Professional Documents
Culture Documents
For
Selection of System Integrator for Design,
Development, Implementation and Operation &
Maintenance of Integrated Solid Waste Management
System for Indore Smart City Development Limited
(ISCDL)
Volume – I
Instruction to Bidder and Scope of Work
NIT Number: 13/ISCDL/ 17-18
Date: 06/06/2017
Indore Smart City Development Limited (ISCDL) invites online bids from eligible bidders through
www.mpeproc.gov.in for “Selection of System Integrator for Design, Development,
Implementation and Operation & Maintenance of Integrated Solid Waste Management
System for ISCDL”.
The details are as under.
S. No. Event’s Name Information
1. Estimated Cost of the work Rs. 9,70,00,000 (Rupees Nine Crores Seventy
Lakhs Only)
2. Tender document Fee Rs. 20,000 (Rupees Twenty Thousand Only)
through Online e-Tendering Payment Gateway
only
3. Earnest Money Deposit (EMD) Rs. 10,00,000 (Rupees Ten Lakhs Only)
4 Last date for sending pre-bid queries 19 June, 2017 till 17:00 hrs.
at smartcityindore16@gmail.com
5. Date, Time & Place of Pre-bid Meeting 20 June 2017 at 15:00 hrs.
Venue: Atal Indore City Transport Services
Limited (AiCTSL), Plot. No. 30- Residency Area,
A.B. Road, Opp. M.G.M. Medical College, Indore
6. Last date for Online Purchase of Tender 10 July 2017 till 17:30 hrs.
Document
7. Last date of Online Submission of Bids 11 July 2017 till 17:30 hrs.
8. Last date of EMD + Hard Copy (Pre- 13 July 2017 till 15:00 hrs.
Qualification and Technical Proposal)
Submission of Bids
9. Date & Time for Opening of Pre- 13 July 2017 at 16:00 hrs.
Qualification and Technical Proposal
10. Date & Time for Opening of Financial Those of technically qualified bidders will be
Proposals opened online on the notified date and time
11. Project Award Criteria Through a Quality and Cost Based Selection
(QCBS) process (80:20)
-sd-
Chief Executive Officer
Indore Smart City Development Limited
Table of Contents
Definition of Terms 8
1. Instruction to Bidders 12
1.1. General Information and Guidelines 12
RFP Format ............................................................................................................................. 12
Purpose ................................................................................................................................... 12
Consortium ............................................................................................................................. 12
Sub-Contracting ...................................................................................................................... 14
Completeness of Bid ............................................................................................................... 14
Proposal Preparation Costs ................................................................................................... 14
Pre-bid Meeting and Queries ................................................................................................. 14
Amendment of RFP Document .............................................................................................. 15
Supplementary Information to the RFP ................................................................................ 15
ISCDL’s Right to Terminate the Process ............................................................................... 15
Site Visit and Verification of Information ............................................................................. 15
1.2. Key Requirements of the Bid 15
RFP Document/Tender Fee ................................................................................................... 15
Earnest Money Deposit (EMD) .............................................................................................. 15
1.3. Bid Submission Instructions 16
Bid Submission Format .......................................................................................................... 16
Bid Submission Instructions .................................................................................................. 16
Late Bid and Bid Validity Period ........................................................................................... 18
Modification and Withdrawal of Bids ................................................................................... 18
Non-conforming Bids ............................................................................................................. 18
Language of Bids ..................................................................................................................... 18
Authentication of Bid ............................................................................................................. 18
Acknowledgement of Understanding of Terms ................................................................... 18
1.4. Evaluation Process 19
Bid Opening............................................................................................................................. 19
Evaluation of Pre-Qualification Proposals ............................................................................ 19
Evaluation of Technical Proposal .......................................................................................... 20
Financial Proposal Evaluation ............................................................................................... 20
Pre-Qualification Criteria ....................................................................................................... 21
Technical Evaluation Criteria ................................................................................................ 23
Team Evaluation Matrix ......................................................................................................... 26
Eligible Goods and Services, and OEM Criteria .................................................................... 28
1.5. Award of Contract 28
Award Criteria ........................................................................................................................ 28
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other
form by or on behalf of the Authority or any of its employees or advisors, is provided to
Bidder(s) on the terms and conditions set out in this RFP and such other terms and
conditions subject to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority 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 making their financial
offers (Bids) pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority 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 Authority, its employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this
RFP. The assumptions, assessments, statements and information contained in the Bidding
Documents, may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information contained in this RFP and obtain independent advice from
appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to
be an exhaustive account of statutory requirements and should not be regarded as a
complete or authoritative statement of law. The Authority accepts no responsibility for
the accuracy or otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall
have no liability to any person, including any Applicant or 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, completeness or reliability 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 for participation in this Bid Stage.
The Authority also accepts no liability of any nature whether resulting from negligence
or otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being
under any obligation to do so, update, amend or supplement the information, assessment
or assumptions contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to
appoint the Successful Bidder or Contractor, as the case may be, for the Project and the
Authority reserves the right to reject all or any of the Bidders or Bids without assigning
any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be
required by the Authority or any other costs incurred in connection with or relating to its
Bid. All such costs and expenses will remain with the Bidder and the Authority 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 or submission of the Bid, regardless of the conduct
or outcome of the Bidding Process.
Definition of Terms
1. Agreement/Contract means; the Contract entered into by the parties with the entire
documentation specified in the RFP.
2. Applicable Law(s) means; any statute, law, ordinance, notification, rule, regulation,
judgment, order, decree, bye-law, approval, directive, guideline, policy, requirement
or other governmental restriction or any similar form of decision applicable to the
relevant party and as may be in effect on the date of the execution of this Agreement
and during the subsistence thereof, applicable to the Project.
3. Authority means; the Indore Smart City Development Limited. The project shall be
executed in Indore and shall be owned by Indore Municipal Corporation.
4. Contract Value means; the price payable to the successful bidder under this Contract
for the full and proper performance of its contractual obligations
5. Document means; any embodiment of any text or image however recorded and
includes any data, text, images, sound, voice, codes, databases or any other electronic
documents as per IT Act 2000.
6. Service level agreement (SLA) is the service level and performance commitment of
a System Integrator to AUTHORITY that defines the performance output and
availability of the deliveries and installations under this RFP Requirements.
7. Consortium means; the entity named in the contract for any part of the work has
been sublet with the consent in writing of the AUTHORITY and the heirs, legal
representatives, successors and assignees of such person.
9. Services means; the work to be performed by the successful bidder pursuant to the
RFP and to the contract to be signed by the parties in pursuance of any specific
assignment awarded by the AUTHORITY.
10. Transfer Station; means the designated places (a total of 6 which are strategically
placed in the IMC) where collected waste (segregated/non-segregated) from
household/bulk generators is unloaded.
11. Landfill means; the designated area located in the outskirts of the city (at a place
called Devguradia) where solid waste is ultimately taken and dumped, after
segregation of plastic and other non-biodegradable matter at transfer stations.
Acronyms
Terms Meaning
ABD Area Based Development
API Application program interface
BEC Bid Evaluation Committee
C4 Command Control and Communication Centre
CCTV Closed Circuit Television Camera
CFO Chief Finance Officer
COTS Commercial Off-The-Shelf
CS Company Secretary
CSP Cloud Service Provider
DC Data Center
EMD Earnest Money Deposit
FCC Federal Communications Commission
GCC General Contract Conditions
GIS Geographical Information System
GoI Government of India
GoMP Government of Madhya Pradesh
GPRS General Packet Radio Service
GPS Global Positioning System
GSM Global System for Mobile communication
HHU Hand-Held Unit
HTTP Hypertext Transfer Protocol
ICT Information and Communication Technology
IGMP Internet Group Management Protocol
IMC Indore Municipal Corporation
ISCDL Indore Smart City Development Limited (AUTHORITY)
ISO International Organization for Standardization
ISWM Integrated Solid Waste Management
ITMS Intelligent Transport Management System
LED Light Emitting Diode
LOA Letter of Acceptance
MIS Management Information System
MoUD Ministry of Urban Development
NFS Network File System
NIT Notice Inviting Tender
O&M Operations and Maintenance
OEM Original Equipment Manufacturer
OGC Open Geospatial Consortium
OSPF Open Shortest Path First
Instructions to
Bidders
1. Instruction to Bidders
1.1. General Information and Guidelines
RFP Format
The Request for Proposal (RFP) consists of 2 (Two) Volumes viz.
1. RFP Volume I: Instruction to Bidders & Scope of Work
The Volume I contains;
• Instructions with respect to the bid process management, technical evaluation
framework, and the technical & financial forms.
• 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.
2. RFP Volume II: Master Service Agreement
The Volume II contains; the contractual, legal terms & conditions applicable for
the proposed engagement.
Purpose
AUTHORITY seeks the services of a System Integrator, for “Design, Development,
Implementation and Operation & Maintenance of Integrated Solid Waste Management
System for Indore Smart City Development Limited (ISCDL)”. This document provides
information to enable the bidders to understand the broad requirements to submit their
Proposals. The detailed scope of work is provided in Section 2.0 of this RFP document.
Consortium
i. The Bidder for participation in the Selection Process, may be a single entity or a group
of entities (the “Consortium”), coming together to execute the project. The term
'Bidder' used herein would apply to both a single Entity and a Consortium.
ii. No Member at any given point of time, may assign or delegate its rights, duties or
obligations under the Agreement/Contract except with prior written consent of
AUTHORITY.
iii. No bidder applying individually, or as a member of a Consortium, as the case may be,
can be member of another consortia bidding for the project.
iv. In the event the Bidder is a Consortium, it shall, comply with the following additional
requirements:
a) Number of members in a consortium shall not exceed 2 (Two) including the Lead
Member
b) The Members of the Consortium shall nominate one member as the Lead Member
d) The Lead Member shall be authorized and shall be fully responsible for the
accuracy and veracity of the representations and information submitted by the
Members respectively from time to time in the response to this RFP.
e) The Members of the Consortium shall submit a declaration as set out in Annexure
1.5 inter alia consisting of the following:
• Undertake that each of the members of the Consortium shall have an
independent. definite and separate scope of work which was allocated as per
each member’s field of expertise
• Commit to the profit and loss sharing ratio of each member
• Commit to the scope of work, rights, obligations and liabilities to be held by
each member; specifically commit that the Lead Member shall be answerable
on behalf of other members for the performance of obligations under this
Agreement,
• Provide a brief description of the roles and responsibilities of individual
members; and clearly define the proposed administrative arrangements
(organization chart) for the management and execution.
