, will be in the Scope of MSI ICT Infrastructure for Data Centre (DC) and Disaster Recovery Centre as and when required. 3. Integration of the following ICT systems that will be deployed in future with Integrated Command and Control Centre E-Governance Services Solution Bus Intelligent Transportation System & PIS Smart Parking. Smart LED Street Lights monitoring & control. Electricity, Water, Sewage systems monitoring & control.(scada) Public Wi-Fi Citywide Environmental Monitoring (sensor based) FSCL Mobile Apps HRMS including pay roll and pension, Biometric Attendance SCADA for Sewage Treatment Plants (STP)

GIS solutions Solid Waste Management solution Any other services that FSCL may assign at a later stage 4. Operation and Maintenance (O&M) MSI will also be responsible for installation entire IT solution and management of hardware and application software, networking,, Training, Maintenance and operations of the solution for 5 years after the Go Live date of implementation and Integrated solutions for Faridabad in an efficient and effective manner. Warranty period of the product supplied under project i.e. hardware, software, IT/Non-IT etc., will be considered after Go-Live date. 5. Capacity Building for FSCL and any other department which includes preparation of operational manuals, training documents and capacity building support, including: Training of the city authorities, other stake holders and operators on operationalization of the systems that are put in place. Provide required support during execution and acceptance testing. Preparation and implementation of the information security policy, including policies on backup and redundancy plan Preparation of revised KPI s for performance monitoring of various aspects monitored through the system envisaged to be implemented Developing standard operating procedures for operations management, application management and other services to be rendered by ICCC. Preparation of system documents, user manuals, performance manuals, Operation manual etc. Interested parties may submit their Technical Offer in sealed envelope as asked below latest by 15.00 Hrs of 10.07.2018 1. Pre-Qualification Criteria: The bidder should meet the following pre-qualification criteria: S. No Qualification Criteria Details Mandatory documentary evidence to be Submitted 1 Legal Entity a) Registered in India under Companies Act, 1956/2013 or as amended for 5 years in similar business (IT/ITES/ICT/ Telecom Sector) OR (b) Should be registered legal entity in India at least for 5 years in similar business (IT/ITES/ ICT/ Telecom Sector) 3 Annual Turnover The bidder or any member of the consortium should have a minimum average annual turnover of Indian INR 50 (Fifty) Crores during the last three (3) financial years; The bidder shall be required to submit a true copy of its Incorporation A certificate of incorporation and PAN Card The Bidder/s must have a valid Goods and Service tax(gst) registration Audited financial statements for last three Financial Years. Statutory auditor s certificate clearly specifying the annual turnover for the specified years.

4 Average Net Worth The bidder and any member of the consortium should have positive net worth as per the audited consolidated financial statements in each of the last 3 financial years (as on date of bid submission). 5 Technical Capability 1 6 Technical Capability 2 7 Technical Capability 3 The bidder or any member of the consortium should be an established System Integrator(SI) and should have been engaged in Supply, Installation, Testing, Commissioning, O&M for IT Security, CCTV System & IT/ITeS/ Telecom Networking, Storage with CCC/RMS for a period of at least five years as on 31st March 2017 The bidder or any member of the consortium must have experience in Supply Installation, Testing, Commissioning, O&M as a System Integrator (SI) for (IT/ITeS/ICT/ Telecom Security, CCTV system & IT Networking, Storage & Maintenance Services with CCC/RMS) and Traffic Signals for work of minimum value single order INR 65 crores. OR Two Orders Values INR 40 Crores each. OR Three orders of order values INR 35 Crore each in last five Financial years as on 31st March 2017. Sole bidder/consortium should have implemented Traffic Signals projects with the supply & installation of signals lights, traffic controllers & control centre, involving more than 40 intersections in India in last 5 years as on 31.03.2017 8 Blacklisting The bidder or any member of the consortium should not have been blacklisted/debarred by any Govt. entity or any PSU in India as on the date of bid submission 9 Integrity Pact and MOU The bidder shall have to sign the Integrity Pact and MoU with TCIL 10 EMD A Bidder is required submit EMD of INR 2,30,00,000.00/- (Two Crores Thirty Lakhs only) (EMD Online payment using Net Banking/RTGS/NEFT) 11 Performance Security The partner should be agreed to submit the required Performance Security to TCIL as and when asked in the event of award of work. 12 Payment Terms The bidder should be agreed on back to back payment terms and other conditions with as per RFP. Certificate from the Statutory Auditor Work order Cost)/ + completion certificate from client for Supply Installation, Testing, Commissioning, O&M Security & IT/Telecom Networking, Storage with CCC/RMS for last 5 years as on 31st March 2017 Copy of Work Order and partial (90% completion of project Cost) /completion Copy of Work Order and partial (80% completion of project Cost) /completion certificate Format can be asked from rahul.kumar@tcilindia.com separately Signed copy of the Integrity Pact can be asked from rahul.kumar@tcilindia.com separately The selected bidder shall agree to submit the required amount of EMD (as applicable) to TCIL on back to back basis for further participation in the client tender Self-declaration regarding the same on the bidder s Letter Head. Self-declaration regarding the same on the bidder s Letter Head

