RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi 1 Request for Qualification & Proposal (RFQ + RFP) For Engagement of Consultancy Firm for Project Development and Management Consultant by Transport Department for Installation IP Based CCTV Surveillance solution in buses of DTC & Cluster Scheme of Government of NCT of Delhi Transport Department, 5/9, Under Hill Road, Delhi-110054
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
1
Request for Qualification & Proposal
(RFQ + RFP)
For
Engagement of Consultancy Firm for Project Development and Management Consultant by Transport Department for Installation IP Based CCTV Surveillance solution in buses of DTC & Cluster Scheme of Government of NCT of Delhi
Transport Department, 5/9, Under Hill Road, Delhi-110054
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
5.11 Right to Terminate the Process .………………………………………………………………………. 18
5.12 Authentication of Response .……………………………………………………………………………. 18
5.13 Interlineations in Response ……………………………………………………………………………. 18
5.14 Late Response ………………… ……………………………………………………………………………. 18
5.15 Mode of Submission ………….……………………………………………………………………………. 18
5.16 Language of Responses ……….……………………………………………………………………………. 18
5.17 Conditions under which this RFQ +RFP is issued ……………………………………………..… 19
5.18 Rights to the Content of Response …………….…………………………………………..…………. 20
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
3
5.19 Modification and Withdrawal of Response .…………………………………………..…………. 20
9. Part VI – Forms ………………………………………………………………………………. 34
9.1 Form 1 : Covering Letter …..………….………………………………………………………..…………. 35
9.2 Form 2 : Organizational details …….………………………………………………………..…………. 37
9.3 Form 3 : Compliance Sheet..………….………………………………………………………..…………. 39
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
4
9.4 Form 4 : Format of Bank Guarantee for EMD…..…………………………………..………..……. 40
9.5 Form 5 : Performance Bank Guarantee …………………………………………………..…………. 42
9.6 Form 6 : Format of Power of Attorney ……………..……………………………………………..…. 44
9.7 Form 7 : Undertaking ……………………………………………………………………………………….. 45
9.8 Form 8 : Format For financial proposal …………………………………………………………….. 46
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
5
1. Glossary
Terms Meaning
TD Transport Department
RFP Request for Proposal
RFQ Request for Qualification
INR Indian Rupees
EMD Earnest Money Deposit
CCTV Closed Circuit Television
ICT Information Communication and Technology
PTZ Pan Tilt Zoom
IT Information Technology
SLA Service Level Agreement
RFQ Request for Quotation
DPR Detailed Project Report
FDR Fixed Deposit Receipt
BG Bank Guarantee
LLP Limited Liability Partnership
NDA Non-Disclosure Agreement
CMMi Capability Maturity Model Integration
PIU Project Implementation Unit
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
6
2. Important Information
# Information Details
1. Project Name/ Name of Work RFQ+RFP for engagement of Consultancy firm for
project development and management Consultant by
Transport Department for installation of IP based
CCTV surveillance solution in buses of DTC and Cluster
scheme of Government of NCT of Delhi.
2. RFQ +RFP Reference No. DC/TPT/2017/01
3. Ministry/Division Transport Department, Government of NCT of Delhi
4. Procuring Entity and Agency
Name Secretary-cum-Commissioner (Transport), Government of
NCT of Delhi, 5/9, Under Hill Road, Delhi - 110054
5. Procurement Method Quality and Cost Based Selection (QCBS)
EMD amount in form of Bank Guarantee or FDR in original should reach to Deputy Commissioner (Cluster) Room No.127, New Block, Transport Department, 5/9, Under Hill Road, Delhi - 110054 on or before the date and time of closing of the bid (by 1500 hours on 19.12.2017).
8. Last Date for submission of written queries for clarification
Bidders shall have to post queries by email to [email protected] on or before 04.12.2017
9. Pre-bid meeting - Date, time,
and venue Pre-Bid conference will held on 05.12.2017 at 11.00 A.M.
in the Conference Room of Transport Department, 2nd
Floor, 5/9, Under Hill Road, Delhi – 110054.
10. Date, Time and Address for submission of bids
19.12.2017 up to 1500 hours through e-procurement
portal (https://govtprocurement.delhi.gov.in)
11. Date and Time for opening of Technical bid
19.12.2017 at 1530 hours (Room No.127, New Block,
Transport Department, 5/9, Under Hill Road, Delhi –
110054).
12. Date and Time for opening of Commercial Bid
To be intimated to the technically qualified bidders
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
7
13. Contact details Subodh Kumar, Deputy Commissioner, Transport
1. All the pages of the bid/response should be numbered and signed by the authorized signatory. Total number of pages should be indicated in the covering letter (Form 1).
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
8
3. About the RFQ + RFP
3.1 Responses invited for consultancy services as elaborated in Part II of this RFQ + RFP.
3.2 This RFQ +RFP is divided into six parts as follows.
a. Part I– Scope of Work.
b. Part II – Instructions for the Bidders.
c. Part III – Pre-Qualification Criteria.
d. Part IV – RFQ +RFP Response Opening
e. Part V– Legal Terms
f. Part VI – Forms
3.3 Pre Bid conference:
a. A prospective Bidder requiring any clarification on the RFQ +RFP Document may submit
their queries, via email, to the following e-mail id on or before 04.12.2017. Email Id for
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
9
Email:
Sr. No
RFQ +RFP Document Reference
(Section No., Page No.)
Content of the RFP
requiring clarification
Clarification Sought
1
3.4 This RFQ + RFP is being issued with no financial commitment and the TD reserves the right
to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFQ +
RFP, should it become necessary at any stage.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
10
4. Part I- Scope of Work
4.1 Background
Delhi Transport Corporation (DTC) is an autonomous body of Government of National
Capital Territory of Delhi constituted under the Road Transport Corporation Act, 1950 for
providing bus transport service to the commuters of Delhi. The DTC is under administrative
control of TD. At present, DTC has a fleet of 3781 low floor AC & Non-AC buses which are
being operated through 40 bus depots spread all over Delhi at strategic locations. The buses
of Sarojini Nagar and Raj Ghat bus depots are at present equipped with CCTV Cameras.
Within a year, 1000 new buses would be added to the fleet of DTC.