• Include a statement to the effect that all the members of the Consortium shall
be jointly and severally liable for all obligations in relation to the
Agreement/Contract until the completion of the project in accordance with the
Agreement/Contract;
f) Any change of a Consortium Member other than the Lead Member can be done
only under extreme circumstances such as non-performance of the Consortium
member, insolvency or bankruptcy of the Consortium member, which shall be
done only with the prior written approval of AUTHORITY. Provided that in the
event of any such approved change of Consortium member, the new member
(company) replacing outgoing Consortium member shall have same or higher
financial, technical and legal qualifications as the outgoing member, and to the
satisfaction of ISCDL. In the event AUTHORITY does not grant approval for the
change of the Consortium member other than the Lead Member or suitably
qualified replacement member (companies) are not available/ found, the exit of
such Consortium member shall constitute a breach of the Contract.
g) All members of the consortium are required to follow the highest level of work
ethics, if any member of the consortium has a Conflict of Interest or indulges in
Prohibited Practices; the whole Consortium is liable to be disqualified. Further, in
the event any entity has been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the case may
be, from participating in any project or bid, and the bar subsists as on the date of
Last Date of Submission, it would not be eligible to submit a Proposal either by
itself or as part of a Consortium.
Sub-Contracting
The SI may use the services of a sub-contractor to leverage their specialized experience
in respect of following tasks/areas:
i. Establishment of network infrastructure
ii. Installation and maintenance of field devices (GPS receivers, CCTV cameras
Sensors, etc.)
iii. Helpdesk services
iv. Civil Work required for the project
However, SI shall remain solely responsible for and liable for successful delivery of
Deliverables and accomplishment of the Project
Completeness of Bid
The Bid should be complete in all respects. Failure to furnish all information required by
the RFP document or submission of a proposal not substantially responsive to the RFP
document in every respect will be at the Bidder's risk and may result in rejection of its
Bid and forfeiture of the EMD.
Proposal Preparation Costs
1 The bidder shall submit the bid at its own cost and expenses. AUTHORITY shall not be
held responsible for any cost incurred by the bidder. Submission of a bid does not
entitle the bidder to claim any cost and rights over AUTHORITY.
2 All materials submitted by the bidder shall be the absolute property of AUTHORITY
and no copyright etc. shall be entertained by AUTHORITY.
Pre-bid Meeting and Queries
1. AUTHORITY will host a Pre-Bid meeting as per the date mentioned in the NIT
sheet. The representatives, limited to 2, of the interested organizations may attend
the pre-bid conference at their own cost. The purpose of the conference is to provide
bidders with information regarding the RFP and the proposed solution requirements
in reference to the RFP. Pre-Bid meeting will also provide each bidder with an
opportunity to seek clarifications regarding any aspect of the RFP and the project.
2. All Bidder shall e-mail their queries to smartcityindore16@gmail.com in the form
and manner as prescribed in Annexure 5. The response to the queries will be
published on www.mpeproc.gov.in. No telephonic queries will be entertained
thereafter. This response of AUTHORITY shall become integral part of RFP document.
3. AUTHORITY shall endeavor to respond to the questions raised or clarifications sought
by the Bidders. However, AUTHORITY reserves the right not to respond to any
question or provide any clarification, in its sole discretion, and nothing in this clause
shall be taken or read as compelling or requiring AUTHORITY to respond to any
question or to provide any clarification.
4. AUTHORITY may also on its own motion, if deemed necessary, issue interpretations
2 Unsuccessful Bidders’ EMD will be returned after award of the contract and signing
of the contract agreement. The EMD of the successful bidder would be returned
upon submission of Performance Bank Guarantee (for an amount equal to 10% of
Total Contract Value) in the format provided in Annexure 8 of the RFP.
3 No interest will be paid by AUTHORITY on the EMD amount.
4 The Bid submitted without EMD will be summarily rejected.
5 The EMD may be forfeited:
a. If a Bidder withdraws his bid or increases his quoted prices during the period
of bid validity or its extended period, if any.
b. In case of a successful bidder, if the Bidder fails to sign the contract in
accordance with the terms and conditions of this RFP.
c. If during the bid process, a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
d. If, during the bid process, any information is found false/fraudulent/mala fide,
and then AUTHORITY shall reject the bid and, if necessary, initiate action.
6 The decision of AUTHORITY regarding forfeiture of the EMD shall be final and
binding upon all the bidders.
Particulars Instructions
Particulars Instructions
Note: AUTHORITY will conduct the bid evaluation based on documents submitted
through online e-tendering portal.
a. AUTHORITY shall not accept delivery of Bids in any manner other than that specified
in this RFP. Bid delivered in any other manner shall be treated as defective, invalid
and rejected.
b. The Bidder is expected to price all the items and services sought in the RFP and
proposed in the technical proposal. The Bid should be comprehensive and inclusive
of all the services to be provided by the Bidder as per the scope of work and in
accordance with the terms and conditions as set out in the Contract, without any
exclusions / omissions / exceptions. Price to be inclusive of all adjunct / ancillary services
and works, whether specifically mentioned or not
c. AUTHORITY may seek clarifications from the Bidder on the technical proposal. Any of
the clarifications by the Bidder on the technical proposal should not have any
commercial implications. The Financial Proposal submitted by the Bidder should be
inclusive of all the items in the technical proposal and should incorporate all the
clarifications provided by the Bidder on the technical proposal during the evaluation
of the technical offer.
d. Technical Proposal shall not contain any financial information.
e. If any Bidder does not qualify the pre-qualification criteria stated in Section 1.4.5 of
this RFP, the technical and financial proposals of the Bidder shall not be opened.
Similarly, if the Bidder does not meet the technical evaluation criteria, the financial
proposal of the Bidder shall be unopened in the e-Tendering system.
f. It is required that all the proposals submitted in response to this RFP should be
unconditional in all respects, failing which AUTHORITY reserves the right to reject the
proposal.
Non-conforming Bids
A Bid may be construed as a non-conforming proposal and ineligible for
consideration:
Authentication of Bid
a. Authorized person of the bidder who signs the bid shall obtain the authority letter
from the bidder, which shall be submitted with the Bid. All pages of the bid and its
annexures, etc. shall be signed and stamped by the person or persons signing the
bid.
b. The Bidder should submit a Power of Attorney as per the format set forth in
Annexure 6, authorizing the signatory of the Bid to commit on behalf of the Bidder.
Acknowledgement of Understanding of Terms
By submitting a Bid, each Bidder shall be deemed to acknowledge that he has carefully
read all sections of this RFP, including all forms, schedules, annexure, corrigendum and
addendums (if any) hereto, and has fully informed itself as to all existing conditions and
limitations.
Bid Opening
a. Total transparency shall be observed and ensured while opening the Bids. All Bids
shall be opened in the presence of the Bidder’s representatives who choose to
attend the Bid opening sessions on the specified date, time and address.
b. AUTHORITY reserves the rights at all times to postpone or cancel a scheduled Bid
opening.
c. Bid opening shall be conducted in 2 (Two) Stages;
▪ Stage 1 - RFP Document fee & Bid Security/EMD, Pre-Qualification Proposal
and Technical Proposal
▪ Stage 2 - Financial Proposal (online)
d. The venue, date and time for opening the Pre-qualification Proposal are
mentioned in the Tender Notice in the RFP Volume I. The date and time for
opening the Financial Proposals would be communicated to the qualified bidders.
e. The Bidder’s representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date of Bid opening being declared a
holiday for AUTHORITY, the bids shall be opened at the same time and location on
the next working day. In addition to that, if there representative of the Bidder
remains absent, AUTHORITY will continue process and open the bids of the all
bidders.
f. During Bid opening, preliminary scrutiny of the Bid documents shall be made to
determine whether required EMD has been furnished, whether the Documents
have been properly signed, and whether the bids are generally in order.
Evaluation of Pre-Qualification Proposals
a) Authority shall open Cover 1 marked “RFP Document Fee and Earnest Money
Deposit (EMD)”. If the contents of the Cover 1 are as per requirements of the
Pre-Qualification Criteria
Each bidder shall meet the following prequalification criteria:
In case of consortium:
• The Lead bidder should have minimum average annual turnover
of INR 80 Cr from the business area of ICT Infrastructure / IT
System Integration Services for last 3 audited financial years
(2013-14, 2014-15, and 2015-16).
• Other consortium member should have minimum average annual
Note:
a) Projects executed for bidder’s own or bidder’s group of companies shall
not be considered.
Bidder who meets the minimum pre-qualification criteria shall be called for Technical
Presentation & PoC (maximum duration of 60 Minutes) with respect to above technical
evaluation criteria during Technical Bid Evaluation. Date, Time and Venue for the
Technical Presentation will be informed later to qualified bidders. AUTHORITY reserves
right to enquire bidder’s customer where such a similar project execution has taken place.
b) Certification :
• PMP / Prince 2 Certification = 1 Marks
• Else 0
c)
Certification
•
Certification in any DB – 0.5 Mark
• Else 0
5. Application 5 a) Educational Qualification:
Developme • BE / B. Tech/MCA or Equivalent = 2 Marks
nt Lead • B.Sc. (CS/IT)/BCA or Equivalent = 1 Marks
• Else 0
b) Work experience in the capacity of Application
Development and Integration:
• >=6 years = 3 Marks
• >=3 and <6 years =1.5 Marks
• Else 0
• CVs needs to be provided in the format provided as Annexure 2.7 in the RFP
Volume I
• Project Manager with anyone from above list of Key Personnel should share
weekly/monthly progress report; shall attend all the weekly/monthly
meetings with AUTHORITY and, should also represent the SI in all the
important meetings.
• Resources proposed against aforementioned role must be deployed for the
entire duration of this project, and these personnel should not be changed.
b. The OEM for each products or technology quoted should be in the business
of that product or solution or technology for at least 3 (Three) years as on
the date of release of the RFP.
c. All the OEMs should have authorized presence in India either directly or
through channel partner(s) as on the date of release of RFP.
d. The OEM for all active components should give a declaration that products or
technology quoted are neither end-of-sale nor end-of-life as on the date of
installation and commissioning and are not end-of-support till the successful
completion of O&M period of the project as Annexure 2.4 in the RFP
e. The bidder’s proposed OEM should not have been blacklisted by any State /
Central Government Department or Central /State PSUs as on bid
submission date.
