Download as pdf or txt
Download as pdf or txt
You are on page 1of 96

Request for Proposal for CCTV

Version Final

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED


(UTIITSL)

REQUEST FOR PROPOSAL


FOR

Design, Build, Maintain and Transfer Closed Circuit


Television System for Public Transport Organizations

Tender Number – UTIITSL/CMC-AFC/2012-13/01

February 2013

Page 1 of 96
Request for Proposal for CCTV
Version Final

Table of Contents
1 DISCLAIMER ............................................................................................................................. 6
2 ACRONYMS ............................................................................................................................... 7
3 DETAILS OF THE BID ............................................................................................................. 9
4 INSTRUCTION TO BIDDERS .............................................................................................. 10
4.1 Due Diligence ................................................................................................................................. 10
4.2 Cost of Bidding ............................................................................................................................... 10
4.3 Content of Bidding Document .................................................................................................. 10
4.4 Pre-Screening of Eligibility ....................................................................................................... 10
4.5 Validity of the Price Quoted ...................................................................................................... 10
4.6 Clarification to Bid Documents ................................................................................................ 10
4.7 Amendment of Bidding Documents ....................................................................................... 11
4.8 Pre-Bid Meeting............................................................................................................................. 11
4.9 Documents Constituting Bid ..................................................................................................... 12
4.10 Only One Bid per Party ............................................................................................................... 12
4.11 Safety Norms................................................................................................................................... 12
4.12 Assignment Period ....................................................................................................................... 12
4.13 Nomenclature ................................................................................................................................ 13
4.14 Jurisdiction ..................................................................................................................................... 13
4.15 False Information ......................................................................................................................... 13
4.16 Product / Solution Life Cycle .................................................................................................... 13
4.17 Licensing .......................................................................................................................................... 13
4.18 Warranty and Support ................................................................................................................ 13
4.19 Design Faults .................................................................................................................................. 13
4.20 Defects Liability Period .............................................................................................................. 14
4.21 Repair and Replacement Time ................................................................................................ 14
4.22 Support and Maintenance ......................................................................................................... 14
4.23 Resource Availability .................................................................................................................. 14
4.24 Performance Guarantee / Security Bond ............................................................................. 14
4.25 Confidentiality ............................................................................................................................... 15
4.26 Insurance ......................................................................................................................................... 15
4.27 Intellectual Property Rights ..................................................................................................... 16
4.28 Taxation ........................................................................................................................................... 16
4.29 Claim for increase in rates......................................................................................................... 16
4.30 Agreement / Contract.................................................................................................................. 16
4.31 Extension of contract................................................................................................................... 16

Page 2 of 96
Request for Proposal for CCTV
Version Final

4.32 Essence of contract....................................................................................................................... 16


4.33 Availability of requisite permissions and licenses ........................................................... 16
4.34 Disruption of Services ................................................................................................................. 17
4.35 Delay.................................................................................................................................................. 17
4.36 Penalty .............................................................................................................................................. 17
4.37 Limited Liability ............................................................................................................................ 17
4.38 Termination of Contract............................................................................................................. 18
4.39 Inspection ........................................................................................................................................ 18
4.40 Testing .............................................................................................................................................. 18
4.41 Right to reject the work/ service ............................................................................................ 18
4.42 Breach of clause ............................................................................................................................ 18
4.43 Indemnity ........................................................................................................................................ 18
4.44 Bid Document Procurement ..................................................................................................... 19
5 GENERAL CONDITIONS FOR PREPARATION OF BIDS .............................................. 20
5.1 Language of Bid ............................................................................................................................. 20
5.2 Currency of Bid .............................................................................................................................. 20
5.3 Bid Pricing ....................................................................................................................................... 20
5.4 Payment: .......................................................................................................................................... 21
5.5 Bid Security or Earnest Money Deposit (“EMD”) ............................................................... 22
5.6 Eligibility / Pre Qualification Criteria ................................................................................... 23
5.7 Authentication of Bid .................................................................................................................. 24
5.8 Authorized Signatory .................................................................................................................. 24
5.9 Validation of Interlineations in Bid ....................................................................................... 25
5.10 Number of Copies of Bid ............................................................................................................. 25
5.11 Submission of Bids ....................................................................................................................... 25
5.12 Period of Validity of Bids ........................................................................................................... 26
5.13 Bids Submission Details ............................................................................................................. 26
5.14 Deadline for Submission for Bids ........................................................................................... 26
5.15 Modification and Withdrawal of Bids.................................................................................... 27
5.16 Opening of Bid Document .......................................................................................................... 27
5.17 Award of Contract ......................................................................................................................... 29
5.18 General Instructions to the Bidders....................................................................................... 30
5.19 Contacting the Bidder ................................................................................................................. 30
5.20 UTIITSL Rights ............................................................................................................................... 30
5.21 Subcontracting by the Bidder................................................................................................... 31
6 REQUIREMENTS OF CLOSED CIRCUIT TELEVISION SYSTEM SOLUTION ........... 32
6.1 Project Outline Description ...................................................................................................... 32
Page 3 of 96
Request for Proposal for CCTV
Version Final

6.2 CCTV System Introduction......................................................................................................... 33


6.3 Diagrammatic Representation ................................................................................................ 34
6.4 Functional & Technical Requirements ................................................................................. 36
7 EVALUATION PROCESS AND CRITERIA ........................................................................ 50
7.1 Evaluation Process ....................................................................................................................... 50
7.2 Evaluation Criterion .................................................................................................................... 51
8 TIMELINES .............................................................................................................................. 55
8.1 Time Schedule to Complete the Contract ............................................................................. 55
2.8 Facilities ........................................................................................................................................... 55
9 MAINTENANCE SUPPORT .................................................................................................. 56
9.9 Support Definitions...................................................................................................................... 56
9.8 Priority definitions ...................................................................................................................... 56
9.9 Support ............................................................................................................................................. 56
9.9 Service level agreement ............................................................................................................. 57
9.5 Penalty .............................................................................................................................................. 60
9.6 Penalty Adjustments ................................................................................................................... 60
91 FORMS OF BID ....................................................................................................................... 62
99 APPENDIX I - TECHNICAL BID .......................................................................................... 63
11.1 Format 1: Proposal Sheet........................................................................................................... 64
11.2 Format 2: Particulars of the Bidder Organization ............................................................ 66
11.3 Format 3: Performance Statement ......................................................................................... 68
11.4 Format 4: Project Team .............................................................................................................. 70
11.5 Format 5: CV for Professional Staff Proposed .................................................................... 71
12 APPENDIX II - FINANCIAL BID FORMAT ....................................................................... 73
13 APPENDIX III – FINANCIAL ELIGIBILITY & PRE - QUALIFICATION PROPOSAL77
13.1 Form: PQ-9 Bidder’s Annual Turnover Format ................................................................. 78
13.2 Form: PQ-2 Similar Work Experience Format................................................................. 80
99 APPENDIX IV - PERFORMANCE GUARANTEE FORMAT ........................................... 81
91 APPENDIX V - POWER OF ATTORNEY FORMAT......................................................... 83
16 APPENDIX VI – COMPLIANCE TABLE ............................................................................. 85
17 APPENDIX VII – FORMAT OF RESPONSE ...................................................................... 86
18 APPENDIX VIII – FORMAT OF AFFIDAVIT CERTIFYING NO BLACKLISTING ..... 90
19 APPENDIX IX – BID CLARIFICATION FORMAT ........................................................... 91
20 APPENDIX X – TRAINING DETAILS ................................................................................. 92
21 APPENDIX XI - CUSTOMER REFERENCES ..................................................................... 93

Page 4 of 96
Request for Proposal for CCTV
Version Final

22 APPENDIX XII - LIST OF INSTALLATION ....................................................................... 94


23 APPENDIX XIII - DECLARATION FOR POINT OF PRESENCE ................................... 95
24 APPENDIX XIV – UNDERTAKING ..................................................................................... 96

Page 5 of 96
Request for Proposal for CCTV
Version Final

1 DISCLAIMER
This bid document is being issued by UTI Infrastructure Technology and Services Limited
(UTIITSL) on behalf of its consortium partners for inviting bids for the Design, Build, Maintain
and Transfer Closed Circuit Television System for Public Transport Organizations. The terms &
conditions and the aims & objectives set forth in this bid document or that may subsequently
be provided to bidder(s) whether verbally or in documentary form by or on behalf of UTIITSL
or any of its authorized employees or advisors and all other terms and conditions subject to
which such information is provided.
It is hereby clarified that this bid document is not an agreement and is not an offer or invitation
by UTIITSL to any parties hereunder. The purpose of this bid document is to provide the
bidder(s) with information to assist in the formulation of their proposals. While the bid
document has been prepared in good faith with due care and caution, UTIITSL do not accept
any liability or responsibility for the accuracy, reasonableness or completeness of the
information, or for any errors, omissions or misstatements, negligent or otherwise, relating to
any feasibility/detailed project report or any other reference document mentioned, implied or
referred herein or pertaining to this Project. This bid document may not be appropriate for all
persons. It is not possible for UTIITSL, to consider the investment objectives, financial
situation, and particular needs of each bidder who reads or uses this bid document. Each
bidder should conduct its own investigations and analysis and should check the accuracy,
reliability, and completeness of the information in this bid document and where necessary
obtain independent advice from appropriate sources.
Bidder should carefully examine and analyse the bid document and bring to the notice of
UTIITSL any error, omission or inaccuracies therein that are apparent and to carry out its own
investigation with respect to all matters related to this Project, seek professional advice on
technical, financial, legal, regulatory and taxation matters and satisfy himself of consequences
of entering into any agreement and/or arrangement relating to this Project. UTIITSL and its
employees make no representation or warranty, express or implied, and shall incur no liability
under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the
information contained in the bid document or in any material on which this bid document is
based or with respect to any written or verbal information made available to any bidder or its
representative(s).
No representation or warranty is given as to the reasonableness of forecasts or the
assumptions on which this bid document may be based. Liability therefore, if any, is hereby
expressly disclaimed.
UTIITSL may in their absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this bid document as per its requirements.

Page 6 of 96
Request for Proposal for CCTV
Version Final

2 ACRONYMS
S. NO. ACRONYM TERM
1. AMC Annual Maintenance Contract
2. API Application Programming Interface
3. CCTV Closed Circuit Television
4. CD Compact Disc
5. CIF Common Intermediate Format
6. CMOS Complimentory Metal Oxide Semiconductor
7. CPU Central Processing Unit

8. DB Database

9. DVD Digital Versatile/Video Disc


10. EMD Earnest Money Deposit
11. FPS Frame Per Second
12. GOI Government of India
13. GPRS General Packet Radio Service
14. GSM Global System for Mobile Communication
15. GUI Graphical User Interface
16. HDD Hard Disk Drive
17. INR Indian Rupee

18. IP Ingress Protection

19. ISO International Organization for Standardisation


20. IT Information Technology
21. LCD Liquid Cristal Display
22. LED Light Emitting Diode
23. MDVR Mobile Video Digital Recorder
24. MJPEG Motion Joint Photographic Experts Group
25. MIS Management Information System

26. MPEG Moving Picture Expert Group

27. NTSC National Television System Committee

28. NVRFSTM Network Video Recording File System

29. OS Operating System

30. PAL Phase Alternating Line

Page 7 of 96
Request for Proposal for CCTV
Version Final

S. NO. ACRONYM TERM


31. PTO Public Transport Operator
32. SDK Software Development Kit
33. SLA Service Level Agreement
34. SOW Scope of Work

35. TCP/IP Transport Control Protocol / Internet Protocol

36. UAT User Acceptance Test


37. UPS Un-interrupted power supply
38. USD United States Dollar
39. UTIITSL UTI Infrastructure Technology And Services Limited

Page 8 of 96
Request for Proposal for CCTV
Version Final

3 DETAILS OF THE BID


S. PARTICULARS DETAILS
NO.
1 Name of the UTI Infrastructure Technology And Services Limited (UTIITSL)
Company
2 Date of Issue of the 14.02.2013
Bid Document
3 Last date for 19.02.2013
Submission of
Queries
4 Email ID for seeking Email: cmcqueries@utiitsl.com with tender number in the
clarifications on the subject.
Bid Document
5 Date, Time and Venue 22.02.2013, between 11:30 to 13:00 hours,
of Pre-Bid meeting UTIITSL, Ground Floor, Jeevan Tara Building,
Opp. Patel Chowk Metro Station, 5 Parliament Street, New Delhi
– 110001
6 UTIITSL's Response 26.02.2013
to Queries
7 Date and Time for 07.03.2013 15:00 Hours
submission of bid
including Technical &
Financial Bids
8 Date and Time of 07.03.2013 15:30 Hours
Opening of Eligibility
Criteria & Technical
Bid
9 Date and Time of The technically qualified bidders will be notified of the date and
Opening of Financial time of the financial opening.
Bid
10 Cost of Bid Document INR 5,000/-
11 Bid Security Amount INR 1,00,000/-
12 Performance Security 10% of value of contract

Please note carefully the requirements for submitting bids as set forth in this bid document,
and the date and time for submission of bids. Late or delayed bids shall not be considered for
evaluation and shall either not be received or returned unopened.
UTIITSL reserves the right to reject any or all bids without assigning any reason thereof at
anytime.

Page 9 of 96
Request for Proposal for CCTV
Version Final

4 INSTRUCTION TO BIDDERS
UTI Infrastructure Technology and Services Limited (UTIITSL) intends to select
contractors to Design, Build, Maintain and Transfer Closed Circuit Television
System for Public Transport Organizations with associated software and
accessories.
4.1 Due Diligence
The bidder is expected to examine all instructions, forms, terms & conditions, and
specifications that are provided in the bid document. The bid should be precise,
complete and in the prescribed format as per the requirement(s) of the bid
document. Failure to furnish all information required by the bid document or
submission of a bid not responsive to the bid document in every respect will be at
the bidder’s risk and may result in rejection of the bid.
4.2 Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of
its bid and UTIITSL will in no case be held responsible or be liable for these costs,
regardless of the conduct or outcome of the Bidding Process.
4.3 Content of Bidding Document
This bid document comprises the Disclaimer set forth herein above, the contents
as listed below, and will additionally include any addendum issued.
4.4 Pre-Screening of Eligibility
Only those bidders who meet the Eligibility Criteria and have submitted the
Technical Bids to the satisfaction of UTIITSL will be considered for opening of
Financial Bids and those not meeting the eligibility criteria and not shortlisted will
not be invited for the opening of financial bid and their EMD documents submitted
will be returned.
4.5 Validity of the Price Quoted
The bidders have to confirm the validity of the prices for 6 months (180 days) from
the last date of submission of Bids. Any extension of the bid validity shall be
requested in writing by UTIITSL as described in section 5.12
4.6 Clarification to Bid Documents
In the event that any bidder requires any clarification on the bid document, such
bidders are expected to send their queries to UTIITSL in writing by email only to
cmcqueries@utiitsl.com on or before date specified in section 3 clearly stating in
the subject as “CCTV Bid Document Clarification” to enable UTIITSL to have
adequate notice of the said queries so that the same may be addressed at the Pre
Bid Meeting in the prescriber format as attached in Appendix IX – Bid Clarification
Format. After the pre-bid no queries will be entertained for any
change/clarification in the tender document.
Nothing in this section shall be taken to mean or read as compelling or requiring
UTIITSL to respond to any questions or to provide any clarification to a query.
UTIITSL reserves the right not to respond to questions it perceives as non-relevant

Page 10 of 96
Request for Proposal for CCTV
Version Final

which a bidder may raise or not to provide clarifications, if UTIITSL in its sole
discretion considers that no reply is necessary.
It is the responsibility of the bidder to confirm the receipt of the queries to
UTIITSL.
No extension of Deadline for Submission of Bids will be granted on the basis or
grounds that UTIITSL has not responded to any question or provided any
clarification to a query.
4.7 Amendment of Bidding Documents
At any time before the Deadline for Submission of Bids, UTIITSL may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the bid document by amendment. Any
amendments/modifications to the bid document, which may become necessary for
any reason, shall be through the issue of addendum(s) to the bid document, which
shall set forth the said amendments/modifications thereto (hereinafter referred to
as the “Addendum(s)”). All prospective bidders who have purchased the bid
document shall be informed of such Addendum(s) in writing by e-mail and will be
published on our website www.utiitsl.com and the contents, terms and conditions
of all such Addendums(s) shall be binding on bidders. If required, in order to allow
prospective bidders reasonable time in which to consider the addendum in
preparing their respective bids, UTIITSL reserves the right to extend the deadline
for the submission of bids.
However, no request from the prospective bidder(s) shall be binding on UTIITSL
for the same. The UTIITSL would not take any guarantee in any form for the
delivery of any information or document(s) to the bidders.
4.8 Pre-Bid Meeting
A pre-bid meeting shall be held for any clarifications and replies to the queries
raised by prospective bidders.
Clarifications, if any, including the text of the relevant questions raised at the pre-
bid meeting and the responses given thereon shall be formally conveyed by email
to each bidder
Pursuant to the pre-bid meeting, the terms and conditions of the bid document will
be frozen with or without amendments thereto as applicable.
Non-attendance at the pre-bid meeting will not be a cause for disqualification of a
bidder. However, the terms and conditions of the Addendum(s) will be binding on
all the bidders irrespective of their attendance at the pre-bid meeting.
A maximum of two representatives will be allowed for the pre-bid meeting. The
name of the representatives who will be attending the pre-bid meeting should be
provided by the bidder along with the pre-bid clarifications to the same email
address as the pre-bid clarifications. UTIITSL shall not entertain for any reason any
more than two representatives, who turn up at the pre-bid venue what so ever
may be the reason without prior written notice.
UTIITSL may, at its sole discretion, extend the deadline for pre-bid meeting
without any prior notice at anytime.