Under the Cluster scheme of TD, private entities are operating large city bus fleet on Gross
Cost Model of contracting under a Concession Agreement with TD. The cluster scheme is on
modified Gross Cost Model of contracting, in which TD is paying the concessionaire(s) for
operating required number of buses, as per the concession agreement, for about 200 Kms.
run by each bus/per day at the rate on which the concessionaire(s) won the tender(s). In the
modified Gross Cost Model, the concessionaire is compensated on the basis of service
delivery ensured through a system of incentives and disincentives. The fare collection goes to
the Government. The Government has to provide bus depot to the concessionaire under the
concession agreement. Cluster scheme, at present have 1645 buses, operating through 9
depots and would be shortly augmented to 2436. Tender for another 1000 buses would be
called by TD shortly.
The project envisages implementation of surveillance system through video surveillance
system in accordance with the highest standards available for monitoring the activities of the
commuters using the DTC and Cluster buses and also the crew members. The objective of the
project is to ensure safety and security of the passengers, particularly of women passengers
through IP based CCTV surveillance cameras in the buses of DTC and Cluster scheme. The TD
has decided to install IP Based Cameras in 6350 buses of DTC & Cluster Scheme. 3 Cameras in
each bus would be installed. Screen of appropriate size would also be provided in each bus to
telecast the output from each of the 3 Cameras in a systematic manner. It is proposed to
access and view video file in real time from any location (control center) for a particular
camera of a particular bus for which alert has been generated through operation of the “panic
button” or as and when the authorities intend to view the live video. The project shall ensure
to assess the past and future recording, of any incident in the bus, remotely through control
room. For such situation, the bandwidth charges would be paid to the telecommunication
company for such duration only for which the video have been assessed. The data will be
stored, monitored and analyzed at the centralized command and control centre to be
established as part of this project. The project shall be under the aegis of the TD.
On the advice and recommendations of the Consultant, TD will identify “System Integrator”
through competitive bidding that shall be responsible for providing the complete hardware,
software, maintenance, workforce for the project and implement for at least 5 years against
SLA based payments in pre-defined manner. The Concession Agreement with the identified
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
11
System Integrator will be signed by DTC for DTC buses and Transport Department for Cluster
buses.
The Solution proposed to be implemented will have the following components in scope for
the consultants:
Intelligent Camera Surveillance System with Central Monitoring
a. Intelligent Cameras
(i) Surveillance – Fixed, PTZ, etc. which are state of the art, ruggedized for vandal proofing
b. Communication Network
c. Command and Control Centre operations
This Request for Proposal is being called by TD with a primary objective for availing
Consultancy Services from successful bidder for designing; selecting System Integrator and
Project management for setting-up IP based CCTV Surveillance solution with integrated Control
Center solution under TD. Through this RFQ +RFP, the TD will select Consulting firm to
undertake the tasks as listed in the following sections of the RFQ +RFP.
4.2 Outline of Scope
The objective of this Request for Proposal (RFQ + RFP) is to hire an agency to provide
consultancy and project management services for implementation of CCTV Cameras
Surveillance Project initiatives of TD as mentioned above. The broad scope of work of the
selected consultant will include, but not limited to the following:-
4.2.1 Solution conceptualization (Estimated time – 2 months): The consultant will be
responsible for requirements gathering and detailed designing of surveillance system. The
broad scope of activities which the consultant will be expected to undertake as part of
solution conceptualization will include:
a. Carry out the study of existing system, location selection for CCTV Cameras, detail
design of Control Centre and data storage system.
b. Study the existing Network backbone and design of suitable backbone for
communication through wireless and Fiber Optic Cable (FOC), design & prepare
technical specification of video surveillance system including Data Center (DC) with
Control Centre, etc.
c. Design and developing specification of required analytical and Command & Control
software for the Control Centre.
d. Plan, develop and design cost effective, usable reliable and integrated CCTV
management system.
e. Prepare Bill of Quantities (BOQ), Estimate Tender Documents, and Tender Evaluation
Report & Supervise implementation process.
f. Identify the interfaces of integration between the existing systems and the system
envisaged
g. Detailed requirements gathering, finalization and solution conceptualization
h. High level technology design and identification of functional requirements of the
solution
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
12
i. Prepare detailed design of the various solution components including Solution
architecture, network & server architecture, security architecture, integration with
other initiatives, SLAs &monitoring tool.
j. Identification of change management requirements
k. Preparation of detailed financial estimates for the projects
l. To ensure and certify that the System Integrator has installed the hardware and
software in buses and in control centers as per the approved specifications, architecture
and aesthetical manner
m. To consult the vehicle manufacturers of the buses on which the CCTV Cameras will be
installed for parting power of the engine system to ensure the safety aspects
4.2.2 RFQ +RFP Preparation and Bid Management (Estimated time – 3 months): The
objective of this task of work for the consultant is to prepare RFQ +RFP for TD and facilitate
bid management activities leading to selection of System Integrator for surveillance system.
The broad activities which a consultant will be expected to perform are:
a. Preparation of RFQ +RFP based on requirements of TD
b. Facilitate pre-bid sessions with vendors and issue of necessary corrigendum/ replies to
vendor queries
c. Conduct detailed pre-qualification, technical and commercial evaluations of the
Response received
d. Undertake technical and commercial negotiations with shortlisted vendor
e. Facilitate discussions and approvals from the governance structures/ committees
formed for the bid
f. Preparation of Draft contract with vendors and assist in negotiations.
4.2.3 Project Management Support (Estimated time – 6 months) and Capacity Building
Support (Estimated time – 3 months)
a. Supervision of the works of the contractors and/or the other parties implementing the
project to ensure that the work is being done according to the project architecture, plan
and design.
b. Co-ordinate with the Project Implementation Unit (PIU).
c. Verify the procedures for the validation of functionalities and deliverables.
d. Verify the validation tests to check that the result complies with the quality
requirements.
e. Assist the PIU in foreseeing and managing potential issues that may affect the quality of
the output and the duration of the Project.
f. Design of reporting formats for the regular monitoring of selected bidder
g. Service Level Agreement (SLA) monitoring of the vendors and workout time delays and
cost implications.
h. Review vendor performance and provide inputs for TD with recommended actions, if
any required
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
13
i. Work in close cooperation with the PIU to ensure that the Project is delivered on time
and within budget, advise on the appropriate settlement of problems regarding Project
adjustments during implementation.
j. Checking invoices submitted by the contractor and make certification in accordance
with the works executed onsite; identify the proposed training program and its
modification; issuing final acceptance certificate.
k. Suggest maintenance and up gradation strategy
4.3 Project deliverables
The deliverables of the consultant shall be:
4.3.1 Detailed Project Report: The consultant shall prepare a detailed project report which shall
contain the following items but not limited to:
a. Project objectives
b. Details of Existing infrastructure and solution
c. Architecture blueprint including applications, hardware, network, equipment and
manpower
d. Phasing Strategy
e. Project activities and timelines
f. Change management
g. Risk assessment & mitigation
h. Project costs and financing
i. Implementation plan
j. Detailed work plan
4.3.2 The Consultant selected through this bid process will provide deliverables as indicated in
this document and support TD in planning for implementation of the Project.TD reserves
the right to extend the delivery period, in the interest of the Government. In case of delay in
execution of the order, TD may recover from the bidder towards delay, a sum @ ½% (half
percent) of the price of proving the deliverable not delivered for a week or Part thereof
subject to maximum of 10% (ten percent) or Cancel the contract reserving concern
department right to recover damages.