Sf = 100 x Fm/F;
In which Sf is the financial score, Fm is the lowest Financial Proposal, and F is the
Financial Proposal (in INR) under consideration. Proposals will be finally be ranked
in accordance with their combined technical (St) and financial (Sf) scores:
S = St x Tw + Sf x Fw;
Where S is the combined score, and Tw and Fw are weights assigned to Technical and
Financial Proposal that will be 80:20.
2. AUTHORITY reserves the right to further negotiate the prices quoted by the successful
bidder.
3. Bidder achieving the highest combined technical and financial score will be
considered to be the successful bidder and will be issued the Letter of Acceptance
(LoA).
4. If there is more than one bidder achieving (combined technical and financial score)
the equal score, AUTHORITY reserves the right to select the Bidder(s) and that will be
binding on all bidders.
Letter of Acceptance
AUTHORITY will notify the successful bidder in writing or by fax or email, to be confirmed
in writing by letter, that its bid has been accepted. LoA will constitute the formation of
the contract. Upon the successful bidder’s furnishing of Performance Bank Guarantee,
AUTHORITY will promptly notify each unsuccessful bidder.
Signing of Contract
AUTHORITY shall notify the successful bidder that its bid has been accepted. The
successful bidder shall enter into contract agreement with AUTHORITY within the time
frame mentioned in the Letter of Acceptance issued to the successful bidder by
AUTHORITY
ISCDL’s Right to Accept any Bid and to Reject any or All Bids
AUTHORITY reserves the right to accept or reject any Bid, and to annul the bidding
process and reject any or all Bids at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for AUTHORITY’s action.
contract if the original order was given after inviting open competitive bids.
Delivery or completion period may also be proportionally increased.
Scope of Work
2. Scope of Work
2.1. Introduction
a. About Indore Municipal Corporation
Indore Municipal Corporation (IMC) is the governing body of the city of Indore in the
Indian state of Madhya Pradesh. IMC has its origin in the year 1818, when the Holkars
shifted their capital from Maheshwar to Indore. The administrative area under the IMC
comprises of 276 Sq. Km. At present, the municipal area is divided into 19 zones and 85
wards of various sizes and population.
As per the provision of Madhya Pradesh Municipal Corporation Act, 1956, IMC is
governed by a Chairman (Mayor), Councilors elected by direct election from 85 wards, 2
Members of Parliament, 5 Members of State Legislative Assembly representing
constituencies within municipal areas. IMC currently comprises of the following 13
departments;
Accounts Department
Education Department
Electrical and Mechanical Department
Fire Department
Food and Civil Supplies Department
Health Department
Housing & Environmental Department
Information Technology Department
Law and General Administration Department
Solid Waste Management (SWM) is the most important activity that the IMC delivers for
its residents which is the most significant municipal service and a prerequisite for other
complicated municipal services. The overall target of SWM is to monitor, collect, treat,
and dispose solid waste generated by the residents, in a cost effective, environmentally
and socially satisfactory manner.
i. GPS receivers have been installed in more than 700 vehicles of IMC and web
based vehicle tracking application was designed to monitor their movement
(i.e. VTMS).
ii. IP based CCTV cameras have been installed at 46 community and public toilets
& one each at entry and exit point of landfill site.
iii. Weighbridge management system (involving electronic and automated
weighing mechanism) has been installed at the landfill site. The system can
automatically capture the weight of vehicle and tag the same to respective
vehicles in MIS using the information available on their RFID tags.
While the aforementioned project was catering only to a specific requirement under
SWM; the current RFP aims at integrating ICT with almost all functions within the SWM
operations in IMC. It is also envisaged that the solution proposed against the current RFP
should be able to seamlessly integrate with the application developed as a part of the
VTMS project and those to be developed under the Command Control and
Communication Center (C4). (The same has been detailed out in Section-2.4).
The objective of this RFP is to incorporate ICT by introducing analytical tools for enabling
automated decision making that will help in effective monitoring of solid waste
management operations.
(Components are given for reference purpose. Proposed solution should cover all the
relevant functionalities captured under these components. In case any
system/component needs to be reclassified/redefined, the bidder should provide
proper justification for the same)
a) Advanced Vehicle Tracking and Monitoring
b) Fuel Management and Diagnostics
c) Driver management
d) Waste collection route optimization
e) Online Payment System
f) 24x7-Grievance Redressal, Complaint and Feedback System
g) On-Demand Waste Collection System
h) Mobile applications for citizen and officials
i) MIS Report Generation System
j) Integration with following Systems/Applications:
• Command Control and Communication Center
• Enterprise GIS
• E-Wallet System (API level integration to manage payment)
• Indore-311- This mobile application is for citizen redressal on waste
management
• Intelligent Transport Management System
• Asset Management & Monitoring System (API level integration with Vehicle
Workshop related module of eNagarpalika)
k) Training & Capacity Building
l) Operation and Maintenance for the period of 3 (Three) years
can resume.
h) The system should be able to prioritize the route/s which the vehicle usually
takes to reach the transfer station. There could be more than one route that the
vehicle takes (in order to avoid congestion on road). These will need to be
marked as authorized routes.
i) System will need to generate alert if the vehicle spends more than the usual time
required to traverse the route from its waste pickup point to the transfer station
and back. (This analysis will need to be done using the traffic congestion data
like those available on Google maps or other similar platforms/applications)
j) Geo Fencing should be re-configurable based on the route
changes/Requirements/Route optimization which will be undertaken every 3-6
months on the basis of Historical Data Analysis. The system should be able to
change existing geo-fences based on specific requirement, or when the routes of
the vehicles undergo any changes after route optimization process (as explained
under section 2.5.1.2).
k) Based on data availability for number of households (to be provided by IMC) in
each lane; the time spent in each lane, stoppage time should be defined and an
evaluation beyond permissible limits either side should be alerted.
l) It should be able to record intermittent stoppages along a particular lane, so that
it can be used for indirect inference that time was provided for the residents to
deposit their garbage and accordingly it can be deduced that waste has been
collected from each and every household of every lane.
m) Vehicles to be provided with ruggedized android based dashboard mounted
devices which should be fixed to each truck and rugged enough to work in a
moving truck with internal and external power source, also having anti-theft
devices and alert generation mechanism in place.
i. The device should be able to receive and display instructions/alerts from the
C4. The pre-defined route and the current location of the vehicle should be
displayed on the screen (as per the Route Guidance System).
ii. The device should be able to send/receive emergency alerts/instructions
(voice/multimedia) to driver from C4 and vice versa. The system should also
be able to broadcast messages (through voice/multimedia), by senior
officials of IMC/ISCDL from C4 to all vehicles.
iii. The driver should have a provision to confirm the completion of route
coverage.
iv. System should be able to alert the driver (on a real time basis) on the
following:
• Threshold time to finish waste collection in each lane is reached.
• Sound/Voice based alert followed by information on ideal time to
proceed towards transfer station
• Traffic congestion (if almost stand still traffic is ahead, especially
on way to transfer station)
n) Traffic Updation: Route Guidance System along with the traffic updation for
vehicles to reach to the transfer station/waste collection and return on the pre-
determined route. It should be able to use functionalities of Google Map or
develop own algorithms to re-route vehicles, in case of road blocks or traffic
congestion.
i. Queue Management on the basis of nearby vehicles and estimated time to
reach. This will tell which vehicle should reach the transfer station first to
unload the waste.
ii. Vehicle arrival to Transfer station based on queuing after pre-defined level of
garbage is sensed by volumetric sensors.
iii. The prioritization of who will be first unloading the vehicle at transfer station
should be based on:
• Who fills first
• Distance to Transfer Station
• Estimated time to reach
iv. If the vehicle takes more than 10% of its total allocated time at a particular
lane/area according to the route guide (pre-defined), then immediate alert
should be raised.
o) The system should be able to integrate with the grievance redressal system, so
as to enable the C4 or 311-Indore operator to tag a particular complaint against
a vehicle.
a) Fuel Efficiency Data to be captured in the system. This can comprise of usual
mileage (to be provided by workshop for individual vehicles), actual mileage
calculated on the basis of fuel intake, distance travelled.
b) Integration with fuel card- Each vehicle will be associated with a fuel card, this
will help in monitoring fuel consumption of the vehicle. Fuel card and intake
details will be provided by fuel distributor.
c) System should be able to keep a track of vehicle fuel efficiency (as advertised by
manufacturer under standard conditions), vehicle fuel expenses, driver fuel
efficiency (based on actual driving conditions), fuel reimbursements and other
data.
d) System should be able to fetch data (Fuel dispensed per vehicle, amount topped
and used from the card) from the concerned fuel supplying company whose Fuel
Cards will be put to use for cashless fuel purchase from their Depot. The fuel card
should be tagged to a registration number of a specific vehicle and there should
be mechanism to ensure that fuel card of one vehicle can’t be used to fill fuel for
another vehicle.
• As a failsafe mechanism, a parallel system should be put in place with which
online slips can be generated for vehicles by CSIs at zonal level.
• System should be able to extract basic information of vehicle based on its RTO
number which is a prerequisite to allot fuel like total distance traversed and
fuel allocated on the previous day.
e) System should be able to record vehicle odometer reading
f) The system should allow fuel economy to be monitored (by gathering useful data
such as but not limited to mileage, speed, rash driving and fuel consumption.)
• The aforesaid information should be collected by the vehicle’s onboard
computer (wherever available) or should be fitted with such instruments
which can relay data to be analyzed using analytical tools.
• System should be able to compute the fuel consumption rate for each
vehicle
• System should be able to highlight colour coded warning against the
aforesaid scenarios (both on GIS as well MIS)
g) The new proposed instruments (if any) should be able to connect/make use of
the interfaces available on the existing vehicle tracking unit. The following
interfaces are available on the existing devices:
• 1 Digital Input Reserved for Ignition Status Monitoring
• 2 Digital Inputs
• 2/4/8/ digital inputs
• 2/4 Digital Open-collector Outputs (connecting external relays, LED, buzzers
etc.)
