Anda di halaman 1dari 7

TENDER HIGHLIGHTS & ELIGIBILITY

Tender Ref. No.– STS (3) / MOD/01/2018-19


selection of service provider for design, implementation and maintenance of Bengaluru Safe City
Project

Information Details
Date of commencement of issuance of tender 8th November 2019
Last date for submitting the pre-bid queries 15th November 2019
Location, Date and Time of Pre-Bid Conference 19th November 2019 at 3:00 PM
Location: Office of the Commissioner of Police,
Bengaluru City
Last date and time for submission of response 7th December 2019; 05:00 PM The Bids are to
to tender / proposal (Bid Due Date) be submitted on e-procurement portal
https://eproc.karnataka.gov.in
Date and time of opening of pre- 9th December 2019; 05:00 PM Web address:
qualification/eligibility cum technical bids on e- https://eproc.karnataka.gov.in
procurement platform
Date and time of opening of financial bid 16th December 2019; 05:00 PM Web address:
https://eproc.karnataka.gov.in
Bid Security / EMD INR 6.5 Crore (INR Six Crore Fifty Lakh only) in
the form of Bank Guarantee issued by one of
the Nationalized / Scheduled Commercial
Banks in India drawn in favour of
Commissioner of Police, Bengaluru City,
payable at Bengaluru.
Bid Processing Fee INR 10,000 (INR Ten thousand Only) Payment
(Non-refundable) through eProcurement portal Fees) shall be
paid through any of the following e-payment
modes.
Validity of the Bids Submitted bids shall remain valid for a period of
180 days from the Bid Due Date
Method of submission E-procurement https://eproc.karnataka.gov.in

Method of Selection Quality and Cost Based Selection (70:30)


(70 – Technical and 30 – Financial)

RFP for Selection of Service Provider for Implementation of Bengaluru Safe City Project

16.1.3 Annexure 1.3: Supporting Information for Pre – Qualification


Conditions
S No Particulars
1. Name of the company / firm
2. Mailing address in India
3. Telephone number
4. Fax number
5. E-mail address
6. Name and designation of the authorized person
7. Year of establishment and constitution of organization
8. Whether the Firm / Company has any widely accepted certification.
Minimum Criteria Type of Documentary Evidence Annexed at
Evidence Provided Page No.
i
ii
iii
S Submitted/ Not Submitted Reference & Page Number
Description
No. for proof enclosed
1. Pre-qualification Bid formats
Pre-Qualification Bid Covering
2.
Letter
3.
4. About Service Provider
5. Service Provider Registration
6. Annual Turnover
7. Net worth
8. Certificate
9. Project Experience
Undertaking for non-
10.
blacklisting
11. Power of Attorney
12. No Deviation Certificate

Eligibility Criteria
7.23.1 The below presented table provides the pre-qualification criteria for the selection of Service
Provider:
A. Pre-Qualification for Service Provider(s)
S.No. Qualification Criteria Documentary Evidence Remarks
The Service Provider should be Service Provider should produce the copy of
1. registered in India under the the Certificate of Incorporation
Companies Act 1956 / 2013 as Service Provider to produce copy of work
amended and should have been in order / contract agreement / completion
operation in the Video Surveillance certificate from client providing details
domain for at least 10 years as on confirming the compliance to the required
date of submission of the bid. criteria.
The Service Provider should have
valid GST registration in India
The Bidder should have  Certificate from Statutory Auditor for the
2. Cumulative Turnover of min. INR same effect shall be attached by the
300 crores in last three audited Service Provider
financial years from business
related to IT / Surveillance/ICT
implementation (In FY 2016-17,
2017-18 and 2018-19).
Net Worth: - The Service Provider  Certificate from Statutory Auditor for the
3. should have positive net-worth in same effect shall be attached by the
last three audited financial years Service Provider
(In FY 2016-17, 2017-18 and
2018-19).
Certification: - ISO 9001:2008 or  Self-certified copies of the Valid
4. higher Certificates
The Service Provider should have  Service Provider to produce copy of work
5. done similar work as per the order / contract agreement / completion
following details during last three certificate from client providing details
financial years plus current year confirming the compliance to the required
up to the date of submission of criteria.
tender (In FY 2016-17, 2017-18
and 2018-19)  Service Provider to produce copy of work
a) ‘One such single order of similar orders any two of the following systems in
work consisting of minimum 2000 a single contract with specified number of
number IP cameras (Fixed, ANPR, cameras.
FRS cameras) in outdoor
environment with Command
Control Centre for a City
surveillance / Safe city project with
any State/Central Govt/PSUs in
India