4.3.3 In case any of the proposed resources are found to be not performing or not meeting the
expectations of the TD, the consultant shall find a replacement for the resource. TD will
evaluate the replacement profile and indicate the acceptance / rejection of the profile.
4.3.4 The consultant should note that as a part of requirement for this assignment, the consultant
will share with TD all intermediate documents, drafts, reports and any other item related to
this assignment. No work products, methodology or any other methods used by the
consultant should be deemed as proprietary and non-shareable with TD by the consultant.
4.3.5 Request for Proposal for selection of system integrator and assistance in appointment of
system integrator
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
14
4.3.6 Project Management and capacity building support for the duration of 9 months excluding
the selection of agency for implementation which will be extendable by mutual agreement
for another one year
4.3.7 The Consultant shall ensure that the works are implemented according to the
Government/TD guidelines and completed in all manners as per the quality, standards and
within the budgeted cost and time.
4.4 Project Timeline
It is anticipated that the selected consultant will be contracted to provide the above
mentioned services as per following timeline.
Timeline:
T1 = Date of Contract signing with the consultant
T2 = Date of approval of DPR
T3 = Date of contract signing with System Integrator
Sr . No.
Deliverable Timeline
1. Detailed Project Report T1+ 8 Weeks
2. RFQ +RFP for selection of System Integrator T2+ 2 Weeks
3. Bid Process Management and selection of System Integrator
1. Signing of contract and submission of Bank Guarantee
10%
2. Submission of Detailed Project Report
20%
3. Approval of Detailed Project Report
10%
4. Submission of RFQ +RFP
10%
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
15
5. Selection of System Integrator through RFQ +RFP & bidding process 10%
6. Project Management and Capacity building support for a period of 9 months
40% (equated 4Quarterly installments)
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
16
5. Part II- Instructions to Bidders
5.1 Last date and time for submitting the response
1500 hours on 19.12.2017. The response, should submitted through e-tender by the due date and time. The responsibility to ensure this lies with the Bidder.
5.2 Earnest Money Deposit (EMD)
a. The Bidders should pay E.M.D of INR 15,00,000/- (Rupees Fifteen Lakh only) in the name of Commissioner (Transport), Govt. of NCT of Delhi. Fixed Deposit Receipt (FDR) or Bank Guarantee is to be scanned and uploaded along with the bid. The original FDR or Bank Guarantee shall be sent to Deputy Commissioner (Cluster), Room No.127, New Block, Transport Department, 5/9, Under Hill Road, Delhi – 110054, so as to reach, on or before the date and time of closing of the bids. Failure to furnish the original FDR or Bank Guarantee before the closing of the bid will entail summarily rejection of the bid. The FDR or Bank Guarantee should be from Nationalized/Scheduled Bank or a Foreign Bank located in New Delhi approved by Reserve Bank of India. The FDR or the Bank Guarantee (BG) should be valid for a minimum of 180 days. The BG shall be in accordance with the format provided in Form 4.
b. EMD of all unsuccessful bidders would be refunded by TD, within one month of the
bidder being notified as being unsuccessful. The EMD, for the amount mentioned above, of successful bidder would be returned upon submission of Performance Bank Guarantee as per the format provided in Form 5.
c. The EMD amount is interest free and will be refundable to the unsuccessful bidders without any accrued interest on it.
d. The bid submitted without EMD, mentioned above, will be summarily rejected.
e. The EMD may be forfeited: i. If a bidder withdraws its bid during the period of bid validity.
ii. In case of a successful bidder, if the bidder fails to sign the contract in accordance with this RFQ +RFP.
f. The price quoted should be inclusive of GST.
5.3 Time and date for opening of Response
1530 hours on 19.12.2017 (If due to any exigency, the due date for opening of the Response is declared a closed holiday, the Response will be opened on the next working day at the same time or on any other day/time, as intimated by TD).
5.4 Place of opening of the Response
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
17
The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Response on the due date and time. This event will not be postponed due to non-presence of bidder’s representative.
5.5 Modification and Withdrawal of Response
A bidder may modify or withdraw his response after submission, provided that the written
notice of modification or withdrawal is received by TD prior to deadline prescribed for
submission of Response. A withdrawal notice may be sent by e-mail but it should be followed
by a signed confirmation copy to be sent by post and such signed confirmation should reach
the purchaser not later than the deadline for submission of Response. No response shall be
modified after the deadline for submission of Response. No response may be withdrawn in
the interval between the deadline for submission of Response and expiration of the period of
bid validity specified.
5.6 Clarification regarding contents of the Response
During evaluation and comparison of Response, TD may, at its discretion, ask the bidder for clarification of his response. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted.
5.7 Rejection of Response
Canvassing by the Bidder in any form, unsolicited letter and post- RFQ +RFP correction may invoke summary rejection. Conditional Response will be rejected.
5.8 Validity of Response
The Response should remain valid till 06 Months from the last date of submission of the
Response
5.9 Supplementary Information/ Corrigendum / Amendment to the RFQ + RFP
a. If TD deems it appropriate to revise any part of this RFQ + RFP or to issue additional data to clarify an interpretation of the provisions of this RFQ + RFP, it may issue supplements/corrigendum to this RFQ +RFP. Such supplemental information will be communicated to all the bidders through (https://govtprocurement.delhi.gov.in) and website of Transport Department (www.transport.delhigovt.nic.in). Any such supplement shall be deemed to be incorporated by this reference into this RFQ + RFP.
b. At any time prior to the deadline (or as extended by TD) for submission of Response, TD, for any reason, whether at its own initiative or in response to clarifications requested by prospective bidders, TD may modify the RFQ +RFP document by issuing amendment(s). All bidders will be notified of such amendment(s) by publishing on the websites, and these will be binding on all the bidders.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
18
c. In order to allow bidders a reasonable time to take the amendment(s) into account in preparing their Response, TD, at its discretion, may extend the deadline for the submission of Response.