• Motion sensor
b) System should have tools for planning and allocating resources (manpower,
vehicle and inventory) in place that will function in tandem with the fleet
management system.
i. System should be able to specifically store and access information
pertaining to employees (Contractual/Full Time)
ii. The system should be able to record employee movement (as and when
he/she is assigned from one ward/zone to another. The systems should
be able to undertake scheduling activities in a systematic manner and
generate reports pertaining to the same.
c) System should have alert generation facility against delays or other issues during
solid waste pickup duties
d) Volumetric sensors will need to identify whether the truck is full and will de-
activate the route deviation alarm and let the driver go to the transfer station
and unload the truck in the transfer station and then again start collection at the
pre-determined route (from the last point where it left for transfer station).
e) Integration with the payment gateway for commercial establishment/bulk
generation payments.
f) System should be able to capture real time volume from sensors at various
collection and segregation points
g) CCTV cameras to be installed at transfer stations to provide video feed (24*7)
• It needs to be used to monitor unauthorized entry of vehicles and people;
• To monitor and ensure, use of safety equipment (like gloves, boot and
mask) amongst sanitation workers/authorized rag pickers.
• System should be able to store recording for an entire week locally, while
there should be a mechanism to store data for a fortnight at the control
centre.
h) The system should have the functionality to ensure that the GIS at C4 is able to
provide automated traffic analysis involving during following scenarios:
i. Vehicles on their way to transfer station to unload garbage
ii. Vehicles already unloading at transfer station
iii. Optimized route from the point the vehicle gets filled, to the transfer
station, and back to the same spot to continue collection of waste. Vehicular
traffic and congestion that may be faced by the vehicle on its way to the
transfer station (as available in applications like Google Maps)
iv. Speed limit restrictions in place along the route
consumption.
• System should be able to compare performance of drivers among
ward/zone/entire IMC. The consistent performers (drivers with
good driving habits, punctuality and zero complaints can be
incentivized based on this system.
c) The system should have role based view for viewing the dashboard and
reports. (It should also include the parking spot, fuel station and transfer
station which are tagged to a vehicle; in case the same are located outside
the ward to which the vehicle belongs)
• Ward (Default view) - Supervisor/Daroga
• Zone (Default view) - (Individual Ward view should be selectable)
– CSI
• Entire IMC (Default view) - (Ward/Zone view should be
selectable) - Super User (Commissioner, CEO, Other senior
officials of ISCDL and IMC)
• Entire IMC (Default limited view) (Ward/Zone view should be
selectable) – Residents/Citizen (Without login)
d) System should have Bilingual interface (English & Hindi).
a) Current system should be integrated with payment gateway for user fee payment
(Payment gateway must support all major nationalized banks and other banks
which have branch in Indore)
b) Current system should be integrated with mobile wallets/ other e-payment
applications/UPI apps
c) System should enable collection of fine amount using spot fine feature of which
are mentioned in the Mobile App module
g) System should be able to integrate the grievance module with currently available
mobile app like ‘311- Indore’ / The grievance redressal module should have
provision in the form of APIs to integrate with Indore 311
{Bidders are advised to study the e-Nagarpalika site and mobile app as well as the
Indore 311 mobile app (downloadable from Google Playstore)}
f) Enable an enrolled user to punch the Employee ID/ AADHAAR and submit the
biometric fingerprint / IRIS signature for time stamping, verification by Unique
Identification Authority of India-CIDR.
g) The system shall not store any biometric signatures locally except during
transaction. Once the transaction has concluded all biometric data captured shall
be purged.
h) Independent Client Systems (ICS) shall immediately, on completion of the
transaction, transmit the data to NIC’s Biometric Attendance Management
System. The process of submission shall be initiated by Independent Client
Systems and responded by an appropriate listener at the server side.
Maps, OpenStreetMap, or other. Add layers, controls and selectors to your maps
and visually build any custom operator interfaces.
13. Alerting and Event Processing: Flexible event management capabilities, including
event filtering, acknowledgement, and root cause analysis.
Customizable alerts supporting different types of triggers, notifications (e-mail,
SMS etc.), escalation, and corrective actions.
14. Secure Device Communications: All communications to be bridged through SSL-
secured connections and compressed to fit GPRS/3G/LTE and satellite links
15. Status Dashboards: Visualize device groups and system-wide KPIs on top-level
operator dashboards that have multi-tier drill down navigation to individual
devices and services.
16. Charting and Trending: Charting to support a wide list of chart types, including
dynamically updated charts.
17. Comprehensive Reporting: Advanced reporting facility, automatic report
generation from any viewed/edited data. Built-in report editor, report printing
and exporting in different formats.
18. Integrated Security: Designed with a multi-tenant, multi-user approach. Granular
permissions and role-based access control need to available in all aspects of the
system.
19. Maps and GIS plugins for GIS based location services:
SI should leverage industry leading Maps and GIS related Shared Services for
integration with Smart city initiatives like,
a. For Integrated Solution layer for locating site of incidents, site of faulty
nodes and devices, etc.
b. Fleet management system for Municipality waste collection vehicles and
public service vehicles.
c. For Citizen Apps for locating and directing towards points of interest
d. Map modules to be compatible with Google Maps, Open Street Maps, Bing
Maps, and other geo informational services. If Internet connection is not
available for some reason, it should also be possible to fall back to offline
map storage.
Integration Requirement
The bidder is required to ensure that the proposed solution should be scalable enough to
be integrated with existing and proposed applications as detailed below:
a) If the Attendance is not marked, the alert should be raised.
b) Integration with existing SWM and monitoring applications
• Should be able to pull or push data from existing VTMS, CCTV and
weighbridge management applications
c) Integration with proposed Enterprise GIS
• Analytical tools should be able to pull/push data from/into the enterprise GIS
setup
• Data should be made available in readily consumable and OGC compliant
formats.
IMC will be sharing or making arrangements to share data as listed under Annexure 9 to
the selected SI.
cost for next 2 years. However, AUTHORITY reserves the right to extend the O&M
contract based on the mutual agreement between the successful bidder and the
AUTHORITY.
A. It shall involve but not limited to the following activities;
i. Ensure the desired functioning of the Interface / integration
ii. Software installation and testing whenever required
iii. Provide technical support on system parameters and requirement of
AUTHORITY
iv. Provide handholding support and training services as part of the post
implementation services, on a scheduled basis as well as on a need basis.
B. The comprehensive maintenance and warranty of hardware shall include
following but not limited to these;
i. In case of failure, the Successful bidder needs to repair or replace the faulty
part/component/device to restore the services at the earliest.
ii. The cost of the repairing or replacement of faulty part/component/device has
to be entirely born by the Successful bidder.
iii. All expenses related to part/component/device, including hiring of specialized
technical expertise, in case required, has to be borne by the Successful bidder
as part of comprehensive maintenance.
iv. The Successful bidder also needs to make alternate arrangement in case of
major failure happens in the H/w or S/w, due to which services may be
effecting for longer period.
v. After repairing or replacement of the part/component/device, the Successful
bidder needs to put the same into operation.
# Years of
Profile Technical Qualification
experience
1 BE / B. Tech (IT, CS, EC).
Team Lead 5 years
8*5 support
2 B.Tech
L1 Support
Experience in Application administration , password reset,
resource 1-3 years
user re-initiation, should receive calls regarding complains,
16*7 support
3 B.Tech
L2 support Experience in Application configuration, patch management,
resource firmware update, application fine tuning, configuration 3-5 years
management, application hardening
8*5 support
Note: SI will be responsible for L1 and L2 support for Hardware installed as part of this and earlier project.
#. Description Quantity
10 Fixed Box CCTV Camera 6
11 Aadhaar Based Biometric Fingerprint Scanner Attendance Device 52
12 Aadhaar Based Biometric IRIS Scanner Attendance Device 20
13 GPS receivers Need based
14 Any other item required to complete the scope of work -
Note: Authority may provide fibre drop connected to the city network at Transfer station
and depot. Until such time, the SI will need to provide all necessary cloud services
(including bandwidth, infrastructure and hosting services) for all the components
proposed to be setup as a part of the proposed system. At a later stage, when Authority
provides fibre connectivity, the SI may submit a change request with a provision for 200
meters of OFC cable laying if fiber drop is not provided at transfer station/ depot.
Authority will provide electricity connection at the transfer stations.
Adequate spares to be kept for avoiding downtime
Bidder has to propose the BOQ requirements considering the security, bandwidth,
scalability, availability and SLAs mentioned in the RFP.