Page 11 of 96
Request for Proposal for CCTV
Version Final

4.9 Documents Constituting Bid


The documents constituting the Bid shall be as follows:
4.9.1 Bid Document Cost
The bidders are expected to attach the demand draft as cost of the bid document at
time of bid submission as specified in the section 4.44. Please note that the demand
draft shall be enclosed along with the EMD in Envelop-1 (Refer section 5.11).

4.9.2 Bid Security


Each bid shall be supported by bid security for an amount and in the manner
prescribed in the bid document.
4.9.3 Technical Bid
The Technical Bid should be in the form and manner set forth in Appendix I -
Technical Bid and Appendix VII – Format of Response of this bid and should
comprise of all documents required to be submitted as per the said Appendix I -
Technical Bid and Appendix VII – Format of Response.
The bidder will submit their eligibility information as per the parameters of
screening given in sections 5.6 and 7.1 of this bid invitation document and should
comprise of all supporting documents required to substantiate their claim.
The technical bid should describe the solution, product, process, Project time lines
and the deliverables clearly as per sections 6 and 7.
4.9.4 Financial Bid
The Financial Bids should be in the form and manner set forth in Appendix II -
Financial Bid Format and Appendix VII – Format of Response Part B of this bid
document and should comprise of all such documents and details mentioned in the
said Appendix II - Financial Bid Format and section 5.3.
4.10 Only One Bid per Party
A bidder shall not participate in more than one bid. The bidder shall ensure that
directly or indirectly not to either participate or not be involved with multiple bids
which will lead to disqualification of all bids in which the bidder is involved.
4.11 Safety Norms
The bidder hereby undertakes to follow all the safety norms as specified in the law
for the assignment awarded to him through this bid. The bidder, merely by filling
in this bid, indemnifies UTIITSL of any consequences due to non-adherence of the
safety norms as prescribed by the law. It is also clarified that any order, whether
verbal or written, given by any official / representative of UTIITSL, would not be
valid if it is in contravention of any safety norms prescribed by law and the bidder
is advised to follow the prescribed safety norms.
4.12 Assignment Period
The Assignment period for the scope of work is five (5) years from the date of
commissioning of the solution and the effective date of operations.

Page 12 of 96
Request for Proposal for CCTV
Version Final

4.13 Nomenclature
In the said bid, the bidder or the agency or the vendors or the contractor or the
supplier and the service provider have the same meanings with reference to
the context. As also, reference to any gender covers both the genders and
reference to singular also covers plural also.
4.14 Jurisdiction
All matters pertaining to the present bid / tender / quote, shall be subject to
the jurisdiction of the courts in Mumbai only.
4.15 False Information
In case if it is found that the bidder / vendor has not given the correct information,
misleading and flouted any condition or the bidder / vendor / agencies does not
have all the appropriate licenses and all the statutory permissions, experience,
skills, knowledge whatsoever required, to carry out the activity as required in
these bids and allied works then UTIITSL reserves the rights to reject the proposal
/ cancel the work order issued to him and award his quantum of work in
the manner as deemed fit. This can be done at any stage.
4.16 Product / Solution Life Cycle
The successful bidder must provide minimum 5 years guaranteed support for all
products and services from the date of commissioning. During the period of the
contract, the successful bidder must ensure no degradation of the system
performance throughout the life cycle. In the event the bidder decides to
discontinue any product and services, the bidder should provide all upgrades free
of cost to UTIITSL.
At all times during the assignment period as defined in section 4.12, all the
administrative passwords of the proposed system should be in the possession of
UTIITSL and its consortium partners.
4.17 Licensing
The bidder shall agree to provide perpetual license(s) for the Closed Circuit
Television (CCTV) at enterprise level to USER and its consortium partner without
any limitation / constraint.

4.18 Warranty and Support


All product and services provided under this bid should carry a minimum
warranty of Twenty Four (24) Months.
Further the successful bidder expected to provide Annual Maintenance Contract
for Thirty Six (36) months on annual basis..
4.19 Design Faults
The bidder shall provide onsite guarantee support for all hardware and software
against defects in System design for a period of the assignment, from the date of
final acceptance and commissioning of the system. The supplier shall repair any
faults identified during the defects liability period free of charge.
The term “Defects in System Design” shall be taken to include defects in reliability
and/or performance in any component of the specified System.

Page 13 of 96
Request for Proposal for CCTV
Version Final

Design Faults shall also include improvements to overcome reliability problems in


both hardware and software systems. These improvements shall also be provided
free of charge during this period.
4.20 Defects Liability Period
The bidder shall guarantee all supplied items, workmanship and materials
provided for a period of 90 days from the date of expiration of the 5 years contract.
4.21 Repair and Replacement Time
The bidder shall replace, or repair free of charge, any defects that occur in the
equipment, material or workmanship for a period of the assignment. Repairs will
be carried out within the agreed SLA upon the notification of a defect in the
equipment, workmanship or materials.
4.22 Support and Maintenance
The bidder shall provide on-site technical support and maintenance. The supplier
shall also provide operational support if required.
The supplier shall provide hardware, software, operational and maintenance
support for all items supplied. This shall include problem solving, upgrades and
enhancements to their systems. Suppliers shall give details on how they intend to
provide this support, together with information on any emergency arrangements.
4.23 Resource Availability
4.23.1 The bidders have to maintain optimum level of qualified and skilled human
resources, spares and parts to provide warranty, maintenance and support based
on agreed Service Level within the cities where Closed Circuit Television System
Solution would be commissioned.
4.23.2 The bidder should ensure that the manpower / machine/materials are procured
well in time to ensure quality of work and adherence to the time period and
the work / supply / service is not interrupted / delayed irrespective of
volume assigned.
4.24 Performance Guarantee / Security Bond
4.24.1 The Successful bidder will be required to furnish performance guarantee in the
form of Bank Guarantee issued by a Scheduled Bank in India equivalent to 10% of
the Contract Value valid for the period of Five (5) Years and Ninety (90) days
within 10 days of issue of letter of Intent..
4.24.2 Performance Guarantee will be refunded within three (3) months after the
sucessful transfer of the entire system to UTIITS. Bid Security will be returned to
successful bidder after the provision of the performance guarantee.
4.24.3 The Bank Guarantee issued by following banks would be accepted. SBI or its
subsidiaries, any Indian Nationalized Bank, IDBI or ICICI, Export Import Bank of
India, a foreign bank (issued by a branch outside India) with counter guarantee
from SBI or its subsidiaries or any Indian Nationalized Bank and any scheduled
commercial bank approved by RBI having a net worth of not less than Rs. 500
Crores as per the latest annual report of the bank. In the case of foreign bank
(issued by a branch in India), the net worth in respect of Indian operations shall
only be taken into account.

Page 14 of 96
Request for Proposal for CCTV
Version Final

4.24.4 The Performance Guarantee shall be as per the formats given in Appendix IV -
Performance Guarantee Format. The Performance Guarantee shall be payable to
UTIITSL or its consortium partner as a compensation for any loss resulting from
the bidder’s failure to complete its obligations under the contract. UTIITSL or its
consortium partner will discharge the Performance Guarantee after completion of
the bidder’s performance obligations, including any warranty obligations under
the contract.
4.25 Confidentiality
4.25.1 The bidder shall keep all information confidential related to this bid (including the
tender document) with the same degree of care as it would treat its own
confidential information. The bidders shall note that the confidential information
will be used only for the purposes of this bid and shall not be disclosed to any third
party for any reason whatsoever.
4.25.2 As used herein, the term “Confidential Information” means any written
information, including without intimation, information created by or for the other
party, which relates to internal controls, computer or data processing programs,
algorithms, electronic data processing applications, routines, subroutines,
techniques or systems, or information concerning the business or financial affairs
and methods of operation or proposed methods of operation, accounts,
transactions, proposed transactions or security procedures of either party or any
of its affiliates, or any client of either party, except such information which is in the
public domain at the time of its disclosure or thereafter enters the public domain
other than as a result of a breach of duty on the part of the party receiving such
information. It is the express intent of the parties that all the business process and
methods used by the bidder in rendering the services hereunder are the
Confidential Information of the bidder.
4.25.3 At all times during the performance of the Services, the bidder shall abide by all
applicable UTIITSL’s security rules, policies, standards, guidelines and procedures.
The bidder should note that before any of its employees or assignees is given
access to the Confidential Information, each such employee and assignees shall
agree to be bound by the term of this bid and such rules, policies, standards,
guidelines and procedures by its employees or agents.
4.25.4 The bidder should not disclose to any other party and keep confidential the terms
and conditions of this bid, any amendment hereof, and any Attachment or
Annexure hereof.
4.25.5 The obligations of confidentiality under this section shall survive rejection /
termination / expiry of the contract for a period of 5 years.
4.26 Insurance
The bidders are expected to have insurance to cover their liability such as loss,
damage, or injury caused to third parties by or due to the bidder or its employees or
agents during the performance of the services under this bid, and it shall take out
and maintain adequate insurance in respect thereof for the entire solution and
covering their employees.

Page 15 of 96
Request for Proposal for CCTV
Version Final

4.27 Intellectual Property Rights


The Intellectual Property Rights (IPR) for any development/developed or
customized product to meet the requirement of this Project shall be with UTIITSL
and its consortium partner.
4.28 Taxation
The bidder and its sub-contractors shall be obliged to pay all taxes on any moneys
paid to them by the UTIITSL including but not limited to income tax, value added
tax, Custom / Excise duty, Sales Tax, Service Tax, as the case may be, to that end,
the UTIITSL shall be entitled to deduct and withhold from any fees due to the
bidders and its sub-contractors any money due as tax in accordance with the laws
of the Republic of India presently in force in relation to tax.
4.29 Claim for increase in rates
Any claim for increase in rates on account of any reason whatsoever will not be
entertained for the period as stipulated in the agreement.
4.30 Agreement / Contract
A suitable agreement would have to be entered into with UTIITSL, failing which
the EMD/ the Bank Guarantee as given may be forfeited or the work order would
not be issued. If the terms and conditions of the agreement are not acceptable to
the bidder / vendor, then UTIITSL reserves the right to reject the bids or forfeit the
EMD / revoke the Bank Guarantee. In the absence of any specific agreement, any
offer made in response to this bid, when accepted by UTIITSL, will constitute a
contract between UTIITSL and vendor / bidder.
4.31 Extension of contract
As stipulated by UTIITSL, after the period of expiry, the agreement can be extended
on mutual consent for a further period of one year or upto the period till new
contract comes in force. However this option can be exercised only by UTI ITSL.
4.32 Essence of contract
The Bidder / vendor shall carry out the work / provide the services/
complete the supply as per the requirements, specifications and standards laid out
within the stipulated time. It is clarified that carrying out the work or providing
services or supply of goods as per specified quality in specified quantity in
specified time is the essence of the contract. Not adhering to above shall entail
UTIITSL to rescind the contract and forfeit the security deposit and in which case,
there shall not be any claims for damages against UTIITSL by the bidder / vendor.
Further the UTIITSL shall have the right to get the unfinished services done/supply
made, if any by virtue of the said revocation of the contract, through other sources
and the expenses incurred thereof shall be borne by the bidder / vendor in default.
The bidder / vendor shall also indemnify UTIITSL against any loss, damage,
expenses, costs etc. incurred by UTIITSL as a result of the said delay in timely
completion of the said services / jobs, by the bidder / vendor.
4.33 Availability of requisite permissions and licenses
The bidder/agency/contractor is required to follow all the statutory acts as may be
applicable for such type of work / supply / services for which they
are bidding through this bid.
Page 16 of 96
Request for Proposal for CCTV
Version Final

It may or may not involve manpower. In case manpower is required, then


the bidder merely by filling the bid confirms that the bidder has all
the requisite permissions and licenses to carry out all the works as stipulated by
this bid. Further, merely by filling the bids, the bidder reconfirms that the bidder
has complied with all the statutory provisions of the central, state, local and
municipal laws in force including manpower. The bidder also confirms merely by
filling the bids, to comply with any future laws that may be enforced upon by
the statute.
Agencies which do not have requisite permissions / licenses or who do not comply
with the statutory provisions are requested to fill in the bids only if they are
eligible in this respect.
Valid registrations viz., Sales Tax / VAT / Central Excise and with any other
authorities as per requirement should be available with the bidder / vendor and
be produced as and when required.
Consequences of insufficient permissions / licenses or compliances on the part of
the vendor would be to the bidder / vendor’s account and the bidder / vendor
merely by filling in the bid indemnifies UTIITSL of any or all such consequences.
4.34 Disruption of Services
The items shall be operational irrespective of the kind of incidents. Any disruption
in the services will amount to a material breach. If the items are down due to any
actions taken by the successful bidder (which can be considered intentional
and/or influenced), the penalty automatically payable by the successful bidder on
a per day basis shall be calculated at 0.1% of the total order value for each day
until the last day of uninterrupted operation. This shall be deducted from the
Performance Guarantee provided by the successful bidder.
4.35 Delay
If the agency does not start the work or if it is felt at UTIITSL that the pace of work
is slow and is likely to delay the work/ service / supply, UTIITSL reserves the right
to terminate the contract, levy the penalty and also reserves the right apart from
legal remedies available, to carry out such work / service / supply at the risk and
cost of the contractor / bidder.
4.36 Penalty
UTIITSL reserves the right to levy penalty at its discretion for the delay in
execution of the work/ delay in supply/ delay in service. The penalty amount
would be one percent of the amount put to bid per week subject to a ceiling of
10%. This penalty would be more clearly specified in the agreement to be entered
into.
4.37 Limited Liability
In case the bidder does not complete the supply within delivery period specified in
the order, action will be taken against bidder to recover from them as agreed
limited damages including administrative expenses and by way of penalty a sum
equivalent 10% of the contract value. The Performance Guarantee provided by the
successful bidder shall be encash to recover the liability.

Page 17 of 96
Request for Proposal for CCTV
Version Final

4.38 Termination of Contract


In case it is found that the work / supply / service is not as per requirement /
standards, time lines, or the frequency of corrective measures required is high then
UTIITSL retains the right to terminate the Contract with the selected bidder /
vendor and in such case, the Bidder / vendor will not be entitled to claim any
damages from UTIITSL or make any claim for fees in respect of such unsatisfactory
/ substandard services / supply / work.
As also UTIITSL reserves the right to terminate this contract if it is established on
the basis of price discovery that it would be beneficial for UTIITSL to go in for a
fresh contract.
4.39 Inspection
Wherever required, UTIITSL reserves the right to depute its Officers, Auditors,
other officials as it may decide etc. to visit the office / commercial /
manufacturing site(s) of the selected bidder / vendor for checking their
infrastructure, man power and other related documents mentioned and for
checking stock records, quality controls, work processes without
advance intimation and the bidder / vendor/s will have to provide the necessary
documents etc to UTIITSL to help UTIITSL ensure presence of appropriate and
adequate controls on various processes. Inspection will be done, if so decided by
UTIITSL on periodic basis also.
4.40 Testing
UTIITSL reserves the right to get the material tested at the cost of
the vendor/bidder.
4.41 Right to reject the work/ service
UTIITSL has right to reject the work/ services if they are not found to meet
the specifications laid out or are not as per the terms of the bid / work order. No
Charges will be paid for the defective work. UTIITSL reserves the right to reject the
items of brand other than specified. This can be done at any stage of the work.
4.42 Breach of clause
In the event of any breach or threatened breach of any clause by the bidder/
vendor/ agency and/or individual assigned by the bidder/ vendor/ agency for
the performance of the services, the bidder/ vendor/ agency shall be liable to pay
damages as may be quantified by UTIITSL. Apart from the above, UTIITSL shall
have the right to proceed against the bidder/ vendor/ agency and/or its assigned
person/s under appropriate law.
4.43 Indemnity
The bidder indemnifies UTIITSL for any of the consequences arising out of non
availability of any of the requisite permissions/ licenses / insurances / any other
statutory permission whatsoever required for carrying out this work. Also by
submitting this bid, the vendor/bidder indemnifies UTIITSL for any of
the consequences arising out of noncompliance of any of the conditions laid by
the statute for vendors/bidders or their representatives/ officials in carrying out
this work.

Page 18 of 96
Request for Proposal for CCTV
Version Final

4.44 Bid Document Procurement


4.44.1 Prospective bidders shall download the bid document from the website:
www.utiitsl.com and make payment at the time of bid submission as defined in
section 5.11.1 through the mode of payment as defined in section 4.44.2.
4.44.2 The payment mode for the bid document is as follows:
4.44.2.1 Companies registered in India must make non-refundable deposit of INR 5, 000
(India Rupees Five Thousand Only) in form of Bank Demand Draft payable in
favour of UTI Infrastructure Technology And Services Limited payable at New
Delhi.
4.44.2.2 Foreign registered companies must make non-refundable bank draft for the value
of US $100.00 (USD One Hundred Only), payable to “UTI Infrastructure Technology
And Services Limited” and must be sent to The Chief Technology Officer, UTI
Infrastructure Technology and Services Limited, (A Govt. of India Company),
Ground Floor Jeevan Tara Building, Opp Patel Chowk Metro Station, 5 Parliament
Street, New Delhi – 110001
4.44.2.3 The bidders shall ensure the payment for the bid document as described in section
5.11.1.
4.44.3 Although UTIITSL will take all measures to ensure that the bid document with
required supporting documents are available to the bidders, the onus rests with
the bidders, prior to submitting their proposals to;
 ascertain whether or not any other documents have been issued and obtain
the same.
 submit such completed documents with their proposals by the stipulated
date.

Page 19 of 96
Request for Proposal for CCTV
Version Final

5 GENERAL CONDITIONS FOR PREPARATION OF BIDS


5.1 Language of Bid
The Bid prepared by the bidder, as well as all correspondence and documents
relating to the Bid exchanged by the bidder and UTIITSL shall be written in
English language only.
However, in case bidder chooses to enclose certain supporting document(s) in any
language other than English, then bidder shall also enclose certified authenticated
translated copies of the same in English language. Any document, which is not
translated into English, will not be considered. For the purpose of interpretation
and evaluation of the Bids, the English language translation shall prevail.
5.2 Currency of Bid
All prices quoted in the Bid shall be quoted in Indian National Rupee(s) (INR) only.
5.3 Bid Pricing
5.3.1 The bidder shall give the pricing as individual line item wise and as a total
composite price inclusive of all levies & taxes along with packing, forwarding,
freight and insurance etc charges.
5.3.2 The bidder shall provide the line item wise pricing with outright purchase concept
(with line item pricing of each equipment and solution) with a provision of
maintenance and support.
5.3.3 The bidder shall provide a detailed BOQ which covers each and every line items,
unit price and quantity. In case the financial bid format is not suitable to do so the
bidder may create a separate table and group the items as per which deemed
suitable to the attached financial bid format. The total of that grouped item must be
quoted / shown in the attached financial bid format.
5.3.4 The basic unit price and all other components of the price need to be individually
indicated against the goods/ products and services proposed in the bid.
5.3.5 All duties, taxes, royalties and other levies payable by the bidder under the
contract, or for any other cause, shall be included in the rates, prices, and total bid
price submitted by the bidder.
5.3.5.1 Custom / Excise duty exemption will be as per the applicable provisions of the
relevant act.
5.3.5.2 Octroi/Entry tax, if any, will be as applicable.
5.3.6 All software prices being quoted shall be appropriate version / edition irrespective
of number of hardware/devices/locations on which it is being implemented and
shall be in the name of UTIITSL or its consortium partner as instructed to the
successful bidder.
5.3.7 If any line items price quoted by the bidder can be procured lower than the quoted
price, UTIITSL reserves the right to instruct the successful bidder to purchase
identified items from UTIITSL source and the difference of cost shall be passed to
the UTIITSL.
5.3.8 The prices quoted by the bidder shall be in sufficient detail to enable the UTIITSL

Page 20 of 96
Request for Proposal for CCTV
Version Final

to arrive at the price of equipment/system/solution offered.


5.3.9 The financial quote of solution shall be valid for 2 years for the repeat order from
the date of order.
5.3.10 The rates and prices quoted by the bidder shall be fixed for the duration of the
assignment and shall not be subject to higher adjustment of price.
5.3.11 The prices to be given in response to this bid are fixed, irrespective of rise in
materials prices etc., till the delivery of the overall consignment. No request
regarding increase in the price of instruments etc., will be entertained after the
submission of the bid.
5.3.12 All costs of equipment and system shall be given in the prescribed format as per
Appendix II - Financial Bid Format by the bidder against “Unit Cost”, shall include
design, supply of hardware and software, local storage, installation, configuration,
integration, testing, training, commissioning, warranty and maintenance charges
for the assignment period.
5.3.13 Manpower cost break shall also be provided on monthly basis in the format as
prescribed in Appendix II - Financial Bid Format.
5.3.14 If any or all of the information asked in Appendix II - Financial Bid Format are not
available in the Financial Proposal, the bid is liable for rejection at the discretion of
UTIITSL.
5.3.15 To assist in the examination, evaluation and comparison of bids the UTIITSL or its
consortium partner may, at its discretion, ask the bidder for a clarification of its
bid. Failure to provide the required clarifications in the stipulated time may result
in the result in the rejection of the bid on the grounds of bidder being
unresponsive. However, no change in the price or substance of the bid shall be
sought, offered or permitted.
5.3.16 The placement of work order / purchase order will be according to technical
evaluation of the Bid and after consideration of its price worthiness.
5.4 Payment:
5.4.1 The payment to the sucessful bidder will be made for the proposed solution and
maintenance with support as follows:

Cost Portion Payment Stage Payment Amount (in %)

Capital Cost Mobilization Fee 10% of Contract value will be paid


within 30 days after submission of
performance bond and signing of the
contract.

Batch wise payment The 80% of the capital cost will be


released to the successful bidder on
satisfactory supply, installation,
integration, training, commissioning
and user acceptance of the system in a
lot of 20% of capital cost for every 55

Page 21 of 96
Request for Proposal for CCTV
Version Final

numbers of buses. The last batch will


comprise of 56 buses.

Final Payment The remaining balance of 20% balance


of capital cost shall be released after
final commissioning and 2 months of
successful operation of the solution.
The fixed monthly maintenance and
Recurrent Cost Monthly Payment for
support cost will be made in arrears on
Maintenance & Support
a monthly basis within 30 days of
receipt of Invoice from the successful
bidder.

The fixed monthly operational cost


Monthly Payment for
shall be provided for the assignment
Operation (if any)
period if the service is provided by the
successful bidder.

The payment for the services will be


made in arrears on a monthly basis
within 30 days of receipt of Invoice
from the successful bidder.

5.4.2 The placement of work order/purchase order will be according to technical


evaluation of the Tender and after consideration of its price worthiness.
5.4.3 To assist in the examination, evaluation and comparison of bids the UTIITSL or its
consortium partner may, at its discretion, ask the Bidder for a clarification of its
bid. However, no change in the price or substance of the bid shall be sought,
offered or permitted.
5.5 Bid Security or Earnest Money Deposit (“EMD”)
The proposal should be submitted with an EMD as follows:

5.5.1 Rs. 1,00,000/- (Rupees One Lakhs only).


5.5.2 The above mentioned EMDs should be in the form of a demand draft drawn in
favour of “UTI Infrastructure Technology and Services Limited” on any Scheduled
Bank payable at New Delhi valid for a period of 180 days. The bid submitted
without EMD will be summarily rejected.
5.5.3 The EMD of the successful bidder will be returned when the bidder has signed the
Contract Agreement with the purchaser and has furnished the required
Performance Guarantee.
5.5.4 The EMD will be forfeited:
(i) If a bidder withdraws its bid during the period of bid validity. Or
(ii) If the bidder fails to accept the UTIITSL corrections of arithmetic errors in
the bidder’s bid (if any), as the case may be, which in the opinion of UTIITSL
may delay or adversely affect the contract or

Page 22 of 96
Request for Proposal for CCTV
Version Final

(iii) If the Successful bidder fails to sign the contract agreement with the
purchaser, or
(iv) If the Successful bidder fails to furnish the Performance Guarantee within
the stipulated time.
(v) if the bidder fails to honour the terms and conditions of work order placed on
the basis of the bid
(vi) if the bidder does not start the work or does not supply the goods/material or does
not render the services

5.6 Eligibility / Pre Qualification Criteria


5.6.1 Bidders that meet ALL of the eligibility / pre-qualification criteria need only apply.
The following criteria must be met in order for a proposal to be qualified:
5.6.2 The bidder must be a company/firm incorporated that is registered either in India
or country of origin and operating for the past 3 years. (Copy of the “Letter of
Incorporation/ registration” should be submitted.)
5.6.3 The bidder should have support centre in India at the implimentation location, like
Jaipur/Delhi/Mumbai or any other city.
5.6.4 Bidders, those who have either existing, fully equipped with required skills
authorized service agents or support centres at locations as defined in section 5.6.3
of this section will have added advantage; however the bidders who do not have
such centres should provide an undertaking (refer Appendix XIII - Declaration for
Point of Presence) with the given time frame of 1 month and skill strength to open
and operate the centre in India.
5.6.5 The Bidder should be an OEM (Original Equipment Manufacturer) or an authorized
agent / reseller / channel partner of the OEM or a system integrator having a tie-
up with the OEM whose products have been proposed for this bid. The bidder is
required to submit documentary evidence.
5.6.6 Quality Certification
5.6.6.1 ISO 9001:2000 for Quality Assurance (development, production and supply) at the
time of submitting the bid document and throughout the assignment period.
5.6.6.2 Other Product related Certifications such as FCC/ UL/ cUL and EN 50132/ 55022/
55024 /61000 shall be provided at the time of submitting the bid document and
throughout the assignment period.
5.6.7 The bidder must have minimum annual turnover of INR 50 Lakhs for each of the
last three (3) financial years who have implemented CCTV Systems viz 2009-10,
2010-11, 2011-12 and should also be in profit for the same financial year.
(Certified / Audited Balance Sheets and P&L statements for last 3 years should be
submitted in support of the turnover and profitability.
5.6.8 Documentary proof in the form of a Certificate from the statutory auditor of the
Bidder’s company strictly as per the format specified in Appendix III – Financial
Eligibility & Pre - Qualification Proposal duly signed and stamped by the statutory
auditor needs to be submitted as proof for the above. Any declaration or letter

Page 23 of 96
Request for Proposal for CCTV
Version Final

from the Bidder in any other format will not be accepted.


5.6.9 The bidder should have a minimum of 3 years experience in supply, installation,
configuration, commissioning and maintenance of Closed Circuit Television
System.
5.6.10 Technical Experience and experienced staff of the bidder:
5.6.10.1 The bidder should have minimum 2 project experience of implementing Closed
Circuit Television Systems of similar magnitude in transports organizations
(preferable) or similar projects in the last 3 years. Each of the project should be
having at least 200 cameras installations in the CCTV system;
5.6.10.2 Surveillance projects in Transport / Traffic domain involving CCTV cameras is
preferable.
5.6.10.3 The preference would be given to bidder having experience in Information
Technologies in Transport.
5.6.10.4 The support staff should have minimum 2 to 3 years of experience with required
skills and certification (if any).
5.6.10.5 The bidder should have minimum 10 to 15 regular subject matter technical
professional employees on its payrolls as on last month of the bid publication.
5.6.11 The bidder shall submit an authorization as a Power of Attorney signed by legally
authorized signatories as per Appendix V - Power of Attorney Format.
5.6.12 The bidder who have earlier been barred or blacklisted or banned or suspended
by any entity of GOI or World Bank or by any state government or central
government /department/agency in India or aboard from participating in any
bidding process shall not be eligible to submit a bid at any stage, if such bar
subsists as on the Proposal Due Date. The Bidder shall be required to furnish an
affidavit verifying that neither he nor the OEM have been black listed/ banned/
suspended as per format provided in Appendix VIII – Format of Affidavit Certifying
no Blacklisting.
5.6.13 During the bidding process or period of the contract, if it is found that the
successful bidder has submitted any false information/documentation, even after
the award of contract shall lead to termination with immediate effect and the
performance guarantee will be forfeited.
5.7 Authentication of Bid
The original and the copy of the Bid shall preferably be type written and shall be
signed by a person or persons duly authorized by the bidder in this behalf by way
of a Power of Attorney duly executed by the bidder in the format set forth in
Appendix V - Power of Attorney Format hereto. The person or persons signing the
Bid shall initial all pages of the Bid.
5.8 Authorized Signatory
The bid can be forwarded by bidder or bidder’s representative. Representative will
have to enclose the Letter of Authority/ the Power of Attorney along with this offer
or when demanded by UTIITSL, otherwise the offer is liable to be considered null
and void at any stage as per the decision of UTIITSL.

Page 24 of 96
Request for Proposal for CCTV
Version Final

5.9 Validation of Interlineations in Bid


Any interlineations, erasures or overwriting shall be valid only if the person or
persons signing the Bid have authenticated the same with their respective
signature alongside such interlineations, erasures or overwriting.
5.10 Number of Copies of Bid
The bidder shall submit one original and one copy of the Technical and Financial
Bids and shall be clearly marked as follows:
1. “Technical Bid – Original” and “Technical Bid – Copy” as appropriate. In the
event of any discrepancy between the original and the copy, the original shall
govern.
2. “Financial Bid – Original” and “Financial Bid – Copy” as appropriate. In the
event of any discrepancy between the original and the copy, the original shall
govern.
All bidders shall submit both the Bids in PDF format in a CD/DVD along with the
hardcopy.
5.11 Submission of Bids
The Bids shall be submitted in three envelopes viz.
5.11.1 Envelope 1:
The envelope 1 contains the EMD and Cost of Bid document as prescribed in the
bid document in respective sections 5.5.1 and 4.44. The envelope should be super
scribed as “Bid Security and Bid Price for Design, Build, Maintain and Transfer
Closed Circuit Television System for Public Transport Organizations” at the top
left corner.
5.11.2 Envelope 2:
The envelope 2 contains all the required Prequalification documents, clause-by-
clause compliance to the technical specifications of the equipments as prescribed
in the bid document, all technical literature, brochures etc. In the technical
proposal, there should not be any indication about the prices (printed or
otherwise) of any of the products offered. The envelope should be super scribed as
“Technical Proposal for Design, Build, Maintain and Transfer Closed Circuit
Television System for Public Transport Organizations” at the top left corner.
5.11.3 Envelope 3:
The envelope contains with the Financial Proposal and should be super scribed as
below:
Envelope – 3 Financial Proposal for Design, Build, Maintain and Transfer
Closed Circuit Television System for Public Transport Organizations”
5.11.4 All the sealed envelopes should again be placed in a sealed cover super scribed as
“UTIITSL/CMC-AFC/2012-13/01”, Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations” which will be
received in the office of Chief Technology Officer, UTI Infrastructure Technology
and Services Ltd., Ground Floor Jeevan Tara Building , New Delhi, up to the due
date and time mentioned in the Schedule of Events (Section 3) of this bid

Page 25 of 96
Request for Proposal for CCTV
Version Final

document.
5.11.5 The outer as well as inner envelopes shall indicate the name and address of the
bidder to enable the Bid to be returned unopened in case it is received late.
5.11.6 If the outer envelope is not sealed and marked as above, UTIITSL will assume no
responsibility for the misplacement or premature opening of the Bid.
5.12 Period of Validity of Bids
5.12.1 Validity Period
Bids shall remain valid for a period of six months (180 days) after the date of bid
opening prescribed by UTIITSL. UTIITSL reserves the right to reject a Bid as non-
responsive if such Bid is valid for a period less than six months (180 days) and
UTIITSL shall not be liable to send an intimation of any such rejection to such
bidder.
However, in case of rate contract, the rates will be valid for a period of minimum
two year, extendable by mutual consent for one more year. The agreement which would
be entered into with the bidder / vendor / agency or the work order which would
be issued to the bidder / vendor / agency would define the validity of
the rates more specifically and that would be overriding this clause. In case of
rate contract, the Purchase Order will be issued as and when the requirement arises.
5.12.2 Extension of Period of Validity
UTIITSL may solicit the bidder’s consent for an extension of the period of Bid
validity during or expiry of the validity. Any such request by the UTIITSL and the
response thereto shall be made in writing and such extension of Bid validity period
by the bidder should be unconditional and irrecoverable. A bidder accepting the
request of UTIITSL shall not be permitted to modify its Bid.
5.13 Bids Submission Details
5.13.1 Bids Submission Location
Bids shall be addressed to UTIITSL and submitted at the following address at the
schedule time and date provided in section 3 of this document:
Chief Technology Officer
UTI Infrastructure Technology and Services Limited
(A Govt. of India Company)
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi - 110001
5.14 Deadline for Submission for Bids
5.14.1 Last Date and Time for Submission
The Bids shall be received by UTIITSL at the specified address, latest by the
Deadline for Submission of Bids. In the event of the specified date, which is
stipulated as the Deadline for Submission of Bids, is declared as a holiday for
UTIITSL, the Bids will be received up to the appointed time on the next working
day.

Page 26 of 96
Request for Proposal for CCTV
Version Final

5.14.2 Extension of Deadline for Submission of Bids


If the need so arises, UTIITSL may, in its sole discretion, extend the Deadline for
Submission of Bids by amending the bid document by issuing a corrigendum. In
such event, all rights and obligations of UTIITSL and bidders previously subject to
the earlier deadline will thereafter be subject to the deadline as extended. Any such
change in the Deadline for Submission of Bids shall be notified to the bidders by
dissemination of requisite information in this behalf in writing by email and will be
published on the website www.utiitsl.com
5.14.3 Late Bids
Any Bid received by UTIITSL after the Deadline for Submission of Bids prescribed
by UTIITSL will be summarily rejected and returned unopened to the bidder.
UTIITSL shall not be responsible for any postal delay or non receipt/non-delivery
of any documents. No further correspondence on this subject shall be entertained
by UTIITSL.
5.15 Modification and Withdrawal of Bids
5.15.1 The bidder is allowed to modify or withdraw its submitted bid any time prior to
the last date prescribed for receipt of bids, by giving a written notice to UTIITSL.
5.15.2 Subsequent to the last date for receipt of bids, no modification/withdrawal of bids
shall be allowed.
5.15.3 The bidders cannot withdraw the bid in the interval between the last date for
receipt of bids and the expiry of the bid validity period specified in the Bid. Such
withdrawal may result in the forfeiture of its EMD from the bidder.
5.15.4 The bidder shall send all modifications in a sealed envelope through recognized
courier service, registered post or by hand. Any such modification shall comply
with the general terms of this bid document.
5.16 Opening of Bid Document
The Evaluation Committee or its authorized representative will open the bidders
as per the following Sequence;
(i) Phase 1: Earnest Money Deposit (EMD) and Bid Document Cost (BDC)
Deposit
(ii) Phase 2: Pre Qualification & Technical Proposals
(iii) Phase 3: Financial Proposals
5.16.1 Phase -1: EMD & BDC: First, the envelope containing the Earnest Money Deposit
and Bid Document Cost will be opened and is found furnished by the bidders, then
the second envelope containing Pre-Qualification & Technical Proposal documents
shall be opened. At any stage during the evaluation, if the EMD is found invalid, the
respective bidder’s bid will be summarily rejected.
5.16.2 Phase -2: Pre-Qualification and Technical Proposal: The bidder shall have to
fulfill all the Pre-qualification Criteria as specified in sections 5.6 in totality and
submit all the required documents that relate to the Pre-qualification Criteria
terms and conditions. These documents will be scrutinized along with the
Technical Proposal evaluation as specified in section 7.2.1.

Page 27 of 96
Request for Proposal for CCTV
Version Final

5.16.3 Phase -3: Financial Proposal: The Price Bids of only the qualifying bidder who are
short-listed as per section 7.2.2.
(i) Financial Bids shall be opened, in the presence of Bidders’ representatives
who choose to attend the Financial Bid opening on such date and time, which
shall be communicated to the Bidders, whose Technical Bids are accepted.
The Bidder’s representatives who are present at such opening of Financial
Bids shall sign a register evidencing their attendance as a witness to the Bids
opening process. The name of Bidder, Bid rates, etc. will be announced at
such opening.
(ii) In respect of bids in other currencies, equivalent amount in Indian Rupees
shall be worked out based on the conversion (selling) rate for the currency
in question announced by the Reserve Bank of India prevailing on the date of
bid submission defined in this document.
(iii) The Financial Proposal Evaluation will be based on the “Total Cost”, which
would be the total payouts excluding Operation including all taxes, duties
and levies for each of the followings categories:
(a) Costs of supply, design, install, configure, integrate, test, commission
and maintain equipments and system of the Closed Circuit Television
System Solution; and
(b) Maintenance and support costs.
(iv) Operation Cost of the Financial Proposal would be evaluated separately
(v) The Financial Proposal shall be evaluated separately as defined above (Refer
section 5.16.3 (iii) & (iv)
5.16.4 Rejection of Bid
A Bid is likely to be rejected by UTIITSL without any further correspondence, as
non-responsive, if:-
a. Bid is not submitted in the manner as prescribed in the Instructions to bidders
Section of this bid document and is otherwise not in conformity with the terms
and provisions of this bid document; or
b. Bid is not submitted in the bid-forms annexed in the bid document; or
c. Bid is submitted by telex, fax or email; or
d. Failure to reply to any requested clarifications or questions in the stipulated
time may result in the result in the rejection of the bid on the grounds of bidder
being unresponsive. The clarifications would have to be submitted in both email
and hardcopy.
e. Submission of misleading/false information in any part of the bid process.
f. Bid Security and/or procurement do not conform to the provisions set forth in
this bid document.
g. Any proposal that fails to meet the Qualifying Criteria or found misinformation
at any stage of evaluation will be considered null and void, resulting in the
bidder being automatically disqualified.
h. Failure of any one (or more) of the conditions set forth herein above shall result
Page 28 of 96
Request for Proposal for CCTV
Version Final

in rejection of Bid.
i. In addition to the foregoing, in the event a bidder makes an effort to influence
UTIITSL in its decisions on Bid evaluation, Bid comparison, or selection of the
successful bidder, it may result in rejection of such bidder’s Bid.
j. Any effort by a bidder influencing the UTIITSL bid evaluation bid comparison,
evaluation team or contract award decisions will result in the rejection of the
bid.
5.17 Award of Contract
5.17.1 UTIITSL will examine the bids to determine whether they are complete, whether
any computational errors have been made, and whether the bids are generally in
order.
5.17.2 Arithmetical errors will be rectified on the following basis: If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price shall be
corrected. If the Bidder does not accept the correction of the errors, his bid will be
rejected. If there is a discrepancy between words and figures, the amount
mentioned in words will prevail.
5.17.3 The award will not necessarily be made to the bidder offering the lowest price.
5.17.4 The bid will be awarded provisionally to the bidder who have scored maximum
overal subject to successful contract.
5.17.5 UTIITSL also reserves the right to invite the L2 or technically lead bidder to match
the rates of L1 bidder. But inviting L2 bidder does not guarantee an order from
UTIITSL. It only empanels L1 and L2 bidder for any further work through UTIITSL
and its consortium partner.
5.17.6 UTIITSL will establish the overall project cost and rates for BOQ through this bid
process. UTIITSL then reserves the right to place order on the successful bidder
through the consortium partner in this Project. Necessary guarantees will be given
to ensure receipt of payment as per purchase order.
5.17.7 Upon the successful bidder’s furnishing Performance Guarantee, UTIITSL will
promptly notify each unsuccessful bidder and will discharge its bid security.
5.17.8 UTIITSL will notify the successful bidder on its intention to award the work
through “Letter of Award” mentioning the total Contract Value.
5.17.9 UTIITSL will subsequently send the successful bidder the Contract / Agreement,
incorporating all agreements between the parties through its consortium partner.
5.17.10 Bidders should note that the awarding of this bid is subject to an agreed contract
as per the terms of UTIITSL. All services and deliverables, including a detailed
implementation plan, will be specified in the contract. If the contract negotiation
fails then the UTIITSL will enter into contract negotiations with the next preferred
bidder at the same price of the first successful bidder.
5.17.11 The successful bidder will sign the agreed contract document with the consortium
partner of UTIITSL prior to commencement of the project.

Page 29 of 96
Request for Proposal for CCTV
Version Final

5.18 General Instructions to the Bidders


5.18.1 The remuneration, which the Successful bidder shall receive from the contract, will
be subject to normal tax liability in India.
5.18.2 All cutting, overwriting in the proposal should be authenticated by the initials of
the authorized signatory. In case of any calculation error the unit rates would
prevail. The amount will also have to be written in words.
5.18.3 Successful bidder must ensure the establishment of a fully equipped,skilled
authorized service agents or support centres in India for post-installation services
and support within a period of 3 months from the date of signing the agreement
(refer Appendix XIII - Declaration for Point of Presence).
5.18.4 With the submission of this Tender, the Bidder accepts the conditions and
evaluation process of the tender.
5.18.5 If the items and services supplied are not in conformity with the specification and
requirement of the bid as expected to adhere with the quality and the professional
standards in a similar domain, it will have to be replaced at the risk and at the cost
of the bidder.
5.18.6 The bidder or any of consortium partners have to declare any litigation on / by
them on / by any government organisation. Failure to disclose the information
would lead UTIITSL at its discretion take the appropriate action as may deemed fit
in the best interest of the Project including result in the disqualification of the
application.
5.19 Contacting the Bidder
Any effort by a bidder influencing the UTIITSL bid evaluation bid comparison,
evaluation team or contract award decisions will result in the rejection of the bid.
5.20 UTIITSL Rights
5.20.1 To award this bid at its sole discretion, therefore reserves the right to award all, or
part, or none of this bid.
5.20.2 To accept in its sole and unfettered discretion any bid for whole or part quantities
/ part work.
5.20.3 To make changes within the scope of the contract at any point of time before or
after the award of the contract to fulfill the changes that may be required for this
project.
5.20.4 At its sole discretion to change / alter / modify scope of work after the selection of
successful bidder and make the necessary price modification (if any) as per the line
item price before / after the award of work.
5.20.5 To award the contract to one or more number of bidders / vendors / agency, either
on lowest price, equal price or on different prices.
5.20.6 To enter into parallel contracts simultaneously or at any time during the period of
the contract with one or more bidder(s) as UTIITSL may deem fit.
5.20.7 To place adhoc order simultaneously or at any time during the period of the
contract with one or more bidder(s) for such quantity and for such jobs as UTIITSL
may deem fit.

Page 30 of 96
Request for Proposal for CCTV
Version Final

5.20.8 UTIITSL does not bind itself to accept the lowest or any bid to assign any reason
for non-acceptance of the same.
5.20.9 To ask for a technical elaboration/clarification in the form of a technical
presentation from the bidder on the already submitted Technical Proposal at any
point of time before opening of the Financial Proposal. The bidder has to present
the required information to UTIITSL and its appointed representative on the date
asked for, at no cost to the UTIITSL.
5.20.10 To accept or reject any bid, and to annul the bidding process and reject all bids, at
any time prior to award of contract without assigning any reason whatsoever and
without thereby incurring any liability to the affected bidder or bidders on the
grounds of UTIITSL’s action.
5.20.11 As this is a citizen centric service, if at any time any eligible bidder for any reason
whatsoever pursues legal action unilaterally against UTIITSL concerning the this
project without mutual discussions, with an aim to derail the due process and
progress, UTIITSL reserves the right to continue with the project until a mutual
settlement is agreed between the concerned parties through/out of a court of law
This does not curtail in any way, the bidder’s and UTIITSLs’ rights for legal
remedies, reprieve and representation.
5.20.12 To change the period depending upon the deliverable and performance criteria of
the successful bidder.
5.21 Subcontracting by the Bidder
5.21.1 If sub contracting for specialized work is required, the Successful bidder will take
prior permission from UTIITSL. Under all circumstances, the value of the works
sub-contracted by the successful bidder should not exceed 25% of the Contract
Price. The bidder is required to provide the details of the activities that it proposes
to subcontract to third parties.
5.21.2 If any subcontracting is being done, the successful bidder has to submit the
required details in presecribed format as mentioned in Appendix I - Technical Bid
(11.2, 11.3, 11.5) and Appendix III – Financial Eligibility & Pre - Qualification
Proposal.
5.21.3 In any case, the Successful bidder shall be solely responsible to ensure compliance
of all obligations under the contract.

Page 31 of 96
Request for Proposal for CCTV
Version Final

6 REQUIREMENTS OF CLOSED CIRCUIT TELEVISION SYSTEM


SOLUTION
6.1 Project Outline Description

Public transport system today, both in urban locations as well as nationwide, cover
very big security risk. The number of locations, vehicles and length of
infrastructure are diverse and disperse. The multitudes of security related events
that originate not only form the volume of passengers but are also a mirror of
society’s issues & problems.

The vast number of people using public transport makes it more difficult to
monitor and provide security for passengers. Add to this the high number of
entrances and exits on buses and depots lead to management challenge for
effective monitoring and surveillance on daily basis.

Safe guarding passengers and their assets during the complete travel from the very
start of the journey until the final stop and exit out of the public transport system
and protecting the operating personnel during their complete work shifts whether
it is day or night regardless of location.

There is a big difference between handling and vandalism at a station, managing a


response to pick pocketing or other disorderly behaviour on board a bus and
intercepting material theft or detecting and preventing graffiti before it takes
place. Surveillance systems are great at capturing these types of events, being the
prolonged eyes.

The objective of electronic security and surveillance systems in the public


transport to serve as the instrumental tool for security operators to be able to
assess the situation at hand and make a decision remotely on what to do for each
specific case. The ability to connect the right response to the right incident is the
role of the surveillance system at its essence.

Page 32 of 96
Request for Proposal for CCTV
Version Final

6.2 CCTV System Introduction

Closed Circuit Television (CCTV) System refers to an overt (visible) or covert


(hidden) video system intended for only a limited number of viewers, in this case,
the viewing stations, unlike the normal TV system which is broadcasted to the
public. The system captures motion pictures through installed cameras and
transmits the video stream through a communication medium to the monitors
where they are intended to be viewed or monitored.

CCTV had almost become a synonym for security at a point in time and even today,
is considered to play a major role in the security and surveillance industry.
Initially, developed as a means of security in banks and casinos, the CCTV system
has now become an integral part of any security system being implemented across
the world. CCTV systems are imperative for all businesses and especially in the
Public Transport Industry where the security of the commuters is a major
requirement. A CCTV system is a perfect deterrent, as a mere sight of cameras
installed in the premises is enough to evade most criminal tendencies in that
particular area.

Figure 1: CCTV Monitoring

Like above, a CCTV system having a monitoring station clubbed to it can view and
monitor almost all the activities happening in an area and can probably help
foresee an unwanted event before it happens.

Page 33 of 96
Request for Proposal for CCTV
Version Final

6.3 Diagrammatic Representation

Figure 2: Proposed CCTV System Design


The above figure demonstrates the basic idea of how the system needs to be with the legends labelling each module separately for
clear understanding

Page 34 of 96
Request for Proposal for CCTV
Version Final

Figure 3: Camera connectivity


The above figure clearly shows the connectivity idea between the cameras and the MDVR and the MDVR being connected to the Depots and then to the
Central Control Station. Any alerts generated needs to be notified at the Depots and the Central Control Station.

Page 35 of 96
Request for Proposal for CCTV
Version Final

6.4 Functional & Technical Requirements


6.4.1 The bidder should provide the required IT infrastructure hardware and software
components to implement the respective solution defined as various parts in this
document.
6.4.2 The bidder shall supply the required equipment and devices to build a Closed
Circuit Television System. The solution should have Control and Command Centre
facility for administration, monitoring and archive retrieving and also a local
server storage and archive retrieval system at the depot.
6.4.3 The bidder shall provide servers with appropriate accessories, monitoring and
management tools.
6.4.4 The bidder shall provide appropriate storage capacity for the total solution.
6.4.5 The bidder should provide all required operational and Integrated Test Facility
equipment’s.
6.4.6 The bidder should provide required networking operational communication
network including necessary hardware/equipment for respective domain/part of
the tender.
6.4.7 The system network shall be designed in such a way that it meets the performance
requirements for the system such that it is adaptable and can meet the changing
business requirements including reliability, new software applications or service
additions, high availability and security.
6.4.8 The system network shall be designed with confidentiality and security of data as a
priority and its design will include levels of redundancy, fault tolerance and
disaster recovery based on business requirements.
6.4.9 The bidder shall be required to design, develop, supply, install, test, commission,
operate and maintain all components of the network for their respective domain.
6.4.10 The entire network shall be managed through a dashboard style Graphical User
Interface (GUI).
6.4.11 The bidder shall provide 3rd party Software, wherever required, to complete the
required functionality of the respective domain.
6.4.12 The bidder shall provide the required facility for System diagnostic and error
monitoring mechanism.
6.4.13 The bidder shall provide necessary mechanism with process to report faults and
its resolution to measure and monitor SLA.
6.4.14 The bidder shall provide the required Software Development Kit (SDK) and
Application Programming Interfaces (APIs) to enable integration with various
systems.
6.4.15 The bidders should provide the required backend solution based on objective and
minimum requirements. The supplier is required to design, supply, install, test,
commission, operate and maintain the solution for the various systems as defined
in the scope for the respective parts including manpower but not limited to:

Page 36 of 96
Request for Proposal for CCTV
Version Final

(i) All required IT Hardware infrastructure and software including server at


Depot.
(ii) All required infrastructure and software which should include:
a. Base Station with control center,
b. Database and software to store CCTV Surveillance and record
information,
c. CCTV Application (if any),
d. Surveillance Review software with Zoom, store, forward and backward
viewing facility of downloaded data,
e. Necessary connectivity between Bus and Depot, and
f. Backup and restore facility for the solution.
(iii) All required 3rd party software’s such as Operating System, Antivirus etc.
(iv) All required licenses to make CCTV operational.
(v) System Warranty and without any additional cost.
(vi) Furniture and fixtures required for operation.
6.4.16 In-Bus requirement
6.4.16.1 The architecture including 2 cameras and 1 MDVR should be implemented inside
the bus which should cover the entire view of the bus from the inside without any
blind spots.
6.4.16.2 The MDVR should have a provision for connecting with the Depot Server for on-
demand live video streaming.
6.4.16.3 All the equipments to be installed inside the bus should be rugged in nature in
order to withstand harsh road and temperature conditions.
6.4.17 Local Archive Station (Depot)
6.4.17.1 A local archive and archive retrieving station needs to be established at both the
Depots where archival of the data from buses, retrieval of archived data and local
viewing of the retrieved data would be made possible.
6.4.17.2 The required hardware, software, and network connectivity along with operation
and coordination personnel along with a smooth working environment needs to be
provided by the bidder.
6.4.17.3 The required space & electric connection for establishing the Local Archive Station
and the electricity bill of the same will be provided and borne by the bidder.
6.4.17.4 The bidder should provide/suggest and implement an organized data transfer
solution from buses to depot server (/storage).
Example: An organized roaster schedule can be made to be followed for the buses
through which it can be arranged that data from a particular bus is
transferred to the depot server only and not more than 4 times in a
month.

Page 37 of 96
Request for Proposal for CCTV
Version Final

This would organize a group of buses (say 30-40 or less) in queue for
data transfer on a particular day, which would reduce the bandwidth
load on the network.
NOTE: The above example is strictly for understanding purpose only and is
not to be misunderstood as a mandatory requirement of the tender.
6.4.18 Central Command Station
6.4.18.1 A Central Command Station would be needed at Head Office (near Data Centre) for
regular monitoring, operations, reports printing related works under CCTV.
6.4.18.2 The required LCD/LED screen, computer hardware, software, printer, UPS,
network connectivity, antivirus, Air Conditioners, furniture & fixture and
management level personnel for coordination amongst various stakeholders
would also be required.
6.4.18.3 The required space & electric connection for establishing a Central Command
Station will be provided by UTIITSL.
6.4.18.4 Typical list of items for Central Command Station are as follow:
(i) Desktop computers & UPS
(ii) Laser Printer MFP & Duplex
(iii) LCD/LED Screen (min 72“)
(iv) Cabling
(v) Connectivity to access Central Application.
(vi) And all other accessories that will ensure the proper functionality of the
entire system.
6.4.19 Incidental Services
The bidder shall be required to provide all of the following services:
(i) The successful bidder shall be required to undertake to design, built,
document, maintain and transfer the entire system during the contract
period.
(ii) After initial warranty period of two (2) years, the bidder shall provide
maintenance and support services on annual basis. After the initial
maintenance and support contract, it will be renewed for a mutually agreed
term based on satisfactory performance of the previous period for the
subsequent year.
(iii) The conditions of uptime commitment and service level parameters
governing during the contract period shall prevail for the subsequent
maintenance and support services also.
(iv) Development of Closed Circuit Television and security policy and procedure.
6.4.20 System Performance and Availability
(i) The IT Infrastructure for production environment should be designed in
such a way that the infrastructure shall be made available 99.5% without
single point of failure.

Page 38 of 96
Request for Proposal for CCTV
Version Final

(ii) The system shall be operational, reliable, and available (24 hours by 7 days
per week, 365 days in the year) for essential business processes and
mission-critical business operations.
(iii) The redundancy factor shall be such that the load on any of the component
shall not exceed 70% of the capacity at full operation.
(iv) System performance standards should meet industry standards based on the
technology used. In general the system should support:
a. 1-2 second response time for data input after pressing the Enter (save)
key to display a response.
b. 1.5 seconds response time for online enquiry.
The bidder from their current experience, they are required to provide
performance details for the proposed solution (both software solution and the
proposed hardware) in terms of responses for various screens, queries and reports
over Local Area Networks (LAN) / Wide Area Networks (WAN) and also through
web interface. These will be used for acceptance of the proposed solution. Further
it shall also be considered as benchmark throughout the life cycle of the solution
for performance evaluation.
6.4.21 Data Backup and Archival
The bidder shall be responsible to put in place a mechanism for efficient data
backup and recovery for the scoped items at Depots. They shall develop a strategy
for backup, archiving and recovery of the data and submit the same to UTIITSL for
review and approval.
6.4.21.1 Data Backup and Recovery process:
(i) Data backup of all devices and solution components shall be maintained in
order to ensure continuity of business operations.
(ii) Detailed recovery processes shall be laid to allow restoration of information
from backups.
(iii) The bidder shall need to ensure that data is complete i.e. no data is lost in the
System.
(iv) The functionalities and performance of the System shall not degrade during
backup process.
(v) The system should have provision to identify and load the data from data
archive if need arises.
(vi) The data should be made available for:
a. 7 days in the MDVR /
b. 30 days in the server available at the depots

Page 39 of 96
Request for Proposal for CCTV
Version Final

6.4.22 Training
6.4.22.1 General
(i) The bidder should provide information on the training courses offered with
duration of each module and required knowledge for UTIITSL and its
consortium staff to attend such courses.
(ii) Bidder should clearly specify with the training schedule and infrastructure
required for imparting such training.
(iii) UTIITSL would require training to be given to separate group of officials
handling operation or technical. Technical training would be given to the
Technical team comprising of technical staff along with software developers.
(iv) Bidder must ensure that adequate training shall be provided to UTIITSL
Technical and operational staff to handle first / second level maintenance
and operations.
(v) Training should be imparted for faculty development to UTIITSL who will
further provide training to UTIITSL staff and other participating system user
team.
(vi) The bidder will provide all documentation including any customized changes
specific to UTIITSL and its consortium.
(vii) The bidder shall provide training documents (Hard and soft copy) to
UTIITSL.
6.4.22.2 Operational Training on CCTV Solution
(i) All modules will include manuals describing usage and operational
procedures
(ii) All modules will include manuals describing parameter details usage and
settings.
(iii) All modules will include an IT and CCTV Operations Trouble Shooting guide.
(iv) Security controls training
(v) Start and End of day process execution, control and monitoring training
6.4.22.3 End-user’s various group Training on CCTV Solution
6.4.23 Solution Testing
The bidder shall provide the test plan and strategy along with the following:

6.4.23.1 Test Case Preparation


(i) The bidder should list out all test cases to demonstrate the capabilities of
implemented solution.
(ii) Test cases must cover all the aspect of solution and must be exhaustive in
nature. Test cases for acceptance of product / solution would be finalized in
consultation of UTITSL Technical Team.

Page 40 of 96
Request for Proposal for CCTV
Version Final

(iii) The bidder shall provide all documentation related to the solution such as
system architecture, design details, explanation of functionalities etc. to be
provided to UTIITSL
6.4.23.2 User Acceptance Test (UAT)
(i) UTIITSL and bidder technical team would conduct the UAT of the solution as
defined in the Scope of Work and System requirement specification.
(ii) Bidder has to extend all the support, documentation, explanation of
functionalities etc. to UTIITSL.
6.4.23.3 Load Testing and Stress Testing
(i) The bidder must arrange to demonstrate that the system is able to perform
under high load.
(a) CPU utilization must not cross beyond 70% at any time of processing
(b) Video streaming over the internet remotely.
(ii) Stress testing scenario must be simulated in order to ensure that system
should perform and recovery in a graceful way.
6.4.24 Delivery of Materials and Related Documentation
6.4.24.1 The bidder shall provide all documentations be written in English and provide
information on all aspects of installing the element. In addition Operating manual
shall be also in Hindi.
6.4.24.2 All documents shall have an index of all hand books, drawing, design document etc.
shall be available with each set.
6.4.24.3 The standard of documentation required should be such that all elements of the
solution can be maintained effectively and efficiently in terms of availability,
operation and control by the users without any referral or assistance from the
bidder.
6.4.24.4 The successful bidder shall submit all documents on System Architecture,
installation Procedures / drawings for all equipment, details of fault diagnostics,
Operating and Maintenance Manuals, FAT and SAT reports of all equipment and
solution.
6.4.24.5 The successful bidder shall submit the layout drawings of the deployment of CCTV
equipments clearly depicting its integration and logic flow with other devices and
systems. The drawing shall be the “as built drawings” and shall also include the
networking arrangement for fully operational solution.
6.4.24.6 The bidder shall submit all required documents for the goods / material and
services such as Installation, fault diagnostics, operation and maintenance manual.
6.4.24.7 The successful bidder shall supply the following sets of documents in addition to
section 6.4.24.8 & 6.4.24.9.
(a) Equipment layout drawings
(b) Cabling diagrams
(c) Overall system Architecture, description of hardware/ software with data
sheet.
Page 41 of 96
Request for Proposal for CCTV
Version Final

(d) Schematic drawings of all circuits in the system.


(e) Equipment installation drawings
(f) Installation instructions and testing procedures
(g) Acceptance testing Procedure (FAT/SAT) schedules
(h) Emergency action procedure
6.4.24.8 There will be a requirement for the provision of both user and technical
documentation to support on-going operation of the system. This will encompass:
(i) System Specification
(ii) Detailed Functional Specification
(iii) System Implementation strategy and plan
(iv) Network and security strategy and implementation plan
(v) System Integration and Interface document with various systems and
devices
(vi) System and network testing including load test
(vii) Installation and configuration of in bus equipments
(viii) Installation and configuration of backbends at Depot and controls centre
(ix) Factory Acceptance Test (FAT) results of the material together with
information on the method of the testing and report
(x) User manual for the applications associated with the solution.
(xi) Operations Procedures manual: including procedures for fault logging, help-
desk and support and fault resolution.
(xii) Training Manual for all levels of operational staff
(xiii) Disaster Contingency Plan and Procedure(s)
(xiv) Any other relevant document
6.4.24.9 Additionally, bidders are expected to produce a Site Manual. Such a manual is not
expected to replace the product specific manuals. The contents of the manual shall
include but not be restricted to:
(i) Configuration details of each Server
(ii) Server and PC application Software Details (including software and service
pack version)
(iii) Security features
(iv) Backup strategy and procedure including site script
(v) Details of the backup media, including the media names
(vi) Details the backup schedule
(vii) Restoration procedures
(viii) Network Configuration and Plan
6.4.24.10 Manuals and the appropriate media (CDs / DVDs) must be provided for every copy
of software supplied, including the operating system.
6.4.24.11 The bidder shall provide two (2) full sets of documents for each element supplied.
This documentation shall be written in English and provide information on all
aspects of installing the element.
Page 42 of 96
Request for Proposal for CCTV
Version Final

6.4.24.12 All documents to be submitted by the bidder shall be in the form of bounded hard
copies along with softcopy in DVD/CDs.
6.4.25 Security Management
6.4.25.1 The CCTV System shall be designed in a way so as to ensure maximum security of
all sub-systems/ components of the System. The CCTV System should be suitably
protected from internal as well as external threats.
6.4.25.2 The bidder shall develop suitable security architecture, covering all sub-systems/
components and submit it to UTIITSL for review and approval.
6.4.25.3 The main features of Security Management will include, but not limited to the
following:
(i) The System will be developed to be protected from the attacks of viruses,
malware, intrusions etc.
(ii) The bidder shall ensure to have suitable security policies, processes and
monitoring built-in the solution and enforced to the fullest extent to prevent
unauthorized access, hacking, denial of service attack and / or other security
threats / vulnerabilities.
(iii) All critical information like the customer bank account details and other
sensitive financial data (internal as well as external) will be protected to
meet applicable banking industry standards/ other applicable laws.
6.4.26 Maintenance and Support
6.4.26.1 The Maintenance and Support services are the practice to maintain the CCTV so
that the item / solutions can perform its function day-to-day effectively and
efficiently. The bidder shall ensure the items / systems availability 24x7x365;
6.4.26.2 The bidder should provide clearly marked Service Level Agreements (SLAs) for
each service to meet the expectation of the stakeholders and penalties applicable
for non-delivery.
6.4.26.3 Maintenance and Support services of the supplied items / solution based on
defined and agreed SLA in terms of preventive, corrective, adaptive and perfective
methodology;
6.4.26.4 Corrective maintenance to resolve faults and restore services;
6.4.26.5 Preventive maintenance to minimize the downtime and number of faults occurring
in the solution;
6.4.26.6 Provisioning and implementation services tailored to meet UTIITSL needs for
business continuity.
6.4.26.7 Restore system if need arises;
6.4.26.8 Structured problem solving, troubleshooting, bug fixing for items / solution and
interfaces that may occur from time to time;
6.4.26.9 Determine, trace, resolve and document suspected malfunctions and correction
thereof the items / solution;
6.4.26.10 Provide Emergency services if required;

Page 43 of 96
Request for Proposal for CCTV
Version Final

6.4.26.11 Provide planned and ad-hoc maintenance management reports as agreed with
UTIITSL as follows but not limited to;
(i) System Performance
(ii) Fault resolution reports
(iii) System Issues and challenges
6.4.26.12 Attend Management meetings and discussions as and when required or called for.
6.4.26.13 The following software maintenance activities will be provided by the successful
bidder throughout the Contract Period:
(i) Routine and Preventive maintenance services
(ii) Fixing of bugs and carrying out tests as required;
(iii) Assisting in interfacing with other applications as required;
(iv) Carrying out modifications/ up-gradation in the software required due to
any change in hardware/ equipment/ third party software specifications;
(v) Installation, re-installation and reconfiguration of CCTV and its associated
software, required due to any reasons; and
6.4.26.14 The bidder shall perform any update in the System including bug fixing or changes
in the development / test environment before implementing in the production
environment. After successful test a report shall be generated and provided to
UTIITSL’s technical team for approvals to implement in the production
environment.
6.4.26.15 During the Period of Contract, the bidder shall provide onsite support as per the
plan agreed with UTIITSL.
6.4.26.16 The bidder shall undertake repair, maintenance and replacement of all items
related to supplied items / solutions provided by it during the AMC Contract
Period. The maintenance will include all preventative maintenance, unit
replacement, on-call maintenance and scheduled replacement services. The
maintenance activities will comprise of;
(i) Providing all labour, tools, materials, spares, devices and equipment, and the
replacement and/ or installation of all parts, software, components, supplies
and equipment necessary to maintain the item / solution;
(ii) All inspection, monitoring, adjustment, diagnosis, analysis, testing,
replacement and replenishment of parts, devices, equipment, and
consumables, and repair of devices/ equipment;
(iii) Diagnosis, reinstallation, patch implementations, updates/ upgrades, etc. of
various items / solution.
6.4.26.17 The bidder shall maintain adequate stock of spare units for replacement,
components/ spares, consumables, etc., to minimize downtime.
6.4.26.18 The bidder shall try to anticipate defects, based on the alerts and take proactive
actions to prevent occurrence of actual defects, wherever possible and to rectify
defects in minimum time.
6.4.26.19 The bidder shall establish and maintain a comprehensive and document for
Page 44 of 96
Request for Proposal for CCTV
Version Final

Maintenance and Support plan addressing all aspects of the maintenance program.
6.4.26.20 The Maintenance Plan shall be subject to UTIITSL’s review and approval. The
Maintenance Plan will be designed with an objective of minimizing downtime of
any of the system components. The key aspects of maintenance requirements are
described herein.
6.4.27 Operations
6.4.27.1 The operation services include day to day operation of the CCTV Solution and
provide management report on timely basis.
6.4.27.2 The bidder would be responsible to provide skilled resources to maintain the
solution to meet the expectations of the stakeholder.
6.4.27.3 The bidder takes complete, end-to-end responsibility to keep the item / solution in
a working condition by providing set of deliverables as defined in requirements.
6.4.27.4 The bidder should provide clearly marked Operational Level Agreements (OLAs)
for each operational activity to meet the expectation of the stakeholders and
penalties applicable for non-delivery.
6.4.27.5 Provide proactive service CCTV and interfaced system performance optimization;
6.4.27.6 Maintain the CCTV Solution’s functionality and performance acceptable to
UTIITSL;
6.4.27.7 Follow the predefined fault reporting and escalation procedure set for the
maintenance and support;
6.4.27.8 Provided assistance and support to the operational team if required;
6.4.27.9 Manage and maintain change control for respective items / solution provided;
6.4.27.10 Provide planned and ad-hoc management reports on regular basis as agreed with
UTIITSL as follows but not limited to;
(i) System Utilisation
(ii) System Performance
(iii) Fault and resolution reports
(iv) Change, Incident, Problem and Release Management.
6.4.27.11 Attend Management meetings and discussions as and when required or called for.
6.4.27.12 The bidder shall proactively monitor the health of various equipment/ systems,
through automatically generated alerts and alarms.
6.4.27.13 Take the backup of all CCTV Unit from the buses at the end of business day at their
respective Depot and load to Backend server.
6.4.27.14 Log faults reported by the end users and report to provider of maintenance and
support team.
6.4.27.15 Updated fault status and prepare end of day reported faults
6.4.27.16 Make follow-ups on faults
6.4.27.17 Provide assistance to end user in case of problem experienced by them

Page 45 of 96
Request for Proposal for CCTV
Version Final

6.4.28 Minimum Specifications


The bids are invited to Design, Built, Install, Configure, Test, Commission, and
Operate & Maintain Closed Circuit Television System Solution for Public
Transport Organizations with the following specifications.
6.4.28.1 CCTV Technical Parameters:

S.NO. FEATURE REQUIRED PARAMETER

1 Type Analog or Digital

2 Sensor 1/3rd or 1/2nd CCD/CMOS

3 Lens Vari focal / Par-focal

4 Video Format NTSC/PAL

5 Resolution IP CIF 360x240(NTSC) 352x288(PAL),


IP Half D1 720x240(NTSC) 704x288(PAL),
IP D1 720x480(NTSC) 704x576(PAL)
Or,
Analog 600 TVL (Colour)

6 Frame Rate 25-30 FPS

7 Compression Format MPEG-4


H.264

8 Blurriness No blurriness

9 Zoom 4x/5x Optical or Digital (Optional)

10 Connectivity BNC (analog)/RJ45 (IP) as per camera chosen.

11 View Angel Greater than or Equal to 90 degree

12 Illumination 0.01Lux minimum for proper functionality and


clarity even in low light.

13 Audio 1 Channel(mono) minimum

14 Power 8-36VDC

15 Housing Rugged with vibration and shock resistance

16 Casing Vandal Proof

17 Standards IP64 or IP65 or IP66

Page 46 of 96
Request for Proposal for CCTV
Version Final

18 Operating Temperature -20 degrees to +75 degrees

19 Moisture 0% to 95%

6.4.28.2 MDVR/NVR Technical Parameters:

S.NO. FEATURE REQUIRED PARAMETER

1 Inputs 4 minimum

2 Video Input Type BNC (analog)/RJ45 (IP) as per camera chosen.

3 Network TCP/IP and 3G enabled with Wi-Fi as per back-up


design of data chosen.

4 Storage Removable HDD Bay for manual data recovery in


case of emergency

5 Storage Mode 2.5” HDD

6 Storage Capacity 7 days (168 Hours) minimum

7 Clock Built-in clock, perpetual calendar

8 Stream Dual stream for individual recording and live


video streaming

9 Recording Mode Manual and Scheduled/Automatic

10 Operating Temperature -20 degrees to +75 degrees

11 Moisture 0% to 95%

12 Housing Rugged with vibration and shock resistance

13 Power 8-36VDC

14 Security Multiple user access levels with password


protection.
Special File system (NVRFSTM) for recorded files
protection.

6.4.29 Report Management


One of the main objectives is to provide the management with a range of detailed
reports. The reports will include standard reports, exception reports and
Management Information System reports. The report specifications document
shall include but not be limited to data sources, measurement metrics and
anticipated reliability for all reports and submitted to UTIITSL for review and
approval. The main categories of reports will include but not limited to the Report
Management Module that shall meet the following functional requirements:
Page 47 of 96
Request for Proposal for CCTV
Version Final

(i) It is possible to generate reports daily, weekly, monthly, or on ad-hoc basis.


(ii) It is possible to generate consolidated reports as well as separate reports for
different Transit Operators, different modes and non-transit applications.
(iii) It is possible to access reports on computers connected to the Central System
over a secure network.
(iv) The users will be able to view or print reports (based on their roles and
rights) as well as download reports in pdf and spreadsheet formats.
6.4.30 Online Enquiry
The system shall allow performing online enquiry to search records as and when
required.
6.4.31 Clock Synchronization
The System clock shall synchronize with the command and control centre System
to maintain the integrity of the date and time across the solution. The frequency of
synchronization will be a configurable parameter. All devices and sub-systems
within the system (on and off line) shall be time-synchronized.
6.4.32 Audit Trail
Audit trail function of the system shall track, manage and maintain the history of
change in data made across the system along with the user’s details, date and time.
6.4.33 Access controls
The system should have strong user access controls to secure stored data in the
system. The system should also have strong auditing and security functions to
allow administrators to restrict and control the functions that users are entitled to
perform. The system must ensure the following:
(i) Access Control - The mode to access the system should be through
passwords or smartcards or both to ensure that only authorized users gain
access. User passwords in all interfaced or related application (OS Level, DB
Level and Application Level) must be encrypted using industry standard
encryption algorithms. It must support complex passwords using algorithms
and special characters.
(a) System access will be controlled by user Ids and Passwords.
(b) The system should not keep „clear text‟ passwords. One way
encryption must be enforced.
(c) UTIITSL should be able to change database passwords as per their
password policy independent of the application software.
(ii) User Rights
(a) The user rights on the system should be definable so that a user can
perform only those tasks, which are assigned to him. The system must
provide five levels of security, which will include read, write, modify,
execute and delete.

Page 48 of 96
Request for Proposal for CCTV
Version Final

(b) The system should allow creating roles and assigning user right to
specific roles (for example system administrator, database
administrator, inquiry, audit etc.)
(iii) Audit ability – The system should maintain a record of the users who have
accessed the system, resources used and actions performed along with
security violations. System must have a utility to show audit trail to view
history of changes carried out.
(a) Any log file will be held in a secure manner such that unauthorized
access and modification is not possible.
(b) A log file will contain information on all changes to system parameters;
system access rights system defaults and data access, a complete
before and after image.
(c) The system will provide a complete log of:
(i) all successful/unsuccessful events
(ii) accesses to the system/database/application by users
(iii) changes to system parameters, resource /user privileges
(iv) resources used and actions performed with date / time / user-
id/terminal- id/IP Address (including recording all changed
values where applicable) The system should ensure support for
generating user-defined log files that can be used for tracking
user activities.
(d) The system should ensure that audit trail/log files can be accessed
through search screens or MIS reports.
(e) The system should ensure recoding logs are maintained and accessible
in real time.
(f) In version upgrade it should be ensured that logs generated in the
older version should be maintained in readable form and can be used
by the subsequently upgraded versions.

Page 49 of 96
Request for Proposal for CCTV
Version Final

7 EVALUATION PROCESS AND CRITERIA


7.1 Evaluation Process
The UTIITSL will form a selection panel and will manage the evaluation process
with help from other staff with appropriate special business skills.
Responses will be evaluated on the basis of the level of expertise and specialised
knowledge. Evaluators will also consider quality of services and price, and they
will also check that all requirements of the bid document have been submitted.
The Selection Committee will first evaluate the qualification and technical aspects
of the proposed solution and services of the bidders, according to the set sample
evaluation criteria illustrated in the sections 7.1.1 and 7.2.1.
Only those proposals that achieve an overall minimum score of 70% (eighty
percent) for their technical solution will be short listed for further evaluation.
The evaluation process to be adopted by the selection committee will be as
follows:
7.1.1 Compliancy and qualifying evaluation of Bids
All bids received by UTIITSL in response to this bid document shall go through the
Compliancy and qualifying criteria check by the selection committee as specified in
section 5.6. The fully qualified bids will be go through the next stage of evaluation.
(i) The bidder must meet the requirements and conditions as set out in this
document.
(ii) The specified packaging (including different copies) must be as set out in this
document Appendix VII – Format of Response;
(iii) The bidder should submit all supporting documents required to substantiate
the claim. The supporting documents shall include copy of purchase/work
orders (with commercials breakout)/client certificates, Key Employee
references with contact details, Quality certifications, and product/solution
description and project time frames.
(iv) Self-Declaration Form strictly as per format provided in Appendix III –
Financial Eligibility & Pre - Qualification Proposal.
(v) Successful completion certificate mentioning the Purchase Order reference
number and start and end date of the work duly signed by the client
organization’s project in-charge / any equivalent officer / the authorized
signatory.
(vi) Copies of work orders / contracts / client certificates from the client stating
the project title, project value and the brief scope of work of the project.
Any proposal that fails to meet the Qualifying Criteria or found misinformation
at any stage of evaluation will be considered null and void, resulting in the
bidder being automatically disqualified.

Page 50 of 96
Request for Proposal for CCTV
Version Final

7.1.2 Evaluation of Technical Bids


(i) Stage-1:-
The proposals will be screened based on eligibility conditions by the
selection committee based on Format of Response and eligibility conditions
defined in this document.
(ii) Stage-2:-
(a) The qualified proposals will be evaluated by the selection committee
based broad technical evaluation criteria defined in section 7.2.1. A
shortlist of bidders will be created based on cut-off as stipulated in
section 7.1
(b) UTIITSL may request from short-listed bidders to provide a live
demonstration of the CCTV system from any of their current existing
system in operation during the presentation of the various
functionalities and modules as per the requirement mentioned in
Section 6 of this bid document.
7.1.3 Evaluation of Financial Bids
(i) The financial proposal will be evaluated separately based on the defined
formula prescribed in section 7.2.2.
(ii) Based on the combined technical, presentation and financial scores the
project will be provisionally awarded to a bidder from the short listed
bidders.
(iii) UTIITSL and its consortium partner will invite the bidder for the contract
negotiation as defined in sections 5.17.
7.2 Evaluation Criterion
All proposals adhering to the qualifying criteria as stipulated in this document such as
format of response etc. will be evaluated against a set of sample criteria, of which are
shown in the table below may be decomposed further. Overall, the bidder must be
able to demonstrate:
(a) A clear understanding of the requirements of UTIITSL;
(b) A clear and detailed explanation of the proposed solution(s);
(c) A clear understanding of the business and technical issues associated
with the tender;
(d) Substantial past experience in Closed Circuit Television Systems;
(e) Quality personnel with the relevant qualifications and experience to
the project;
(f) An ability to deliver projects on time and within budget;
(g) Ability to show sound financial stability;
(h) A structured project management and quality assurance approach;
(i) A structured training, skills and knowledge transfer approach;
(j) Experience in user training and the production of user training
manuals; and

Page 51 of 96
Request for Proposal for CCTV
Version Final

(k) Experience in the post delivery and implemented system’s


maintenance and support in the suitable environment such as public
transport environment.
The maximum weights of the various stages of evaluation are given below:
1. Technical Evaluation 70
2. Financial 30
The section below illustrates the evaluation criteria for the proposals, and a guide
to the overall weighting points that are allocated to each area:
7.2.1 Technical Proposal Evaluation
UTIITSL will examine and compare the technical aspects of the proposals on the
basis of the information supplied by the bidders, taking into account overall
completeness and compliance with the requirements specified.
The proposal that does not meet minimum acceptable standards of completeness,
consistency and details will be rejected taking it as non-responsiveness.
The bidders' technical proposed solutions in the bid document are evaluated based
on technical/quality evaluation parameters and scoring scheme as per the sample
scheme specified below:
AREA CRITERIA WEIGHT /
MARKS
Organisation Company Profile 5
Past relevant experience
Experience in implementing, more than 4 projects – 5 5
operating and maintenance
projects of similar nature. 4 Projects -3
2 Projects – 2
1 Project or No such experience
–0
Experience in implementing, Above 1000 cameras – 5 5
operating and maintenance
201-1000 cameras – 4
projects of similar nature,
essentially consisting of in- 200 cameras – 2
vehicle CCTV.
below 200 cameras - 0
Skills and availability of 1. Design, Built & 2
proposed project team Implementation phase Team
members 2. Maintenance phase Team 2
3. Operations phase Team 2

Methodology Project approach and Strategy and approach for 2


methodology and strategy Implementation and Support

Project team structure and 1. Team structure and CVs for 2


roles Design, Built & Implementation
phase

Page 52 of 96
Request for Proposal for CCTV
Version Final

2. Team structure and CVs for 2


maintenance phase
3. Team structure and CVs for 2
Operations phase
Project plan and milestones Strategy for Implementation 2
including project plans, training
Plan etc.
Quality management and ISO & CCTV Certificates – 3 3
assurance strategy
CCTV Certificates - 2
ISO – 1
No Certificate – 0
Skill transfer and Training 2
strategy and approach

Functionality Understanding of Work Plan, Project Organization 8


and Services requirements and Staffing Schedules should
be consistent with the shown
understanding of the Scope of
Work.
Solution fit to the functional 1. Detailed overview of the 20
and technical requirements Proposed Solution.
of CCTV System 2. Proposed Architectures
3. Proposed features of the
system
4. CCTV H/w Specification and
Qty
5. Backup & Restore
6. Recovery and resilience
7. Documentations
Infrastructure and 1. Detailed overview of the 15
technology solution Proposed IT infrastructure
Solution.
2. Proposed Architectures
3. Proposed security features
4. H/w Specification and Qty
5. Backup & Restore
6. Recovery and resilience
7. Documentation
Additional product relevant Proposed addition features & 5
functionality of the solution functionality of the system
Facility management Maintenance and Support 4
Services for the solution Operation 3

Deliverables Deliverables In-bus 2


Depots 2
Control Centre 2

Page 53 of 96
Request for Proposal for CCTV
Version Final

Assumptions 3

TOTAL 100

7.2.2 Evaluation of Financial Proposals


After the evaluation of the technical proposal is complete, UTIITSL will notify all
those bidders whose proposals did not meet the minimum qualifying mark or who
were considered non-responsive to the requirements of UTIITSL.
The Selection Committee will determine whether the financial proposals are
complete, (i.e. whether they have pricing of all the items that correspond to the
technical proposal. If not, the Evaluation Committee will disqualify the bidder.
The following formula will be used to determine the financial scores:
(a) Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the
price of the proposal under consideration.
(b) The lowest financial proposal (Fm) will be given a financial score (Sf) of 100
points. The financial scores (Sf) of the other financial proposals will be computed
using the formula above.
7.2.3 Ranking of Proposals
Proposals will be ranked according to their combined technical (St), presentation
(Sp) and financial (Sf) scores, using the weights (Technical Proposal (T) = 0.7, and
financial proposal (F) = 0.3, therefore T + F = 1):
S = St x T% + Sf x F%. The bidder achieving the highest combined technical,
presentation and financial score will be invited for negotiations.

Page 54 of 96
Request for Proposal for CCTV
Version Final

8 TIMELINES
8.1 Time Schedule to Complete the Contract
8.1.1 The expected timelines for the completion of the key tasks for the Closed Circuit
Television System (CCTV) is given below:
D Date of issue of Letter of Acceptance (LOA)
D + 20 days Submission of detailed System design and architecture of CCTV.
D+ 30 days Completion of Supply, Installation, Commission of all items of
CCTV.
D+ 40 days UAT & Live CCTV
8.1.2 The successful bidder shall ensure that the delivery of Products/equipment and/or
the delivery of the services are in accordance with the time schedules specified in
this section. In case of any deviation from the schedule, the UTIITSL reserves the
right to either cancel the Contract and/or recover Liquidated Damage charges.
8.1.3 The successful bidder, if faced with problems in timely delivery of services, which
have dependencies on the Service Provider and/or the UTIITSL, which are beyond
their control at any time before the Final Acceptance Sign-off, shall immediately
inform UTIITSL in writing, about the causes of the delay and tentative duration of
such delay etc. UTIITSL, on receipt of such notice, shall analyze the facts at the
earliest and may at its sole discretion, extend the contract period as deemed
reasonable.
8.1.4 Any delay by the successful bidder in the delivery of Products/equipment services
will make the Successful bidder liable to any or all of the and/or the following:
(i) Forfeiture of Performance Bank Guarantee
(ii) Imposition of Liquidated Damage charges
(iii) Termination of the contract for default.
8.2 Facilities
UTIITSL will arrange to provide the following facilities to the successful bidder for
system implementation:
(i) Office Space at Depot and Control Centre
(ii) Electricity
All other required facilities are in the scope of the bidder. The bidder shall clearly
indicate these in the technical bid.

Page 55 of 96
Request for Proposal for CCTV
Version Final

9 MAINTENANCE SUPPORT
9.1 Support Definitions
9.1.1 Level 1 Support
It involves handling documented tasks, which are less complex in nature, but
requiring higher availability and quick response. Level 1 will provide the basic
triaging of all issues and will record the incident and escalate or allocate to the
next level if required. Level 1 would typically handle tasks like Investigative issues
of business/functional nature or which is technically some complex and usually
have a middle resolution cycle, Batch and/or application monitoring, documented
user issues or tasks.
9.1.2 Level 2 Support
It involves handling support issues that cannot be resolved by the Level 1.
Investigative issues of business/functional nature or which are technically more
complex and and/or voluminous and usually have a higher resolution cycle.
9.2 Priority definitions
The following table gives the definitions of the various fault types and priorities:

Priority Type Definition

1 Critical Implies to issues where there is a direct business loss


and people are not able to perform their work at all.

2 High Implies to issues where the business is affected but is


operational with highly reduced capabilities.

3 Medium Implies to issues where there is no business loss but


operational efficiency is affected /reduced to
acceptable level.

9.3 Support
The support to be provided is determined based on the client requirements. The
successful bidder shall work flexibly to establish the most effective coverage to
maintain the effective and efficient operation of the CCTV System that meets the
client needs.
The final support shall be documented in the Maintenance Plan which is created
during the transition planning phase after mutual agreement. Support and
maintenance requirements are specified in sections 4.18 and 4.22 of this
document.
The warranty and maintenance support will be monitored based on the
performance indicator provided in this document 6.4.20 and agreed SLA.

Page 56 of 96
Request for Proposal for CCTV
Version Final

9.4 Service level agreement


9.4.1 Introduction and Scope
The scope of the Service Level Agreement for maintenance and support includes
CCTV system and integration with systems.
The purpose of the Service Level Agreement (hereinafter referred to as SLA) is to
clearly define the levels of services which shall be provided by the vendor.
The benefits of the SLA are as follows:-
1) Increase stakeholder (the commuter, PTO and UTIITSL) satisfaction;
2) Reducing the risk of not meeting business requirements of the PTO and
UTIITSL;
3) Better communication and information shared between the vendor, PTO, and
UTIITSL systems.
4) A quality approach to services; and
5) 99.5% availability of CCTV solution services and facility.
9.4.2 Definitions
For the purpose of this SLA, the definitions and terms as specified in the contract
along with the following terms shall have the given meanings below:-
9.4.2.1 “Incident” refers to any event/abnormalities in the functioning of the solution
equipment/service that may lead to disruption in normal operations.
9.4.2.2 “Availability” shall mean the time for which the service and facilities are available
for operations using the equipments of CCTV solution is operational.
9.4.2.3 “Downtime” is the time the services and facilities either equipment / system
provided under this bid are not available. This excludes any pre scheduled outages
planned in advance.
9.4.2.4 “Downtime Calculation” is calculated from the second either the equipment /
system supplied under this bid and services stop functioning due to malfunction of
any components of KMS or have adverse impact on interfaced systems to the
second the system restarts its normal function.
9.4.2.5 “Performance Calculation” is calculated by adding multiple downtimes recorded
for the month to determine the performance of either the equipment / system
supplied under this bid.
9.4.2.6 “Resolution time” is the time from the second the identified problem is solved
from the initial downtime to the system become fully operational. Resolution shall
mean to include repair or replacement of the faulty equipment.
9.4.2.7 “Response time” is defined as the time between incidence occurred and resolved
9.4.2.8 "Scheduled Downtime" means the aggregate number of hours in any month
during which each equipment / services, is down during total Hours, due to
preventive maintenance, scheduled maintenance, infrastructure problems or any
other situation which is not attributable to Service Providers/Vendor’s failure to
exercise due care in performing Service Providers/Vendor’s responsibilities.

Page 57 of 96
Request for Proposal for CCTV
Version Final

9.4.3 Maintenance SLAs and Deliverables


Sample of SLAs that could be tracked and reported upon are given in the table
below. A final list of SLAs and their corresponding metrics would be arrived at and
base-lined in consultation with Client’s stakeholders during the guided
deployment phase of the solution for the applications. These SLAs would be base-
lined in the form of an addendum to this scope of work (SOW).

Key
SLA Delivery Method Confirmation
Deliverables

Based on the
defined CCTV Solution
Timely preventive monitoring
execution of maintenance tools at Data
defined schedule , the Warnings/Call/Task/Incident Centre
tasks as in task is Tracker successfully
preventive performed updated. Time
maintenance within x and date
seconds of the recorded.
deadline

The tool records the time for CCTV Solution


system operation as normal monitoring
Problem after the recorded tools at Data
Problem resolution malfunctioning of the Centre
resolution within x services and facilities. successfully
within time seconds of time records normal
period that it was The bidder shall maintain the operation of the
acknowledged change request for any system. Time
changes in the system along and date
with action taken. recorded.

Bidder shall maintain the maintenance support knowledge repository on an


ongoing basis, updating changed procedures, change control including any
mutually agreed work-around.
In addition, bidder shall maintain the maintenance manual, which details the
maintenance support workflow, communication and escalation procedures and
Service Levels for this SOW. The maintenance manual is to be updated on a regular
basis to incorporate agreed upon changes. Other deliverables include reports and
logged in incidents on Client’s ticketing system in accordance with the SLAs.
9.4.4 Service Window
The system shall be maintained 24 hours by 7 days per week, 365 days in the year
with optimum level of skilled staff, however between midnight and early morning
(0400 hours) of the next day the system utilisation would be very minimal.

Page 58 of 96
Request for Proposal for CCTV
Version Final

9.4.5 Severity Levels


9.4.5.1 Severity Level 1
This involves all incidents with priorities 1 and 2 where services to system / users
get affected. Therefore, all equipment and services that directly interface with the
CCTV solution and user including the impact on overall system performance are
covered under this Level.
The equipment/services included under this level are all hardware, software,
network and connectivity, directly or indirectly impacting the core operations of
CCTV System.
9.4.5.2 Severity Level 2
Severity Level 2 focuses primarily on information transfer in various parts of the
system. Equipment / Service covered under this level are:
 All hardware, software, network and connectivity that are connecting to the
core system from all interfaced systems.
 All hardware, software upgrades and enhancements to CCTV connected to
command and Control Centre.
 This involves all incidents with priority 2.
If a Severity Level One incident reoccurs within two hours of resolution,
downtime will be calculated from the time of first occurrence.
In case of Severity Level Two repeats within 12 hours then the same incident will
be registered with one level severity up.
9.4.6 Service Level’s Dependency (Impact on Operations)
The calculation of downtime with reference to Severity levels is as defined below-

Severity Resolution time hours factors for SLA


Level

Beyond 1 hours, every additional one minute of resolution time


1
is equal to two minutes of unresolved incident

Beyond 2 hours, escalate to Severity level 1 and every


2 additional minute of resolution time is equal to two minutes of
unresolved incident up to 4 hours.

Note :- In case an equipment remains non-functional for more than the allowed
hours of the severity level, the severity level will go up for the device to the next
higher levels and will keep on escalating to further levels if still remains non-
functional.

Page 59 of 96
Request for Proposal for CCTV
Version Final

9.4.7 SLA & OLA Tracking

Desired Performance
S. No. Service Performance Threshold Validation Penalty
Level Level

System
maintenance and
providing MIS on Weekly As defined in
1. 100% 99.5%
the health of Reports section 9.5
hardware &
software

System
maintenance and
Weekly As defined in
2. providing MIS of 100% 99.5%
Reports section 9.5
equipment,
malfunctioned

9.4.8 Uptime Calculation for the month


Uptime = Available Time in the Month – (Down Time + Scheduled Down Time)
"Actual Uptime" means, of the Total Hours, the aggregate number of hours in any
month during which every equipment is actually available for use.
9.5 Penalty

Desired performance Performance threshold Penalty


level level

100% 98% 0.5%

97% 0.75%

96% 1%

For every 1% of decrease 0.25%


in performance threshold
level

9.6 Penalty Adjustments


(i) During the warranty period, the performance of the system will be validated
and calculated every month based on section 9.5. Any penalty inflicted
during the month will be deducted from the performance guarantee amount
of bidder. In such a situation, after every deduction the successful bidder will
have to augment the performance guarantee amount to maintain the
performance guarantee obligation.

Page 60 of 96
Request for Proposal for CCTV
Version Final

(ii) After the warranty period, the performance of the system will validated and
calculated every month based on section 9.5. Any penalty inflicted during the
month will be deducted from the monthly payment due to the successful
bidder.

Page 61 of 96
Request for Proposal for CCTV
Version Final

10 FORMS OF BID
(For exact forms to be submitted kindly, review the Appendices)
All documents as specified in bid document in respective envelopes including the following
appendices:
1. Appendix I - Technical Bid
2. Appendix III – Financial Eligibility & Pre - Qualification Proposal
3. Appendix IV - Performance Guarantee Format
4. Appendix V - Power of Attorney Format
5. Appendix VI – Compliance Table
6. Appendix VIII – Format of Affidavit Certifying no Blacklisting
7. Appendix IX – Bid Clarification Format
8. Appendix X – Training Details
9. Appendix XI - Customer References
10. Appendix XII - List of Installation
11. Appendix XIII - Declaration for Point of Presence
12. Appendix XIV – Undertaking

Page 62 of 96
Request for Proposal for CCTV
Version Final

11 APPENDIX I - TECHNICAL BID


Technical Bid

The technical bid should be in line with the functional and technical requirement.
Technical Bid Proposal shall consist of Proposal Sheet duly filled and complete in all respects,
particulars of the bidder/Consortium organization, Documentation of previous project
experience as the case may be, technical proposal, solution offered, proposed methodology for
execution of project as per given scope of work, Profile of Resources, CV of team proposed by
bidder for the execution of this project and Time Schedule for completion of project.
Following documents should also be attached with the Technical Bid:
 Letter of authorization in respect of the person authorized to remain present in bid
process and interact with UTIITSL.
 Certificate /affidavit regarding non-violation/infringement of any Indian or foreign
trademark, patent, registered design or other intellectual property rights
 Certificate / affidavit mentioning that the bidder has never been blacklisted by any
Central Government Department or any State Government Department
 The bid document and all other attached documents should be duly signed and
stamped on each page by bidder.
 A detailed compliance statement to all clauses in this bid document

Page 63 of 96
Request for Proposal for CCTV
Version Final

11.1 Format 1: Proposal Sheet


Reference: Date:

To,
The Chief Executive Officer
UTI Infrastructure Technology and Services Limited
(A Govt. of India Company)
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi - 110001
Subject: Proposal for “Design, Build, Maintain and Transfer Closed Circuit Television System
for Public Transport Organizations” against Bid No. UTIITSL/CMC-AFC/2012-13/01

Dear Sir,
We, the undersigned, having read and examined in detail the specifications and all proposal
documents in respect of “Request for Proposal to Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations” against Bid No. UTIITSL/CMC-
AFC2012-13/01 and do hereby propose to provide the services as per scope of work
mentioned in the bid document. We agree to unconditionally accept all the terms and
conditions set out in the bid document.
Price and Validity: All the prices mentioned in our proposal are in accordance with the terms as
specified in the bid document. We do hereby confirm that our proposal includes all taxes,
duties, charges for destination etc.
Deviations: We declare that all the services shall be performed strictly in accordance with
scope of work and other conditions of the bid documents. No deviations are proposed in our
bid proposal.
Time Schedule: We further declare that we will start and complete various tasks as per time
schedule given by us in the prescribed format.
Eligibility/Mandatory criteria: We confirm having submitted eligibility/mandatory criteria
documents as required in bid document. In case you require any further
information/documentary proof in this regard before evaluation of our proposal, we agree to
furnish the same.
Agreement Performance Security: We hereby declare that in case the contract is awarded to us,
we shall submit Performance Security deposit as per terms and conditions of the bid document
and agreement of contract.
We hereby declare that our proposal is made in good faith, without collusion or fraud, the
information contained in the proposal is true and correct to the best of our knowledge and
belief, and nothing is concealed. This proposal includes all information necessary to ensure
that the statements therein do not in whole or in part mislead UTIITSL as to any material fact.
We understand that you are not bound to accept the lowest or any proposal you may receive.

Page 64 of 96
Request for Proposal for CCTV
Version Final

We also agree that you reserve the right in absolute sense to reject all or any of the service
specified in the bid response without assigning any reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization/consortium and empowered to sign this document as well as such other
documents, which may be required in this connection.
Thanking You.
Yours faithfully

(Authorized Signatory)
Name: _______________________________________________________________________________
Designation & Authority: ________________________________________________________________
Place: ________________
Date: __/__/2013
Stamp:
Company Name: _______________________________________________________________________
Business Address: ______________________________________________________________________
Telephone No: ____________________
Email ID: ________________________________________________________

Page 65 of 96
Request for Proposal for CCTV
Version Final

11.2 Format 2: Particulars of the Bidder Organization


Bid for “Design, Build, Maintain and Transfer Closed Circuit Television System for
Public Transport Organizations” against Bid No. UTIITSL/CMC-AFC/2012-13/01

1. Name and full address of the firm/ ____________________________________________________________


Company/ Organization ____________________________________________________________
____________________________________________________________
________________________________________

2. Registered Office with full address, ____________________________________________________________


Telephone No(s) Fax No(s) E-mail ____________________________________________________________
address Website URL ____________________________________________________________
________________________________________

3. Income Tax Registration number _______________________


(PAN)

4. Service Tax Registration No. _______________________

5. Whether Public Limited Company ____________________________________________________________


or Private Limited Company or any ____________________________________________________________
other entity (Give details) ____________________________________________________________
________________________________________

6. In case of a company, details of ____________________________________________________________


Director, Managing Director etc and ____________________________________________________________
their Share holding and their ____________________________________________________________
respective liabilities in carrying this ________________________________________
bid and discharge of subsequent

7. Whether any establishment is in ____________________________________________________________


India? If so detailed address of the ____________________________________________________________
same and activity carried on there. ____________________________________________________________

8. Name, addresses, and designation ____________________________________________________________


of the persons who will represent ____________________________________________________________
the bidder while dealing with the ________________________________________________________
UTIITSL. (Attach letter of authority)

9. Details of consortium if any, Details ____________________________________________________________


of all consortium partners along ____________________________________________________________
with certified copy of their ____________________________________________________________
agreement / contract for this ____________________________________________________________
project, clearly mentioning the ____________________________________________________________
responsibility of each consortium ___________________________________________________________
member.

10. Details of service / support network ____________________________________________________________


and infrastructure available in ____________________________________________________________
India. ___________________________

Page 66 of 96
Request for Proposal for CCTV
Version Final

11. Litigation
The bidder shall submit the details and documents of all litigation which are pending
against the company for last five years.

Note: Above details are mandatory, bidder may use additional sheets for above submittals.

(Authorised Signatory)
Name:
Designation &Authority:
Place:
Date:
Stamp:
Company Name:
Business Address:

Page 67 of 96
Request for Proposal for CCTV
Version Final

11.3 Format 3: Performance Statement


For each of the projects, please provide a profile based on the following template. The profile
for a single project shall not exceed one page.

S. No. Information Sought Details/Page No.

Customer Information

1. Customer Name

Name of the contact person from the client organization who


can act as a reference with contact coordinates

Name

Designation
2.
Address

Phone Number

Mobile Number

Email lD

Project Details

3. Project Title

4. Start Date / End Date

5. Current Status (In Progress / Completed)

6. Number of responding firm's staff deployed on this project


(peak time)

Value of the Project

7. Order value of the project (in rupees lakhs)

8. Narrative description of project: (Highlight the components /


services involved in the project that are of similar nature to the
project for which this bid is floated

9. Description of actual services provided by the responding firm


within the project and their relevance to the envisaged
components / services involved in the project for which this bid
document is floated

10. Description of the key areas where significant contributions are

Page 68 of 96
Request for Proposal for CCTV
Version Final

S. No. Information Sought Details/Page No.


made for the success of the project

Order Copies & Performance Certificate received from Client is


11.
attached with this statement

As on date, the information furnished in all parts of this form is accurate and true to the best of
my knowledge.

(Authorised Signatory)

Name:
Designation & Authority:
Place:
Date:
Stamp:
Company Name:
Business Address:

Page 69 of 96
Request for Proposal for CCTV
Version Final

11.4 Format 4: Project Team

Using the format provided below, please provide summary information on the profiles you
propose to include for evaluation and the roles they are expected to play in the project:

Sr. Proposed Role Number of Area of Expertise Key responsibilities


No. resources

(Signature of the Authorized signatory with Seal):


Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 70 of 96
Request for Proposal for CCTV
Version Final

11.5 Format 5: CV for Professional Staff Proposed


Please provide detailed professional profiles of the staff proposed for evaluation. The profile
for a single staff member shall not exceed two pages.

Sr. No. Description Details

1. Name

2. Designation

3. Role proposed for

Current responsibilities in the responding


4.
firm

5. Total years of relevant experience

Years of experience with the responding


6.
firm

Educational qualifications:

Degree

7. Academic institution graduated from

Year of graduation

Specialization (if any)

8. Professional certifications (if any)

Professional Experience details (project-


wise):

Project name/

Client

Key project features in brief


9.
Location of the project

Designation

Role

Responsibilities and activities

Duration of the project, Start Date, End

Page 71 of 96
Request for Proposal for CCTV
Version Final

Date

Covering Letter: Summary of the


10. Individual's experience which has direct
relevance to the project(maximum 1 page)

Each CV shall be accompanied by the following undertaking from the staff member:
Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes me, my qualifications, and my experience. I understand that any wilful misstatement
described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member]


Date:
Note: Bidder may use additional sheets for above submittals.

(Authorised Signatory)
Name:
Designation & Authority:
Place:
Date:
Stamp:
Company Name:
Business Address:

Page 72 of 96
Request for Proposal for CCTV
Version Final

12 APPENDIX II - FINANCIAL BID FORMAT


FORMAT FOR SUBMISSION OF FINANCIAL BID

1. FINANCIAL PROPOSAL SUBMISSION FORM (On Company Letter Head)

Date:
To
Chief Technology Officer
UTI Infrastructure Technology and Services Limited
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi - 110001
Dear Sir/Madam,

Subject : Request for Proposal to Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations.
Reference : Bid No. UTIITSL/CMC-AFC/2012-13/01
We, the undersigned, offer to provide the services as required in accordance with your
bid no UTIITSL/CMC-AFC/2012-13/01 and our Proposal (Pre-Qualification, Technical
and Financial). Our attached financial proposal is for the sum of Rs. ______ (Amount in
words). This amount is inclusive of the all taxes, duties etc.
Our Proposal is binding upon us up to expiration of the validity period of the Proposal.
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely "Prevention of Corruption Act 1988".
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
For

Authorised signatory:
Name and title of Signatory:
Name of Firm:
Address:
Date: ________________

Place __________________

Encl. Detail Break up of Cost.

Page 73 of 96
Request for Proposal for CCTV
Version Final

2. Detail Cost Break up for Request for Proposal to Design, Build, Maintain and
Transfer Closed Circuit Television System for Public Transport Organizations for
an Outright Purchase model.
2.1 CCTV SOLUTION COST

S. Item Qty Unit Applicable Total


No. Cost tax on sale Price

1. a. CCTV Solution
i. Backend Software 1
ii. Depot Software 2 Depot
b. CCTV Monitoring and Control As per
software Solution
Required
c. Solution Documentation including
operational and Maintenance
d. Warranty
e. Any other

2. a. CCTV Solution for In-Bus (such as


cameras, DVR, cabling etc.)
442
(i) Camera
221
(ii) MDVR / NVR
221
b. Solution Documentation including
As per
operational and Maintenance
Solution
c. Warranty Required
d. Any other
As per
3. Installation and Commissioning
Solution
Required

As per
4. Training
Solution
Required

5. IT Equipments and Softwares (Depots) As per


Solution
a. IT Equipments (Servers,
Required
Workstations, Printers, UPS and
other peripheral & accessories)
b. Storage
c. Networking including cabling
d. Softwares

Page 74 of 96
Request for Proposal for CCTV
Version Final

e. Installation, Testing &


Configuration
e. Warranty
f. Any other

Control Centre Equipments As per


Solution
a. Desktop with peripherals, UPS and
Required
Accessories
for a
Control
6. Centre
1
b. Control Centre Display (72” LCD/
LED Screen)
c. Any other

7. GSM / GPRS Connectivity 221 buses

As per
8. WAN Network Connectivity Solution
Required

9. Monitoring & Viewing Tools/ facility As per


with licence for 10 seats Solution
Required

10. Licences As per


Solution
a. 3rd Party software license
Required
b. Any Other

TOTAL

2.2 RECURRING EXPENDITURE

2.2.1 Maintenance and Support Cost

S. Component / Sub
Qty Year 3 Year 4 Year 5 Total
System
No.
1 AMC for CCTV
Yearly
Solution
basis

TOTAL

Page 75 of 96
Request for Proposal for CCTV
Version Final

2.2.2 Manpower Cost


The Bidder is required to quote rates for different categories of manpower that may be
required for undertaking maintenance and support work in the format given below. The
rates shall be quoted in terms of man-hour, exclusive of Service Tax.
The manpower cost for CCTV should be separately quoted.

S. Category/ Typical Qty Typical Unit Man-hour Daily


No. Role Work
Position Qualification / Rate (in INR)
ing
Hour
Experience

3. Operational Cost

Operational Cost

Sl No Items Qty Year-1 Year-2 Year-3 Year-4 Year-5 Total


1. GSM / GPRS Cost
As per
Solution
Required
221 buses
2. Network
As per
Connectivity (if
Solution
any)
Required
3. Electricity for
As per
Control Centre &
Solution
Depot
Required
4. Manpower Cost
As per
Solution
Required
TOTAL

Page 76 of 96
Request for Proposal for CCTV
Version Final

13 APPENDIX III – FINANCIAL ELIGIBILITY & PRE - QUALIFICATION


PROPOSAL
PROPOSAL SUBMISSION FORM
Reference: Date:

To
Chief Technology Officer
UTI Infrastructure Technology and Services Limited
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi – 110001
Dear Sir/Madam,
Subject : Request for Proposal to Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01
We, the undersigned, confirm that we meet all the criteria listed in the press notice
inviting bid.
We are submitting the following documents for our eligibility for the above assignment.
(a) Form PQ-1,
(b) Form PQ-2,
Our Proposal is binding upon us and subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in
India namely "Prevention of Corruption Act 1988". We understand you are not bound to
accept any Proposal you receive.
Yours sincerely,

For
(Signature of the Authorized signatory):
Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 77 of 96
Request for Proposal for CCTV
Version Final

13.1 Form: PQ-9 Bidder’s Annual Turnover Format

BIDDER’S ANNUAL TURNOVER


(On Letterhead of Statutory Auditor)
Reference: Date:
To
Chief Technology Officer
UTI Infrastructure Technology and Services Limited
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi – 110001

Subject : Request for Proposal to Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations

Reference : Bid No. UTIITSL/CMC-AFC/2012-13/01


Dear Sir/Madam,
We hereby certify that the average annual turnover of M/s.
(name of the bidder) is not less than (amount in INR)
during the last three financial years.

S. No Firm Year Turnover Net worth

1. (2009-2010)

2. (2010-2011)

3. (2011-2012)

Yours Sincerely,

For
(Signature of Statutory Auditor)
Name of the Statutory Auditor:
Name of the Statutory Auditor Firm:
Date: ________________ Place __________________
Seal:

Page 78 of 96
Request for Proposal for CCTV
Version Final

Encl: Annual Reports to be submitted in English.


Important Notes:
• The above data should relate only to the Bidder /Joint Venture who has
submitted the bid. Data relating to sister companies, group companies, parent
company, subsidiary companies shall not be considered.

Page 79 of 96
Request for Proposal for CCTV
Version Final

13.2 Form: PQ-2 Similar Work Experience Format


SIMILAR WORK EXPERIENCE
(On Company Letterhead)
Reference: Date:
To
Chief Technology Officer
UTI Infrastructure Technology and Services Limited
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi - 110001

Subject: Request for Proposal to Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations

Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01

S. Name of Purchase Project Brief Whether the Whether the


No Organization Order Value Scope successful copies of the P.O /
No. & completion contracts from the
Date of certificate as client as required
Issue of required, is is attached
P.O attached

Yes/No Pg. No Yes/No Pg. No


on the
on the
Proposal
Proposal

Yours Sincerely
For
(Signature of the Authorized signatory):
Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 80 of 96
Request for Proposal for CCTV
Version Final

14 APPENDIX IV - PERFORMANCE GUARANTEE FORMAT


PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE
(ON BANK’S LETTERHEAD WITH ADHESIVE STAMP)

To
The Chief Technology Officer
UTI Infrastructure Technology and Services Limited (UTIITSL)
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi – 110001

Subject: Request for Proposal to Design, Build, Maintain and Transfer Closed Circuit
Television System for Public Transport Organizations
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01
a. KNOW ALL PEOPLE by these presents that we ____________________of _____ (Name and address
of Bank) having our registered office at _________________ (hereinafter called “the bank”) are
bound on to, ------------------------------, UTI Infrastructure Technology and Services Limited
(UTIITSL) (hereinafter called “the Owner”) in the sum of Rs. ---------- (Rupees -------- only)
for which payment will and truly to be made to the said Owner, the Bank binds itself, its
successors and assigns by these present.

Whereas a Letter of Acceptance No. ______ dated _______ has been issued by UTI Infrastructure
Technology and Services Limited (UTIITSL), to_____________________________ (NAME OF
SERVICE) (Hereinafter called “the Service Provider”) for execution of the Design,
Build, Maintain and Transfer Closed Circuit Television System for Public Transport
Organizations on outright purchase basis.

AND WHEREAS the Service Provider is required to furnish a Bank Guarantee for the sum
of `.__________) towards Performance guarantees for the said Design, Build,
Maintain and Transfer Closed Circuit Television System for Public Transport
Organizations.
b. AND WHEREAS__________________ (Name of Bank) have, at the request of the Service
Provider, agreed to give this guarantee as hereinafter contained without demur.
c. We further agree as follows:
 That the guarantee hereinbefore contained shall not be affected by any change in the
constitution of our Bank or in the constitution of the Service Provider.
 That any account settled between the Owner and the Service provider shall be
conclusive evidence against us of the amount due hereunder and shall not be
questioned by us.
 That this guarantee commences from the date hereof and shall remain in force for a
period of Five (5) years and Ninety (90) days from the date of commissioning.
 That the expression ‘the Service Provider and ‘the Bank’ herein used shall, unless such
an interpretation is repugnant to the subject or context, include their respective
successor and assigns.
Page 81 of 96
Request for Proposal for CCTV
Version Final

d. The Conditions on this obligation are:


i. If the Service Provider fails or refuses to enter into the Agreement within the time
limit specified in the Letter of Acceptance
ii. If the Service Provider fails to perform its obligations under the Agreement to be
entered into between UTIITSL and the Service Provider pursuant to issuance of Letter
of Acceptance by UTIITSL to Service Provider.
We undertake to immediately pay to the Owner in New Delhi the above amount upon receipt of
his first written demand, without the Owner having to substantiate his demand provided that
in his demand the Owner will note that the amount claimed by him is due to him owing to the
occurrence of any one or more of the conditions (i) & (ii) mentioned above, specifying the
occurred condition or conditions.
SIGNATURE OF THE WITNESS

NAME OF THE WITNESS


________________________,
ADDRESS OF THE WITNESS
________________________

SIGNATURE OF AUTHORISED OFFICIAL OF THE BANK


NAME OF OFFICIAL______________________
DESIGNATION__________________________

DATE: ________________

PLACE __________________
STAMP/SEAL OF THE BANK

Page 82 of 96
Request for Proposal for CCTV
Version Final

15 APPENDIX V - POWER OF ATTORNEY FORMAT


Power of Attorney for Signing of Proposal
(On Non – judicial stamp paper of Rs 100/- or such equivalent document duly attested by
notary public)
Power of Attorney
Know all men by these presents, We, ................................. (name of the firm and address of the
registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr. /Ms
(Name), son / daughter / wife of .................................... and presently residing at
........................................., who is presently employed with us and holding the position of
................................, as our true and lawful attorney (hereinafter referred to as the “Attorney”) to
do in our name and on our behalf, all such acts, deeds and things as are necessary or required
in connection with or incidental to submission of our Proposal for the “Selection of bidder for
Design, Build, Maintain and Transfer Closed Circuit Television System for Public
Transport Organizations” in response to RFP issued by UTIITSL of all applications, bids and
other documents and writings, participate in bidders’ and other conferences and providing
information / responses to UTIITSL, representing us in all matters before UTIITSL, signing and
execution of all contracts including the Contract Agreement and undertakings consequent to
acceptance of our Proposal, and generally dealing with UTIITSL in all matters in connection
with or relating to or arising out of our bid for the said Project and/or upon award thereof to
us and/or till the entering into of the Contract Agreement.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things 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.
IN WITNESS WHEREOF WE,................................, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS ........................... DAY OF ...... 20.........

For...................................
(Signature, name, designation and address)

Witnesses:
1.
2.
Accepted Notarized

(Signature, name, designation and address of the Attorney)

Page 83 of 96
Request for Proposal for CCTV
Version Final

Notes:
1. 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.
2. Wherever required, the bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders 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.
3. For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by bidders from
countries that have signed the Hague Legislation Convention, 1961 are not required to be
legalised by the Indian Embassy if it carries a conforming Apostil certificate.
4. In case the Proposal is signed by an authorised Director of the bidder (Lead Member, in
case of a Consortium), a certified copy of the appropriate resolution/ document
conveying such authority may be enclosed in lieu of the Power of Attorney.

Page 84 of 96
Request for Proposal for CCTV
Version Final

16 APPENDIX VI – COMPLIANCE TABLE

Bidders must compile a Compliance table as shown below;

The following table should be used to record details:

CCTV Short Comply Degree of Response Package Reference Remarks


System Description yes/no Complianc Name – Off- to Bid & for
Requireme e in % R C T N the Shelf / Page variations
nt Ref. Bespoke /
Customised

2.1.1.1 Yes Chapter


4.2, 2.
Paragrap
h XX;
Pg.9

2.1.1.2 Yes Chapter e.g. We


4.2, 3. provide
Paragrap access to
h Y; Pg. 5 the
central
database
from
each AFC.

2.1.1.3 No

The table must follow the order of the Requirements and the first two (2) columns refer to the
Scope and Requirements. The Page column refers to the page number of the bidder’s proposed
solution. The response description is listed below for reference:

Reponses description Response

Supported as delivered R

Supported via minor modification / configuration C


Supported via an existing third party solution / external solution
T

Currently not supported totally New Development N

Page 85 of 96
Request for Proposal for CCTV
Version Final

17 APPENDIX VII – FORMAT OF RESPONSE


The bidders shall submit their proposals in accordance with the response format
specified below. Failure to do so will result in the disqualification of the bid.
The bidder’s proposal shall contain the following sections and should be
structured as follows (Note - the descriptions of the sections are examples of what
should be included in the different sections and is not exhaustive).

SECTION A TECHNICAL\ FUNCTIONAL PROPOSAL


Schedule 1: Forms and Supporting Documents for Sole bidders
and all members of the consortium
 Format 1: Proposal Sheet
 Format 2: Particulars of the Bidder Organization
 Copy of tax clearance certificate either from
taxation authority/ certificate from a Chartered
Accountant;
 Copy of valid Business / Trading Licence from the
country of registration/operations (where
applicable);
 Copy of VAT Registration (where applicable);
 Documental Proofs as described in sections 5.6 and
7.1.1;
 Eligibility & Pre-qualification forms as described in
Appendix III – Financial Eligibility & Pre -
Qualification Proposal;
 Payment for Bid Document Cost demand draft.
 Customer references as described in Appendix XI -
Customer References;
 References testimonial letters from last 3 years
clients with similar assignment (refer to sample in
Form: PQ-2 Similar Work Experience Format and
Appendix XI - Customer References;
 List of Installation as prescribed in Appendix XII -
List of Installation;
 Undertaking for Point of Presence as described in
Appendix XIII - Declaration for Point of Presence;
 Statement of Commitment for Human Resource
Deployment (refer to sample in Appendix I -
Technical Bid Format 4: Project Team);
 Performance Guarantee bond (refer to sample in
Appendix IV - Performance Guarantee Format);
 Power of attorney for authority to seek references
from the bidder’s bankers (refer to sample in
Appendix V - Power of Attorney Format);
 Affidavit about Blacklisting as prescribed in
Appendix VIII – Format of Affidavit Certifying no
Blacklisting;

Page 86 of 96
Request for Proposal for CCTV
Version Final

 Anti bribery / corruption statement;


 Undertaking for Authenticity and Accuracy of
Information as prescribed in Appendix XIV –
Undertaking;
 Price validity of the proposals and warranties of all
items including other condition set in this
document.
Schedule 2: Management Summary
This section should include (no more than three (3)
pages):
 Approach and Methodology Summary;
 Solution Summary;
 Technical Summary;
 Training Summary;
 Skills Transfer Strategy Summary;
Schedule 3: Proposed Solution
This section should include:
 Compliance to the requirements - any variations
should be clearly specified and explained (refer to
sample in Appendix VI – Compliance Table);
 Scope, Approach and Methodology;
 Technical Architecture Solution;
 Delivery & Implementation Strategy and
Milestones;
 Solution Acceptance Testing Approach;
 IT infrastructures for the solution shall include
diagrams and specs;
 Key Lessons Learnt from Past Experience;
 Constraints, Assumptions and Dependencies;
Schedule 4: Facilities Management
 Warranty service and support strategy of all items;
 Application and hardware maintenance and
support after warranty (refer sections 4.22, 6.4.26
and 9);
 Service Level Agreements information.
 Mandatory hardware and software upgrades
Schedule 5: Training
This section should include:
 Skills and Knowledge Transfer Approach;
 Training Approach;
 Course content and duration for each proposed
training module;
Schedule 6: Project Management
This section should include:

Page 87 of 96
Request for Proposal for CCTV
Version Final

 Project Structure;
 Project Reporting;
 Project Plan;
 Quality Management Approach;
Schedule 7: Project Deliverables
This section should include:
 Technical Solution Deliverables;
 Training Deliverables (Appendix X – Training
Details);
 Warranty, Maintenance and support;
 Any other Deliverables;
Schedule 8: Bidders requirements
 IT environment requirements for the solution;
 Bidder’s requirements for the commencement of
work;
Schedule 9: Credentials and Expertise – Statement of Capability
This section should include (repeat for each sub-
contractor):
 Company Profile;
 Credentials (experience) on similar engagements
(including description and references of the
mentioned credentials) (refer to sample in Appendix
I - Technical Bid Format 3: Performance Statement).
As well as installation experience record on works
of a similar nature and complexity over the last
three (3) years and clients who may be contacted
for further information on those contracts;
 Curriculum Vitae of Personnel with Relevant
Experience (who are going to be assigned to the
project); (refer to sample in Appendix I - Technical
Bid Format 5: CV for Professional Staff Proposed);
 Technical support offices
 Partner’s technical capabilities, if any involved in
the project (technical operational sites and CVs of
the staff)
Schedule 10: Appendices
 Product specification for each hardware and
software proposed;
 Company brochures;
 Any documents that the bidder may wish to add as
appendices;
SECTION B COMMERCIAL AND FINANCIAL PROPOSAL

Schedule 11: This section should include:


 Detailed proposed solution pricing (refer to sample
in Appendix II - Financial Bid Format);
 Detailed proposed pricing structure on outright

Page 88 of 96
Request for Proposal for CCTV
Version Final

purchase basis;
 The cost of rolling out the complete solution within
the organisation (if any);
 The cost of providing Facilities Management
Services, including hardware and software support,
for a period of thirty sixty (36) months from the
date of expiring the warranty of the solution;
 The fixed tenure and fixed price for the complete
implementation of the required solution and all
services.

Page 89 of 96
Request for Proposal for CCTV
Version Final

18 APPENDIX VIII – FORMAT OF AFFIDAVIT CERTIFYING NO


BLACKLISTING
(On Non – judicial stamp paper of Rs 100/- or
such equivalent document duly attested by notary public)

Affidavit

I, M/s. …………….................… (Sole Bidder / Lead Member/ Other Member /s), (the names
and addresses of the registered office) hereby certify and confirm that we or any of our
promoters /directors and OEM (Original Equipment Manufacturer) are not barred or
blacklisted by any state government or central government / department / agency in
India or abroad from participating in projects, either individually or as member of a
Consortium as on the .......................................... (Seven days prior to Proposal Due Date).

We undertake that, in the event of us or any of our promoters/directors being blacklisted


/ barred at any time post the date of this affidavit, we shall intimate UTIITSL of such
blacklisting.

We further confirm that we are aware that as per Clause 5.6.12 of the RFP for Selection of
Vendor to Design, Build, Maintain and Transfer Closed Circuit Television System for
Public Transport on outright purchase basis, our proposal for the captioned Project
would be liable for rejection in case any material misrepresentation is made or
discovered with regard to the requirements of the RFP Document at any stage of the
Bidding Process or thereafter the Contract Agreement will be liable for termination.

Dated this ……………………..Day of …………………., 2013.

Name of the Bidder …………………………………………….

Signature of the Authorised Signatory ………………………………………….

Name of the Authorised Signatory ………………………………………….

Note:
 To be executed separately by all the Members in case of Consortium

Page 90 of 96
Request for Proposal for CCTV
Version Final

19 APPENDIX IX – BID CLARIFICATION FORMAT

Pre Bid Queries Clarification Format for the Design, Build,


Maintain and Transfer Closed Circuit Television System for
Public Transport Organizations
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01

Sr. Document Page Clause Description Clarification


Additional
No Reference No No in RFP Sought
Remark (if
any)

Page 91 of 96
Request for Proposal for CCTV
Version Final

20 APPENDIX X – TRAINING DETAILS

Training Details for Design, Build, Maintain and Transfer Closed


Circuit Television System for Public Transport Organizations
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01
Please give details of the training offered along with the proposed solution / items. List
out all the training courses offered by the Bidder and provide the following information
for each course:
1. Duration
2. Location
3. Prerequisites
4. Frequency of the course.
5. Brief outline of the course
6. Trainer Details
7. Training schedule details
(a) Session outline
(b) Objectives
(c) Day-wise schedule
(d) Hands On
(e) Handouts / materials

Page 92 of 96
Request for Proposal for CCTV
Version Final

21 APPENDIX XI - CUSTOMER REFERENCES

Bidder must furnish all the customer references of the last three years for
Design, Build, Maintain and Transfer Closed Circuit Television System
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01

Name of Contact
SL Designation Name of Address for Details with
No the Organization Communication
official email id

(Signature of the Authorized signatory with Seal):


Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 93 of 96
Request for Proposal for CCTV
Version Final

22 APPENDIX XII - LIST OF INSTALLATION

We declare that the Design, Build, Maintain and Transfer Closed Circuit Television
System for Public Transport Organizations (Bid No. UTIITSL/CMC-AFC/2012-13/01)
proposed to the UTIITSL have the following live site(s):

SL. Contact Solution Sizing


No Customer Name Country
Details with no for camera

(Signature of the Authorized signatory with Seal):


Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 94 of 96
Request for Proposal for CCTV
Version Final

23 APPENDIX XIII - DECLARATION FOR POINT OF PRESENCE

To
UTI Infrastructure Technology and Services Limited (UTIITSL)
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street-,
New Delhi - 110001
Subject: Request for Proposal for Design, Build, Maintain and Transfer Closed
Circuit Television System for Public Transport Organizations
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01
We declare that currently
We do have office / Authorised Agent in the city (ies) , India
with the name , at the
address Contact
number .
OR
We do not have office / Authorised Agent in the city (ies), India. However, we undertake to set
up a point of presence in the city (ies) , India within months of
the Purchase Order issued / rate contract signed.
List of Skill Sets

Sr. Proposed Role / Number of Area of Expertise Key


No. Position resources Responsibilities

1.

2.

3.

Note: The bidder can either extend the skill set table or attaches separate sheet in the similar
format with signature and office stamp

(Signature of the Authorized signatory with Seal):


Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 95 of 96
Request for Proposal for CCTV
Version Final

24 APPENDIX XIV – UNDERTAKING

To
UTI Infrastructure Technology and Services Limited (UTIITSL)
Ground Floor Jeevan Tara Building
Opp Patel Chowk Metro Station
5 Parliament Street,
New Delhi - 110001

Undertaking for Authenticity and Accuracy of Information


Design, Build, Maintain and Transfer Closed Circuit Television System for Public
Transport Organizations
Reference: Bid No. UTIITSL/CMC-AFC/2012-13/01
It is certified that the information furnished here in and as per the document submitted is true
and accurate and nothing has been concealed or tampered with. We have gone through all the
conditions of bid and are liable to any punitive action for furnishing false information /
documents.
We also certify that the information/data/particulars furnished in our bid are factually correct.
We also accept that in the event of any information / data /particulars are found to be
incorrect, UTIITSL will have the right to disqualify /blacklist us and forfeit bid security.

Dated this ________ day of ______________ 2013

(Signature of the Authorized signatory with Seal):


Name and Designation of the Authorized signatory:
Name and Address of the Bidder:
Phone, Fax & E-Mail

Date: ________________

Place __________________

Page 96 of 96

You might also like