5.10 Response Preparation Costs
a. The bidder shall be responsible for all costs incurred in connection with participation in the RFQ +RFP process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of Response, in providing any additional information required by TD to facilitate the evaluation process, and in negotiating a definitive Service Agreement and all such activities related to the bid process. This RFQ +RFP does not commit TD to award a contract or to engage in negotiations. Further, no reimbursable cost may be incurred in anticipation of award of the contract for implementation of the project.
5.11 Right to Terminate the Process
a. TD makes no commitments, explicit or implicit, that this process will result in a business transaction with anyone. Further, this RFQ +RFP does not constitute an offer by the department. The bidder’s participation in this process may result in TD selecting the bidder to engage in further discussions and negotiations towards execution of a contract. The commencement of such negotiations does not, however, signify a commitment by department to execute a contract or to continue negotiations.
5.12 Authentication of Response
a. A letter of authorization shall be supported by a written power-of-attorney, as per format, provided in Form 6 accompanying the response.
5.13 Interlineations in Response
a. The response shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the response.
5.14 Late Response
a. Response received after the due date and the specified time (including the extended period if any) for any reason whatsoever, shall not be entertained and shall be returned unopened.
5.15 Mode of Submission
a. Submission of the bid shall be in accordance to the instructions given in the table below:
Details
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
19
Availability of RFQ + RFP Documents
RFQ + RFP documents can be downloaded and for the detailed notice, please visit e-procurement portal of Government of NCT of Delhi (https: //govtprocurement.delhi.gov.in) and website of Transport Department at (www.transport.delhigovt.nic.in).
The bidders are expected to examine all instructions, forms, terms, project requirements and other information in the RFQ + RFP documents. Failure to furnish all information required as mentioned in the RFQ +RFP documents or submission of a response not substantially responsive to
the RFQ + RFP documents in every respect will be at the bidder's risk and may result in rejection of the response and forfeiture of the bid
b. TD will not accept delivery of Response in any manner other than submission of
proposals within defined timeline at the venue mentioned in Section 2 of this RFQ +RFP. Response delivered in any other manner shall be treated as defective, invalid and rejected.
c. The Responses shall be valid for a period of Six (6) months from the date of opening of the Responses. A Response valid for a shorter period may be rejected as nonresponsive. On completion of the validity period, unless the bidder withdraws his Response in writing, it will be deemed to be valid until such time that the bidder formally (in writing) withdraws his Response.
d. In exceptional circumstances, at its discretion, TD may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing or by fax or email.
5.16 Language of Responses
The Response and all correspondence and documents shall be written in English. All opened Responses and accompanying documentation will become the property of TD and will not be returned. However any unopened document would be returned to the bidder.
5.17 Conditions under which this RFQ + RFP is issued
a. This RFQ +RFP is not an offer and is issued with no commitment. TD reserves the right to withdraw the RFQ +RFP and change or vary any part thereof at any stage. TD also reserves the right to disqualify any bidder should it be so necessary at any stage.
b. Timing and sequence of events resulting from this RFQ +RFP shall ultimately be determined by TD.
c. No oral conversations or agreements with any official, agent, or employee of TD shall affect or modify any terms of this RFQ +RFP and any alleged oral agreement or arrangement made by a bidder with any department, agency, official or employee of TD shall be superseded by the definitive agreement that results from this RFQ +RFP
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
20
process. Oral communications by TD to bidders shall not be considered binding on TD, nor shall any written materials provided by any person other than TD.
d. Neither the bidder nor any of the bidder’s representatives shall have any claims whatsoever against TD or any of their respective officials, agents, or employees arising out of or relating to this RFQ +RFP or these procedures (other than those arising under a definitive service agreement with the bidder in accordance with the terms thereof).
5.18 Rights to the Content of Response
a. All Responses and accompanying documentation of the RFQ +RFP will become the property of TD and will not be returned after opening of the Responses. TD is not restricted in its rights to use or disclose any or all of the information contained in the Response and can do so without compensation to the bidders. TD shall not be bound by any language in the Response indicating the confidentiality of the Response or any other restriction on its use or disclosure.
5.19 Modifications and Withdrawal of Responses
a. No Response may be withdrawn in the interval between the deadline for submission of Responses and the expiration of the validity period specified by the bidder on the Response form. Entire bid security may be forfeited, if any of the bidders, withdraw their bid during the validity period.
5.20 Non-Conforming Responses
a. A Response may be construed as a non-conforming Response and ineligible for consideration.
b. If it does not comply with the requirements of this RFQ +RFP. Failure to comply with the requirements, and acknowledgment of receipt of amendments, are common causes for holding Responses non-conforming
c. If a Response appears to be “canned” presentations of promotional materials that do not follow the format requested in this RFQ +RFP or do not appear to address the particular requirements of the proposed solution, and any such bidders may also be disqualified
5.21 Disqualification
The Response is liable to be disqualified in the following cases or in case the bidder fails to meet the bidding requirements as indicated in this RFQ +RFP:
a. Response not submitted in accordance with the procedure and formats prescribed in
this document or treated as non-conforming Response.
b. During validity of the Response, or its extended period, if any, the bidder increases his quoted prices
c. The bidder qualifies the Response with his own conditions
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
21
d. Response is received in incomplete form
e. Response/EMD is received after due date and time at the designated venue
f. Response is not accompanied by all the requisite documents and requisite fee(s)
g. Information submitted in Response is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any
h. Bidder tries to influence the Response evaluation process by unlawful/corrupt/fraudulent means at any point of time during the bid process
i. In case any one bidder submits multiple Responses or if common interests are found in two or more bidders, the bidders are likely to be disqualified, unless additional Responses/bidders are withdrawn upon notice immediately
j. Bidders may specifically note that while evaluating the Responses, if it comes to TD’s knowledge expressly or implied, that some bidders may have colluded in any manner whatsoever or otherwise joined to form an alliance resulting in delaying the processing of Response then the bidders so involved are liable to be disqualified for this contract as well as for a further period of three years from participation in any of the tenders floated by TD
k. The response to the pre-qualification criteria, Response and the entire documentation submitted should not contain any information on price, pricing policy, pricing mechanism or any information indicative of the commercial aspects of the bid.