B. Workstation
No Parameter Minimum Specifications Compliance
(Yes/No)
1 Processor Latest generation 64bit X86 Quad core
processor(3Ghz) or better
2 Chipset Latest series 64bit Chipset
3 Motherboard OEM Motherboard
4 RAM Minimum 8 GB DDR3 Memory @ 1600 Mhz. Slots
should be free for future upgrade
5 Dual Minimum Graphics card with 2 GB video memory (non
Graphics shared)
card with
HDMI output
6 HDD HDD 2 TB SATA-3 Hard drive @7200 rpm
7 Media Drive NO CD / DVD Drive
8 Network 10/100/1000 Mbps autosensing on board integrated
interface RJ-45 Ethernet port
9 Audio Audio Line/Mic IN, Line-out/Spr Out (3.5 mm)
10 Ports Minimum 6 USB ports (out of that 2 in front)
11 Keyboard 104 keys minimum OEM keyboard
12 Mouse 2 button optical scroll mouse (USB)
13 Monitor Min. 22” (or 21.5”) TFT LED monitor, Minimum 1920
x1080 resolution, 5 ms or better response time, TCO
05 (or higher) certified For Command Control Centers
: 2 LED Monitors attached to the same workstation
(multi monitor)
14 Certification Energy star 5.0/BEE star certified
15 Operating 64 bit pre-loaded OS with recovery disc
System
16 Security BIOS controlled electro-mechanical internal chassis
lock for the system
17 Antivirus Antivirus feature Advanced antivirus, antispyware,
desktop firewall, intrusion prevention (comprising of
a single, deployable agent) which can be managed by a
# Camera Complianc
Minimum Specifications
Characteristics e (Yes/No)
1. Video H.264
Compression
2. Video Resolution
3. Frame rate Min. 25 fps
4. Image Sensor 1/3” Progressive Scan CCD / CMOS
5. Lens Type Varifocal, C/CS Mount, IR Correction
6. Lens Auto IRIS
7. 8 – 40 mm, F1.4
8. Minimum Colour: 0.5 lux, B/W: 0.1 lux (at 30 IRE)
Illumination
9. IR Cut Filter Automatically Removable IR-cut filter
10. Day/Night Mode Colour, Mono, Auto
11. S/N Ratio ≥ 50 Db
12. Auto adjustment Colour, brightness, sharpness, contrast, white
+ Remote Control balance, exposure control, backlight
of Image settings compensation, Gain Control, Wide Dynamic
Range
13. Audio Audio Capture Capability
14. Local storage Minimum 64 GB Memory card in a Memory card
slot
15. Protocol IPV4, IPV6, HTTP, HTTPS, FTP, RTSP, RTP, TCP,
UDP, RTCP, DHCP, UPnP, QoS
16. Security Password Protection, IP Address filtering, User
Access Log, HTTPS encryption
17. Operating 0 to 50°C (temperature), 50 to 90% (humidity)
conditions
18. Casing NEMA 4X / IP-66 rated
19. Certification UL/EN, CE,FCC
D. ANPR Cameras
# Camera Complianc
Minimum Specifications
Characteristics e (Yes/No)
20. Camera Features
21. Image Sensor 1/1.9" Progressive CMOS
22. Maximum
1920x1080 (2MP)
Resolution
23. Lens Type Vari-focal
24. Focal Length f = 12 ~ 40 mm
25. Aperture F2.36 ~ F2.44
26. Auto-iris P-iris (DC-iris reserved)
27. Field of View 10.2° ~ 30° (Horizontal)
28. 8° ~ 22° (Vertical)
29. 12° ~ 38° (Diagonal)
30. Shutter Time 1/800 to 1/10,000 sec.
31. Max. Shutter
1/5 to 1/10,000 sec.
Time
32. WDR Technology WDR Pro 100db of better
33. Day/Night Removable IR-cut filter for day & night function
34. Minimum
Illumination Threshold:
Illumination
35. 300 Lux @ IR On
36. 600 Lux @ IR Off
37. Pan/tilt/zoom
ePTZ:
Functionalities
38. 48x digital zoom (4x on IE plug-in, 12x built in)
39. On-board Storage SD/SDHC/SDXC card slot
40. Video
41. Compression H.264 & MJPEG
42. Maximum Frame
30 fps @ 1920 x1080
Rate
43. 60 fps @ 1920 x1080 (In one-stream mode only)
44. (In both compression mode)
45. Maximum
2 simultaneous streams
Streams
46. S/N Ratio 50 dB or better
47. Dynamic Range 100 Db or better
48. Video Streaming Adjustable resolution, quality and bitrate
49. Time stamp, text overlay, flip & mirror;
Configurable brightness, contrast, saturation,
sharpness, white balance, exposure control, gain,
Image Settings
backlight compensation, privacy masks,
scheduled profile settings; 3D noise reduction,
EIS, video rotation, snapshot focus
# Camera Complianc
Minimum Specifications
Characteristics e (Yes/No)
50. Audio
51. Audio Capability Two-way Audio (full duplex)
52. Compression AAC, G.711, G.726
53. Interface External microphone input
54. Audio output
55. Network
56. Users Live viewing for up to 10 clients
57. IPv4, IPv6, TCP/IP, HTTP, HTTPS, UPnP,
RTSP/RTP/RTCP, IGMP, SMTP, FTP, DHCP, NTP,
Protocols
DNS, DDNS, PPPoE, CoS, QoS, SNMP, 802.1X, UDP,
ICMP, ARP, SSL, TLS
58. Interface 10 Base-T/100 BaseTX Ethernet (RJ-45)
59. *It is highly recommended to use standard CAT5e
& CAT6 cables which are compliant with the
3P/ETL standard.
60. ONVIF Supported
61. Intelligent Video
62. Video Motion
Triple-window video motion detection
Detection
63. Alarm and Event
64. Video motion detection, manual trigger, digital
input, periodical trigger, system boot, recording
Alarm Triggers
notification, camera tampering detection, audio
detection
65. Event notification using digital output, HTTP,
Alarm Events
SMTP, FTP and NAS server, SD Card
66. File upload via HTTP, SMTP, FTP, NAS server and
SD card
67. General
68. Smart Focus
RBF (Remote Back Focus)
System
69. Connectors RJ-45 for Network/PoE connection
70. Audio input/output
71. BNC Video output
72. AC 24V power input
73. DC 12V power input
74. Digital input*2
75. Digital output*1
76. RS485
77. LED Indicator System power and status indicator
78. Power Input DC 12V/AC 24V
79. IEEE 802.3af PoE
# Camera Complianc
Minimum Specifications
Characteristics e (Yes/No)
80. Power
Max. 9.2 W (DC 12V)
Consumption
81. Safety
CE, LVD, FCC Class B, VCCI, C-Tick, UL
Certifications
82. Operating
Starting Temperature: 0°C ~ 60°C (32°F ~ 122°F)
Temperature
83. Working Temperature: -10°C ~ 60°C (14°F ~
122°F)
84. 2 x 24W IR Illuminators with min 100 meters
range @10 deg beam range. IP66 & IK10
IR Illuminator
compliance. IR illuminators should be part of
same camera system with proper camera sync.
85. Outdoor Housing
IP66,IK10
& Mount
Compliance
# Minimum Specifications
Characteristics (Yes/No)
14 Certification ISO 9001:2008 & ISO 14001 certified
To be provided for overload/ short circuit;
15 Protection overheating; input over/under voltage; output
over/ under voltage.
All necessary alarms & indications essential for
Alarms &
16 performance monitoring of UPS like mains fail,
Indications
low battery & fault detection
17 Interface SNMP interface support (for remote monitoring)
Galvanic
18 To be provided through Inbuilt transformer
Isolation
UPS to be compatible with DG Set supply and
19 Compatibility
mains supply
20 Bypass Automatic Bypass Switch
True ON-LINE (Double Conversion) with IGBT
21 Technology
based inverter and PWM Technology
The system should not be an end of life / end of
22 Support
service product
Operating
23 0 to 55 Degrees Centigrade
Temperature
F. LED Screen
Parameter Minimum Required Specifications Compliance
#
(Yes/No)
1. Technology IPS Panel
2. Screen Size 55’’ or higher
3. Resolution Full High definition (1920 X 1080) 16:9 Widescreen
Contrast 1000:1 or better
4.
Ratio
5. Brightness 350 Cd/m2 or better
Response 12 ms or better
6.
Time
Viewing 178 x 178
7.
Angle
8. Certification CE, FCC, UL/KC/CB
Standard DVI-D,RGB, HDMI, USB
9.
Inputs
10. Control RS-232/RJ-45/IR
Power Not more than 80 Watt
11.
Consumption
Power AC 100 -240 V~ (+/-10 %), 50/60 Hz
12.
Supply
Operating 0°C - 40°C
13.
Temperature
Compliance
# Minimum Specifications
Characteristics (Yes/No)
8 Port 10/100/1000Base-T and Minimum Two
Gigabit uplinks. ( Uplinks should accepts both
Number of
1 SMF / MMF sfp )
Ports
(Uplinks should accept Copper based Gigabit
Modules)
Type and Layer 2 Modular, Fully Managed and Industrial
2
Functionality Ethernet Switch
IEEE Standards
IEEE 802.1D MAC bridges, STP
IEEE 802.1p Layer 2 COS prioritization
IEEE 802.1q VLAN
IEEE 802.1s Multiple SpanningTrees
IEEE 802.1w Rapid SpanningTree
IEEE 802.1AB LLDP
IEEE 802.3ad Link Aggregation (LACP)
IEEE 802.3af
IEEE 802.3at
IEEE 802.3af Power over Ethernet
IEEE 802.3at Power over Ethernet Plus
IEEE 802.3x full duplex on 10Base-T
IEEE 802.3 10BASE-T specification
Features
3 IEEE 802.3u 100BASE-TX specification
Specification
IEEE 802.3ab 1000BASE-T specification
IEEE 802.3z 1000BASE-X specification
IEEE 802.1X for Authentication
IEEE 802.3ad for Port Trunk with LACP
RFC Compliance
RFC 768: UDP
RFC 783: TFTP
RFC 791: IPv4 protocol
RFC 792: ICMP
RFC 793: TCP
RFC 826: ARP
RFC 854: Telnet
RFC 1305: NTP
Compliance
# Minimum Specifications
Characteristics (Yes/No)
RFC 1534: DHCP and BootP interoperation
RFC 1643: Ethernet Interface MIB
RFC 2068: HTTP
RFC 2131, 2132: DHCP
RFC 959: FTP
RFC 1157: SNMPv1
RFC 1901,1902-1907: SNMPv2
RFC 2273-2275: SNMPv3
RFC 1166: IP Addresses
RFC 2236: IGMP v2
RFC 2571: SNMP Management
RFC 4250-4252: SSH Protocol
Management Features
Configuration Management: Console Port with
Command Line Interface (CLI), Web Interface
(HTTP/HTTPS), Telnet, SSH Console with CLI
System Upgrade/Backup: FTP/SFT/TFTP and
Web Interface for Firmware Upgrade and
Configuration Backup/Restore.
SNMP: V1, V2c, V3 with SNMP Trap Function.
Simple Network Management Protocol (SNMP)
MIB Objects: MIB-II
System Log: Local Mode and Server Mode
Management: IPv4 and IPv6
Compliance
# Minimum Specifications
Characteristics (Yes/No)
Port Trunk IEEE 802.3ad LACP with timer and
static port trunk
IPv6 Ready
Power over Power over Ethernet The ports shall support
4
Ethernet 802.3 af/at
Operating
temperatures Minimum -40’C to 75’C without FAN with IP30
5
and ingress protection rating
protection
Installation/
6 Installation/ Mounting DIN Rail Mount
Mounting
Dual DC power input and reverse power
7 Power Source
protection
8 Compliance IEC 61850, IEEE 1613 Compliance
with one single mode 100 Mbps SFP port
9
(Industrial Grade)
H. Volumetric Sensor
# Compliance
Parameters Description
(Yes/No)
1 One 3.6V C Cell Lithium ThionyI Chloride (6.5 Ahr
BATTERY TYPE
capacity)
2 BATTERY LIFE 4 to 5 years.
3 OPERATING
-30°C to +70°C
TEMPERATURE
4
5 Weight not more than 350gms
6 not more than 4.5 x 4.5 inches
7 ENCLOSURE Weather proof, non-corrosive
8 1 inch NPT (see accessories for use with other
STANDARD
threads)
9 THREAD MOUNT
10
11 GPRS over GSM (Quad band –
COMMUNICATION 850/900/1800/1900 MHz). Internal SIM card. No
user
12 accounts required. UMTS/HSPA 850/1900MHz
for U.S. 3G.