13 Certifications The bidder or any member of the consortium should have an ISO 9001:2015/CMM Level -3, ISO/IEC 27001: 2013 14 Technical Solution Bidders are advised to read smart city tender for and its clarifications issued, thereafter and shall provide Technical solution, CV of team & Clause by clause compliance of relevant portion. Copy of Valid Certificate(s) issued by competent authority Technical solution, CV of team & Clause by clause compliance of all clauses of tender & latest amendment. Relevant technical broachers should be also submitted. 2. Technical Evaluation Criteria The bidder with members of consortium will be evaluated on the following technical evaluation criteria: i) Bidder s Experience & Organization Strength 10 marks Sub Criteria Documents Required a) average annual turnover of Indian >= INR 50 Crores 5 Audited financial 10 marks during the last three (3) financial years; marks >= INR 100 Crores 10 marks statements for last three Financial Years ii) Sole Bidder/Consortium Project Experience 55 marks Sub Criteria a. The Sole bidder / Consortium executing project of supply of Installation and Commissioning of (IP CCTV, Networking & other security components, servers, Storage), anytime during last five years as on 31st March 2017 Orders: Should be from State Government / GOI /PSU/ Government end users. b. The Sole bidder/ Consortium Supply, Installation, Testing, Commissioning, O&M of Video Management Software. c. The Sole bidder/ Consortium should have Supply, Installation, Testing, Commissioning, O&M and experience in executing a single order of a Multi-Location IP surveillance project with Minimum 50 locations/junctions spread across the city / state along with Centralized /Remote Monitoring in last 3 years Orders: Should be from State Government / GOI / PSUs / International Government orders / Reputed Multinational Companies 2 projects of 20 crores or 1 project of 25 crores = 5 marks; 2 projects of 25 crores or 1 project of 30 crores = 7 marks; 2 projects of 30 crores or 1 project of more than 40 crores = 10 marks; 500 - <1000 Cameras single order = 3 Marks; 1000 - <1500 Cameras single order = 5 Marks; 1500 Cameras single order = 6 marks; 50 - <100 locations / junctions = 3 marks; 100 - <300 locations / junctions = 7 marks; 300 locations / junctions = 10 marks; Documents Required Cost)/ completion 10 marks 6 marks 10 marks

d. The Sole bidder/ Consortium Supply, Installation, Testing, Commissioning, O&M, in Integration of following smart features with a centralized system - IP CCTV/ACS/ FAS/ ANPR/ RLVD/ SCADA/ Automation Systems/Security System/ Environmental Sensors/ ATCS/ Smart Lighting/ Digital Messaging systems / E- Challan/ ERP System in last 5 years Orders: Should be from State Government / GOI / PSUs / International Government orders / Reputed Multinational Companies e. The Sole bidder/ Consortium turnkey jobs for setting up infrastructure comprising of Seating, false ceiling, Partition, and Office Furniture etc. in any IT/ITES infrastructure. Order Copy from IT/ITES from Government Organization / PSUs / Reputed Multinational Companies will be considered f. The sole Bidder/Consortium Experience in Supply, Installation, Testing, Commissioning, O&M for Traffic Signals in last 3 years g. The Sole bidder/ Consortium Experience in O & M of minimum of 50 traffic signals. h. The sole Bidder/Consortium member experience in Managing a Data Centre or The sole Bidder/Consortium member experience in Managing a Data Centre and Command Center Minimum 2 Integration: 2 Marks Minimum 3 Integration: 3 Marks Minimum 4 Integration: 4 Marks 20 - <30 seating capacity = 3 marks; 30 - <40 Seating capacity = 4 marks; 40 seating capacity = 5 marks 40 - <50 Junctions: =3Marks 50 - <60 Junctions: =4Marks 60 Junctions: = 5Marks Up to 3 years = 1 Marks 4 years = 2 Marks 5 years or more = 3 Marks 2 Years: 2 Marks 4 Years: 4 Marks 6 Years: 6 Marks or 2 Data Center & Command Center Management Projects: 2 Marks 4 Data Center & Command Center Management Projects: 4 Marks 6 Data Center & Command Center Management Projects: 6 Marks 4 marks 5 marks 5 marks 3 marks 6 marks