5.22 Submission, Receipt and Opening of Proposal
a. The original proposal, both technical and financial proposals shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections.
b. An authorized representative of the Consultants shall initial all pages of the original technical and financial proposals. The authorization shall be in the form of a written power of attorney accompanying the proposal or in any other form demonstrating that the representative has been duly authorized to sign.
c. All the pages of the bid document should be numbered. d. The tender shall be opened through e-procurement portal on 19.12.2017 at 1530 hours.
The representative of the bidder, if desired to do so, may attend the bid opening at the office of Deputy Commissioner (Cluster).
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
22
6. Part III- Pre-Qualification Criteria
Eligible consulting firms are to indicate their interest in providing the above mentioned services,
interested consultants must provide information indicating that they are qualified to perform the
services (such as: brochures, description of similar assignments, experience in the similar
conditions, availability of appropriate skills among staff etc.). Submitted proposals should provide
details of the following:
a) Registration of the firm(s);
b) Annual turnover of the firm(s);
c) Availability of resources including support services;
d) Availability of professionals;
e) Experience of firm(s) in similar works;
f) Experience of firm(s) in other works;
The invitation for Response is open to all Consultancy Firms who fulfils the prequalification
criteria as specified below:
# Eligibility Criteria Document Proof
1
The bidder should be duly registered either OR A company registered under Indian Companies Act, 1956 OR A partnership firm registered under Indian Partnership Act, 1932 OR A company registered under the Limited Liability Partnership (LLP), Act, 2008
Certificate of Incorporation/ Registration
2
The Bidder, a single legal entity registered in India, must have an annual turnover of not less than Rs. 30 crore from IT Consulting in the last three financial years (as on 31-03-2017). The net worth of the bidder, as on 31st March, 2017, should be Positive.
Audited/Certified Annual Financial Statements and Annual Report for the three financial years, Auditor certificate
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
23
3
Experience:
a) Having expertise in planning and designing of a surveillance system for;
i. at least one thousand (1000) cameras including establishment of its/theirs command/control centre for minimum three similar projects.
ii. Out of these surveillance projects at least one project should have been completed consisting min. one thousand (1000) cameras.
Work Order and Completion Certificate/ Client Certificate for previous experience cited. In case of projects covered under Non Disclaimer Agreement (NDA) a Certificate by the authorized signatory confirming the details of the project will suffice.
4 The Consultancy Firm should have at least 30 working IT professionals (Diploma and above degree levels) on its rolls
Certificate from authorized person in HR Department of the Bidder for exact number of professionally qualified personnel.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
24
7. Part IV- RFQ + RFP Response Opening
7.1 RFQ + RFP Response Opening Sessions
a. Total transparency will be observed while opening the RFQ +RFP Responses
b. TD reserves the rights at all times to postpone or cancel a scheduled RFQ +RFP opening.
c. The bidders’ 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 TD, the Response shall be opened at the same time and location on the next working day. However if there is no representative of the bidder, TD shall go ahead and open the response of the bidders.
7.2 Evaluation of Response
The evaluation of the Response will be carried out in the following manner:
a. The bidders' response proposed in the bid document is evaluated as per the requirements specified in the RFQ +RFP and adopting the evaluation criteria spelt out in this RFQ +RFP. The Bidders are required to submit all required documentation in support of the evaluation criteria specified as required for evaluation.
b. Response Presentations: The RFQ +RFP Committee constituted by the TD may invite each bidder to make a presentation to TD at a date, time and venue decided by department. The purpose of such presentations would be to allow the bidders to present their proposed solutions to the committee and orchestrate the key points in their Responses.
c. The committee may seek oral clarifications from the bidders. The primary function of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents. Oral clarifications provide the opportunity for the committee to state its requirements clearly and for the bidder to more clearly state it’s Response. The committee may seek inputs from their professional and technical experts in the evaluation process.
7.3 Technical Qualification Criteria
a. Bidders who meet the pre-qualifications/eligibility requirements would be considered as qualified to move to the next stage of Technical and Financial evaluations.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
25
7.4 Technical Evaluation Criteria SR. NO
CRITERIA
REQUIREMENTS
MAX MARKS
SUPPORTING DOCUMENTS
A COMPANY PROFILE
10
1 Turnover from
services related to IT
Consulting (Turnover
in Rs Crores)
Equal to more than 100 cr : 5
marks
Between 50 to 100 cr : 3
marks
Between 30 to 50 cr: 1 Marks
5 Extracts from the
audited Balance
sheet and Profit &
Loss; OR
Certificate from
the statutory
auditor
2 Full-time professional
staff (Diploma and
above degree levels)
engaged in IT
consulting services
(Number of Staff)
Equal to more than 100: 5
marks
Between 50-100: 3 marks
Between 30-50: 1 marks
5 A self-certification
from authorized
signatory (HR
Dept)
B RELEVANT PAST
EXPERIENCE
40
1 Should have
experience of
consulting projects
with Government
departments/organizat
ion with value more
than Rs. 50 lakhs
each in last 5 years
(as on March 2017)
More than 4 projects – 5
marks
3-4 projects – 3 marks
1-2 projects – 1 marks
5 Completion
Certificates from
the client;
OR
Work Order
2 Should have
experience of project
monitoring
/management
assignments with
Government
departments/
organization with
value more than Rs.1
crore each in last 5
years (as on March
2017)
More than 4 projects – 5marks
3-4 projects – 3 marks
1-2 projects – 1 marks
5 Completion
Certificates from
the client; OR
Work Order
3 Should have
experience of CCTV
surveillance consulting
projects (involving
7 and more projects – 15
marks
4-6 projects – 10 marks
15 Completion
Certificates from
the client;
OR
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
26
DPR, RFQ +RFP, bid
process management)
with Government
departments/
organization with
value more than Rs.
50 lakhs each in last 5
years(as on March
2017)
1-3 projects – 5 marks Work Order
4 Should have
experience of
designing large CCTV
surveillance consulting
projects (involving
DPR, RFQ +RFP, bid
process management)
with Government
departments/
organization with more
than 1000 cameras
each in the last 5
years (as on March
2017)
More than 3 projects – 10
marks
2-3 projects – 6 marks
-1 projects – 3 marks
10 Completion
Certificates from
the client; OR
Work Order
5 Should have
experience of
consulting for ICT
enabled
transformation
projects(Involving
Automatic Fare
Collection System,
Passenger Information
System, Vehicle
Tracking System,
Surveillance System)
for Public Buses each
in the last 5 years (as
on March 2017)
More than 1 projects –5 marks
-1 projects – 2.5 marks
5 Completion
Certificates from
the client; OR
Work Order
C APPROACH & METHOLODOGY
20
1 Approach and Methodology to perform the work in this assignment : a) Understanding of
the objectives of the assignment: The extent to
10
A detail note & presentation
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
27
which the consultant’s approach and work plan respond to the objectives indicated in the RFQ +RFP
b) Completeness and responsiveness: The extent to which the proposal responds exhaustively to all the requirements of all the Scope of Work.