Blacklisting: - The sole Service  Self-declaration by the Service Provider Can


6. Provider, shall not be under a duly signed by the authorized signatory as provide
declaration of ineligibility for per annexure 9.1
corrupt or fraudulent practices and
should not be blacklisted by any
State Govt./Central Govt./PSU for
any reason on the date of bid
submission.
Manpower: -  Self-Certification from the authorized
7. 1. Technical Staff – The Service signatory/Head of Human Resource
Provider company should have at Department.
least 100 technical staff on their
payroll (more than 2 years’
experience in IT software /
Hardware / Networking) at the time
of bid submission
2. Managerial Staff – The Service
Provider company should have at
least 10 Managerial Staff on their
payroll (more than 5 years’
experience in Project
management) at the time of bid
submission
Note:
• The Technical bids of only those Service Providers, who meet the Pre-Qualification criteria, shall be
evaluated.
• Only the bids of those Service Providers, who submit the prescribed Bid processing fee and EMD
shall be considered for evaluation.
• Service Providers are required to provide the information as per the formats provided along with the
required supporting documents for each of the criteria.
B. Pre-Qualification for OEM of key components
S.No. Pre-qualification condition Documents required Remarks
OEM for proposed Cameras
a) The OEM of Camera should have • Details of address and support
1. presence in Bengaluru with a fully phone number for India based
equipped repair and maintenance center Technical Support Centre, Repair and
and Toll-free number. RMA Centre on the letter of head of
the OEM signed by Authorized
signatory

b) The MAC address of the IP cameras • Self-declaration on the letter of head


must be registered in the name of OEM. of the OEM signed by Authorized
signatory

Camera OEM should have supplied at • Copy of work order / contract


2. least 3500 nos. of cameras in a single agreement / completion certificate
order with any state / Central Govt. / from client providing details
Nationalized Banks / any other State or confirming the compliance to the
Central undertakings and Corporations in required criteria.
India.
The proposed OEM should be any of the • Copy of the report shall be
3. top 10 OEMs from the last three years submitted
global IHS report for Network Security
Cameras
The guidelines of controller of certifying • The applicable compliance
4. Authorities, Ministry of Communication certificate for the same shall be
and Information Technology, issued vide submitted
No. X.509 Certificate Policy for India PKI,
version 1.6 dated 22 June 2018, wherever
mandatory shall have to be complied.
For Video Management System (VMS) OEM
The Proposed Software should be well • Copy of work order / contract
5. proven and should have been agreement / completion certificate
implemented in at least two video from client providing details
Surveillance Projects (India or Global) confirming the compliance to the
covering the integration of VMS / Video required criteria.
Analytics / ANPR / Face Recognition
System for min. 15,000 IP cameras in
each project
For PBX OEM
The offered solution should have been • Copy of work order / contract
6. implemented in at least one emergency agreement / completion certificate
call center with minimum 25 seats in India from client providing details
and the same should be operational at the confirming the compliance to the
time of bidding. required criteria.

The call centre solution should have been • Copy of work order / contract
7. implemented in minimum 3 projects agreement / completion certificate
(Emergency / Non-Emergency / BPO) from client providing details
handling over 100,000 calls per day in confirming the compliance to the
each project in India or abroad in last 5 required criteria.
years. Documentary evidence to be
submitted.
The proposed OEM should have a • Copy of supporting document shall
8. technical support and R&D Centre in be submitted
India.

Pre-Qualification for Telecom Service Provider (TSP):


S.No. Pre-qualification condition Documents required
The Telecom Service Provider should • Certificate from Statutory Auditor for
1. have a turnover of at least INR 600 Crores the same effect mentioning compliance
in each of the last three financial years (i.e to this criterion for the TSP shall be
FY 2016-17, 2017-18, 2018-19. Proof of attached by the Service Provider
document should be enclosed along with
the bid documents.
The Telecom Service provider (TSP) • TSP to provide copy of document
2. should have Unified Access Service
License (UASL) in their name. The copy of
UASL from Ministry of Communication &
Information Technology should be
enclosed with the bid.
The Telecom Service Provider company • TSP to provide the copy of relevant
3. should have a valid license agreement document
from Department of Telecommunication
(DOT) / Ministry of Communication &
Information Technology for the last 15
years from the date of publication of
tender. Proof of document should be
enclosed along with the bid documents.
The Service provider should have done at • Copy of relevant document shall be
4. least one similar type of project (CCTV submitted
Connectivity) in any State/Central
Govt./Nationalized Banks/PSU/any other
State or Central undertakings and
Corporations in India proof of documents
should be enclosed with the Bid.