13 ANTENNA Internal or external as required.
14 CE CE 0980 Articles 3.1(a)(b), 3.2 (inside) (EN
CERTIFICATION 60950-1: 2006, EN 301 489-1/-7, EN 301 511 )
15 FCC COMPLIANCE FCC ID: UDV-0912142009007 (inside)
16 REPORTING configurable
17 The solution should involve wireless
ultrasonic/infrared sensors so that once the
garbage compartments are filled up different fill
levels like >50%, > 80% & >95% volumetrically
alerts to be generated.
18 The solution must leverage latest in IoT and
cellular network technologies.
19 The solution can involve sensors which includes
an Ultrasonic sensor, SIM card and a replaceable
Lithium battery. The battery shall operate for 4 to
5 years minimum
20 The solution should used advanced measurement
techniques for better accuracy.
21 The sensor should be able to transmit data to
remote location.
22 The sensor should be able to sense & send the
data at any pre-defined time interval or pre-
defined fill level of the bin.
23 The sensor can be remotely configured to read the
fill levels periodically at set intervals.
24 Any updates of Firmware shall be installed over
the air and hence once sensor is installed there is
no physical maintenance activity required.
25 Sensors use long life batteries which are
maintenance free during their specified life.
26 Sensors should be fixed on the top of the garbage
compartments and should be rugged, IP66
wireless and can withstand normal water
sprinkles and any gas emitting from the garbage.
Although it is expected that the sensor will not be
power washed or submerge it in water.
S No Description Specification
of device while USB port is in use for data connectivity
is also acceptable.)
9. SIM Card Support Security 3DES with 2G & 3G
support or better
10. Operating System OS – Android 5 or higher
11. Location Technology GPS/AGPS
12. Battery 2500 mAH or higher
13. Screen Guard To be provided with clear finish screen guard
14. Biometric Sensor STQC / UIDAI Certified
Certification
15. Response time <6 Seconds for an authentication transaction in
Client-Server environment.
16. Application The device should be compatible with NIC attendance
compatibility application (www.attendance.gov.in). The proposed
device drivers preferably be integrated with NIC
attendance application as on the date of submission of
bid and the proof of the same shall be submitted.
However, If the same is not already integrated with
NIC attendance application, Bidder should test the
proposed device with NIC attendance application and
should submit the report/Mail confirmation from NIC
with the proposal, failing which bid will not be
considered for further evaluation.
17. Other The fingerprint scanner should be ergonomically
placed to support ease of usage for biometric
attendance in standing posture of the users
18. Enclosure ingress IP54 or better
protection
19. Warranty 3 years Comprehensive Warranty
S No Description Specification
10. Location Technology GPS/AGPS
11. Battery 2500 mAH or higher
12. Screen Guard To be provided with clear finish screen guard
13. IRIS Sensor STQC/UIDAI certified
14. Should have Dual-Eye IRIS Scanner integrated with
the device
15. Vendor has to provide all necessary technical support
for integration of their device drivers with attendance
software and associated UIDAI applications.
16. Response time <6 Seconds for an authentication transaction in
Client-Server environment.
17. Application The device should be compatible with NIC attendance
compatibility application (www.attendance.gov.in). The proposed
device drivers preferably be integrated with NIC
attendance application as on the date of submission of
bid and the proof of the same shall be submitted.
However, If the same is not already integrated with
NIC attendance application, Bidder should test the
proposed device with NIC attendance application and
should submit the report/Mail confirmation from NIC
with the proposal, failing which bid will not be
considered for further evaluation.
18. Other The fingerprint scanner should be ergonomically
placed to support ease of usage for biometric
attendance in standing posture of the users
19. Enclosure ingress IP54 or better
protection
20. Warranty 3 years Comprehensive Warranty
K. GPS Receiver
# Compliance
Parameters Description
(Yes/No)
GSM
1 Frequency 900/1800 MHz; 850/1900 MHz
2 Power Supply 9V-35V
3 Battery GPS Device should be battery based and Battery
Backup Backup of device should be at least for 5 days.
GPRS
4 Data Class Class B
5 Coding CS-4
Scheme
6 Uplink 40 kbps
Transfer
7 Downlink 80 kbps
Transfer
The payment shall be strictly on project milestone basis as per actuals based on the
details provided in the table provided below. The payment shall be released on successful
completion of various deliverables to the satisfaction of AUTHORITY as percentage (%)
of the total contract value.
T = Signing of Contract
Report
• Quarterly Security Report
• Issues logging and resolution report
• Cloud Consumption Report
b. Payment Terms
1. No advance payment shall be made.
2. The Bidder’s request(s) for payment shall be made to the AUTHORITY in writing,
accompanied by an invoice describing, as appropriate, Acceptance certificate of
services completed. The invoice should be submitted and upon fulfilment of other
obligations stipulated in the contract.
3. The request for payment shall be made to the AUTHORITY in writing, accompanied
by invoices describing, as appropriate, the services performed, and by the required
documents submitted pursuant to general conditions of the contract and upon
fulfilment of all the obligations stipulated in the Contract.
4. Due payments shall be made promptly by the AUTHORITY, generally within 30
(Thirty) days after submission of an invoice or request for payment by SI after
Approval & Sign Off of the Milestone by AUTHORITY.
5. The currency or currencies in which payments shall be made to the SI under this
Contract shall be Indian Rupees (INR) only.
6. All remittance charges shall be borne by the SI.
7. In case of disputed items, the disputed amount shall be withheld and shall be paid
only after settlement of the dispute.
8. Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned in this RFP document, shall be deducted from the due payments of the
respective milestones.
9. Taxes, as applicable, shall be deducted / paid, as per the prevalent rules and
regulations
10. Payment shall be made in Indian Rupees by RTGS / NEFT on Bank in the name of
bidder.
11. All remittance charges shall be borne by the Successful Bidder.
12. It is the responsibility of the bidders to quote for and provide all the H/w and S/w
for meeting all the requirements of the RFP. In case during evaluation, it is found that
certain H/w or S/w which is critical for meeting the requirement of this RFP and has
not been quoted as part of Bill of material (BoM), the bid can be rejected as non-
responsive. Additionally, if after the award of contract, it is felt that additional H/w
or S/w are required for meeting the RFP requirement and the same has not been
quoted by the Successful Bidder, the Successful Bidder shall provide all such
additional H/w or S/w at no additional cost to AUTHORITY.
2.13. Documentations
The selected SI shall provide the following documentations in hard as well as soft copies:
1. Detail Project Plan
2. Fortnightly progress reports
3. Software Requirement Specification (SRS) document containing detailed
requirement capture and analysis including functional requirement, Interface
Specifications, application security requirements.
4. Solution Architecture / Design document,
5. Technical document covering documentation of code, algorithms, Interfaces and
APIs,
6. Source Code of application, Executable files, Master data configuration,
7. Technical Specification of all installed devices, Environment Details,
8. Database Structure document,
9. Training Manuals and literature
10. Systems Administration Manuals
11. User manuals,
12. Installation Manuals
13. Operational Manuals
14. Maintenance Manuals
15. Security policy and procedure for software including Password security, logical
access security, operating system security, data classification, and application
security and data backups.
16. AV Presentations / Video Tutorials including self-learning modules of the working
of the product. This shall be used to inform the working of the solution to the
architect and AUTHORITY both.
However, the SI shall be required to meet designated officials of the AUTHORITY once per
week (day and time TBD) for a weekly status meeting. All project review meetings will be
held at the AUTHORITY’s facility and attended by the SI’s representatives. The
AUTHORITY shall provide and arrange for meeting spaces within its facility for all
required SI meetings.
IMC shall provide ward wise hard copy route maps of garbage collection vehicles to the
selected SI. SI is expected to digitize these maps and create linear reference based
network GIS database.
Security Audit
a. The SI shall be responsible to get system/portal Security Audited by STQC or
CERT-In Empanelled Agency/ Security Auditors. Cost for Security Audit of the
proposed system/solution/application should be part of the proposal as cost of
the same will be borne by the bidder.
b. The SI shall note that the scope and other terms of this agreement may be subject
to change so as to synchronize them with any future decisions of the ISCDL.
S File Submitte
List of Documents Name Description
No. d (Y / N)
• ISO/IEC 27001:2013 for Information
Security Management System
AND
• CMMI Level 3 or Higher for Software
Development (Mandatory)
Declaration for not blacklisted by Reference No:
9.
Central/State Government/ PSU entity in Date of Letter:
India or similar agencies globally for
unsatisfactory past performance, corrupt,
fraudulent or any other unethical
business practices as on date of
submission of the proposal.
Dear Sir,
With reference to your “Request for Proposal for Selection of System Integrator for
Design, Development, Implementation and Operation & Maintenance of Integrated
Solid Waste Management System for ISCDL”, we hereby submit our Prequalification
Proposal, Technical Proposal, and Financial Proposal, for the same.
a. We hereby acknowledge and unconditionally accept that the Authority can at its
absolute discretion apply whatever criteria it deems appropriate, not just limiting to
those criteria set out in the RFP and related documents, in short listing of bidder for
providing services.
b. We have submitted EMD of INR [ ] in the form of […………….] and Tender fee of INR
[ ] online through e-Tendering Portal (www.mpeproc.gov.in),
c. We hereby declare that all information and details furnished by us in the Bid are true
and correct, and all documents accompanying such application are true copies of
their respective originals.
d. We agree to abide by our offer for a period of 180 days from the date of opening of
pre-qualification bid prescribed by Authority and that we shall remain bound by a
communication of acceptance within that time.
e. We have carefully read and understood the terms and conditions of the RFP and the
conditions of the contract applicable to the RFP. We do hereby undertake to
provision as per these terms and conditions.
f. In the event of acceptance of our bid, we do hereby undertake:
i. To supply the products and commence services as stipulated in the RFP
document
ii. To undertake the project services for entire contract period from the date of
signing of the contract as mentioned in the RFP document.
iii. We affirm that the prices quoted are inclusive of design, development, delivery,
installation, commissioning, training, providing facility management and
handholding support, and inclusive of all out of pocket expenses, taxes, levies
discounts etc.
g. We do hereby undertake, that, until a formal contract is prepared and executed, this
bid, together with your written acceptance thereof and notification of award of
contract, shall constitute a binding contract between us.
h. We understand that the Authority may cancel the bidding process at any time and
that Authority is not bound to accept any bid that it may receive without incurring
any liability towards the bidder.
i. We fully understand and agree to comply that on verification, if any of the
information provided in our bid is found to be misleading the selection process,
we are liable to be dismissed from the selection process or termination of the
contract during the project, if selected to do so
Thanking you,
Yours sincerely,
Printed Name
Designation
Seal
Date:
Place:
Business Address:
S No Information Details
1. Name of Bidding firm:
Please submit the relevant proofs for all the details mentioned above along with your Bid
response
Authorized Signatory
Name
Seal
This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2017
at [Place] among _______ ______ (hereinafter referred to as "_____") and having office at
[Address], India, as Party of the First Part and _______ ______ (hereinafter referred as "_____")
and having office at [Address], as Party of the Second Part.
WHEREAS ISCDL, has issued a Request for Proposal dated [Date] (RFP) from the
Applicants interested in Request for Proposal for Selection of System Integrator for
Design, Development, Implementation and Operation & Maintenance of Integrated
Solid Waste Management System for ISCDL:
AND WHEREAS the Parties have had discussions for formation of a Consortium for
bidding for the said Project and have reached an understanding on the following points
with respect to the Parties' rights and obligations towards each other and their working
relationship.
DECLARED AS FOLLOWS:
i. The purpose of this Agreement is to define the principles of collaboration among the
Parties to:
a. Submit a response jointly to Bid for the “Request for Proposal for Selection of
System Integrator for Design, Development, Implementation and Operation &
Maintenance of Integrated Solid Waste Management System for ISCDL” as a
Consortium.
b. Sign Contract in case of award.
c. Provide and perform the supplies and services which would be ordered by the
Authority pursuant to the Contract.
ii. This Agreement shall not be construed as establishing or giving effect to any legal
entity such as, but not limited to, a company, a partnership, etc. It shall relate solely
towards the Authority for “Request for Proposal for Selection of System
Integrator for Design, Development, Implementation and Operation &
Maintenance of Integrated Solid Waste Management System for ISCDL” for and
related execution works to be performed pursuant to the Contract and shall not
extend to any other activities.
iii. The Parties shall be jointly and severally responsible and bound towards the
Authority for the performance of the works in accordance with the terms and
conditions of the RFP document, and Contract.
In witness whereof the Parties affirm that the information provided is accurate and true
and have caused this MoU duly executed on the date and year above mentioned.
Project Implementation -
3.
Approach
OEM Authorization Form OEM Name:
4.
As per format provided at Date:
Annexure 2.4
Audited and Certified Balance
5.
Sheet and Profit/Loss Account
for the last 3 (Three) Financial
Years.
Certificate from the Statutory
Auditor on turnover details from
the “business areas” over the last
3 (Three) financial years 2013-
14, 2014-15 and 2015-16
As per format provided at
Annexure 7
Date: dd/mm/yyyy
To
Chief Executive Officer
Indore Smart City Development Limited (ISCDL
107-109 Palika Plaza, Phase-II, MTH Compound,
Indore (M.P) 452007
Sub : Request for Proposal for “Selection of System Integrator for Design,
Development, Implementation and Operation & Maintenance of Integrated Solid
Waste Management System for ISCDL”
NIT No: --/ISCDL/PROJECT/17-18
Dear Sir,
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the professional services as required and outlined in the
RFP for “Selection of System Integrator for Design, Development, Implementation
and Operation & Maintenance of Integrated Solid Waste Management System for
ISCDL“
We attach hereto the technical response as required by the RFP, which constitutes our
proposal. We undertake, if our proposal is accepted, to adhere to the implementation plan
(Project schedule) for providing Professional Services in “Selection of System
Integrator for Design, Development, Implementation and Operation &
Maintenance of Integrated Solid Waste Management System for ISCDL“, put forward
in RFP or such adjusted plan as may subsequently be mutually agreed between us and
ISCDL or its appointed representatives.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document and also agree to abide by this tender response for a period of 180 days from
the date of submission of Bid and it shall remain binding upon us with full force and
virtue, until within this period a formal contract is prepared and executed, this tender
response, together with your written acceptance thereof in your notification of award,
shall constitute a binding contract between us and ISCDL.
We confirm that the information contained in this proposal or any part thereof, including
its exhibits, schedules, and other documents and instruments delivered or to be delivered
to ISCDL is true, accurate, and complete. This proposal includes all information necessary
to ensure that the statements therein do not in whole or in part mislead ISCDL as to any
material fact.
We agree that you are not bound to accept any tender response you may receive. We also
agree that you reserve the right in absolute sense to reject all or any of the products/
services specified in the tender response.
It is hereby confirmed that I/We are entitled to act on behalf of our company/
corporation/ firm/ organization and empowered to sign this document as well as such
other documents, which may be required in this connection.
Date:
(Signature)
(Name)
(In the capacity of )
[Seal / Stamp of bidder]
Bidders are required to provide a detailed approach & methodology to execute the entire
project. Bidders are advised to comply with the below provided headers/Approach
components while detailing out their solution.
Note:
• All the pages (documentary proofs and other documents that may be
attached) should contain page numbers and would have to be uniquely serially
numbered.
Dear Sir,
We herewith certify that the above mentioned equipment / software products are not
end of the life and we hereby undertake to support these equipment / software for the
duration of minimum 3 years from the date of Submission of the Bid.
Yours faithfully,
(Name)
(Name of Producers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to bind the manufacturer.
The Bidder in its Bid should include it.
<< To be printed on letter head of Sole Bidder or Lead Member in case of consortium and Signed
by Authorized Signatory>>
Subject: RFP for Selection of System Integrator for Design, Development, Implementation and
Operation & Maintenance of Integrated Solid Waste Management System for ISCDL
Vol-1
1 1 Instruction to Bidders
9 2 Scope of work
10 2.1 Introduction
22 2.13 Documentation
24 2.15 Assumptions
Vol-2
27 C. Service Levels
28 D. Annexure
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
put to use for cashless fuel purchase from their
Depot. The fuel card should be tagged to a
registration number of a specific vehicle and
there should be mechanism to ensure that fuel
card of one vehicle can’t be used to fill fuel for
another vehicle.
• As a failsafe mechanism, a parallel
system should be put in place with
which online slips can be
generated for vehicles by CSIs at
zonal level.
• System should be able to extract
basic information of vehicle based
on its RTO number which is a
prerequisite to allot fuel like total
distance traversed and fuel
allocated on the previous day.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Comprehensive Reporting:
Advanced reporting facility, automatic report
101 2.5.6.16 generation from any viewed/edited data. Essential
Built-in report editor, report printing and
exporting in different formats.
Integrated Security: Designed with a multi-
tenant, multi-user approach. Granular
102 2.5.6.17 permissions and role-based access Essential
control need to available in all aspects of the
system.
Maps and GIS plugins for GIS based location
services:
SI should leverage industry leading Maps and
GIS related Shared Services for integration
with Smart city initiatives like,
a. For Integrated Solution layer for
103 2.5.6.18 Essential
locating site of incidents, site of
faulty nodes and devices, etc.
b. Fleet management system for
Municipality waste collection
vehicles and public service
vehicles.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
Compliance*
RFP clause (Yes/No)
# RFP Clause Priority
no.
*Complying with aforementioned functionalities would mean that the bidder confirms to the
availability of ready-to-deploy functions/modules which can cater to these functionalities
without the need for any kind of customizations (However it is acceptable that, minor
configurational adjustments may need to be undertaken in order to make the modules accept data
specific to IMC)
Client:
Main project features:
Positions held:
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document,
the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/
work as mentioned in the Scope of the work, Bill of Material, Technical Specifications,
Service Level Agreement & in conformity with the said bidding document for the same.
viii. Until a formal contract is prepared and executed, this bid, together with your
written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
ix. I/ We hereby declare that our bid is made in good faith, without collusion or fraud
and the information contained in the bid is true and correct to the best of our
knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the RFP document and submit
that we have not submitted any deviations in this regard.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the
RFP document.
Yours faithfully,
Date:
Place:
The Bidder shall consider all the components and quantity to fulfill the RFP and project
requirements in totality.
Sr. Item Description Quantity
Unit Price including Total Price
No. (B) taxes and duties A= B*(C+D)
(C)
A Cost for Hardware Materials /Equipment’s
A1 IP 55 rated Dashboard ~400
mountable android
based devices
A2 Volumetric sensor to be ~800
fitted inside the garbage
collecting vehicle to
measure the volume of
waste( 2 in each dry and
wet waste compartment
of the vehicle)
A4 8 Port Industrial switch 8
A5 UTP CAT 6 cable with 8
accessories for locations
connecting the cameras
including installation
charges( Approximately
300 meters for each
location
A6 UPS with battery with 1 9
hr backup
1 Year 1 Lumpsum
2 Year 2 Lumpsum
3 Year 3 Lumpsum
Total Cost (In INR)
Amount in Words
Instructions:
a) AUTHORITY does not guarantee the quantity for the particular line items given above. The
actual quantity for the given items may be more or less. The payment shall be made based on
unit cost quoted for the particular item on actual work/item is undertaken/supplied.
b) All items provided should be under Insurance. The Insurance should be for entire duration of the
Project (including 3 Years of O&M) and comprehensive covering damages for Theft, Fire,
Natural Calamities, Riots and Terrorists activities etc.
c) Value coated as total price must contain all the components required for the successful
implementation of the project. Nothing extra will be paid by the authority beyond the value
coated in the above form, until there is change request is approved by AUTHORITY.
d) Price to be inclusive of all adjunct / ancillary services and works, whether specifically mentioned
or not
e) Taxes as applicable at the time of invoicing shall be considered. Any changes (upward or
downward) in the taxes/duties shall be accordingly revised at the time of actual payments and
paid. Service Tax & Cess will be paid by AUTHORITY as per the norms defined by Government of
India at the time of actual payment.
f) Bidder is requested to check final figure in all the totals of all sheets. AUTHORITY is not
responsible for errors in the financial bid document.
g) Bidder should provide all prices as per the prescribed format under this Annexure 3.2.
h) All the prices are to be entered in Indian Rupees ONLY
i) AUTHORITY shall take into account all Taxes, Duties & Levies for the purpose of evaluation
j) The Bidder needs to account for all Out of Pocket expenses, no additional payment shall be made
by AUTHORITY whatsoever.
k) Bidder should refer the RFP for details on the technical requirements of the system and the
benchmark specifications for the items mentioned in the financial formats.
l) Bidders must carefully read the Scope, Technical Requirements and the SLAs mentioned in the
RFP and accordingly propose the software, hardware, accessories and services and their
respective quantities required to completely meet the requirements of this RFP.
m) The extension of the Operation and Maintenance contract after 3 years shall be based on the
performance of SI and there shall be an annual increase which will be mutually agreed on the
existing Operation and Maintenance cost for next 3 years. However, AUTHORITY reserves
the right to extend the O&M contract based on the mutual agreement between SI and the
AUTHORITY.
Date: dd/mm/yyyy
To
Chief Executive Officer
Indore Smart City Development Limited (ISCDL)
107-109 Palika Plaza, Phase-II, MTH Compound,
Indore (M.P) 452007
Subject: Declaration for not being debarred / black-listed by Central / any State Government
department in India as on the date of submission of the bid
Dear Sir,
Thanking you,
Yours faithfully,
Date:
Name:
Designation:
Address:
Telephone & Fax:
E-mail address:
Name and complete official Telephone, Fax and E-mail of the organization
address of Organization
Tel:
submitting query / request for
clarification Fax:
Email:
Content of RFP
Sr. Clause Change Requested/
Page No. Requiring
No. No. Clarification required
Clarification
1
Signature:
Company seal:
Note: Bidder(s) are requested to send the queries in PDF with Sign and Company
Seal and also in MS Excel for making consolidation process easy.
Know by all men by these presents, We_________________________ (Name of the Bidder and
address of their registered office) do hereby constitute, appoint and authorize Mr. /
Ms_________________________ (name and residential address of Power of attorney holder) who
is presently employed with us and holding the position of _________________________
as our Attorney, to do in our name and on our behalf, all such acts, deeds and things
necessary in connection with or incidental to our Proposal for the “Request for Proposal
for Selection of System Integrator for Design, Development, Implementation and
Operation & Maintenance of Integrated Solid Waste Management System for
ISCDL”, including signing and submission of all documents and providing information /
responses to the ISCDL, representing us in all matters before ISCDL, and generally dealing
with the ISCDL in all matters in connection with our Proposal for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid Attorney shall and shall always be deemed to have been done by us.
For ___________________________
Name:
Designation:
Date:
Time:
Seal:
Business Address:
Accepted,
_________________________ (Signature)
(Name, Title and Address of the Attorney)
Note:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executant(s) and when it is so required the same should be under common
seal affixed in accordance with the required procedure.
ISCDL has invited Bids from interested companies for “Request for Proposal for
Selection of System Integrator for Design, Development, Implementation and
Operation & Maintenance of Integrated Solid Waste Management System for ISCDL
("Project").
Whereas, it is necessary under the RFP document for the members of the
Consortium to designate one of them as the Lead Member with all necessary power
and authority to do for and on behalf of the Consortium, all acts, deeds and things as may
be necessary in connection with the Consortium's Bid for the Project.
Whereas, we have decided that M/s ……………….shall be Lead Member of this Consortium.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things lawfully done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and
shall always be deemed to have been done by us/Consortium.
…………………..20
For …………………………………
Witnesses:
1.
2. …………………………………
Note:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed
in accordance with the required procedure.
• Also, wherever required, the Bidder should submit for verification the extract of
the charter documents and documents such as a resolution/power of attorney in
favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Bidder :
ANNUAL TURNOVER
Requirements: The Average Annual Turnover to be provided in the following format for
the last 3 Financial Years (2013-14, 2014-15, 2015-16).
Financial Information
Financial Year 3rd Last 2nd Last Last
Financial Year Financial Year Financial Year
Annual Turnover (in INR)
Date: _________________
To
Dear Sir,
WHEREAS
M/s. (name of Bidder), a company registered under the Companies Act, 1956/2013,
having its registered and corporate office at (address of the Bidder), (hereinafter referred
to as “our constituent”, which expression, unless excluded or repugnant to the context or
meaning thereof, includes its successors and assigns), agreed to enter into a Contract
dated …….. (Hereinafter, referred to as “Contract”) with you for “Request for Proposal
for The Selection of System Integrator for Design, Development, Implementation
and Operation & Maintenance of Integrated Solid Waste Management System for
ISCDL”, in the said Contract.
We are aware of the fact that as per the terms of the Contract, M/s. (name of Bidder) is
required to furnish an unconditional and irrevocable Bank Guarantee in your favour for
an amount of 10% of the Total Contract Value, and guarantee the due performance by our
constituent as per the Contract and do hereby agree and undertake to pay any and all
amount due and payable under this bank guarantee, as security against breach/ default
of the said Contract by our Constituent.
In consideration of the fact that our constituent is our valued customer and the fact that
he has entered into the said Contract with you, we, (name and address of the bank), have
agreed to issue this Performance Bank Guarantee.
Therefore, we (name and address of the bank) hereby unconditionally and irrevocably
guarantee you as under:
In the event of our constituent committing any breach / default of the said Contract, and
which has not been rectified by him, we hereby agree to pay you forthwith on demand
such sum/s not exceeding the sum of 10% of the Total Contract Value i.e.,…………..<in
words> without any demur.
This Performance Bank Guarantee shall continue and hold good till 180 days after
completion of the Contract Period, subject to the terms and conditions in the said
Contract.
We bind ourselves to pay the above said amount at any point of time commencing from
the date of the said Contract until 6 months after the completion of Contract Period.
We further agree that the termination of the said Agreement, for reasons solely
attributable to our constituent, virtually empowers you to demand for the payment of the
above said amount under this guarantee and we would honor the same without demur.
We hereby expressly waive all our rights: Requiring to pursue legal remedies against
ISCDL; and For notice of acceptance hereof any action taken or omitted in reliance hereon,
of any defaults under the Contract and any resentment, demand, protest or any notice of
any kind.
We the Guarantor, as primary obligor and not merely Surety or Guarantor of collection,
do hereby irrevocably and unconditionally give our guarantee and undertake to pay any
amount you may claim (by one or more claims) up to but not exceeding the amount
mentioned aforesaid during the period from and including the date of issue of this
guarantee through the period.
We specifically confirm that no proof of any amount due to you under the Contract is
required to be provided to us in connection with any demand by you for payment under
this guarantee other than your written demand.
Any notice by way of demand or otherwise hereunder may be sent by special courier,
telex, fax, registered post or other electronic media to our address, as aforesaid and if sent
by post, it shall be deemed to have been given to us after the expiry of 48 hours when the
same has been posted. If it is necessary to extend this guarantee on account of any reason
whatsoever, we undertake to extend the period of this guarantee on the request of our
constituent under intimation to you.
This Performance Bank Guarantee shall not be affected by any change in the constitution
of our constituent nor shall it be affected by any change in our constitution or by any
amalgamation or absorption thereof or therewith or reconstruction or winding up, but
will ensure to the benefit of you and be available to and be enforceable by you during the
period from and including the date of issue of this guarantee through the period.
We hereby confirm that we have the power/s to issue this Guarantee in your favour under
the Memorandum and Articles of Association / Constitution of our bank and the
undersigned is / are the recipient of authority by express delegation of power/s and has
/ have full power/s to execute this guarantee under the Power of Attorney issued by the
bank in your favour.
We further agree that the exercise of any of your rights against our constituent to enforce
or forbear to enforce or any other indulgence or facility, extended to our constituent to
carry out the contractual obligations as per the said Contract, would not release our
liability under this guarantee and that your right against us shall remain in full force and
effect, notwithstanding any arrangement that may be entered into between you and our
constituent, during the entire currency of this guarantee.
Our liability under this Performance Bank Guarantee shall not exceed 10% of the Total
Contract Value. This Performance Bank Guarantee shall be valid only from the date of
signing of Contract to 180 days after the End of Contract Period; and
We are liable to pay the guaranteed amount or part thereof under this Performance Bank
Guarantee only and only if we receive a written claim or demand on or before 180 days
after the completion of Contract Period.
Any payment made hereunder shall be free and clear of and without deduction for or on
account of taxes, levies, imports, charges, duties, fees, deductions or withholding of any
nature imposts.
This Performance Bank Guarantee must be returned to the bank upon its expiry. If the
bank does not receive the Performance Bank Guarantee within the above-mentioned
period, subject to the terms and conditions contained herein, it shall be deemed to be
automatically cancelled.
This guarantee shall be governed by and construed in accordance with the Indian Laws
and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the
purpose of any suit or action or other proceedings arising out of this guarantee or the
subject matter hereof brought by you may not be enforced in or by such count.
(Signature)
Designation
(Address of the Bank)
Note:
A duly certified copy of the requisite authority conferred on the official/s to execute the
guarantee on behalf of the bank should be annexed to this guarantee for verification and
retention thereof as documentary evidence in the matter.
1. MP09 GG 19 47 15 8 -7 Low
1234
1. MP09 19 47
GG
1234
10.3 Miscellaneous
10.3.1 Vehicles filled less than 50%
# Date Time Vehicle Ward Zone Driver Driver Daroga Daroga CSI CSI
No. No. No. Name Mobile Name Mobile No. Name Mobile
No. No.
1.
10.3.2 Vehicles breaking Geo-fencing (Repeat offenders, outside geo-fence for more than 10
minutes)
# Date Time Vehicle Ward Zone Driver Driver Daroga Daroga CSI CSI
No. No. No. Name Mobile Name Mobile No. Name Mobile
No. No.
1.
1.