2 Demonstration of understanding of Department’ s requirements :
Assessment to be based on : – Learnings – Challenges likely to be encountered – Mitigation proposed
5 A detailed note and presentation
3 Project Work Breakdown structure
Assessment to be based on : – Overall Timelines – Resource Assignments (relevance to the task assigned) – Dependencies
5 A detailed note and presentation
D RESOURCE PROFILE
30
1 Full-time professional
staff engaged in CCTV
Security consulting
services (Number of
Staff)
Equal to more than 13 : 5
marks
Between 7-12: 3 marks
Between 3-6: 1 marks
5 A self-certification
from authorized
signatory (HR
Dept)
2 Resumes of all the consultants proposed for the assignment
a) Project Manager (1 Full time resource)
- Minimum Experience= 10 years in IT consulting/e-Governance/Security & worked on minimum two Surveillance projects:
10 Provide the roles against which the CVs have been provided by the bidders to bring in the relevance factor required for this project
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
o 5 years of Experience in CCTV Surveillance/Security-1 Marks,
o More than 5 Years of experience in CCTV Surveillance/Security– 2.5 Marks
o Else 0 marks
- Experience as project Manager of CCTV Surveillance/ Security project
o One project – 1 Marks
o Two Projects – 2.5 Marks
o Else 0 marks o
b) CCTV Resource (1 Surveillance expert full time, 1 solution design architect full time)
- Minimum Qualification= B.E/ B.Tech.
- Minimum Experience=
10
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
29
- 7 years in Security/ Surveillance: 5 marks, else: 0
- Project Experience of multi-location CCTV Surveillance system along with Command Centre o One project – 1 Marks o Two Projects – 2.5 Marks o Three or more projects- 5 Marks Else 0 marks
c) Support team (2 full time resource for documentation support)
- Minimum Qualification= B.E/ BTech
- Minimum Experience= 5 years: 2.5 marks, else: 0
- Project Experience of e-governance/ /police/government departments/Public Sector Units
o One project – 1 Marks
o Two Projects – 2.5 Marks
o Else 0 marks
5
b. The bidder with Highest Technical Evaluation Marks will be awarded 100% score. Technical Score for other than highest bidders will be evaluated using the following formula:
Technical Score of a Bidder (Tn) = {(Technical Evaluation Marks of Bidder/ Highest Technical Evaluation Marks) X 100}% (Adjusted to two decimal places)
c. Bidders whose Technical Score is above 70, would be considered technically qualified.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
30
7.5 Commercial Bid Evaluation
a. The Financial Bids of technically qualified bidders will be opened through e-procurement portal, on the date prescribed subsequently, in the presence of bidder representatives.
b. The bidder with lowest qualifying financial bid (L1) will be awarded 100% score. Financial Scores for other than L1 bidders will be evaluated using the following formula:
Financial Score of a Bidder (Fn) = {(Commercial Bid of L1/Commercial Bid of the Bidder) X 100}% (Adjusted to two decimal places)
c. Only fixed price financial bids indicating total price for all the deliverables and services
specified in this bid document will be considered.
d. The bid price will include GST and shall be in Indian Rupees (INR).
e. Any conditional bid would be rejected
7.6 Combined and Final Evaluation
a. The technical and financial scores secured by each bidder will be added using weightage of 70% and 30% respectively to compute a Composite Bid Score.
b. The bidder securing the highest Composite Bid Score will be adjudicated as the most responsive Bidder for award of the Project. The overall score will be calculated as follows:-
Bn= 0.70 * Tn + 0.30* Fn
Where Bn = overall score of bidder Tn = Technical score of the bidder (out of maximum of 100 marks) Fn = Normalized financial score of the bidder
c. In the event the bid composite bid scores are ‘tied’, the bidder securing the highest
financial score will be adjudicated as the Best Value Bidder for award of the Project.
7.7 Award Criteria
TD will award the Contract to the successful bidder whose proposal has been determined to be substantially responsive and has been determined as the most responsive bids as per the process outlined above.
7.8 Notification of Award
Prior to the expiration of the validity period, TD, will notify the successful bidder in writing or by fax or email, that its proposal has been accepted. In case the tendering process / public procurement process has not been completed within the stipulated period, TD may like to
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
31
request the bidders to extend the validity period of the bid. The notification of award will constitute the formation of the contract. Upon the successful bidder's furnishing of Performance Bank Guarantee TD, will notify each unsuccessful bidder and return their EMD.
7.9 Performance Guarantee
The TD will require the selected bidder to provide a Performance Bank Guarantee, within 15 days from the Notification of award, for a value equivalent to 10%of the total cost of ownership. The Performance Guarantee should be valid for a period of 24 months. The Performance Guarantee shall be kept valid till completion of the project. The Performance Guarantee shall contain a claim period of three months from the last date of validity. The selected bidder shall be responsible for extending the validity date and claim period of the Performance Guarantee as and when it is due on account of non-completion of the project and Warranty period. In case the selected bidder fails to submit performance guarantee within the time stipulated, the TD, at its discretion may cancel the order placed on the selected bidder without giving any notice. TD, shall invoke the performance guarantee in case the selected Vendor fails to discharge their contractual obligations during the period or TD, incurs any loss due to Vendor’s negligence in carrying out the project implementation as per the agreed terms & conditions.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
32
8. Part V- Legal Terms
8.1 Disclaimer
This RFQ +RFP Document is not an agreement and is not an offer or invitation by TD to any Bidder other than the one that qualifies based on evaluation of submitted Response. The purpose of this RFQ +RFP Document is to provide information to the potential Bidders to assist them in responding to this RFQ +RFP Document. Though this RFQ +RFP Document is prepared with sufficient care to provide all required information to the potential Bidders, they may need more information than what has been provided. In such cases, the potential Bidder is solely responsible to seek the information required from TD, at his / her own cost. TD reserves the right to provide such additional information at its sole discretion. In order to respond to the RFQ +RFP Document, if required, and with the prior permission of TD, the potential Bidder may conduct his own study and analysis, as may be necessary. TD makes no representation or warranty and shall incur no liability under any law, statute, rules or regulations on any claim the potential Bidder may make in case of failure to understand the requirement and respond to the RFQ +RFP Document. TD may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFQ +RFP Document.