7.24 Technical Evaluation Criteria


7.24.1 Only those Service Providers who qualify the Pre-qualification criteria will be evaluated for the
technical evaluation. Service Providers who do not qualify for the Pre-qualification criteria, their
technical bids and financial bids will not be evaluated.
7.24.2 Parent Company’s turnover, net-worth, certifications and project experience would be considered
for only 100% subsidiary, division, sub-division, or branch or business unit of the Service
Provider. The Parent company may be an international entity or Indian company.
7.24.3 Only those Service Providers who cross the threshold (%) level of Technical Evaluation indicated
below and adhere to the Purchaser technical requirements shall be considered for next stage i.e.
Financial bid evaluation. TSC reserves the right to lower the prescribed overall threshold (%)
however in no case it will go below 60%.
7.24.4 Technical bid of the Service Provider shall be opened and evaluated for acceptability of Techno-
functional requirements, deviations and technical suitability. Service Providers shall respond to
the requirements as explained below for their evaluation about experience and qualification. Also,
Service Provider shall refer and respond to all technical requirements as mentioned in the RFP
document
7.24.5 After the technical presentation, only in case of any non-compliant component, the Tender
Scrutiny Committee may ask the Service Provider to change the proposed components at no
additional cost to the Purchaser. Service Provider may need to submit an undertaking from the
authorized signatory for this bid response else the bid of the respective Service Provider may be
liable to be rejected
7.24.6 Technical Evaluation shall be based on the following parameters and associated Weightage

S.No. Technical Evaluation Parameter Max. Minimum


Marks threshold (%)
required
A Experience of the Service Provider 70 -
A1 Experience in City Surveillance 20
Experience of the Service Provider should have experience in
implementing City surveillance project in number of cities with State
/Central Government/PSUs
More than 10 cities 20
5 to 10 cities 17
1 to 5 cities 15
A2 Experience in similar nature of project 20
Experience in executing One similar Project (in Crores) with State
/Central Government/PSU departments:
901 and more 20
501 to 900 crores 17
100 to 500 Crores 15
A3 Experience in Command & Control Centre
Experience of the Service Provider in implementing projects comprising
of Command and Control Center with ANPR & FRS analytics or
emergency response solution such as Dial 100. (completed or ongoing)
with State /Central Government/PSU departments:
3 or more Projects 10
1-2 Projects 7
A4 Experience in Surveillance System 10
Number of years of experience in implementing City surveillance
project by Service Provider
15 and more Years 10
10 to 15 Years 5
A5 Experience in Face Recognition System 10
Experience of in implementing Facial Recognition cameras in a single
project with State /Central Government/PSU departments:
500 and more FRS Cameras 10
200 to 500 FRS Cameras 7
B Approach and methodology 30 -
B1 Technical Proposal: Service Providers should explain their 10
understanding of the objectives of the assignment, approach to the
services, methodology for carrying out the activities and obtaining the
expected output.
B2 Compliance to Hardware Specifications 5
B3 Presentation & Solution Live Demonstration (at Bengaluru): 15
• Clearly indicating a complete understanding of the project along with
a proposed work plan, methodology of implementation, operations
etc. Understanding of the architecture, process flow and feasibility of
the Project Plan
• Ability to demonstrate CCC features available to meet the current
demands and requirements of Police
• Ability to demonstrate the Integration of the existing systems such
as Existing video surveillance Cameras, dial 100 including MDT for
incident dispatch with the proposed CCC solution.
• Ability to demonstrate the analytics capability of the proposed
solution by fusion of various types of data – Dial 100, City
surveillance data and create hot spot maps, trend maps and do all
type of Spatial analysis.
• Service Provider/OEM/Vendor must arrange his own equipment to
demonstrate the above features.
• Depth of understanding on the envisaged risks and its proposed
mitigations considered during the design, implementation or
operations and maintenance of the project.
Total Marks (A + B) 100 70%

Anda mungkin juga menyukai