i. The Sole Bidder/ Consortium 6 marks experience in executing projects of : a) Servers, Storage, Network 1 Project: 1 Marks Switches, Routers, Firewall should 2 Project: 2 Marks have Proven Track Record globally 3 Project: 3 Marks in Smart City/ Safe City Projects/Metro/Airports. b) VMS/CCTV/ UCOP should have Proven Track Record globally in 1 Project: 1 Marks 2 Project: 2 Marks Documentary Evidence Smart/ Safe City/ Metro/Airports. 3 Project: 3 Marks of relevant work orders to be submitted. (Gartner/HIS or other such reports will not suffice) ii) Capability Presentation 20 marks iii) Key professional staff: Relevant Qualification, Relevant Experience & competency for the assignment / job. (CVs will be evaluated on terms listed in the RFP) 15 marks The bidder with members of consortium will furnish the relevant documents for this evaluation 3. Bid Requirement: SNo. Requirement TCIL MSI 1 Certificate of Incorporation Y Y 2 PAN Card Y Y 3 Undertaking to Y Y 4 No blacklisting certificate Y Y 5 Goods and Services Tax Registration Y Y 6 Project Credentials Y Y 7 Financial Statements Y Y 8 Net worth certificate Y Y 9 Letter of proposal submission Y - 10 Consultants organization and experience Y Y 11 Comments & Suggestion on TOR Y Y 12 Approach and Methodology Y Y 13 Team composition Y Y 14 CVs of Proposed Staff Y Y 15 Staffing Schedule Y Y 16 Work Schedule Y Y 17 Comment modification suggested Y Y 18 Information regarding any conflicting activities and declaration Y Y thereof 19 Earnest Money Deposit Y Y 20 Financial Proposal in form of BoQ Y Y 21 Bid processing fees Y Y 4. Bid Validity Period: The offered bid shall be valid for a period of 180 days from the date of submission of Bids. 5. Amendment of EoI: At any time prior to the last date for receipt of offers, TCIL, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Technology Provider, modify the EoI document by an amendment. In order to provide prospective Technology Provider reasonable time to take the amendment into account in preparing his/her offer, TCIL may, at

their discretion, extend the last date for the receipt of offers and/or make other changes in the requirements set out in the Invitation for EoI. 6. Maximum of TWO consortium members can bid for this EoI including lead bidder. All consortium members are jointly responsible and severally liable under this RFP 7. TCIL reserves the right to accept or reject any or all the bids without assigning any reason. 8. Shortlisted bidders may be asked to provide the presentation of the solution proposed. 9. The Partner should have valid Sale tax registration, service tax registration PAN and GSTIN. Copy of GSTIN, Sale tax registration, service tax registration & PAN must be submitted. 10. The partner must be ready to invest as required in the project. Undertaking from the Authorized Signatory on its letterhead must be submitted. 11. Partner should submit clause-by-clause compliance of all the tender terms and conditions as per the tender document to be downloaded from TCIL website. All tender terms including EMD and other mandatory fees, etc. shall be on back to back basis. 12. TCIL reserves the right to accept or reject any Application and to annul the EOI Process and reject all Applications/Bids, at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof. The interested applicants are advised to go through the tender released by FSCL for Selection of Master Systems Integrator (MSI) to Design, Development, Implementation, Operations &Maintenance of C ommand and Control Centre (CCC), CCTV Surveillance, Smart Traffic Solution and Integration of various ICT components with Unified City Operations Platform (UCOP). The tender can be downloaded from http://haryanaeprocurement.gov.in The interested parties should submit their EOI along with the relevant documents in support of their claim, latest by 10.07.2018 at 15:00 hours at the below mentioned address. Raahul Kumar JGM (M2M) Telecommunications Consultants India Ltd. Room No. 2371, 3rd Floor, TCIL Bhawan, Greater Kailash-1, New Delhi 110048 Email: rahul.kumar@tcil-india.com 9868393786