8.2 Law
The Contract shall be considered and made in accordance with the laws of Government of India. The contract shall be governed by and interpreted in accordance with the laws of Government of India.
8.3 Arbitration
All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. In the event of any dispute or difference arising out of or in any way relating to or concerning these presents or effects of these presents, the same shall be referred to the sole arbitration of a person to be appointed by the Hon’ble Lieutenant Governor, Government of NCT of Delhi. The bidder shall not raise any objection to such appointment on the ground that such sole arbitration is a Government servant or that in the Course of his duties as such Government Servant he had expressed views on all or any of the matters in dispute or difference. In the event of such arbitrator being transferred or vacates his office or refuses or is unable to act as such for any reason whatsoever, it shall be open to the TD, to appoint another person in his place. The arbitrator so appointed shall be entitled to proceed with the reference from the stage at which it was pending. The arbitrator may, with the consent of both the parties, may extend the time for making the award. The award of the arbitrator shall be final and binding on the parties to these presents. Save as aforesaid, the Arbitration and conciliation Act and the rules made there under shall apply to the arbitration proceedings under this clause. Any litigation arising out of this contract shall be filed only in the Courts at Delhi, India.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
33
8.4 Penalty for use of Undue influence
The Bidder undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the TD for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the TD. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in the Indian Penal Code, or the Prevention of Corruption Act, or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.
8.5 Non-disclosure of Contract documents
Except with the written consent of the TD the Bidder, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.
8.6 Limitation of Liability
The aggregate liability of the Consultant under this agreement, or otherwise in connection with the services to be performed hereunder, shall in no event exceed the total fees payable to the Consultant hereunder. The preceding limitation shall not apply to liability arising as a result of the Consultant's fraud or willful misconduct in performance of the services hereunder.
8.7 Concession Agreement
The selected Consultant shall sign a Concession Agreement with TD. The terms & conditions
will include, but not limited to the broad terms & conditions spell out in this RFP document.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
34
9. Part VI- Forms
The bidders are expected to respond to the RFQ/RFP using the forms given in this section and all documents supporting Pre-Qualification RFQ/ RFP Criteria.
Form 1: Covering Letter with Correspondence Details
Form 2: Organizational details.
Form 3: Compliance Sheet
Form 4: Format of Bank Guarantee
Form 5: Performance Bank Guarantee
Form 6: Format of Power of Attorney
Form 7: Undertaking
Form 8: Format for financial proposal
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
35
Form 1: Covering Letter
To The Secretary-cum-Commissioner (Transport), Transport Department, Government of NCT of Delhi, 5/9, Under Hill Road, Delhi – 110054. Reference: RFQ + RFP for engagement of Consultancy firm for project development and management Consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi. Madam,
1. This is to notify you that our company intends to submit a proposal in response to the above
cited RFQ/RFP reference.
2. Primary and Secondary contacts for our company are:
Primary Contact
Secondary Contact
Name:
Title:
Company Name:
Address:
Phone
Mobile:
Fax:
E-Mail
3. We confirm that the information contained in this response or any part thereof, including its
exhibits, and other documents and instruments delivered or to be delivered are true, accurate,
verifiable and complete. The response includes all information necessary to ensure that the
statements therein do not in whole or in part mislead TD in its short listing process.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
36
4. We fully understand and agree to comply that verification, if any of the information
provided here is found to be misleading the short listing process or unduly favours our company in
the short listing process, we are liable to be dismissed from the selection process.
5. It is hereby confirmed that I/We are entitled to act on behalf of our
corporation/company/firm/organization and empowered to sign this document as well as such
other documents, which may be required in this connection.
6. This response to RFQ + RFP is valid until XX.
7. The proposal contain ____ number of pages duly numbered and signed by the authorized
signatory.
Duly authorized to sign the RFQ + RFP response for and on behalf of XX
Yours sincerely,
(Signature) Managing Director
Name: Title/Appointment:
Name of the Company: Address:
Date: (Seal/Stamp of Bidder)
Certificate as to Authorize Signatories I, ___________________________, certify that I am the Company Secretary of __________________________________, and that who signed the above response is authorized to bind corporation/company by authority of its governing body.
(Company Seal) Date:
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
37
Form 2: Organizational Details
1. Organizational Details
Details of the Organization
Name
Nature of business in India
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Registered Office in India
Other Relevant Information
Mandatory Supporting Documents: (a) Certificate of Incorporation from Registrar Of Companies (ROC) (b) Relevant sections of Memorandum of Association of the company
2. Financial Strength Details
Financial Information
FY 2014-15 FY 2015-16 FY 2016-17
Revenue (in INR)
Profit Before Tax (in INR)
Other Relevant Information
Mandatory Supporting Documents: (a) Auditor Certified financial statements for the Last three financial years; 2014-15, 2015-16 and 2016-17 (Please include only the sections on P&L, revenue and the assets, not the entire Balance sheet.)
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
38
3. Project Experience
Relevant IT project experience
General Information
Name of the project
Client for which the project was executed
Name and contact details of the client
Project Details
Description of the project
Scope of services
Other Details
Total cost of the project
Total cost of the services provided by the respondent
Duration of the project (no. of months, start date, completion date, current status)
Other Relevant Information
Mandatory Supporting Documents: a) Letter from the client to indicate the successful completion of the projects or work order
Project Capability Demonstration Complete details of the scope of the project shall be provided to indicate the relevance to the pre-qualification criterion (which is part of minimum qualification criteria).
