EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018 Expression of Interest (EoI) for selection of Technology Partner for Installation and Commissioning of Security and Surveillance System Telecommunications Consultants India Limited (TCIL), a prime engineering and consultancy company, is a wholly owned Central Public Sector Enterprise under the administrative control of the Department of Telecommunications (DOT), Ministry of Communications, Govt. of India and engaged in execution of multi disciplinary projects on turnkey basis in India & Overseas. 1. TCIL invites EOI from reputed firms/technology partners from India having experience in supply, installation, testing, and integration and commissioning of Security and Surveillance System for pre tender tie up / association for one of the project in New Delhi. The firm should have the capability to undertake the supply and integration of the comprehensive integrated security and surveillance system & provide after sales support upto 5 years. 2. The integrated security and surveillance system shall include but not limited to the systems such as installation and commissioning CCTV Surveillance System and establishment of Control Room, Access Control, CCTV Surveillance, VMS, Fire suppression, Gate Management System, Parking Management System, Scanner System, Integrated Security Management System, Network Equipment, Information Signage Display, Visitor Management System, etc. 3. The bidders interested in submission of this EOI should meet the following prequalification criteria: Pre Qualification Criteria: The bidder should meet the following pre qualification criteria: Qualification Criteria Legal Entity Details The Bid can be submitted by an individual organization or a consortium of maximum of three organizations. In case of a consortium, the same shall be formed under a duly stamped consortium agreement and signed by the authorized signatories of the companies. In the event of a consortium, one of the partners shall be designated as a Prime Bidder. In Consortium all the members shall be equally responsible to complete the project; however prime bidder shall give an undertaking for successful completion of the project. In case of any issues, prime bidder would be responsible for all the penalties. The bidder should be a company registered under Indian Companies Act, 1956 OR A partnership firm registered under Indian Partnership Act, 1932. Mandatory documentary evidence to be Submitted The original stamped consortium agreement containing roles and responsibilities of the prime bidder and member of consortium. Copy of Certificates of Incorporation/ Registration
Tax Registration & clearance Business Area Technical Capability The bidder should have valid Sale tax registration, service tax registration PAN and GSTIN. The bidder must be in business of providing integrated security systems solutions for the last three years. Bidders having proven expertise in Solution design, supply, installation, testing, commissioning, support and maintenance of Integrated Safety and Security Solution. The bidder must have successfully implemented similar security integrated project to any institute (Private or Government) / Public Sector Undertaking (PSU) / Ministry of Defense / Large Private Organization (Indigenous or Global) having office at Multiple Locations. Copy of GSTIN Copy of Sale tax registration, service tax registration & PAN List of projects undertaken and completed with values must be enclosed for Copies of Purchase Order Commissioning/ Completion certificate from the client The bidder must have successfully installed One similar project not less than the amount equal to Rs. 12 Crores OR Two similar projects not less than the amount equal to Rs. 7.5 Crores OR Three similar projects not less than the amount equal to Rs. 6 Crores In addition, bidder should have experience in successful completion of project involving at least 5 items related to security equipment out of the following: CCTV, Access Control, PA system, Crash rated (K12) sliding gate, Blocking Bollard, Flap Barrier, Under Vehicle Scanner System, ANPR System, X Ray Baggage, Gas Suppression System and Networking Switches Turnover The annual turnover of the bidder should be Rs. 8 Crore or higher in any of the last three financial years i.e. 2014 15, 2015 16 and 2016 17. Audited Financial Statements for last three financial years ending 31.03.2017. Bidder is required to submit the CA certificate regarding annual turnover of the bidder in last three financial years i.e. 2014 15, 2015 16 and 2016 17 Net Worth The bidder should have positive net worth. CA Certificate with CA s Registration number/seal.
Profit Making Bidder should have not incurred any loss during the last three financial years ending on 31.03.2017. Audited Financial Statements for last three financial years ending 31.03.2017 Blacklisting The bidder should not have been blacklisted by any of the Ministry/ Department of Government of India/ State Governments/PSUs and also neither convicted nor is any criminal case pending against it before any court of competent jurisdiction. Earnest Money INR 2,00,000/ (Rupees five lakhs only) in the Deposit (EMD) form of DD/Banker s Cheque/ Bank Guarantee (BG) from Nationalized/ Scheduled Banks, drawn in favour of Telecommunications Consultants India Limited payable at New Delhi as per format given at the end of this document. The EMD should be issued from Delhi branch of the above banks. Shortlisted bidder will be required to submit EMD of Rs. 30 lacs in the form of DD/Banker Cheque/ BG/FDR/FD in favour of Telecommunications Consultants India Limited payable at New Delhi. BG format is enclosed at the end of this document. EMD of INR 2 Lakh will be returned to shortlisted bidder once he will submit the EMD of Rs. 30 lacs. If bidder is interested to submit EMD in the form of BG, the same should be issued from Delhi bank branch. The validity of BG should be six months from the date of submission of offer. Note: Bid submitted without EMD will be rejected. On EMD no interest shall be payable. Performance Bank Guarantee The bidder should be agreed to submit the required PBG to TCIL for their portion as and when asked in the event of award of work. Self Declaration company letter head. on Original copy of DD/Banker s Cheque/ BG valid for four months from the date of submission. the bidder s Letter Head. Payment Terms & other conditions The lead bidder should be agreed on back to back payment terms and other terms & conditions including amount of penalty & Liquidated Damages in the event of award of work. the bidder s Letter Head Integrity Pact The selected bidder shall have to sign the Integrity Pact with TCIL. MAFs Bidder shall submit authorisation certificates of the components in favour of TCIL. regarding the same on the bidder s Letter Head. OEM authorization letters in favour of TCIL for this EOI.
Submission of technical solution and financial The bidder shall agree to submit the technical solution and financial quote within two days of time period from issue of request. the bidder s Letter Head. 4. OEM ink signed authorization for the product quoted (MAF) and for this particular RFP should be submitted with conformity of non end of life product and spare support for next 5 years to be attached with the technical bid. (OEM CCTV, Access Control, PA system, Crash rated (K12) sliding gate, Blocking Bollard, Flap Barrier, Under Vehicle Scanner System with ANPR System, X Ray Baggage & FM 200 Gas Suppression and Networking Switches) 5. OEM need to confirm on their letter head that any component/ hardware/ parts/ assembly/ software including firmware used in the offered solution (hardware/software) do not comply to GB28181,GB/T 28181 2011, GB/T28181 2011, GBT 28181 2011, GBT 28181 2011 standards 6. CCTV proposed should be UL; ROHS and FCC compliant certificate should be enclosed. 7. OEM proposed for this EoI should have registered office in India. Should have presence in India for minimum last ten years. Statutory documents should be enclosed. 8. OEM should have own repair Centre in India. 9. Solution proposed should be seamlessly integrated on single platform. The solution includes CCTV, Access Control and PA system. 10. All Network Switches, Network Modules and NMS for networking devices from same OEM. The Proposed Networking Systems should be inter operable with existing Network of end customer. 11. Software Company should be CMM 5 Level certified. 12. Reputed firms must meet pre qualification criteria and submit the proposal complete in all respects. All required documents are to be enclosed failing which TCIL shall consider the proposal as incomplete and reserve the right to reject the same without seeking any further clarifications. 13. Reputed firms must meet technical and pre qualification criteria and submit the proposal complete in all respects. All required documents are to be enclosed failing which TCIL may consider the proposal as incomplete and reserve the right to reject the same. 14. In the event that TCIL is required to provide demonstration or working of the product to their buyers, the same shall be arranged by the system integrator at latter s cost and expenditure. 15. TCIL reserves the right to accept or reject any or all EOIs or annul this process without assigning any reason and liability whatsoever and to re invite EOI at its sole discretion. The details of EOI may be viewed on www.tcil india.com. The corrigendum to this EOI, if any, shall be displayed on the website. 16. The firm fulfilling the above requirements and willing to associate with TCIL may submit their formal expression (Hard Copies) in sealed envelope superscripted with name of EOI with all prescribed supporting documents / undertakings mentioned in EOI not later than 12 th March 2018 up to 1100 Hrs (IST) on below mentioned address : Group General Manager (S&TC) Telecommunications Consultants India Ltd. Room No. 409, 4th Floor, TCIL Bhawan, Greater Kailash 1, New Delhi 110048 Email: Sanjeeva.tcil@gmail.com / Saurav.raj@tcil india.com Tel: 011 26202409 / 26202433
Format of Bid Bond (EMD) Whereas. (hereinafter called the Bidder ) has submitted its bid dated For the supply of. Vide Tender No... dated KNOW ALL MEN by these presents that WE. OF. Having our registered office at.. (hereinafter called the Bank ) are bound unto Telecommunications Consultants India Limited (hereinafter called the Purchaser ) in the sum of Rs. for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present. THE CONDITIONS of the obligation are: 1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or 2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity (a) Fails or refuses to execute the Contract, if required; or (b) Fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders. We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates. Signature of the Bank Authority. Name Name & Signature of witness Address of witness Signed in Capacity of Full address of Branch Tel No. of Branch Fax No. of Branch