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
40
FORM – 4
FORM OF BANK GUARANTEE FOR EMD Whereas, ________________________________ (Name and address of bidder) (hereinafter called “the Bidder”) wishes to submit his bid for ________________________________________________ _______________________________________________________________________________________________ (Name of work). And Whereas, the Bidder is required to furnish a Bank Guarantee for the sum of Rs.15,00,000/- ( Rupees Fifteen Lakh only) as Earnest Money Deposit (EMD) against the Bidder’s offer as aforesaid. And Whereas, ________________________ (Name of bank) have, at the request of the Bidder, agreed to give this guarantee as herein after contained. KNOW ALL MEN BY THESE PRESENTS that we __________________________________ (name and address of bank) having our registered office at _____________________________________________ (hereinafter called “the Bank”) are bound unto the Commissioner (Transport), Transport Department, Government of NCT of Delhi, 5/9, Under Hill Road, Delhi – 110054 (hereinafter called “the Employer”) in the sum of Rs.__________________/- (Rupees _______________________________________ only) for which payment will and truly to be made to the said Employer, the bank binds itself, its successors and assigns by these presents. We further agree as follows: a) That the Employer may without affecting this guarantee grant time or other
indulgence to or negotiate further with the bidder in regard to the conditions contained in the said bid and thereby modify these conditions or add thereto any further conditions as may be mutually agreed upon between the Employer and the Bidder.
b) That the guarantee hereinbefore contained shall not be affected by any change in
the constitution of our bank or in the constitution of the bidder. c) That any account settled between the Employer and the bidder shall be conclusive
evidence against us of the amount due hereunder and shall not be questioned by us. d) That this guarantee commences from the date hereof and shall remain in force till
______________________ (date to be filled up) (upto 180 days from the deadline date of submission of Bid).
d) That the expression “the Bidder” and “the Bank” herein used shall, unless such an
interpretation is repugnant to the subject or context, include their respective successors and assigns.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
41
THE CONDITIONS OF THIS OBLIGATIONS ARE : a. If the Bidder withdraws his Bid during the period of Bid validity specified in the
Form of Bid, or b. If the Bidder having been notified of the acceptance of his Bid by the Employer
during the period of Bid validity :
(i) Fails or refuses to furnish the Performance Guarantee in accordance with relevant clause of the RFQ + RFP. and/or
(ii) Fails or refuses to enter into a contract within the time limit specified in the relevant clause of the RFQ + RFP document.
We undertake to pay to the Employer mere on demand without demur upto the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of any one or more of the conditions (a) & (b) mentioned above, specifying the occurred condition or conditions.
Signature of ______________________________
Authorized official of the Bank
Signature of the Witness Name of Official _____________________________ _________________________________ Designation __________________________________ Name of the Witness Stamp/seal Of the Bank__________________________________ ___________________________________ Address of the Witness __________________________________________________________________
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
42
Form 5: Performance Bank Guarantee
<Location, Date> To The Secretary-cum-Commissioner (Transport), Transport Department, Government of NCT of Delhi, 5/9, Under Hill Road,
Delhi – 110054. Whereas, <<name of the consultant and address>>(hereinafter called “theapplicant/consultant”) has undertaken, in pursuance of contract no. <<insert contract no.>> dated. <<insert date>> to provide consulting services for <<name of the assignment>> to <<Nodal Agency>> (hereinafter called “the beneficiary”) And whereas it has been stipulated by in the said contract that the applicant/ consultant shall furnish you with a bank guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the contract; And whereas we, <<Name of the Bank>> a banking company incorporated and having its head /registered office at <<address of the registered office>> and having one of its office at <<address of the local office>> have agreed to give the consultant such a bank guarantee. Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the applicant/consultant, upto a total of INR<<Insert Value>> (Indian Rupees<<insert value in words>> only) and we undertake to pay you, upon your first written demand declaring the applicant/consultant to be in default under the contract and without cavil or argument, any sum or sums within the limits of INR<<Insert Value>> (Indian Rupees<<insert value in words>> only) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the applicant/consultant before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the applicant/consultant shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This Guarantee shall be valid until <<Insert Date>>. Notwithstanding anything contained herein:
1. Our liability under this bank guarantee shall not exceed INR<<Insert Value>> (Indian
Rupees<<insert value in words>> only).
2. This bank guarantee shall be valid up to <<insert expiry date>>.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
43
3. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this bank guarantee that we receive a valid written claim or demand for
payment under this bank guarantee on or before <<insert expiry date>> failing which our
liability under the guarantee will automatically cease.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
44
FORM - 6
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION (On Non-judicial stamp paper of Rs.100/-)
Know all men by these present, we ________________________________ (name and address of the registered office) do hereby constitute appoint and authorize Mr./Ms. __________________ (name and residential address) 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 bid for the projects envisaging construction of the projects in the country of India, including signing and submission of all documents and providing information/responses to Transport Department, Government of NCT of Delhi representing us in all matters before Transport Department, Government of NCT of Delhi and generally dealing with Transport Department in all matters in connection with our bid for the said project. We hereby agree to re t if y 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 always be deemed to have been done by us. For_______________________ 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, lay down by the applicable law and the charter document of the executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
45
Form 7: Undertaking (on Bidder’s letter head)
<Location, Date> To The Secretary-cum-Commissioner (Transport), Transport Department, Government of NCT of Delhi, 5/9, Under Hill Road, Delhi – 110054.
This is to certify that <<COMPANY NAME>> hasn’t been blacklisted by a central / state Government institution and there has been no litigation with any government department on account of similar services as on the 1st of September 2017. Bidder should not have a conflict of interest in the procurement in question as specified in the bidding document
Authorized Signatory Name of Signatory:
Bidder Name: Date
Place
RFQ+ RFP for engagement of consultancy firm for project development and management consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi
46
Form 8: Format for Financial Proposal (on Bidder’s letter head)
<Location, Date> To The Secretary-cum-Commissioner (Transport), Transport Department, Government of NCT of Delhi, 5/9, Under Hill Road, Delhi – 110054. Sub: RFQ + RFP for engagement of Consultancy firm for project development and management Consultant by Transport Department for installation of IP based CCTV surveillance solution in buses of DTC and Cluster scheme of Government of NCT of Delhi. Madam, We, the undersigned, offer to provide the consulting services for the above in accordance with your RFQ + RFP. Our Financial Proposal including GST for Project is for the sum of Indian Rupees........................... (Amount in words and figure). The break-up of our financial bid is as follows:
Phase Cost (in INR) GST (in INR) Total cost (in INR)
Phase 1: Solution Conceptualization (2 months)
Phase 2: RFQ+ RFP preparation and bid management (3months)
Phase 3: Project Management support (6 months)
Phase 4: Capacity building (3 months)
TOTAL BID VALUE
<<in number>> <<in words>>
Our Financial Proposal shall be binding upon us subject to any modifications resulting from contract negotiations, up to the expiration of the validity period of the Proposal, i.e ........................... (Date). We understand that in the event of difference if word and figure of our proposal, the amount in word shall be considered.
Yours sincerely,
Authorized Signature: Name and Title of Signatory: