PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC, Mumbai Road, Pimpri, Pune- 411018 e-mail: [email protected]

CORRIGENDUM - 3 To Short Term Request for Proposal For Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions (Tender No. 07)

The applicants are required to kindly consider the following corrigendum pertaining to the aforementioned RFP:

Sr. No. RFP Clause Existing Clause Revised Clause To be read as: https://mahatenders.gov.in

Bidders are hereby required to submit their bids on https://mahatenders.gov.in and shall immediately enroll/register on the portal for submission of the bid document. The requisite link for submission of the captioned RFP shall be available from July 31, 2018 on https://mahatenders.gov.in. https://www.pcmcindia.gov.in 1. RFP Volume I, II and III eTendering portal Bidder to refer https://mahatenders.gov.in for any communication eProcurement portal henceforth in perspective of the captioned RFP.

Bidder may please go through the below mentioned link for eTendering process at https://mahatenders.gov.in (bidder enrollment & bid submission): https://www.pcmcindia.gov.in/marathi/nic_tender.php

Bidders may also connect with the Helpdesk, if required; the link for the same is also provided on the https://mahatenders.gov.in. Bidder to submit the EMD (INR 2,50,00,000(Two Crores Fifty Lacs RFP Volume I, Section 1.4 2. Earnest Money Deposit (EMD) only)) on https://mahatenders.gov.in as per below: Factsheet/Datasheet  INR 2,40,00,000 (INR Two Crores Forty Lacs only) through PIMPRI CHINCHWAD SMART CITY LIMITED Registered Office: Administrative Building, PCMC, Mumbai Pune Road, Pimpri, Pune- 411018 e-mail: [email protected]

Sr. No. RFP Clause Existing Clause Revised Clause e Procurement portal or by Bank Guarantee (as per format attached in Annexure 8 ) and  INR 10,00,000 (INR Ten Lacs only) through e- Procurement portal. In case of submission of EMD (in combination of BG and online payment via e-Procurement portal), bidders are required to upload the BG scan copy against the requisite certification requirement on https://mahatenders.gov.in All commercial offers must be prepared online (An online BoQ format will be provided for this All commercial offers must be prepared online (An online BoQ purpose during Online Bid Preparation stage). format will be provided for this purpose on No Bidder should quote his commercial offer https://mahatenders.gov.in during Online Bid Preparation stage). No 3. Commercial Bid anywhere directly or indirectly in Technical Bidder should quote his commercial offer anywhere directly or Envelope, failing which the Commercial indirectly in Technical Envelope, failing which the Commercial Envelope shall not be opened and his tender Envelope shall not be opened and his tender shall stand rejected. shall stand rejected. Electricity connections at all the locations shall be provided by the 4. RFP Volume I, II and III purchaser along with the electricity supply during the contract period.  Last Date and time for Bid submission (On  Last Date and time for Bid submission (On or before) - RFP Volume I, Section 1.4 or before) - 30/07/2018 by 15:00 hrs 07/08/2018 by 15:00 hrs 5. Factsheet/Datasheet  Date, time for Opening of Technical Bids -  Date, time for Opening of Technical Bids - 07/08/2018 by 16:00 30/07/2018 by 16:00 hrs hrs

Sd/- CEO & Director, PCSCL/3/WK/152/2018 Pimpri Chinchwad Smart City Limited Date-26/07/2018 (PCSCL)

Tender No. 07/2018-19

REQUEST FOR PROPOSAL (RFP) FOR Selection of System Integrator for PIMPRI CHINCHWAD SMART CITY LIMITED

Office of The Chief Executive Officer, PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL) TEL NO.- 020-97333333,67331117 FAX- 020 27425600, 67330000 Email ID- [email protected] Website- www.pcmcindia.gov.in www.smartcitypimprichinchwad.in

Price of the RFP document Rs. 50,000/-(Non Refundable)

PIMPRI CHINCHWAD SMART CITY LIMITED (PCSCL)

INVITATION FOR BID (IFB)

 Name: Pimpri Chinchwad Smart City Limited (PCSCL)  Address: 4th Floor, Pimpri Chinchwad Municipal Corporation Name & Address of the (PCMC) Main Building, Pimpri, – 411018 Procuring Entity Tel: 020 – 67333333, 67331117 Fax: 020 - 27425600, 67330000 e-Mail ID: [email protected]  Name: Nilkanth Poman  Designation: Joint Chief Executive Officer, PCSCL Name & Address of the  Addres s: 4th Floor, Pimpri Chinchwad Municipal Corporation Project Officer In-charge (PCMC) Main Building, Pimpri, Maharashtra – 411018  Email: [email protected]

Short Term Request for Proposal(RFP) for Subject Matter of Selection of System Integrator for Supply, Installation, Testing, Procurement Commissioning and O&M for City Network, City Wi-Fi, Smart Kiosk and Variable Message Display (VMD) Solutions

One Envelope / RFP Response Document (e-bid) through Bid Procedure https://www.pcmcindia.gov.in (eproc portal) Websites for downloading Bidding Document,  Websites: www.pcmcindia.gov.in & Corrigendum’s, Addendums http://www.smartcitypimprichinchwad.in etc. Period of Sale/download of Bidding Document (Start/ Between 02/07/2018, 18:00 Hrs and 23/07/2018, 15:00 hrs End Date)  Manner: Online at eProc website (www.pcmcindia.gov.in) Manner, Start/ End Date for  Start Date: 02/07/2018. 18:00 Hrs the submission of Bids  End Date: 23/07/2018, 15:00 Hrs  Date: 23/07/2018, Date/ Time/ Place of Bid  Time: 16:00 Hrs Opening  Place: Online at eProc website (www.pcmcindia.gov.in)

Sd/- (Shravan Hardikar) CEO & Director, Pimpri Chinchwad Smart City Limited (PCSCL)

Pimpri Chinchwad Smart City Limited Short term Request for Proposal (RFP) for Appointment selection of system Integrator for Pimpri-Chinchwad Smart City Limited TENDER No. 07 Pimpri Chinchwad Smart City Limited (PCSCL) intends to appointment selection of system Integrator for Implementation of identified ICT led Smart City Initiative. The System Integrator shall be selected on the basis of Least Cost Based Selection methodology after declared technically qualified. Interested Bidders may download the RFP document from the website of PCMC i.e. www.smartcitypimprichinchwad.in or www.pcmcindia.gov.in from 02/07/2018, 3.00 pm onwards.

Proposal Document No Name of Work EMD (Rs.) Fee (Rs.) Selection of System Integrator for Pimpri 1 50,000 /- 2,50,00,000/- Chinchwad Smart City Limited Rights to reject any or all tenders without assigning any reasons thereof are reserved by CEO, PCSCL and whose decision will be final and legally binding on all the bidders. Sd/- Director & CEO, PCSCL and PCSCL/03/120 /2018 Municipal Commissioner, PCMC Date:29/06/2018 Advertisement No.28

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Short Term Request for Proposal

(RFP)

For

Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for City Network, City Wi-Fi, Smart Kiosk and Variable Message Display (VMD) Solutions

VOLUME I - Structure of Proposal & Bid Process Specifications

Tender Ref Number- 07/2018-19 Date: - 02-07-2018

PIMPRI CHINCHWAD SMART CITY LIMITED

1

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Disclaimer

i. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited (PCSCL). ii. The information contained in this Request for Proposal document (“RFP”) or subsequently provided to Bidders, whether verbally or in documentary or any other form by or on behalf of the PCSCL (the Purchaser) or any of its employees or advisors, is provided to Bidders, on the terms and conditions set out in this RFP. iii. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals in pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Purchaser, in relation to the project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Purchaser, its employees or advisers to consider the objectives, technical expertise and particular needs of each party, who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct his own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources. iv. Information provided in this RFP to the Bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Purchaser accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. The Purchaser, its employees and advisers make no representation or warrants and shall have no liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this selection process. v. The Purchaser also accepts no liability of any nature, whether resulting from negligence or otherwise, however caused, arising from reliance of any Bidder upon the statements contained in this RFP. vi. The Purchaser may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. The issue of this RFP does not imply that the Purchaser is bound to select a Bidder or to appoint the Selected Bidder, as the case may be, for this project and the Purchaser reserves the right to reject all or any of the proposals, without assigning any reason whatsoever. vii. PCSCL or its authorized officers / representatives / advisors reserve the right, without prior notice, to change the procedure for the selection of the Successful Bidder or terminate discussions and the delivery of information at any time before the signing of any agreement for the Project, without assigning reasons thereof. viii. The RFP Document does not address concerns relating to diverse investment objectives, financial situation and particular needs of each party. The RFP Document is not intended to provide the basis for any investment decision and each Bidder must make its / their own independent assessment in respect of various aspects of the techno-economic feasibilities of the Project. No person has been authorized by PCSCL to give any information or to make any representation not contained in the RFP Document. ix. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation and expenses associated with any demonstrations or presentations which may be required by the Purchaser or any other costs

2

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

incurred in connection with or relating to its Proposal. All such costs and expenses shall remain with the Bidder and the Purchaser shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder, in preparation for submission of the Proposal, regardless of the conduct or outcome of the selection process.

3

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Table of Contents Disclaimer…………………………...……………………………………………………………………………...6

Invitation to Proposal...... 7

Important Dates ...... 7

Definitions & Acronyms ...... 8

1. Introduction ...... 10

1.1. ABOUT PIMPRI CHINCHWAD SMART CITY LIMITED ...... 10 1.2. PROJECT PROFILE ...... 10 1.3. RFP FORMAT ...... 12 1.4. FACTSHEET / DATASHEET: ...... 13 2. Instruction to Bidders ...... 14

2.1. GENERAL...... 14 2.2. ELIGIBLE BIDDERS ...... 14 2.3. COMPLIANT BIDS / COMPLETENESS OF RESPONSE...... 14 2.4. CODE OF INTEGRITY ...... 15 2.5. BIDDER TO INFORM ...... 15 2.6. BID VALIDITY PERIOD ...... 16 2.7. FIRM PRICES ...... 16 2.8. BID PRICES ...... 16 3. Key Requirements of Bid ...... 16

3.1. RIGHT TO TERMINATE THE PROCESS ...... 16 3.2. RFP DOCUMENT FEES AND PURCHASE ...... 17 3.3. EARNEST MONEY DEPOSIT (EMD) ...... 17 3.4. SUBMISSION OF PROPOSAL ...... 17 3.5. BID PREPARATION COSTS ...... 18 3.6. LANGUAGE ...... 18 3.7. DISCOUNT ...... 18 3.8. ONLY ONE PROPOSAL AND ONE SOLUTION ...... 18 3.9. AUTHENTICATION OF BIDS ...... 18 3.10. BIDDERS AUTHORIZATION ...... 19 3.11. AMENDMENT OF REQUEST FOR PROPOSAL ...... 19 3.12. LOCAL CONDITIONS ...... 19 3.13. VENUE & DEADLINE FOR SUBMISSION OF PROPOSALS ...... 19 3.14. PROPOSALS SUBMITTED AFTER DESIGNATED TIME OF SUBMISSION ...... 20 3.15. DEVIATIONS ...... 20 3.16. MODIFICATION AND WITHDRAWAL OF BIDS ...... 20 3.17. REVEAL OF PRICES ...... 20 3.18. ADDRESS FOR CORRESPONDENCE ...... 20 3.19. CONTACTING THE PCSCL ...... 20 3.20. PIMPRI CHINCHWAD SITE VISIT BY BIDDER ...... 20 3.21. BIDDER RELATED CONDITIONS ...... 21 3.22. ELIGIBLE GOODS AND SERVICES, AND OEM CRITERIA: ...... 21 3.23. BID SUBMISSION ...... 22 3.24. CONTENTS OF BID ON E-TENDERING PORTAL ...... 23 3.25. TECHNICAL PROPOSAL ...... 23 3.26. COMMERCIAL BID ...... 23 3.27. OPENING OF BIDS ...... 23 3.28. TECHNICAL ENVELOPE ...... 24 3.29. COMMERCIAL ENVELOPE ...... 24

4

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

3.30. SUB-CONTRACTING ...... 24 4. Selection Process for Bidder ...... 25

4.1. EVALUATION OF BIDS ...... 25 4.2. OPENING OF BIDS ...... 25 4.3. PRELIMINARY EXAMINATION OF BIDS...... 26 4.4. CLARIFICATION ON BIDS ...... 26 4.5. EVALUATION PROCESS ...... 26 Stage 1: Pre-Qualification ...... 27 Stage 2: Technical Evaluation ...... 27 Stage 3: Commercial Evaluation ...... 27 4.6. PRE-QUALIFICATION CRITERIA ...... 28 4.7. TECHNICAL EVALUATION FRAMEWORK ...... 31 4.7.1. Key Personnel Criteria ...... 35 5. Award of Contract...... 36

5.1. RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL PROPOSAL(S) ...... 36 5.2. NOTIFICATION OF AWARD ...... 36 5.3. NEGOTIATIONS WITH THE SUCCESSFUL BIDDER ...... 36 5.4. CONTRACT FINALIZATION AND AWARD ...... 36 5.5. PERFORMANCE BANK GUARANTEE (PBG) ...... 36 5.6. WARRANTY & MAINTENANCE ...... 37 5.7. SIGNING OF CONTRACT ...... 38 5.8. FAILURE TO AGREE WITH THE TERMS & CONDITIONS OF THE RFP ...... 38 5.9. REJECTION CRITERIA ...... 38 5.9.1. GENERAL REJECTION CRITERIA ...... 38 5.9.2. COMMERCIAL REJECTION CRITERIA ...... 39 6. Annexure 1 – Formats for Submission of the Pre-Qualification Bid ...... 40

6.1. PRE-QUALIFICATION BID CHECKLIST ...... 40 6.2. PRE-QUALIFICATION BID COVERING LETTER ...... 41 6.3. COMPANY PROFILE ...... 43 6.4. CERTIFICATE / DOCUMENTS AGAINST PRE-QUALIFICATION CRITERIA (SECTION 4.6) ...... 44 6.5. BIDDER’S EXPERIENCE - CLIENT CITATIONS ...... 45 6.6. DECLARATION OF NON-BLACKLISTING ...... 46 6.7. SELF-CERTIFICATE FOR PROJECT EXECUTION EXPERIENCE ...... 47 6.8. NO DEVIATION CERTIFICATE ...... 48 7. Annexure 2 – Formats for Submission of the Technical Bid ...... 49

7.1. TECHNICAL BID CHECK-LIST ...... 49 7.2. TECHNICAL BID COVERING LETTER ...... 50 7.3. CREDENTIAL SUMMARY ...... 52 7.4. BIDDER’S EXPERIENCE - CLIENT CITATIONS ...... 53 7.5. TOTAL RESPONSIBILITY CERTIFICATE ...... 54 7.6. OVERVIEW OF PROPOSED SOLUTION ...... 55 7.7. PROJECT PLAN...... 56 7.8. MANPOWER PLAN ...... 57 7.8.1. DETAILS OF RESOURCES PROPOSED ...... 59 7.9. COMPLIANCE TO REQUIREMENT (TECHNICAL / FUNCTIONAL SPECIFICATIONS) ...... 60 7.10. PROPOSED UNPRICED BILL OF MATERIAL ...... 61 7.11. MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM ...... 64 7.12. ANTI-COLLUSION CERTIFICATE ...... 65 7.13. NON-DISCLOSURE AGREEMENT ...... 66 7.14. SELF-DECLARATION BY BIDDER ...... 69 7.15. FORMAT FOR OEM DECLARATION ...... 70 8. Annexure 3 – Format for Submission of the Commercial Bid ...... 71

5

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

9. Annexure 4 – Performance Bank Guarantee ...... 72

10. Annexure 5 - Consortium Agreement ...... 74

11. Annexure 6 - Format for Power of Attorney to Authorize Signatory ...... 76

12. Annexure 7 - Format for Power of Attorney for Lead Bidder of Consortium ...... 77

13. Annexure 8 – Bank Guarantee for Earnest Money Deposit ...... 78

6

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Invitation to Proposal

i. PCSCL hereby invites Proposals from reputed, competent and professional System Integrators (SI), who meet the minimum eligibility criteria as specified in this bidding document for the “Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and Variable Message Display (VMD) Solutions” as detailed in the RFP document. ii. The complete bidding document shall be published on https://www.pcmcindia.gov.in / http://www.smartcitypimprichinchwad.in for the purpose of downloading. The downloaded bidding document shall be considered valid for participation in the electronic bidding process (e-Tendering) subject to the submission of required tender/ bidding document fee online. iii. Bidder is advised to study this RFP document carefully before submitting their proposals in response to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications.

Important Dates

Sr. No. Activity Deadline

1. Release of RFP 02/07/2018 2. Last date for submission of Bids 23/07/2018 by 15:00 hrs

3. Date of opening of technical Bids 23/07/2018 by 16:00 hrs

4. Date of Technical Presentation by the Bidders To be intimated later

5. Date of Opening of Commercial Bids To be intimated later

7

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Definitions & Acronyms

Terms Meaning AAA Authentication, Authorization and Accounting ASTM American Society for Testing Materials BOM Bill of Material BOQ Bill of Quantities CAPEX Capital Expenditure CCC Control Command Centre CCTV Closed Circuit Television Camera COC City Operations Centre CVC Central Vigilance Commission DC Data Centre EIA/TIA Electronic Industries Association and Telecommunications Industries Association EMD Earnest Money Deposit or Bid Security FRC Fibre Reinforced Concrete GoI Government of GoM Government of Maharashtra GPRS General Packet Radio Service GPS Global Positioning System GSM Global System for Mobile communication GST Goods and Services Tax HDPE High Density Polyethylene IaaS Infrastructure as a Service IoT Internet of Things IP IP Internet Protocol ISO International Organization for Standardization LED Light Emitting Diode LOA Letter of Acceptance LOI Letter of Intent LSPM Light source and Power Meter MoHUA Ministry of Housing and Urban Affairs O&M Operations and Maintenance OEM Original Equipment Manufacturer OFC Optical Fibre Cable OPEX Operational Expenditure OTDR Optical Time Domain Reflectometer PaaS Platform as a Service PAN Permanent Account Number PBG Performance Bank Guarantee PBX Private Branch Exchange PCMC Pimpri Chinchwad Municipal Corporation PCSCL Pimpri Chinchwad Smart City Limited PO Purchase Order PoP Point of Presence

8

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Terms Meaning Psi Pounds per square inch PSU Public Sector Undertaking Purchaser / Procuring Pimpri Chinchwad Smart City Limited entity RFID Radio Frequency Identification RFP Short Term Request for Proposal SI System Integrator SITC Supply, installation, testing and commissioning SLA Service Level Agreement TCB Total Cost of Bid TCV Total Contract Value UHF Ultra-High Frequency UPS Uninterruptible Power Supply UT Union Territory VAT Value Added Tax VMD Variable Message Display

9

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

1. Introduction

1.1. About Pimpri Chinchwad Smart City Limited

Pimpri Chinchwad is a twin city to Pune located south-east of Mumbai, and is the fifth most populated city of Maharashtra. The population of Pimpri-Chinchwad as per 2001 Census was 10 lakhs and has reached 17.29 lakhs in the year 2011. As on 2018, the population of Pimpri Chinchwad stands at approximately 22 lakhs.

Pimpri-Chinchwad has a thriving industrial belt, primarily consisting of engineering and automobile industries. With over 6,000 industrial units in the large, medium and small sectors dotting its landscape. Pimpri-Chinchwad is one of the best developed industrial belt of Maharashtra accommodating many reputed industrial houses and business conglomerates of the country.

Present day Pimpri Chinchwad is thriving suburbs of Pune situated along the NH-4 (Pune - Mumbai Highway) and the areas developed due to emergence of Hinjewadi IT Park and the NH-4 Bypass. Nodes like Dapodi, Kasarwadi, Pimpri, Chinchwad, Pradhikiran and Nigdi, which developed along NH-4 have a distinctly industrial feel due to the presence of large industrial campuses and MIDC areas whereas areas like Wakad, Pimple Saudagar, Pimple Nilakh and Sangvi developed later and are predominantly residential suburbs catering to the workforce at Hinjewadi IT Park.

The Pimpri Chinchwad city is managed and governed by the Pimpri Chinchwad Municipal Corporation (PCMC), established in the year 1982. The Maharashtra Municipal Corporations Act bestows the responsibility of providing basic infrastructure and services viz. water supply, drainage, sewerage, roads and services such as conservancy, firefighting, street lighting, education and primary health upon PCSCL.

1.2. Project Profile

Ministry of Housing and Urban Affairs (MoHUA), Government of India (GoI) has embarked on the Smart Cities Mission programme that aims at bringing about urban transformation for cities. The objective is to drive economic growth and improve the quality of life for the citizens by enabling local development and harnessing technology as a means to create smart outcomes.

Pimpri Chinchwad City has been shortlisted under Ministry of Housing and Urban Affairs (MoHUA), Government of India, Smart City Mission programme, as part of Round 3 selection, wherein Pimpri Chinchwad Municipal Corporation (PCMC), as part of its PAN City Proposal, has identified various ICT led Smart City Initiatives like City Network, Smart Water, Smart Sewerage, Smart Traffic, Smart Parking, Smart Environment, CCTV Surveillance to name a few, details are captured in the below figure.

PCMC has formulated a city level SPV i.e. Pimpri Chinchwad Smart City Limited (PCSCL), registered under the Companies Act 2013, which shall be receiving the funds from the Central Government, State Government and ULB for execution of all the identified Smart City Initiatives.

10

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

The Pimpri Chinchwad Smart City project draws heavily upon digital network, smart sensors, advanced analytics and IT solutions which would be able to provide city dwellers an innovative and electronically connected ecosystem with much improved service efficiency. Of equal importance is the provisioning of real-time data management, alerts, forecasting and information processing for the city administration and allowing city planners to develop more meaningful programmes.

PCSCL, as part of this RFP, intends to implement below mentioned solutions with the following key objectives:

City Network (Passives):  To create a scalable, robust, resilient, secure and long-lasting digital infrastructure that interconnects citizens, government, business and communities and allows better data management and control to offer richer application experiences  The OFC network shall serve as the backbone for all the connectivity requirements and ICT led Smart City initiatives planned or to be planned in the near future

City Wi-Fi (IT Infra & Systems):  To bridge the digital divide, and create a digitally connected ecosystem within the city promoting economic development and increased access to promote digital inclusion for all community members  Building wireless backbone that provides connectivity to smart city end devices for providing improved municipal services  To provision connectivity for city dwellers, tourists etc. on the move

11

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Smart Kiosk (IT Infra & Systems):  To establish a Mobile Service Delivery based digital platform for city dwellers to interact with the city administration on the move, engage with larger citizen group and get their participation and feedback around services delivery  To act as digital interaction point for city services like city card recharge, mobility ticketing, informative & transactional services to name a few

Variable Message Display (VMD) (IT Infra & Systems):  To communicate with the citizens, on real time basis, like information & guidance about traffic congestions/diversions, emergency/disaster related messages, city programmes related information, environment conditions, important event announcements, schemes etc.

Pole Infrastructure (Passives):  To create a uniform Pole Infrastructure across the city for hosting various IoT & Smart City devices like CCTV camera, traffic detectors, Wi-Fi access points etc. in a planned & structured manner, so as to avoid repeated digging and infrastructure laying work in the city

1.3. RFP Format

The Request for Proposal (RFP) consists of three volumes viz:

 RFP Volume 1: Structure of Proposal & Bid Process Specifications Volume 1 details the instructions with respect to the Bid process management, pre-qualification & technical evaluation framework, and the technical & financial forms.

 RFP Volume 2: Scope of Work including Functional & Technical Specifications Volume 2 of the RFP provides information regarding the Project Implementation Plan, Business requirements/Applications to be covered and corresponding process related documentation, scope of work for the selected Bidder and functional requirements.

 RFP Volume 3: Legal Specifications Volume 3 contains the Contractual, Legal terms & conditions applicable for the proposed engagement.

12

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

1.4. Factsheet / Datasheet:

Sr. Item Description No. The method of selection is L1. The Contract will be awarded to the Bidder quoting the lowest ‘Total Price’ post technical 1. Method of Selection qualification. Prices inclusive of applicable taxes, levies etc. will be considered for arriving at L1 price. Download from Availability of RFP 2. https://www.pcmcindia.gov.in and Documents http://www.smartcitypimprichinchwad.in Tender document fee (Non- INR 50,000 (INR Fifty Thousand only) through e-Tendering 3. refundable and Not – portal exempted) Total EMD amount is INR 2,50,00,000(Two Crores Fifty Lacs only) as per below:  INR 2,40,00,000 (INR Two Crores Forty Lacs only) Earnest 4. through e Procurement portal or by Bank Guarantee (as Money Deposit (EMD) per format attached in Annexure 8 ) and  INR 10,00,000 (INR Ten Lacs only) through e- Procurement portal Posting of responses to https://www.pcmcindia.gov.in and 5. queries (on website) http://www.smartcitypimprichinchwad.in/ Last Date and time for 6. Bid/Bid submission (On or 23/07/2018 by 15:00 hrs before) Date, time for Opening of 7. 23/07/2018 by 16:00 hrs Technical Bids

Bid must remain valid up to 180 (One Hundred & Eighty) days 8. Bid validity from the actual date of submission of the Bid.

Currency in which the Bidders may quote the price and will 9. Currency receive payment is INR only. The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), 4th Floor, PCSCL Main Building, Pimpri, Maharashtra – 411018 Name and Address for 10. Tel: 020 – 67333333, 67331117 Correspondence Fax: 020 - 27425600, 67330000 e-Mail ID: [email protected]

13

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2. Instruction to Bidders

2.1. General

PCSCL has adopted a two-step process (referred to as the "Bidding Process") for selecting Bidders for the award of the Project through the e-tendering system. The Bidding Process shall comprise of two steps, the first relating to Pre-Qualification & Technical Proposal of the Bidder and the second relating to the Commercial Proposal of the Bidder. As part of the Bidding Process, the Bidders are being called upon to submit their Bids through the e-tendering system of PCSCL in accordance with the terms specified in the Bidding Document. Registered Bidders should submit their offer by the way of e-tendering System only. The official will guide the interested Bidder to document the authorization process & to obtain the Registration Key.

Notes of e-Tendering:

a. All eligible interested Bidders, who want to participate in e-tendering process should get enrolled on PCSCL’s e-tendering portal b. Bidder shall contact, for details or any difficulties in submission of online tenders, if any, the CEO, PCSCL c. It is compulsory for all participants to submit all documents online. d. It is compulsory to submit cost of Tender Form Fee and Earnest Money deposit only in the form of Online Payment. Detailed terms and conditions are displayed on the portal e. Right to reject any or all online Bids of work without assigning any reasons thereof are reserved with PCSCL. f. While every effort has been made to provide comprehensive and accurate background information and requirements and specifications, Bidders must form their own conclusions about the solution needed to meet the requirements. Bidders and recipients of this RFP may wish to consult their own legal advisers in relation to this RFP. g. All information supplied by Bidders may be treated as contractually binding on the Bidders, on successful award of the assignment by the Purchaser on the basis of this RFP. h. No commitment of any kind, contractual or otherwise shall exist unless and until a formal written contract has been executed by or on behalf of the Purchaser. Any notification of preferred Bidder status by the Purchaser shall not give rise to any enforceable rights by the Bidder. The Purchaser may cancel this public Tendering at any time prior to a formal written contract being executed by or on behalf of the Purchaser. i. This RFP supersedes and replaces any previous public documentation & communications, and Bidders should place no reliance on such communications.

2.2. Eligible Bidders

Bids may be submitted by a Sole Bidder or by a lead Bidder in case of a consortium as per the eligibility norms set forth in this RFP document.

2.3. Compliant Bids / Completeness of Response

a. Bidders are advised to study all Instructions, Forms, Terms, Requirements and other information in the RFP documents carefully. Submission of the Bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications. b. Failure to comply with the requirements of this paragraph may render the Bid non-compliant and the Bid may be rejected. Bidders must:

14

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

i. Include all documentation specified in this RFP, in the Bid ii. Follow the format of this RFP while developing the Bid and respond to each element in the order as set out in this RFP iii. Comply with all requirements as set out within this RFP

2.4. Code of Integrity

No official of a procuring entity or a Bidder shall act in contravention of the codes, which includes:

a. Prohibition of: i. Making offer, solicitation or acceptance of bribe, reward or gift or any material benefit, either directly or indirectly, in exchange for an unfair advantage in the Tendering process or to otherwise influence the Tendering process. ii. Any omission, or misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be obtained or an obligation avoided. iii. Any collusion, Bid rigging or anticompetitive behaviour that may impair the transparency, fairness and the progress of the Tendering process. iv. Improper use of information provided by the procuring entity to the Bidder with an intent to gain unfair advantage in the Tendering process or for personal gain. v. Any financial or business transactions between the Bidder and any official of the procuring entity related to tender or execution process of contract; vi. Which can affect the decision of the procuring entity directly or indirectly. vii. Any coercion or any threat to impair or harm, directly or indirectly, any party or its property to influence the Tendering process. viii. Obstruction of any investigation or auditing of a Tendering process. ix. Making false declaration or providing false information for participation in a tender process or to secure a contract; b. Disclosure of conflict of interest. c. Disclosure by the Bidder of any previous transgressions made in respect of the i. Provisions of sub-clause (a) with any entity in any country during the last three years ii. Or of being debarred by any other procuring entity.

In case of any reported violations, the procuring entity, after giving a reasonable opportunity of being heard, comes to the conclusion that a Bidder or prospective Bidder, as the case may be, has contravened the code of integrity, may take appropriate measures.

2.5. Bidder to Inform

The Bidder shall be deemed to have carefully examined the Terms & Conditions, Scope, Service Levels, Specifications, and Schedules of this RFP.

a) At any time prior to the last date for receipt of Bids, Purchaser may, for any reason, modify the RFP Document by a corrigendum. b) The corrigendum (if any) & clarifications to the queries from all Bidders will be posted on the www.pcmcindia.gov.in and http://www.smartcitypimprichinchwad.in c) Any such corrigendum shall be deemed to be incorporated into this RFP. d) In order to provide prospective Bidders reasonable time for taking the corrigendum into account, the Purchaser may, at its discretion, extend the last date for the receipt of Proposals.

15

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.6. Bid Validity Period

Bid shall remain valid for the time mentioned in the RFP Factsheet/Datasheet. In exceptional circumstances, at its discretion, PCSCL may solicit the Bidder’s consent for an extension of the validity period. The request and the response shall be made in writing.

2.7. Firm Prices

a) Prices quoted must be firm and final and shall remain constant throughout the period of the contract and shall not be subject to any upward modifications, on any account whatsoever. The Bid Prices shall be indicated in Indian Rupees (INR) only. b) The Commercial Bid should clearly indicate the price to be charged without any qualifications whatsoever and should include all taxes, duties, fees, levies, works contract tax and other charges as may be applicable in relation to the activities proposed to be carried out. c) The taxes quoted in the offer should be as per the prevailing tax rates. d) A proposal submitted with an adjustable price quotation or conditional proposal shall be treated as non-responsive and the Bid may be rejected.

2.8. Bid Prices

a) The Bidders shall indicate the unit rates and total Bid Prices of the equipment/ services, it proposes to provide under the Contract. Prices should be shown separately for each item as required in the RFP. b) Bidder should provide all prices as per the prescribed Commercial Bid format provided on the e- Tendering portal. c) The Bidders shall prepare the Bid based on details provided in the tender documents. It must be clearly understood that the Scope of Work is intended to give the Bidders an idea about the order and magnitude of the work and is not in any way exhaustive and guaranteed by PCSCL. The Bidders shall carry out all the tasks in accordance with the requirement of the tender documents and it shall be the responsibility of the Bidders to fully meet all the requirements of the tender documents. d) If at any stage, during the contract, if Purchaser identifies that the approach/ project plan/ schedule/ work conducted does not meet the Functional requirements, Conceptual design, Performance requirements / SLA, and other requirements of Tender, the Bidders shall revise the required work plan/approach/quality of work as required. No additional cost shall be reimbursed for the Bidder for the same. e) The price would be inclusive of all taxes, duties, charges and levies payable under respective statutes

3. Key Requirements of Bid

3.1. Right to Terminate the Process

a) PCSCL may terminate the RFP process at any time and without assigning any reason. PCSCL makes no commitments, express or implied, that this process will result in a business transaction with anyone. b) This RFP does not constitute an offer by PCSCL. The Bidder's participation in this process may result in PCSCL selecting the bidders to engage towards execution of the contract.

16

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

3.2. RFP Document Fees and Purchase

a) The Bidders shall download the tender document from the e-Tendering website as mentioned in the Proposal Factsheet/Datasheet above. The downloading of the tender documents shall be carried out strictly as provided on the web site. b) Tender Fee of requisite amount, as per Factsheet/Datasheet, shall be paid online through e- Tendering portal. c) Without the payment of tender fee, the Bid shall be considered as incomplete and non-responsive and shall not be considered. d) The RFP document fee is non-refundable and not exempted. 3.3. Earnest Money Deposit (EMD)

a) EMD, which is required to protect the PCSCL against the risk of Bidders conduct, which would warrant the EMD forfeiture, of requisite amount as per Factsheet/Datasheet, shall be paid as per below:  INR 2,40,00,000 (INR Two Crores Forty Lacs only) through e-Procurement portal (to be sumitted before the bid submission timelines) or by Bank Guarantee (Original hard copy to be submitted within 24 hrs of bid submission timelines) as per format attached in Annexure 8  INR 10,00,000 (INR Ten Lacs only) through e-Procurement portal (to be sumitted before the bid submission timelines) b) No exemption for submitting the EMD will be given to any agency. EMD in any other form will not be entertained. c) The EMD of all unsuccessful Bidders would be refunded by PCSCL after submission of Performance Bank Guarantee by the successful Bidder. The EMD amount is interest free and will be refundable without any accrued interest on it. d) The EMD of the successful Bidder would be returned upon submission of Performance Bank Guarantee, by the successful Bidder. The EMD amount is interest free and will be refundable without any accrued interest on it. e) Proposals not accompanies with the EMD or containing EMD with infirmity (ies) (relating to the amount or validity period etc.), mentioned above, shall be summarily rejected. f) The EMD may be forfeited:  If a Bidder withdraws it’s Bid during the period of Bid validity.  A successful Bidder fails to sign the subsequent contract in accordance with this RFP  The Bidder being found to have indulged in any suppression of facts, furnishing of fraudulent statement, misconduct, or other dishonest or other ethically improper activity, in relation to this RFP  A Proposal contains deviations (except when provided in conformity with the RFP) conditional offers and partial offers. 3.4. Submission of Proposal

Bidders should submit their responses as per the procedure specified in the e-Tendering portal (www.pcmcindia.gov.in or http://www.smartcitypimprichinchwad.in/) being used for this purpose. Generally, the items to be uploaded on the portal would include all the related documents mentioned in this Model RFP, such as:

 Tender Fee  EMD (To be submitted in original, in case of BG within 24 hours of the submission of the proposal)  Pre-qualification Proposal  Technical Proposal

17

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

 Financial proposal

However, each of the above documents must be uploaded in the format specified for this purpose and as per the specified folder structure in the e-Tendering portal.

The Bidder must ensure that the Bid is digitally signed by the Authorized Signatory of the Bidding firm and has been duly submitted (freeze) within the submission timelines. The PCSCL shall in no case be responsible if the Bid is not submitted online within the specified timelines.

All the pages of the Proposal document must be sequentially numbered and must contain the list of contents with page numbers. Any deficiency in the documentation may result in the rejection of the Bidder’s Proposal.

3.5. Bid Preparation costs

The Bidder shall be responsible for all costs incurred in connection with participation in the RFP process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by Purchaser to facilitate the evaluation process, and in negotiating a definitive contract or all such activities related to the Bid process.

Purchaser will in no event be responsible or liable for those costs, regardless of the conduct or outcome of the Bidding process.

3.6. Language

The proposal should be filled by the bidders in English language only. If any supporting documents submitted are in any language other than English, translation of the same in English language is to be duly attested by the Bidders. For purposes of interpretation of the documents, the English translation shall govern.

3.7. Discount

The Bidders are advised not to indicate any separate discount. Discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose. However, in the event of such an offer, without considering discount, is found to be the lowest, PCSCL shall avail such discount at the time of Award of Contract. For future purposes, unit prices of all individual components will be discounted accordingly (by the overall discount % in case overall discount % is given or by the individual component discount % in case item wise discount given) to arrive at component- wise unit prices.

3.8. Only One Proposal and One Solution

If a Bidder, sole, lead or consortium member, submits or participates in more than one Proposal and / or presents more than one Solution, such Bids shall be disqualified.

3.9. Authentication of Bids

18

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

The Proposal should be accompanied by a Power of Attorney in the name of the signatory of the Proposal.

3.10. Bidders Authorization

a) The "Bidders" as used in the tender documents shall mean the one who has signed the Tender Forms. The Bidders may be either the Principal Officer or his duly Authorized Representative, in either cases, he/she shall submit a power of attorney. All certificates and documents (including any clarifications sought and any subsequent correspondences) received hereby, shall be furnished and signed by the representative or the principal. b) The authorization shall be indicated by written power of attorney accompanying the Bid. c) Any change in the Principal Officer shall be intimated to PCSCL in advance

3.11. Amendment of request for proposal

a) At any time prior to the deadline for submission of proposals, PCSCL, for any reason, may modify the RFP by amendment notified by uploading it on the e-tendering portal and such amendment shall be binding on them. PCSCL, at its discretion may extend the deadline for the submission of proposals. b) PCSCL reserves the right to change the scope before opening of the Technical Bids. In this case, PCSCL will release a corrigendum/clarification and ask the bidders to resubmit their Technical Bids.

3.12. Local Conditions

a) It will be incumbent upon each Bidder to fully acquaint himself with the local conditions and other relevant factors which would have any effect on the performance of the contract and / or the cost. b) The Bidders are expected to obtain for himself on his own responsibility all information that may be necessary for preparing the Bid and entering into contract. Obtaining such information shall be at Bidders own cost. c) Failure to obtain the information necessary for preparing the Bid and/or failure to perform activities that may be necessary for the providing services before entering into contract will in no way relieve the successful Bidders from performing any work in accordance with the Tender documents. d) It will be imperative for each Bidder to fully inform themselves of all legal conditions and factors, which may have any effect on the execution of the contract as described in the Bidding documents. PCSCL shall not entertain any request for clarification from the Bidders regarding such conditions. e) It is the responsibility of the Bidders that such factors have properly been investigated and considered while submitting the Bid proposals and that no claim whatsoever including those for financial adjustment to the contract awarded under the Bidding documents will be entertained by PCSCL and that neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the PCSCL on account of failure of the Bidders to appraise themselves of local laws and site conditions.

3.13. Venue & Deadline for Submission of Proposals

Proposals, in its complete form in all respects as specified in the RFP, must be submitted online before last date and time of submission, to PCSCL, at the portal specified in Proposal Factsheet/Datasheet.

19

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

3.14. Proposals submitted after designated time of submission

a) Bids submitted after the due date will not be accepted by the e-Tendering system (www.pcmcindia.gov.in), and hence will automatically be rejected. The Purchaser shall not be responsible for any delay in the online submission of the proposal. b) The Bids submitted by telex/telegram/fax/e-mail etc. shall not be considered. No correspondence will be entertained on this matter. c) The Purchaser shall not be responsible for any postal delay or non-receipt/ non-delivery of the documents. No further correspondence on the subject will be entertained. d) PCSCL reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon project priorities vis-à-vis urgent commitments.

3.15. Deviations

Bids shall be submitted strictly in accordance with the requirements and terms & conditions of the RFP. The Bidder shall submit a No Deviation Certificate as per the format mentioned in Section 7.9. The Bids with deviation(s) are liable for rejection.

3.16. Modification and Withdrawal of Bids

a) No Bid may be altered / modified after submission to the PCSCL. Unsolicited correspondences in this regard from Bidders will not be considered. b) No Bid may be withdrawn in the interval between the last date for receipt of Bids and the expiry of the Bid validity period specified by the Bidders in the Bid. c) Withdrawal of a Bid during this interval may result in the Bidders forfeiture of its EMD.

3.17. Reveal of Prices

Prices in any form or by any reason before opening the Commercial Bid should not be revealed, failing which the offer shall be liable to be rejected.

3.18. Address for Correspondence

The Bidders shall designate the official mailing/e-mail address, place and fax number to which all correspondence shall be sent by the PCSCL.

3.19. Contacting the PCSCL

a) No Bidders shall contact the PCSCL on any matter relating to its Bid, from the time of the Bid opening to the time the Contract is awarded. b) Any effort by the Bidders to influence the PCSCL’s Bid evaluation, Bid comparison or Contract award decisions shall result in the rejection of the Bidders Bid.

3.20. Pimpri Chinchwad Site Visit by Bidder

a) The Bidder may visit and examine any of the offices and other locations of PCSCL/PCMC at a time to be agreed with PCSCL, and obtain all information on the existing processes and functioning of the project that may be necessary for preparing the Bid document. The Bidder may carry out this site visit as per the date and time specified in Bid schedule. The visit may not be used to raise questions or seek clarification on the RFP. The cost of such visits to the site (s) shall be at the Bidder's own expense.

20

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

b) The PCSCL may arrange for the Bidder and any of its personnel or agents to gain access to the relevant site or sites, provided that the Bidder gives the PCSCL adequate notice of a proposed visit of at least seven (7) working days. Alternatively, the PCSCL may organize a site visit or visits as specified in the RFP. Failure of a Bidder to make a site visit will not be a cause for disqualification. c) No site visits shall be arranged or scheduled after the deadline for the submission of the Bids and prior to the award of Contract.

3.21. Bidder related Conditions

a) The Bidder shall prepare the Bid based on details provided in the RFP documents. It must be clearly understood that the quantities, specifications and diagrams that are included in the RFP document are intended to give the Bidder an idea about the scope and magnitude of the work and are not in any way exhaustive and guaranteed by PCSCL. b) The Bidder is expected to ensure that the solution proposed meets the Functional requirements, Conceptual design, Performance requirements and other RFP requirements. Performing of any activity required to design an optimal solution shall be at Bidder’s own cost. c) The Bidder shall carry out the sizing of the solution based on internal assessment and analysis, which may include the use of modelling techniques wherever necessary. d) The Bidder must propose a solution best suited to meet the requirements of the PCSCL If, during the sizing of the solution, any upward revisions of the specifications and/or quantity as given in this RFP document, are required to be made to meet the Conceptual design and/or Requirements of RFP, all such changes shall be included in the technical proposal and their commercial impact, thereof, included in the Commercial Bid. e) If, during the sizing of the solution, any additional product that is not listed in the RFP document is required to be included to meet the Conceptual design, Performance requirements and other requirements of RFP, all such product(s) should be included by the Bidder in the technical proposal and their commercial impact, thereof, included in the Commercial Bid. f) PCSCL will in no case be responsible or liable for any costs associated with the design/sizing of the proposed solution, regardless of the conduct or outcome of the Tendering process. g) If at any stage during the currency of the Contract, the solution proposed does not meet the functional requirements, conceptual design, performance requirements/SLA, and other requirements of the RFP, the Bidder shall revise the required specifications and/or quantities as proposed by the Bidder in his Bid in order to meet the said objectives/targets. All such provisions shall be made by the Bidder within the lump sum contract price, at no extra cost to PCSCL and without any impact to PCSCL whatsoever. h) It is mandatory to provide the break-up of all components in the format specified in the RFP. In no circumstances shall the Commercial Bid be allowed to be changed / modified. i) It is mandatory to provide break-up of all taxes, duties and levies wherever applicable and/or payable. The Bid amount shall be inclusive of packing, forwarding, transportation, insurance, delivery charges and any other charges as applicable. Any other charges as applicable shall be borne by the Bidder.

3.22. Eligible Goods and Services, and OEM Criteria:

a. For purposes of this Clause, the term “goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, transportation, supply, installation, integration and testing, commissioning, training and initial maintenance. b. The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder

21

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

must be associated with item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder. c. The OEM for each products or technology quoted should be in the business of that product or solution or technology for at least 3 years as on the date of release of the RFP. d. All the OEMs should have authorized presence in India either directly or through channel partner(s) as on the date of release of RFP. e. The OEM for all active components should give a declaration that products or technology quoted are neither end-of-sale nor end-of-life as on the date of installation and commissioning and are not end-of-support till the successful completion of O&M period of the project. f. The proposed OEM should have installed base of at least 20% of the quoted product or technology. g. Bidder must quote products in accordance with above clause “Eligible goods and related services. h. The proposed OEM for Wired & Wireless LAN Access Infrastructure should be placed in either Gartner Magic Quadrant Challengers or Gartner Magic Quadrant Leaders as per the latest Gartner Report in the respective product category. i. The OEM of each product or technology should have Quality certifications like ISO 9001:2000 j. The Bidder’s proposed OEM should not have been blacklisted by any State / Central Government Department or Central /State PSUs as on Bid submission date. k. Each of the proposed OEMs should either have existing capability and infrastructure to provide 24x7x365 technical support in India, or should provide an undertaking that they would establish the requisite infrastructure and capability to provide 24x7x365 technical support, on emerging a winner in this bidding process.

Adequate supporting documents pertaining to the above points, along with a summary compliance table, should be submitted in the technical proposal by the Bidder

3.23. Bid Submission

a) Bidder should do Online Enrolment in the e-tendering Portal. The Digital Signature enrolment has to be done with the e-token, after logging into the portal. The e-token may be obtained from one of the authorized Certifying Authorities. b) After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as per the tender document; otherwise, the Bid will be rejected. c) The BOQ template must not be modified / replaced by the Bidder and the same should be uploaded after filling the relevant columns, else the Bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only. d) The PCSCL will not be held responsible for any sort of delay or the difficulties faced during the submission of Bids online by the bidders due to local issues. e) The Bidder must submit the Bid documents in online mode only, through the e-tendering portal. f) After the Bid submission, the Bid summary has to be printed and kept as an acknowledgement as a token of the submission of the Bid. The Bid summary will act as a proof of Bid submission for a tender floated and will also act as an entry point to participate in the Bid opening event. g) The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting Bid submission, Bid opening etc., in the e-Tendering portal. The time followed in this portal is as per Indian Standard Time (IST). The Bidders should adhere to this time during Bid submission.

22

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

3.24. Contents of Bid on e-Tendering Portal

Sr. No. Category Response  Receipt or confirmation of online EMD Proof of payment of RFP Document payment 1 fee & Earnest Money Deposit (EMD)  Original Copy of Bank Guarantee, if applicable  Pre-Qualification Bid Checklist  Pre-Qualification Bid Covering Letter 2 Response to Pre-Qualification Criteria  Response to Pre-Qualification criterion along with the required supporting documents  Technical Bid Checklist  Technical Bid Covering Letter 3 Technical Proposal  Response to Technical Evaluation criterion along with the required supporting documents  Commercial Bid/proposal as per the pre- 4 Commercial Proposal defined format

3.25. Technical Proposal

Bidder is required to prepare a Technical Proposal as detailed out in Annexure 3 - Format for Submission of Technical Bid. The Bidder should upload all the associated documents in Online Technical Envelope in PDF format, if required can be zipped as well and then uploaded. These documents need to be digitally signed by using a digital signature and uploaded during Online Bid Preparation stage. The Bidder should submit all the supporting documents as mentioned in the Technical Bid Evaluation mentioned in Annexure 3 - Format for Submission of Technical Bid of this RFP.

3.26. Commercial Bid

All commercial offers must be prepared online (An online BoQ format will be provided for this purpose during Online Bid Preparation stage). No Bidder should quote his commercial offer anywhere directly or indirectly in Technical Envelope, failing which the Commercial Envelope shall not be opened and his tender shall stand rejected.

3.27. Opening of Bids

a) The Bids that are submitted online successfully shall be opened online as per date and time given in Proposal Datasheet, through e-Tendering procedure. b) Bids shall be opened either in the presence of bidders or their duly authorized representatives. The Bidder representatives who are present shall sign a register evidencing their attendance. Two representatives per Bidder shall be permitted to be present at the time of opening the tender. c) The Bid submitted without Tender Fee and EMD (original copy), will be summarily rejected. Only those Bid for which Tender Fee and EMD is received will be eligible for opening. d) Total transparency will be observed and ensured while opening the Proposals/Bids. e) PCSCL reserves the rights at all times to postpone or cancel a scheduled Bid opening. f) Bid opening will be conducted in two stages: i. In the first stage, Pre-qualification Proposals would be opened. The EMD(Soft copy) of the Bidders will be opened on the same day and time, on which the Pre-qualification Proposal is opened, and Bids not accompanied with the requisite EMD or whose EMD

23

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

is not in order shall be rejected. Technical Proposals of Bidders who pass the Pre- qualification criteria will be opened. ii. In the second stage, Commercial Proposal of those Bidders who qualify as per the Technical qualification criterion would be opened in the presence of Bidders’ representatives who choose to attend the Bid opening sessions on the specified date, time and address g) The Bidders representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for PCSCL, the Bids shall be opened at the same time and location on the next working day. In addition to that, if there representative of the Bidder remains absent; PCSCL will continue process and open the Bids of the all Bidders. h) During Bid opening, preliminary scrutiny of the Bid documents will be made to determine whether they are complete, whether required EMD has been furnished, whether the documents have been properly signed, and whether the Bids are generally in order. Bids not conforming to such preliminary requirements will be prima facie rejected. PCSCL has the right to reject the Bid after due diligence is done.

3.28. Technical Envelope

a) Technical Envelope of the tenderer will be opened online through e-Tendering procedure to verify its contents as per requirements. b) If the various documents contained in this envelope do not meet the requirements, a note will be recorded accordingly by the tender opening authority and the said tenderer’s Commercial Envelope will not be considered for further action but the same will be recorded. c) Decision of the tender opening authority shall be final in this regard. d) The Commercial Bids shall not be opened till the completion of evaluation of Technical Bids. The Commercial Bids of only technically qualified Bidders as mentioned above will be opened. e) Documents submitted by the Bidder shall be closely scrutinized and the Bidder shall provide all the original documents whenever requested.

3.29. Commercial Envelope

a) This envelope shall be opened online as per the date and time given in detailed tender schedule (if possible), through e-Tendering procedure only

Note: During Online Bid Submission, Bidder is allowed to submit/upload additional relevant document apart from the above mentioned documents as part of its Bid.

3.30. Sub-Contracting

The Bidder would not be allowed to sub-contract / outsource work, except for the following:

 Fibre Optic Network build, other cabling and fixtures work, and all civil work during implementation  Facility Management Staff at City Operation Centre

However, even if the work is sub-contracted / outsourced, the sole responsibility of the work shall lie with the lead Bidder. The lead Bidder shall be held responsible for any delay/error/noncompliance etc. of its sub-contracted vendor. The details of the sub-contracting agreements (if any) between both the parties would be required to be submitted to Purchaser, if asked.

24

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

4. Selection Process for Bidder

4.1. Evaluation of Bids

a) PCSCL will constitute a Tender Evaluation Committee to evaluate the responses of the bidders b) The Tender Evaluation Committee constituted by the PCSCL shall evaluate the responses to the RFP and all supporting documents / documentary evidence. Inability to submit requisite supporting documents / documentary evidence, may lead to rejection. The Bidders' technical solution will be evaluated as per the requirements and evaluation criteria as spelt out in the RFP document. The Bidders are required to submit all required documentation in support of the evaluation criteria specified (e.g. detailed Project citations and completion certificates, client contact information for verification, profiles of Project resources and all others) as required for technical evaluation. c) The Committee may seek inputs from their professional and technical experts in the evaluation process. d) PCSCL reserves the right to do a reference check of the past experience stated by the Bidder. Any feedback received during the reference check shall be taken into account during the Technical evaluation process e) The decision of the Tender Evaluation Committee in the evaluation of responses to the RFP shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee. f) The Tender Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their proposals. g) The Tender Evaluation Committee reserves the right to reject any or all proposals on the basis of any deviations without assigning any reason thereof. h) Each of the responses shall be evaluated as per the criterions and requirements specified in the RFP. i) Proposal Presentations: The Tender Evaluation Committee will invite each pre-qualified Bidder to make a presentation to PCSCL at a date, time and venue decided by PCSCL. The purpose of such presentations would be to allow the Bidders to present their proposed solutions to the Committee and orchestrate the key points in their Proposals. j) The Bidder should cover scope of work, complexity of implementation, end-to-end integration methodology, Demonstration, Survey Method and critical success factor as specified in the evaluation section

4.2. Opening of Bids

a) The Bids shall be opened by Purchaser in presence of those Bidders or their representatives who may be present at the time of opening. b) The representatives of the bidders should be advised to carry the identity card or a letter of authority from the Bidder firms to identify that they are bona fide representatives of the Bidder firm, for attending the opening of Bid. c) The Bid shall be opened in the following manner: i. Set 1: o RFP Document fee & EMD o Pre-Qualification Bid o Technical Bid

ii. Set 2: o Commercial Bid

25

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

a) The venue, date and time for opening the Pre-qualification and Technical Bid are mentioned in the Fact sheet. b) The Technical Bids of only those bidders will be evaluated, who clears the Pre-qualification stage. c) The Commercial Bids of only those bidders will be opened, who scores equal to or more than qualifying marks in the Technical Bid. d) The date and time for opening of Commercial Bid would be communicated to the qualified bidders.

4.3. Preliminary Examination of Bids

a) Initial Proposal scrutiny will be held to confirm that Proposals do not suffer from the infirmities detailed below. Proposals will be treated as non-responsive, if a Proposal is found to have been: i. Submitted in manner not conforming with the manner specified in the RFP document ii. Submitted without appropriate EMD as prescribed herein iii. Received without the appropriate or power of attorney iv. Containing subjective/incomplete information v. Submitted without the documents requested in the checklist vi. Non-compliant with any of the clauses stipulated in the RFP vii. Having lesser than the prescribed validity period

The EMD of all non-responsive Bids shall be returned to the bidders.

b) All responsive Bids will be considered for further processing as below: i. PCSCL will prepare a list of responsive Bidders, who comply with all the Terms and Conditions of the Tender. All eligible Bids will be considered for further evaluation by a Committee according to the Evaluation process defined in this RFP document. The decision of the Committee will be final in this regard.

4.4. Clarification on Bids

During the Bid evaluation, PCSCL may at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the Bid shall be sought, offered, or permitted. PCSCL is entitled to ask for clarifications as many times as possible from the bidders to the satisfaction of the Tender Evaluation committee.

4.5. Evaluation Process

Purchaser shall constitute a Tender Evaluation Committee to evaluate the responses of the bidders. The Tender Evaluation Committee shall evaluate the responses to the RFP and all supporting documents/documentary evidence. Inability to submit requisite supporting documents/documentary evidence by bidders may lead to rejection of their Bids.

The decision of the Tender Evaluation Committee in the evaluation of Bids shall be final. No correspondence will be entertained outside the process of evaluation with the Committee. The Tender Evaluation Committee may ask for meetings or presentation with the Bidders to seek clarifications or conformations on their Bids.

The Tender Evaluation Committee reserves the right to reject any or all Bids. Each of the responses shall be evaluated as per the criteria and requirements specified in this RFP.

The steps for evaluation are as follows:

26

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Stage 1: Pre-Qualification

a. Purchaser shall validate the Set 1 “RFP Document fee & Earnest Money Deposit (EMD)”. b. If the contents of the Set 1 are as per requirements, Purchaser shall open the “Pre-Qualification Bid”. In case, the Bidder does not meet any one of the conditions, the Bidder shall be disqualified. c. Bidders would be informed of their qualification / disqualification based on the Pre-Qualification criteria and subsequently, the EMD amount shall be returned to the respective disqualified Bidders after the submission of Performance Bank Guarantee by the successful Bidder.

Stage 2: Technical Evaluation

a. Set 1 “Technical Bid” shall be evaluated only for the bidders, who gets qualified in Pre-qualification. b. Purchaser shall review the technical Bids of the short-listed bidders to determine whether the technical Bids are substantially responsive. Bids that are not substantially responsive are liable to disqualify at Purchaser’s discretion. c. The bidders' technical solutions proposed in the Bid document shall be evaluated as per the requirements specified in the RFP and technical evaluation framework as mentioned in Annexure 3. d. Bidders shall present the Bid to Purchaser as per the agenda mentioned in Section 4.7.1 (Point no. C) – “Approach & Methodology & Solutions proposed “ e. Each Technical Bid will be assigned a technical score as per the Technical Evaluation Framework. Only the bidders who get an Overall Technical score of 75% or more and minimum 70% in each section of the Technical Evaluation Framework as given in Section 4.7 will qualify for commercial evaluation stage. Failing to secure minimum marks shall lead to technical rejection of the Bid.

Stage 3: Commercial Evaluation

a. All the technically qualified bidders will be notified to participate in Commercial Bid opening process. b. The commercial Bids for the technically qualified bidders shall then be opened on the notified date and time, and reviewed to determine whether the commercial Bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified at Purchaser’s discretion. c. Commercial Bids that are not as per the format provided in Annexure 4 shall be liable for rejection. d. As part of financial Bid submission process, on eTendering portal, Bidder shall quote Price (inclusive of all taxes, levies, duties etc.) in the “Rate” column as per details below: i. In case of Unit of Measurement for a line item as ‘Lump Sum’, Bidder shall quote the Total lump sum price in the “Rate” column. ii. In case of Unit of Measurement for a line item such as ‘Nos.’, ‘KM’ ‘Lot’ etc., Bidder shall quote the Unit Price in the “Rate” column. For the purpose of computation of the Financial Bid Value, purchaser shall consider Price (Inclusive of all Taxes, levies, duties etc.) for the respective line items quoted by the Bidder on eTendering portal which shall be multiplied by the respective quantities. e. Based on the above computed total Bid value, the Bidder that has quoted the Lowest Cost Bid (Total Price) shall be awarded the contract. For the purpose of arriving at L1, prices inclusive of all applicable taxes, duties and levies etc. will be considered. f. Kindly note that, the payment to the successful Bidder shall be made on the basis of actual consumption.

27

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

4.6. Pre-Qualification Criteria Sr. Documents to be Criteria Details No. Submitted The Sole Bidder or each of the members of the consortium, in case of consortium should be an entity registered in India under the Companies  Certificate of incorporation Act 1956 / 2013 or LLP registered under LLP / Partnership deed 1. Legal Entity Act 2008 or subsequent amendments thereto.  GST Registration Certificate The entity should have been in operational existence for last three years. A Board Resolution or Power of Attorney, in the name of the person executing the Bid, authorizing the signatory to commit the Bidder. Board Board Resolution; The person issuing the Power of Attorney shall Resolution / OR possess Board Resolution in his favour for Power of Power of Attorney with granting such rights. 2. Attorney in appropriate supporting In case of generic Board Resolution or Power favour of documents as per the of Attorney, the same shall be certified by authorised formats given in Annexure 7 Company Secretary. signatory of this RFP - Vol I This is applicable to the sole Bidder or each of the members of the consortium, in case of consortium. In case of consortium, the bidders shall submit a power of attorney in favour of the lead Bidder clearly mentioning their association and stake for the project and nominating the Lead Bidder (as per Annexure 8 of this RFP - Vol I) to participate in the Bid. The same shall be In the event of a consortium, one of the Bidder signed by the authorized shall be designated as a "Lead Partner/ signatory of all the Bidder". Consortium is allowed with up to 3 consortium members. consortium members including the Lead 3. Consortium Bidder. The lead Bidder should have majority The Authorized signatory stake in the consortium which may be an shall possess Board incorporated or non-incorporated JV. Resolution in his/her favour

for granting such rights and copy of such Board Resolution shall be submitted.

In case of generic Board Resolution or Power of Attorney, the same shall be certified by Company Secretary.

28

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Documents to be Criteria Details No. Submitted The Sole Bidder or Lead Bidder of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 1000 crore over the last three financial years (audited)

AND

The Sole Bidder or any member of the Certificate from the Statutory consortium, in case of a consortium, should Auditor along with extracts Financials have an average annual turnover of minimum from the audited balance (Sole Bidder 4. INR 200 crore from one or more of the below sheet and profit & loss for last or Lead mentioned “specific business areas” over the three financial years. Bidder) last three financial years (audited)

 Supply, Installation, Commissioning and Integration of ICT Infrastructure for Government entities in India  Supply, Installation and Commissioning of Fiber cable Infra (fiber cable network implementation including trenching, ducting, cable laying, termination, other requisite activities) in India Certificate from the Statutory Each of the consortium members, in case of a Auditor along with extracts consortium, should have from the audited balance An average annual turnover of INR 50 crore sheet and profit & loss for last from Supply & Implementation/laying of ICT three financial years. Infrastructure / Fibre Cable Infra / IT System In case of laying of 500 Km Financials Integration in India over the last three financial fibre infra projects, Bidder to 5. (Consortium years (audited) produce: member) Or Work Orders + Signed Executed projects of underground laying of Contract + Client Completion Fibre Cable / duct Infra of minimum 500 km in Certificate/Self certificate of India, cumulative, over the last three financial completion with required years details (Certified by the Statutory Auditor) The Sole Bidder or each of the members of the Certificate from the Statutory consortium, in case of consortium, should have Auditor along with extracts 6. Net worth positive net worth as per the audited from the audited balance consolidated financial statements in each of the sheet and profit & loss for last last three financial years three financial years. The Sole Bidder or the consortium together, in Work Orders + Signed case of consortium, should have relevant Contract + Client Completion Technical experience in India, in perspective of the RFP’s Certificate/Self certificate of 7. Capability Scope of Work, in each of Set A and Set B. completion with required details (Certified by the And entity’s Company Secretary)

29

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Documents to be Criteria Details No. Submitted

Each of the consortium member shall comply with the requirement of either of Set A or Set B, individually.

Set A: Supply, Install, Testing and Commissioning of ICT Infrastructure related to Outdoor Wi-Fi, Kiosk and Outdoor Variable Message Display boards in last three financial years, as on date of Bid submission.  One Project with minimum 200 access points (mix of outdoor and indoor installations) / 30 kiosks / 20 Outdoor VMDs totally managed from the central location OR  Two Projects (of same consortium member) with cumulative number of 300 access Points (mix of outdoor and indoor installations) / 40 kiosks / 40 Outdoor VMDs totally managed from the central location OR  Three Projects (of same consortium member) with cumulative numbers of 400 access points (mix of outdoor and indoor installations) / 50 kiosks / 50 Outdoor VMDs totally managed from the central location

Set B: Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, cable laying, termination, and other requisite activities) in India in last three financial years as on date of Bid submission.  One project of minimum 400 km of Fiber cable network  Two Projects of same consortium member with cumulative 600 km of Fiber cable network  Three Projects of same consortium member with cumulative 750 km of Fiber cable network The Sole Bidder or each member of the consortium, in case of consortium, should  Copy of Valid possess any one of the below mentioned 8. Certifications Certificate(s) issued by certification which are valid at the time of competent authority bidding :  ISO 9001:2000/2008 or latest

30

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Documents to be Criteria Details No. Submitted  ISO 20000:2011 for IT Service Management  ISO 27001:2005 for Information Security Management System The Sole Bidder or each member of the As per the Annexure 2, Form Self - consortium, in case of consortium, should not 7.6 of this RFP, to be counter Declaration 9. have been blacklisted/debarred by any Govt. signed by Bidder’s Country on Non entity or any PSU in India as on the date of Bid Head or the Company Blacklisting submission Secretary

Note:

 For the applicants who have created / implemented “Fibre cable & associated infrastructure”, for their internal capital use or as a shared service model, shall submit the Statutory Auditor Certificate for substantiating such claims.  For the large ongoing projects, client certificate shall clearly state the quantum of work completed, as per the requisite eligibility criteria, and in absence of such client certificates, self-certificate certified by the entity’s Company Secretary needs to be submitted.

4.7. Technical Evaluation Framework The Bidder's technical proposal shall be evaluated as per the below mentioned evaluation criteria:

Section Evaluation Criteria Maximum Marks Min. Qualifying Marks No. A. Bidder’s Profile 10 07 B. Project Experience 50 35 C. Resource Profile 20 14 Technical Presentation covering: D.  Approach & Methodology 20 14  Proposed Solution Technical Score 100 75

Important: Qualification criteria for technical evaluation and progression to commercial evaluation stage.  Minimum 70% of the maximum allotted marks in each section as given in the table above AND  Minimum 75% marks of the overall technical score

Note: Purchaser (or a nominated party) reserves the right to check/validate the authenticity of the information provided in the Pre-qualification and Technical Evaluation criteria and the requisite support must be provided by the Bidder.

The following sections explain how the Bidders shall be evaluated on each of the evaluation criteria.

Technical Bid Criteria & Evaluation

31

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Max. Mark Sr. Criteria Supporting Documents Evaluation Criterion Details s No. Category Required Allot ted A. Bidder’s Profile (Max. 10 marks) The Sole Bidder or any member of the consortium, in case of a consortium, should have an average annual turnover of minimum INR 200 crore from one or more of the below mentioned “specific business areas” over the last three financial years (audited)  Supply, Installation, Commissioning Certificate from the and integration of ICT Infrastructure for Statutory Auditor along Government entities in India with extracts from the Annual audited balance sheet and A1  Supply, Installation and Commissioning 5 turnover profit & loss for last three of Fiber cable Infra (fiber cable network financial years implementation including trenching,

ducting, cable laying, termination, other

requisite activities) in India Marks shall be allotted as given below:  More than INR 500 Crore - 5 marks  More than INR 300 Cr. - up to INR 500 Crore - 4 marks  INR 200 Cr. – up to 300 crore – 3 marks The sole Bidder or lead Bidder of the consortium, in case of a consortium, should have more than 200 resources in the specific business area, as mentioned in point A1, on payroll at the time of submission of Bid. Manpowe Certificate from Head of A2 Marks shall be allotted as given below: 5 r Strength HR or Company Secretary  More than 500 resources - 5 marks  More than 300 resources - up to 500 resources - 4 marks  More than 200 resources - up to 300 resources – 3 marks B. Project Experience (Max – 50 marks) The Sole Bidder or any member of the consortium, in case of consortium, should have relevant experience in India, in perspective of the RFP’s Scope of Work, for Supply, Install, Testing and Commissioning Work Orders + Signed of ICT Infrastructure related to Outdoor Wi- Contract + Client Fi, Kiosk and Outdoor Variable Message IT Infra / Completion Display boards in last three financial years B1 System Certificate/Self certificate i.e. FY 2015-16, 2016-17 and 2017-18 20 Integratio of completion with  More than 600 access points (mix of n Projects required details (Certified outdoor and indoor installations) / 50 by the entity’s Company kiosks / 60 outdoor VMDs totally Secretary) managed from the central location - 20 marks  More than 500 access points (mix of outdoor and indoor installations) / 45 kiosks / 50 outdoor VMDs totally

32

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Max. Mark Sr. Criteria Supporting Documents Evaluation Criterion Details s No. Category Required Allot ted managed from the central location – 16 marks  Minimum 400 access points (mix of outdoor and indoor installations) / 40 kiosks / 40 outdoor VMDs totally managed from the central location – 14 marks The Sole Bidder or any member of the consortium, in case of a consortium, should have experience of Supply & laying of Fibre cable Infra (fibre cable network implementation including trenching, ducting, Fibre cable laying, termination, and other requisite Cable activities) in India in last three financial years B2 30 Network i.e. FY 2015-16, 2016-17 and 2017-18. Projects  More than 1000 km of Fiber cable network – 30 marks  Between 500 – 1000 km of Fiber cable network – 24 marks  Minimum 500 km of Fiber cable network – 21 marks C Resource Profiles (Max. 20 Marks) Onsite Project Manager : Regular (non-distance learning degree) MBA/MCA/M. Tech & B. Tech/B.E. having more than 15 years of overall experience Detailed CV self-signed and more than 7 years of large scale ICT by the resource and project management experience: counter-signed by  More than 18 yrs. of overall experience authorized signatory and more than 10 yrs. of large scale ICT C1 8 project management experience – 6 marks Purchaser reserves the  Between 15 - 18 yrs. of overall right to obtain any further experience and between 7 – 10 yrs. of information to validate the large scale ICT project management submitted credentials. experience - 4 marks Proposed Additional 2 marks for having PMP or Prince Resource 2 certification, (currently valid) Profile Fully Onsite Solution Architect: Full time MCA/M. Tech/B. Tech/B.E having more than 12 years of overall experience Detailed CV self-signed and more than 5 years of solution architect by the resource and experience: counter-signed by  More than 15 yrs. of overall experience authorized signatory and more than 8 yrs. of solution architect C2 6 experience – 4 marks  Between 12 - 15 yrs. of overall Purchaser reserves the experience and between 5 – 8 yrs. of right to obtain any further solution architect experience - 2 marks information to validate the Additional 2 marks for having experience of submitted credentials. Solution Designing for Smart Cities / Command Control Centre Systems

33

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Max. Mark Sr. Criteria Supporting Documents Evaluation Criterion Details s No. Category Required Allot ted Fully Onsite Network Architect Full time B. Tech. / M. Tech having more than 12 years of overall experience and more than 7 years of Network Designing & Implementation experience: Detailed CV self-signed  More than 15 yrs. of overall experience by the resource and and more than 10 years of Network counter-signed by Designing & Implementation experience: authorized signatory C3 6 – 4 marks  Between 12 - 15 yrs. of overall Purchaser reserves the experience and between 7 - 10 years of right to obtain any further Network Designing & Implementation information to validate the experience: - 2 marks submitted credentials. Additional 2 marks for having City wide Network Design and implementation project experience Approach & Methodology & Solutions proposed (Max. 20 D marks)  Demonstrated level of understanding of the scope of work and all aspects of the project 10 Project  Approach & Methodology for Understa Implementation - Solution Architecture & Technical Bid and D1 nding and Deployment Architecture Technical Presentation Proposed  Project Implementation Plan & Risk Solution Mitigation Plan  Operations and Maintenance plan 10 (Manpower Plan)  Value proposition on the overall solutions

Note:

 For the applicants who have created / implemented “Fiber cable & associated infrastructure”, for their internal capital use or as a shared service model, shall submit the Statutory Auditor Certificate for substantiating such claims.  For the large ongoing projects, client certificate shall clearly state the quantum of work completed, as per the requisite eligibility criteria, and in absence of such client certificates, self-certificate certified by the entity’s Company Secretary needs to be submitted.

34

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

4.7.1. Key Personnel Criteria

 SI shall provide adequate number of personnel, each responsible for a specific role during the project implementation and O&M phase (management of end to end operations of the project). SI shall provide clear definition of the role and responsibility of each individual personnel.  SI shall have a defined hierarchy and reporting structure for various teams that shall be part of the project. SI has to provide the list of proposed Manpower for the Project. Any changes in Manpower deployment will have to be approved by the purchaser.

Following table indicates the minimum qualification required for Key Positions identified for this project. However, SI shall independently estimate the teams size required to meet the requirements of Service Levels as specified as part of this tender.

All the below proposed positions, except Master Trainer, shall be Onsite during the project implementation phase. The SI shall be mandatorily required to deploy the resources as per the submitted profile or better.

Sr. Position Minimum Qualifications No. 1. Project Manager a. Education: Regular (non-distance learning degree) MBA/MCA/M. Tech & B. Tech/B.E. from a reputed institute b. Total Experience: At least 15 years of overall experience combined in Networking, Solution Designing and Implementation c. Should have more than 7 years of experience of handling such large projects as a project manager d. Should preferably have PMP or Prince 2 certification (currently valid) 2. Solution a. Education: MCA/M. Tech/B. Tech/B.E. from a reputed institute Architect b. Total Experience: At least 12 years in IT sector c. Should have experience of more than 5 years as Solution Architecture in large projects of similar nature 3. Network a. Education: M. Tech/B. Tech/B.E. from a reputed institute Architect b. Total Experience : Should have at least 12 years c. Should have at least 7 years of experience in designing & implementing network solutions d. Should have experience of designing the network for at least 3 similar projects. e. Preference will be given to the experts with relevant certifications 4. QA Manager a. B.Tech / M.Tech/MBA/MCA with from reputed institute b. Should have a minimum of 8+ years of experience 5. Master Trainer a. B.Tech / M.Tech/MBA/MCA with from reputed institute b. Should have a minimum 8 years of experience in conducting trainings for similar applications & solutions

Manpower plan for Implementation Phase to be provided as per format provided in 8.8

Apart from the above mentioned resources, the Bidder shall also propose manpower to be deployed during the Operation & Maintenance phase for managing the end-to-end operations of all the proposed systems at purchaser’s location as provided in the format 8.8. Ideally, SI should deploy, onsite, one Project Manager along with at least one resource for each of the respective solution for managing day to day operations of the systems at PCSCL/PCMC.

35 | P a g e Volume – I - Structure of Bid & Bid Process Specifications Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

5. Award of Contract

5.1. Right to Accept Any Proposal and To Reject Any or All Proposal(s)

The Purchaser reserves the right to accept or reject any proposal, and to annul the tendering process / Public Tendering process and reject all proposals at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Purchaser action.

5.2. Notification of Award

a. Prior to the expiration of the validity period, PCSCL will notify the successful bidders in writing or by fax or email, that its proposal has been accepted. In case the tendering process / public tendering process has not been completed within the stipulated period, PCSCL may like to request the bidders to extend the validity period of the Bid. b. The decision to extend the validity period of a Bidder’s Proposal shall be the Bidder’s sole prerogative.

5.3. Negotiations with the successful Bidder If required, negotiations will be held at the date, time and address intimated to the qualified and selected Bidder. Representatives conducting negotiations on behalf of the Bidder must have written authority to negotiate and conclude a Contract.

5.4. Contract Finalization and Award

a. The Purchaser shall reserve the right to negotiate with the Bidder(s) whose Proposal has been ranked Least Cost Bid post Technical and Commercial Evaluation, as per the guidance provided by Central Vigilance Commission (CVC). b. On this basis, the draft contract agreement would be finalized for award & signing. c. The selected Bidder(s) should convey acceptance of the award of contract by returning duly signed and stamped duplicate copy of the award letter within 7 days of receipt of the communication. d. Upon notification of award to the successful Bidder, PCSCL will promptly notify each unsuccessful Bidder.

5.5. Performance Bank Guarantee (PBG)

Within fifteen (15) working days from the date of issuance of LOI, the successful Bidder shall at his own expense submit unconditional and irrevocable Performance Bank Guarantee (PBG) to the Purchaser. The PBG shall be from a Nationalized Bank or a Scheduled Commercial Bank in the format prescribed in Annexure 5, payable on demand, for the due performance and fulfilment of the contract by the Bidder. This Performance Bank Guarantee shall be for an amount equivalent to 5% of total contract value. PBG shall be invoked by Purchaser, in the event the Bidder:

a. fails to meet the overall penalty condition as mentioned in RFP Volume II or any changes agreed between the parties, b. fails to perform the responsibilities and obligations as set out in the RFP to the complete satisfaction of Purchaser,

36

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

c. misrepresents facts/information submitted to Purchaser

The performance bank guarantee shall be valid till satisfactory completion of Project. The performance bank guarantee may be discharged/returned by Purchaser upon being satisfied that there has been due performance of the obligations of the Bidder under the contract. However, no interest shall be payable on the performance bank guarantee.

In the event of the Bidder being unable to service the contract for whatever reason(s), Purchaser shall have the right to invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of Purchaser under the contract in the matter, the proceeds of the PBG shall be payable to Purchaser as compensation for any loss resulting from the Bidder’s failure to perform/comply its obligations under the contract.

Purchaser shall notify the Bidder in writing of the exercise of its right to receive such compensation within 40 days, indicating the contractual obligation(s) for which the Bidder is in default. Purchaser shall also be entitled to make recoveries from the Bidder’s bills, performance bank guarantee, or from any other amount due to him, an equivalent value of any payment made to him due to inadvertence, error, collusion, misconstruction or misstatement.

In case the project is delayed beyond the project schedule as mentioned in RFP Vol II, the performance bank guarantee shall be accordingly extended by the Bidder till completion of scope of work as mentioned in RFP Volume II.

On satisfactory performance and completion of the order in all respects and duly certified to this effect by the Project Coordinator, Contract Completion Certificate shall be issued and the PBG would be returned to the Bidder.

5.6. Warranty & Maintenance

Bidder shall also provide complete maintenance support for all the proposed integrated solution as outlined in this RFP for a period of Sixty months from the date of go-live i.e. “Go-Live” + 60 months. “Go-live” is the date on which the proposed solution is operational as per the requirements provided in this RFP and all the acceptance tests are successfully concluded to the satisfaction of Purchaser.

Warranty would be for 5 years and should start from the Go live date for all the solutions, During the warranty period of 5 years, the Bidder shall warrant that the goods supplied under the contract are new, unused, of the most recent version/models and incorporate all recent improvements in design and materials unless provided otherwise in the contract. The Bidder further warrants that the goods supplied under this contract shall have no defects arising from design, materials or workmanship.

Purchaser or designated representatives of the Bidder shall promptly notify successful Bidder in writing of any claims arising under this warranty. Upon receipt of such notice, the Bidder shall, within the warranty period and with all reasonable speed, repair or replace the defective systems, without costs to Purchaser and within time specified and acceptable to Purchaser.

If the successful Bidder, having been notified, fails to remedy the defect(s) within the period specified in the contract, Purchaser may proceed to take such reasonable remedial action as may be necessary, at the successful Bidder’s risk and expense and without prejudice to any other rights, which Purchaser may have against the Bidder under the contract.

37

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

During the comprehensive warranty period, the successful Bidder shall provide all product(s) and documentation updates, patches/fixes, and version upgrades within 15 days of their availability and should carry out installation and make operational the same at no additional cost to Purchaser.

The successful Bidder hereby warrants Purchaser that:

i. The implemented integrated solution represents a complete, integrated solution meeting all the requirements as outlined in the RFP and further amendments if any, and provides the functionality and performance, as per the terms and conditions specified in the contract. ii. The proposed integrated solution shall achieve parameters delineated in the technical specification/requirement. iii. The successful Bidder shall be responsible for warranty services from licensers of products included in the systems. iv. The successful Bidder undertakes to ensure the maintenance of the acceptance criterion/standards in respect of the systems during the warranty period.

5.7. Signing of Contract

After the notification of award, Purchaser will issue Work Order (WO) / Letter of Intent (LOI). Accordingly, a contract shall be signed between successful Bidder and Purchaser or the agency designated by Purchaser. As an acceptance of the WO/LOI, the Bidder shall sign and return a duplicate copy of the Work Order to Purchaser or the agency designated by Purchaser. The Bidder shall return the duplicate copy along with a Performance Bank Guarantee within 15 working days from the date of issuance of WO/LOI.

On receipt of the Performance Bank Guarantee, Purchaser or the agency designated by Purchaser shall enter into a contract with the successful Bidder. The Master Service Agreement is provided in RFP Volume III.

5.8. Failure to agree with the Terms & Conditions of the RFP

Failure of the successful Bidder to agree with the Terms & Conditions of the RFP shall constitute sufficient grounds for the annulment of the award, in which event Purchaser may award the contract to the next best value Bidder or call for new Bids.

In such a case, Purchaser shall invoke the PBG and/or forfeit the EMD.

5.9. Rejection Criteria

Besides other conditions and terms highlighted in the RFP document, Bids may be rejected under following circumstances:

5.9.1. General Rejection Criteria

a) Bids not qualifying under eligibility criteria. b) Bids submitted without or improper EMD or tender fees c) Bids received through Telex /Telegraphic / Fax / E-Mail d) Bids which do not confirm unconditional validity of the Bid as prescribed in the Tender e) If the information provided by the Bidders is found to be incorrect / misleading at any stage / time during the Tendering Process f) Any effort on the part of a Bidders to influence the PCSCL’s Bid evaluation, Bid comparison or

38

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

contract award decisions g) Bids received by the PCSCL after the last date for receipt of Bids prescribed in the fact sheet h) Bids without signature of person(s) duly authorized on required (specified) pages of the Bid i) Bids without power of authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidders j) Technical Bid containing commercial details or any such hints/ calculations /extrapolations/ records k) Revelation of Prices in any form or by any reason before opening the Commercial Bid l) Failure to furnish all information required by the Tender Document or submission of a Bid not substantially responsive to the Tender Document in every respect m) Bidders not quoting for the complete scope of Work as indicated in the Tender documents, addendum (if any) and any subsequent information given to the Bidders n) Bidders not complying with the General Terms and conditions as stated in the Tender Documents o) The Bidders not confirming unconditional acceptance of full responsibility of providing services in accordance with the Scope of work and Service Level Agreements of this tender

5.9.2. Commercial Rejection Criteria

a) Incomplete Price Bid b) Price Bids that do not conform to the Tender’s price Bid format c) Total price quoted by the Bidders does not include all statutory taxes and levies applicable

39

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6. Annexure 1 – Formats for Submission of the Pre-Qualification Bid

6.1. Pre-qualification Bid checklist (To be provided on the Company letterhead by the Sole Bidder or the Lead Bidder, in case of consortium)

Compliance Page No. and Sr. No. Checklist Items (Yes or No) Section No. in Bid

1. Tender Fee

2. Earnest Money Deposit

3. Pre-Qualification Bid Covering letter

4. Company Profile Certificate / Documents against Pre-Qualification 5. Criteria (Section 4.6) 6. Declaration of Non-Blacklisting

7. No Deviation Certificate

8. Any other supporting credential/documents

40

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.2. Pre-Qualification Bid Covering Letter (To be provided on the Company letterhead by the Sole Bidder or the Lead Bidder, in case of consortium)

Date: dd / mm / yyyy

To,

The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra - 411018

Subject: Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

With reference to your “Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions”, we hereby submit our Prequalification Bid, Technical Bid and Commercial Bid for the same.

We hereby declare that: a. We hereby acknowledge and unconditionally accept that the Purchaser can at its absolute discretion apply whatever criteria it deems appropriate, not just limiting to those criteria set out in the RFP and related documents, in short listing of Agency for providing services. b. We have submitted EMD of INR______and Tender fee of INR _____ through_____ c. We hereby declare that all information and details furnished by us in the Bid are true and correct, and all documents accompanying such application are true copies of their respective originals. d. We agree to abide by our offer for a period of 180 days from the date of opening of pre-qualification Bid prescribed by Purchaser and that we shall remain bound by a communication of acceptance within that time. e. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract applicable to the RFP. We do hereby undertake to provision as per these terms and conditions. f. In the event of acceptance of our Bid, we do hereby undertake: i. To supply the products and commence services as stipulated in the RFP document ii. To undertake the project services for entire contract period from the date of signing of the contract as mentioned in the RFP document. iii. We affirm that the prices quoted are inclusive of design, development, delivery, installation, commissioning, training, providing facility management and handholding support, and inclusive of all out of pocket expenses, taxes, levies discounts etc. g. We do hereby undertake, that, until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and notification of award of contract, shall constitute a binding contract between us.

41

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

h. We understand that the Purchaser may cancel the bidding process at any time and that Purchaser is not bound to accept any Bid that it may receive without incurring any liability towards the Bidder. i. We fully understand and agree to comply that on verification, if any information as provided by us in our Bid found to be misleading or misrepresented or suppression of facts, we are liable to be dismissed from the selection process or termination of the contract during the project, if selected to do so, along with blacklisting / debarment at PCSCL and PCMC office and purchaser may also send such recommendations to Government of Maharashtra.

In case of any clarifications, please contact ______email at ______.

Thanking you,

Yours sincerely,

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date: Place: Business Address:

42

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.3. Company profile (To be provided on the Company letterhead by the Sole Bidder or each member of consortium, in case of consortium)

Sr. No. PARTICULARS DESCRIPTION OR DETAILS

1. Name of Bidder

2. Legal status of Bidder (company, Pvt. Ltd., LLP etc.)

3. Main business of the Bidder

4. Registered office address

5. Incorporation date and number

6. GST number

7. PAN details

Primary Contact Person (Name, Designation, address, 8. mobile number, fax, email)

Secondary Contact Person (Name, Designation, 9. address, mobile number, fax, email)

43

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.4. Certificate / Documents against Pre-Qualification Criteria (Section 4.6) (Bidder to enclose documents against each of Pre-Qualification Criteria)

44

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.5. Bidder’s Experience - Client Citations

Name of the Project & Location

Client's Name and Complete

Address

Narrative description of project

Contract Value for the Bidder

(in INR)

Date of Start

Date of Completion

Activities undertaken by prime Bidder

Note - If the project is ongoing, Bidder must clearly specify which of the stages/phases/milestones are completed and which are ongoing and at what stage of completion

45

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.6. Declaration of Non-Blacklisting (To be provided on the Company letterhead by the Sole Bidder or each member of consortium, in case of consortium)

Place:

Date:

To,

The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Subject: Self Declaration of not been Blacklisted

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We confirm that our company or firm, ______, is currently not blacklisted in any manner whatsoever by any of the State or UT and or Central Government in India on any ground including but not limited to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

46

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.7. Self-certificate for Project execution experience (To be provided on the Company letterhead)

This is to certify that < Name of the Bidding entity > has been awarded with < Name of the Project > as detailed under:

Name of the Project

Client's Name, Contact no. and Complete

Address

Contract Value for the Bidder (in INR)

Current status of the project

(Completed/Ongoing)

Activities completed by bidding entity as on Bid submission date

(Only relevant activities as sought in the Criteria to be included)

Value of Work completed for which payment has been received from the client.

Date of Start

Date of Completion

(Authorised Signatory)

Signature: Name: Designation: Bidding entity’s name Address:

Seal: Date:

47

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.8. No Deviation Certificate (To be provided on the Company letterhead by the Sole Bidder or the Lead member, in case of consortium)

To, Date:

The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra - 411018

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including amendments) no. ______dated ______. This is to expressly certify that our offer contains no deviation either Technical (including but not limited to Scope of Work, Business Requirements Specification, Functional Requirements Specification, Hardware Specification and Technical Requirements Specification) or Commercial in either direct or indirect form.

(Authorised Signatory)

Signature: Name: Designation: Address:

Seal: Date:

48

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

7. Annexure 2 – Formats for Submission of the Technical Bid

7.1. Technical Bid Check-List (To be provided on the Company letterhead by the Sole Bidder or the Lead Bidder, in case of consortium)

Page No. and Compliance Sr. No. Checklist Items Section No. in (Yes or No) Bid

1. Technical Bid Letter

Certificate / Documents against Technical 2. Evaluation Framework Criteria (Section 4.7)

Overview of Proposed Solution :  Project Understanding  Proposed Technology Solution  Approach & Methodology  Technical & Functional 3. Requirement Specification Compliance  Project Plan  Manpower Plan and  Other technical details pertaining to the Solutions Proposed Compliance to Requirement (Technical / Functional Specifications) on the respective 4. OEM Letter Head with counter sign of Bidder’s authorized signatory 5. Proposed Unpriced Bill of Material

Manufacturers'/Producers’ Authorization 6. Form

7. Proposed Manpower

8. Anti-Collusion Certificate

9. Non-Disclosure Agreement

10. Self-Declaration by the Bidder

11. OEM Declaration

12. Any other supporting credential/documents

49

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

7.2. Technical Bid Covering Letter (To be provided on the Company letterhead by the Sole Bidder or the Lead Bidder, in case of consortium)

Date: dd/mm/yyyy

To,

The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra - 411018

Subject: Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

I, having read and examined in detail all the bidding documents in respect of “Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions” do hereby propose to provide our services as specified in the Bid submitted by us.

It is hereby confirmed that I am entitled to act on behalf of our company / corporation / firm / organization and empowered to sign this document as well as such other documents, which may be required in this connection.

I declare that all the services shall be performed strictly in accordance with the RFP documents.

I confirm that the information contained in this response or any part thereof, including its exhibits, and other documents and instruments delivered or to be delivered to PCSCL is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements therein do not in whole or in part mislead the department in its evaluation process. We also confirm that we shall not attract conflict of interest in principle.

I hereby declare that our Bid is made in good faith, without collusion or fraud and the information contained in the Bid is true and correct to the best of our knowledge and belief.

I understand that our Bid is binding on us and that you are not bound to accept a Bid you receive. This Bid is valid for 180 days after opening of technical Bid. We shall extend the validity of the Bid if required by Purchaser.

Thanking you,

Yours sincerely,

(Signature of the Lead Bidder)

50

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Printed Name

Designation

Seal

Date:

Place:

Business Address:

51

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.3. Credential Summary (To be provided on the Company letterhead by the Sole Bidder or the Lead Bidder, in case of consortium)

Documentary Project Status Project Sr. Project Client Client Project evidence (Completed or Value No. Name Name Type Components provided (Yes Ongoing or (in INR) or No) Withheld) 1

2

3

4

5

6

7

 Client type – Indicate whether the client is Government or PSU or Private  Project Components – Indicate the major project components  Documentary evidence provided – Indicate the documentary evidence provided with the detailed project credential like work order or purchase order or completion certificate or letter of appointment  Project Status – Completed (date of project completion) or Ongoing (project start date)

52 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.4. Bidder’s Experience - Client Citations

Name of the Project & Location Client's Name and Complete

Address

Narrative description of project

Contract Value for the Bidder

(in INR) Date of Start Date of Completion

Activities undertaken by prime Bidder

N.B- If the project is ongoing, Bidder must clearly specify which of the stages/phases/milestones are completed and which are ongoing and at what stage of completion.

53 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.5. Total Responsibility Certificate (To be provided on the Company letterhead by the Sole Bidder or the Lead Bidder, in case of consortium)

This is to certify that we undertake the total responsibility for the defect free operation of the proposed solutions as per the requirement of the RFP for the duration mentioned in all the volumes of the RFP.

(Authorised Signatory)

Signature: Name: Designation: Address:

Seal: Date:

54 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.6. Overview of Proposed Solution

Structure of Proposed Solution:

Bidders are required to provide a detailed Approach & Methodology to execute the entire project. Bidders are advised to comply with the below provided headers / approach components while detailing out their solution.

Sr. Item No.

Understanding of requirement and Implementation approach 1.  Understanding of requirements  Work Plan & its adequacy

Robustness and quality  End-to-end integrated solution proposed  Hardware deployment and integration approach encompassing all solutions 2.  Timelines and modalities for implementation in a time bound manner  Project implementation approach or strategy and operations and maintenance plan including comprehensiveness of fall-back strategy and planning during rollout  Any other area relevant to the scope of work and other requirements of the project

Assessment of Manpower deployment, Training and Handholding plan  Deployment strategy of Manpower 3.  Contingency management  Mobilization of existing resources and additional resources as required  Training and handholding strategy  Details of required Data Centre Space and other requirements  Details on proposed products & systems electrical/power consumption, housing space etc. requirement both at the field level as well as at the Data 4. Centre  Any other details pertaining to deployment of proposed solution components at Data Centre

55 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.7. Project Plan

A Detailed Project Plan covering break-up of each phase into the key activities, along with the start and end dates must be provided as per format given below.

Activity-wise Timelines Sr. No. Item of Activity Month wise Program 1 2 3 4 5 … Project Plan 1 Activity 1 1.1 Sub-Activity 1 1.2 Sub-Activity 2 2 2.1 2.2 3 3.1 4 Note: The above activity chart is just for the purpose of illustration. Bidders are requested to provide detailed activity & phase wise timelines for executing the project with details of deliverables & milestones as per their Bid.

56 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.8. Manpower Plan

I. Till Go-Live (Implementation)

Manpower distribution

Sr. No. Role Month wise time to be spent by each personnel (in days) Total

Month 1 Month 2 Month 3 … ... Month 12

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Onsite/Offsite

Total

57 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

II. After Go-Live (Operation & Maintenance)

Manpower distribution

Sr. No. Manpower Years Total

Year 1 Year 2 Year 3 Year 4 Year 5

1 Onsite/Offsite

2 Onsite/Offsite

3 Onsite/Offsite

4 Onsite/Offsite

5 Onsite/Offsite

6 Onsite/Offsite

7 Onsite/Offsite

8 Onsite/Offsite

9 Onsite/Offsite

Total

58 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.8.1. Details of Resources proposed

Summary of Resources proposed

Basic Certifications Name of Qualification Total Sr. Proposed Highest (ex. PMI or the (E.g. B.Sc. or Experience No. Role degree ITIL or TOGAF Resource B.E. or MCA (in years) or CCNP etc.) or Diploma)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

59 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.9. Compliance to Requirement (Technical / Functional Specifications)

(To be provided by the respective OEMs on its letterhead and should be signed by OEM and Bidder’s authorized signatory)

The Bidder should provide compliance to the requirement specifications (both technical and functional) as specified in Volume II of this RFP. The same should be reproduced here, and compliance against each requirement line item should be marked. .

60 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.10. Proposed Unpriced Bill of Material

The Bidder should provide the proposed unpriced Bill of Material (BoM) here. Bidder should refer to scope of work of the project and the Indicative BoM provided in Annexure 1 of RFP Volume II and should produce the same here. In order to fulfil the RFP and project requirements in totality, the Bidder may add any additional line item (with line item wise adequate details) in the proposed BoM table below (towards the end of the table), that is envisaged by the Bidder. The Bidder may provide a lump sum price for additional item(s) that may be required, as part of its financial Bid.

Also, Bidder to produce the details of make/brand and model against each line item, wherever applicable; the Bid shall be considered non-responsive in the absence of such details. Once the Bidder provides this information in the submitted Bid, the Bidder cannot change it with any other component / equipment etc. of lower specifications / performance; it can only be upgraded at the time of actual deployment/installation at the discretion of the purchaser.

Kindly note that the estimated quantity provided in the RFP is indicative only and the payment shall be done on actual usage basis. Fully Complied Sr. Additional as per RFP Item Name Unit Qty. Make Model No. Information Requirements (Y/N) * City Network 96 Core (or more) Fibre Optical Cable 1. KM 250 including all requisite accessories 48 Core (or more) Fibre Optical Cable all 2. KM 650 requisite accessories 3. HDPE Duct including all accessories KM 3000 96 port rack mounted LIU with all 4. accessories including OFC patch cord Nos. 50 etc. 48 port rack mounted LIU with all 5. accessories including OFC patch cord for Nos. 700 each port etc. Fibre Optic Cable blowing in duct including all other requisite service items like splicing, termination, Route Marker 6. KM 900 for OFC, Splicing Charges, Duct Integration Testing, like FOSC, jointer etc. Duct (4 ducts together) laying via HDD including all requisite accessories(DW/GI Pipe, Coupler, 7. KM 450 jointer, manholes, chambers, concrete etc.) and services & including restoration & reinstatement etc. Duct (4 ducts together) laying via Open trench including all requisite accessories(DW/GI Pipe, Coupler, 8. KM 300 jointer, manholes, chambers, concrete etc.) and services & including restoration & reinstatement etc. Fibre Testing and Automated Solution 1 9. Lot Management service City Wi-Fi

61 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Fully Complied Sr. Additional as per RFP Item Name Unit Qty. Make Model No. Information Requirements (Y/N) * Access Point (Outdoor) along with 684 10. associated accessories & systems Nos. including all cables/wires Access Point (Indoor) along with 76 11. associated accessories & systems Nos. including all cables/wires POE Injectors along with associated 228 12. Nos. accessories & systems Application Server (AAA server + Policy 2 13. Server + Captive Portal) along with required hardware & software for Lot installation, implementation and integration of AAA solution Wireless Controller with WIPS along with 2 required hardware & software for 14. Lot installation, implementation and integration of AAA solution Wireless NMS along with required 1 hardware & software for installation, 15. Lot implementation and integration of AAA solution Billing App (SW & License) along with 1 required hardware & software for 16. Lot installation, implementation and integration of AAA solution Smart Kiosk Smart Kiosk (With Cash Acceptor) along 25 17. with associated accessories & systems Nos. including all cables/wires Smart Kiosk (Without Cash Acceptor) 25 18. along with associated accessories & Nos. systems including all cables/wires Centralised Kiosk Management Software 1 along with required hardware & software 19. Lot for installation, implementation and integration of AAA solution Nos. 30 Third Party Application , including GUI (Numb development , testing, deployment, 20. er of Integration and technical & operational Applic support on Kiosk ations) VMD Nos. 900 VMD Unit - LED Cube (960 mm * 960 (No. of 21. mm) Cubes ) Nos. 60 All the field associated accessories & (No. of 22. systems required to the installation of the VMD VMD Unit) VMD Centralised Management Software 1 System along with required hardware & 23. Lot software for installation, implementation and integration of AAA solution

62 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Fully Complied Sr. Additional as per RFP Item Name Unit Qty. Make Model No. Information Requirements (Y/N) * Pole Infrastructure Unipole with Cantilever along with all field 600 24. Nos. associated accessories Unipole without Cantilever along with all 100 25. Nos. field associated accessories Unipole for VMD along with all field 50 26. Nos. associated accessories Gantry Structure along with all field 10 27. Nos. associated accessories Ot her s Project Implementation, Training & Lump 1 28. Handholding Cost Sum Operations & Maintenance for 5 years 1 Lump 29. from the date of Go Live excluding Sum empty/dark ducts (3 Nos.) Lot 12 Operations & Maintenance of single No. of 30. empty/dark duct Quarte rs) Lump 1 31. Third Party Audit Cost for all the systems Sum Lump 1 32. Additional Line Items Sum Line Item Name Line Item Name Line Item Name * To be answered only in Yes or No

63 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.11. Manufacturers'/Producers’ Authorization Form

(To be provided by the respective OEMs on its letterhead and should be signed by OEM and Bidder’s authorized signatory)

To, Date:

The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra - 411018

Subject: Manufacturer's Authorization Form

Ref: RFP No. <<…..>> dated << …..>>

Dear Sir,

We______(Name of the OEM), who are established and reputable manufacturers of ______(List of Goods) having factories or product development centres at the locations ______or as per list attached, do hereby authorize ______(Name and address of the Bidder) to Bid, negotiate and conclude the contract with you against RFP No. ______Dated ______for the above goods manufactured or developed by us.

We hereby extend our warranty for the hardware goods supplied by the Bidder and or maintenance or support services for software products against this invitation for Bid by ______(Name of the Bidder) as per requirements of this RFP.

Thanking you,

Yours faithfully,

(Signature)

For and on behalf of: ______(Name of the OEM)

Authorised Signatory

Name:

Designation:

Place:

Date:

64 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.12. Anti-Collusion Certificate

(To be provided on the Company letterhead by the Sole Bidder or the Lead member, in case of consortium)

Anti-Collusion Certificate

We hereby certify and confirm that in the preparation and submission of our Bid for Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions against the RFP issued by the Purchaser, We have not acted in concert or in collusion with any other Bidder or other person(s), and also not done any act, deed or thing, which is or could be regarded as anti-competitive. We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any person or organization in connection with the instant Bid.

(Signature of the Lead Bidder)

Printed Name

Designation

Seal

Date:

Place:

Business Address:

65 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.13. Non-Disclosure Agreement (To be provided on the Company letterhead by the Sole Bidder or the Lead member, in case of consortium)

WHEREAS, we the undersigned Bidder, ______, having our principal place of business or registered office at ______, are desirous of bidding for RFP No. <<>> dated <> “Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions” (hereinafter called the said 'RFP') to the “DIT, GoM”, hereinafter referred to as ‘Purchaser' and,

WHEREAS, the Bidder is aware and confirms that the Purchaser’s business or operations, information, application or software, hardware, business data, architecture schematics, designs, storage media and other information or documents made available by the Purchaser in the RFP documents during the bidding process and thereafter, or otherwise (confidential information for short) is privileged and strictly confidential and or or proprietary to the Purchaser,

NOW THEREFORE, in consideration of disclosure of confidential information, and in order to ensure the Purchaser’s grant to the Bidder of specific access to Purchaser’s confidential information, property, information systems, network, databases and other data, the Bidder agrees to all of the following conditions.

It is hereby agreed as under:

1. The confidential information to be disclosed by the Purchaser under this Agreement (“Confidential Information”) shall include without limitation, any and all information in written, representational, electronic, verbal or other form relating directly or indirectly to processes, methodologies, algorithms, risk matrices, thresholds, parameters, reports, deliverables, work products, specifications, architecture, project information, security or zoning strategies & policies, related computer programs, systems, trend analysis, risk plans, strategies and information communicated or obtained through meetings, documents, correspondence or inspection of tangible items, facilities or inspection at any site to which access is permitted by the Purchaser.

2. Confidential Information does not include information which: a. the Bidder knew or had in its possession, prior to disclosure, without limitation on its confidentiality; b. information in the public domain as a matter of law; c. is obtained by the Bidder from a third party without any obligation of confidentiality; d. the Bidder is required to disclose by order of a competent court or regulatory authority; e. is released from confidentiality with the written consent of the Purchaser.

The Bidder shall have the burden of proving hereinabove are applicable to the information in the possession of the Bidder.

3. The Bidder agrees to hold in trust any Confidential Information received by the Bidder, as part of the Tendering process or otherwise, and the Bidder shall maintain strict confidentiality in respect of such Confidential Information, and in no event a degree of confidentiality less than the Bidder uses to protect its own confidential and proprietary information. The Bidder also agrees:

66 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

a. to maintain and use the Confidential Information only for the purposes of bidding for this RFP and thereafter only as expressly permitted herein; b. to only make copies as specifically authorized by the prior written consent of the Purchaser and with the same confidential or proprietary notices as may be printed or displayed on the original; c. to restrict access and disclosure of Confidential Information to their employees, agents and representatives strictly on a "need to know" basis, to maintain confidentiality of the Confidential Information disclosed to them in accordance with this clause; and d. to treat Confidential Information as confidential unless and until Purchaser expressly notifies the Bidder of release of its obligations in relation to the said Confidential Information.

4. Notwithstanding the foregoing, the Bidder acknowledges that the nature of activities to be performed as part of the Tendering process or thereafter may require the Bidder’s personnel to be present on premises of the Purchaser or may require the Bidder’s personnel to have access to software, hardware, computer networks, databases, documents and storage media of the Purchaser while on or off premises of the Purchaser. It is understood that it would be impractical for the Purchaser to monitor all information made available to the Bidder’s personnel under such circumstances and to provide notice to the Bidder of the confidentiality of all such information.

Therefore, the Bidder shall disclose or allow access to the Confidential Information only to those personnel of the Bidder who need to know it for the proper performance of their duties in relation to this project, and then only to the extent reasonably necessary. The Bidder will take appropriate steps to ensure that all personnel to whom access to the Confidential Information is given are aware of the Bidder’s confidentiality obligation. Further, the Bidder shall procure that all personnel of the Bidder are bound by confidentiality obligation in relation to all proprietary and Confidential Information received by them which is no less onerous than the confidentiality obligation under this agreement.

5. The Bidder shall establish and maintain appropriate security measures to provide for the safe custody of the Confidential Information and to prevent unauthorised access to it.

6. The Bidder agrees that upon termination or expiry of this Agreement or at any time during its currency, at the request of the Purchaser, the Bidder shall promptly deliver to the Purchaser the Confidential Information and copies thereof in its possession or under its direct or indirect control, and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates or directors, officers, employees or advisors based on the Confidential Information and promptly certify such destruction.

7. Confidential Information shall at all times remain the sole and exclusive property of the Purchaser. Upon completion of the Tendering process and or or termination of the contract or at any time during its currency, at the request of the Purchaser, the Bidder shall promptly deliver to the Purchaser the Confidential Information and copies thereof in its possession or under its direct or indirect control, and shall destroy all memoranda, notes and other writings prepared by the Bidder or its Affiliates or directors, officers, employees or advisors based on the Confidential Information within a period of sixty days from the date of receipt of notice, or destroyed, if incapable of return. The destruction shall be witnessed and so recorded, in writing, by an authorized representative of the Purchaser. Without prejudice to the above the Bidder shall promptly certify to the Purchaser, due and complete destruction and return. Nothing contained herein shall in any manner impair rights of the Purchaser in respect of the Confidential Information.

8. In the event that the Bidder hereto becomes legally compelled to disclose any Confidential Information, the Bidder shall give sufficient notice and render best effort assistance to the Purchaser

67 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

to enable the Purchaser to prevent or minimize to the extent possible, such disclosure. Bidder shall not disclose to a third party any Confidential Information or the contents of this RFP without the prior written consent of the Purchaser. The obligations of this Clause shall be satisfied by handling Confidential Information with the same degree of care, which the Bidder applies to its own similar Confidential Information but in no event less than reasonable care.

For and on behalf of:

(BIDDER)

Authorised Signatory Office Seal: Name: Place: Designation: Date :

68 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.14. Self-declaration by Bidder

[On the Letterhead of the Bidder]

To,

{Procuring entity},

In response to the RFP Ref. No. ______dated ______for {Project Title}, as an Authorized Signatory of ______, I/ We hereby declare that presently our Company/ firm ______, at the time of bidding:

a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Purchaser; b) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT. c) does not have any debarment by any other procuring entity d) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and is not the subject of legal proceedings for any of the foregoing reasons; e) does not have, and our directors and officers not have been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings; f) will comply with the code of integrity and all the prevalent regulations and norms of the competent authority in order to execute the defined scope of work during the contract period.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the provisions of the applicable Act and Rules thereto prescribed by GoM, my/ our Bid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

69 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

7.15. Format for OEM Declaration

To, The CEO, Pimpri Chinchwad Smart City Limited (PCSCL), PCMC Main Building, Mumbai-Pune Road, Pimpri, Pune, Maharashtra – 411018

Subject: Self Declaration for Tender Reference No. ………………………………….

Sir,

We, having our registered office at , hereinafter referred to as OEM are an established manufacturer of the following items quoted by having their registered office at , hereinafter referred to as Bidder.

We confirm that we have understood the delivery & installation time lines defined in the tender. We confirm that we have worked out all necessary logistics and pricing agreement with , and there won’t be any delay in delivery, installation and support due to any delay from our side. Our full support as per pre-purchased support contract is extended in all respects for supply and maintenance of our products. We also ensure to provide the required spares and service support as pre-purchased for the supplied equipment for entire contract period. In case of any difficulties in logging complaint at Bidder end, user shall have option to log complaint at our call support centre.

We hereby declare that

a. We are in the business of the quoted products or technology for at least 3 years as on the date of release of the RFP. b. We have an authorized presence in India either directly or through channel partner(s) as on the date of release of RFP. c. Products or technology quoted are neither end-of-sale nor end-of-life as on the date of installation and commissioning and are not end-of-support till the successful completion of O&M period of the project. d. We have an installed base of at least 20% of the quoted product or technology. e. If any product is declared end of sale, we shall proactively ensure that a suitable equivalent or higher roll over product is offered through the SI to PCSCL f. We understand that any false information/commitment provided here may result in getting blacklisted / debarred from doing business with PCSCL. g. We have quality certifications like ISO 9001:2000 as attached h. We have not been blacklisted by any State / Central Government Department or Central /State PSUs as on Bid submission date. i. We either have existing capability and infrastructure to provide 24x7x365 technical support in India, or shall be establishing the requisite infrastructure and capability to provide 24x7x365 technical support, on emerging a winner in this bidding process, refer attached undertaking.

Yours sincerely, Authorized Signature [In full and initials]: ______Name and Title of Signatory: ______Name of Firm: ______Address: ______Location: ______Date: ______

70 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

8. Annexure 3 – Format for Submission of the Commercial Bid (Please refer Financial Bid format as uploaded on eTendering portal)

71 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

9. Annexure 4 – Performance Bank Guarantee

Ref: ______Date ______

Bank Guarantee No. ______

Whereas, <> (hereinafter called “the System Integrator”) has undertaken, in pursuance of contract no. dated. to provide Implementation services for <> to PCSCL (hereinafter called “the Purchaser”)

And whereas it has been stipulated by in the said contract that the Bidder shall furnish you with a bank guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the contract;

And whereas we, a banking company incorporated and having its head/registered office at

and having one of its office at
have agreed to give the supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of Rs. (Rupees only) and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of Rs. (Rupees only) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the System Integrator shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

This Guarantee shall be valid until <>)

Notwithstanding anything contained herein:

I. Our liability under this bank guarantee shall not exceed Rs. (Rupees only).

II. This bank guarantee shall be valid up to )

III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this bank guarantee that we receive a valid written claim or demand for payment under this bank guarantee on or before ) failing which our liability under the guarantee will automatically cease.

72 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Date ______

Place ______Signature ______

Witness ______Printed name ______

(Bank's common seal)

73 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

10. Annexure 5 - Consortium Agreement

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM

[On Non-judicial stamp paper of INR 100 duly attested by notary public]

This Memorandum of Understanding (MoU) entered into this day of [Date] [Month] 2018 at [Place] among ______(hereinafter referred to as "_____"), and having office at [Address], India, as Party of the First Part and ______(hereinafter referred as "_____"), and having office at [Address], as Party of the Second Part and ______(hereinafter referred as "____”), and having office at [Address], as Party of the Third Part.

The parties are individually referred to as Party and collectively as Parties.

WHEREAS Pimpri Chinchwad Smart City Limited (PCSCL), PURCHASER, has issued a Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions dated [Date] (RFP) from the interested Bidders:

AND WHEREAS the Parties have had discussions for formation of a Consortium for bidding for the said Project, for the entire contract duration, and have reached an understanding on the following points with respect to the Parties' rights and obligations towards each other and their working relationship.

AS MUTUAL UNDERSTANDING OF THE PARTIES, IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:

i. The purpose of this Agreement is to define the principles of collaboration among the Parties to: a. Submit a response jointly to Bid for the “Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions” as a Consortium. b. Sign Contract in case of award c. Provide and perform the supplies and services, which would be ordered by the Purchaser pursuant to the Contract. ii. This Agreement shall not be construed as establishing or giving effect to any legal entity such as, but not limited to, a company, a partnership, etc. It shall relate solely towards the Purchaser for “Request for Proposal for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions” for and related execution works to be performed pursuant to the Contract and shall not extend to any other activities. iii. The Parties shall be jointly and severally responsible and bound towards the Purchaser for the performance of the works in accordance with the terms and conditions of the BID document, and Contract.

74 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

iv. ------(Name of Party) shall act as Lead Partner of the Consortium. As such, it shall act as the coordinator of the Party’s combined activities and shall carry out the following functions: a. To ensure the technical, commercial and administrative co-ordination of the work package b. To lead the contract negotiations of the work package with the Purchaser. c. The Lead partner is authorized to receive instructions and incur liabilities for and on behalf of all Parties. d. In case of an award, act as channel of communication between the Purchaser and the Parties to execute the Contract

v. That the Parties shall carry out all responsibilities as Developer in terms of the Project Agreement.

vi. That the broad roles and the responsibilities of each Party at each stage of the Bidding shall be as below:

Party A: ______

Party B: ______

Party C: ______

vii. That the Parties affirm that they shall implement the Project in good faith and shall take all necessary steps to see the Project through expeditiously. viii. That this MoU shall be governed in accordance with the laws of India and courts in Maharashtra shall have exclusive jurisdiction to adjudicate disputes arising from the terms herein.

In witness whereof the Parties affirm that the information provided is accurate and true and have caused this MoU duly executed on the date and year above mentioned.

(Party of the first part) (Party of the second part) (Party of the third part)

Witness:

i. ______ii. ______

75 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

11. Annexure 6 - Format for Power of Attorney to Authorize Signatory

POWER OF ATTORNEY

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the power of attorney.]

We, M/s.______(name of the firm or company with address of the registered office) hereby constitute, appoint and authorise Mr. or Ms.______(Name and residential address) who is presently employed with us and holding the position of ______, as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our RFP for the Project _____ (name of the Project), including signing and submission of the RFP response, participating in the meetings, responding to queries, submission of information or documents and generally to represent us in all the dealings with Client or any other Government Agency or any person, in connection with the works until culmination of the process of bidding till the Project Agreement is entered into with ______(Client) and thereafter till the expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us.

Dated this the _____ day of ______2018

(Signature and Name of authorized signatory)

______

(Signature and Name in block letters of all the remaining partners of the firm Signatory for the Company)

Seal of firm Company

Witness 1: Witness 2:

Notes:

a. To be executed by all the members individually. b. 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.

76 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

12. Annexure 7 - Format for Power of Attorney for Lead Bidder of Consortium

[To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the power of attorney]

Whereas ______has invited RFP response for ______(Name of the Project)

Whereas, the Members of the Consortium comprising of M/s.______, M/s.______, M/s.______and M/s.______(the respective names and addresses of the registered offices to be given) are interested in bidding for the Project and implementing the same in accordance with the terms and conditions contained in the RFP Documents.

Whereas, it is necessary for the members of the Consortium to designate one of them as the lead member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s RFP response for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT

We, M/s.______and M/s ______and M/s______hereby designate M/s. ______being one of the members of the Consortium, as the lead member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s RFP response for the Project, including submission of the RFP response, participating in meetings, responding to queries, submission of information or documents and generally to represent the Consortium in all its dealings with Client or any other Government Agency or any person, in connection with the Project until culmination of the process of bidding till the Project Agreement is entered into with Client and thereafter till the expiry of the Project Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this power of attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us or Consortium.

Dated this the ______day of ______2018 ______(Signature)

______

(Name in Block Letter of Executant) [Seal of Company]

Witness 1 Witness 2

Notes:

To be executed by all the members individually, in case of a Consortium. 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

77 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

13. Annexure 8 – Bank Guarantee for Earnest Money Deposit

To,

Whereas <> (hereinafter called 'the System Integrator') has submitted the Bid for Submission of RFP <> dated <> for <> (hereinafter called "the Bid") to <>.

Know all Men by these presents that we <<… >> having our office at <

> (hereinafter called "the Bank") are bound unto the << Purchaser >> (hereinafter called "the Purchaser") in the sum of INR 2, 15, 00,000 (Rupees Two Crores Fifteen lakhs only) for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this <>.

The conditions of this obligation are: 1. If the Bidder having its Bid withdrawn 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 its Bid by the Purchaser during the period of validity of Bid  Withdraws his participation from the Bid during the period of validity of Bid document; or  Fails or refuses to participate in the subsequent Tender process after having been short listed; 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 owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to <> and including <> from the last date of submission and any demand in respect thereof should reach the Bank not later than the above date.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Rs. <> (Rupees <> only)

II. This Bank Guarantee shall be valid up to <>) III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this Bank Guarantee that we receive a valid written claim or demand for payment under this Bank Guarantee on or before <>) failing which our liability under the guarantee will automatically cease.

(Authorized Signatory of the Bank)

Seal: Date:

78 | P a g e Volume – I - Structure of Bid & Bid Process Specifications RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Short Term Request for proposal (RFP) For Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

VOLUME II - Scope of Work and Requirement Specifications

Tender Ref Number- 07/2018-19 Date: 02-07-2018

Volume - II Scope of Work and Requirement Specification Page 1 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Table of Content

DISCLAIMER ...... 5 1. INTRODUCTION ...... 7

1.1. PROJECT BACKGROUND ...... 7 2. SCOPE OF WORK...... 9

2.1 COMPONENT 1: CITY NETWORK BACKBONE SCOPE OF WORK ...... 10 2.1.1 PROJECT BACKGROUND ...... 10 2.1.2 SCOPE OF WORK ...... 10 2.1.2.1 DETAILED CITY / ROUTE SURVEY ...... 10 2.1.2.2 NETWORK DESIGN PREPARATION ...... 11 2.1.2.3 PROCURE, SUPPLY AND INSTALLATION OF CITY NETWORK ALONG WITH REQUISITE ACCESSORIES ...... 13 2.1.2.3.1 PRE REQUISITE FOR LAYING OF CITY NETWORK ...... 14 2.1.2.3.2 GUIDING PRINCIPLES FOR LAYING OF 40MM HDPE PIPES ...... 14 2.1.2.3.2.1 LAYING OF 40MM HDPE PIPES USING HORIZONTAL DIRECTIONAL DRILLING (HDD) ...... 15 2.1.2.3.2.2 LAYING OF 40MM HDPE PIPES USING OPEN TRENCHING TECHNIQUE ...... 16 2.1.2.3.3 GUIDING PRINCIPLES FOR FIBER BLOWING ...... 17 2.1.2.3.4 GUIDING PRINCIPLES FOR HAND HOLES ...... 17 2.1.2.3.5 GUIDING PRINCIPLES FOR MANHOLE ...... 18 2.1.2.3.6 SPLICING OF OFC AND INSTALLATION OF FIBER SPLICE JOINT CLOSURE ...... 19 2.1.2.3.7 EARTHING SYSTEM ...... 19 2.1.2.3.8 GUIDING PRINCIPLES FOR LAYING OF DWC PIPES ...... 20 2.1.2.3.9 GUIDING PRINCIPLES FOR LAYING OF 100MM GI PIPES ...... 20 2.1.2.3.10 PROTECTION FOR OFC ...... 20 2.1.2.3.11 BACKFILLING AND REINSTATEMENT OF EXCAVATED AREA ...... 20 2.1.2.5 PROVIDE OPERATIONS & MAINTENANCE SERVICES ...... 24 2.1.2.5.1 HDPE DUCT & OPTICAL FIBER CABLE ...... 24 2.1.2.5.2 FAULT RESTORATION SERVICES ...... 24 2.1.2.5.3 METHODOLOGY FOR FAULT RESTORATION/ FIBER CUTS ...... 25 2.2 COMPONENT 2: CITY WI-FI SCOPE OF WORK ...... 28 2.2.1 OVERVIEW ...... 28 2.2.2 SCOPE OF WORK ...... 30 2.2.2.1 DETAILED SITE SURVEY AND SITE PREPARATION: ...... 30 2.2.2.2 DESIGN, SUPPLY AND INSTALL ALL THE IT INFRASTRUCTURE AND SYSTEMS ...... 30 2.2.2.3 PROVISIONING OF NETWORK CONNECTIVITY: ...... 30 2.2.2.4 INTEGRATION, TESTING, COMMISSIONING AND SYSTEM GO LIVE: ...... 31 2.3 COMPONENT 3: CITY KIOSK SCOPE OF WORK ...... 32 2.3.1 OVERVIEW ...... 32 2.3.2 SCOPE OF WORK ...... 35 2.3.2.1 FINALIZATION OF KIOSK DESIGN & SERVICE PORTFOLIO ...... 35 2.3.2.2 DETAILED SITE SURVEY ...... 35 2.3.2.3 DESIGN, DEVELOP, SUPPLY AND INSTALLATION OF CITY KIOSK SYSTEM ...... 36 2.3.2.4 PROVISIONING OF NETWORK CONNECTIVITY: ...... 36 2.3.2.5 INTEGRATION, TESTING, COMMISSIONING AND SYSTEM GO LIVE: ...... 36 2.4 COMPONENT 4: VARIABLE MESSAGING DISPLAY SYSTEM (VMD) SCOPE OF WORK ...... 37 2.4.1 OVERVIEW ...... 37 2.4.2 SCOPE OF WORK ...... 37

Volume - II Scope of Work and Requirement Specification Page 2 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.4.2.1 DETAILED SITE SURVEY ...... 37 2.4.2.2 PROCURE, SUPPLY AND INSTALL VMD INFRA & SYSTEMS ...... 38 2.4.2.3 PROVISIONING OF NETWORK CONNECTIVITY: ...... 38 2.4.2.4 INTEGRATION, TESTING, COMMISSIONING AND SYSTEM GO LIVE: ...... 38 2.5 COMPONENT 5: POLE INFRASTRUCTURE SCOPE OF WORK ...... 39 2.5.1 OVERVIEW ...... 39 2.5.2 SCOPE OF WORK ...... 39 2.5.2.1 FINALIZATION OF DESIGN ...... 39 2.5.2.2 DETAILED SITE SURVEY ...... 39 2.5.2.3 PROCURE, SUPPLY AND INSTALL...... 40 2.5.2.4 COMMISSIONING AND SYSTEM GO LIVE: ...... 40 3. PROVIDE OPERATIONS & MAINTENANCE SERVICES ...... 40 4. TRAINING AND CAPACITY BUILDING...... 42 5. PROJECT IMPLEMENTATION TIMELINES, DELIVERABLES AND PAYMENT TERMS ...... 43 6. SERVICE LEVEL AGREEMENT ...... 46

6.1 MEASUREMENT & TARGETS ...... 48 6.2 REPORTING PROCEDURES ...... 52 6.3 ISSUE MANAGEMENT PROCEDURES ...... 52 6.4 ISSUE MANAGEMENT PROCESS ...... 53 6.5 SERVICE LEVEL CHANGE CONTROL ...... 53 7. REQUIREMENT SPECIFICATIONS (FUNCTIONAL REQUIREMENTS & TECHNICAL REQUIREMENTS): ...... 55

7.1 FIBER NETWORK BACKBONE...... 55 7.2 CITY WI-FI ...... 69 7.3 CITY KIOSK ...... 88 7.3.1 KIOSK SYSTEM: ...... 88 7.3.2 CENTRALISED KIOSK SYSTEM ...... 89 7.3.3 SMART KIOSK TERMINAL ...... 91 7.4 VARIABLE MESSAGE DISPLAY (VMD) ...... 95 7.5 POLE ...... 99 8. ANNEXURE 1: INDICATIVE BILL OF MATERIAL ...... 103 9. ANNEXURE 2: INDICATIVE LIST OF LOCATIONS ...... 105

Figures:

FIGURE 1: PIMPRI CHINCHWAD MAP ...... 7 FIGURE 2: NETWORK ARCHITECTURE ...... 12 FIGURE 3: WI-FI ARCHITECTURE DIAGRAM ...... 28 FIGURE 4: KIOSK SOLUTION ARCHITECTURE ...... 32 FIGURE 5: ILLUSTRATIVE REPRESENTATION OF SMART KIOSK COMPONENTS ...... 33 FIGURE 6: CITY KIOSK SERVICE PORTFOLIO ...... 35

Volume - II Scope of Work and Requirement Specification Page 3 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Tables:

TABLE 1: PCMC ZONE & WARDS DISTRIBUTION ...... 8 TABLE 2: LAYERS DISTRIBUTION OVER CITY NETWORK BACKBONE ...... 13 TABLE 3: DEPTH OF TRENCH ...... 15 TABLE 4: KIOSK SOLUTION FEATURES ...... 34 TABLE 6: SLA FOR FIBER NETWORK BACKBONE – MEASUREMENT & TARGETS ...... 49 TABLE 7: SLA FOR FIBER NETWORK BACKBONE – PRIORITY LINKS ...... 50 TABLE 8: TRS OF 48 CORE OPTICAL FIBRE CABLE ...... 60 TABLE 9: TRS OF 48 CORE OPTICAL FIBRE CABLE ...... 61 TABLE 10: TRS OF 48 CORE OPTICAL FIBRE CABLE ...... 62 TABLE 11: TR OF FIBER PATCH CORDS ...... 63 TABLE 12: TR OF FIBER PIG TAILS ...... 63 TABLE 13: TR OF FIBER SPLICE JOINT CLOSURE ...... 65 TABLE 14: TR OF HDPE DUCT ...... 66 TABLE 15: TR OF 40 MM HDPE COUPLER ...... 66 TABLE 16: TR OF END PLUG FOR 40MM HDPE PIPE ...... 66 TABLE 17: TR OF 110 MM DWC PIPE ...... 67 TABLE 18: 110 MM HDPE COUPLER FOR DWC PIPE ...... 68 TABLE 19: TR OF ROUTE MAKER...... 68 TABLE 20: FR OF WI-FI ACCESS POINT (OUTDOOR) ...... 70 TABLE 21: TR OF WI-FI ACCESS POINT (INDOOR) ...... 72 TABLE 22: FR OF WIRELESS CONTROLLER ...... 73 TABLE 23: FR OF WIPS ...... 74 TABLE 24: FR OF AAA ...... 77 TABLE 25: FR OF WIRELESS NMS ...... 79 TABLE 26: FR OF BILLING APPLICATION ...... 87 TABLE 27: FR OF KIOSK SYSTEM ...... 89 TABLE 28: FUNCTIONAL REQUIREMENT SPECIFICATION FOR KIOSK TERMINAL ...... 91 TABLE 29: REQUIREMENT SPECIFICATION FOR KIOSK TERMINAL ...... 94 TABLE 30: FR OF VMD ...... 97 TABLE 31: TR OF VMD ...... 99 TABLE 32: REQUIREMENTS OF GENERAL POLE WITH/WITHOUT CANTILEVER ...... 100 TABLE 33: REQUIREMENTS OF GANTRY STRUCTURE ...... 101 TABLE 34: TR OF UNIPOLE FOR VMD ...... 102 TABLE 35: BILL OF MATERIAL ...... 104 TABLE 36: LOCATION DETAILS OF CITY FIBER NETWORK BACKBONE ...... 105 TABLE 37: LIST OF PUBLIC PLACES FOR WI-FI HOTSPOTS ...... 105 TABLE 38: CITY WI-FI LOCATION LIST ...... 116 TABLE 39: LOCATION DETAILS OF CITY KIOSK ...... 117 TABLE 40: LIST OF IDENTIFIED CITY KIOSK LOCATIONS IN PCMC ...... 123 TABLE 41: LIST OF IDENTIFIED VMD LOCATIONS IN PCMC ...... 124

Volume - II Scope of Work and Requirement Specification Page 4 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Disclaimer

i. This Request for Proposal ("RFP") is issued by Pimpri Chinchwad Smart City Limited (PCSCL). ii. The information contained in this Request for Proposal document (“RFP”) or subsequently provided to Bidders, whether verbally or in documentary or any other form by or on behalf of the PCSCL (the Purchaser) or any of its employees or advisors, is provided to Bidders, on the terms and conditions set out in this RFP. iii. This RFP is not a Contract and is neither an offer nor invitation by the Purchaser to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals in pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Purchaser, in relation to the project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Purchaser, its employees or advisers to consider the objectives, technical expertise and particular needs of each party, who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct his own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources. iv. Information provided in this RFP to the Bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Purchaser accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. The Purchaser, its employees and advisers make no representation or warrants and shall have no liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this selection process. v. The Purchaser also accepts no liability of any nature, whether resulting from negligence or otherwise, however caused, arising from reliance of any bidder upon the statements contained in this RFP. vi. The Purchaser may, in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. The issue of this RFP does not imply that the Purchaser is bound to select a Bidder or to appoint the Selected Bidder, as the case may be, for this project and the Purchaser reserves the right to reject all or any of the proposals, without assigning any reason whatsoever. vii. PCSCL or its authorized officers / representatives / advisors reserve the right, without prior notice, to change the procedure for the selection of the Successful Bidder or terminate discussions and the delivery of information at any time before the signing of any agreement for the Project, without assigning reasons thereof. viii. The RFP Document does not address concerns relating to diverse investment objectives, financial situation and particular needs of each party. The RFP Document is not intended to provide the basis for any investment decision and each Bidder must make its / their own independent assessment in respect of various aspects of the techno-economic feasibilities of the Project. No person has been authorized by PCSCL to give any information or to make any representation not contained in the RFP Document.

Volume - II Scope of Work and Requirement Specification Page 5 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

ix. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation and expenses associated with any demonstrations or presentations which may be required by the Purchaser or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses shall remain with the Bidder and the Purchaser shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder, in preparation for submission of the Proposal, regardless of the conduct or outcome of the selection process.

Volume - II Scope of Work and Requirement Specification Page 6 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

1. Introduction

Information and Communication Technology (ICT) has changed the evolution of cities; the notion of “growing” cities is being replaced with the idea of making a city “Smart”. ICT has forced the think tank and compelling planners of the cities to not only consider the physical planning of a city but to also consider ICT enablement to make the economy, environment, mobility and governance more efficient and effective.

To build on these advances, innovative governments continue to seek new ways of maximizing business value; purchaser is keen to take up initiatives in transforming Pimpri Chinchwad into a Smart City by embedding smart devices, sensors and actuators within physical space and infrastructure of the city. This offers real-time data management, alerts, and information processing for the city administration and thus allows city planners to develop other innovative ecosystems in line with its people through technology.

The city administration is implementing all the identified ICT-led Smart City initiatives through its city level SPV i.e. Pimpri Chinchwad Smart City Limited (PCSCL). A centralised Operation Centre is planned for integrated systems monitoring and control, fact based decision support system, real time analysis and prediction, consolidated city health dashboard view for city planners, which shall largely help city in taking quick corrective actions and plan more meaningful programmes.

1.1. Project Background

Under Ministry of Housing and Urban Affairs (MoHUA), Government of India (GoI) Smart Cities Programme, Pimpri-Chinchwad Smart City Limited (PCSCL) (the “Authority”), and a Special Purpose Vehicle (SPV) for Pimpri-Chinchwad Smart City Project has been established as a company under the Indian Companies Act, 2013. The Authority would receive funding from Government of India (GoI) and Government of Maharashtra (GoM) for the development of smart city in Pimpri-Chinchwad.

With the objective to usher technology-led transformation through creation of State owned robust, reliable and sustainable ICT infrastructure, PCSCL intends to transform Pimpri Chinchwad into a smart sustainable city.

PCSCL has identified below mentioned ICT led Smart City Initiatives:

Figure 1: Pimpri Chinchwad Map

• City Network Backbone (Optical Fiber Cabling) • Citizen Access Wi-Fi • City Kiosk • City Surveillance along with Video Analytics • Smart Water Management • Smart Sewerage Management • Intelligent Traffic Management including o Adaptive Traffic Management System o Automatic Number Plate Recognition System

Volume - II Scope of Work and Requirement Specification Page 7 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

o Red Light Violation Detection System o e-Challan o Variable Message Sign Boards o Public Address System • GIS enablement of Smart City assets • Smart Parking • Smart Light • Smart Environment • Social Media Analytics • Smart City Mobile App • IT enabled Solid Waste Management System • Command & Control Centre & City Operation Centre

City’s Geographical Landscape Pimpri Chinchwad city is located at 18°37’07.04”N 73°48’13.43”E coordinates in of Maharashtra. It is at 530 meters (1740 ft.) above mean sea level and is situated about 20 km to the east of Sahyadri ranges that run North to South in the Lonavala – Khandala section between Harishchandra Range and Mahadeo range. The total area covered by PCMC is 181 sq. km approximately; the rock structure underneath is igneous (basalt) type and the soil is Red Soil.

For the administrative boundaries perspective, PCMC is divided into 8 Zones, which are further divided into 32 Wards, as mentioned below; the geographical scope of the implementation of this RFP shall be limited to PCMC jurisdiction and nearby localities/area.

Sr. Zone Wards No.

1. A Ward no: 10, 14, 15 & 19

2. B Ward no: 16, 17, 18 & 22

3. C Ward no: 2, 6, 8 & 9

4. D Ward no: 25, 26, 28 & 29

5. E Ward no: 3, 4, 5 & 7

6. F Ward no: 1, 11, 12, & 13

7. G Ward no: 21, 22, 24 & 27

8. H Ward no: 20, 30, 31 & 32 Table 1: PCMC Zone & Wards distribution

PCSCL and PCMC planned to implement its ICT led Smart City Initiatives through various RFP packages, as mentioned below:

 RFP 1 – SITC and O&M for Solid Waste Management System (IT infrastructure & systems)  RFP 2 (This RFP) - SITC and O&M for City Network (Passive Infra), Pole (Passive Infra), City Wi-Fi (IT Infra & systems), Smart Kiosk (IT infrastructure & systems) and VMD (IT infrastructure & systems)  RFP 3 - SITC and O&M for remaining ICT led Smart City Initiatives (IT Infrastructure & systems) along with active equipment (field as well as centralised) for City Network solution and establishment of City Operation Centre (Data Centre, Network Operation Centre, Viewing

Volume - II Scope of Work and Requirement Specification Page 8 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Centre, and Helpdesk), Command Control Centre (Viewing Centre, Helpdesk), and Traffic Control Room.

2. Scope of Work

Pimpri Chinchwad Smart City Limited (PCSCL) intends to appoint System Integrator for Supply (Design & Develop), Installation, Testing, Commissioning and to provide Operation & Maintenance Services, for a period of 5 years from the date of solution Go Live, for the below mentioned components:

1. Component 1: City Network Backbone; an Optical Fiber Cable based city wide network (only passive components) 2. Component 2: City Wi-Fi (IT Infrastructure & Systems) 3. Component 3: City Kiosk (IT Infrastructure & Systems) 4. Component 4: Variable Message Display (IT Infrastructure & Systems) 5. Component 5: Passive Pole Infrastructure and associated accessories

Brief Scope of Work:

 SI shall be responsible for provisioning required IT & non IT Infra and/or systems for each of the solution component as per detailed Scope of Work, as mentioned in the subsequent sections of the RFP, along with coordination with other agencies for the end to end implementation of above mentioned solution components  SI shall provision for warehouse services for the storage of all the project related infrastructure and accessories at its own cost.  SI shall be responsible for collecting the GIS coordinates for each of the site during the site survey, pertaining to the installation of IoT device/ sensors, Kiosk, Pole, VMD, OFC network route, network aggregation nodes etc. and shall be responsible for populating the same on the GIS map.  SI shall be responsible for obtaining all permits and approvals from various agencies/departments, necessary for installation of site infra at various locations across the city; Purchaser shall assist SI in obtaining the desired approvals.  During the contract, SI shall coordinate with PCMC/PCSCL’s appointed agencies for other ICT Initiatives (RFP 1 & RFP 3) for finalising the locations, site preparation activity, installation and commissioning of various devices and systems.  SI shall be responsible for the reinstatement & restoration of all the sites pertaining to the scope as per the norms and to the satisfaction of the concerned agency/department/approving authority. SI shall be wholly responsible for rectifying any damages due to non-restoration of the site, as well as consequential damages, and shall be responsible for taking necessary remedial actions at its own cost.  SI shall also be responsible for the deployment of proposed systems (hardware & application), respective solution, at PCSCL’s Data Centre which is planned to be setup as part of RFP 3, along with integration of proposed solution components with that of COC and CCC systems like IoT Platform, Data Analytics, EMS, Security systems, GIS engine etc. and shall coordinate with the purchaser’s appointed agencies (RFP 1 and RFP 3) during the project tenure.  SI, at its own cost, shall be responsible for branding of the respective solution assets and shall coordinate with the purchaser for making suitable branding in terms of design, logo, colours etc. pertaining to Manhole, Kiosk, VMD, Poles, Wi-Fi Hotspots to name a few.  SI shall deploy sufficient manpower at onsite, in order to operate respective systems at PCSCL during the contract period, for which there shall be at least one qualified resource for each of the solution along with a Project Manager.

Volume - II Scope of Work and Requirement Specification Page 9 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

 Electricity connections at all the field IT infrastructure level needs to be provisioned by the purchaser’s appointed agency (RFP 3).

2.1 Component 1: City Network Backbone Scope of Work

2.1.1 Project Background Considering critical network design parameters, such as secure, reliable, scalable, manageable, interoperable, capable and resilient, it is proposed that a secured optical fiber network backbone based service delivery network shall be established across the city.

The network backbone is expected to provide a converged network, bringing together different city management vertical solutions on a common network infrastructure for Pimpri-Chinchwad. The converged network shall facilitate information exchange between resources and applications across different domains. It will be an end-to-end open platform enabling services across the city.

An overarching OFC-based network is being planned as part of Pimpri-Chinchwad Smart City initiative, which forms the backbone for all the envisaged applications. The network architecture being proposed, will comply with the best practices and industry standards to ensure high availability, scalability, manageability and security for the information, services and solutions being managed on the network.

The designed network shall provide uninterrupted services across the Pimpri-Chinchwad City connecting seamlessly with various stakeholders. With the capability to handle high bandwidth applications with low latency, the network forms the pivot for ICT based Smart City interventions in Pimpri Chinchwad city.

The various locations to be connected via fiber network are, but not limited to, PCMC Zone offices, PCMC Head Office, City Operation Centre (COC), Control & Command Centre (CCC), PCMC Ward offices, government hospitals and other city administrations’ important buildings, field locations, traffic junctions etc. which have IoT / Smart City devices. Optical Fiber shall be laid primarily along the road network comprising main city roads and street roads.

2.1.2 Scope of Work The selected System Integrator shall be responsible for Procurement, Supply, Installation, Testing and Commissioning of OFC based City Network Backbone (Passive Infra only) along with 5 years of Operations & Maintenance Support, from the date of Go Live.

2.1.2.1 Detailed City / Route Survey Fiber backbone infrastructure is an important component of the entire smart city initiative that shall enable the delivery of all the key and important services to be made available to its citizens with seamless access. Network backbone infrastructure shall comprise of laying of ducts & blowing of fiber, setting of various point of presence (PoP) that shall be established across city locations, PCMC zones & ward offices and at other government institutions.

Preliminary detailed survey shall be carried out by System Integrator for finalizing the route of Optical Fiber Cable basis indicative Network Architecture, refer Fig 2. At the end of the survey, SI shall estimate the network route length to be executed via Horizontal Directional Drilling (HDD), to the best possible extent, and Open Trench Technique.

Following activities shall constitute this survey, but not limited to:

• Selecting the optimal route in general

Volume - II Scope of Work and Requirement Specification Page 10 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• Deciding the number of drop and insert locations • Deciding the size and assessing the length of cable required • Capturing the coordinates of the drop and insert locations. • Working out the requirement of circuits that are to be provided in the cable • Working out the requirements of heavy tools and plants depending upon nature of the territory, availability of roads alongside etc. • Assessing the special problems of the section such as type of soil, long cuttings, new embankments, water logged areas, types of major bridges, major yards, culverts etc. • Collecting details of the existing facilities like telecommunication, utilities, water etc. and the additional requirements • Assessing the number of road crossings and other protective works required to be done • Capturing the areas where UG Fiber laying may not be feasible. • Capturing the availability and coordinated of poles wherever UF Fiber laying may not be feasible. • During the site survey exercise, details should be captured while keeping below points into consideration: o Avoiding laying of cable too close to a newly built road o Avoiding the toe of the embankment adjacent to the cultivated fields o Avoiding burrow pits and areas prone to water logging o Avoiding heavily fertilized soils containing acids, electrolytes and decomposable organic materials promoting bacterial activity o Avoiding proximity to chemical, paper and such other industries which discharge chemically active affluent o Avoiding large rock cuttings, routes of existing cables and areas difficult to approach o Avoid built up areas including those areas where building, etc. are likely to come up in future o Determining composition of the soil which may result in corrosion, etc. on the cable for which special protection for the cable shall be required o Working out requirement of transport vehicles like jeeps, lorries, motor trolleys, etc. for execution of the work o Avoiding side of the alignment which is likely to be affected due to addition/alteration of earth work/supply structures o Avoiding underground structures, signalling cables, power cables, pipelines, other utilities etc. o Avoiding laying of cable on the side of the drains in built up areas which are generally difficult to lay o Taking the cable route preferably through the bed of small culverts where water does not accumulate instead of taking it over the culverts o Avoiding termites/rodents infected areas

2.1.2.2 Network Design Preparation The System Integrator shall be responsible for the preparation of City Network Backbone layout/architecture, basis on the below mentioned indicative three tiered architecture which is based on the Ring Topology to ensure redundancy at each node level, and get the same approved by the purchaser. The SI is also required to propose the Network Architecture as part of its technical bid.

Volume - II Scope of Work and Requirement Specification Page 11 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Figure 2: Network Architecture

The envisaged layers of the City Network Backbone are:

a. Core Layer: The Core layer forms the backbone; comprising of network Point of Presence (PoP) at all the PCMC Zone Offices, City Operation Centre, Command Control Centre and PCMC Head Office. This layer shall enable all systems planned to be hosted at City Operations Centre & Command Control Centre to be accessed over the backbone. Core layer shall form the point of aggregation for all the traffic coming from the respective Aggregation Layer and beyond.

b. Aggregation Layer: The aggregation layer is envisaged to have network PoPs at PCMC Ward Offices/PCMC Institutions. The traffic coming from respective service/filed locations shall get aggregated at the Aggregation Layer PoP. The aggregation layer shall further connect to the Core layer for forwarding the traffic to the Core layer. All the Aggregation layer PoPs in the respective zone shall form individual rings to establish redundancy. There can be multiple rings within the respective zone; e.g. if there are 10 wards in a given zone, then two rings comprising of 5 wards each can be created. These two rings shall ultimately connect to the respective zone (PoP).

c. Services / Access Layer: The Service/ Access layer shall be formed at various locations within the wards of PCMC. The service layer shall enable the smart city solutions such as City Surveillance, City Wi-Fi, City Kiosk, Street lighting, Smart parking, etc. to connect to the network backbone. The aggregation switch of the respective smart city solution shall connect on the Service / Access layer devices to connect to the network backbone.

Volume - II Scope of Work and Requirement Specification Page 12 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Various locations for deployment of above layers are:

Sr. Item Deployment location No. PCMC Zone Offices (8) Core Layer (approx. 11 PCMC Head Office 1 PoPs) City Operation Centre Command Control Centre Aggregation Layer PCMC Ward Offices, Hospitals, Schools, other government owned 2 (approx. 30 PoPs) building (as per the requirement) The services layer is considered to be the edge locations/area where the smart city solutions shall be deployed like, to name a few:  City Wi-Fi  City Surveillance  City Kiosk  Smart Parking 4 Service/Access Layer  Smart Environment  Smart Light  Smart Traffic  Smart Water  Smart Sewerage  Smart SWM Table 2: Layers distribution over City Network Backbone

2.1.2.3 Procure, Supply and Installation of City Network along with requisite accessories • Procure & Supply all the passive components and accessories required for laying of ducts and blowing of fiber including but not limited to duct pipes, jointers, couplers, fiber cable, splicer, jointer etc. • All fittings, accessories and associated works for proper and safe installation of fiber assets to be taken into consideration by the SI. • SI shall be responsible for laying of 4 ducts, on the approved network route and design, using Horizontal Directional Drilling (HDD), wherever possible, and Open Trenching (OT) Technique, where HDD is not possible, after obtaining approvals from PCSCL and shall blow Optical Fiber in only one of the four ducts as per below: • 96 core (or more) at the Core & Aggregation layer • 48 core (or more) at Service/Access layer

SI shall be responsible for operation & maintenance of the following: • 1 (one) duct along with blown fibre during the contract period • 3 empty/dark ducts for a period of one year (on quarterly basis)

SI is required to accordingly submit its Project Operation & Services cost in the financial bid.

• HDPE Ducts and Optical Fiber shall be laid primarily along the roads and footpaths and close coordination will have to be done with concerned department for getting permission and deciding execution methodology • Laying, jointing, live line installation, testing and commissioning of all optical fiber and its accessories • The estimated fiber optic cable length requirements are indicated in the Bill of Material (BoM) and reflected in the Price Schedule. • For the purpose of payment of civil works related to laying of Duct/OFC, the length of the trench shall be used and not the length of the OFC laid or the ducts laid.

Volume - II Scope of Work and Requirement Specification Page 13 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• The Optical fibre cable shall be manufactured so as to protect the cable from rodent and termite. • For each trenching, SI shall take clearance from the Ward Junior Engineer (JE) (or any other appointed authority) for the depth achieved to lay the HDPE pipes and Fiber. • SI to take the picture of the depth measurement and share it with PCSCL for records.

2.1.2.3.1 Pre Requisite for Laying of City Network • The SI shall prepare the list of equipment, number of field employees to be deployed, no. of HDD machine to be deployed etc. in order to ensure adherence with the project timelines. The same shall be apprised to the purchaser and concerned authority. • The SI shall follow PCMC ducting policy. • The SI shall obtain requisite RoW permissions from the purchaser/requisite authority, at no cost, limited to the approved Network Route Plan, and shall also inform all concerned authorities, and obtain NOC or permissions wherever required, before starting any excavation activity like duct laying/fiber blowing, Manhole/hand hole works etc. • The SI shall apprise himself and adhere to guidelines issued by concerned authorities, wherever applicable, while executing the work. • The SI shall lay the HDPE duct and OFC cable, only underground, either through Horizontal Directional Drilling (HDD) or Open Trenching; preferably via Horizontal Directional Drilling (HDD) technique, to a maximum extent possible. Aerial OFC cabling is restricted under the scope of this project until approved by the purchaser under exceptional circumstances. • To reduce the digging work, SI shall use the PCMC owned existing duct / pipe wherever available after obtaining due approval from the purchaser. Currently, PCMC owns approximately 100 km of duct infra which can be utilized under this project. • The SI shall construct manholes or hand holes, as per the site requirement, at successive intervals of 250 Meters or less. • The SI shall obtain all land permits, NOC, any land lease rights or as such any licensing requirement that may be necessary for laying the city network and creation of network POP’s. • SI shall be responsible for obtaining ROW permissions, including fee submission, from other authorities like NHAI, PWD etc., wherever required. However, PCSCL & PCMC shall assist the SI in obtaining the requisite permissions and shall also reimburse the relevant ROW or RI charges to the SI on actuals (quarterly billing). However, SI shall be responsible for end to end restoration of the site as per the earlier state or better; the same needs to be approved by the requisite authority.

2.1.2.3.2 Guiding Principles for Laying of 40mm HDPE Pipes • The SI shall lay 4 numbers of 40mm HDPE pipes as per approved survey designs and network routes. • The SI shall decoil 40 mm HDPE pipe with the help of Mechanical Decoilers. • The SI shall ensure minimum bending radius of pipe and fiber optic cable throughout the network route. • The SI shall make trial pits at every 100m distance to examine position of existing underground utilities. The SI shall align the HDD / Open Trench as per observations from the trial pits. • The SI shall take precaution during excavation to avoid any possible damage to other underground utilities and shall indemnify the Owner/Employer for damages if any. This includes but not limited to collecting as-build drawings of existing utilities, studying the survey drawings for location of utilities and visual inspection of site. In case of any damage to the existing utilities, it is the responsibility of the SI to fix the same at the earliest possible time and at its own cost. • The SI shall coordinate with the existing utility owners before starting the excavation work. If required the SI shall ensure the presence of representative of existing utility owners. • The SI shall use barricading and signage board as per requirements of concerned government authority in order to avoid any chaos and accidents to the general public.

Volume - II Scope of Work and Requirement Specification Page 14 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• The SI shall use end plugs to close the pipe openings to avoid ingress of mud, water or dust. • The SI shall use 40mm HDPE couplers to join 40mm HDPE pipe. • The SI shall use duct spacers to protect ducts from crossing each other inside the trench. • The SI shall test the continuity of 40mm HDPE pipes through the Duct Integrity Test (DIT) for all ducts. • The colour code for 40mm HDPE pipes shall be done as per Electronic Industries Association and Telecommunications Industries Association (EIA/TIA) Standards • The SI shall follow below mentioned norms in case of any deviations in depth of trench.

Sr. No. Depth of Trench Recommended Protection for HDPE Duct 1. 1500 mm to 1650 mm No protection required 2. 1000 mm to 1500 mm 110 mm DWC pipe 3. 500mm to 1000mm 100 mm GI pipe with 150 mm PCC 300mm x 300mm concrete box culvert to be constructed, Less than 500 mm from above at the edge and 100 mm GI shall be laid through the box 4. surface of road culvert, 40 mm HDPE pipes to be passed through the same. Table 3: Depth of Trench

2.1.2.3.2.1 Laying of 40mm HDPE Pipes using Horizontal Directional Drilling (HDD) Horizontal Directional Drilling Equipment • The Horizontal directional drilling equipment shall consist of a horizontal directional drilling machine of sufficient capacity to perform the bore and pullback the specified number of 40mm HDPE pipes, a drilling fluid to successfully complete the bore, a guidance system to accurately guide boring operations, a truck of sufficient capacity to handle the drilling fluid volume and all other equipment required to complete the installation. • HDD machine shall have a system to monitor and record maximum pull-back pressure during pull- back operations. • There shall be a system to detect electrical current from the drilling string and an audible alarm which automatically sounds when an electrical current is detected.

Guidance System • A magnetic guidance system (MGS) grade beacon or proven gyroscopic system shall be used to provide a continuous and accurate determination of the location of the drill head during the drilling operation. • The directional drilling guidance system shall have the capability of measuring vertical and horizontal positions and roll. • The system shall obtain an accuracy range within five (5) centimetres of the actual position of the drilling head. It shall enable the driller to guide the drill head by providing immediate information of horizontal and vertical inclination on the tool face. • The SI shall submit the reports and graph obtained from the guidance system specifying the depth and path of HDD bore as part of acceptance testing.

Drilling Fluid System • The Drilling Fluid System shall be compliant to the requirements of concerned government authorities. • Mixing System: A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver boring fluid composed of bentonite clay, potable water and appropriate additives. • Drilling Fluid: Suitable drilling fluid shall be used based on existing soil conditions. The SI shall fully determine the soil conditions prior to fluid and additive selection. • Delivery System: The drilling fluid pumping system shall have a capacity to provide an adequate flow rate and pressure to facilitate the HDD operation. Used drilling fluid and drilling fluid spilled

Volume - II Scope of Work and Requirement Specification Page 15 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

during drilling operations shall be contained and conveyed to the drilling fluid recycling system as per set norms of concerned government authority. Precautionary arrangements to be done to prevent spills into the surrounding environment. • Drilling Fluid Recycling System: The SI shall abide by recycling of drilling fluid and disposal guidelines of concerned Government authorities. Environmental guidelines of concerned Government authorities to be adhered while disposing any debris and drilling fluid.

Execution Methodology • The SI shall fully train all personnel in safety norms as prescribed by concerned Government authorities. • The SI shall ensure that the bore path alignment shall be as per Survey Drawing approved by the concerned government authorities. • The SI and all its Contactor shall coordinate with all utility owners with underground utilities in the work area before starting of the work. • Once the utilities have been located, SI shall physically identify the exact location of the utilities by taking test pits of minimum width of 2 meters across the drill path, in order to determine the actual location and path of any underground utilities. SI shall not commence boring operations until the location of all underground utilities within the work area have been verified. • The SI shall use barricading and signage as per requirements of concerned Government authority pertaining to specific roads. • The SI shall ream bore hole to a minimum of 125% diameter of the outside diameter of specified number of HDPE pipes tied together, using the appropriate tools upon successful completion of pilot bore. • The SI shall not apply pressure more than the maximum safe pipe pull pressure at any time. • The SI shall de-mobilize equipment and restore the work-site to original condition as per the guidelines of concerned Government authorities. • The SI shall test the continuity of 40mm HDPE pipes as per the Duct Integrity test for all ducts. • The SI shall construct a Hand Hole at each entry and exit pit. The SI shall carry on work in both directions from each pit such that the pit serves as entry pit for one HDD bore and exit for other HDD bore. • The SI shall be completely responsible for damages, if any, to other utility during the work and shall resolve all disputes including rectification and reimbursement of the damages. • The SI shall do necessary co-ordination with other utility companies prior to the excavation work.

2.1.2.3.2.2 Laying of 40mm HDPE Pipes using Open Trenching Technique • The SI shall lay 40mm HDPE pipe in a flat bottom trench free from stones and sharp edged debris. Wherever stones or sharp edged debris exist, sand bedding of 50 mm thickness shall be prepared on which the 40mm HDPE pipes shall be laid. • The SI shall achieve minimum depth of 1500 mm whenever the 40 mm HDPE pipes are to be laid under the road surface and minimum depth of 1650 mm whenever 40 mm HDPE pipes are laid on exposed sand or soil surface. In case of existing underground utility, SI is required to dig deeper than the specified limits at no extra cost. • The SI shall construct the trench with width of not less than 300mm at the bottom of the trench. • The SI shall be responsible for shoring and strutting the walls of the trench on either side of the trench as per the guidelines of concerned Government authorities.

Volume - II Scope of Work and Requirement Specification Page 16 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.1.2.3.3 Guiding Principles for Fiber Blowing • It is proposed to blow 96 core OFC cable in the Core & Aggregation Layer and 48 core OFC cable in the Service/Access layer. • The SI shall place route marker as per given alignment & maintaining offset distance from road centre , co-locating with each manhole and at every location where the route changes direction as per norms set by concerned government authorities. • The SI shall use barricading and signage board as per requirements of concerned government authority in order to avoid any chaos and accidents to the general public. • The SI shall install the OFC inside the 40mm HDPE pipe as per design consideration. The OFC shall be installed by compressed air blowing technique. • The SI shall handle the Optical Fiber Cable Drums as per instructions given by the manufacturer. • The SI shall use Duct rodder for pulling OFC from one Man/Hand Hole to another Man/Hand hole for short spans up to 250 Metres. • The SI shall ensure manufacturer's guidelines for minimum bend radius and tension are followed while installing the OFC. • The SI shall keep minimum 18-20m loop in each Man/Hand hole, properly coiled and tied with cable ties. Aluminium cable tags with punching to be used for tagging. • The SI shall seal both the ends of 40 mm HDPE pipe with cable sealing plugs / simplex plugs after installing OFC. • The SI shall pull through 5mm thick Nylon rope in spare 40 mm HDPE pipes and tied properly at both the ends for future cable pulling. The 40 mm HDPE pipe then shall be secured using End plug.

2.1.2.3.4 Guiding Principles for Hand holes • Hand holes shall be made of medium duty HDPE with Polymer concrete Lid. • Boxes, rings and lids should sustain a minimum vertical test load of 33,500 lb (AASHTO HS 20 loading) as a stand-alone unit, over a 10-inch x 20-inch square steel plate centred on the cover and body in accordance with ASTM C 857-95 design load A-16. • The boxes, rings and lids shall meet the physical and chemical Requirement’s listed below :

Physical and Chemical Properties of Hand hole components Property ASTM Test Value Compressive strength C 109 11,000 psi Flexural Strength C 580 1,800 psi Tensile Strength C 496 1,700 psi Effects of Acids D 543 Very Resistant Effects of Alkalis D 543 Very Resistant *All ASTM Specifications shall be as per the current version.

• Holes for keeping service loops of duct shall be of suitable height as per the Project Requirements. • Furnish lids that have a non-skid surface for pedestrian traffic with minimum coefficient of friction of 0.50 in accordance with ASTM C1028 without the use of coatings. • All lids shall be manufactured with the markings “PCMC/PCSCL” in the logo area of the lid, in 25 mm recessed letters. • Lid access points shall have recessed reinforced steel pull slots to allow for the removal of the cover with a hook or lever. Replace the lid if damage occurs to the pulling point. • Bolts used on hand holes and lids shall be stainless steel, recessed hex head bolts with washer. • The top of hand hole shall be flushed with the ground level. • All PLB HDPE duct entries, cable entries and holes shall be properly sealed. • Seal duct ends inside all hand holes with at least 50mm thick duct caulking after fiber is installed. Seal vacant duct with a manufacturer end plug and attach detectable pull tape.

Volume - II Scope of Work and Requirement Specification Page 17 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• Hand holes shall have capabilities to absorb water as per ASTM 570 standards. They shall be provided with sump holes or open bottom for water drainage. • The hand holes shall be installed with a minimum of 101mm layer of small rock in the bottom to prevent mud and wildlife (rodents) from intruding the hand holes. The gravel shall help facilitate drainage. • No hand holes shall be installed under direct traffic load and shall be only suitable for installation at boulevards or areas where there is pedestrian movement. • The HDPE manholes shall have following markings provided on each unit: • Code of product • Name of Manufacturer • Date of manufacturing • Named as ‘PCSCL OFC HANDHOLE’

2.1.2.3.5 Guiding Principles for Manhole • Manhole shall be pre-cast RCC rectangular type with minimum wall thickness of 150mm and shall include 8mm diameter or more steel reinforcement. • The base of manhole shall be minimum 150mm thick PCC (Plain Cement Concrete) and minimum internal clearance shall be at least 1mx1mx1m. • Holes for keeping service loops of duct shall be at minimum 300mm height from internal base. • All PLB HDPE duct entries, cable entries and holes shall be properly sealed. • The size of the holes shall not be larger than 6mm from conduit outer diameter (sleeve). Seal conduit ends inside all manholes with at least 50mm thick duct caulking after fiber is installed. Seal vacant conduit with a manufacturer end plug and attach detectable pull tape. • The manhole cover shall be heavy duty water tight FRC type. However, for easy handling purpose, the cover shall be constructed with suitable arrangement for lifting. • The top of manhole should be flushed with the ground level. • The manhole shall have suitable access from cable trench and sufficient holes in all walls for PLB HDPE duct entries and exits. • Requisite brackets along with cable hangers for placing cable and splice box inside the manhole shall be provisioned and made of junk free material. • The Manholes shall meet the physical and chemical Requirements listed below:

Physical and Chemical Properties of Manhole components Property ASTM Test Value Compressive Strength C 469 >17,000 psi Flexural Strength D 790 >1,400 psi Chemical Resistance Retail > 75% of Original Strength Impact Resistance D 2444 >70 ft-lb Friction Coefficient C 1028 >0.6 *All ASTM Specifications shall be as per the current version.

• Manholes shall be equipped with a covered sump hole for drainage and shall be reasonably waterproof. Manholes shall have reasonable level of gravel bed extending 203mm to 305mm beyond the outer edges of the manhole. • Manholes shall have capabilities to absorb water as per ASTM standards as per current version. • All manholes shall have grounding halo installed that wraps the manhole and is connected to the ground rod. The halo shall be tin coated, copper ribbon that shall be anchored to concrete approximately 457 to 610mm apart. The halo shall be bonded to ground rod with non-insulated 6 AWG solid copper conductor. • SI Shall seal both ends of the PLB HDPE pipe in manhole by hard rubber bush of suitable size to avoid entry of rodents into the PLB HDPE Ducts, putting split PLB HDPE Ducts and split RCC pipes with proper fixtures over cable in the manhole to protect the bare cable.

Volume - II Scope of Work and Requirement Specification Page 18 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• The manholes shall be placed on 152mm of compacted rock or sand to ensure uniform distribution of soil pressure on floor. • No manhole shall be installed under direct traffic load and shall be only suitable for installation at boulevards or areas where there is pedestrian movement. • The SI shall provide Man Holes at a distance of 200 meters. • The SI shall provide additional Hand Holes at Major Road crossings, Bridges and other location. • The SI shall provide Hand Holes of size 1M (L) X 1M (W) X 1.2M (D) with single lid. The installation of Hand Hole shall be done in such a manner that top surface of the Hand Hole lid shall flush with existing Road/Earth Surface. • Required excavation and backfilling for the construction of the Hand Hole shall be carried out adhering to all the requirements of concerned Government authority.

2.1.2.3.6 Splicing of OFC and Installation of Fiber Splice Joint closure • The SI shall ensure that the splice loss per joint shall be less than 0.05dB/splicing joint. • The SI shall ensure that during splicing fiber cores of 0.6 metre to 0.8 metre shall be stored in cable tray. • The SI shall seal and install the Fiber Splice Joint closure assembly as per instructions of manufacturer. • The SI shall carry one hour of leakage/ water penetration test on Fiber Splice Joint closures after installation. • The SI shall attach Cable tags to all OFC which are entering the Fiber Splice Joint Closure and OFC readings shall be recorded for updating in the As-build and GIS drawings. • The SI shall provide an As-build diagram for splicing of OFC. The diagram shall indicate the cores from all OFC with their colour coding and numbering. • The SI shall use Mid-Span Access Buffer Tube Slitter during mid-span splicing (for last mile location connectivity) to ensure that buffer jackets of fiber tubes are cut longitudinally to access all fibers inside tube and then only required fiber cores will be cut for splicing with fiber cores of last mile cable. • During maintenance of the network, SI shall ensure that all fiber cores are spliced at the cut location (and not only live fiber cores) during rectification process. PCMC / any third party as appointed may audit the health / continuity of all fiber cores at any time and SI shall have to facilitate this exercise by performing LSPM and OTDR testing in presence of the team.

2.1.2.3.7 Earthing System All electrical components are to be earthed by connecting two earth tapes from the frame of the component ring and will be connected via several earth electrodes. The cable arm will be earthed through the cable glands. The entire applicable IT infrastructure shall have adequate earthing. Further, earthing should be done as per Local state national standard in relevance with IS standard.

• Earthing should be done for the entire power system and provisioning should be there to earth UPS systems, Power distribution units, AC units, etc. so as to avoid a ground differential. PCSCL shall provide the necessary space required to prepare the earthing pits. • All metallic objects on the premises that are likely to be energized by electric currents should be effectively grounded. • There should be enough space between data and power cabling and there should not be any cross wiring of the two, in order to avoid any interference, or corruption of data • The earth connections shall be properly made. • Provide separate earthing pits for active equipment & UPS as per the standards.

Volume - II Scope of Work and Requirement Specification Page 19 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.1.2.3.8 Guiding Principles for Laying of DWC Pipes • The SI shall use 110 mm DWC pipe to facilitate adequate protection to 40 mm HDPE pipe and OFC within low depth areas (as specified in Table 1 above) as well as at rail, road, bridge and culvert crossings. • The SI shall insert maximum 2 numbers of 40 mm HDPE pipe in one 110mm DWC pipe. • The SI shall use 110 mm DWC coupler to joint 110 mm DWC pipe. • The SI shall lay 110 mm DWC pipe on levelled bed of trench. • The SI shall ensure that the trench bed is free from sharp edge, debris, and stones.

2.1.2.3.9 Guiding Principles for Laying of 100mm GI Pipes • The SI shall lay 100 mm GI pipe wherever road and culvert crossings are encountered on the route as well as in low depth areas as specified in Table 1 above. • The SI shall insert 2 Nos. of 40 mm HDPE pipes through one 100 mm GI pipe. • The SI shall clamp 100mm GI Pipe with suitable clamps where ever culvert crossing is to be done and excavation is not possible. The 40mm HDPE Pipes shall be laid through 100mm GI Pipe. • The SI shall build a box culvert to protect 100mm GI Pipe in case of lower depth as specified in the above table. • The SI shall extend the100 mm GI pipe by at least 1 meter on each side of crossing subject to availability of space. • The SI shall join 100 mm GI pipes using 100 mm GI Coupler. • Wherever required, to protect the GI pipe from theft, suitable concreting shall be done to cover the GI pipe.

2.1.2.3.10 Protection for OFC The Optical Fiber Network shall be built by considering following protection methods to protect the OFC from accidental damage.

• Concreting: Concreting shall be used to provide additional protection on bridges, culverts and also on stretches wherever depth of excavation is less than 0.2Mtr. • RCC Half round: Where-ever cables are laid in cities where human habitation exists or where construction activity can happen in near future, Full Round or Half Round, 100mm, NP2 Grade shall be put after 100 mm padding with excavated material over duct, wherever the depth is less than 0.5Mtr but more than 0.4Mtr. • RCC Full round: Where-ever cables are laid in cities where human habitation exists or where construction activity can happen in near future, Full Round or Half Round, 100mm, NP2 Grade shall be put after 100 mm padding with excavated material over duct, wherever the depth is less than 0.4Mtr but more than 0.2Mtr.

2.1.2.3.11 Backfilling and Reinstatement of Excavated Area • The SI shall backfill and reinstate the area to its original condition as per the guidelines issued by the concerned government authorities pertaining to specific road after completion of work. • The SI shall dispose the surplus earth material to a suitable location as indicated by concerned Government authorities. • The SI shall be responsible for obtaining the sign off on the reinstated area from the concerned authority; the reinstatement shall be performed to the level of quality to be accepted by the concerned authority.

Volume - II Scope of Work and Requirement Specification Page 20 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.1.2.4 Testing & Commissioning

The SI shall be responsible for undertaking the following activities:

2.1.2.4.1 Optical Fiber Cable Testing Methodology

• The procedure shall comply with the ISO/IEC 14763-3 standard and to the vendor testing procedure. • The ISO/IEC 14763 standard specifies the implementation and operation of customer premises cabling. • The part 3 of this ISO document (14763-3) details test procedures for optical fiber cabling designed in accordance with ISO/IEC 11801:2002 and installed according to the recommendations of ISO/IEC 14763-2 (Planning and installation of customer premises cabling). • Fiber-optic Tests applied to links and exclude equipment and work area cord. • OF Attenuation testing is used to verify the initial performance of the installed link. • 100 % of the installed OF links have to be tested and must pass the acceptance criteria. • The attenuation of the link is measured using the insertion loss method. This method uses an optical source and an optical power meter to compare the difference between two optical power levels. • When testing Single Mode optical Fiber links with a Light Source and a Power Meter, this measurement kit has to be capable of operating at 1550 nm and 1310 nm for Single Mode. • The test scenario with a Light Source and a Power Meter shall be of the following for each link: Bidirectional testing @ 1550 nm and @ 1310 nm for single mode fibers and calculating average of both readings. • The use of certification tool is recommended. Those tools are capable of producing a report logging the time of the test the link identification under test, the link length, the attenuation at the window tested and the acceptable link attenuation. The report shall also identify in which direction the testing was implemented. • When testing with basic optical source and power meter, the operator will fill up a report logging the time of the test, the link identification under test, the link length and attenuation at the window tested in presence of the deputed staff/any person by PCMC/PCSCL. • The report shall also identify in which direction the testing was implemented. • Acceptable link attenuation to be calculated. • The measured attenuation of the links shall have a lower value than the acceptable link attenuation calculated. • The Test should be carried out by certified Engineer and once the report is submitted to the manufacturer he will issue the Performance Certification which will mention minimum performance of 20 years or higher. • The SI shall also provide bidirectional OTDR report for all fiber cores.

2.1.2.4.2 HDPE Ducts Testing Methodology

Factory Testing Requirement’s for HDPE Ducts: • Factory acceptance tests shall be conducted on randomly selected final assemblies of all equipment to be supplied. Visual inspection shall be carried out on 100% basis for all the equipment/items offered. Factory acceptance testing shall be carried out on PLB HDPE and accessories. • From each batch PLB-HDPE duct presented by the SI for Factory acceptance testing, PCSCL shall select random sample (s).

Volume - II Scope of Work and Requirement Specification Page 21 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• The following tests shall be carried out during Factory Acceptance Testing (FAT): • Visual Inspection • Dimension Check • Hydraulic Characteristics • Reversion Test • Tensile Strength and Elongation Test • Environmental Stress Crack Test • Impact Strength Test • Crush Resistance • Mandrel Test • Ovality Test • Coil Set Test • Internal Co-efficient of Friction • Ash content • Colour fading • Optical Fiber Cable Blowing Test • Air Pressure test on plastic coupler • Ageing test on accessories • Dimensional test shall be carried out on 10% sample of the respective lot. • In case any of the selected samples fail, the failed sampled is rejected and additional 20% samples shall be selected randomly and tested. In case any sample from the additional 20% also fails the entire batch may be rejected.

Pipe Integrity Test • The SI shall perform the Duct Integrity test for all 40 mm HDPE pipes with blow compressed air at 5 Kg/Sq.cm for removing sand, mud and other foreign particles creeped during laying of pipes. • The SI shall carry out Duct integrity test with the help of medium density of sponge at pressure of 5 Kg/Sq.cm. • The SI shall perform the Duct Integrity testing from Hand hole to Hand hole. However wherever the site conditions permit SI shall perform the Duct integrity test for several Hand holes together by coupling the 40 mm HDPE pipes within the Hand Holes. • The SI shall carry out the Duct Integrity test before pulling/blowing of OFC. • The SI shall seal the spare 40 mm HDPE pipes with End plugs immediately after acceptance of Duct integrity test

Duct Cleaning (Sponge Test): • Compressed air should be blown through the duct in order to remove any dirt and water that has accumulated inside the duct with the help of suitable capacity Air Compressor. • A short blast of air about 2-3 bar shall be blown through the duct for about 2 minutes. • Sponge will be blown through the duct and should emerge from the other end to thoroughly clean the duct from inside.

Crush and Deformity Test: • This test is to be done to check the integrity of the duct. • During installation, while backfilling process there is a possibility of flattening, twisting or kinking of the duct. • This is also possible if the duct has not been uncoiled properly and is laid improperly. • Place the wooden shuttle in the duct. Shuttle should be 80% of inner diameter of the duct and 150 mm in length. • Connect the Compressor pipe fitting to the duct. • Place the flexible wire grip to the downstream end of the duct.

Volume - II Scope of Work and Requirement Specification Page 22 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• Connect the air hose supply to the compressor and the equipment. • Open the discharge valve of the compressor and blow the shuttle through the duct. • Note: The shuttle will pass through at a very high speed and must be trapped in flexible wire grip to avoid accident and injury.

Mandrel/Shuttle Test: • A mandrel/shuttle of at least 90% of the inside diameter size shall be passed through the duct to test the clear pathway of the duct.

Pressure Testing: • This test is carried out to detect leakage in duct, if any. Seal one end of the duct with End Coupler and then through End Coupler with valve, feed the compressed air into the duct. • Raise the pressure up to 5 Bar and then observe. After observing for 30 mins, pressure drop of up to a max. 0.5 Bar is permissible. • The detection device for detecting the presence of the buried HDPE Duct with co-extruded copper wire/tracer wire, shall have following features: • One set of Transmitter and Receiver along with suitable batteries in a portable box. • Capability to detect HDPE duct with co-extruded copper wire/tracer wire up to a depth of 3 meters. • Capability to emit peak audible signal when the HDPE duct with co-extruded copper wire/tracer wire is exactly below the receiver. • Capability to distinguish presence of passive metallic objects as well as current carrying metallic conductors other than the duct itself. • Capability to indicate the depth of the duct at which it has been buried. • Capability to change the Frequency of detection current to avoid possibility of mixing up with detection of another HDPE Duct with co -extruded copper wire/tracer wire in the vicinity, if any. • It should have a backlit LCD display for visibility in low light conditions. • It should have rugged one piece case design and sealed keypad for withstanding tough weather conditions and for superior moisture resistance. Impact Strength on individual duct: • There shall be no crack/split when 9.1kg load (Tup B) dropped from 1.5 meters height after conditioning at 0 degree Cent. for one Hour.

Environmental Stress Crack resistance characteristics for duct: • No cracking when tested with 10% LGEPAL solution, CO 0630 solution at 500C for 96 Hours. • The Tensile strength of yield shall be at least 20N/ mm2 as per ASTM F 2160, and ASTM D 638 Type IV. • Hydraulic Characteristics - No Swelling leakage or bursting observed after 48 hours at an induced stress of 3.8 Mpa @ 800C as per IS 4984. • Elongation at Break for both 40 mm and 20 mm duct shall be at least 500% as per ASTM F 2160, and ASTM D 638 Type IV standard.

The product shall meet or exceed the following American Society for Testing and Materials (ASTM) Standards:

• ASTM C 857-95: Standard Practice for Minimum Structural Design Loading for Underground Precast, Concrete Utility Structures; • ASTM C 109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars; • ASTM C 580: Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical- Resistant Mortars, Grouts, Monolithic Surfacing’s, and Polymer Concrete; • ASTM C 496: Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens;

Volume - II Scope of Work and Requirement Specification Page 23 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• ASTM C 543: Standard Specification for Pressure Vessel Plates, Alloy Steel, Quenched and Tempered Nickel-Chromium-Molybdenum. • ASTM C 1028: Standard Test Method for Determining the Static Coefficient of Friction; • ASTM C 570: Standard Specification for Oil- and Resin-Base Caulking Compound

City Network Commissioning The SI shall be responsible for commissioning of the City Network, end to end, once all the active (electronic) components (at various levels) shall be provisioned by the purchaser’s appointed agency. It is the responsibility of the SI to make available OFC termination at each of the network PoPs (Zone, Ward, Field level) and assist the Purchaser’s appointed Agency in terminating the OFC fiber threads/core at active electronics level (LIU). The SI shall have to submit a certificate of commissioning duly signed by the inspection agency appointed by the purchaser, which shall test the end to end connectivity of the network in addition to certifying the length and depth of trenches, through which the cable has been laid.

Note: All the active electronics at centre as well as at field level shall be out of scope of the SI.

2.1.2.5 Provide Operations & Maintenance Services The SI shall provide the Operation & Maintenance Services for a period of 5 years from the date of Go Live of the City Network solution, which will include the following activities, but not limited to:

2.1.2.5.1 HDPE Duct & Optical Fiber Cable • Routine inspection, viz. patrolling on the routes, to identify area where OFC / duct is exposed due to natural wear and tear etc. • Faulty rectification of OFC cuts along routes. • Replacement of OFC routes due to non-viability of transmission link. • Ensure availability of OFC route marker along the route at regular intervals. • Maintain proper condition of joint closure. • Prevent third party damages viz, theft, damage by other U/G utility SI etc. • Maintain condition of OFC with casing or with special arrangements near critical areas viz, major bridges, railway crossing, pipe line crossing etc. • Visual inspection of joint closure to check ingress of water, foreign particles etc. • Preventive and regular checks of power plant battery, generator, ac & remote alarm units. • Periodic measurement of the link attenuation loss to ensure that the link is free from any splice loss or point loss defects etc. • Maintenance and update of as-built drawing, information along the OFC route. • Maintaining history of events, analysis and reporting, public coordination with concerned authorities. • Periodic coordination with the concerned authorities to keep abreast of any development works along the route.

2.1.2.5.2 Fault Restoration Services • The SI shall deploy maintenance teams at the designated locations to ensure SLA adherence. The maintenance teams shall comprise of manpower, logistics, required tools/tackles/machinery & equipment etc. • The Lead SI shall provide OFC maintenance service on round the clock basis for attending & rectifying the OFC fault in minimum downtime (including travel time) from the time of lodging the complaint to the representative of lead SI at their designated office. The Lead SI shall provide all assistance including providing manpower, transportation of men and materials etc. if required in the event of link failure due to any other reason.

Volume - II Scope of Work and Requirement Specification Page 24 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• The Lead SI shall provide conveyance facilities for maintenance, for transporting the manpower, tools/tackles, test/ measuring equipment and consumables like: OFC cable, Joint Closures, Jointing Pit, duct, couplers, etc. Suitable vehicle shall be available round the clock with each of the maintenance team. Vehicle should be in good working condition and shall not be more than five years old. • The SI shall provide communication facilities to the maintenance teams. This shall include landline phone at office location and mobile phone to members of the maintenance teams for the purpose of contacting on an urgent need basis. The team-in-charge should have mobile phone of mobile operator whose coverage is available in the desired section and it should be always be on. • The SI will be required to carry out maintenance activities which include identification of OFC fault/cut on ground, obtaining permission from local authorities if required, excavation of earth to expose cable, laying of required length of OFC with protection wherever required, splicing of OFC, installation of Jointing pit & back filling of pit with sand, supply and installation of cable Route Markers and Joint Markers as per specification, testing of OFC and updating of OFC as- built drawings and communicating back to the helpdesk/user of service restoration to confirm that the fault is restored. • The SI shall arrange for logistics to provide facilities such as AC/DC power source, lighting arrangement, dewatering facility, DG sets etc., which may be required during the execution of maintenance job at site. • Optimum functionality of maintenance teams is a prime necessity to carry out day to day maintenance of OFC links. OFC and accessories spares to cater for repair of at least 10 fiber cuts shall be maintained with each of these teams at all times. • SI shall take insurance for all the workmen engaged under this contract and as per labour laws applicable from time to time. • In case of preventive maintenance, timely communication shall be made with the required stakeholders and consent of the purchaser sought.

2.1.2.5.3 Methodology for Fault Restoration/ Fiber Cuts • Under OFC link cut condition, the following minimum activities shall have to be taken up by the lead SI for its restoration for the end-to-end restoration of the network traffic/service: • On receipt of information of fault in OFC the team stationed at the Communication Node shall move immediately for locating and rectifying fault as per the response time given below. The working fibers shall be restored first. Sufficient labour shall be engaged for speedy restoration. Adequate care shall be taken not to damage any other cable if laid in the same trench. • For the identification of exact fault location on immediate basis, the OTDR measurement of spare fiber shall be made from the nearest telecom station/Node. For better clarity, the OTDR measurement on spare fiber shall be taken at Nodes / nearest OFC joints situated at both ends of cut and using dummy fiber spool of 1km, in case required. • After the OTDR measurement, the as-built drawing shall be referred and the physical site of fault on ground shall be located. It may be possible that data in as- built document may not be correct for the accuracy purpose. As-built drawing shall be taken as reference only. No claim of SI will be entertained on account of this. Accordingly, locating the OFC fault, the job of excavation in all types of soil, identification of OFC, blowing of cable, construction of jointing pits, splicing of OFC, back filling of trench & jointing-pit shall be taken up as per the standard procedure. This should be incorporated in the cable route plan also. The splicing of fibers is to be carried out in line with the installed fiber and measurements are to be taken on spare fibers. In case the active fibers are to be used, precautions are to be taken with regard to the power launched on to the fiber. Restoration of site shall be done to the entire satisfaction of designated PCSCL personnel.

Volume - II Scope of Work and Requirement Specification Page 25 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• In case of OFC cut where it is not possible to pull the cable from either end, the SI has to make two pits/ splicing joints between the required lengths of new OFC to be laid between the two joints. The spacing of joints/ pits shall be depending up on situation at site and shall be as decided by Site Engineer. Remaining OFC has to be coiled in both the pits. Wherever new joint is provided or existing joint is attended for rectification during the maintenance period joint shall be buried to the depth of 1.2 metre from the ground level in joint chamber • After the completion of site activities, the SI shall ensure the restoration of the traffic from PCSCL NOC and thereafter, fresh OTDR measurement & traces (for 1310nm, 1550nm) shall be taken for all fibers & submitted to PCSCL representative • After the completion of site activities and hop test, the As-built drawing shall be updated by incorporating the new details like OFC loop used, Joint-pit location, etc. The length of loop in joint pit after fault restoration shall be incorporated in as built drawings • After attending the fault & permanent restoration a Fault-Rectification report, jointly • signed by PCSCL & SI, shall be generated for the closure of the complaint • Any other job required for the restoration of the OFC fault/cut in totality is to be taken up by the SI. In case the site condition is not favourable for the immediate restoration of the fault, the temporary restoration of the service fibers shall be taken up immediately with the approval of authorized representative of PCSCL. Permanent restoration work will not be considered in breakdown time unless there is again link break during restoration job. Permanent restoration of joint pits is to be carried out by SI within reasonable time of fault / OFC cut. In case the site is not conducive for permanent restoration some arrangement of manpower has to be done by SI for safeguarding exposed OFC till permanent restoration. No extra payment shall be given to SI on account of deployment of additional manpower In such case, further cut in that stretch will not be counted in SLA measurements as this is non attributable to PIA. • It is mandatory for the SIs to install the jointing chambers after permanent restoration is done. • In case of any breakdown in the OFC network, SI shall be responsible for obtaining approval from concerned authorities as required for carrying out the repair. PCSCL can assist in getting permission for repair in few cases where there is urgency • Drains, pipes, cables and similar services encountered in the course of the works shall be guarded by the SI at his own cost, so that they may continue in full and uninterrupted use to the satisfaction of the Owners thereof. • Should any damage be done by the SI to any AC power mains, utility pipelines cables or lines (whether above or below ground etc.) whether or not shown on the drawings, the SI must make good or bear the cost of making good the same without delay to the satisfaction of the Engineer- in-Charge • SI shall observe all national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra costs arising from violations of the same • SI shall have at all times during the performance of the work, a competent supervisor. Any instruction given to such supervisor shall be considered as having been given to the SI • The SI shall employ as many personnel as required to comply with the local rules and administrative orders governing the Working Hours of Employment. The SI shall be responsible for compliance with all statutory requirements including personnel related matters. • The minimum down time shall include time taken in restoration of fault/ cut caused by any means like miscreant activity at day or night, due to work done by any other organization, due to development of high losses/ break at existing joints, fault caused due to rodent, ant etc. • In case of partial damage of the cable or development of high loss in the working and spare fiber or cable cut at any time (day/night) by miscreants or by any agency, the responsibility of repairing the defective fiber lies with the SI.

Volume - II Scope of Work and Requirement Specification Page 26 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• In case SI fails to completely restore (as per original condition) or submit OTDR test (power level in live equipment) records or update the As Build Diagram (ABD), to establish completion of work a penalty shall be levied for the work involved at site. • Examination of Finished Work. When finished work is taken down for the purpose of inspection for any reason, the SI shall bear the entire expenses incidental thereto in the event that the said work is found to be defective. This situation may be applicable to both planned work as also to emergency restoration. • During the maintenance or fault rectification work, should any damage occur to the other cables, SI is liable to pay compensation as demanded by the respective agency.

Volume - II Scope of Work and Requirement Specification Page 27 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.2 Component 2: City Wi-Fi Scope of Work

2.2.1 Overview

In urban environments, Wi-Fi mesh frequently supplements a number of existing network access technologies, including wired broadband networks, 3G/4G cellular to name a few. In a society with a high demand for digital connectivity “on the move”, there is an increasing demand for public Wi-Fi service to be made widely available. Understanding this need, purchaser intends to provide public Wi-Fi services at key locations across Pimpri Chinchwad city like Market Places, Government Offices, Recreation Spots such parks & lakes, Educational Institutes, Holy places etc.

City Network shall serve as the backbone for provisioning connectivity at various Wi-Fi locations and SI shall be responsible for extending the last mile OFC network connectivity at each of identified Wi-Fi Hotspot locations. SI shall be required to undertake site assessment of identified Wi-Fi Hotspot locations and basis density of users, geographic spread & coverage, data speed requirement etc., in consultation with the purchaser, deploy the access points.

Solution Design / Architecture: City Wi-Fi solution would primarily constitute of deployment of Access Points at the field locations, provisioning connectivity via City Network backbone and the entire centralised Wi-Fi management system at the centralised location i.e. at City Operation Centre, planned to be established at Pimpri Chinchwad in near future. The indicative architecture diagram for the City Wi-Fi solution is depicted in the schematic below:

Figure 3: Wi-Fi Architecture Diagram

Volume - II Scope of Work and Requirement Specification Page 28 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

It is proposed that the envisaged city Wi-Fi solution shall have following attributes:

General Attributes: a) The System shall support seamless roaming within the city for users with mobile devices including laptops, smart phones and tablets. b) The network shall support the user devices with 2.4 GHz as well as 5 GHz frequency band at the same time c) Each wireless AP/array must be 802.11 a/b/g/n/ac 4x4:3 MIMO capable on 5GHz radio and 2x2:2 MIMO on 2.4GHz radio and be able to scale without adding additional controllers or user licenses. d) At Central Layer, bidder must consider at least one primary controller and secondary controller to avoid a single point of failure. The Wireless Controller should be configured in N:N Active- Active Load Balancing mode including hardware and all required software license. e) Each Wireless Controller (not system) must support per SSID traffic shaping and limiting at line rate at the Controller. This is to prevent additional data on the network. f) The Wi-Fi network shall be managed from a central location at City operations centre, though the wireless management system. The management system shall support unified wired and wireless network management, and BYOD (Bring your own device) solution. g) It shall be possible to configure access points (APs) remotely through a Wireless controller. h) System shall support multiple VLANs to support users with different privileges. i) The architecture of the system shall support future expansions; subsequent project phases may increase user density and sizing requirements j) Data communication between devices shall take place in encrypted form to ensure end‐to‐end security of user information/ data along with implementation of Wireless Security Standards such as Wi-Fi Protected Access (WPA) and Wi-Fi Protected Access 2 (WPA2). k) The entire Wi-Fi network shall be fully secure and the successful bidder should implement multiple authentication mechanisms. l) Every user shall get access to only those services for which they are authorized m) System on Rule based Access Rights shall be built-in n) Centralized billing and authentication system shall be provided wherein profile for each individual user can be created with both rule-based access and role-based access o) Users shall be able to manage their account by subscribing / renewing the packages on the self-service portal p) System shall have the capability to support mobile data offloading with configured service providers q) System should build wireless mesh by enabling wireless repeaters r) The system is envisaged to provide at least 150 Mbps speed at each of the Access Point level from day one with capability to scale up to 500 mbps or more as and when required. s) Ensuring compliance with all Regulatory and Legal guidelines issued by Department of Telecommunications, TRAI and Government of India from time to time. At no point purchaser or its authorized entities shall be responsible for any non-compliance on account of non- adherence by the SI

Network Security Attributes SI shall provision adequate security mechanisms in City Wi-Fi service equipment and systems to prevent unauthorized access or interfaces to services, calls, protocols and data. The wireless link network should use Wi-Fi Protected Access (WPA) / Wi-Fi Protected Access 2 (WPA2) protocols along with encryption technique based on IEEE 802.11 standards to secure wireless links. Alternatives to WPA2 for authentication and encryption to improve security for Wi-Fi networks include: (a) IEEE 802.1X, which uses encryption and tunneling, operating at the Ethernet layer

Volume - II Scope of Work and Requirement Specification Page 29 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

(b) The use of SIM level authentication

Authentication Methods Attributes a) IEEE 802.11u overcomes the need for a user to enter a password; a profile is stored on the device so that authentication and network selection occurs in the background. b) Once a user has the relevant profile established for network access then it becomes easier to manage access to multiple Wi-Fi networks where there might be a number of networks available e.g. for networks deployed in a shopping centre, stadium, etc. by carriers, site owners and retail outlets.

2.2.2 Scope of Work

The System Integrator shall be responsible for Procurement, Supply, Installation, Testing and Commissioning of City Wi-Fi IT Infrastructure & Systems (field as well as datacentre) along with 5 years of Operations & Maintenance Support, from the date of Go Live.

2.2.2.1 Detailed Site Survey and Site Preparation:

 SI shall undertake site survey of all the identified Wi-Fi locations to ascertain number of Access Points and their positioning to ensure maximum coverage and excellent signal strength. This shall be done in consultation with officials assigned by purchaser or its authorized entity. PCSCL has identified 270 City Wi-Fi Hotspot locations, which are spread across the city to ensure uniform Wi-Fi network coverage.  Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D design), location wise Heat Maps and highlight issues/challenges & support required.  SI shall obtain the purchaser’s sign off on the submitted Site Survey Report.

2.2.2.2 Design, Supply and Install all the IT Infrastructure and Systems

 SI shall be responsible for provisioning end-to-end IT Infrastructure & System Applications both at the field level, identified Wi-Fi Hotspot locations, as well as at the centralised locations, City Operation Centre, as per Indicative Bill of Material at Annexure 1, but not limited to, including installation materials/accessories/consumables/libraries/ assemblies etc. necessary for the installation of the IT Infra.  SI shall be responsible for executing requisite site preparation work including electrical, civil, administrative etc. in order to ensure that the site is ready and secure for hosting solution.  SI shall be responsible for performing the reinstatement and restoration of the sites back to the previous/normal conditions as per the prevalent norms and to the satisfaction of the purchaser / concerned entity.  SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at all the designated project locations for the entire project period.

2.2.2.3 Provisioning of Network Connectivity:

 The SI shall be responsible to provision City Network last mile connectivity at all the identified City Wi-Fi field locations/Access Points, based on the site survey and site feasibility.  The SI shall assist purchaser in provisioning Internet Bandwidth connectivity at each of the access point level, having network backhaul at the City Operation Centre. Purchaser shall be procuring the Internet Bandwidth from its other appointed agency.

Volume - II Scope of Work and Requirement Specification Page 30 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Note:  Provisioning of IT active equipment like switches, UPS, power banks etc. at the field level as well as at the centralised level, City Operation Centre, shall be provided by the purchaser’s appointed agency.  Purchaser shall provide SI with requisite Data Centre space for hosting centralised City Wi-Fi management systems and associated appliances  SI, as part of its Technical Bid, is required to suggest data centre requirement

2.2.2.4 Integration, Testing, Commissioning and System Go Live:

The SI shall be responsible for undertaking the below mentioned activities:

• Integration, testing and commissioning of all the IT Infra and systems and allied equipment, software, updates, patches etc. • Integration with the PCSCL Smart City systems like IoT Platform, AAA server, Access & Identity Management Server, Data Analytics engine, Enterprise Management System, Security systems/appliances, to name a few. • Proposed AAA Server, including DHCP & Policy server, shall cater to all the PCSCL’s identified Smart City Initiatives in an integrated manner. • Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats • Obtaining sign-off on testing approach and plan from the designated authority • Performing Hardware and Software Testing: Conducting testing of various components/ modules of the software • Rectifying the Hardware and Software issues/ bugs reported during the testing up to the satisfaction of PCSCL • Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations duly verified by the respective nodal officer of the purchaser • Obtaining all the statutory and regulatory approvals, if required, for the project implementation • After the successful commissioning of the project, the system would be declared as Go-Live and enter into O&M phase, and the SI would also be issued a Go-Live certificate by the PCSCL

Volume - II Scope of Work and Requirement Specification Page 31 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.3 Component 3: City Kiosk Scope of Work

2.3.1 Overview

As a move towards an “approachable city administration”, purchaser wishes to deploy a number of touch points in the form of City Kiosks across the Pimpri Chinchwad city. These City Kiosks shall act as an extended arm of city administration departments and help in connecting with citizens while promoting “anytime services” complementing the mobile platform based service delivery. While delivery of G2C services shall be the primary focus of City Kiosk systems, in order to ensure broader adoption and ensure business viability, B2C services shall also be provided through City Kiosk.

City Kiosk is planned to be installed at various key locations in the city like government offices, bus stops, market places, tourist spots, key footfall areas etc. to ensure service delivery platform all across the city.

Objectives:  City Kiosk shall be the single window access for all city administration services, informative, navigational, transactional, which shall be available at nearby convenient locations 24*7; thus service seekers shall not be required to alter their workday plan (go late to work /leave early/holiday)  City Kiosk shall also serve as a ticket window to city’s multimodal transportation system while promoting City Card based cashless transactions at key strategic locations.

Solution Architecture

Inputs Smart Kiosk Application View Field Voice, Video Infrastructure Smart Kiosk PCMC Data Solution Services Touch UI Other Govt. Open Card Services Credit / Debit Card Smart Kiosk

QR, NFC City Front – end ExchangeData Merchants Network Solution Currency Backbone Payment Cheques, Gateway Documents

Enclosure Emergency Components Services Outputs Interface Service Smart Kiosk Display Advertising Back- end Agencies Data Solution Banking, Sound, Video messaging FS

Communication, Partners Prints

Figure 4: Kiosk Solution Architecture

Volume - II Scope of Work and Requirement Specification Page 32 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

City Kiosk Terminal Interfaces The Smart Kiosk shall have following components (indicative) but not limited to:

Figure 5: Illustrative representation of Smart Kiosk Components

Sr. No. Kiosk Solution Requirement

To enable citizen to connect with emergency services without having to remember number at time of emergency. An alarm would be generated 1 Panic button to the CCC and operator can have a video conference call with the citizen.

Camera is expected to serve two objectives: ● Enable two way video conferencing with emergency response 2 Camera team ● Act as a security deterrent to record users’ interaction with kiosk

Kiosk will support a touchscreen interface to the users, though 3 Touchscreen keyboard shall also be available for accepting inputs from users.

4 Speakers For enabling multimedia output through kiosk

Every Kiosk will have a biometric scanner, by which citizen can avail 5 Biometric Scanner AADHAAR-enabled services

For accepting inputs from kiosk user. This may be in addition to 6 Keyboard touchscreen.

MIFARE Card The MIFARE card Reader/Writer will allow citizens to use the proposed 7 Reader/Writer Smart City card to interact and carry out transactions within kiosk. The

Volume - II Scope of Work and Requirement Specification Page 33 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. No. Kiosk Solution Requirement

reader shall also allow the existing BRTS MI card to be recharged with pre-fixed denominations.

Payments Interface to accept payments through credit card and debit card through 8 Interface kiosk. Wireless payments through NFC should also be supported

QR code / Barcode 9 Interface to scan QR code, Barcode and take appropriate action. interface

Interface to accept currency by means of kiosk. Kiosk is envisaged to 10 Currency acceptor accept only currency notes as per the prevalent denominations. It is expected to have features to detect fake currency notes as well.

Laser Printer (A4 11 Printer to give out print of various certificates Size)

Printer to give out receipts related to transactions carried out. It is 12 Thermal printer expected that the prints generated will be preserved by user for over a year in case the receipt is generated against payment of taxes.

Dropbox for Every kiosk will have a section for drop-box where citizen can drop their 13 Grievance & application of grievance or feedback. feedback

By picking up the receiver, the Citizen can directly connect to SARATHI 14 Phone Handset Helpline Table 4: Kiosk Solution Features

As mentioned in the diagram the various formats in which input shall take place to kiosk include voice, video, data, touch UI, open card, credit card/ debit card, QR code, NFC, currency and documents whereas outputs include sound, video, data, display, prints, card updates. Above mentioned components shall enable these interfaces.

City Kiosk Service Portfolio Below is an indicative listing of services which are expected to be made available in City Kiosk. These have been categorized as below, however, SI shall be responsible for integrating and deployment of various other services on kiosk during the project period.

Volume - II Scope of Work and Requirement Specification Page 34 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Figure 6: City Kiosk Service Portfolio

2.3.2 Scope of Work The System Integrator shall be responsible for Design, Development, Procurement, Supply, Installation, Testing and Commissioning of City Kiosk Infrastructure & Systems (field as well as datacentre) along with 5 years of Operations & Maintenance Support, from the date of Go Live.

2.3.2.1 Finalization of Kiosk Design & Service Portfolio  SI shall submit various possible City Kiosk Terminal designs (Physical Design), 3D/AutoCAD design, to the purchaser for seeking Sign Off. All the proposed designs should be in total conformance with the Technical & Functional requirement specification of this RFP and the same is suggested to be submitted as part of the bidder’s Technical Bid.  SI shall also finalise the City Kiosk Service Portfolio in consultation with the purchaser; covering all the essential citizen centric services as indicated above:

2.3.2.2 Detailed Site Survey  SI shall undertake site survey of all the identified City Kiosk locations to ascertain infrastructure (IT & non IT) requirements, network requirement, operational & administrative challenges etc. This shall be done in consultation with officials assigned by purchaser or its authorized entity. PCSCL intends to deploy 50 such Smart Kiosk Terminals at various strategic locations across the city; probable list of such locations is attached at Annexure 2.

Volume - II Scope of Work and Requirement Specification Page 35 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

 Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D design) and highlight key issues/challenges and support required.  SI shall obtain the purchaser’s sign off on the submitted Site Survey Report.

2.3.2.3 Design, Develop, Supply and Installation of City Kiosk System  SI shall be responsible for provisioning end to end IT & non IT Infrastructure & System Applications both at the field level, identified City Kiosk locations, as well as at the centralised locations, City Operation Centre, as per Indicative Bill of Material at Annexure 1, but not limited to, including installation materials/accessories/consumables/libraries/assemblies etc. necessary for the installation of the IT and non IT Infra.  SI shall be responsible for executing requisite site preparation work including electrical, civil, administrative etc. in order to ensure that the site is ready and secure for hosting solution.  SI shall be responsible for performing the reinstatement and restoration of the sites back to the previous/normal conditions as per the prevalent norms and to the satisfaction of the purchaser / concerned entity.  SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at all the designated project locations for the entire project period.  The charges payable for biometric services as levied by UIDAI shall be reimbursed on actuals on quarterly basis.

2.3.2.4 Provisioning of Network Connectivity:  The SI shall be responsible to provision City Network last mile connectivity at all the identified City Kiosk field location, based on the site survey and site feasibility.  The SI shall assist purchaser in provisioning Internet Bandwidth connectivity at each of the Kiosk Terminal level, having network backhaul at the City Operation Centre. Purchaser shall be procuring the Internet Bandwidth from its other appointed agency.

Note:

 Provisioning of IT active equipment like switches, UPS, power banks etc. at the field level as well as at the centralised level, City Operation Centre, shall be provided by the purchaser’s appointed agency.  Purchaser shall provide SI with requisite Data Centre space for hosting centralised City Kiosk management systems and associated appliances  SI, as part of its Technical Bid, is required to suggest data centre requirement

2.3.2.5 Integration, Testing, Commissioning and System Go Live: The SI shall be responsible for undertaking the below mentioned activities:

• Integration, testing and commissioning of all the IT Infra and systems and allied equipment, software, updates, patches etc. • Integration with the PCSCL Smart City systems like IoT Platform, AAA server, Access & Identity Management Server, Data Analytics engine, Enterprise Management System, Security systems/appliances to name a few. • Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats • Obtaining sign-off on testing approach and plan from the designated authority • Performing Hardware and Software Testing: Conducting testing of various components/ modules of the software • Rectifying the Hardware and Software issues/ bugs reported during the testing up to the satisfaction of PCSCL

Volume - II Scope of Work and Requirement Specification Page 36 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations duly verified by the respective nodal officer of the purchaser. • Obtaining all the statutory and regulatory approvals, if required, for the project implementation • After the successful commissioning of the project, the system would be declared as Go-Live and enter into O&M phase and the SI would also be issued a Go-Live certificate by the purchaser • SI shall coordinate with the purchaser’s appointed agency who shall be responsible for the cash collection from the Kiosk Terminal.

2.4 Component 4: Variable Messaging Display System (VMD) Scope of Work

2.4.1 Overview

Communication with the city dwellers, on real time basis, is one of the core element of PCSCL envisaged Smart City; information & guidance about traffic congestions/diversions, emergency/disaster related messages, city programmes related information, environment conditions are among few information that PCSCL intends to dissipate through Variable Message Display System (VMD).

PCSCL has estimated requirement of 60 such VMD units to be deployed all across the city at various key locations like traffic junctions, market places, key footfall areas etc. VMD unit shall be able to communicate with the City Operation Centre & Command Control Centre, to be established in near future, using City Network backbone or GSM / GPRS based networking. Each VMD unit shall be provided with a unique identification number and shall be independently managed and operated from the Command Control Centre / City Operations Centre / Traffic Control Room, handled by a server where information in the form of data messages shall be fed in a manner to be displayed on a specific VMD installed at a particular location or across all locations. Further, Role Based Access control for VMD application and user groups shall be enabled through secure access control policies.

For installing VMD units, the SI shall provide requisite pole infrastructure like Unipole, Gantry with spans, as per the requirement of the identified location and shall be responsible for provisioning end to end site preparation in order to ensure VMD units is viewable from a distance of 100 metres from various angles.

2.4.2 Scope of Work The System Integrator shall be responsible for Procurement, Supply, Installation, Testing and Commissioning of VMD Infrastructure & Systems (field as well as datacentre) along with 5 years of Operations & Maintenance Support, from the date of Go Live.

2.4.2.1 Detailed Site Survey  SI shall perform detailed site survey of all the locations where VMD are to be installed to ascertain infrastructure (IT & non IT) requirements, network requirement, operational & administrative challenges etc. This shall be done in consultation with officials assigned by purchaser or its authorized entity.  SI after its detailed survey shall come up with its recommendation on the possible VMD size that fits best at a particular selected location, based upon which client would confirm the size of the VMD for that location.  PCSCL intends to deploy approx. 60 VMD at various strategic locations across the city; probable list of such locations is attached at Annexure 2 (Location list is tentative).  Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D design) and highlight key issues/challenges and support required.  SI shall obtain the purchaser’s and Pune Police sign off on the submitted Site Survey Report.

Volume - II Scope of Work and Requirement Specification Page 37 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

2.4.2.2 Procure, Supply and Install VMD Infra & Systems  SI shall be responsible for provisioning of end to end IT & non IT Infrastructure & System Applications both at the field level, identified VMD locations, as well as at the centralised locations, CCC/COC, as per Indicative Bill of Material at Annexure 1, but not limited to, including installation materials/accessories/consumables/libraries/assemblies etc. necessary for the installation of the IT and non IT Infra.  SI shall provide Gantry with spans, as required at various locations (single lane road, double lane road) and the spans need to be specified depending on the number of lanes that need to be bridged. SI shall consider additional space for lateral clearance as well as a vertical clearance height as per NHAI (National Highway Authority of India) or other prevalent guidelines  SI shall be responsible for executing requisite site preparation work including electrical, civil, administrative etc. in order to ensure that the site is ready and secure for hosting solution.  SI shall be responsible for performing the reinstatement and restoration of the sites back to the previous/normal conditions as per the prevalent norms and to the satisfaction of the purchaser / concerned entity.  SI shall also provide comprehensive onsite OEM warranty for all the supplied products/services at all the designated project locations for the entire project period

2.4.2.3 Provisioning of Network Connectivity:  The SI shall leverage on the City Network backbone for provisioning connectivity between control centres and VMD units based on the site survey and site feasibility.

Note:

 Provisioning of IT active equipment like switches, UPS, power banks etc. at the field level as well as at the centralised level, City Operation Centre, shall be provided by the purchaser’s appointed agency.  Purchaser shall provide SI with requisite Data Centre space for hosting centralised Video Management systems and associated appliances  SI, as part of its Technical Bid, is required to suggest data centre requirement

2.4.2.4 Integration, Testing, Commissioning and System Go Live: The SI shall be responsible for undertaking the below mentioned activities:

• Integration, testing and commissioning of all the IT Infra and systems and allied equipment, software, updates, patches etc. • Integration with the PCSCL Smart City systems like IoT Platform, AAA server, Access & Identity Management Server, Data Analytics engine, Enterprise Management System, Security systems/appliances to name a few. • Preparation and submission of detailed FAT/ UAT plans/ schedules/ procedures/ formats • Obtaining sign-off on testing approach and plan from the designated authority • Performing Hardware and Software Testing: Conducting testing of various components/ modules of the software • Rectifying the Hardware and Software issues/ bugs reported during the testing up to the satisfaction of PCSCL • Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations duly verified by the respective nodal officer of the purchaser. • Obtaining all the statutory and regulatory approvals, if required, for the project implementation

Volume - II Scope of Work and Requirement Specification Page 38 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

• After the successful commissioning of the project, the system would be declared as Go-Live and enter into O&M phase and the SI would also be issued a Go-Live certificate by the purchaser

2.5 Component 5: Pole Infrastructure Scope of Work

2.5.1 Overview

To lay the foundation of a Smart City, PCSCL intends to create uniform passive Pole Infrastructure in the city in a planned & structured manner, to avoid repeated digging and infrastructure laying work in the city. This Pole Infrastructure shall be of various types basis, site requirements, like

 Unipole with/without cantilevers for mounting CCTV cameras, traffic sensors, IoT devices etc.  Unipole for mounting large Variable Message Display (VMD) units, preferably within the city at various market places, traffic junctions etc.  Gantry structure across the road for mounting large Video Message Display (VMD) units and hoardings, mainly at the city exit/entry, highways etc.

2.5.2 Scope of Work

The System Integrator shall be responsible for Design, Procurement, Supply, Installation, Testing and Commissioning of Pole Infrastructure along with 5 years of Operations & Maintenance Support, from the date of Go Live.

2.5.2.1 Finalization of Design  SI shall submit various possible Smart City Pole designs (Physical Design), 3D/AutoCAD design, to the purchaser for seeking Sign Off. All the proposed designs should be in total conformance with the Technical & Functional requirement specification of this RFP and the same is suggested to be submitted as part of the bidder’s Technical Bid.  SI shall obtain pole design sign off from the structural engineer / nominated agency appointed by the Purchaser.  SI shall provide structural calculations and drawings for the approval of Purchaser. The design shall match with common design standards as applicable under the jurisdiction of purchaser/authorized entity.

2.5.2.2 Detailed Site Survey  SI shall be responsible to undertake detailed site survey, pertaining to all the identified ICT smart City Initiatives locations and in coordination with purchasers appointed agencies for other ICT initiatives, to ascertain site infrastructure requirements, network requirement, operational & administrative challenges etc. This shall be done in consultation with officials assigned by purchaser or its authorized entity.  Basis various IoT sensors and devices to be deployed across the city, the SI shall assess the requirement of various types of Pole Infrastructure (Unipole with/without cantilever and Gantry) requirements in line with the site feasibility and shall also obtain clearance from the concerned authority, if required.  PCSCL intends to deploy three types of Pole Infrastructure at various strategic locations across the city; probable list of such locations is attached at Annexure 2. o Unipole with/without cantilever (800) o Unipole for VMD (50) o Gantry Poles (10)  Post detailed site survey, the SI shall prepare and submit site survey report (map view/3D design) and highlight key issues/challenges and support required.

Volume - II Scope of Work and Requirement Specification Page 39 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

 SI shall obtain the purchaser’s and Pune Police sign off on the submitted Site Survey Report and also take defence clearance for defence areas.

2.5.2.3 Procure, Supply and Install  SI shall be responsible for installation of Pole Infrastructure including, but not limited to, installation materials/accessories/consumables etc. necessary for the installation of the IT devices  SI shall install Poles with additional space for lateral clearance as well as a vertical clearance height as per NHAI (National Highway Authority of India) or other prevalent guidelines.  The SI shall be responsible for obtaining all permits and approvals necessary to install poles as per the approved design.  SI shall be responsible for executing requisite site preparation work including electrical, civil, administrative etc. in order to ensure that the site is ready and secure for hosting solution.  SI shall be responsible to provide last mile connectivity, passive, at pole level via city network, fiber cable or CAT 6 cable, as per the site requirement, for commissioning IoT sensor’s and devices to be deployed at the Pole.  SI shall also be responsible to coordinate with the purchaser/appointed authority to assess the requirement of such last mile connectivity at each of the pole level during the contract period.  SI shall be responsible for performing the reinstatement and restoration of the sites back to the previous/normal conditions as per the prevalent norms and to the satisfaction of the purchaser / concerned entity.

2.5.2.4 Commissioning and System Go Live: The SI shall be responsible for undertaking the below mentioned activities:

• Obtaining installation completion and commissioning certificate (Sign-Off) for all project locations duly verified by the respective nodal officer of the purchaser. • Obtaining all the statutory and regulatory approvals, if required, for the project implementation • After the successful commissioning of the project, the system would be declared as Go-Live and enter into O&M phase and the SI would also be issued a Go-Live certificate by the purchaser

3. Provide Operations & Maintenance Services

The SI shall provide following services for a period of five years from the date of Go-Live of the system: At the completion of Final acceptance test, the system shall be considered for operational system acceptance.

 SI shall be responsible for maintenance of both hardware and software, up-gradations in the system, expansion of the system, technical manpower, spares management and replenishment, performance monitoring and enhancements of the City Network, Pole, City Wi- Fi, City Kiosk and VMD solutions deployed as part of this project and shall maintain service levels as defined in the RFP. All equipment and material supplied by the SI shall be provided with standard warranty against defects of design and manufacturing and against faults and failures associated with workmanship of SI and its sub-contractors commencing from operation acceptance of the system. All equipment found to be defective during maintenance shall be repaired or replaced by the SI at no cost to the purchaser.  Bidder to provision requisite stationery at each Kiosk terminal for end-to-end operationalization of Kiosk system, like printer papers, printer ink (cartridges) etc. during the contract period  SI shall provide all the technical, managerial, and other staffing required to operate & manage day-to-day management and operations of the aforesaid solutions during the Contract period.

Volume - II Scope of Work and Requirement Specification Page 40 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

SI shall deploy Project Manager stationed at Pimpri-Chinchwad who shall be the single point of contact to the purchaser and shall be responsible for operation and maintenance of the entire system.  All spares, including repairing, replacement of parts, modules, sub-modules, assemblies, sub- assemblies, spares part, updating, and security alerts and patch uploading etc., to make the system operational shall be maintained by the SI for the entire duration of the contract to meet SLA requirements. The cost of the spares, repairs, and replacement shall all be deemed to be included in the price quoted by the SI. SI shall also institutionalize structures, processes and reports for management of SLA. Root cause analysis and long term problem solutions shall also be part of SI scope.  SI shall maintain all data regarding any upgrade, enhancement, refreshes, replacement, bug fixing and maintenance for all project components during Warranty. SI shall be responsible for updates/upgrades and implementation of new versions for software and operating systems when released by the respective OEM at no extra cost to the Client during entire duration of contract. Requisite adjustments / changes in the configuration for implementing different versions of system solution and/or its components shall also be done by SI. The SI shall also ensure Patch management for the appropriate system component software, operating system, databases and other applications. Software License management and control services shall also be conducted by the SI during this phase. Any changes/upgrades to the software during maintenance shall be subjected to comprehensive and integrated testing by SI to ensure that changes implemented in system meets the specified requirements and doesn’t impact any other function of the system.  SI shall ensure OEM support during Maintenance stage for system performance, performance tuning, up-grades etc. SI shall provide all support for formulation of all policies and procedures related to System Administration, Data Base Management, applications, archives, network management & security, back up and data recovery and archive, data synchronization after crash. Assistance to purchaser shall be provided as needed in management of legacy data interfaced, print spools, batch jobs, printer configuration etc.  SI shall comply with all cyber security guidelines issued by Central and State Government Agencies. In case of any discrepancy, SI shall be held responsible to mitigate and rectify the associate risks, in case of any cyber security related event occurs in future.  Preparation of requisite system configuration for disaster recovery management and fail over system plan shall also be under the supervision of SI. The SI shall also maintain the following minimum documents with respect to ICT components: o High level design of system; o Module level design of system; o System Requirement Specifications (SRS); o Any other explanatory notes about system; o Compilation environment.

The communication costs (Internet charges, telephone charges, 3G/GPRS connectivity charges) and any other incidental charges related to maintenance period shall be in the scope of the SI and considered to be included in the proposal submitted by the SI for the entire contract duration.

Any planned and emergency changes to any component during maintenance period shall be through a change management process. For any change, SI shall ensure:

o Detailed impact analysis; o Change plan with roll back plan; o Appropriate communication on change required has taken place; o Approvals on change;

Volume - II Scope of Work and Requirement Specification Page 41 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

o Schedules have been adjusted to minimum impact on production environment; o All associated documentation are updated post stabilization of the change; o Version control maintained for software.

Any software changes required due to problems/bugs in the developed software/application will not be considered under change control. The SI will have to modify the software/application free of cost. This may lead to enhancements/customizations and the same needs to be implemented by the SI at no extra cost.

Support Staff Required

Two (2) types of support staff shall be provided by SI during O&M phase:

 Operations Staff for managing day to day operations of the respective systems  Facility Management Staff

4. Training and Capacity Building

In order to strengthen the staff, structured capacity building programmes shall be undertaken for multiple levels in the organizational hierarchy like foundation process/ soft skills training to the staff for pre- defined period. Also, refresher trainings for City Operation Staff shall be a part of Capacity Building.

• SI shall prepare and submit detailed Training Plan and Training Manuals to PCMC for review and approval. • Training Manuals are expected to be prepared in bilingual (English & Marathi). • SI shall conduct end user training and ensure that the training module holistically covers all the details around hardware and system applications expected to be used on a daily basis to run the system. • SI shall impart operational and technical training to internal users on solutions being implemented to allow them to effectively and efficiently use the system. • SI shall ensure that all concerned personnel receive regular training sessions, from time to time, as and when required. Refresher training sessions shall be conducted on a regular basis. • SI shall update training manuals, procedures manual, deployment/Installation guides etc. on a regular basis (Quarterly/ Biannual) to reflect the latest changes to the solutions implemented and new developments.

Types of Trainings: Following training needs is identified for all the project stakeholders:

Sr. No. Description of Training 1 Basic IT Skills Training

2 Hands-on application training

3. Certification after completion of Training

Volume - II Scope of Work and Requirement Specification Page 42 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

5. Project Implementation Timelines, Deliverables and Payment Terms

Sr. Milestone Deliverables Timelines Payment Terms No. T + 10 Phase I - Supply, Installation & Commissioning months Submission of Detailed  Detailed Solution Component T + 15

Project Plan wise Project Plan days  Detailed Survey Report covering o City network routes, route length, aggregation nodes, network nodes civil/electrical infrastructure assessment etc. o Pole locations, site readiness status etc. o Infrastructure (IT & non-IT) assessment (reusability or new requirement) at each of the identified Wi-Fi, Kiosk None Project Initiation & Site and VMD sites, site T + 2

Survey readiness status etc. Months o GIS coordinates to be captured for all the above mentioned sites/locations/route.

 Respective solution site/location finalization by the purchaser basis survey report  City Kiosk Design/Physical layout finalization by the purchaser  Detailed Project Plan T + 10 City Wi-Fi, Kiosk, VMD and Passive Pole Infra months Supply of Passive Pole  Infra Delivery Report (delivery T + 3 2.5% of the

Infra challans) months Contract Value Supply of IT & non-IT Infra & Systems  Infra & Systems Delivery Report T + 7 10% of the pertaining to City Wi-Fi, (delivery challans) months Contract Value City Kiosk and VMD solution components Installation/Deployment of Passive Pole Infra T + 5 2.5% of the including site  Site Readiness Report months Contract Value preparation & completion work Installation/Deployment T + 10 5% of the  Site Readiness Report of IT & non-IT Infra & months Contract Value

Volume - II Scope of Work and Requirement Specification Page 43 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Milestone Deliverables Timelines Payment Terms No. Systems pertaining to  Site Acceptance Certificate from City Wi-Fi, City Kiosk, the purchaser VMD solution components and Passive Pole Infra T + 10 City Network Backbone months Supply of duct & fiber cables along with requisite accessories  Infra & Systems Delivery Report T + 2 5% of the

(at least 50% of the (delivery challans) months Contract Value Indicative RFP Quantities)  Infra & Systems Delivery Report Supply of remaining (delivery challans) duct & fiber cables  Documentary evidence of T + 4 5% of the

along with requisite Acceptance of the SI’s Work months Contract Value accessories Order by respective OEMs of Wi-Fi, Kisok and VMD 4% of the Contract Value at completion of 80% of the  Site Readiness Report approved Core Laying of duct & fiber  GIS coordinates & mapping of Layer route network along with network route length & T + 4 length and 1% of

requisite accessories at aggregation nodes on GIS map months the Contract Core Layer  Site Acceptance Certificate from Value at the purchaser completion of 100% of the approved Core Layer route length 8% of the Contract Value at completion of 80% of the approved  Site Readiness Report Aggregation Laying of duct & fiber  GIS coordinates & mapping of Layer route network along with network route length & T + 6 length and 2% of requisite accessories at aggregation nodes on GIS map months the Contract Aggregation Layer  Site Acceptance Certificate from Value at the purchaser completion of 100% of the approved Aggregation Layer route length 16% of the Laying of duct & fiber  Site Readiness Report Contract Value network along with  GIS coordinates & mapping of T + 10 at completion of requisite accessories at network route length & months 90% of the Access / Service Layer aggregation nodes on GIS map approved

Volume - II Scope of Work and Requirement Specification Page 44 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Milestone Deliverables Timelines Payment Terms No.  Site Acceptance Certificate from Access/Service the purchaser Layer route length and 4% of the Contract Value at completion of 100% of the approved Access/Service Layer route length T + 12 Phase II – Testing, Commissioning & Go Live months Testing & Commissioning of City T + 12 10% of the Wi-Fi, City Kiosk, VMD  User Acceptance Certificate months Contract Value solution and City Network  Training Manual Training & Go Live of  Training Completion Certificate City Wi-Fi, City Kiosk,  Integration with IoT Platform, T + 12

VMD and City Network Server Room, COC, CCC months Solution  Acceptance / Go Live Certificate from the purchaser T + 60 Phase III - Operations and Maintenance phase 1 Months  SLA Compliance Report 25% of Contract Operation &  Satisfactory Performance Every Value in equal

Maintenance Report for respective solution quarter quarterly component’s operations instalments Note:

 T is the date of signing of contract and T1 is the date of Go Live of the last solution  Post successful Go Live of the Project (i.e. Completion of Phase II) and upon submission of an additional Bank Guarantee of 10% of the Contract Value, SI shall be paid an advance payment of 10% of the Contract Value which shall be balanced during the project O&M Phase (starting first quarter) and accordingly the additional Bank Guarantee shall be returned. The request for payment shall be made to the purchaser in writing, accompanied by invoices (in triplicate) describing, as appropriate, the services performed, and by the required documents submitted pursuant to general conditions of the contract and upon fulfilment of all the obligations stipulated in the Contract.  Due payments shall be made promptly by the purchaser, generally within forty five (45) days after submission of an invoice.  The currency or currencies in which payments shall be made to the SI under this Contract shall be Indian Rupees (INR) only.  All remittance charges shall be borne by the SI.  In case of disputed items, the disputed amount shall be withheld and shall be paid only after settlement of the dispute.  Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this RFP document, shall be deducted from the due payments of the respective milestones.  Taxes, as applicable, shall be deducted / paid, as per the prevalent rules and regulations

Volume - II Scope of Work and Requirement Specification Page 45 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6. Service Level Agreement

Purpose

The purpose of Service Levels is to define the levels of service provided by the SI to the Client for the duration of the contract. The benefits of this are:

. Help the Client control the levels and performance of SI’s services . Create clear requirements for measurement of the performance of the system and help in monitoring the same during the Contract duration. . Start a process that applies to Purchaser and SI attention to some aspect of performance, only when that aspect drops below the threshold defined by the purchaser

The Service Levels are between the Client and SI.

Service Level Agreement & Targets

. This section is agreed by the purchaser and SI as the key performance indicator for the project; this may be reviewed and revised according to the procedures detailed in Clause SLA Change Control. . The following section reflects the measurements to be used to track and report system’s performance on a regular basis. The targets shown in the following tables are for the period of Contract.

General Principles of Service Level Agreement

The Service Level agreements have been logically segregated in the following categories:

1. Liquidated Damages The liquidated damages shall come into effect once the notification of Award has been issued by the Purchaser. It would be mainly applicable on the implementation phase of the project.

2. Service Level Agreement SLA would be applicable in operations and maintenance phase of the project. The penalties shall be applicable on Operations & Maintenance cost of the solution component calculated quarterly. SLA would be applicable on: a. City Network backbone b. City Wi-Fi c. City Kiosk d. VMD e. Pole Infra

Service Level Agreement

a) Service Level Agreement (SLA) shall become the part of the Contract between the Client and the SI. SLA defines the terms of SI’s responsibility in ensuring the timely delivery of the deliverables and the correctness of the deliverables based on the agreed performance indicators as detailed in this section. b) The SI shall comply with the SLAs to ensure adherence to project timelines, quality and availability of services throughout the duration of the Contract. For the purpose of the SLA, definitions and terms as specified in the document along with the following terms shall have the meanings set forth below:  “Total Time” – Total number of hours in consideration for evaluation of SLA performance.

Volume - II Scope of Work and Requirement Specification Page 46 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

 “Downtime” – Time period for which the specified services/components/system are not available in the concerned period, being considered for evaluation of SLA, which shall exclude downtime owing to Force Majeure and reasons beyond control of the SI.  “Scheduled Maintenance Time” – Time period for which the specified services/components/system with specified technical and service standards are not available due to scheduled maintenance activity. The SI shall take at least 15 days prior approval from the Client for any such activity. The scheduled maintenance shall be carried out during nonpeak- hours and shall not exceed more than four (4) hours and not more than four (4) times in a year.  “Uptime” – Time period for which the specified services are available in the period being considered for evaluation of SLA.  Uptime (%) = [1- {(Total Downtime) / (Total Time - Scheduled Maintenance Time)}]*100.  Penalties shall be applied for each criteria/solution individually and then added together for the total penalty for a particular quarter.  “Incident” – Any event/abnormalities in the service/system being provided that may lead to disruption in regular/normal operations and services to the end user.  “Response Time” – Time elapsed from the moment an incident is reported to the Helpdesk either manually or automatically through the system, to the time when a resource is assigned for the resolution of the same.  “Resolution Time” – Time elapsed from the moment incident is reported to the Helpdesk either manually or automatically through system, to the time by which the incident is resolved completely and services as per the Contract are restored.

Service Levels Monitoring:

 The Service Level parameters as defined below, shall be monitored on a periodic basis, as per the individual parameter requirements. Purchaser shall provide the Enterprise Management System Tool for the SLA measurement and monitoring; SI shall be required to configured the desired solution component wise SLA in the same.  SI shall be expected to take immediate corrective action for any breach in SLA. In case issues are not rectified to the complete satisfaction of Purchaser, within a reasonable period of time defined in this RFP, then the Purchaser shall have the right to take appropriate penalizing actions, or termination of the contract.

Penalties:

A maximum level of performance penalties is established and described in the section

Severity Penalty as a percentage of applicable payment milestone Level

9 Event of default and termination as per RFP terms and conditions 8 5.0 % 7 4.0 % 6 2.0 % 5 1.0 % 4 0.5 % 3 0.4 % 2 0.3 % 1 0.2 % 0 No Penalty

Volume - II Scope of Work and Requirement Specification Page 47 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

o Performance Penalty for not meeting a measurement parameter for any two months in consecutive quarters shall result in twice the penalty percentage of that respective measurement parameter in the third quarter for all the three months o Maximum Penalty applicable for any quarter shall not exceed 30% of the ‘applicable fees’ for the respective quarter. o Three consecutive quarterly deductions of 30% of the applicable fee on account of any reasons shall be deemed to be an event of default and shall be treated as per the RFP clauses. o The payment to the agency shall be on Quarterly basis however the penalty shall be calculated on monthly basis as per the SLAs stated in the RFP. o Any absence of a resource at onsite, without obtaining written approval from the purchaser, shall be penalized at the rate of INR 15,000 for each resource for each absent day.

6.1 Measurement & Targets

6.1.1 Implementation phase related performance levels Sr. No. Measurement Definition Target Penalty Commencement of Work 1 Team mobilization SI is expected to Within 15 days of Delay beyond 7 and mobilize project team for issuance of LoI or calendar days = Commencement of commencement of work Contract 0.2% of the Work Agreement, contract value Commencement of work whichever is would mean reporting earliest and availability of SI’s Delay beyond 8- resources at the 15 calendar Purchaser’s office for the days = 0.5% of project within defined the contract period of 15 days and value remaining

Delay beyond 15 days may lead to Termination of the Contract at the discretion of the Purchaser

Volume - II Scope of Work and Requirement Specification Page 48 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.1.2 City Network related performance levels

Sr. Severity Measurement Definition Quarterly Target No. Level

Mean Time To Repair (MTTR) shall 1 up to 6 hrs 0 be monitored on the time taken Mean Time To between logging of complaint against 2 Repair (MTTR) for the network and its closure. ≥ 6 hrs to 10 hrs 6 fiber for High 3 priority Links i.e. Measurement Tool: Reports from ≥ 10 hrs to 16 hrs 7 20% of total route EMS provided by PCSCL or its length appointed agency. SI shall submit 4 quarterly reports on the performance ≥ 16 hrs 8 and adherence to the SLA Mean Time To Repair (MTTR) shall 5 be monitored on the time taken up to 10 hrs 0 between logging of complaint against 6 Mean Time To the network and its closure ≥ 10 hrs to 16 hrs 6 Repair (MTTR) for fiber for Medium Measurement Tool: Reports from 7 priority Links i.e. EMS duly approved by PCSCL or its ≥ 16 hrs to 20 hrs 7 20% of total route appointed agency. SI shall submit length quarterly reports on the performance 8 and adherence to the SLA while the ≥ 20 hrs 8 penalties shall be charged on quarterly basis Mean Time To Repair (MTTR) shall 9 up to 16 hrs 0 be monitored on the time taken between logging of complaint against 10 Mean Time To ≥ 16 hrs to 24 hrs 6 the network and its closure. Repair (MTTR) for

11 fiber for Low priority ≥ 24 hrs to 30 hrs 7 Measurement Tool: Reports from Links i.e. 50 % of EMS duly approved by PCSCL or its total route length appointed agency. SI shall submit 12 ≥ 30 hrs 8 quarterly reports on the performance and adherence to the SLA Table 5: SLA for Fiber Network Backbone – Measurement & Targets

High Priority Links covering approximately 20% of route length No. of Fiber Cuts per Month Penalty Up to 3 Nil 4 to 7 INR 3000 per cut Above 7 INR 5000 per cut Medium Priority Links covering approximately 30% of route length No. of Fiber Cuts per Month Penalty Up to 6 Nil 7 to 10 INR 2500 per cut Above 10 INR 4000 per cut

Volume - II Scope of Work and Requirement Specification Page 49 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Low Priority Links covering approximately 50% of route length No. of Fiber Cuts per Month Penalty Up to 10 Nil 11 to 15 INR 2000 per cut Above 15 INR 3000 per cut Table 6: SLA for Fiber Network Backbone – Priority Links

6.1.3 City Wi-Fi, City Kiosk and VMD Sr. Severity Measurement Definition Target No. Level

Uptime = {1 - (Application downtime- Minimum maintenance downtime) / (Total Time 98% up time – maintenance downtime)} measured on 0 a monthly Application Downtime shall be basis measured from the time the solution >= 90.0% to becomes unavailable (due to any <98.0 % up reasons whatsoever attributable to the time 4 Bidder) for Business processing to the measured on end user. Each parameter will be a monthly measured separately for penalty. basis Availability of

Applications including: Any downtime for maintenance shall 1. Wi-Fi Centralised be with prior written intimation to the Systems 1. Purchaser. 2. Kiosk Centralised

Systems Please note that continuous downtime 3. VMD Centralised of every 2 hours (from 7am to 12 Systems midnight) would raise the severity by <90.0% time one level. E.g. the severity level will measured on 8 raise from 0 to 1 a monthly basis Please note that continuous downtime of every 4 hours (from midnight to 7am) would raise the severity by two levels. e.g. the severity level will raise from 0 to 2

Measurement Tool: Reports from EMS Minimum Availability of field Uptime = {1 - (Equipment downtime- 99% up time infrastructure maintenance downtime) / (Total Time 2. measured on 0 including: – maintenance downtime)} a monthly basis 1. Access Points Equipment Downtime shall be

Volume - II Scope of Work and Requirement Specification Page 50 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Severity Measurement Definition Target No. Level

2. Variable Message measured from the time the equipment >= 96.0% to Signboards becomes unavailable (due to any <97.0 % up 3. Kiosk Terminal reasons whatsoever attributable to the time 4 Bidder) for Business processing to the measured on end user to the time it becomes fully a monthly available. basis >= 95.0% to Any downtime for maintenance shall <96.0% up be with prior written intimation to the time 6 Purchaser. measured on a monthly Please note that continuous downtime basis of every 2 hours (from 7am to 12midnight) would raise the severity by one level. E.g. the severity level will raise from 0 to 1 <95.0% up Please note that continuous downtime time 8 of every 4 hours (from midnight to measured on 7am) would raise the severity by two a monthly level. e.g. the severity level will raise basis. from 0 to 2

Measurement Tool: Reports from EMS

Within 4 business hours of 0 logging Repair / replacement complaint of infrastructure equipment including: Infrastructure equipment should be >1 to <=2 replaced or repaired after complaint business 3. 1. Access Points logging from Purchaser officials days of 3 2. Variable logging Message Measurement Tool: System generated complaint Signboards call log at Helpdesk 3. Kiosk Terminal More than 2 business days of 4 logging complaint

Volume - II Scope of Work and Requirement Specification Page 51 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.1.4 Penalty for non-restoration of the Site: In case of damage to the other existing utilities or infrastructure, SI shall be wholly responsible for taking remedial actions on urgent basis and shall bear all the repair cost, consequential damage cost as well.

Causing damage to other existing utilities & infrastructure Restoration of the utilities & site infrastructure Penalty Up to 2 / month INR 20000 per damage 3 to 5 / month INR 30000 per damage Above 5 / month INR 50000 per damage Note: restoration to the damaged utilities & infra should be completed on very urgent basis else SI shall be liable for heavy penalties.

6.1.5 Complaint Resolution Sr. Severity Measurement Definition Target No level

Complain closure time shall be <= 24 hrs per monitored on the time taken between reported 0 logging of complain against the complaint respective solution component and its closure >= 24 hrs to < Complain Resolution 48 hrs 2 1 (from time of logging, till resolution) Measurement Tool: Reports from EMS. SI shall submit monthly reports > 48 hrs on the performance and adherence to 4 the SLA while the penalties shall be charged on quarterly basis

6.2 Reporting Procedures

 SI representative shall prepare and distribute Service level performance reports in a mutually agreed format by the 5th working day of subsequent month. The reports shall include “actual versus target” Service Level Performance, a variance analysis and discussion of appropriate issues or significant events. Performance reports shall be distributed to Purchaser management personnel as directed by Purchaser.  Also, SI may be required to get the Service Level performance report audited by a third-party Auditor appointed by the Purchaser.

6.3 Issue Management Procedures

This process provides an appropriate management structure for the orderly consideration and resolution of business and operational issues in the event that quick consensus is not reached between Purchaser and Bidder.

Implementing such a process at the beginning of the outsourcing engagement significantly improves the probability of successful issue resolution. It is expected that this pre-defined process shall only be used on an exception basis if issues are not resolved at lower management levels.

Volume - II Scope of Work and Requirement Specification Page 52 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

6.4 Issue Management Process

ii. Either Purchaser or SI may raise an issue by documenting the business or technical problem, which presents a reasonably objective summary of both points of view and identifies specific points of disagreement with possible solutions. iii. Any unresolved issues/disputes concerning the Project/Contract between the Parties shall first be referred in writing to the Project Manager for his consideration and resolution. If the Project Manager is unable to resolve any issue/dispute within 5 days of reference to them, the Project Manager shall refer the matter to the Project Management Committee / authorized person. If the issues is still unresolved then it shall be referred PCSCL BoD for resolution. The PCSCL BoD within 30 days of reference to them shall try to resolve the issue/dispute. iv. If PCSCL BoD fails to resolve a dispute as per the above clause, the same shall be referred to arbitration. The arbitration proceedings shall be carried out as per the Arbitration procedures mentioned in Clause 18 of this section of RFP.

6.5 Service Level Change Control

General It is acknowledged that this Service levels may change as Purchaser’s business needs evolve over the course of the contract period. As such, this document also defines the following management procedures:

a. A process for negotiating changes to the Service Levels b. An issue management process for documenting and resolving particularly difficult issues. c. Purchaser and Bidder management escalation process to be used in the event that an issue is not being resolved in a timely manner by the lowest possible level of management. Any changes to the levels of service provided during the term of this Agreement shall be requested, documented and negotiated in good faith by both parties. Either party can request a change.

Service Level Change Process: The parties may amend Service Level by mutual agreement in accordance. Changes can be proposed by either party .Unresolved issues shall also be addressed. SI’s representative shall maintain and distribute current copies of the Service Level document as directed by Purchaser. Additional copies of the current Service Levels shall be available at all times to authorized parties. Version Control / Release Management: All negotiated changes shall require changing the version control number. As appropriate, minor changes may be accumulated for periodic release or for release when a critical threshold of change has occurred.

Volume - II Scope of Work and Requirement Specification Page 53 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Volume - II Scope of Work and Requirement Specification Page 54 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

7. Requirement Specifications (Functional Requirements & Technical Requirements):

Note: To be provided on the Letter Head of the respective OEM signed by Authorized Signatory along with counter sign of bidder’s authorized signatory

7.1 Fiber Network Backbone

a. Optical Fiber Cable

TEC GR of Optical Fibre Cable

Sr. No. Description TEC GR

Specification for Raw Material used GR No. TEC/GR/TX/ORM-01/04 OFC.TR.001 in manufacturing of OFC. SEP.09 Tools for installation & Operating the GR No. GR/OFT-01/03. APR 2006 OFC.TR.002 OFC & for assembly of the OF Splice Closures. OFC.TR.003 Drum specifications for Cable ends. GR No. G/CBD-01/02. NOV 94

Standards of sub-items (EIA/IEC/Bell Core/CISPR/ISO etc.).

Sr. No. Description Standards

OFCSTD.T ITU-T Recommendations ITU-T G.652 D R.001 EC 811-5-1, IEC 794-1-2-E1 IEC 794-1-2-E2, IEC 794-1-2-E3 IEC 794-1-2-E4, IEC 794-1-2-E7, IEC 794-1-2-E10, IEC 794-1-E11 IEC 794-1-2-F1, IEC 794-1-2-F3, OFCSTD.T Test Methods for Optical Fibres IEC 794-1-2-F5, IEC 60793-1-30, R.002 IEC 60793-1-31, IEC 60793-1-32, IEC 60793-1-33, IEC 60793-1-34 IEC 60793-1-47, IEC 60793-1-51, IEC 60793-1-52, IEC-60793-1-53 IEC -60793-2-50

OFCSTD.T Colour Standard EIA 598-C R.003 OFCSTD.T EIA 455-104, EIA/TIA-455-181, Test Method for Optical Fibre R.004 EIA/TIA-455-73 OFCSTD.T Test Methods for Optical Fibres International ISO 175, ISO 9001-2000 R.005 Quality Management System OFCSTD.T Test Methods FOTP-89, FOTP-181 R.006

Volume - II Scope of Work and Requirement Specification Page 55 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. No. Description Standards

OFCSTD.T ASTM D-566, ASTM D-790, ASTM Test Methods R.007 D-1248, ASTM D-4565

b. Optical Fibre Cable

Reference Compliance Sr. No. Item Minimum Requirement Description (Doc. / Page (Yes / No) no) Cable Type Optical Fiber Single Mode unarmoured FIBRE.TR.001 Ribbon Type FIBRE.TR.002 Core 96/48 FIBRE.TR.003 Mode Single Mode G.652D Characteristics of a single-mode FIBRE.TR.004 Standards optical fibre cable Standards All applicable TIA/EIA standards for single FIBRE.TR.005 mode fibre cable and those listed in these technical Requirement s. Type The fibre optic cable shall be single mode, Ribbon unarmoured cable which shall be FIBRE.TR.006 ordered in different fibre count and tube configuration as detailed in the functional Requirement s. Fibre attenuation measurements shall be made in the factory in accordance with EIA- FIBRE.TR.007 455-78A for single-mode fibre. The spectral Fibre width of the source used to measure attenuation attenuation shall be less than 10 nm. Colour coding of individual tubes and fibre shall be in accordance with EIA- 598 standards. The fibre colour coding shall be visible throughout the life of the cable. Colour FIBRE.TR.008 concentrates or inks used to colour the optical fibre shall be heat stable and shall not be capable of permeating through the Colour protective fibre coating causing transmission Coding. degradation of the optical fibre. The minimum bending radius of the fibre optic cable shall be at least 15 times the diameter of the cable or better during FIBRE.TR.009 operation, and shall be at least 10 times the diameter of the cable or better during installation. Fibre optic cable shall be able to withstand a FIBRE.TR.010 pulling tension of at least 2700N without any General resulting damage.

Volume - II Scope of Work and Requirement Specification Page 56 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Item Minimum Requirement Description (Doc. / Page (Yes / No) no) All cable shall be supplied on wooden reels, with both ends of the cable accessible for testing. Each reel shall be clearly labelled FIBRE.TR.011 with the cable code, length, and date of manufacture. All reels shall be protected with solid (2x4) wooden lagging, intended for export shipment. Material used in optical fibre cables must not support galvanic action. The core cladding shall be all glass that is predominately silica (SiO2). FIBRE.TR.012 Phosphorus, if used as a dopant in the optical fibre, shall be limited to a minimum to reduce the potential effects on fibre attenuation due to hydroxyl ions. Cable Code and Length Marking shall comply with Telcordia GR-20 standards. This shall include sequentially numbered FIBRE.TR.013 length markings in meters imprinted on the jacket, and this length marking shall not be reset to zero along the cable length. In addition to length markings, each length of the cable must be permanently marked to include the following: • Manufacturer cable and ID code FIBRE.TR.014 • Year of manufacturer (cable) • Customer Name “PCMC” • Number of fibre • SM (single mode) The entire fibre length shall be capable of FIBRE.TR.015 withstanding a potential tensile stress of not less than 100 kpsi (0.7 Gpa). Dry water-blocking materials shall be applied over the cable core to prevent the ingress of FIBRE.TR.016 water, and movement along the cable sheath. Fillers may be included in the cable core to lend symmetry to the cable cross-section FIBRE.TR.017 where needed. The buffer tubes shall be enclosed in a cable sheath as specified in this section. The cabled optical fibre shall maintain mechanical and optical integrity through an FIBRE.TR.018 operational temperature range of 0°C to +70°C. Temperature cycling measurements shall be FIBRE.TR.019 Temperature made in accordance with EIA-

Volume - II Scope of Work and Requirement Specification Page 57 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Item Minimum Requirement Description (Doc. / Page (Yes / No) no) 455-3A as per below: • Storage Temperature: 0°C to 60°C • Installation Temperature: 0°C to 55°C • Operating Temperature: 0°C to 70°C Lightning withstand current shall comply with FIBRE.TR.020 General Telcordia GR-20 standards. A sheath slitting cord is Required for each FIBRE.TR.021 General sheath.  Tensile Strength Test  Abrasion Test  Crush Test (Compressive Test)  Impact Test  Repeated Bending  Torsion Test  Kink Test  Cable Bend Test  Test of Figure of 8 (Eight) on the cable (Type Test)  Temperature Cycling  Cable Aging test  Water Penetration Test  Cable Jacket Yield Strength and Ultimate Elongation  Ribbon Dimension Measurements Test  Ribbon Resistance to Twist FIBRE.TR.022 (Robustness) Test  Ribbon Residual Twist (Flatness) Test  Ribbon Separation Test  Ribbon Strippability Test  Ribbon Macro-bend Performance  Torsion Resistance of the ribbon test  Crush Resistance of Ribbon  Checking of the quality of the loose tube (containing optical fiber ribbon)  Embrittlement Test of Loose Tube  Kink Resistance Test on the Loose Tube  Drainage Test for loose Tube  Checking for Easy Removal of Fibre Tests Sheath

Volume - II Scope of Work and Requirement Specification Page 58 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Item Minimum Requirement Description (Doc. / Page (Yes / No) no)  Check of the Effect of Aggressive Media on the Cable (Acidic and Alkaline Behaviour)  Cable Outer Diameter and Jacket Thickness Certificates And Proof Of Factory Testing:

The bandwidth and attenuation of every fiber in each cable shall be tested in the factory. Single mode measurements shall be taken FIBRE.TR.023 at 1310 nm and 1550 nm. These factory test results shall be provided with the cable. One copy shall be attached to the cable reel, inside the lagging, prior to shipment, and one copy shall be submitted to PCSCL.

The Fiber Test report shall provide following parameters.

 Product Name.  Fiber Identification No.  Fiber Length.  Group Refractive Index at 1310nm &1550nm  Attenuation at 1310nm  Attenuation at 1383 ±3nm (Post- hydrogen aging).  Attenuation at 1550nm.  Mode Field Diameter at 1310nm.  Fiber Cut-off Wavelength. FIBRE.TR.024  Zero Dispersion Wavelength  Zero Dispersion Slope.  Chromatic Dispersion at 1285- 1330nm.  Chromatic Dispersion at 1550nm.j  Maximum Attenuation in (1285- 1330) nm.  Polarization Mode Dispersion.  Cladding Diameter.  Core/Cladding Concentricity Error.  Cladding Non-circularity.  Coating Diameter  Cladding/Coating Concentricity Error.  Coating Non-circularity.  Fiber Curl.

Volume - II Scope of Work and Requirement Specification Page 59 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Item Minimum Requirement Description (Doc. / Page (Yes / No) no) Proof Test Level. Table 7: TRs of 48 Core Optical Fibre Cable

96 Core Fiber

Reference Minimum Compliance Sr. No. Parameter Requirement (Doc. / (Yes / No) Description Page no) Fiber96.TR.001 Fiber Count 96 Fiber96.TR.002 Fiber per Ribbon 6 Blue, Orange, Fiber Color in Ribbon Green, Brown, Fiber96.TR.003 Slate, White. Fiber96.TR.004 No of Ribbon per Loose Tube 4 Individual Ribbon shall be printed Ribbon Identification with respective number as 1, 2, 3, Fiber96.TR.005 4 Fiber96.TR.006 No of Loose Tube 4 Fiber96.TR.007 No of Filler 1 Fiber96.TR.008 Loose Tube Inner Diameter 3.0 ± 0.2 mm Fiber96.TR.009 Loose Tube/Filler Outer Diameter 4.0 ± 0.2 mm Blue, Orange, Loose Tube Colour Fiber96.TR.010 Green, Brown. Fiber96.TR.011 Loose Tube Material PBT Fiber96.TR.012 Central Strength Member (FRP) Size 3.0 + 0.1/ -0.0 mm Fiber96.TR.013 Inner Sheath Colour Black Fiber96.TR.014 Inner Sheath Thickness(Minimum) 0.9 UV Stabilized Inner Sheath Material Fiber96.TR.015 HDPE Fiber96.TR.016 Glass Yarn Quantity (Minimum) 27 kg Fiber96.TR.017 Outer Sheath Thickness (Minimum) 1.5 mm Fiber96.TR.018 Outer Sheath Colour Black UV Stabilized Outer Sheath Material Fiber96.TR.019 HDPE Fiber96.TR.020 Cable diameter 17.8 ± 1.0 mm Fiber96.TR.021 Cable Weight 230 ± 8% kg/gm 3000N @ 0.25% Maximum Tensile Strength Fiber96.TR.022 Fibre Strain

Volume - II Scope of Work and Requirement Specification Page 60 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Minimum Compliance Sr. No. Parameter Requirement (Doc. / (Yes / No) Description Page no) 20 D, D is Minimum Bend Radius diameter of the Fiber96.TR.023 cable Fiber96.TR.024 Crush Resistance 2000N/10x10mm 10 D, D is Kink diameter of the Fiber96.TR.025 cable Fiber96.TR.026 Temperature Performance -20ºC to +70ºC Fiber96.TR.027 Fiber Type ITU-T G.652D Maximum Cabled attenuation at 1310 ≤ 0.36 Fiber96.TR.028 nm Maximum Cabled attenuation at 1550 ≤ 0.23 Fiber96.TR.029 nm Maximum Cabled attenuation at 1625 ≤ 0.26 Fiber96.TR.030 nm Table 8: TRs of 48 Core Optical Fibre Cable

48 Core Fiber

Reference Minimum Compliance Sr. No. Parameter Requirement (Doc. / (Yes / No) Description Page no) Fiber48.TR.001 Fiber Count 48 Fiber48.TR.002 Fiber per Ribbon 6 Blue, Orange, Fiber Color in Ribbon Green, Brown, Fiber48.TR.003 Slate, White. Fiber48.TR.004 No of Ribbon per Loose Tube 2 Individual Ribbon shall be printed with Ribbon Identification respective number Fiber48.TR.005 as 1, 2. Fiber48.TR.006 No of Loose Tube 4 Fiber48.TR.007 No of Filler 1 Fiber48.TR.008 Loose Tube Inner Diameter (Minimum) 2.8 ± 0.2 mm Fiber48.TR.009 Loose Tube/Filler Outer Diameter 3.4 ± 0.2 mm Blue, Orange, Loose Tube Colour Fiber48.TR.010 Green, Brown. Fiber48.TR.011 Loose Tube Material PBT Fiber48.TR.012 Central Strength Member (FRP) Size 2.5 + 0.1 / -0.0 Fiber48.TR.013 Inner Sheath Colour Black Fiber48.TR.014 Inner Sheath Thickness(Minimum) 0.9 mm Fiber48.TR.015 Inner Sheath Material UV Stabilized HDPE Fiber48.TR.016 Glass Yarn Quantity (Minimum) 27 kg Fiber48.TR.017 Outer Sheath Thickness (Minimum) 1.5 mm

Volume - II Scope of Work and Requirement Specification Page 61 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Minimum Compliance Sr. No. Parameter Requirement (Doc. / (Yes / No) Description Page no) Fiber48.TR.018 Outer Sheath Colour Black Fiber48.TR.019 Outer Sheath Material UV Stabilized HDPE Fiber48.TR.020 Cable diameter 16.0 ± 1.0 mm Fiber48.TR.021 Cable Weight 185 ± 8% kg 3000N @ 0.25% Maximum Tensile Strength Fiber48.TR.022 Fibre Strain 20 D, D is diameter Minimum Bend Radius Fiber48.TR.023 of the cable Fiber48.TR.024 Crush Resistance 2000N/10x10mm 10 D, D is diameter Kink Fiber48.TR.025 of the cable

Fiber48.TR.026 Temperature Performance -20ºC to +70ºC Fiber48.TR.027 Fiber Type ITU-T G.652D Maximum Cabled attenuation at 1310 ≤ 0.36 Fiber48.TR.028 nm Maximum Cabled attenuation at 1550 ≤ 0.23 Fiber48.TR.029 nm Maximum Cabled attenuation at 1625 ≤ 0.26 Fiber48.TR.030 nm Table 9: TRs of 48 Core Optical Fibre Cable

c. Fiber Patch Cords

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) PATCHCOR Type of SC/LC (As per field requirement) D.TR.001 Connector PATCHCOR Operating 1260 - 1620 nm D.TR.002 Wavelength PATCHCOR Cut-off <1260 nm D.TR.003 Wavelength PATCHCOR Mode Field 9.2 ± 0.4 µm @ 1310 nm

D.TR.004 Diameter 10.5 ± 0.5 µm @ 1550 nm PATCHCOR Cladding 125 ± 1.0 µm D.TR.005 Diameter PATCHCOR Coating 245 ± 5 µm D.TR.006 Diameter PATCHCOR Insertion 0.3 dB Loss (Connector to Connector) @ 1310 nm D.TR.007 Loss PATCHCOR Operation -20ºC to 70ºC D.TR.008 Temperature PATCHCOR Storage -40ºC to 80ºC D.TR.009 Temperature

Volume - II Scope of Work and Requirement Specification Page 62 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) PATCHCOR Cable Jacket Yellow, PVC Material D.TR.010 Colour PATCHCOR Cable Type Duplex zipchord, each chord having 3mm diameter D.TR.011 PATCHCOR End Face PC /UPC/APC (As per field requirement) D.TR.012 PATCHCOR Return Loss 50dB (PC/UPC), > 60dB (APC) D.TR.013 Jacket PATCHCOR Material of LSZH, Yellow D.TR.014 cable Table 10: TR of Fiber Patch Cords

d. Fiber Pigtails

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) Type of PATCHCORD.REQ.002 SC/LC (As per field PIGTAIL.TR.001 Connector requirement) Operating PIGTAIL.TR.002 1260 - 1620 nm Wavelength Cut-off PIGTAIL.TR.003 <1260 nm Wavelength Mode Field 9.2 ± 0.4 µm @ 1310 nm PIGTAIL.TR.004 Diameter 10.5 ± 0.5 µm @ 1550 nm Cladding PIGTAIL.TR.005 125 ± 1.0 µm Diameter Coating PIGTAIL.TR.006 245 ± 5 µm Diameter Insertion 0.3 dB Loss (Connector to PIGTAIL.TR.007 Loss Connector) @ 1310 nm Operation PIGTAIL.TR.008 -20ºC to 70ºC Temperature Storage PIGTAIL.TR.009 -40ºC to 80ºC Temperature Cable Jacket PIGTAIL.TR.010 Yellow, PVC Material Colour Table 11: TR of Fiber Pig Tails

Volume - II Scope of Work and Requirement Specification Page 63 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

e. Fiber Splice Joint Closure

LIU/FDMS (CCC) Type – I TEC GR Reference - GR/FDM-01/02 APR 2007. Design and additional specification of FDMS Type-I (at CCC). Wherever Specifications under this section shall contradict with TEC GR, then specifications under this section shall prevail Sr. No. Specification Description FDMS Outer LIU.TR.001 Height 2200mm, Width 900mm, Depth 600mm, +/- 5% Dimensions 19 inch Rack Mountable, 2U high, with 4 nos. of 2x6FRibbon Splicing & Patching Trays, each preloaded with 2Nos. 6F SC-PC type Ribbon Fan- LIU.TR.002 48F S & P out & 12 Nos. of SCPC Adaptors. The quantity of these shelves to be Module decided by the bidder. Type of ribbon: 6F as per Bellcore document GR- 20 Issue-4 2013 19 inch Rack Mountable, 4U high, with 8 nos. of 2x6FRibbon Splicing & Patching Trays, each preloaded with 2Nos. 6F SC-PC type Ribbon Fan- LIU.TR.003 96F S & P out & 12 Nos. of SCPC Adaptors. The quantity of these shelves to be Module decided by the bidder. Type of ribbon: 6F as per Bellcore document GR- 20 Issue-4 2013 FDMS Exchange LIU.TR.004 Should have provision to load up to 9 nos of 96F S & P Module Type - I capacity Splicing Module 19 inch Rack Mountable, 3U high(splice tray shall be 16 nos with each LIU.TR.005 (1 No.) tray having a capacity of 2 x 6F Ribbon) Type of Adaptor, LIU.TR.006 SC-PC as per TEC GR TX/OFJ-01/05 NOV 2009 (CACT Approved) Patch cords LIU.TR.007 SC-PC Patch Cord (3 Meter length) 8 Nos. Supplied OFC Entry Ports 4 Nos. for Ribbon OFC Diameter 15-24mm, 6 Nos. for 24F OFC Diameter LIU.TR.008 (Top) 10-14mm Patch Cord Ports LIU.TR.009 12 Nos. for 24 x 3mm SC-PC Patch Cords (Top) LIU/FDMS Outdoor

TEC GR Reference - TEC/GR/TX/FDM-003/01 MAR 2012. Additional specification of FDMS Outdoor. Wherever Specifications under this section shall contradict with TEC GR, then specifications under this section shall prevail

Sr. No. Specifications Description O4 Nos. Round Port, suitable for Ribbon O F Cable of Diameter 14- LIUOUT.TR.001 OFC Entry Ports 22mm; 1 No. Oval Port (100mm x 40mm) suitable for Ribbon O F Cable of Diameter 14-24mm Splicing Tray LIUOUT.TR.002 14 Nos. Splice Trays of 4 x 6F Ribbon each = 336 Fibres Capacity

LIUOUT.TR.003 Type of Ribbon 6F as per Bellcore document GR-20 Issue 4, 2013

Cable Entry Port Supplied with 4 Sets suitable for Ribbon O F Cable of Diameter 14-22mm LIUOUT.TR.004 Sealing and 1 Set suitable for Ribbon O F Cable of Diameter 14-24mm Splice Protection LIUOUT.TR.005 As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 56 nos. + 25 extra Sleeves

LIUOUT.TR.006 Test Procedure As per TEC GR referred.

Volume - II Scope of Work and Requirement Specification Page 64 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

LIU/FDMS Type – I at site

TEC GR Reference - GR/FDM-01/02 APR 2007. Design and additional specification of FDMS Type-I (at Exchange) at site. Wherever Specifications under this section shall contradict with TEC GR, then specifications under this section shall prevail. This will be mounted in the rack at sites

Sr. No. Specifications Description 19 inch Rack Mountable, 2U high, with 4 nos. of 2x6FRibbon Splicing & 48F S & P Patching Trays, each preloaded with 2Nos. 6F SC-PC type Ribbon Fan- LIUT.TR.001 Module out & 12 Nos. of SCPC Adaptors. The quantity of these shelves to be decided by the bidder. 19 inch Rack Mountable, 4U high, with 8 nos. of 2x6FRibbon Splicing & 96F S & P Patching Trays, each preloaded with 2Nos. 6F SC-PC type Ribbon Fan- LIUT.TR.002 Module out & 12 Nos. of SCPC Adaptors. The quantity of these shelves to be decided by the bidder.

LIUT.TR.003 Type of Ribbon 6F as per Bellcore document GR-20 Issue-4 2013

Type of Adaptor, LIUT.TR.004 SC-PC as per TEC GR TX/OFJ-01/05 NOV 2009 (CACT Approved) Patch cords LIUT.TR.005 SC-PC Patch Cord (3 Meter length) 8 Nos Supplied LIUT.TR.006 OFC Entry Ports 4 Nos. for Ribbon OFC Diameter 15-24mm, 6 Nos. for 24F OFC Diameter (Top) 10-14mm Patch Cord Ports LIUT.TR.007 12 Nos. for 24 x 3mm SC-PC Patch Cords (Top) Table 12: TR of Fiber Splice Joint Closure

f. HDPE DUCT

Referenc Compliance Sr. No. Parameters Minimum Requirement Description e (Doc. / (Yes / No) Page no) Permanently lubricated HDPE telecom Ducts for use HDPE.TR.0 as underground optical fiber cable conduits General 01 conforming to TEC/GR/TX/CDS-008/03/MAR-11 issued by Telecom Engg. Centre, New Delhi. HDPE.TR.0 HDPE Pipe Silicon Coated 40/33 mm i.e. outer/inner General 02 diameter HDPE.TR.0 Permanent lubricated HDPE Pipe / Duct shall confirm General 03 to IS 7328 or to its equivalent. HDPE.TR.0 Impact strength No crack or split in compliance to IS General 04 12235 Environmental Stress cracking resistance (ESCR) HDPE.TR.0 General conforming to American Society for Testing & 05 Materials (ASTM) D 1693 HDPE.TR.0 Environment Condition with ambient temperature : 0 General 06 deg C to +55 degree C Appearance: Smooth inside & outside surface, free of HDPE.TR.0 General blisters, shrink, hole, flaking, scratches & roughness. 07 Duct shall be smooth, clean and round.

Volume - II Scope of Work and Requirement Specification Page 65 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Referenc Compliance Sr. No. Parameters Minimum Requirement Description e (Doc. / (Yes / No) Page no) HDPE.TR.0 Lubricated layer: Must have inner lubricant layer General 08 clearly visible & white in colour, uniform in thickness. Table 13: TR of HDPE Duct

Note: The outer jacket of HDPE shall be able to protect the cable from attack by termites. Manufacturer shall provide the details of doping material used and same shall be verified during bulk testing. The outer sheath shall be termite protected. The surface of the sheath shall be smooth and free of defects such as cracks, blisters, etc. The cable shall be rodent protected. As specified in various clauses of the Technical specifications of the OF cable, it is to be clarified that the HDPE Outer Jacket shall be anti-termite with/without dopants. Addition of dopants for anti-rodent property is optional.

g. 40 mm HDPE Coupler

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) HDPECOU Type of PLER.TR.0 Push-Fit type 40mm Dia. Coupler Coupler 01 HDPECOU PLER.TR.0 Pulling Force ≥330 kgf 02 HDPECOU Construction PLER.TR.0 HDPE Material 03 HDPECOU The 40 mm HDPE Coupler shall be able to provide a PLER.TR.0 Others durable airtight and watertight joint between two pipes 04 without deteriorating the strength of the pipes. Table 14: TR of 40 mm HDPE Coupler

h. End Plug for 40mm HDPE Pipe

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) ENDPLUG.T Type of End Push-Fit type 33mm ±0.4mm Dia. Plug R.001 Plug Material used ENDPLUG.T for HDPE R.002 manufacturing ENDPLUG.T Life ≥25 Years R.003 expectancy ENDPLUG.T The end plug once installed shall make the laid End Plug R.004 HDPE duct air tight. Table 15: TR of End Plug for 40mm HDPE Pipe

Volume - II Scope of Work and Requirement Specification Page 66 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

i. 110 mm DWC Pipe

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) DWCPIPE.T Type of Pipe Double Wall Corrugated HDPE pipe R.001 DWCPIPE.T Outer 110mm ±2mm R.002 Diameter DWCPIPE.T Inner 82mm ±2mm R.003 Diameter DWCPIPE.T Standard 6m ±1% R.004 Length DWCPIPE.T Colour Purple R.005 DWCPIPE.T Operating 0ºC to 70ºC R.006 Temperature DWCPIPE.T Life ≥25 Years R.007 Expectancy The DWC pipe shall consist of two layers, the outer DWCPIPE.T layer shall be corrugated and the inner layer shall be R.008 plain and smooth. DWCPIPE.T The DWC pipe shall be supplied in straight lengths

R.009 of 6mtrs, suitable for shipping and handling purpose. The DWC pipe shall be checked visually for ensuring DWCPIPE.T good workmanship that the ducts shall be free from

R.010 holes, breaks and other defects. The ends shall be cleanly cut and shall be square with axis of the ducts. Others All the DWC pipes shall be clearly marked at intervals of minimum 1 meter but not longer than 3 meters with the following data which is not less than 5 mm high. The details of marking on pipe shall be DWCPIPE.T approved by Client before commencement of

R.011 manufacturing. • Name of Client with logo • Manufacture’s name or trade mark • Year of manufacturing • Type of DWC pipe and size Table 16: TR of 110 mm DWC Pipe

Volume - II Scope of Work and Requirement Specification Page 67 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

j. 110 mm HDPE Coupler for DWC pipe

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) DWCCOUPL Type of Push-Fit type 110mm Dia. Coupler ER.TR.001 Coupler DWCCOUPL Pulling Force ≥250 kgf ER.TR.002 DWCCOUPL Construction HDPE ER.TR.003 Material Table 17: 110 mm HDPE Coupler for DWC pipe

k. Route Marker

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) Cable route and joint indicators are to be provided to indicate the cable route and location joints. The route indicators are to be placed at every 100 mts. and at every place where the cable changes direction. Joint RM.TR.001 General indicators are to be provided at all joints. For the sake of uniformity and from viewpoint of identification of cable at later date for maintenance, the route / joint indicators shall be provided in the alignment of the trench. Plate type marker Route markers shall be made out of 100mm X 5mm GI/ aluminium plate welded / bolted on RM.TR.002 General 35mm X 35mm X 6mm angle iron, 60cm long. Such plate markers shall be mounted parallel to and at about 0.5m away from the edge of the trench. The route/Joint indicators shall be painted with Primer before painting with oil paint. The route indicators shall RM.TR.003 General be painted with yellow paint and joint indicators shall be painted with red paint. Table 18: TR of Route Maker

Volume - II Scope of Work and Requirement Specification Page 68 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

7.2 City Wi-Fi

a. Wi-Fi Access Point (Outdoor):

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) Access Point radio should be minimum 4x4:3 Spatial APO-TR-01 Hardware Streams MIMO capability Access point should support concurrent data rate of 1.3 APO-TR-02 Hardware Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band Access Point should be 802.11ac & Hotspot 2.0 APO-TR-03 Hardware compatible from day one AP should have 1 X 10/100/1000 Ge LAN port and One APO-TR-04 Hardware 1000BASE-X SFP Port 802.11 a/b/g/n/ac functionality certified by the Wi-Fi APO-TR-05 Standard alliance APO-TR-06 Hardware Access Point can have integrated or external Antenna The Max transit power of the AP + Antenna should be as per WPC norms for outdoor Access Points. OEM to give APO-TR-07 Hardware an undertaking letter stating that the AP will be configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval Access point should support Advanced Cellular APO-TR-08 Hardware Coexistence (ACC) Access point should be industrial design for harsh outdoor APO-TR-09 Hardware environments APO-TR-10 Functional Access point should support Wireless mesh connections Access point should support Quality of Service for Unified APO-TR-11 Functional Communication Apps Access point should optimizes the RF environment APO-TR-12 Functional including channel width, channel selection and transmit power Access point should support spectrum analyzer remotely APO-TR-13 Functional scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference Access point should support deep packet inspection to APO-TR-14 Functional classify and block, prioritize or limit bandwidth for enterprise apps or group of apps Access point should support IP reputation and security services to identify, classify, and block malicious files, APO-TR-15 Functional URL and IPS and provide comprehensive protection against advanced online threats Access point should support Space-time block coding for APO-TR-16 Functional increased range and improved reception Access point should support low-density parity check for APO-TR-17 Functional high-efficiency error correction and increased throughput Access point should support Transmit beamforming for APO-TR-18 Functional increased signal reliability and range Access point should support 802.11ac beamforming for APO-TR-19 Functional 802.11ac The access point should be capable of performing APO-TR-20 Functional security scanning and serving clients on the same radio.

Volume - II Scope of Work and Requirement Specification Page 69 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) It should be also capable of performing spectrum analysis and security scanning using same radio Should support BPSK, QPSK, 16-QAM, 64-QAM and 256 APO-TR-21 Functional QAM (256 QAM for 802.11ac only) modulation types Access point should support 802.3af/at POE/POE + APO-TR-22 Functional standard APO-TR-23 Functional Access point should have console port Must support Proactive Key Caching and/or other APO-TR-24 Functional methods for Fast Secure Roaming APO-TR-25 Functional Must operate as a sensor for Wireless IPS (WIPS) AP model proposed must be able to be both a client- APO-TR-26 Functional serving AP and a monitor-only AP for Intrusion Prevention services The Access Point should have the technology to improve APO-TR-27 Functional downlink performance to all mobile devices Access point must incorporate radio resource APO-TR-28 Functional management for power, channel, coverage hole detection and performance optimization APO-TR-29 Functional AP should be IP67 certified AP should support 0° C to +60° C Degree operating APO-TR-30 Functional temperature APO-TR-31 Functional AP should have Kensington lock or equivalent lock slot APO-TR-32 Functional AP should support Wind Survival Up to 150 Mph AP should have Shock and Vibration ETSI 300-19-2-4 or APO-TR-33 Hardware equivalent Table 19: FR of Wi-Fi Access Point (Outdoor)

b. Wi-Fi Access Point (Indoor)

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) Access Point radio should be minimum 4x4:4 Spatial API-TR-01 Electrical Streams MU-MIMO capability Access point should support concurrent data rate of 1.7 API-TR-02 Electrical Gbps in the 5 GHz band and 300 Mbps in the 2.4 GHz band Access Point should be 802.11ac Wave 2 from day one API-TR-03 Mechanical & Hotspot 2.0 compatible from day one API-TR-04 Mechanical AP should have 2 X 10/100/1000 Ge LAN ports 802.11 a/b/g/n/ac functionality certified by the Wi-Fi API-TR-05 Network alliance API-TR-06 Network Access Point can have internal or external Antenna The Max transit power of the AP + Antenna should be as per WPC norms for indoor Access Points. OEM to give API-TR-07 Network an undertaking letter stating that the AP will configured as per WPC guidelines for indoor AP and also submit the WPC certificate showing approval.

Volume - II Scope of Work and Requirement Specification Page 70 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) Access point should support Advanced Cellular API-TR-08 Electrical Coexistence (ACC) API-TR-09 Electrical Access point should support Wireless mesh connections Access point should support Quality of Service for API-TR-10 Functional Unified Communication Apps Access point should optimizes the RF environment API-TR-11 Functional including channel width, channel selection and transmit power Access point should support spectrum analyser remotely API-TR-12 Functional scans the 2.4-GHz and 5-GHz radio bands to identify sources of RF interference Access point should support deep packet inspection to API-TR-13 Functional classify and block, prioritize or limit bandwidth for enterprise apps or group of apps Access point should support IP reputation and security services to identify, classify, and block malicious files, API-TR-14 Functional URL and IPS and provide comprehensive protection against advanced online threats Access point should support Space-time block coding for API-TR-15 Functional increased range and improved reception Access point should support low-density parity check for API-TR-16 Functional high-efficiency error correction and increased throughput Access point should support Transmit beam-forming for API-TR-17 Functional increased signal reliability and range Access point should support 802.11ac beamforming for API-TR-18 Functional 802.11ac The access point should be capable of performing security scanning and serving clients on the same radio. API-TR-19 Functional It should be also capable of performing spectrum analysis and security scanning using same radio. Should support BPSK, QPSK, 16-QAM, 64-QAM and API-TR-20 Functional 256 QAM (256 QAM for 802.11ac only) modulation types Access point should support 802.3af/at POE/POE + API-TR-21 Functional standard Access point should have option of external power API-TR-22 Functional adaptor as well API-TR-23 Functional Access point should have console port Must support Proactive Key Caching and/or other API-TR-24 Functional methods for Fast Secure Roaming. API-TR-25 Electrical Must operate as a sensor for Wireless IPS (WIPS) AP model proposed must be able to be both a client- API-TR-26 Standard serving AP and a monitor-only AP for Intrusion Prevention services The Access Point should have the technology to improve API-TR-27 Functional downlink performance to all mobile devices.

Volume - II Scope of Work and Requirement Specification Page 71 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) Access point must incorporate radio resource API-TR-28 Electrical management for power, channel, coverage hole detection and performance optimization AP should support 0° C to +50° C Degree operating API-TR-29 Electrical temperature API-TR-30 Electrical AP should have Kensington lock or equivalent lock slot Table 20: TR of Wi-Fi Access Point (Indoor)

c. Wi-Fi Controller

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) Wireless solution should support minimum 2,000 Access WC-FR-01 Functional Points on Single Appliance and should support minimum 10,000 Access Points when deployed in Cluster Wireless solution should support minimum 32,000 concurrent devices on Single Appliance and should WC-FR-02 Functional support 1,60,000 concurrent devices when deployed in Cluster Wireless solution should support controllers clustering to WC-FR-03 Mechanical enable seamless experience across Wi-Fi zone in the event of failure or significant crowd density Wireless solution should support full set of northbound APIs/SNMP MIBs to enable deep visibility into the WC-FR-04 Functional network. The northbound APIs/SNMP MIBs should provide RF health metrics, app utilization, device type and user data in an easy to integrate format Wireless solution should have the ability to dynamically update individual service modules without requiring an WC-FR-05 Mechanical entire system reboot. The required functionality can be achieved by providing additional licenses/software/hardware from the same OEM. Wireless solution should support application awareness WC-FR-06 Mechanical to WLANs to prioritize applications for each user Should support an ability to dynamically adjust channel WC-FR-07 Functional and power settings based on the RF environment Wireless solution should support CCMP/AES ,WEP 64- and 128-bit,TKIP,SSL and TLS,RC4 128-bit,RSA 1024- WC-FR-08 Functional bit,RSA 2048-bit,L2TP/IPsec (RFC 3193), IPSec and PPTP (RFC 2637) Encryption protocols Wireless solution should control all user traffic and WC-FR-09 Protocols flexibility to control exactly which users can run what apps The wireless solution should be provided, configured and WC-FR-10 Functional deployed in Active-Active (1:1) High Availability Mode Permit non-essential traffic while preventing it from WC-FR-11 Functional overwhelming mission critical applications

Volume - II Scope of Work and Requirement Specification Page 72 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) WC-FR-12 Functional Should be able to classify different types of interference Should provide real-time charts/log showing interferers WC-FR-13 Functional per access point, on per- radio, per-channel basis WC-FR-14 Network Should support 802.11e WMM Support for configuring media streams with different WC-FR-15 Network priority to identify specific video streams for preferential quality-of-service treatment To deliver optimal bandwidth usage, reliable multicast WC-FR-16 Network must use single session between AP and Wireless Controller WC-FR-17 Functional Should support IPv4 & IPv6 Should support Internet Group Management Protocol (IGMP) snooping and access point should transmits WC-FR-18 Network multicast packets only if a client associated to the access point is subscribed to the multicast group For smooth, seamless and easy manageability, operation, interoperability and maintenance, the bidder WC-FR-19 Functional should offer/quote Wireless Controller, Access Points (Outdoor & Indoor), WIDS/WIPS & Network Management Solution from same OEM. Controller should support deep packet inspection for all user traffic across Layer 4-7 network to analyses WC-FR-20 Network information about applications usage, peak network usage times for all access points from day one Table 21: FR of Wireless Controller

d. Wireless Intrusion & Prevention System (WIPS)

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) The WLAN solution should have the HW to implement WIP-FR-01 Functional advance WIDS & WIPS from day 1.

WIPS solution should Automatically blacklist clients when WIP-FR-02 Functional it attempt any attack. WIPS solution should be capable of wireless intrusion detection & prevention. The WLAN should be able to detect Rogue AP and take corrective action to prevent WIP-FR-03 Functional the rogue AP. The system should detect and prevent an organization’s wireless client connecting to rogue AP and prevent an outside client trying to connect to organizational WLAN. WIPS solution should detect & prevent an Ad-hoc connection (i.e. clients forming a network amongst WIP-FR-04 Functional themselves without an AP) as well as windows bridge (client that is associated to AP is also connected to wired network and enabled bridging between two interfaces)

Volume - II Scope of Work and Requirement Specification Page 73 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) The system should detect an invalid AP broadcasting WIP-FR-05 Functional valid SSID and should prevent valid clients getting connected from these AP’s. WIPS Solution should track the location of interferer WIP-FR-06 Functional objects. For advance, forensic WIPS solution should perform spectrum analysis to detect and classify sources of WIP-FR-07 Functional interferences. System should provide chart displays and spectrograms for real-time troubleshooting and visualization. The WIPS solution should able to detect and locate the WIP-FR-08 Functional rogue access point on floor maps once detected. The WIPS solution should able to detect and prevent if a client use FATA-Jack 802.11 DoS tool (Available free on WIP-FR-09 Functional internet) and tries to disconnect other stations using spoofed authentication frames that contain an invalid authentication algorithm number The WIPS solution should detect and protect if a client probe-request frame will be answered by a probe WIP-FR-10 Functional response containing a null SSID to crash or lock up the firmware of any 802.11 NIC The WIPS solution should detect and protect if a client/tool try to flood an AP with 802.11 management WIP-FR-11 Functional frames like authenticate/associate frames which are designed to fill up the association table of an AP The WIPS solution should detect and protect if a client/tool keep on sending disassociation frames to the WIP-FR-12 Functional broadcast address (FF:FF:FF:FF:FF:FF) disconnect all stations on a network for a widespread DoS. The WIPS solution should detect and protect if somebody WIP-FR-13 Functional try to spoof mac address of client or AP for unauthorized authentication. The WIPS solution should detect and protect if a client/tool try de-authentication broadcast attempts to WIP-FR-14 Functional disconnect all clients in range rather than sending a spoofed deauth to a specific MAC address. The WIPS solution should detect and protect if an attacker attempts to lure a client to a malicious AP using SSID on fake AP in close proximity of the premises. It WIP-FR-15 Functional should detect When the Valid Client probes for Valid SSID and these malicious APs respond and invite the client to connect to them. When client radio is in sleep mode to save battery and AP then begins buffering traffic bound for that client until it indicates that it is awake. The WIPS solution should WIP-FR-16 Functional detect and protect if intruder try sending spoofed frames to the AP on behalf of the original client to trick the AP into believing the client is asleep to buffer the AP beyond limit. Table 22: FR of WIPS

Volume - II Scope of Work and Requirement Specification Page 74 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

e. AAA Server

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) The Solution should support AAA, NAC, BYOD and/or AAA-FR-01 Servers Guest Access The solution should support 25,000 endpoints for AAA AAA-FR-02 Servers and 25,000 device profiling from day 1 The solution should be scalable and stable solution to AAA-FR-03 Servers support 20,00,000 endpoints for AAA in future using additional appliances Solution must be Agnostic to existing wired, wireless AAA-FR-04 Servers and VPN network in place today Shall protected by CLI providing configuration for base AAA-FR-05 Servers appliance settings must provide disk or file encryption Ability to mix and match virtual and hardware appliances in one deployment and must be deployable in out-of-band model and support for clustering with 1:1 Active-Active redundancy model. Cluster must be AAA-FR-06 Servers Upgradeable from the GUI. A single pane, which upgrades all the nodes in a cluster. The solution should have policy Manager and license features into a single appliance or cluster Flexibility to operate all features/functions on any AAA-FR-07 Servers appliance in the cluster Web-based, interface that includes several productivity AAA-FR-08 Functionality tools such as a configuration wizard and preconfigured policy templates Support any type of networking equipment (Wired, AAA-FR-09 Functionality Wireless, VPN) and a variety of authentication methods (802.1X, MAC Auth, Web Auth) AAA server must support both functionality RADIUS server for client device authentication and TACACS / AAA-FR-10 Functionality TACACS+ for network device authentication and logging from day 1. Overlay component can be added to achieve both functionality Ability to take advantage of a phased implementation approach by starting with one element of access AAA-FR-11 Functionality management (role based) and later incorporating added security measures (endpoint health) The system should provide standard based external facing APIs to extend support and integration with AAA-FR-12 Functionality external applications like Ticketing systems, Firewall, IDS/IPS solutions The solution Must be an easy-to-deploy hardware platform that utilizes identity based policies to secure network access and includes an integrated set of capabilities bundled under one policy platform: • Built-in guest management and device/user on AAA-FR-13 Functionality boarding • Web-based management interface with Dashboard • Reporting and analysis with custom data filters • Data repository for user, device, transaction information

Volume - II Scope of Work and Requirement Specification Page 75 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) • Rich policies using identity, device, health, or conditional elements

The solution should support flexible licensing model AAA-FR-14 Management based on required functionality (i.e. Profile, On board, Posture and/or Guest Access) whenever required The solution should support Correlation of user, device, AAA-FR-15 Licensing and authentication information for easier troubleshooting, tracking The solution should must allow for the complete separation of Authentication and Authorization AAA-FR-16 Functionality sources. For example, authentication against Active Directory but authorize against Local database The solution should support authentication or AAA-FR-17 Functionality authorization support for LDAP, AD The solution should have policy creation tools like: • Pre-configured templates AAA-FR-18 Functionality • Wizard based interface • LDAP browser for quick look-up of AD attributes • Policy simulation engine for testing policy integrity The solution should support incorporation of several contextual elements including identity, endpoint health, AAA-FR-19 Policy device, authentication method & types, and conditions such as location, time, day, etc. The solution should support Location Based Access, Time Based Access and able to join multiple Active AAA-FR-20 Policy Directory domains to facilitate 802.1x PEAP authentication The solution should support complex PKI deployment where TLS authentication requires validating client certificate from multiple CA trust chain. Must also AAA-FR-21 Functionality support AAA server certificate being signed by external CA whilst validating internal PKI signed client certificates Failure of master node should not impact the ability for backup appliances to continue servicing authentication AAA-FR-22 Functionality traffic and support several deployment modes including centralized, distributed, or mixed The Policy Management solution should integrate with developed security and operations features like Reliability / AAA-FR-23 firewalls, MDM/EMM, and SIEM with REST based Performance APIs , Syslog messaging, and deliver end-to-end policy enforcement and visibility from day 1 The solution should have Integrated / External Reliability / AAA-FR-24 Certificate Authority (CA) provides a complete and Performance secure BYOD solution from day one The solution should support for Single Sign On (SAML Reliability / AAA-FR-25 2.0) and Oauth for social logins with Facebook, Twitter, Performance Google etc. from day one

Volume - II Scope of Work and Requirement Specification Page 76 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) The solution should support captive portal Reliability / AAA-FR-26 customization, and even offers professional, in-house Performance creation from day one The solution should support a wide array of Reliability / REST/SOAP/XML APIs and protocols that customers AAA-FR-27 Performance can use to integrate their own CRMs, helpdesks, SIEM vendors, admission systems and more from day one The solution should support multivendor solution for Reliability / network access, supporting RADIUS vendor AAA-FR-28 Performance dictionaries for ultimate end-user flexibility from day one The solution should supports Profiling and MDM Reliability / AAA-FR-29 integration, in the base appliance, to gather endpoint Performance attributes for policy enforcement from day one The solution should support SQL as authentication Reliability / source from day one and should support HTTP AAA-FR-30 Performance enforcement (JSON, XML, HTTP payload) from day one Reliability / AAA-FR-31 The solution should support sponsor base On boarding Performance

Reliability / The solution should have Enhanced capabilities for AAA-FR-32 Performance endpoint compliance and control

The solution should maintain a list of active visitor Reliability / sessions and Guest solution should support a number AAA-FR-33 Performance of options for MAC Authentication and the ability to authenticate devices Reliability / Guest solution has ability to make changes to a visitor AAA-FR-34 Performance account’s session while it is in progress

User Access The solution should integrate with SMS and Email AAA-FR-35 Parameters gateway to provide OTP authentication to guest user

The solution should be able to identify the existing user User Access AAA-FR-36 for repeat connection, and provide a hassle-free Parameters authentication User Access The Solution should support AAA, NAC, BYOD and/or AAA-FR-37 Parameters Guest Access User Access The solution should support 25,000 endpoints for AAA AAA-FR-38 Parameters and 25,000 device profiling from day 1 Table 23: FR of AAA

Volume - II Scope of Work and Requirement Specification Page 77 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

f. Wireless Network Management System

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) NMS should be capable of monitoring both LAN and NMS-FR-01 Functional WLAN and should be from the same Wi-Fi OEM of Wireless Controller and & Wireless Access Points Solution must provide Wireless LAN Planning and Design, Network Monitoring and Troubleshooting, Indoor location monitoring capability, Wireless IPS NMS-FR-02 Functional management. Centralized Software updates, Network mapping with floor plans for easier automated site survey, Rogue detection and containment NMS should provide real-time monitoring, pro-active NMS-FR-03 Functional alerts, historical reporting, efficient troubleshooting through centralized intuitive user interface NMS should have option to customize report on parameters like client health, RF health, device NMS-FR-04 Functional inventory, auditing, compliance and option to scheduling report time WMS should provide tools to help better manage RF coverage, address security issues, location tracking to NMS-FR-05 Functional provide a clear picture of who is on the network, their location and how the network is performing Solution must provide client troubleshooting tools, including showing client Signal to Noise Ratio (SNR), NMS-FR-06 Functional Received Signal Strength Indicator (RSSI) and session throughput Policy creation and enforcement - to easily create virtual NMS-FR-07 Functional LAN (VLAN), RF, quality of service policies, security policies, network topology maps, Customized reports System should automatically discover WLAN NMS-FR-08 Functional infrastructure devices and create visibility into wired infrastructure that connects Controllers and APs Should collect and display client device details like NMS-FR-09 Functional Manufacturer, model, device type, OS & more Central configuration for controller and APs and there NMS-FR-10 Functional should be an option to cancel out of a new configuration or reverts back to the last saved configuration Allows quick location of users and wireless devices for NMS-FR-11 Functional troubleshooting, planning and asset tracking Playback location history of individual users over the NMS-FR-12 Functional past day to aid in troubleshooting and recovery of lost devices Last known location of each tracked device is stored NMS-FR-13 Functional indefinitely to help find lost or stolen devices Display the location of each rogue device on a building NMS-FR-14 Functional floor plan and disable wired switch ports if attached rogue APs are detected Aggregates, correlates, alerts and logs wireless attacks NMS-FR-15 Functional that have been detected and reported on the network, providing a comprehensive picture of infrastructure

Volume - II Scope of Work and Requirement Specification Page 78 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) System should facilitate various administrative roles to match each individual users responsibility e.g. Help NMS-FR-16 Functional Desk user may be given read-only access to monitoring data without being permitted to make configuration changes System must be able to provide detailed performance statistics for WLAN equipment (statistics related with NMS-FR-17 Functional bandwidth, coverage etc.) and also provide graphical details of WLAN utilization, average data rate, WLAN traffic etc. on a per AP basis System should be able to integrate with any existing NMS-FR-18 Functional NMS (wired or wireless), if provided by the Client System should provide current list of clients connected to each AP, graphical details of wireless traffic & data NMS-FR-19 Functional rates on a per client basis, recent history of association with APs & adhoc networks for clients, alerts when wireless clients use interface bridging or Internet System should provide DHCP response times for every NMS-FR-20 Functional user. Aggregated DHCP response times for servers System should provide Authentication response times NMS-FR-21 Functional for every under. Aggregate Auth server response times per server System should provide DNS response times for every NMS-FR-22 Functional user. Aggregated DNS response information per server System should provide client troubleshooting NMS-FR-23 Functional information including Association time, Authentication success/failure and time, DHCP time and DNS time Connection Sharing, trends for WLAN performance parameters, alert when wireless bandwidth is being NMS-FR-24 Functional wasted due to excessive auxiliary traffic, trends for WLAN performance parameters System must be able to maintain recent history of NMS-FR-25 Functional connected clients for each AP for up to 60 days The operations solution should provide a network “dashboard” on all screens, providing up-to-date network-wide information on key usage and performance metrics. The operations solution should NMS-FR-26 Functional monitor edge switches to which wireless devices are connected. The operations must be able to monitor IDS events, since they have a potential impact on network performance as well as security NMS should support VLAN Management to view current VLAN configuration, VLAN topology, VLAN deployment, NMS-FR-27 Functional ACL Management to simplify definition and deployment of ACLs and perform ACL rule optimisation The operations must provide mechanisms for NMS-FR-28 Functional remediating and/or containing rogue devices it has detected Throughput and coverage of each Aps should be get NMS-FR-29 Functional calculated for SLA monitoring Table 24: FR of Wireless NMS

Volume - II Scope of Work and Requirement Specification Page 79 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Volume - II Scope of Work and Requirement Specification Page 80 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

g. Billing Application

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) BILL-FR- Billing Solution should support billing for multiple General 01 services. The system should be capable of configuring different BILL-FR- billing cycles, which may be weekly / fortnightly/ General 02 monthly / bimonthly / quarterly / yearly etc. as per requirement. BILL-FR- It should be able to bill charges in advance or in General 03 arrears or mix of both. BILL-FR- The Billing system shall interface seamlessly with the General 04 CRM, self-help portal etc. The system shall have the capabilities to track and present all the necessary billing information like bill number, bill date, bill period, pay by date, total current BILL-FR- bill amount, previous bill amount, amount that has General 05 been paid against previous bill, outstanding amounts against previous bill, type of bill, any type of adjustment (credit or debit), rebates with corresponding remarks etc. Billing shall maintain a flexible parent-child hierarchy at multiple levels (configurable), which can be defined by PCSCL. Accordingly, it shall be possible to present both a consolidated bill as well as breakup bill. It shall be configured in CRM whether consolidated or BILL-FR- General breakup bill is required. The Solution should support 06 defining child accounts as paying or non-paying entities. (Segregate billing data will be available for all entities, but invoice shall be generated either for Parent or child node as has been configured, while defining the consumer.) The system should Interface with: BILL-FR- * Payment gateway General 07 * CRM, if available * Web self-care

Tariff shall include leasing partners agreement, but not limited to: * Unit (monthly, quarterly, yearly) BILL-FR- General * Fixed charges 08 * Maintenance charges * Bandwidth offered * SLA based events BILL-FR- The solution should also allow billing account to have Billing 09 one or more services attached to it. The Solution should support customer segmentation. Further, the Solution should also support defining rules based on customer segments. i.e. defining late BILL-FR- Billing payment fees or payment incentives based on 10 customer segment. The solution should not pose restriction because belonging to more than one customer segment.

Volume - II Scope of Work and Requirement Specification Page 81 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) The Solution should support changes in customer hierarchy after creation of account. These changes should include: o Changing the status of an account (Changing from BILL-FR- non-paying bill entity to a paying bill entity and vice- Billing 11 versa) o Change of Billing address o Change of contact information, payment type and customer category o Addition or cancellation of services The Solution should support backdating of customer actions like: o Backdate Account creation BILL-FR- o Backdate product/ deal/ discount purchase/ Billing 12 cancellation o Backdate account/ service status change o Backdate product or discount purchase, cycle start and end date Normally product catalogue is maintained as a part of this solution, where creation and deletion of product Tariff and BILL-FR- and package is being carried out. The billing system Billing Cycle 13 should not pose any restriction in adding or removing Creation products and/or services in packages and define tariff plans for the same. Tariff and Modified SLA / tariff shall be applicable from the next BILL-FR- Billing Cycle billing cycle or as per billing cycle configured in the 14 Creation system. Tariff and Tariff creation should have a date of effect of tariff BILL-FR- Billing Cycle plan. It shall be current/future date and a not any 15 Creation previous date. Tariff and BILL-FR- Tariff creation should have a date range for limited Billing Cycle 16 period charges. Creation Tariff and BILL-FR- Tariff and products shall take effect as per billing Billing Cycle 17 cycle boundary defined for the customer. Creation Tariff and Billing Cycle boundary shall be definable. It may be BILL-FR- Billing Cycle weekly / fortnightly / monthly / bimonthly / quarterly / 18 Creation yearly. Tariff and BILL-FR- The solution must include a default rate plan for every Billing Cycle 19 Product. Creation Solution should allow definition of the different charge Tariff and BILL-FR- types such as arrear, advance and mixed (split, Billing Cycle 20 recurring charges and non-recurring or one-time Creation purchase). Tariff and BILL-FR- Solution must be capable to support tiered, Billing Cycle 21 geographic based rate plans. Creation The Solution should support charging based on the Tariff and Service level agreements committed to the customer BILL-FR- Billing Cycle (Silver, Gold plan etc.). SLA Management Solution 22 Creation will also pass information, or billing events, to the billing solution for SLA based rebates.

Volume - II Scope of Work and Requirement Specification Page 82 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) The solution should support customization of product rates and charges at the time of plan purchase. This could be done for any specific customer. The Tariff and customization should be in terms of overriding the BILL-FR- Billing Cycle existing one-time and recurring fees, providing a 23 Creation fixed-amount or percentage discounts on onetime/recurring fees, usage rates/charges. The Solution should support customization in the following ways: Tariff and BILL-FR- Billing Cycle A. Override the price for purchase and cycle events. 24 Creation Tariff and BILL-FR- B. Provide a fixed-amount or percentage discount that Billing Cycle 25 applies to the product as a whole Creation Tariff and C. Modify rates or price models in the product by BILL-FR- Billing Cycle specifying positive or negative changes to resource 26 Creation balance impacts Tariff and The solution should support charging a cancellation BILL-FR- Billing Cycle fee in case the service is cancelled before a minimum 27 Creation configurable period. Tariff and BILL-FR- The solution should support rollover of un-used Billing Cycle 28 resources from one billing cycle to another. Creation Flexible rounding rules in tariffs are required. The Tariff and BILL-FR- method of rounding should be capable of rounding up Billing Cycle 29 or down. The value that triggers the rounding should Creation be definable as well as the digit that is rounded Tariff and It should be possible to define Pay-by-Date for BILL-FR- Billing Cycle various Billing cycles and late payment fee method 30 Creation (slab based, percentage based, fixed amount) Discount and adjustment shall be offered, based on the Discounts BILL-FR- value defined for SLA threshold violations during and 31 customer creation and applied automatically at the Adjustments time of bill generation. Discounts BILL-FR- Any fixed discount / adjustment configured during and 32 customer registration shall be applied. Adjustments Option to offer discounts and adjustment to the Discounts BILL-FR- customers with pending bills with amount beyond a and 33 defined threshold value shall be available in the Adjustments system. Discounts The discount and adjustment functionality should have BILL-FR- and the flexibility of separate discounts in the parent child 34 Adjustments hierarchy defined. Discounts BILL-FR- It should also be possible to change customer and 35 discounts and adjustment Adjustments Discounts BILL-FR- Discount and adjustment based on Customer Type and 36 can be offered Adjustments Discounts Promotional Discount: All discounts should have an BILL-FR- and associated date range to indicate that the discount is 37 Adjustments only available for a set period of time.

Volume - II Scope of Work and Requirement Specification Page 83 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) Cross product discounting should be available where Discounts BILL-FR- discount can be applied to one product based on and 38 another product's criteria. The discount should be Adjustments available in the form of percentage or fixed price. Discounts The discount model should support definition of BILL-FR- and formulae for discounting, including basic mathematical 39 Adjustments expressions. Discounts System should be able to do adjustment based on BILL-FR- and region /tariff change and able to calculate and apply 40 Adjustments accordingly. The solution should support billing based on the BILL-FR- Billing occurrence of events like: 41 Calculation o Purchasing a product o Changing account status e.g. active, de-active o Cancelling a product Solution should calculate pro-rata in arrears, pro-rata BILL-FR- Billing rebates or adjustment of fees paid and early 42 Calculation termination fees that may apply to a Product at the time of billing. For the purpose of creation of the trial invoices, the solution should provide an option of trial billing before BILL-FR- Billing the actual bill run. Based on the results of the trial 43 Calculation billing, the solution should support making changes before the final billing is done. To load balance, the billing operations, the solution BILL-FR- Billing should provide an option of segment wise billing to 44 Calculation support load balancing of the billing operations. Based on the business requirements, the solution BILL-FR- Billing should provide an option of configuring bill due dates 45 Calculation in the solution. The solution should support defining payment terms. The solution should provide an option of configuring BILL-FR- Billing GL codes. The solution should also support export of 46 Calculation GL data to external financial Solutions. BILL-FR- Billing The solution should support both open item accounting 47 Calculation and balance forward accounting. Solution should provide capability to define credit limits BILL-FR- Billing for each account and separately for each service within 48 Calculation the account. The solution should support re-billing and generation BILL-FR- Billing of corrective invoices or correction letters for 49 Calculation customers. Further, the Solution should support rebilling for subscribers individually or in a batch. Fixed rates offered can vary for different type of BILL-FR- Billing customers like different fixed rates could be defined for 50 Calculation government agency and other agencies BILL-FR- Bill / Invoice GUI shall be provided for generation of Invoices. 51 Generation BILL-FR- Bill / Invoice The solution should support sending of invoices to 52 Generation external applications for printing, fax, E-mail or FTP. BILL-FR- Bill / Invoice The solution should support digital signatures on 53 Generation subscriber invoices.

Volume - II Scope of Work and Requirement Specification Page 84 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) BILL-FR- Bill / Invoice It shall be possible to apply any charge, which is not 54 Generation applied automatically independent of bill generation. Facility shall exist for the inclusion of messages for the BILL-FR- Bill / Invoice subscribers in the bills generated locally (either 55 Generation common messages, or subscriber wise messages). BILL-FR- Bill / Invoice The billing system should have the capability to 56 Generation distribute invoices via e-mail. BILL-FR- Bill / Invoice Late payment reminder message on the invoice 57 Generation BILL-FR- Bill / Invoice Generation of “Revised BILL” shall be available in the 58 Generation system BILL-FR- Bill / Invoice Invoice reminders based on generic message 59 Generation framework (i.e. through Mail/SMS) System must allow to process disputes and settlements which may vary slightly from level to level BILL-FR- Bill / Invoice such as: 60 Generation o Bill Level o Item Level o Event Level

System must support passing adjustments at different levels: BILL-FR- Bill / Invoice o Individual account level 61 Generation o Subscription service level o Bill level o Item level o Event level BILL-FR- Bill / Invoice System shall support passing of reason codes at the 62 Generation time of passing adjustments, disputes and settlements BILL-FR- Bill / Invoice System should support bulk adjustments 63 Generation There shall be presentation of consolidated BILL-FR- Bill / Invoice information like QOS report, SLA parameters, invoices 64 Generation etc. for the ease of verification, in case of any dispute. It shall be possible to define different Invoice formats. BILL-FR- Bill The solution should support generation of invoice in 65 Formatting different formats such as PDF, RTF and HTML format etc. It shall be possible to choose from system defined format for each customer. The solution should BILL-FR- Bill support customization of invoice and bill numbers. It 66 Formatting shall support logo, multiple formats for invoice, dynamic messages while formatting the bill. BILL-FR- Collection The solution must provide a mechanism for identifying 67 Management Invoices which are overdue for payment BILL-FR- Collection The solution must provide an aged debt reporting 68 Management

Volume - II Scope of Work and Requirement Specification Page 85 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no)

Solution must support configurable workflow for collecting overdue receivables such as: BILL-FR- Collection o User-defined ageing buckets 69 Management o Unlimited collections scenarios o Customer profiling to qualify accounts for specific collections scenarios o Configurable entry and exit criteria The solution should support the cash and cheques / DD based payments directly into the systems. Split BILL-FR- Account payments should be possible i.e. part of the payments 70 Receivables may be cash and part of the payment through cheques / DD. BILL-FR- Account Solution should support payment reversals and 71 Receivables payments suspension/ disputed payments. BILL-FR- Account Solution should support refunds. 72 Receivables BILL-FR- Account Solution support writing-off of customer bad debt. 73 Receivables Solution should provide APIs to integrate with 3rd Party BILL-FR- Account Payment Gateways for Credit card / debit card/ internet 74 Receivables banking based payments. BILL-FR- Account The solution must create financial transactions for 75 Receivables postings at bill time. The solution must create financial transactions for BILL-FR- Account postings when a payment is received or adjustment is 76 Receivables made. It shall be possible to generate Histograms, Bar BILL-FR- Reports Charts, etc. of different statistical information stored 77 over a period of time from the earlier billing cycles.

BILL-FR- Report of Defaulters of billing shall be generated by the Reports 78 system. The solutions should be able to generate the reports BILL-FR- Reports as per the requirements of TRAI, DoT and any other 79 government / regulatory bodies. BILL-FR- Any other reports as per the requirements of the Reports 80 managements / users / Business partners Billing system shall pass all invoice information to the Payments / financial system based on standard APIs, which are to BILL-FR- Accounting be made available by financial system. All payments 81 Interface shall be recorded by financial system and to be informed to billing system via standard API. User shall be given an interface in billing system to Payments / BILL-FR- provide adjustments, whenever needed, which shall Accounting 82 be reflected in next billing cycle invoice. The Interface adjustments shall be done. BILL-FR- Payment A Secure PCI certified payment gateway, which 83 Gateway guarantees secure processing BILL-FR- Payment Hosted Payment pages with 2048 bit encrypted SSL 84 Gateway secure Transmission of card data

Volume - II Scope of Work and Requirement Specification Page 86 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Category Minimum Requirement Specifications (Doc. / (Yes / No) Page no) BILL-FR- Payment Single interface to deal with for all payment solutions 85 Gateway (Internet, POS/EDC, mobile, IVR) BILL-FR- Payment International processing with worldwide network 86 Gateway BILL-FR- Payment State of the art configurable fraud management 87 Gateway BILL-FR- Payment Do business worldwide by choosing the local currency 88 Gateway globally and settled globally BILL-FR- Payment Ability to set automated Receipts for both Mobile and 89 Gateway Internet for your customers BILL-FR- Payment Ability to expand to your Kiosk/payment collection 90 Gateway network over Internet and Mobile platforms Table 25: FR of Billing Application

Volume - II Scope of Work and Requirement Specification Page 87 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

7.3 City Kiosk

7.3.1 Kiosk System:

Reference Compliance Sr. No. Indicative Requirement Description (Doc. / Page (Yes / No) no) Smart Kiosk shall be fixed units, embedded inside the ground KIO.FR.001 that shall be weatherproof Smart Kiosk shall have Emergency Call Button (ECB) and KIO.FR.002 touch panel at an average height of 1.5m above ground The Emergency Call Button (ECB) shall have the capability to trigger emergency communications with City Operation Centre KIO.FR.003 (COC). As the Emergency Call Button is pressed, the call should land up to the operator at the City operation Centre from where it may be routed to the concerned department. The City Operation Centre operator shall able to monitor the video of the user who triggered the ECB. Automatic video KIO.FR.004 recording shall be enabled when ECB button is pressed at Smart Kiosks. Smart Kiosks shall have in-built speakers and Hard IP phone KIO.FR.005 handset for making an emergency call to/from the City Operation Centre and a keypad for accepting user input. The integrated Camera shall have the capability of recognition. Operator at the COC shall be able to monitor the live feed from KIO.FR.006 the Camera. When the emergency button is pressed, the camera shall automatically focus on the person using the button The user-interface panel shall built-in capacitive touch screen for interactive purposes including but not limited to: • Maps and navigation services i.e. displaying routes across Pimpri Chinchwad. • Displaying of bus routes across Pimpri Chinchwad • Displaying of Ward Facilities across Pimpri Chinchwad • Integration with SARATHI • Integration with existing grievance portal of PCMC, State Govt. & Central Govt. • Environmental related information via integration with environmental sensors. KIO.FR.007 • Places of attraction in Pimpri Chinchwad. • Places near me services which may include hotels, government offices, shops, tourist attraction, Wi-Fi Spots, Police Stations etc. • Information about the events organized at PCMC Auditorium & other places in PCMC • Integration with PCMC’s RTS services • Emergency contact numbers such as hospitals, police, fire, etc. • Integration with digital wallets, credit and debit cards for payments. • Integration with Smart City Card (in future) & PMPML MI Card

Volume - II Scope of Work and Requirement Specification Page 88 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Indicative Requirement Description (Doc. / Page (Yes / No) no) Smart Kiosk shall have a capabilities for making digital payments for: • Water Tax, Property Tax, Other Utility Bills for government services such as electricity, Gas, etc. • Citizen services KIO.FR.008 • Tickets for the events around the city • Recharge of PMPML's MI Card • Any other PCSCL supported activity/event • Booking Movie Tickets, Railway Tickets & Bus Tickets etc. • Any other PCSCL supported activity/event Smart Kiosk shall have in-built receipt/ticket printer having the KIO.FR.009 functionality of printing of receipts, any other tickets, etc. Smart Kiosk shall have the space for providing the static KIO.FR.010 advertisement around three (3) faces Smart Kiosk shall be multilingual i.e. it shall support languages KIO.FR.011 such as English, Hindi and Marathi Smart Kiosk shall be upgradable through a central system KIO.FR.012 remotely over internet It shall be possible to monitor critical parameters related to KIO.FR.013 health of kiosk device remotely using the network. KIO.FR.014 Smart Kiosk shall also have integrated Wi-Fi access points. KIO.FR.015 Battery Backup to : 30 Mins KIO.FR.016 Shall accept all the leading wallets like PayTM, Mobikwik etc. Table 26: FR of Kiosk System

7.3.2 Centralised Kiosk System

Reference Compliance Sr. No. Item Indicative Requirement Description (Doc. / Page (Yes / No) no) This module shall facilitate controlling of end terminals deployed across various locations. CKS.FR.001 Functionalities which are expected to be part of this module include: Kiosk deployment details such as unique id, IP CKS.FR.001. address, form factor, components included, a and others Kiosk terminal health monitoring – health of CKS.FR.001. kiosk components, whether equipment is b functional or requires replacement Kiosk Maintenance & support module – controlling Terminal CKS.FR.001. maintenance of various components within Management c kiosk, ensuring periodic maintenance as per schedules defined at the time of planning CKS.FR.001. Upgrade of firmware, OS and other related d platforms CKS.FR.001. Replenishment of consumables including e receipt printers, open city cards CKS.FR.001. Maintaining details of money collected by f kiosk, items put in drop box and others CKS.FR.001. Data encryption and data security within kiosk g terminal

Volume - II Scope of Work and Requirement Specification Page 89 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Item Indicative Requirement Description (Doc. / Page (Yes / No) no) This module shall facilitate management of services provided through kiosk. It is envisaged that based on the location of the CKS.FR.002 kiosk, services shall be configured on the end terminal. Functionalities which are expected to be part of this module include: Service portfolio management across all CKS.FR.002. kiosks, services which are operational, being a tested (in pilot) or in pipeline Enabling and disabling of services based on CKS.FR.002. information received from partner management b Kiosk Services portal CKS.FR.002. Management Monitoring finances, accounts, billing and c payments related to services to partners Managing of advertisements and other CKS.FR.002. promotional messages being displayed d through kiosk CKS.FR.002. Managing survey and feedback on various e kiosk services CKS.FR.002. Ensuring delivery of services detailed in f subsequent sections CKS.FR.002. Any other functions related to services delivery g through kiosk This will be the interface for all partners (read: entities using kiosk for service delivery). This includes government agencies such as PCMC, police, etc. and private businesses. Each partner will be registered on the portal and will Kiosk Partner have an account through which various CKS.FR.003 Management services can be enabled / disabled / configured Portal on basis of portal. The portal will be single window interface for all interaction for partners with kiosk. Payments, bills, refunds, account statements, grievances for partners will be managed through this portal. This module will enable interfacing with partners for providing of services. CKS.FR.004 Functionalities which are expected to be part of this module include: CKS.FR.004. Services a. Information exchange from kiosk terminal a Interface with partner system CKS.FR.004. b. Payment gateway system with banks and b intermediaries c. Interfaces with partners to display status of CKS.FR.004 public transport reservations and booking This will be metadata repository of various standards, which may be established with multiple partners. Implementation partner will Service Data be expected to interface with various service CKS.FR.005 Exchange providers, develop standards for information Standards exchange as required for delivery of services through kiosk machines. Open standards for data exchange should be preferred.

Volume - II Scope of Work and Requirement Specification Page 90 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Item Indicative Requirement Description (Doc. / Page (Yes / No) no) Considering the series of different inputs and related information being exchanged through Kiosk Data kiosk, this component is expected to manage CKS.FR.006 Services conversion of data as per exchange standards Management required. This component will closely work with service interface and message and communication modules. This module is expected to manage message CKS.FR.007. and communication between various modules a within the overall system. Message and The aforementioned modules are key modules Communicati which are proposed for smooth delivery of CKS.FR.007. on kiosk functions. Implementation partner may b add more modules depending on the solutions as long as the functionalities mentioned are taken care of. Table 27: Functional Requirement Specification for Kiosk Terminal

7.3.3 Kiosk Terminal

Reference Compliance Sr. No. Item Indicative Requirement Description (Doc. / Page (Yes / No) no) Minimum 21” LED Touch Screen Shall support 1920x1080 Resolution or better Shall have compliance of TCO '03 certificate Brightness shall be 250 Nit or above Contrast ratio shall be 800 :1 SKIO.TR.001 Screen 16.7 Million Colours (24-bit) Support for following features: Wide Viewing Angle, Low Power Consumption, High Contrast, High Aperture Ratio, Short Response Time Capacitive Touch Display All- glass touch screen with a transparent

metallic conductive coating Platform shall support leading operating

systems Processors speed minimum of 2.0 GHz Intel®/

equivalent Processors or better Computing SKIO.TR.002 Min. 4 GB RAM module Internal persistent storage capacity of minimum

20 GB Slots and support for connecting other

components as required Alphanumeric Metallic keyboard with minimum of 50 keys SKIO.TR.003 Keyboard * This may be replaced with an onscreen keyboard, depending on the design Output: 20 watts or better SKIO.TR.004 Speakers Shall be able to deliver clear stereo sound

Volume - II Scope of Work and Requirement Specification Page 91 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Shall support speech based interaction during

Hard IP video conferencing when enabled through Kiosk SKIO.TR.005 phone Shall be able to isolate the main sound source handset and minimize background noise, highlighting the performance Shall be capable of supporting full MIFARE card portfolio & compliance with Multiprotocol MIFARE SKIO.TR.006 ISO/IEC 14443 and MIFARE operation Card Reader Shall support the recharge of BRTS MI card

issued by PMPML Shall accept all the major credit / debit cards from major payment gateways including VISA,

MasterCard, Rupay, American Express and others Shall supports wireless mobile based NFC

payments Magnetic stripe and card reader (track 1/ 2.3 ) bi

directional High - coercively or Latest Device Certification: EMV L1, L2 and L3 Credit / Debit SKIO.TR.007 certified, PCI DSS certified or latest. Card reader The kiosk terminal shall be based on EMV

open loop standards to support National Common Mobility Card (NCMC) as per the specifications and guidelines of MouD/MoHUA.

Shall have PIN authentication Shall have USB interface Power Supply : DC 5V±5% QR/ Bar Shall be able to read Quick Response Code SKIO.TR.008 Code from Mobile phones tablets and paper prints Scanner Validation Rate : 96 % or higher Banknote Insertion: Four - Way Escrow: One banknote Auto- calibrating sensors having acceptance rate > 97% and should not accept counterfeit / unfit notes as per RBI guidelines Shall support CCNET / ID003 / Cash Code

serial / most other industry protocols Currency shall support serial, pulse, parallel-pulse or bi- SKIO.TR.009 acceptor directional (with open collector, opto isolated or RS232) , USB interface Flash Memory Operation Voltage: 10V DC to 14V DC Validation M.T.B.F. : <3 sec Shall accept all notes which are accepted in

ATMs Cash acceptor should have functionality to

record soft logs

Volume - II Scope of Work and Requirement Specification Page 92 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Shall be able to read INR notes of various denominations including 10, 20, 50, 100, 200, 500 & 2000 Shall have capabilities to identify fake notes Type: Thermal or suitable printing Shall be able to print receipts, which may be

preserved for a period of 12 months Thermal SKIO.TR.010 Print Speed: Min 150 mm/ sec Printer Auto Cutter Life: 1million minimum Width : Type A 76mm or more BIS Certified Physical Kiosk body enclosed in a protective shell made SKIO.TR.011 form of robust weather proof material Kiosk machine shall ensure that any data stored within or being transferred is encrypted as per

industry standards. Machine shall ensure no Security SKIO.TR.012 data loss to the extent possible. requirements Kiosk machine shall be equipped with sufficient tamper- proof mechanisms to ensure detection in case of physical tampering to the kiosk Shall accept all the leading wallets like PayTM, Mobikwik etc.

SI shall also support the integration of various digital payment channels including UPI, Bharat QR, BHIM, BBPS, NETC, AEPS etc. across various use cases in the smart city. Kiosk shall be upgradeable through a central

system remotely over internet It shall be possible to monitor critical parameters

related to health of the kiosk device remotely Other Kiosk Shall be able to provide details related to SKIO.TR.013 requirements inventory requirements to central system Multilingual support: Shall necessarily offer support for multiple languages including English, Hindi and Marathi ( min) All designs should be approved by PCSCL

before the deployment Kiosk shall work fine under following operating

conditions: Temperature 0°-50°C Humidity 10% ~90% RH Ta<40°C Power: DC+12v, 100~240 v@ 60/50Hz Inbuilt Full HD 1080 p video calling SKIO.TR.014 Camera Automatic Low Light correction Laser Printing Print Speed: Current & Latest as per Need 18

A4 pages per minute (ppm) SKIO.TR.015 Laser Printer Print Resolution: 600x600 dpi Memory: 32 MB Duty Cycle ( Monthly) : min 5000 Shall support Hi-Speed 2.0 USB port

Volume - II Scope of Work and Requirement Specification Page 93 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Single finger print authentication device - UIDAI Biometric and STQC complied & with valid STQC SKIO.TR.016 Scanner Certification with all required accessories and SDKs The Emergency Call Button shall support SIP based Voice over Internet Protocol (VoIP) communications standard. The ECB shall have network connectivity for monitoring via Web access (HTTP), SNMP, and shall provide the capability of e-mail notification of alarm conditions. Multiple alarms of the conditions shall be provided automatically. The ECB shall have automatic adjustment of output volume of audio based on ambient noise SKIO.TR.017 Panic Button detection. At any given time, the sound output from ECB speaker shall be 6-10 dB above ambient noise. The call from ECB shall only be disconnected at the City Operation Centre. The user shall not

have the capability to disconnect the call from the ECB itself. The ECB button shall be circular, red in colour and the panel shall have clear label of ‘Emergency Call Button’ Kiosk’s enclosure shall be made of metal or stainless steel fabric and shall be IP 65 rated. It

shall be built to last in outdoor environment to SKIO.TR.018 Kiosk Casing support the Project operating conditions Metal sheet of the Smart Kiosk housing shall be made in a minimum 16 gauge that can be powder coated as per the required colour choice Kiosk Terminal to have interface for reading and Card Reader accepting National Common Mobility Card SKIO.TR.019 Interface (NCMC) based transactions, as per the specifications and guidelines of MouD/MoHUA. Table 28: Requirement Specification for Kiosk Terminal

Volume - II Scope of Work and Requirement Specification Page 94 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

7.4 Variable Message Display (VMD)

Functional Requirement:

Sr. No. Minimum Requirement Description Compliance Reference (Doc. (Yes / No) / Page no) The system should be capable to display warnings, traffic advice, route guidance and emergency messages to motorists from the VMD.FR.001 citizens in real time through central software or through Local PC/laptops. The VMD should display text (multi lingual – Marathi, Hindi & VMD.FR.002 English) and graphic messages using Light Emitting Diode (LED) arrays. Distribution of Emergency messages to individual or group of VMD can be broadcasted by authorized personnel from their VMD.FR.003 Mobile/Tablet through App. This feature would be used during Disaster management. In situation of loss of connectivity with CCC/COC, VMD should be VMD.FR.004 able to display static information fed in the VMD memory. The System should able to display failure status of any LED at VMD.FR.005 Control command centre(CCC) The System should support Display characters in true type fonts VMD.FR.006 and adjustable based on the Operating system requirement. The VMD workstation at the CCC should communicate with the VMD controller through the network. It should send out command VMD.FR.007 data to the variable message sign controller and to confirm normal operation of the signboard. In return, the VMD workstation should receive status data from the VMD controller. VMD controllers should continuously monitor the operation of the VMD.FR.008 VMD via the provided communication network. Operating status of the variable message sign should be checked VMD.FR.009 periodically (define time) from the CCC. It shall be capable of setting an individual VMD or group of VMD’s to display either one of the pre-set messages or symbols VMD.FR.010 entered into the computer via the control computer keyboard or by another means. It shall be capable of being programmed to display an individual VMD.FR.011 message to a VMD or a group of VMD’s at a pre-set date and time. Individual VMD must have internal memory storage capacity of VMD.FR.012 64GB or above. It shall also store information about the time log of message displayed on each VMD. The information stored shall contain the VMD.FR.013 identification number of the VMD, content of the message, date and time at which displayed message/picture starts and ends. The central control computer shall perform regular tests (pre-set VMD.FR.014 basis) for each individual VMD. Data communication shall be provided with 128 bit Encryption to avoid unauthorized access. Central Control Software shall allow controlling multiple VMD (up VMD.FR.015 to 150) from one console

Volume - II Scope of Work and Requirement Specification Page 95 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Compliance Reference (Doc. Sr. No. Minimum Requirement Description (Yes / No) / Page no) Capable of programming to display all types of Message/ advertisement having alphanumeric character in English, Hindi, VMD.FR.016 Marathi and combination of text with pictograms signs along with videos. Capable of controlling and displaying messages on VMD boards VMD.FR.017 as individual/ group. ● Capable of controlling and displaying multiple font types with ● ● VMD.FR.018 flexible size and picture sizes suitable as per the size of the VMD. ● ● VMD.FR.019● Capable of controlling brightness & contrast through software.

● ● VMD.FR.020● Capable of Switching off any or all VMD’s from control centre

● Capable to continuously monitor the operation of the Variable ● ● Message sign board (VMD), implemented control commands and VMD.FR.021 communicate information to the Traffic Monitoring Centre (TCC) via communication network. ● Real time log facility – log file documenting the actual sequence ● ● VMD.FR.022 of display to be available at central control system. VMD.FR.023● Multilevel event log with time & date stamp. ● ● ● VMD shall be capable of maintaining logs on the server for period● ● VMD.FR.024 of 12 months ● Access to system only after the authentication and acceptance of● ● VMD.FR.025 authentication based on hardware dongle with its log. ● Location of each VMD will be plotted on GIS Map with their ● ● VMD.FR.026 functioning status which can be automatically updated. ● Report generation facility for individual/group/all VMD with date ● ● and time which includes summary of messages, dynamic VMD.FR.027 changes, fault/repair report and system accessed logs, link breakage logs, down time reports or any other customized report. ● Configurable scheduler on date/day of week basis for transmitting● ● VMD.FR.028 pre-programmed message to any VMD unit. ● Apart from role based access, the system should also be able to● ● VMD.FR.029 define access based on location. ● Rights to different modules / Sub-Modules / Functionalities should● ● VMD.FR.030 be role based and proper log report should be maintained by the system for such access ● Components of the architecture must provide redundancy and ● ● ensure that there are no single points of failure in the key project VMD.FR.031 components. To take care of remote failure, the systems need to be configured to mask and recover with minimum outage. ● Ease of configuration, ongoing health monitoring, and failure ● ● detection are vital to the goals of scalability, availability, and VMD.FR.032 security and must be able to match the growth of the environment. ● System shall use open standards and protocols to the extent ● ● VMD.FR.033 possible.

Volume - II Scope of Work and Requirement Specification Page 96 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Compliance Reference (Doc. Sr. No. Minimum Requirement Description (Yes / No) / Page no) VMD.FR.034● Facility to export reports to excel and PDF formats. ● ● ● All VMD shall be connected/configured to command Centre for ● ● remote monitoring through network for two way communication VMD.FR.035 between VMD and control Room to check system failure, power failure & link breakage. ● Remote Diagnostics to allow identifying reason of failure up to the● ● VMD.FR.036 level of failed individual LED. Table 29: FR of VMD

VMD Technical Requirements:

Reference Compliance Sr. No Parameters Minimum Requirement Description (Doc. / Page (Yes / No) no) Full Colour, class designation C2 as per VMD.TR.001 Colour LED IRC/EN 12966 standard Electronic-High Luminosity wide viewing Dimension VMD.TR.002 angle LEDs for outdoor ambient light shall Requirement be used. Dimension Long life LEDs with minimum working of VMD.TR.003 Requirement 1,00,000 hours to Half Life VMD shall automatically adjust their Dimension VMD.TR.004 brightness under varying light conditions to Requirement maintain legibility Luminance L3 as per IRC/EN 12966 standards for VMD.TR.005 Class/Ratio daytime and night time condition Should be automatically provide different Luminance luminance levels but shall also be VMD.TR.006 Control & auto controllable from the traffic centre using Diming software. Luminance Auto dimming capability to adjust to VMD.TR.007 Control & auto ambient light level (sensor based automatic Diming control) Photoelectric sensor shall be positioned at Luminance the sign front or sign rear to measure VMD.TR.008 Control & auto ambient light. Capable of being continually Diming exposed to direct sunlight without Impairment of performance. VMD.TR.009 Temp Range 0 to +55 Degrees Celsius VMD.TR.010 Beam Width B7 as per IRC/EN12966 standards VMD.TR.011 Pixel Pitch 10mm or better At least 300mm as per IRC /EN 12966 standards Full Matrix: Number of lines & characters adjustable, active area: 4.8m x 2.88m VMD.TR.012 Picture Display Synchronized Dot to Dot display. Capable of displaying real time message generated by Traffic Control Centre (TCC). Special frontal design to avoid reflection. Display shall be UV resistant Suitable for readability from 150m or more Viewing VMD.TR.013 at the Character size of 240mm, from Distance moving vehicles.

Volume - II Scope of Work and Requirement Specification Page 97 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No Parameters Minimum Requirement Description (Doc. / Page (Yes / No) no) Native VMD.TR.014 Minimum 7500 NITs Brightness Minimum 1200:1 or R3 as per IRC/EN VMD.TR.015 Contrast Ratio 12966 standard B7 as per IRC/EN12966 standard - Viewing VMD.TR.016 Viewing Angle angle shall ensure message readability for motorists in all lanes of the approach road. VMD shall have self-test diagnostic feature to test for correct operation. Display driver boards shall test the status of all display cells in the sign even when VMD.TR.017 Self-Test diodes are not illuminated. All periodic self-test results shall be sent to Control Centre in real time to update status of VMD. Door Open sensor to Inform Control room VMD.TR.018 Alarms during unauthorized access VMD.TR.019 LED Pixel failure detection alarm Refresh Frequency should not be less 90 VMD.TR.020 Flicker Hz. No visible Flicker to naked eye. Multiple Data RJ45 Ethernet, RS232/RS 485/FC port and VMD.TR.021 Communication any other suitable interface/Port VMD.TR.022 LED Type DIP / SMD LED VMD.TR.023 1R/ 1G/ 1B or 3 in 1 SMD Configuration Max Power VMD.TR.024 ≤ 800 W/m2 Consumption Dimming VMD.TR.025 Minimum 64 Levels Capabilities VMD.TR.026 Humidity 10% ~ 95% VMD.TR.027 IP Level IP65 Front IP54 Rear Image Processor for VMD.TR.028 Signal Input – HDMI and VGA Each LED Wall Display GPRS/ Ethernet port shall also be extended VMD.TR.029 Communication to ground level using necessary cables for local trouble shooting. Each unit shall be provided with a unique identification number and shall VMD.TR.030 Communication communicate with the designated central command centre system and a local device loaded with relevant software 230V AC + 15%, 50 Hz single phase power Power VMD.TR.031 supply (Automatically re-start in the event of Requirements an electricity failure) Power The equipment components shall have VMD.TR.032 Requirements adequate surge and lightning protection. Necessary earthing for electrical and Power VMD.TR.033 lightning protection to be provisioned as per Requirements the industry standards Components Should include all related components. VMD.TR.035 Requirement These components include the SNMP

Volume - II Scope of Work and Requirement Specification Page 98 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No Parameters Minimum Requirement Description (Doc. / Page (Yes / No) no) Manageable VMD controller with can be controlled from remote, LEDs, LED matrix boards, pixel arrangements showing horizontal and vertical pitch and total number of pixels, communication ports, cable termination, enclosure and mounting accessories. To be provided by respective OEM. LED Software for Tiles, Image Processor & Software should VMD.TR.036 Layout be from same OEM to ensure compatibility Management and smooth after sale service support. Power Suitable Power Distribution Board to be VMD.TR.037 Distribution provided for individual LED Wall Required Size VMD.TR.038 for displaying 4.80m x 2.88m traffic info FCC,CE, RoHS, Display should be VMD.TR.039 Certifications UL/ETL/CB certified JPEG, Bitmap, TIFF, GIF, PNG and other Formats available formats for Image and AVI, FLV, VMD.TR.040 Supported MPEG, MOV, MP4, WMV, MKV and other available formats for Video Table 30: TR of VMD

7.5 Pole

a. General Pole with/without Cantilever

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / Page (Yes / No) no) General Shall be minimum 5.5mts height as per applicable POLE.REQ.001 Requirement norms Hot dip galvanized pole after fabrication as per IS:2629 with silver coating of 86 micron as per IS:4759/ASTM A123

Pole design should be sleek and as per city General POLE.REQ.002 aesthetics (indicative 10 cm diameter) confirming Requirement to IS 875 standards having appropriate bottom and top thick HT plate along with base plate size 30x30x1.5 cms (indicative) suitable for wind speed 150 km/hr with suitable arm bracket and with J type foundation bolts The pole would be fixed on an adequate and strong foundation so as to withstand city weather POLE.REQ.003 Foundation conditions and wind speed of 150km / hr. Foundation shall also be able to withstand load of cantilever as per the site requirements.

Volume - II Scope of Work and Requirement Specification Page 99 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / Page (Yes / No) no) Casting of civil foundation with foundation bolts to ensure vibration free (video feed quality should POLE.REQ.004 Foundation not be impacted due to wind in different climatic conditions) Expected foundation depth of minimum 100cms or better Lighting arrestors with proper grounding and POLE.REQ.005 Protection earthing Sign board, 18 inch corrosion resistant aluminium alloy as per IRC67:2001 (pole Sign Board mounted), depicting the area under surveillance POLE.REQ.006 with number and with the serial number of the pole - plate - Pole number - Pictures like Surveillance, speed limits, Wi-Fi, No Horn etc. Cantilever should be fixed appropriately as per POLE.REQ.007 Requirement the requirement of the site and shall adhere with requisite guidelines. The height of the pole shall be as per requirement POLE.REQ.008 Height of the location varying from 5.5 Mts Pole Design should be approved by structural POLE.REQ.009 Design Engineer appointed by PCSCL and must follow appropriate guidelines. Table 31: Requirements of General Pole with/without Cantilever

b. Gantry Structure:

Reference Compliance Sr. No. Parameter Minimum Requirement Specifications (Doc. / Page (Yes / No) no) General The support structure for the VMD shall be of SSVMS.REQ.001 Requirement MS IS: 2062 Gantry type The structure should be supported on the General round (shoulder/foot-path) on both the sides of SSVMS.REQ.002 Requirement the road through appropriate concrete Foundation. The minimum vertical clearance between the finished road surface and the bottom of the General SSVMS.REQ.003 support structure/bottom of the VMD Requirement (whichever is lower) shall be 5.5 m as per applicable guidelines The support structure shall provide adequate General support to the VMD from all four sides as well SSVMS.REQ.004 Requirement as top and bottom (at least six to eight connections for mounting the VMD The structure for display board mounting should withstand wind-speeds upto150km/hr Load SSVMS.REQ.005 and support the weight of at least two VMD Requirement long with structure’s self-weight. This should be certified by a structure engineer

Volume - II Scope of Work and Requirement Specification Page 100 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

The display board should be secured Load sufficiently with fasteners and fixtures to the SSVMS.REQ.006 Requirement support structure to withstand the mentioned loads. The structure shall be painted with one coat of SSVMS.REQ.007 Painting primer and two coats of PU paint. Grey/silver paint or as described by PCSCL authority The RCC foundation with M20 Grade Ready- General mix RCC and required IRON bar structure to SSVMS.REQ.008 Requirement take load of Structure weight as well as VMD approved by Structure Engineer All access panels shall be limited in size so SSVMS.REQ.009 Access they can be opened or closed by person shall be designed to prevent unauthorized access.

General Lighting arrestors with proper grounding and SSVMS.REQ.010 Requirement earthing Sign board, 18 inch corrosion resistant aluminium alloy as per IRC67:2001 (pole mounted), depicting the area under Sign Board surveillance and with the serial number of the SSVMS.REQ.011 with number pole - plate - Pole number - Pictures like Surveillance, speed limits, Wi-Fi, No Horn etc. Table 32: Requirements of Gantry Structure

c. Unipole for VMD

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) General Shall be approx. 5.5mts height as per applicable UPOLE.REQ.001 Requirement norms and site requirements UPOLE.REQ.002 IS Standard IS1161

Work Bidder to propose the same as per site

UPOLE.REQ.003 Platform requirement Dimension Shot Blasting + Zinc Phosphate primer + PU UPOLE.REQ.004 Paint Paint The pole would be fixed on an adequate and UPOLE.REQ.005 Foundation strong foundation so as to withstand city weather conditions and wind speed of 150km / hr

Volume - II Scope of Work and Requirement Specification Page 101 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Reference Compliance Sr. No. Parameter Minimum Requirement Description (Doc. / (Yes / No) Page no) 1) Grating shall have (a square mesh pattern providing bidirectional strength or a rectangular mesh pattern providing unidirectional strength 2) Grating shall be manufactured with a concave, meniscus profile on the top of each bar providing maximum slip resistance 3) Grating bar intersections are to be filleted to a minimum radius of 1/16” to eliminate local stress concentrations FRP 4) Grating shall be fire retardant with a tested UPOLE.REQ.006 Moulded flame spread rating of 25 or less when tested in grating accordance with ASTM E84 5) Grating design loads shall be less than manufacturers published maximum recommended loads. Maximum recommended loads shall be determined by acoustic emission testing. Grating shall be designed for a uniform load of 100 psf or concentrated load of 300 lb. Deflection is not to exceed 0.375” or L/D = 120, whichever is less. Chequered UPOLE.REQ.007 Total weight of pole structure plate Pole Design should be approved by structural UPOLE.REQ.008 Design Engineer appointed by PCSCL and must follow appropriate guidelines. General Lighting arrestors with proper grounding and UPOLE.REQ.009 Requirement earthing Sign board, 18 inch corrosion resistant aluminium alloy as per IRC67:2001 (pole mounted), depicting the area under surveillance Sign Board and with the serial number of the pole - UPOLE.REQ.010 with Number Plate - Pole number - Pictures like Surveillance, speed limits, Wi-Fi, No Horn etc. Table 33: TR of Unipole for VMD

Volume - II Scope of Work and Requirement Specification Page 102 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

8. Annexure 1: Indicative Bill of Material

Sr. Unit of Item Name Qty. No. Measurement City Network 96 Core (or more) Fibre Optical Cable including all requisite 1. KM 250 accessories 48 Core (or more) Fibre Optical Cable all requisite 2. KM 650 accessories 3. HDPE Duct including all accessories KM 3000 96 port rack mounted LIU with all accessories including OFC 4. Nos. 50 patch cord etc. 48 port rack mounted LIU with all accessories including OFC 5. Nos. 700 patch cord for each port etc. Fibre Optic Cable blowing in duct including all other requisite service items like splicing, termination, Route Marker for 6. KM 900 OFC, Splicing Charges, Duct Integration Testing, like FOSC, jointer etc. Duct (4 ducts together) laying via HDD including all requisite accessories(DW/GI Pipe, Coupler, jointer, manholes, 7. KM 450 chambers, concrete etc.) and services & including restoration & reinstatement etc. Duct (4 ducts together) laying via Open trench including all requisite accessories(DW/GI Pipe, Coupler, jointer, 8. KM 300 manholes, chambers, concrete etc.) and services & including restoration & reinstatement etc. 9 Fibre Testing and Automated Solution Management service Lot 1 City Wi-Fi Access Point (Outdoor) along with associated accessories & 684 10. Nos. systems including all cables/wires Access Point (Indoor) along with associated accessories & 76 11. Nos. systems including all cables/wires 12. POE Injectors along with associated accessories & systems Nos. 228 13. Application Server (AAA server + Policy Server + Captive 2 Portal) along with required hardware & software for Lot installation, implementation and integration of AAA solution Wireless Controller with WIPS along with required hardware 2 14. & software for installation, implementation and integration of Lot AAA solution Wireless NMS along with required hardware & software for 1 15. Lot installation, implementation and integration of AAA solution Billing App (SW & License) along with required hardware & 1 16. software for installation, implementation and integration of Lot AAA solution Smart Kiosk

Smart Kiosk (With Cash Acceptor) along with associated 25 17. Nos. accessories & systems including all cables/wires Smart Kiosk (Without Cash Acceptor) along with associated 25 18. Nos. accessories & systems including all cables/wires Centralised Kiosk Management Software along with required 1 19. hardware & software for installation, implementation and Lot integration of AAA solution

Volume - II Scope of Work and Requirement Specification Page 103 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Unit of Item Name Qty. No. Measurement Third Party Application , including GUI development , testing, Nos. (Number 30 20. deployment, Integration and technical & operational support of on Kiosk Applications) VMD Nos. (No. of 900 21. VMD Unit - LED Cube (960 mm * 960 mm) Cubes) All the field associated accessories & systems required to the Nos. (No. of 60 22. installation of the VMD VMD Units) VMD Centralised Management Software System along with 1 23. required hardware & software for installation, implementation Lot and integration of AAA solution Pole Infrastructure Unipole with Cantilever along with all field associated 600 24. Nos. accessories Unipole without Cantilever along with all field associated 100 25. Nos. accessories 26. Unipole for VMD along with all field associated accessories Nos. 50 27. Gantry Structure along with all field associated accessories Nos. 10 Others 28. Project Implementation, Training & Handholding Cost Lump Sum 1 Operations & Maintenance for 5 years from the date of Go 1 29. Lump Sum Live excluding empty/dark ducts (3 Nos.) Lot (No. of 12 30 Operations & Maintenance of single empty/dark duct quarters) 31. Third Party Audit Cost for all the systems Lump Sum 1 32. Additional Line Items Cost Lump Sum 1 Table 34: Bill of Material

Volume - II Scope of Work and Requirement Specification Page 104 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

9. Annexure 2: Indicative List of Locations

A. Location Details of City Fiber Network Backbone (Indicative)

Sr. no. Location Name Address

1 City Operations centre TBD 2 Command Control Centre TBD 3 PCMC Head Office PCMC Head Office, Pimpri 411018 4 Zone A Bhel chowk, Nigdi Pradhikaran, Nigdi 411019 5 Zone B Elpro company compound, link road, Chinchwad 411033 6 Zone C near Hockey poly grass ground, Neharu Nagar, Pimpri 411039 7 Zone D Rahatni, Aundh-Ravet road, Rahatni 411017

8 Zone E Panjarpol, Nashik highway, Bhosari 9 Zone F Lokmanya Tilak chowk, Nigdi 10 Zone G Property Tax office, near thergaon school, Thergaon

11 Zone H Womens ITI Building, Kasarwadi Table 35: Location Details of City Fiber Network Backbone

B. Location Details of City Wi-Fi System (Indicative)

Wi-Fi Hotspot Location

List of Public Places for Wi-Fi Hotspots Sr. No. Location Category Numbers 1 Garden 51 2 Hospital 11 3 PCMC HO 2 4 Zone Offices 8 5 Property Tax Offices 16 6 Auditorium 6 7 CESE 6 8 BRTS & Bus Stands 91 9 Educational 33 10 Slum 46 Total 270 Table 36: List of Public Places for Wi-Fi Hotspots

Volume - II Scope of Work and Requirement Specification Page 105 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category Administrative 1 PCMC Head Office Pimpri PCMC HO Offices Bhel chowk, Nigdi Administrative 2 A zone office Zone Pradhikaran, Nigdi Offices Elpro company compound, Administrative 3 B zone office Zone link road, Chinchwad Offices Near Hockey poly grass Administrative 4 C zone office Zone ground, Neharunagar, Pimpri Offices Rahatni, Aundh-Ravet road, Administrative 5 D zone office Zone Rahatni Offices Panjarpol, Nashik highway, Administrative 6 E zone office Zone Bhosari Offices Administrative 7 F zone office Lokmanya Tilak chowk, Nigdi Zone Offices Administrative 8 G zone office Zone Offices Administrative 9 H zone office Zone Offices Opp Sant Tuka Ram Mangal Ankush Rao Landge Administrative 10 Karyalaya, Bhosari, Nasik Auditorium Auditorium, Bhosari Offices Road Sant Tuka Ram Acharya Aatre Administrative 11 Nagar,Infront of YCM Auditorium Rangmandir Offices Hospital, Pimpri Ram Krishna More Opp Telco ,Chichwad Station Administrative 12 Auditorium Auditorium, Chinchwad Road Offices Administrative 13 Proposed Auditorium 1 Auditorium Offices Administrative 14 Proposed Auditorium 2 Auditorium Offices Administrative 15 Proposed Auditorium 3 Auditorium Offices Yashwantrao Chavan 16 Sant Tukaram Nagar, Pimpri Hospital Hospital Memorial Hospital Near Municipal water tank, 17 Thergaon Hospital Hospital Hospital Gujaranagar,Thergaon Opposite Bhaji Mandai, Near 18 Bhosari Hospital Hospital Hospital PCMT,Chowk Bhosari, Talera Hospital, 19 Talera hospital Chinchwadgaon, Chinchwad- Hospital Hospital 33 Near Municipal School, 20 Sanghvi Hospital Hospital Hospital Sangvi Opposite Jaihind High 21 Jija Mata Hospital Hospital Hospital school, Pimprigaon Behind Municipal School, 22 Akrudi Hospital Near Pune-Mumbai Hospital Hospital Highway, Akurdi

Volume - II Scope of Work and Requirement Specification Page 106 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category LIG Colony, Sector No 25 Near Dakshinmukhi Maruti 23 Pradhikaran Dispensary Hospital Hospital Mandir, Pradhikaran, Sindhu Nagar, Nigdi Near Sai Service, 24 Phugewadi Dispensary Phugewadi,Opp CME, Hospital Hospital Mumbai -Pune Road, Near Shivaji Statue, Waghere, Pimprigaon, 25 Pimpri Waghere Hospital Hospital Pimpri Gaon, Pimpri Colony, Pune, Maharashtra 411017 Survey No 1 Reservation No 26 New Bhosari Hospital Hospital 431, Bhosari S.No. 25, Bhel Chowk, Nigdi- Administrative 27 NIGDI- PRADIKARAN Property Tax Pradikaran, Pune Offices Dr.Babasaheb Ambedkar Administrative 28 Akurdi Sanskurtik Bhavan, Akurdi Property Tax Offices Gaon, Pune Gavde Colony, Opp. Administrative 29 Chinchwad Lokmanya Hospital , Property Tax Offices Chinchwad, Pune Opp. of Mahapalika School, Administrative 30 Thergaon Property Tax Thergaon, Pune Offices Proper Tax Office, Sangvi Zonal Office, Opp Gajanan Administrative 31 Sangvi Property Tax Maharaj Temple, Sangvi, Offices Pune 411027 Property Tax Office, Pimpri Waghere Zonal, Dr. Baba Administrative 32 Pimpri Waghere MC Saheb Ambedkar Hospital Property Tax Offices Building , Shivaji Putla Chowk, Pimpri Property Tax Office, Pimpri Nagar Zonal office, Administrative 33 Pimpri Nagar Property Tax Sanskrutik Bhawan, Near Offices H.B. 16/8, Pimpri 411017 Saint Tukaram Bhaji Mandai Imarat, Opp. of Fire Briged Administrative 34 MNP- Bhavan Property Tax Imarat, Saint Tukaram Offices Nagar, Pimpri Bhaji Mandai Imarat, Near Railway Get, first Floor, Administrative 35 Fughewadi- Dapodi Behind Bank Of Maharashtra Property Tax Offices , Pune-Mumbai Road, Kasarwadi, Pune Property Tax Office, Bhosari Administrative 36 Bjosari Zonal office, Opposite PCMC Property Tax Offices Depot, Bhosari -411039 Property Tax Office, Charoli Administrative 37 Charoli Budruk Taluka, Haveli - Property Tax Offices 412105

Volume - II Scope of Work and Requirement Specification Page 107 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category Property Tax Offices, Administrative 38 Moshi Moshigaon, Tal Haveli - Property Tax Offices 412005 Rohan Complex, Sane Administrative 39 Chikhli Chowk, Near Bhajimandai , Property Tax Offices Chikhli Sect No. 21, Yamunanagar, Near Jublie Ground , Next lane Yamunanagar Police Administrative 40 Talwade Property Tax Chowki, Near Shivbhumi Offices Vidyalay , Yamunanagar, Nigdi, Pune At Post Kiwale, Tal – Haveli, Administrative 41 Kiwale Property Tax Dist- Pune Offices Near Dighi Octrai Office, Administrative 42 Dighi Property Tax Behind Municipal School Offices Above proprty Tax, Zonal Shahid Ashok Kamte office Building , Near Administrative 43 CESC Study centre Municipal School,Old Offices Sanghvi, Pune - 27 Annabhau Sathe Sector 23, Yamuna Nagar, Administrative 44 Sanstritik Bhawan Study CESC Nigdi Offices Centre Above property Tax Building Administrative 45 Bhosari Study centre CESC Bhosari, PCMT Chowk Offices Above property Tax Building Neta JI Subhas Chandra Administrative 46 , Kasarwadi, Beside Rly CESC Bose Study Centre Offices Station PCMC Urdu School , Administrative 47 Chinchwad Study Centre CESC Chinchwad Gaon Offices APJ Abdul Kalam Study Administrative 48 Sai Udyan ,Sambhaji Nagar CESC Centre Offices Charoli sewage water Administrative 49 Charoli Sewerage treatment plant Offices Kai. Sakhubai Gabaji Jai Maharashtra Chowk, 50 Garden Garden Gavali (Bhosle) Park Alandi Road Near Late. Ankushrav 51 Bhosari Picnic centre Garden Garden Landge Audioturiom Late Sitaram Bhaguji 52 Near Vegetable Market Garden Garden Londhe Park Prof. Ramkrushna More Near Indrayani Nagar 53 Garden Garden Park Shopping centre Near Indrayani Nagar Water 54 Nana Nani Park Garden Garden Tank Yashwantrao Chavan 55 Near Hockey Stadium Garden Garden Rose Garden Late Mrs. Deubai alias Moravadi Masulkar Colony 56 Nani Narayan Kapase Garden Garden Road Park Bahinabai Chowdhury 57 Sambhajinagar Garden Garden Snake Park Sai Garden Sambhaji 58 Sambhajinagar Garden Garden Nagar

Volume - II Scope of Work and Requirement Specification Page 108 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category 59 Sivasahu Sambho Park Behind Bird Valley Garden Garden Garden 60 Bird Valley Near HDFC colony Garden Garden 61 Rajshri Shahu Park Shahunagar Garden Garden Shivaji Park Peth No. 18 62 Raje Shivaji Park Garden Garden Joging Track Sai Krishna Park Krishna Near Krishna nagar Water 63 Garden Garden nagar Tank 64 Muktai Park Yamuna Nagar Garden Garden 65 Late Shankar Shetti Park Mohannagar Garden Garden 66 Durga Devi Park Nigdi Garden Garden 67 Bhakti Shakti Udyan Bhakti Shakti Chowk Garden Garden Swatantrya Vir Savarkar 68 Ganesh Lake Sector No. 26 Garden Garden Park (Green Lake) 31, Sector No. 24, 69 Dada Dadi Park Pradhikaran, Nigdi, Pimpri- Garden Garden Chinchwad 70 Sant Dnyaneshwar Sector no. 28 Garden Garden Sant. Tukaram Maharaj Camp Education School 71 Garden Garden Park Spine Road Near Akrodi Police Chowky - 72 Rambag Garden Garden Garden sector 27a, pradhikaran nigdi Shahu Garden 73 Bijlinagar Garden Garden Chinchwad Svatantravira Savarkar 74 Park (premaloka Park) 1 premaloka Park Garden Garden 9 8 Chinchwad akra Morya Vice mandirajavala, 75 Parvati and Morya Park Garden Garden Chinchwad Late Parvatibai vitthal Khaire Hosiptal, Chaphekar 76 Garden Garden Chinchwade Park Chowk 77 Shridhar Nagar Park Shridhar Nagar Garden Garden 3/3/242, Bhoir Colony, Deoghar Society, Late Bhaguji Golande 78 Chinchwad, Pimpri- Garden Garden Park Chinchwad, Maharashtra Golande Nagar Chaphekar Memorial 79 Chaphekar Chowk Garden Garden Park 80 Late B D Killedar Park Sant Tukaram Nagar Garden Garden From of Yogesh Behal's Late Rajesh Behal 81 House, Sant Tukaram Nagar, Garden Garden Gardern bhosari Benhid Sant Tukaram Nagar Sant Shiromani Savata Police Chowky 82 Garden Garden Mali Park sector 28, pradhikaran - Sawta Mali Garden Sadhu Vaswani Udyan, Pimpri Cam Near Smashan 83 Garden Garden Pimpri Bhumi Hemu Kalani Garden 84 Near Galord Chowk Garden Garden Pimpri

Volume - II Scope of Work and Requirement Specification Page 109 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category Balbhavan Park 85 Ashok Theatre Garden Garden (shopping centre) Late Haribhauseth Dinaji Near Mahadeo Mandir, 86 Garden Garden Waghere Park Pimpri Jagadguru Swananda Near Waghere colony 1 and 87 Sukhanivasi Jog Maharaj Garden Garden 2 Park Jyotiba Nagar/ Pavana 88 Jyotiba Park kalewadi Garden Garden Nagara 89 Bapuji Buva Udyan Thergoan Gaothan Garden Garden Gujar Nagar, Near Water 90 Lakshmi Barne Park Garden Garden Tank Saint Savata Mali Near Mhatoba Mandir 91 Garden Garden Garden Wakad 92 Pipale Nilakh Park Near Municipal School Garden Garden Gyan Jyoti Savitribai Jagdap Dairy, Pimple Nilakh, 93 Garden Garden Phule Garden behine D Ward Office dharmavir Sambhaji Near Akashganga Society, 94 Garden Garden Maharaj Park Rahatani 95 Rajmata Jijau Garden Pimple Gurav Garden Garden 96 Aai Udyan Ganesh Nagar Dapodi Garden Garden Kasarwadi Pimple Gurav 97 Sitangan Udyan Garden Garden Road Late. Tanajirao Shitole 98 Jaymala nagar Garden Garden Sarkar Udyan Lane Number 9, Madhuban Housing Society, Madhuban Chatrapati shivaji 99 Colony, Old Sangvi, Pimpri- Garden Garden Maharaj Garden Chinchwad, Maharashtra 411027 100 Paryawaran Udyan Mahatma phule nagar, MIDC Garden Garden Bhakti Shakti Chowk Bus BRTS 101 Transit Locations Stand ( BRTS ) Terminal Mukai Chowk Ravet ( BRTS 102 Transit Locations BRTS) Terminal Bhosari Bus Stand ( BRTS 103 Transit Locations BRTS) Terminal 104 Mukai Chowk Transit Locations BRTS Stops 105 Bhondwe Vasti Transit Locations BRTS Stops 106 Ravet Chowk Transit Locations BRTS Stops 107 Ravet Pumping Station Transit Locations BRTS Stops 108 Punawale Corner Transit Locations BRTS Stops 109 Tathwade Chowk Transit Locations BRTS Stops 110 Pawar Vasti Transit Locations BRTS Stops 111 Dairy Farm Transit Locations BRTS Stops 112 Dange Chowk Dange Chowk, Pune Transit Locations BRTS Stops 113 Laxman Nagar Transit Locations BRTS Stops Santosh Nagar ( 16 114 Transit Locations BRTS Stops Number) 115 Kalewadi Phata Transit Locations BRTS Stops

Volume - II Scope of Work and Requirement Specification Page 110 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category 116 Shivraj Nagar Transit Locations BRTS Stops 117 Jagtap Dairy Transit Locations BRTS Stops 118 Wakad Phata Transit Locations BRTS Stops 119 Rakshak Chowk Transit Locations BRTS Stops 120 Aundh Hospital Transit Locations BRTS Stops 121 Sanghvi Phata Transit Locations BRTS Stops 122 Bhosari Transit Locations BRTS Stops 123 Kalptaru Transit Locations BRTS Stops 124 Sudarshan Nagar Transit Locations BRTS Stops 125 Yashwant Nagar Chowk Transit Locations BRTS Stops Goovind Yashada 126 Transit Locations BRTS Stops Chowk 127 Bhise Park Transit Locations BRTS Stops 128 Nisarg Nimiti Society Transit Locations BRTS Stops 129 Konkane Chowk Transit Locations BRTS Stops 130 Shivar Chowk Transit Locations BRTS Stops 131 Jagtap Dairy Transit Locations BRTS Stops 132 Phule Garden Transit Locations BRTS Stops 133 Kaspate Chowk Transit Locations BRTS Stops 134 Yashoda Garden Transit Locations BRTS Stops 135 Mankar Chowk Transit Locations BRTS Stops 136 Wakad Chowk Transit Locations BRTS Stops 137 Nigdi Direction 1 Transit Locations BRTS Stops 138 Nigdi Direction 2 Transit Locations BRTS Stops 139 Bajaj Auto Direction 1 Transit Locations BRTS Stops 140 Bajaj Auto Direction 2 Transit Locations BRTS Stops 141 Akurdi Direction 1 Transit Locations BRTS Stops 142 Akurdi Direction 2 Transit Locations BRTS Stops Kalbhor Nagar Direction 143 Transit Locations BRTS Stops 1 Kalbhor Nagar Direction 144 Transit Locations BRTS Stops 2 Jayashree Talkies 145 Transit Locations BRTS Stops Direction 1 Jayashree Talkies 146 Transit Locations BRTS Stops Direction 2 Chinchwad Station 147 Transit Locations BRTS Stops Direction 1 Chinchwad Station 148 Transit Locations BRTS Stops Direction 2 Empire Estate Direction 149 Transit Locations BRTS Stops 1 Empire Estate Direction 150 Transit Locations BRTS Stops 2 151 Morewadi Direction 1 Transit Locations BRTS Stops 152 Morewadi Direction 2 Transit Locations BRTS Stops PCMC Bhawan Direction 153 Transit Locations BRTS Stops 1

Volume - II Scope of Work and Requirement Specification Page 111 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category PCMC Bhawan Direction 154 Transit Locations BRTS Stops 2 155 Kharalwadi Direction 1 Transit Locations BRTS Stops 156 Kharalwadi Direction 2 Transit Locations BRTS Stops 157 HA Company Direction 1 Transit Locations BRTS Stops 158 HA Company Direction 2 Transit Locations BRTS Stops 159 Vallabhnagar Direction 1 Transit Locations BRTS Stops 160 Vallabhnagar Direction 2 Transit Locations BRTS Stops 161 Nasik Phata Direction 1 Transit Locations BRTS Stops 162 Nasik Phata Direction 2 Transit Locations BRTS Stops 163 Kasarwadi Direction 1 Transit Locations BRTS Stops 164 Kasarwadi Direction 2 Transit Locations BRTS Stops 165 Atlas Copco Direction 1 Transit Locations BRTS Stops 166 Atlas Copco Direction 2 Transit Locations BRTS Stops PCMC School Direction 167 Transit Locations BRTS Stops 1 PCMC School Direction 168 Transit Locations BRTS Stops 2 169 Fugewadi Direction 1 Transit Locations BRTS Stops 170 Fugewadi Direction 2 Transit Locations BRTS Stops 171 Dapodi Direction 1 Transit Locations BRTS Stops 172 Dapodi Direction 2 Transit Locations BRTS Stops Sonara Industries ( Dehu 173 Transit Locations BRTS Stops Alandi Road) 174 Bhed Industries Transit Locations BRTS Stops 175 Jeevan Clinic Transit Locations BRTS Stops 176 Saptashrungi Complex Transit Locations BRTS Stops 177 Lifeline Hospital Transit Locations BRTS Stops 178 Ashwamegh Nursing Transit Locations BRTS Stops 179 Spine Road Transit Locations BRTS Stops 180 RTO office Transit Locations BRTS Stops 181 Shahunagar Transit Locations BRTS Stops 182 KSB Chowk Transit Locations BRTS Stops 183 Sidheswar Industries Transit Locations BRTS Stops 184 Auto Cluster Transit Locations BRTS Stops 185 Empire Estate Transit Locations BRTS Stops 186 Link Road Transit Locations BRTS Stops 187 Pawnanagar Transit Locations BRTS Stops 188 MM school Transit Locations BRTS Stops 189 Nakhate Nagar Transit Locations BRTS Stops 190 Rahatni Phata Transit Locations BRTS Stops Vallabh Nagar ST Bus 191 Transit Locations Bus Depot Stand Secondary 192 Urdu School Building Akurdi Educational School

Volume - II Scope of Work and Requirement Specification Page 112 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category PCMC's Madhyamic Secondary 193 Vidyalaya Pimle Pimple Saudagar Educational School Saudagar PCMC's Madhyamik Secondary 194 Landewadi Educational Vidyalaya, Landewadi School PCMC's Madhyamic Secondary 195 Bhosari Educational Vidyalaya, Bhosari School PCMC's Madhyamic Secondary 196 vidyalaya Kasarwadi Kasarwadi, Phugewadi Educational School Phugewadi PCMC's Girls School, Secondary 197 Nigdi Educational Nigdi School PCMC's Madyamic Secondary 198 Wakad Educational Vidyalaya,Wakad School PCMC's Madhyamic Secondary 199 Kasarwadi Educational vidyalaya Kasarwadi School PCMC's Madhyamic Secondary 200 Vidyalaya, Sant Tukaram Sant Tukaram Nagar Educational School Nagar PCMC's Madhyamik Secondary 201 kalbhor Nagar Educational Vidyalaya, Kalbhornagar School PCMCs Urdu Secondary 202 Madhyamic Vidyalaya, Akurdi Educational School Akurdi PCMC's Madhyamic Secondary 203 keshavnagar, chinchwad Educational Vidyalaya, keshavnagar School Opp.PMPML Bus Stop, PCMC's Madhyamic Secondary 204 Pimple Gurav gavthoan Educational Vidyalaya, Pimple Gurav School Pune 411061 PCMC's Madhyamic Secondary 205 Thergaon Educational Vidyalaya Thergaon School PCMC's Madhyamic Secondary 206 Nehrunagar Educational Vidyalaya Nehrunagar School PCMC's Madhyamic Secondary 207 Kharalwadi Educational Vidyalaya, Kharalwadi School PCMC's Madhyamic Secondary 208 Vidyalaya, krida Krida Prohidini Educational School Probhidini PCMC's Madhyamic Secondary 209 Vidyalaya Pimprinagar, Pimpri Educational School Pimpri, Pune PCMC's Madhymik Secondary 210 RupiNagar Educational School, RupiNagar School Secondary 211 I.T.I. Akurdi Educational School Secondary 212 I.T.I. Kasarwadi Educational School Secondary 213 I T I Morewadi Educational School DY Patil College of Arts, Private 214 Educational Commerce & Science Colleges Pimpri Chinchwad Private 215 Educational College of Engineering Colleges DY Patil College of Private 216 Educational Engineering, Akurdi Colleges

Volume - II Scope of Work and Requirement Specification Page 113 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category Mahlasakant College of Private 217 Art SCIENCE & Educational Colleges Commerce Jai Hind High School Private 218 Educational Junior College Colleges Fatechand Jain Junior Private 219 Educational College Colleges D Y Patil Medical Private 220 Educational College, Pimpri Colleges DY Patil College of Private 221 Educational Engineering, Pimpri Colleges Private 222 Indira College Mumbai Pune Highway Educational Colleges Private 223 IIBM Wakad Educational Colleges Dr. D Y Patil School of Private 224 Engineering & Charoli Educational Colleges Technology, Charoli Slums 225 Betal Nagar, Chinchwad Slums (Declared) Aadarsh Nagar, Pimpri Slums 226 Slums Nagar (Declared) Milind Nagar Pimpri Slums 227 Slums Nagar (Declared) Uttam Nagar, Pimpri Slums 228 Slums Nagar (Declared) Durga Nagar, Pimpri Slums 229 Slums Nagar (Declared) Slums 230 Kal Bhor Nagar, Akurdi Slums (Declared) Mahatma Phule Nagar, Slums 231 Slums Akurdi (Declared) Slums 232 Anjatha Nagar, Akurdi Slums (Declared) Slums 233 Annasaheb Magar Nagar Slums (Declared) Indira Nagar, Chinchwad Slums 234 Slums Station (Declared) Slums 235 Landewadi, Bhosari Slums (Declared) Slums 236 Balaji Nagar, Bhosari Slums (Declared) Slums 237 Ganesh Nagar, Bhosari Slums (Declared) Mahatma Phule Nagar, Slums 238 Slums Bhosari (Declared) Slums 239 Gavli Nagar, Bhosari Slums (Declared) Slums 240 Morwadi, Pimpri Slums (Declared) Indira Nagar, Pimpri Slums 241 Slums Nagar (Declared) Kailash Nagar, Pimpri Slums 242 Slums Nagar (Declared)

Volume - II Scope of Work and Requirement Specification Page 114 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category Ganesh Nagar, Pimpri Slums 243 Slums Nagar (Declared) Sanjay Gandhi Nagar, Slums 244 Slums Moshi (Declared) Vitthal Nagar, Pimpri Slums 245 Slums Waghare (Declared) Jai Malhar / Ganesh Slums 246 Slums Nagar, Akurdi (Declared) Anand Nagar, Slums 247 Slums Chinchwad Station (Declared) Slums 248 Vijay Nagar, Chinchwad Slums (Declared) Santosh Nagar, Slums 249 Slums Chinchwad (Declared) Sudarshan Nagar, Slums 250 Slums Chinchwad (Declared) Slums 251 Mahatoba Nagar, Wakad Slums (Declared) Hirabai Landge Chawl, Slums 252 Slums Kasarwadi (Declared) Ratilala Bhagwandas, Slums 253 Slums Phugewadi (Declared) Gurudattta Nagar, Slums 254 Slums Naadekar Chawl (Declared) Vaisali Nagar, Pimpri Slums 255 Slums Telco Jawal (Declared) Ambedkar Nagar, Nehru Slums 256 Slums Nagar (Declared) Yashwant Nagar, Nehru Slums 257 Slums Nagar (Declared) Slums 258 Siddharth Nagar, Dopadi Slums (Declared) Mahatma Phule Nagar, Slums 259 Slums Dapodi (Declared) Limbore Chawl, Slums 260 Slums Fugewadi (Declared) Slums 261 M. B. Camp, Kiwale Slums (Declared) New 262 Nigdi Sec 22 Slums Rehabilitation Society New 263 Anjatha Nagar, Tappa 2 Slums Rehabilitation Society New 264 Vitthal Nagar Slums Rehabilitation Society New 265 Nashik Phata Slums Rehabilitation Society New 266 Milind Nagar Slums Rehabilitation Society

Volume - II Scope of Work and Requirement Specification Page 115 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. City Wi-Fi Hotspot Sub- Address Category No. Locations category New 267 Betal Nagar Slums Rehabilitation Society EWS Society, Spine 268 Spine Road Chikli Slums EWS Society Road, Chikli Slum Office Chinchwad Administrative Slum Head 269 Chinchwad Gaon Offices Office Slums 270 Annabahu Sathe Slums (Declared) Table 37: City Wi-Fi Location List

Volume - II Scope of Work and Requirement Specification Page 116 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

C. Location Details of City Kiosk

Sr. Location Name Type of Location No.

PCMC offices, Government offices Existing place of business, users 1 and PCMC facilitation centre will expect to avail services at partners this location

Greater visibility to general

Shopping malls public, easy accessibility and 2 better security

3 Bus stations/ BRTS Station Better accessibility for travellers

4 Railway stations Better accessibility for travellers

Prominent locations may want 5 Other Commercial offices kiosks to increase their footfall

Better accessibility to less 6 Other Residential Area privileged

Table 38: Location details of City kiosk

List of Locations (Indicative):

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor Administrative 1 PCMC Head Office Yes Office Administrative 2 A zone office Yes Office Administrative 3 B zone office Yes Office Administrative 4 C zone office Yes Office Administrative 5 D zone office Yes Office Administrative 6 E zone office Yes Office Administrative 7 F zone office Yes Office Administrative 8 G zone office Yes Office Administrative 9 H zone office Yes Office Ankush Rao Landge Auditorium, Administrative 10 Yes Bhosari Office

Volume - II Scope of Work and Requirement Specification Page 117 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor Administrative 11 Acharya Aatre Rangmandir Yes Office Ram Krishna More Auditorium, Administrative 12 Yes Chinchwad Office Administrative 13 Proposed Auditorium 1 Yes Office Administrative 14 Proposed Auditorium 2 Yes Office Administrative 15 Proposed Auditorium 3 Yes Office Yashwantrao Chavan Memorial 16 Hospitals Yes Hospital 17 Thergaon Hospital Hospitals Yes 18 Talera hospital Hospitals Yes 19 Sanghvi Hospital Hospitals Yes 20 Jija Mata Hospital Hospitals Yes

21 Akrudi Hospital Hospitals Yes

22 Pradhikaran Dispensary Hospitals Yes

23 Phugewadi Dispensary Hospitals Yes

24 Pimpri Waghere Hospitals Yes

25 New Bhosari Hospitals Yes Property Tax 26 NIGDI- PRADIKARAN Yes Office Property Tax 27 Akurdi Yes Office Property Tax 28 Chinchwad Yes Office Property Tax 29 Thergaon Yes Office Property Tax 30 Sangvi Yes Office Property Tax 31 Pimpri Waghere Yes Office Property Tax 32 Pimpri Nagar Yes Office Property Tax 33 MNP- Bhavan Yes Office

Property Tax 34 Fughewadi- Dapodi Yes Office

Property Tax 35 Bjosari Yes Office Property Tax 36 Charoli Yes Office

Volume - II Scope of Work and Requirement Specification Page 118 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor Property Tax 37 Moshi Yes Office Property Tax 38 Chikhli Yes Office Property Tax 39 Talwade Yes Office Property Tax 40 Kiwale Yes Office Property Tax 41 Dighi Yes Office Administrative 42 PCNTDA Yes Office 43 Pimpri Rly Station Transit Locations Yes 44 Chincwad Rly Station Transit Locations Yes 45 Akurdi Rly Station Transit Locations Yes 46 Kasarwadi Rly Station Transit Locations Yes 47 Dapodi Rly Station Transit Locations Yes Bhakti Shakti Chowk Bus Stand 48 Transit Locations Yes ( BRTS ) 49 Mukai Chowk Ravet ( BRTS) Transit Locations Yes 50 Bhosari Bus Stand ( BRTS) Transit Locations Yes 51 Vallabh Nagar ST Bus Stand Transit Locations Yes DY Patil College of Arts, 52 Educational Yes Commerce & Science Pimpri Chinchwad College of 53 Educational Yes Engineering DY Patil College of Engineering, 54 Educational Yes Akurdi Mahlasakant College of Art 55 Educational Yes SCIENCE & Commerce Jai Hind High School Junior 56 Educational Yes College 57 Fatechand Jain Junior College Educational Yes D Y Patil Medical College, 58 Educational Yes Pimpri DY Patil Itnstitute of technology, 59 Educational Yes Pimpri 60 Indira College Educational Yes 61 IIBM Educational Yes DY Patil School of Engineering 62 Educational Yes & technology, Charoli 63 Betal Nagar, Chinchwad Slum Yes 64 Aadarsh Nagar, Pimpri Nagar Slum Yes 65 Milind Nagar Pimpri Nagar Slum Yes 66 Uttam Nagar, Pimpri Nagar Slum Yes 67 Durga Nagar, Pimpri Nagar Slum Yes 68 Kal Bhor Nagar, Akurdi Slum Yes 69 Mahatma Phule Nagar, Akurdi Slum Yes

Volume - II Scope of Work and Requirement Specification Page 119 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor 70 Anjatha Nagar, Akurdi Slum Yes 71 Annasaheb Magar Nagar Slum Yes 72 Indira Nagar, Chinchwad Station Slum Yes 73 Landewadi, Bhosari Slum Yes 74 Balaji Nagar, Bhosari Slum Yes 75 Ganesh Nagar, Bhosari Slum Yes 76 Mahatma Phule Nagar, Bhosari Slum Yes 77 Gavli Nagar, Bhosari Slum Yes 78 Morwadi, Kortajawal Slum Yes 79 Indira Nagar, Pimpri Nagar Slum Yes 80 Kailash Nagar, Pimpri Nagar Slum Yes 81 Ganesh Nagar, Pimpri Nagar Slum Yes Sanjan Gandhi Nagar, 82 Slum Yes Bohadiwadi 83 Vitthal Nagar, Pimpri Waghare Slum Yes Jai Malhar / Ganesh Nagar, 84 Slum Yes Akurdi Anand Nagar, Chinchwad 85 Slum Yes Station 86 Vijay Nagar, Chinchwad Slum Yes 87 Santosh Nagar, Chinchwad Slum Yes 88 Sudarshan Nagar, Chinchwad Slum Yes 89 Mahatoba Nagar, Wakad Slum Yes Hirabai Landge Chawl, 90 Slum Yes Kasarwadi Ratilala Bhagwandas, 91 Slum Yes Phugewadi Gurudattta Nagar, Naadekar 92 Slum Yes Chawl Vaisali Nagar, Pimpri Telco 93 Slum Yes Jawal 94 Ambedkar Nagar, Nehru Nagar Slum Yes 95 Yashwant Nagar, Nehru Nagar Slum Yes 96 Siddharth Nagar, Dopadi Slum Yes 97 Mahatma Phule Nagar, Dapodi Slum Yes 98 Limbore Chawl, Fugewadi Slum Yes 99 M. B. Camp, Kiwale Slum Yes 100 Nigdi Sec 22 Slum Yes 101 Anjatha Nagar, Tappa 2 Slum Yes 102 Vitthal Nagar Slum Yes 103 Nashik Phata Slum Yes 104 Milind Nagar Slum Yes 105 Betal Nagar Slum Yes EWS Society, Spine Road, 106 Slum Yes Chikli 107 Slum Office Chinchwad Gaon Slum Yes

Volume - II Scope of Work and Requirement Specification Page 120 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor Adtiya Birla Memorial Hospital, Administrative 108 Yes Wakad Office Administrative 109 Niramay Hospital, Chicnhwad Yes Office Administrative 110 Lokmanya Hospital, Nigdi Yes Office City One Mall, Finolex Chowk, 111 Outdoor Yes Pimpri Rainbow Mall, Dwarkadheesh 112 Outdoor Yes Gardens, Pimple Saudagar C' Lai World -PCMC, Old Pune- 113 Outdoor Yes Mumbai Highway, Chinchwad Spine City Mall, Moshi 114 Outdoor Yes Pradhikaran Vision Plus, Adjacent to Bhakti- 115 Outdoor Yes Shakti Garden, Nigdi 116 Brand factory, Pimple Saudagar Outdoor Yes 117 Premier Plaza Mall, Chichwad Outdoor Yes 118 City Pride, Rahatani Outdoor Yes Vishal E sqaure, Pimpri 119 Outdoor Yes Chinchwad 120 Jayashree talkies Outdoor Yes

121 Mukai Chowk Transit Locations Yes 122 Bhondwe Vasti Transit Locations Yes 123 Ravet Chowk Transit Locations Yes 124 Ravet Pumping Station Transit Locations Yes 125 Punawale Corner Transit Locations Yes 126 Tathwade Chowk Transit Locations Yes 127 Pawar Vasti Transit Locations Yes 128 Dairy Farm Transit Locations Yes 129 Dange Chowk Transit Locations Yes 130 Laxman Nagar Transit Locations Yes 131 Santosh Nagar ( 16 Number) Transit Locations Yes 132 Kalewadi Phata Transit Locations Yes 133 Shivraj Nagar Transit Locations Yes 134 Jagtap Dairy Transit Locations Yes 135 Wakad Phata Transit Locations Yes 136 Rakshak Chowk Transit Locations Yes 137 Aundh Hospital Transit Locations Yes 138 Sanghvi Phata Transit Locations Yes 139 Bhosari Transit Locations Yes 140 Kalptaru Transit Locations Yes 141 Sudarshan Nagar Transit Locations Yes 142 Yashwant Nagar Chowk Transit Locations Yes

Volume - II Scope of Work and Requirement Specification Page 121 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor 143 Goovind Yashada Chowk Transit Locations Yes 144 Bhise Park Transit Locations Yes 145 Nisarg Nimiti Society Transit Locations Yes 146 Konkane Chowk Transit Locations Yes 147 Shivar Chowk Transit Locations Yes 148 Jagtap Dairy Transit Locations Yes 149 Phule Garden Transit Locations Yes 150 Kaspate Chowk Transit Locations Yes 151 Yashoda Garden Transit Locations Yes 152 Mankar Chowk Transit Locations Yes 153 Wakad Chowk Transit Locations Yes 154 Nigdi Direction 1 Transit Locations Yes 155 Nigdi Direction 2 Transit Locations Yes 156 Bajaj Auto Direction 1 Transit Locations Yes 157 Bajaj Auto Direction 2 Transit Locations Yes 158 Akurdi Direction 1 Transit Locations Yes 159 Akurdi Direction 2 Transit Locations Yes 160 Kalbhor Nagar Direction 1 Transit Locations Yes 161 Kalbhor Nagar Direction 2 Transit Locations Yes 162 Jayashree Talkies Direction 1 Transit Locations Yes 163 Jayashree Talkies Direction 2 Transit Locations Yes 164 Chinchwad Station Direction 1 Transit Locations Yes 165 Chinchwad Station Direction 2 Transit Locations Yes 166 Empire Estate Direction 1 Transit Locations Yes 167 Empire Estate Direction 2 Transit Locations Yes 168 Morewadi Direction 1 Transit Locations Yes 169 Morewadi Direction 2 Transit Locations Yes 170 PCMC Bhawan Direction 1 Transit Locations Yes 171 PCMC Bhawan Direction 2 Transit Locations Yes 172 Kharalwadi Direction 1 Transit Locations Yes 173 Kharalwadi Direction 2 Transit Locations Yes 174 HA Company Direction 1 Transit Locations Yes 175 HA Company Direction 2 Transit Locations Yes 176 Vallabhnagar Direction 1 Transit Locations Yes 177 Vallabhnagar Direction 2 Transit Locations Yes 178 Nasik Phata Direction 1 Transit Locations Yes 179 Nasik Phata Direction 2 Transit Locations Yes 180 Kasarwadi Direction 1 Transit Locations Yes 181 Kasarwadi Direction 2 Transit Locations Yes 182 Atlas Copco Direction 1 Transit Locations Yes

Volume - II Scope of Work and Requirement Specification Page 122 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

Sr. Location Name Category No Kiosk With Kiosk Without Cash Acceptor Cash Acceptor 183 Atlas Copco Direction 2 Transit Locations Yes 184 PCMC School Direction 1 Transit Locations Yes 185 PCMC School Direction 2 Transit Locations Yes 186 Fugewadi Direction 1 Transit Locations Yes 187 Fugewadi Direction 2 Transit Locations Yes 188 Dapodi Direction 1 Transit Locations Yes 189 Dapodi Direction 2 Transit Locations Yes Sonara Industries ( Dehu Alandi 190 Transit Locations Yes Road) 191 Bhed Industries Transit Locations Yes 192 Jeevan Clinic Transit Locations Yes 193 Saptashrungi Complex Transit Locations Yes 194 Lifeline Hospital Transit Locations Yes 195 Ashwamegh Nursing Transit Locations Yes 196 Spine Road Transit Locations Yes 197 RTO office Transit Locations Yes 198 Shahunagar Transit Locations Yes 199 KSB Chowk Transit Locations Yes 200 Sidheswar Industries Transit Locations Yes 201 Auto Cluster Transit Locations Yes 202 Empire Estate Transit Locations Yes 203 Link Road Transit Locations Yes 204 Pawnanagar Transit Locations Yes 205 MM school Transit Locations Yes 206 Nakhate Nagar Transit Locations Yes 207 Rahatni Phata Transit Locations Yes Pass Centre (MI 208 Yes Pimpri Goan card) Pass Centre (MI 209 Yes Sant Tukaram Depot card) Pass Centre (MI 210 Yes Pimple Gurav card) Table 39: List of identified City Kiosk locations in PCMC

Volume - II Scope of Work and Requirement Specification Page 123 of 124 RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD Solutions

D. Location Details of VMD(Indicative):

Sr. No. Location Category 1 Ahilyadevi Chowk 2 Ahinsa Chowk 3 Bhakti Shakti chowk 4 Bhosari Alandi Chowk 5 Bhumkar chowk 6 BijliNagar 7 Chapekar Chowk 8 Chinchwadgaon busstop 9 Dange Chowk 10 Dehu Road Chowk 11 Govind Garden 12 Jagtap Dairy Chowk 13 Jagtap Nagar(Vishal Nagar) 14 Kalewadi Phata Chowk 15 Khandobamal chowk 16 Krushna Chowk 17 Krushnanagar chowk 18 Mahavir Chowk 19 Nashik Phata 20 Panjarpol 21 Pimpri Chowk 22 Riverview chowk 23 Shagun Chowk 24 Shivaji Chowk, Chinchwad 25 Shivaji Chowk, Hinjewadi 26 Shiwar Chowk 27 Sudarshan Chowk 28 Swaraj Garden 29 Taapkir Chowk 30 Tilak Chowk 31 TriveniNagar Chowk 32 Wakadgaon chowk Table 40: List of identified VMD locations in PCMC

Volume - II Scope of Work and Requirement Specification Page 124 of 124

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Short Term Request for proposal (RFP)

For

Selection of System Integrator for Supply, Installation, Testing, Commissioning and O&M for City Network, City Wi-Fi, Smart Kiosk and Variable Message Display (VMD)

Solutions

VOLUME III - Legal Specifications

Tender Ref Number- 07/2017-18

Date: 02-07-2018

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Table of Contents

A. General Conditions of Contract (GCC) ...... 6 1. Definition of Terms ...... 6 2. Interpretation ...... 8 3. Measurements and Arithmetic Conventions ...... 8 4. Ambiguities within Agreement ...... 8 5. Priority of Documents ...... 9 6. Scope of work ...... 9 7. Term and Duration of the Agreement ...... 9 8. Conditions Precedent & Effective Date ...... 10 9. Commencement and Progress ...... 11 10. Standards of Performance ...... 11 11. Approvals and Required Consents ...... 11 12. SI’s Obligations ...... 12 13. PCSCL’s Obligations ...... 20 14. Financial Matters ...... 21 15. Audit, Access and Reporting ...... 24 16. Intellectual Property Rights ...... 24 17. Representations & Warranties ...... 25 18. Term and Extension of the Contract...... 27 19. Dispute Resolution ...... 27 20. Time is of the essence ...... 28 21. Conflict of interest ...... 28 22. Force Majeure ...... 28 23. Delivery ...... 30 24. Warranty & Maintenance ...... 30 25. Insurance ...... 31 26. Exit Management...... 32 B. SPECIAL CONDITIONS OF CONTRACT (SCC) ...... 35 27. Performance Security ...... 35 28. Liquidated Damages...... 36 29. Indemnifications and Limitation of Liability: ...... 37 30. Ownership and Retention of Documents ...... 39

2 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

31. Escrow Agreement ...... 39 32. Information Security...... 40 33. Records of contract documents ...... 41 34. Security and Safety ...... 41 35. Confidentiality ...... 41 36. Events of Default by SI ...... 42 37. Termination ...... 43 38. Effects of Termination ...... 45 39. Change Control Note (CCN) ...... 45 40. Project Implementation Timelines, Deliverables and Payment Terms ...... 46 41. Miscellaneous ...... 47 C. SERVICE LEVELS ...... 51 42. Reporting Procedures ...... 51 43. Issue Management Procedures ...... 51 44. Service Level Change Control ...... 51 45. Governance Law and Dispute Resolution ...... 52 46. Jurisdiction ...... 53 Proforma A – Detailed Price Schedule ...... 54 AS PER SUBMITTED AND ACCEPTED BOQ...... 54 ANNEXURES ...... 55 A. ANNEX I: CHANGE CONTROL NOTE ...... 55 B. ANNEX II: CHANGE CONTROL SCHEDULE ...... 57 C ANNEX III: FORM OF AGREEMENT ...... 59 D. ANNEX IV: GOVERNANCE SCHEDULE ...... 61 E. ANNEX V: AUDIT, ACCESS AND REPORTING ...... 63

3 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

MASTER SERVICE AGREEMENT

This Contract is made at Pimpri, Maharashtra, on this day of ____, 2018,

BETWEEN

The ‘‘Pimpri Chinchwad Smart City Limited’’ having its registered office at Pimpri Chinchwad Municipal Corporation, Mumbai-Pune Road, Pimpri, Pune-411018 hereinafter referred to as "PCSCL” (which expression unless repugnant to the context therein shall include its administrator and its assignees) of the FIRST PART;

AND

, a company organized and existing under the Section of 2(20) of Companies Act, 2013, having its registered office at

, India hereinafter referred to as “Systems Integrator” or “SI”, (which expression unless repugnant to the context

4 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

therein, shall include its successors, administrators, executors and permitted assignees), of the SECOND PART.

WHEREAS SI has the required professional skills, personnel and technical resources, has agreed to provide the Services on the terms and conditions set forth in this Contract and RFP and is about to perform services as specified in this RFP Volume I & II (hereinafter called “works” ) mentioned, enumerated or referred to in certain Contract conditions, specification, scope of work, other Sections of the RFP, covering letter and schedule of prices which, for the purpose of identification, have been signed by the authorized representative on behalf of (SI) and Pimpri Chinchwad Smart City Limited (PCSCL) and all of which are deemed to form part of the Contract as though separately set out herein and are included in the expression “Contract” whenever herein used.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows: a. The PCSCL has accepted the tender of SI for the provision and execution of the said works for the sum of INR ______(Rupees ______), including all taxes and levies upon the terms laid out in this RFP. (as per Price Schedule attached at Proforma A) b. SI hereby agrees to provide Services to PCSCL, conforming to the specified Service Levels and conditions set out hereunder. c. The following documents attached hereto shall be deemed to form an integral part of this Contract:

Complete Request for Proposal (RFP) Volumes I, II and III of the RFP and corrigendum, Document addendum and clarifications, if any Price Schedule Detailed Price Schedule – Proforma A d. The mutual rights and obligations of the “PCSCL” and SI shall be as set forth in the Contract, in particular:  SI shall carry out and complete the Services in accordance with the provisions of the Contract  The “PCSCL” shall make payments to SI in accordance with the provisions of the Contract

NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that is to say, in consideration of the payments to be made to SI by the PCSCL as hereinafter mentioned, SI shall deliver the services for the said works and shall do and perform all other works and things in the Contract mentioned or described or which are implied there from or there in respectively or may be reasonably necessary for the completion of the said works within and at the times and in the manner and subject to the terms, conditions and stipulations mentioned in the said Contract.

AND in consideration of services and milestones, the PCSCL shall pay to SI the said sum of INR ____ (Rupees ______), including all taxes and levies or such other sums as may become payable to SI under the provisions of this Contract, such payments to be made at such time and in such manner as is provided by the Contract.

5 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

A. General Conditions of Contract (GCC)

1. Definition of Terms

1.1. “Acceptance of System”: The system shall be accepted by the PCSCL, subsequent to its installation, commissioning of IT and non-IT equipment at all the project locations and successful rollout of services at all project locations, deployment of trained manpower, when all the activities as defined in RFP Volume II - Scope of Work have been successfully executed and completed to the satisfaction of PCSCL.

The SI shall achieve operational acceptance of the complete solutions as defined in the RFP in accordance with the time schedule specified in the implementation schedule, scope of work, technical requirements, design considerations Section and any refinements made in the agreed and finalized project plan, or within the timeframe the SI has been provided by the PCSCL.

As soon as the System or any subsystem, has, in the opinion of SI, been delivered, commissioned, and made in accordance with the technical requirements of the RFP as per the agreed and finalized Project plan, SI shall notify PCSCL in writing.

PCSCL shall after receipt of SI’s notice, either issue an installation certificate, stating that the system, or major component or subsystem (if Acceptance by major component or subsystem) has achieved Installation by the date of SI’s notice under or notify SI in writing of any defects and/or deficiencies, including, but not limited to, defects or deficiencies in the interoperability or integration of the various components and/or subsystems making up the System.

System Integrator (SI) shall use all reasonable endeavors to promptly remedy any defect and/or deficiencies that notified by the PCSCL.

SI shall then promptly carry out retesting of the system or subsystem and, when in SI’s opinion the system or subsystem is ready for commissioning and operational acceptance testing, notify PCSCL in writing. The procedure shall be repeated, as necessary, until an Installation certificate is issued. The acceptance criteria shall inter-alia include, but not limited to:

 Installation and commissioning of all the Hardware & Software supplied as part of the Project, clearly documented and demonstrated. The documents would include but not limited to SRS, FRS, and BCP etc.  Functional Acceptance Criteria – Demonstration of tasks, business processes or functions which PCSCL has listed out in the RFP as Functional & Non-functional requirement design considerations  Submission of manuals, design documents, training materials and other necessary documents  Training to personnel identified by PCSCL as per the project plan & SI proposal  Summary of test cases and execution results to prove that the acceptance criteria have been met 1.2. “Applicable Law(s)”: Any statute, law, ordinance, notification, rule, regulation, judgment, order, decree, bye-law, approval, directive, guideline, policy, requirement or other governmental restriction or any similar form of decision applicable to the relevant party and as may be in effect

6 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

on the date of the execution of this Contract and during the subsistence thereof, applicable to the Project. 1.3. “PCSCL” means the Pimpri Chinchwad Smart City Limited 1.4. “System Integrator (SI)” means the selected bidder i.e. or Substitute System Integrator, as the case may be, who shall carry out all the services mentioned in the scope of work of the RFP. 1.5. “Contract” means the agreement entered into, by the parties, with the entire documentation specified in the RFP. 1.6. “Contract Value” means the price payable to SI under this Contract for the full and proper performance of its contractual obligations. 1.7. “Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made and available for sale, lease, or license to the general public. 1.8. “Data Centre Site” means the Data Centre sites including their respective Data Centre space, wherein the delivery, installation, integration, management and maintenance services as specified under the scope of work are to be carried out for the purpose of this contract. 1.9. “Document” means any embodiment of any text or image however recorded and includes any data, text, images, sound, voice, codes, databases or any other electronic documents as per IT Act 2000. 1.10. “Effective Date” means the date on which this Contract is signed and executed by the parties hereto. If this Contract is executed in parts, then the date on which the last of such Contracts is executed shall be construed to be the Effective Date. 1.11. “GCC” means General Conditions of Contract 1.12. “Goods” means all of the equipment, sub-systems, hardware, products accessories, software and/or other material / items which SI is required to supply, install and maintain under the contract. 1.13. “DIT, GoM” means Directorate of Information Technology, Government of Maharashtra 1.14. “PCMC” means the Pimpri Chinchwad Municipal Corporation 1.15. “PCMC HO” means the Pimpri Chinchwad Municipal Corporation Head Office, Pimpri 1.16. “City Operation Center” means the center from where Pimpri Chinchwad Smart City Limited would conduct surveillance on civil issues on the entire Pimpri Chinchwad City. 1.17. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, service marks, brands, proprietary information whether arising before or after the execution of this Contract and the right to ownership and registration of these rights. 1.18. “Go-Live” means commissioning of project post design, development and implementation, including training as per scope of work mentioned in the RFP. SI should have the approval from PCSCL for user acceptance testing. 1.19. “Notice” means a consent, approval or other communication required to be in writing under this Contract. 1.20. “OEM” means the Original Equipment Manufacturer of any equipment / system / software / product which are providing such goods to the PCSCL under the scope of this RFP. 1.21. “SI’s Team” means SI who has to provide goods & services to the PCSCL under the scope of this Contract. This definition shall also include any and/or all of the employees of SI, authorized service providers/ partners and representatives or other personnel employed or engaged either directly or indirectly by SI for the purposes of this Contract. 1.22. “Substitute System Integrator” means the organization replacing SI in case of contract termination for any reasons

7 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

1.23. “Sub-Contractor” shall mean the entity named in the contract for any part of the work or any person to whom any part of the contract has been sublet with the consent in writing of the PCSCL and the heirs, legal representatives, successors and assignees of such person. 1.24. “SCC” means Special Conditions of Contract. 1.25. “Services” means the work to be performed by SI pursuant to this RFP and to the contract to be signed by the parties in pursuance of any specific assignment awarded by the PCSCL.

2. Interpretation

In this Agreement, unless otherwise specified:

a) references to Clauses, Sub-Clauses, Paragraphs, Schedules and Annexures are to clauses, sub- clauses, paragraphs, schedules and annexures to this Agreement; b) use of any gender includes the other genders; c) references to a ‘company’ shall be construed so as to include any company, corporation or other body corporate, wherever and however incorporated or established; d) references to a ‘person’ shall be construed so as to include any individual, firm, company, government, state or agency of a state, local or municipal authority or government body or any joint venture, association or partnership (whether or not having separate legal personality); e) a reference to any statute or statutory provision shall be construed as a reference to the same as it may have been, or may from time to time be, amended, modified or re-enacted; f) any reference to a ‘day’ (including within the phrase ‘business day’) shall mean a period of 24 hours running from midnight to midnight; g) references to a ‘business day’ shall be construed as a reference to a day (other than a Sunday) on which banks in the state of Maharashtra are generally open for business; h) references to times are to Indian Standard Time; i) a reference to any other document referred to in this Agreement is a reference to that other document as amended, varied, novated or supplemented at any time; and j) All headings and titles are inserted for convenience only. They are to be ignored in the interpretation of this Agreement. k) System integrator (SI) has been used for the same entity i.e. bidder selected for the project.

3. Measurements and Arithmetic Conventions 3.1. All measurements and calculations shall be in the metric system and calculations done to two decimal places, with the third digit of five or above being rounded up and below five being rounded down except in money calculations where such amounts shall be rounded off to the nearest INR.

4. Ambiguities within Agreement 4.1. In case of ambiguities or discrepancies within this Agreement, the following principles shall apply: a) as between two Clauses of this Agreement, the provisions of a specific Clause relevant to the issue under consideration shall prevail over those in a general Clause; b) as between the provisions of this Agreement and the Schedules/Annexures, the Agreement shall prevail, save and except as expressly provided otherwise in the Agreement or the Schedules/Annexures; and c) As between any value written in numerals and that in words, the value in words shall prevail.

8 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

5. Priority of Documents

This Agreement, including its Schedules and Annexures, represents the entire agreement between the Parties as noted in this Clause. If in the event of a dispute as to the interpretation or meaning of this Agreement it should be necessary for the Parties to refer to documents forming part of the bidding process leading to this Agreement, then such documents shall be relied upon and interpreted in the following descending order of priority:

a) This Agreement along with b) NDA agreement, if any c) Schedules and Annexures; d) the RFP along with subsequently issued corrigendum and addendums e) Technical and financial proposal submitted by the successful bidder, to the extent they along with subsequently issued clarifications furnished by the System Integrator in response to the RFP, to the extent they are not inconsistent with any terms of the RFP.

For the avoidance of doubt, it is expressly clarified that in the event of a conflict between this Agreement, Annexures / Schedules or the contents of the RFP, the terms of this Agreement shall prevail over the Annexures / Schedules and Annexures / Schedules shall prevail over the contents and specifications of the RFP.

6. Scope of work 6.1. Scope of the work as defined in RFP Volume II and Annexures thereto of the tender and subsequent pre bid clarifications, corrigendum/addendum, if any. 6.2. PCSCL has engaged SI to provide services related to implementation of City Network, City Wi-Fi, Smart Kiosk, Pole Infra and VMD using which the PCSCL intends to perform its business operations. SI is required to provide such goods, services and support as the PCSCL may deem proper and necessary, during the term of this Contract, and includes all such processes and activities which are consistent with the proposals set forth in the RFP and this Contract and are deemed necessary by the PCSCL, in order to meet its business requirements (hereinafter ‘scope of work’). 6.3. Bidder shall also provide complete maintenance support for all the proposed integrated solution as outlined in this RFP for a period of Sixty months from the date of go-live i.e. “Go-Live” + 60 months. “Go-live” is the date on which the proposed solution is completely operational as per the requirements provided in this RFP and all the acceptance tests are successfully concluded to the satisfaction of PCSCL.

7. Term and Duration of the Agreement

7.1. This Agreement shall come into effect on

(hereinafter the ‘Effective Date’) and shall continue till operation and maintenance completion date which shall be the date of the completion of the operation and maintenance to the PCSCL or its nominated agencies, unless terminated earlier (as per clause 37), in which case the contract will get terminated on fulfillment of all obligations mentioned as per clause 37.

9 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

8. Conditions Precedent & Effective Date

8.1. Provisions to take effect upon fulfillment of Conditions Precedent

a) Subject to express terms to the contrary, the rights and obligations under this Agreement shall take effect only upon fulfillment of all the Conditions Precedent set out below. However, PCSCL or its nominated agencies may at any time at its sole discretion waive fully or partially any of the Conditions Precedent for the System Integrator. b) For the avoidance of doubt, it is expressly clarified that the obligations of the Parties (or its nominated agencies) under this Agreement shall commence from the fulfillment of the Conditions Precedent as set forth below.

8.2. Conditions Precedent of the Implementing Partner

The System Integrator shall be required to fulfill the Conditions Precedent which is as follows:

a) To provide a Performance Security/Guarantee and other guarantees/ payments within fifteen (15) days of the receipt of notification of award from the PCSCL; and b) To provide the PCSCL or its nominated agencies certified true copies of its constitutional documents and board resolutions authorizing the execution, delivery and performance of this Agreement by the System Integrator (optional).

8.3. Conditions Precedent of the PCSCL

The PCSCL shall be required to fulfill the Conditions Precedents, which are as follows:

a) Necessary clearances associated with the execution of the project, unless specified to be performed by the SI b) Approval of the Project by a Competent Authority, etc.

8.4. Extension of time for fulfillment of Conditions Precedent

The Parties may, by mutual agreement extend the time for fulfilling the Conditions Precedent and the Term of this Agreement.

8.5. Non-fulfillment of the System Integrator’s Conditions Precedent

a) In the event that any of the Conditions Precedent of the System Integrator have not been fulfilled within fifteen (15) days of signing of this Agreement and the same have not been waived fully or partially by PCSCL or its nominated agencies, this Agreement shall cease to exist; b) In the event that the Agreement fails to come into effect on account of non-fulfillment of the System Integrator’s Conditions Precedent, the PCSCL or its nominated agencies shall not be liable in any manner whatsoever to the System Integrator and the PCSCL shall forthwith forfeit the Earnest Money Deposit. c) In the event that possession of any of the PCSCL or its nominated agencies facilities has been delivered to the System Integrator prior to the fulfillment of the Conditions Precedent, upon the

10 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

termination of this Agreement such shall immediately revert to PCSCL or its nominated agencies, free and clear from any encumbrances or claims.

9. Commencement and Progress

9.1. SI shall subject to the fulfillment of the conditions precedent above, commence the performance of its obligations in a manner as per the Scope of Work (RFP Volume II). 9.2. SI shall proceed to carry out the activities / services with diligence and expedition in accordance with any stipulation as to the time, manner, mode, and method of execution contained in this Contract. 9.3. SI shall be responsible for and shall ensure that all activities / services are performed in accordance with the Contract, RFP Scope of Work and Service Specifications and that SI’s Team complies with such specifications and all other standards, terms and other stipulations/conditions set out hereunder.

10. Standards of Performance

10.1. SI shall perform the services and carry out its obligations under the Contract with due diligence, efficiency and economy, in accordance with generally accepted techniques and best practices used in the industry and with IT standards recognized by international professional bodies and shall observe sound management, engineering and security practices. It shall employ appropriate advanced technology and engineering practices and safe and effective equipment, machinery, material and methods. SI shall always act, in respect of any matter relating to the Contract, as faithful advisors to the PCSCL and shall, at all times, support and safeguard the PCSCL's legitimate interests in any dealings with Third Parties. 11. Approvals and Required Consents

11.1. The Parties shall cooperate to procure, maintain and observe all relevant, regulatory and governmental licenses, clearances and applicable approvals (hereinafter the “Required Consents”) necessary for the System Integrator to provide the services. The costs of such approvals shall be borne by the Party normally responsible for such costs according to local custom and practice in the locations where the Services are to be provided. The PCSCL shall also provide necessary support to SI in obtaining the approvals. In the event that any approval is not obtained, SI and the PCSCL shall co-operate with each other in achieving a reasonable alternative arrangement as soon as reasonably practicable for the PCSCL and at the discretion of the PCSCL without any adverse impact on PCSCL’s interest including but not limited to additional time/expenditure, to continue to process its work with as minimal interruption to its business operations as is commercially reasonable until such approval is obtained, provided that SI shall not be relieved of its obligations to provide the Services and to achieve the service levels until the Approvals are obtained if and to the extent that SI 's obligations are dependent upon such Approvals. 11.2. The PCSCL or its nominated agencies shall use reasonable endeavors to assist System Integrator to obtain the Required Consent. In the event that any Required Consent is not obtained, the System Integrator and the PCSCL or its nominated agencies will co-operate with each other in achieving a reasonable alternative arrangement as early and as reasonably practicable for the

11 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

PCSCL or its nominated agencies to continue to process its work with as minimal interruption to its business operations as is commercially reasonable until such Required Consent is obtained, provided that the System Integrator shall not be relieved of its obligations to provide the Services and to achieve the Service Levels until the Required Consents are obtained to the extent that the System Integrator’s obligations are not dependent upon such Required Consents.

12. SI’s Obligations

12.1. SI’s obligations shall include all the activities as specified by the PCSCL in the Scope of Work and other Sections of the RFP and Contract and changes thereof to enable PCSCL to meet the objectives and operational requirements. It shall be SI’s responsibility to ensure the proper and successful implementation, performance and continued operation of the proposed solution in accordance with and in strict adherence to the terms of his Bid, the Tender and this Contract. 12.2. In addition to the aforementioned, SI shall provide services to manage and maintain the said system and infrastructure as mentioned in RFP Volume II. 12.3. PCSCL reserves the right to interview the personnel proposed that shall be deployed as part of the project team. If found unsuitable, the PCSCL may reject the deployment of the personnel. But ultimate responsibility of the project implementation shall lie with SI. 12.4. PCSCL reserves the right to require changes in personnel which shall be communicated to SI. SI with the prior approval of the PCSCL may make additions to the project team. SI shall provide the PCSCL with the resume of Key Personnel and provide such other information as the PCSCL may reasonably require. The PCSCL also reserves the right to interview the personnel and reject, if found unsuitable. In case of change in its team members, for any reason whatsoever, SI shall also ensure that the exiting members are replaced with at least equally qualified and professionally competent members. 12.5. SI shall ensure that none of the Key Personnel, proposed, exit from the project during the project implementation Phase. 12.6. SI should submit profiles of only those resources that shall be deployed on the project. Any change of resource should be approved by the PCSCL and compensated with equivalent or better resource. 12.7. In case of change in its team members, SI shall ensure a reasonable amount of time overlap in activities to ensure proper knowledge transfer and handover / takeover of documents and other relevant materials between the outgoing and the new member. 12.8. SI shall ensure that SI’s team is competent, professional and possesses the requisite qualifications and experience appropriate to the task they are required to perform under this Contract. SI shall ensure that the services are performed through the efforts of SI’s Team, in accordance with the terms hereof and to the satisfaction of the PCSCL. Nothing in this Contract relieves SI from its liabilities or obligations under this Contract to provide the Services in accordance with the PCSCL’s directions and requirements and as stated in this Contract and the Bid to the extent accepted by the PCSCL and SI shall be liable for any non-performance, non-compliance, breach or other loss and damage resulting either directly or indirectly by or on account of the SI’s Team. 12.9. SI shall be fully responsible for deployment / installation / development / lying of network fiber and integration of all the software and hardware components and resolve any problems / issues that may arise due to integration of components. 12.10. SI shall ensure that the OEMs supply equipment / components including associated accessories and software required and shall support SI in the installation, commissioning, integration and maintenance of these components during the entire period of contract. SI shall ensure that the COTS

12 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

OEMs supply the software applications and shall support SI in the installation / deployment, integration, roll-out and maintenance of these applications during the entire period of contract. It must clearly be understood by SI that warranty and AMC of the system, products and services incorporated as part of system would commence from the day of Go-Live of system as a complete solutions including all the solutions proposed. SI would be required to explicitly display that they have a back to back arrangement for provisioning of warranty / AMC support till the end of contract period with the relevant OEMs. The annual maintenance support shall include patches and updates of the software, hardware components and other devices. 12.11. All the software licenses that SI proposes should be perpetual software licenses. Licenses should be in the name of the PCSCL/end user. The software licenses shall not be restricted based on location and the PCSCL/end user should have the flexibility to use the software licenses for other requirements if required, provided the same does not violate the usage rights agreed with the original manufacturer. 12.12. All the OEMs that SI proposes should have dealer possession licenses. 12.13. The PCSCL reserves the right to review the terms of the Warranty and Annual Maintenance Agreements entered into between SI and OEMs and no such agreement/contract shall be executed, amended, modified and/or terminated without the prior written consent of the PCSCL. An executed copy of each of such agreements/contracts shall, immediately upon execution be submitted by SI to the PCSCL. 12.14. Alternatively, the SI can also submit an undertaking on company letterhead in this regard (specifying broadly the terms of the Warranty and Annual Maintenance Agreements entered into between the SI and OEM) signed by a competent authority of SI/OEM. 12.15. SI shall ensure that none of the components and sub-components is declared end-of-sale or end- of-support by the respective OEM at the time of submission of bid. If the OEM declares any of the products/ solutions end-of-sale subsequently, the SI shall ensure that the same is supported by the respective OEM for the entire contract period. Undertaking on company letterhead in this regard signed by the Global CEO or the Country head of OEM/SI shall be submitted by SI. 12.16. If a product is de-supported by the OEM for any reason whatsoever, from the date of Acceptance of the System till the end of contract, SI should replace the products/ solutions with an alternate that is acceptable to the PCSCL at no additional cost to the PCSCL and without causing any performance degradation. 12.17. All the Licenses will be in the name of PCSCL only. 12.18. SI shall ensure that the OEMs provide the support and assistance to SI in case of any problems / issues arising due to integration of components supplied by SI with any other component(s) / product(s) under the purview of the overall solution. If the same is not resolved for any reason whatsoever, SI shall replace the required component(s) with an equivalent or better substitute that is acceptable to PCSCL without any additional cost to the PCSCL and without impacting the performance of the solution in any manner whatsoever. 12.19. SI shall ensure that the OEMs for hardware servers/equipment supply and/or install all type of updates, patches, fixes and/or bug fixes for the firmware or software from time to time at no additional cost to the PCSCL. 12.20. SI shall ensure that the OEMs for hardware servers/ equipment or SI's trained engineers conduct the preventive maintenance on a Quarterly basis and break-fix maintenance in accordance with the best practices followed in the industry. SI shall ensure that the documentation and training services associated with the components shall be provided by the OEM partner or OEM’s certified training partner without any additional cost to the PCSCL.

13 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

12.21. SI and their personnel/representative shall not alter / change / replace any hardware component proprietary to the PCSCL and/or under warranty or AMC of third party without prior consent of the PCSCL. 12.22. SI representative(s) shall have all the powers requisite for the execution of scope of work and performance of services under this contract. SI representative(s) shall liaise with the PCSCL’s representative for the proper coordination and timely completion of the works and on any other matters pertaining to the works. SI shall extend full co-operation to PCSCL’s representative in the manner required by them for supervision/ inspection/ observation of the equipment/ goods/ material, procedures, performance, progress, reports and records pertaining to the works. He shall also have complete charge of SI’s personnel engaged in the performance of the works and to ensure compliance of rules, regulations and safety practice. He shall also cooperate with the other Service Providers/Vendors of the PCSCL working at the PCSCL’s office locations & field locations and DC sites. Such SI representative(s) shall be available to the PCSCL’s Representative at respective Data Centre during the execution of works. 12.23. SI shall be responsible on an ongoing basis for coordination with other vendors and agencies of the PCSCL in order to resolve issues and oversee implementation of the same. SI shall also be responsible for resolving conflicts between vendors in case of borderline integration issues. 12.24. SI’s shall adhere with the followings: 12.24.1. The products, solutions, goods and services etc. quoted by them, shall fulfil all the RFP requirements including but not limited to OEM compliance and technical specifications etc. In case any of the quoted products, solutions, goods and services etc. do not meet any of the RFP requirements, SI is liable to provide requisite substitution/alternate to fulfil the RFP requirements by the approval of the PCSCL, without any delay in Project timelines or additional cost to the PCSCL. 12.24.2. SI’s submitted bid is prepared in conformance of the RFP requirement in totality and any deficiency in the quoted BoM shall be fulfilled by SI without any enhancement in the quoted project cost in its financial bid or change in the project timelines & SLAs. 12.24.3. In case there is any deviation to the BoQ line items marked as “as per requirement” quantities during the project implementation phase, for fulfilling the RFP & project requirements, the same shall be borne by SI without any upward revision in the amount payable by the PCSCL for these line items and the payment by the PCSCL shall be as per the quantity proposed by SI as part of their Unpriced BOM or on actuals whichever is lower. 12.24.4. Any reference of payment to the SI on actual basis, anywhere in the RFP, only means that, for any reasons if the PCSCL at any stage decides to enhance or truncates the scope of work leading to increase or decrease in the no. of hardware components/devices than the one prescribed in the RFP or in the response of the SI, the payment for the same shall be made for such additional or lower number on the basis of the respective line item unit cost prescribed by the SI as part of their financial bid.

12.25. Change of Control: a. In the event of a change of control of the System Integrator during the term, the System Integrator shall promptly notify PCSCL and/or its nominated agencies of the same. b. In the event that the net worth of the surviving entity is less than that of System Integrator prior to the change of control, the PCSCL or its nominated agencies may within thirty (30) days of becoming aware of such change in control, require a replacement of existing Performance Guarantee

14 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

furnished by the System Integrator from a guarantor acceptable to the PCSCL or its nominated agencies (which shall not be System Integrator or any of its associated entities). c. If such a guarantee is not furnished within thirty (30) days of the PCSCL or its nominated agencies requiring the replacement, the PCSCL may exercise its right to terminate the SLA and/ or this Agreement within a further thirty (30) days by written notice, to become effective as specified in such notice. d. Pursuant to termination, the effects of termination as set out in Clause 37 of this Agreement shall follow. e. For the avoidance of doubt, it is expressly clarified that the internal reorganization of the System Integrator shall not be deemed an event of a change of control for purposes of this Clause unless the surviving entity is of less net worth than the predecessor entity.

12.26. Final Testing and Certification

The Project shall be governed by the mechanism of final acceptance testing and certification to be put into place by the PCSCL and System Integrator as under:

a) Final testing and certification criteria will lay down a set of guidelines following internationally accepted norms and standards for testing and certification for all aspects of project development and implementation covering software, hardware and networking including the processes relating to the design of solution architecture, design of systems and sub- systems, coding, testing, business process description, documentation, version control, change management, security, service oriented architecture, performance in relation to compliance with SLA metrics, interoperability, scalability, availability and compliance with all the technical and functional requirements of the RFP and this Agreement; b) Final testing and certification criteria will be finalized from the development stage to ensure that the guidelines are being followed and to avoid large scale modifications pursuant to testing done after the application is fully developed; c) Final testing and certification criteria will consider conducting specific tests on the software, hardware, networking, security and all other aspects; d) Final testing and certification criteria will establish appropriate processes for notifying the System Integrator of any deviations from the norms, standards or guidelines at the earliest instance after taking cognizance of the same to enable the System Integrator to take corrective action; etc. e) The Parties shall each ensure that the range of the Services under the SLA shall not be varied, reduced or increased except with the prior written agreement between the PCSCL and System Integrator in accordance with the Change Control Schedule set out in Annex II of this Agreement. f) Save for the express terms of the Terms of Payment Schedule set out of this Agreement, PCSCL or its nominated agencies and its users may purchase any particular category of Services that may become necessary as per the Change Control Schedule set out in Annex II of this Agreement, without the need to go for a separate procurement process.

15 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

12.27. Use of Assets by the System Integrator

During the Term the System Integrator shall:

a) take all reasonable and proper care of the entire hardware and software, network or any other information technology infrastructure components used for the Project and other facilities leased / owned / operated by the System Integrator exclusively in terms of ensuring their usability for the delivery of the Services as per this Agreement (hereinafter the “Assets”) in proportion to their use and control of such Assets; and b) Keep all the tangible Assets in as good and serviceable condition (reasonable wear and tear excepted) as at the date the System Integrator takes control of and/or first uses the Assets and during the entire Term of the Agreement. c) ensure that any instructions or manuals supplied by the manufacturer of the Assets for use of the Assets and which are provided to the System Integrator will be followed by the System Integrator and any person who will be responsible for the use of the Assets; d) take such steps as may be properly recommended by the manufacturer of the Assets and notified to the System Integrator or as may, in the reasonable opinion of the System Integrator, be necessary to use the Assets in a safe manner; e) ensure that the Assets that are under the control of the System Integrator, are kept suitably housed and in conformity with Applicable Law; f) procure permission from PCSCL or its nominated agencies and any persons duly authorized by them to enter any land or premises on which the Assets are for the time being sited so as to inspect the same, subject to any reasonable third party requirements; g) not knowingly or negligently use or permit any of the Assets to be used in contravention of any statutory provisions or regulation or in any way contrary to Applicable Law

12.28. Access to Sites 12.28.1. For so long as the System Integrator provides services to PCSCL or its nominated agencies location, as the case may be, on a non-permanent basis and to the extent necessary, the PCSCL as the case may be or its nominated agencies shall, subject to compliance by the System Integrator with any safety and security guidelines which may be provided by the PCSCL as the case may be or its nominated agencies and notified to the System Integrator in writing, provide the System Integrator with: a) reasonable access, in the same manner granted to PCSCL or its nominated agencies employees, to PCSCL as the case may be location twenty-four hours a day, seven days a week; b) reasonable work space, access to office equipment as mutually agreed and other related support services in such location and at such other the PCSCL as the case may be location, if any, as may be reasonably necessary for the System Integrator to perform its obligations hereunder and under the SLA 12.28.2. Access to locations, office equipment and services shall be made available to the System Integrator (as per scope of work defined in the tender) by the PCSCL as the case may be or its nominated agencies. The System Integrator agrees to ensure that its employees, agents and contractors shall not use the location, services and equipment referred to in RFP for the following purposes:

16 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

a) for the transmission of any material which is defamatory, offensive or abusive or of an obscene or menacing character; or b) in a manner which constitutes a violation or infringement of the rights of any person, firm or company (including but not limited to rights of copyright or confidentiality)

12.29. Start of Installation

12.29.1. SI shall co-ordinate with the PCSCL and stakeholders for the complete setup of sites before commencement of installation of other areas as mentioned in Scope of Work of the RFP Volume II document. SI shall also co-ordinate regarding Network / Bandwidth connectivity in order to prepare the installation plan and detailed design / architectural design documents. 12.29.2. As per TRAI guidelines, resale of bandwidth connectivity is not allowed. In such a case tripartite agreement should be formed between PCSCL, SI and Internet Service Provider(s). 12.29.3. The plan and design documents thus developed shall be submitted by SI for approval by the PCSCL. 12.29.4. After obtaining the approval from the PCSCL, SI shall commence the installation of the systems. 12.29.5. It shall be the responsibility of SI to get all the necessary permission(s) for laying of fiber including the Right of Way. PCSCL shall provide the necessary support for getting such permissions. Obtaining RoW permissions from concerned authorities shall be the responsibility of SI. No charge for RoW shall be levied.

12.30. Management Phase 12.30.1. Governance The review and management process of this Agreement shall be carried out in accordance with the Governance Schedule set out in Annex IV of this document and shall cover all the management aspects of the Project. 12.30.2. Use of Services a) The PCSCL as the case may be or its nominated agencies, will undertake and use the Services in accordance with any instructions or procedures as per the acceptance criteria as set out in the SLA or this Agreement or any agreement that may be entered into between the Parties from time to time; b) The PCSCL as the case may be or its nominated agencies shall be responsible for the operation and use of the Deliverables resulting from the Services 12.30.3. Changes Unless expressly dealt with elsewhere in this Agreement, any changes under or to this Agreement or under or to the SLA shall be dealt with in accordance with the Change Control Schedule set out in Annex II of this Agreement. 12.30.4. Security and Safety a) The System Integrator shall comply with the technical requirements of the relevant security, safety and other requirements specified in the Information Technology Act or Telegraph Act including the regulations issued by dept. of telecom (wherever applicable), IT Security Manual of the PCSCL as specifically stated in the RFP and

17 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

follow the industry standards related to safety and security (including those as stated in the RFP), insofar as it applies to the provision of the Services. b) Each Party to the SLA/Agreement shall also comply with PCSCL or the Government of India, and the respective State’s security standards and policies in force from time to time at each location of which PCSCL or its nominated agencies make the System Integrator aware in writing insofar as the same apply to the provision of the Services. c) The Parties to the SLA/Agreement shall use reasonable endeavors to report forthwith in writing to each other all identified attempts (whether successful or not) by unauthorized persons (including unauthorized persons who are employees of any Party) either to gain access to or interfere with the PCSCL as the case may be or any of their nominees data, facilities or Confidential Information. d) The System Integrator shall upon reasonable request by the PCSCL as the case may be or their nominee(s) participate in regular meetings when safety and information technology security matters are reviewed. e) As per the provisions of the SLA or this Agreement, the System Integrator shall promptly report in writing to the PCSCL or its nominated agencies, any act or omission which they are aware that could have an adverse effect on the proper conduct of safety and information technology security at the facilities of PCSCL as the case may be. 12.30.5. Co-operation Except as otherwise provided elsewhere in this Agreement or the SLA, each Party (“Providing Party”) to this Agreement or to the SLA undertakes promptly to provide the other Party (“Receiving Party”) with all such information and co-operation which the Receiving Party reasonably requests, provided that such information and co-operation: a) does not require material expenditure by the Providing Party to provide the same; b) is reasonably required by the Receiving Party in order for it to comply with its obligations under this Agreement or the SLA; c) cannot be construed to be Confidential Information; and d) is capable of being provided by the Providing Party Further, each Party agrees to co-operate with the contractors and subcontractors of the other Party as reasonably requested in order to accomplish the purposes of this Agreement. 12.31. Reporting Progress

12.31.1. SI shall monitor progress of all the activities related to the execution of this contract and shall submit to the PCSCL, progress reports with reference to all related work, milestones and their progress during the implementation phase. 12.31.2. Formats for all above mentioned reports and their dissemination mechanism shall be discussed and finalized along with project plan. The PCSCL on mutual agreement between both parties may change the formats, periodicity and dissemination mechanism for such reports. 12.31.3. Periodic meetings shall be held between the representatives of the PCSCL and SI once in every fifteen (15) days during the implementation phase to discuss the progress of implementation. After the implementation phase is over, the meeting shall be held as an ongoing basis, as desired by PCSCL, to discuss the performance of the contract. 12.31.4. SI shall ensure that the respective solution teams involved in the execution of work are part of such meetings.

18 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

12.31.5. Several review committees involving representatives of the PCSCL and senior officials of SI shall be formed for the purpose of this project. These committees shall meet at intervals, as decided by the PCSCL later, to oversee the progress of the implementation. 12.31.6. All the goods, services and manpower to be provided / deployed by SI under the Contract and the manner and speed of execution and maintenance of the work and services are to be conducted in a manner to the satisfaction of PCSCL’s representative in accordance with the Contract. 12.31.7. The PCSCL reserves the right to inspect and monitor/ assess the progress/ performance of the work / services at any time during the course of the Contract. The PCSCL may demand and upon such demand being made, SI shall provide documents, data, material or any other information which the PCSCL may require, to enable it to assess the progress/ performance of the work / service. 12.31.8. At any time during the course of the Contract, the PCSCL shall also have the right to conduct, either itself or through another agency as it may deem fit, an audit to monitor the performance by SI of its obligations/ functions in accordance with the standards committed to or required by the PCSCL and SI undertakes to cooperate with and provide to the PCSCL/ any other agency appointed by the PCSCL, all Documents and other details as may be required by them for this purpose. Such audit shall not include SI's books of accounts. 12.31.9. Should the rate of progress of the works or any part of them at any time fall behind the stipulated time for completion or is found to be too slow to ensure completion of the works by the stipulated time, or is in deviation to Tender requirements/ standards, the PCSCL’s representative shall so notify SI in writing. 12.31.10. SI shall reply to the written notice giving details of the measures SI proposes to take to expedite the progress so as to complete the works by the prescribed time or to ensure compliance to RFP requirements. SI shall not be entitled to any additional payment for taking such steps. If at any time it should appear to the PCSCL or PCSCL’s representative that the actual progress of work does not conform to the approved plan SI shall produce at the request of the PCSCL’s representative a revised plan showing the modification to the approved plan necessary to ensure completion of the works within the time for completion or steps initiated to ensure compliance to the stipulated requirements 12.31.11. The submission seeking approval by the PCSCL or PCSCL’s representative of such plan shall not relieve SI of any of his duties or responsibilities under the Contract. 12.31.12. In case during execution of works, the progress falls behind schedule or does not meet the Tender requirements, SI shall deploy extra manpower/ resources to make up the progress or to meet the RFP requirements. Plan for deployment of extra man power/ resources shall be submitted to the PCSCL for its review and approval. All time and cost effect in this respect shall be borne, by SI within the contract value.

12.32. Project Plan

12.32.1. Within 15 calendar days of effective date of the contract, SI shall submit to the PCSCL for its approval a detailed Project Plan with details of the project showing the sequence, procedure and method in which SI proposes to carry out the works. The Plan so submitted by SI shall conform to the requirements and timelines specified in the Contract. The PCSCL and SI shall discuss and agree upon the work procedures to be followed for effective execution of the works, which SI intends to deploy and shall be clearly specified. The Project Plan shall include but not limited to

19 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

project organization, communication structure, proposed staffing, roles and responsibilities, processes and tool sets to be used for quality assurance, security and confidentiality practices in accordance with industry best practices, project plan and delivery schedule in accordance with the Contract. Approval by the PCSCL’s representative of the Project Plan shall not relieve SI of any of his duties or responsibilities under this Contract. 12.32.2. If SI’s work plans necessitate a disruption/ shutdown in PCSCL’s operation, the plan shall be mutually discussed and developed so as to keep such disruption/shutdown to the barest unavoidable minimum. Any time and cost arising due to failure of SI to develop/adhere such a work plan shall be to SI’s account.

12.33. Adherence to safety procedures, rules regulations and restriction

12.33.1. SI’s Team shall comply with the provision of all applicable laws including labor laws, rules, regulations and notifications issued there under from time to time. All applicable safety and labor laws enforced by statutory agencies and by PCSCL shall be applicable in the performance of this Contract and SI’s Team shall abide by these laws. 12.33.2. Access to the Network Operations Center (NOC), Server Room, Command and Control Center (CCC) and City Operation Center (COC) shall be strictly restricted. No access to any person except the essential members of SI’s Team who are authorized by the PCSCL and are genuinely required for execution of work or for carrying out management/ maintenance shall be allowed entry. Even if allowed, access shall be restricted to the pertaining equipment of the PCSCL only. SI shall maintain a log of all activities carried out by each of its team personnel. 12.33.3. No access to any staff of SI, except the essential staff who has genuine work-related need, should be given. All such access should be logged in a loss free manner for permanent record with unique biometric identification of the staff to avoid misrepresentations or mistakes 12.33.4. SI shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all reasonable safety rules and instructions. SI’s Team shall adhere to all security requirement/ regulations of the PCSCL during the execution of the work. PCSCL’s employee also shall comply with safety procedures/ policy. 12.33.5. SI shall report as soon as possible any evidence, which may indicate or is likely to lead to an abnormal or dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations.

12.34. Statutory Requirements

12.34.1. During the tenure of this Contract, nothing shall be done by SI or his team including consortium in contravention of any law, act and/ or rules/regulations, there under or any amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall keep PCSCL indemnified in this regard.

13. PCSCL’s Obligations

13.1. PCSCL or his/her nominated representative shall act as the nodal point for implementation of the contract and for issuing necessary instructions, approvals, commissioning, acceptance certificates, payments etc. to SI.

20 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

13.2. PCSCL shall ensure that timely approval is provided to SI as and when required, which may include approval of project plans, implementation methodology, design documents, specifications, or any other document necessary in fulfillment of this contract. 13.3. The PCSCL’s representative shall interface with SI, to provide the required information, clarifications, and to resolve any issues as may arise during the execution of the Contract. PCSCL shall provide adequate cooperation in providing details, coordinating and obtaining of approvals from various governmental agencies, in cases, where the intervention of the PCSCL is proper and necessary. 13.4. PCSCL may provide on SI’s request, particulars / information / documentation that may be required by SI for proper planning and execution of work and for providing services covered under this contract and for which SI may have to coordinate with respective vendors. 13.5. PCSCL shall provide to SI only sitting space and basic infrastructure not including, stationery and other consumables at the PCSCL’s office locations. 13.6. Electrical connections installation and electricity consumption charges shall be borne by the SI throughout the contract period (as per the RFP requirements). The PCSCL shall provide approval and necessary documents for electrical power connections, which is to be taken in the name of Pimpri Chinchwad Smart City Limited. 13.7. Site Not Ready: PCSCL hereby agrees to make the project sites ready as per the agreed specifications, within the agreed timelines. PCSCL agrees that SI shall not be in any manner liable for any delay arising out of PCSCL’s failure to make the site ready within the stipulated period. 13.8. To provide any support through personnel to test the system during the Term; 13.9. To provide any support through personnel and/or test data during development, rollout, steady state operation, as well as, for any changes/enhancements in the system whenever required due to scope change that may arise due to business, delivery or statutory/regulatory reasons; 13.10. PCSCL shall provide the data (including in electronic form wherever available) to be migrated. 13.11. PCSCL shall authorize the System Integrator to interact for implementation of the Project with external entities and shall provide prompt Deliverable feedback, sign offs or its comments for changes. 14. Financial Matters 14.1. Terms of Payment a. In consideration of the Services and subject to the provisions of this Agreement and of the SLA, the PCSCL shall pay the System Integrator for the Services rendered in pursuance of this agreement, in accordance with the Terms of Payment Schedule set out in this Agreement. b. Payments shall be subject to the application of liquidated damages (for period prior to “Go Live”) or SLA penalties and its adjustments/corrections (for post “Go-Live”) as may be provided for in the Agreement and the SLA from the relevant milestone(s). c. Save and except as otherwise provided for herein or as agreed between the Parties in writing, the PCSCL shall not be required to make any payments in respect of the Services (or, without limitation to the foregoing, in respect of the System Integrator performance of any obligations under this Agreement or the SLA) other than those covered in this Agreement. For the avoidance of doubt, it is expressly clarified that the payments shall be deemed to include all ancillary and incidental costs and charges arising in the course of delivery of the Services including consultancy charges, infrastructure costs, project costs, implementation and management charges and all other related costs including taxes which are addressed in this Clause.

21 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

14.2. Invoicing & Settlement a. Subject to the specific terms of the Agreement and the SLA, the System Integrator shall submit its invoices in accordance with the following principles: (i) The PCSCL shall be invoiced by the System Integrator for the Services. Generally and unless otherwise agreed in writing between the Parties or expressly set out in the SLA, the System Integrator shall raise an invoice as per the Payment Schedule of this Agreement; and (ii) Any invoice presented in accordance with this Clause shall be in a form agreed with the PCSCL. b. The System Integrator alone shall invoice all payments after receiving due approval of completion of payment milestone from the competent authority. Such invoices shall be accurate with all adjustments or changes in the terms of payment as stated in Payment Schedule of this Agreement. The System Integrator shall waive any charge for a Service that is not invoiced within six months after the end of the month in which the change relating to such Service is (i) authorized or (ii) incurred, whichever is later. c. Payment shall be made within sixty (60) working days of the receipt of invoice along with supporting documents by the PCSCL subject to deduction of applicable liquidated damages (till “Go Live”) or SLA penalties (post “Go Live”) . The penalties are imposed on the vendor as per the SLA criteria specified in the SLA. d. The PCSCL shall be entitled to delay or withhold payment of any invoice or part of it delivered by the System Integrator under Payment Schedule section of this Agreement where the PCSCL disputes/withholds such invoice or part of it provided that such dispute is bonafide. The withheld amount shall be limited to that which is in dispute. The disputed / withheld amount shall be settled in accordance with the escalation procedure as set out in Payment Schedule sections of this Agreement. Any exercise by the PCSCL under this Clause shall not entitle the System Integrator to delay or withhold provision of the Services. 14.3. Tax

a. PCSCL or its nominated agencies shall be responsible for withholding taxes from the amounts due and payable to the System Integrator wherever applicable. The System Integrator shall pay for all other taxes in connection with this Agreement, SLA, scope of work and any other engagement required to be undertaken as a part of this Agreement, including, but not limited to, property, sales, use, excise, value-added, goods and services, consumption and other similar taxes or duties. b. PCSCL or its nominated agencies shall provide System Integrator with the original tax receipt of any withholding taxes paid by PCSCL or its nominated agencies on payments under this Agreement. The System Integrator agrees to reimburse and hold the PCSCL or its nominated agencies harmless from any deficiency including penalties and interest relating to taxes that are its responsibility under this paragraph. For purposes of this Agreement, taxes shall include taxes incurred on transactions between and among the PCSCL or its nominated agencies, the System Integrator and third party subcontractors. c. If, after the date of this Agreement, there is any change of rate of levy under the existing applicable laws of India with respect to taxes and duties, which are directly payable by the PCSCL for

22 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

providing the goods and services i.e. GST or any such other applicable tax from time to time, which increase or decreases the cost incurred by the System Integrator in performing the Services, then the remuneration and reimbursable expense otherwise payable to the System Integrator under this Agreement shall be increased or decreased accordingly by correspondence between the Parties hereto, and corresponding adjustments shall be made to the ceiling amounts specified in Payment Schedule section. However, in case of any new or fresh tax or levy imposed after submission of the proposal the System Integrator shall be entitled to reimbursement on submission of proof of payment of such tax or levy. d. The Parties shall cooperate to enable each Party to accurately determine its own tax liability and to minimize such liability to the extent legally permissible. In connection therewith, the Parties shall provide each other with the following: i. any resale certificates; ii. any relevant information regarding out-of-state or use of materials, equipment or services; and iii. Any direct pay permits, exemption certificates or information reasonably requested by the other Party. e. SI shall bear all personnel taxes levied or imposed on its personnel, or any other member of SI’s Team, etc. on account of payment received under this Contract. SI shall bear all corporate taxes, levied or imposed on SI on account of payments received by it from the PCSCL for the work done under this Contract. f. SI shall bear all taxes and duties etc. levied or imposed on SI under the Contract including but not limited to Sales Tax, Customs duty, Excise duty, Octroi, Service Tax, VAT, Works Contracts Tax and all Income Tax levied under Indian Income Tax Act – 1961 or any amendment thereof during the entire contract period, i.e., on account of material supplied and services rendered and payments received by him from the PCSCL under the Contract. It shall be the responsibility of SI to submit to the concerned Indian authorities the returns and all other connected documents required for this purpose. SI shall also provide the PCSCL such information, as it may be required in regard to SI’s details of payment made by the PCSCL under the Contract for proper assessment of taxes and duties. The amount of tax withheld by the PCSCL shall at all times be in accordance with Indian Tax Law and the PCSCL shall promptly furnish to SI original certificates for tax deduction at source and paid to the Tax Authorities. g. SI agrees that he shall comply with the Indian Income Tax Act in force from time to time and pay Indian Income Tax, as may be imposed/ levied on them by the Indian Income Tax Authorities, for the payments received by them for the works under the Contract h. SI shall fully familiarize themselves about the applicable domestic taxes (such as value added or sales tax, service tax, income taxes, duties, fees, levies, etc.) on amounts payable by PCSCL under the Contract. All such taxes must be included by SI in the financial proposal. (SI to find out applicable taxes for the components being proposed.) i. Should SI fails to submit returns/pay taxes in time as stipulated under applicable Indian/State Tax Laws and consequently any interest or penalty is imposed by the concerned authority, SI shall pay the same. SI shall indemnify PCSCL against any and all liabilities or claims arising out of this

23 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Contract for such taxes including interest and penalty by any such Tax Authority may assess or levy against the PCSCL/SI. j. PCSCL shall if so required by applicable laws in force, at the time of payment, deduct income tax payable by SI at the rates in force, from the amount due to SI and pay to the concerned tax authority directly. 15. Audit, Access and Reporting The System Integrator shall allow access to the PCSCL or its nominated agencies to all information which is in the possession or control of the System Integrator and which relates to the provision of the Services as set out in the Audit, Access and Reporting Schedule and which is reasonably required by the PCSCL to comply with the terms of the Audit, Access and Reporting Schedule set out as in Annex V of this agreement.

16. Intellectual Property Rights

16.1. Products and fixes: All products and related solutions and fixes provided pursuant to this Agreement shall be licensed according to the terms of the license agreement packaged with or otherwise applicable to such product, the ownership of which shall continue to vest with the product owner. System Integrator would be responsible for arranging any licenses associated with products. “Product” means any computer code, web-based services, or materials comprising commercially released, pre-release or beta products (whether licensed for a fee or no charge) and any derivatives of the foregoing which are made available to PCSCL for license which is published by product owner or its affiliates, or a third party. “Fixes” means product fixes that are either released generally (such as commercial product service packs) or that are provided to you when performing services (such as workarounds, patches, bug fixes, beta fixes and beta builds) and any derivatives of the foregoing. 16.2. Bespoke development: Subject to the provisions of Clause 16.3 and 16.4 below, upon payment, the IPR rights for any bespoke development done during the implementation of the project will lie exclusively with the PCSCL. 16.3. Pre-existing work: All IPR including the source code and materials developed or otherwise obtained independently of the efforts of a Party under this Agreement (“pre-existing work”) including any enhancement or modification thereto shall remain the sole property of that Party. During the performance of the services for this agreement, each party grants to the other party (and their sub-contractors as necessary) a non-exclusive license to use, reproduce and modify any of its pre-existing work provided to the other party solely for the performance of such services for duration of the Term of this Agreement. Except as may be otherwise explicitly agreed to in a statement of services, upon payment in full, the System Integrator should grant PCSCL a non-exclusive, perpetual, fully paid- up license to use the pre-existing work in the form delivered to PCSCL as part of the service or deliverables only for its internal business operations. Under such license, either of parties will have no right to sell the pre-existing work of the other party to a Third Party. PCSCL’s license to pre- existing work is conditioned upon its compliance with the terms of this Agreement and the perpetual license applies solely to the pre-existing work that bidder leaves with PCSCL at the conclusion of performance of the services.

24 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

16.4. Residuals: In no event shall System Integrator be precluded from independently developing for itself, or for others, anything, whether in tangible or non-tangible form, which is competitive with, or similar to, the deliverables, set-out in this Agreement. In addition, subject to the confidentiality obligations, System Integrator shall be free to use its general knowledge, skills and experience, and any ideas, concepts, know-how, and techniques that are acquired or used in the course of providing the Services. 17. Representations & Warranties 17.1. Representations and warranties of the System Integrator The System Integrator represents and warrants to the PCSCL or its nominated agencies that: a) it is duly organized and validly existing under the laws of India, and has full power and authority to execute and perform its obligations under this Agreement and other agreements and to carry out the transactions contemplated hereby; b) it is a competent provider of a variety of information technology and business process management services; c) it has taken all necessary corporate and other actions under laws applicable to its business to authorize the execution and delivery of this Agreement and to validly exercise its rights and perform its obligations under this Agreement; d) from the Effective Date, it will have the financial standing and capacity to undertake the Project in accordance with the terms of this Agreement; e) in providing the Services, it shall use reasonable endeavors not to cause any unnecessary disruption to PCSCL's normal business operations f) this Agreement has been duly executed by it and constitutes a legal, valid and binding obligation, enforceable against it in accordance with the terms hereof, and its obligations under this Agreement shall be legally valid, binding and enforceable against it in accordance with the terms hereof; g) the information furnished in the System Integrator’s response to the RFP and any subsequent clarification pertaining to the evaluation process, furnished on or before the date of this Agreement is to the best of its knowledge and belief true and accurate in all material respects as at the date of this Agreement; h) the execution, delivery and performance of this Agreement shall not conflict with, result in the breach of, constitute a default by any of the terms of its Memorandum and Articles of Association or any Applicable Laws or any covenant, contract, agreement, arrangement, understanding, decree or order to which it is a party or by which it or any of its properties or assets is bound or affected; i) there are no material actions, suits, proceedings, or investigations pending or, to its knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi-judicial or other authority, the outcome of which may result in the breach of this Agreement or which individually or in the aggregate may result in any material impairment of its ability to perform any of its material obligations under this Agreement; j) it has no knowledge of any violation or default with respect to any order, writ, injunction or decree of any court or any legally binding order of any Government Instrumentality which may result in any

25 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Adverse Effect on its ability to perform its obligations under this Agreement and no fact or circumstance exists which may give rise to such proceedings that would adversely affect the performance of its obligations under this Agreement; k) it has complied with Applicable Laws in all material respects and has not been subject to any fines, penalties, injunctive relief or any other civil or criminal liabilities which in the aggregate have or may have an Adverse Effect on its ability to perform its obligations under this Agreement; l) no representation or warranty by it contained herein or in any other document furnished by it to PCSCL or its nominated agencies in relation to the Required Consents contains or shall contain any untrue or misleading statement of material fact or omits or shall omit to state a material fact necessary to make such representation or warranty not misleading; and m) no sums, in cash or kind, have been paid or shall be paid, by it or on its behalf, to any person by way of fees, commission or otherwise for entering into this Agreement or for influencing or attempting to influence any officer or employee of PCSCL or its nominated agencies in connection therewith. 17.2. Representations and warranties of the PCSCL or its nominated agencies PCSCL or its nominated agencies represent and warrant to the System Integrator that: a) it has full power and authority to execute, deliver and perform its obligations under this Agreement and to carry out the transactions contemplated herein and that it has taken all actions necessary to execute this Agreement, exercise its rights and perform its obligations, under this Agreement and carry out the transactions contemplated hereby; b) it has taken all necessary actions under Applicable Laws to authorize the execution, delivery and performance of this Agreement and to validly exercise its rights and perform its obligations under this Agreement; c) it has the financial standing and capacity to perform its obligations under the Agreement; d) it is subject to the laws of India, and hereby expressly and irrevocably waives any immunity in any jurisdiction in respect of this Agreement or matters arising thereunder including any obligation, liability or responsibility hereunder; e) this Agreement has been duly executed by it and constitutes a legal, valid and binding obligation enforceable against it in accordance with the terms hereof and its obligations under this Agreement shall be legally valid, binding and enforceable against it in accordance with the terms thereof; f) the execution, delivery and performance of this Agreement shall not conflict with, result in the breach of, constitute a default under, or accelerate performance required by any of the Applicable Laws or any covenant, contract, agreement, arrangement, understanding, decree or order to which it is a party or by which it or any of its properties or assets is bound or affected; g) there are no actions, suits or proceedings pending or, to its knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi-judicial or other authority, the outcome of which may result in the default or breach of this Agreement or which individually or in the aggregate may result in any material impairment of its ability to perform its material (including any payment) obligations under this Agreement;

26 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

h) it has no knowledge of any violation or default with respect to any order, writ, injunction or any decree of any court or any legally binding order of any Government Instrumentality which may result in any Adverse Effect on the PCSCL or its nominated agencies ability to perform its obligations under this Agreement and no fact or circumstance exists which may give rise to such proceedings that would adversely affect the performance of its obligations under this Agreement; i) it has complied with Applicable Laws in all material respects; j) all information provided by it in the RFP in connection with the Project is, to the best of its knowledge and belief, true and accurate in all material respects; and k) Upon the System Integrator performing the covenants herein, it shall not at any time during the term hereof, interfere with peaceful exercise of the rights and discharge of the obligations by the System Integrator, in accordance with this Agreement.

18. Term and Extension of the Contract

18.1. The Contract period shall commence from the date of signing of contract and shall remain valid for 60 Months from the date of Go Live of the system 18.2. If the delay occurs due to circumstances beyond control of SI such as strikes, lockouts, fire, accident, defective materials, delay in approvals or any cause whatsoever beyond the reasonable control of SI, a reasonable extension of time shall be granted by the PCSCL. 18.3. The PCSCL shall reserve the sole right to grant any extension to the term abovementioned and shall notify in writing to SI, at least 3 (three) months before the expiration of the Term hereof, whether it shall grant SI an extension of the Term. The decision to grant or refuse the extension shall be at the PCSCL’s discretion and such extension of the contract, if any, shall be as per terms agreed mutually between the PCSCL and SI. 18.4. Where the PCSCL is of the view that no further extension of the term be granted to SI, the PCSCL shall notify SI of its decision at least 3 (three) months prior to the expiry of the Term. Upon receipt of such notice, SI shall continue to perform all its obligations hereunder, until such reasonable time beyond the Term of the Contract within which, the PCSCL shall either appoint an alternative agency/SI or create its own infrastructure to operate such Services as are provided under this Contract.

19. Dispute Resolution

a) General: If any dispute arises between the parties during the execution of a contract that should be amicably settled by mutual discussions. However, if the dispute is not settled by mutual discussions, a written representation will be obtained from the SI on the points of dispute. The representation so received shall be examined by the PCSCL and may take legal advice of a counsel and then examine the representation. The SI will also be given an opportunity of being heard. The PCSCL will take a decision on the representation and convey it in writing to the SI. b) In case of dispute arising amongst consortium members, beyond getting amicably settled by mutual discussion, and in the interest of project, PCSCL Board reserves the right to allow lead bidder for the change of consortium member as per RFP requirements and terms & conditions.

27 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

c) Arbitration i. All dispute arising out of this agreement, including the interpretation of terms and conditions of the agreement, shall be referred to sole arbitrator as per the provisions of the Arbitration and Conciliation Act 1996. ii. The Sole Arbitrator shall be retired District Judge. iii. The language of arbitration shall be English. iv. The place of Arbitration shall be Pune (Pimpri). v. The evidence of Arbitration proceeding shall be by way of Affidavit. The cross examination shall not be matter of right and it shall be the judicial discretion of the sole arbitrator which should be exercised sparingly. vi. The arbitration proceeding shall be decided within 6 months and cost of the Arbitration including arbitration fee shall be borne by the parties to the Arbitration in equal proportion

20. Time is of the essence 20.1. Time shall be of the essence in respect of any date or period specified in this Contract or any notice, demand or other communication served under or pursuant to any provision of this Contract and in particular in respect of the completion of the activities by SI by the specified completion date.

21. Conflict of interest 21.1. SI shall disclose to the PCSCL in writing, all actual and potential conflicts of interest that exist, arise or may arise (either for SI or SI’s Team) in the course of performing the Services as soon as practical after it becomes aware of that conflict. 21.2. Prohibition of Conflicting Activities: The SI shall not engage, either directly or indirectly, in any business or professional activities related to Operations & Management of the solutions (Network, Wi-Fi, Kiosk and VMD) that would conflict with the activities assigned to them under this Contract. 21.3. SI shall disclose to the PCSCL in writing, all actual and potential conflicts of interest that exist, arise or may arise (either for SI or SI’s Team) in the course of performing the Services, as soon as practical after it becomes aware of that conflict.

22. Force Majeure 22.1. Definition of Force Majeure: “Force Majeure” shall mean any event beyond the reasonable control of the PCSCL or of the SI, as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected. 22.2. Force Majeure events A Force Majeure shall include, without limitation, the following: a) War, hostilities, or warlike operations (whether a state of war be declared or not), invasion, act of foreign enemy, and civil war; b) Strike, sabotage, lockout, embargo, import restriction, port congestion, lack of usual means of public transportation and communication, industrial dispute, shipwreck, shortage or restriction of power supply, epidemics, quarantine, and plague;

28 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

c) Earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave, typhoon or cyclone, hurricane, storm, lightning, or other inclement weather condition, nuclear and pressure waves, or other natural or physical disaster; 22.3. If either party is prevented, hindered, or delayed from or in performing any of its obligations under the Contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such event and the circumstances of the event of Force Majeure within fourteen (14) days after the occurrence of such event. 22.4. The party who has given such notice shall be excused from the performance or punctual performance of its obligations under the Contract for so long as the relevant event of Force Majeure continues and to the extent that such party’s performance is prevented, hindered, or delayed. The time for achieving Final Acceptance shall be extended. 22.5. The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the effect of the event of Force Majeure upon its or their performance of the Contract and to fulfill its or their obligations under the Contract, but without prejudice to either party’s right to terminate the Contract under Clause 37. 22.6. No delay or nonperformance by either party to this Contract caused by the occurrence of any event of Force Majeure shall: a) constitute a default or breach of the Contract b) give rise to any claim for damages or additional cost or expense occasioned by the delay or nonperformance c) if, and to the extent that, such delay or nonperformance is caused by the occurrence of an event of Force Majeure 22.7. If the performance of the Contract is substantially prevented, hindered, or delayed for a single period of more than sixty (60) days on account of one or more events of Force Majeure during the time period covered by the Contract, the parties will attempt to develop a mutually satisfactory solution, failing which, either party may terminate the Contract by giving a notice to the other. 22.8. In the event of termination pursuant to this Clause 22, the rights and obligations of the PCSCL and the SI shall be as specified in the clause titled Termination. 22.9. Notwithstanding Clause 22, Force Majeure shall not apply to any obligation of the PCSCL to make payments to the SI under this Contract. 22.10. For the avoidance of doubt, it is expressly clarified that the failure on the part of the System Integrator under this Agreement or the SLA to implement any disaster contingency planning and back-up and other data safeguards in accordance with the terms of this Agreement or the SLA against natural disaster, fire, sabotage or other similar occurrence shall not be deemed to be a Force Majeure event. For the avoidance of doubt, it is further clarified that any negligence in performance of Services which directly causes any breach of security like hacking aren’t the forces of nature and hence wouldn’t be qualified under the definition of “Force Majeure”. In so far as applicable to the performance of Services, Service Provider will be solely responsible to complete the risk assessment and ensure implementation of adequate security hygiene, best practices, processes and technology to prevent any breach of security and any resulting liability therefrom (wherever applicable).

29 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

23. Delivery

23.1. SI shall bear the cost for packing, transport, insurance, storage and delivery of all the goods for “Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD” at all locations identified by the PCSCL in Pimpri Chinchwad. 23.2. The Goods and manpower supplied under this Contract shall conform to the standards mentioned in the RFP, and, when no applicable standard is mentioned, to the authoritative standards; such standard shall be approved by PCSCL. 23.3. SI shall only procure the hardware and software after approvals from a designated Committee/Authority.

24. Warranty & Maintenance

24.1. Standard: The System Integrator warrants that the Project, including all the system(s), materials and goods supplied pursuant to the Agreement, shall be free from any defect or deficiency in the material, design, engineering, and workmanship that prevent the system and/or any of its systems(s) from fulfilling the technical requirements or that limit in a material fashion the performance, reliability, or extensibility of the system and/or any of its sub-system(s). Commercial warranty provisions of products supplied under the Agreement shall apply to the extent they do not conflict with the provisions of this Agreement. 24.2. The SI also warrants that the products, materials and other goods supplied under the Agreement are new, unused and incorporate all recent improvements in design that materially affect the system’s or subsystem’s ability to fulfill the technical requirements specified in the RFP. 24.3. In addition, the SI warrants that: (i) all Goods components to be incorporated into the System form part of the SI/OEM’s and/or Subcontractor’s current product lines. 24.4. The warranty period shall commence from the date of Final Acceptance of the System (or of any major component or subsystem for which phased Go-Live is provided for in the Agreement) or on expiry of the products commercial warranty, whichever is earlier. 24.5. If during the warranty period any defect or deficiency is found in the material, design and performance/workmanship of the Project and other Services provided by the System Integrator, the System Integrator shall promptly, in consultation and agreement with PCSCL, and at the System Integrator’s sole cost repair, replace, or otherwise make good (as the System Integrator shall, at its discretion, determine) such default, defect or deficiency as well as any damage to the system caused by such default, defect or deficiency. Any defective component, excluding hard disks, that has been replaced by the System Integrator shall remain the property of the System Integrator. 24.6. The SI may, with the consent of the PCSCL, remove from the site any product and other goods that are defective, if the nature of the defect, and/or any damage to the System caused by the defect, is such that repairs cannot be expeditiously carried out at the site. If the repair, replacement, or making good is of such a character that it may affect the efficiency of the System, the PCSCL may give the SI notice requiring that tests of the defective part be made by the SI immediately upon completion of such remedial work, whereupon the SI shall carry out such tests. If such part fails the tests, the SI shall carry out further repair, replacement, or making good (as the case may be) until that part of the System passes such tests. The tests shall be agreed upon by the PCSCL and the SI.

30 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

24.7. If the SI fails to commence the work necessary to remedy such defect or any damage to the System caused by such defect within a reasonable time period, the PCSCL may, following notice to the SI, proceed to do such work or contract a third party (or parties) to do such work, and the reasonable costs incurred by the PCSCL in connection with such work shall be paid to the PCSCL by the SI or may be deducted by the PCSCL from any amount due to the SI. 24.8. If the System or any of its sub-systems cannot be used by reason of such default, defect or deficiency and/or making good of such default, defect or deficiency, the warranty period for the Project shall be extended by a period equal to the period during which the Project or any of its system could not be used by the PCSCL because of such defect and/or making good of such default, defect or deficiency. 24.9. Items substituted for defective parts of the System during the Warranty Period shall be covered by the Warranty for the remainder of the Warranty Period applicable for the part replaced or three (3) months, whichever is greater. 24.10. The Implementing Agency shall have no liability in the case of breach of this warranty due to (i) use of the deliverables on any environment (hardware or software) other than the environment recommended or approved by the Implementing Agency, (ii) the combination, operation, or use of some or all of the deliverables with information, software, specifications, instructions, data, or materials not approved by the Implementing Agency; (iii) the deliverables having been tampered with, altered or modified by PCSCL without the written permission of the Implementing Agency, or (iv) use of the deliverables otherwise than in terms of the relevant documentation. 24.11. Implied Warranty: The warranties provided herein are in lieu of all other warranties, both express and implied, and all other warranties, including without limitation that of merchantability or fitness for intended purpose is specifically disclaimed.

25. Insurance

25.1. The Goods supplied under this Contract shall be comprehensively insured by SI at his own cost, against any loss or damage, for the entire period of the contract. SI shall submit to the PCSCL, documentary evidence issued by the insurance company, indicating that such insurance has been taken. 25.2. SI shall bear all the statutory levies like customs, insurance, freight, etc. applicable on the goods and also the charges like transportation charges, Octroi, etc. that may be applicable till the goods are delivered at the respective sites of installation shall also be borne by SI. 25.3. SI shall take out and maintain at its own cost, on terms and conditions approved by the PCSCL, insurance against the risks, and for the coverages, as specified below: a. At the PCSCL’s request, shall provide evidence to the PCSCL showing that such insurance has been taken out and maintained and that the current premiums therefor have been paid. b. Employer's liability and workers' compensation insurance in respect of the Personnel of the Company, in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate

31 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

25.4. Certificates of Currency 25.4.1. The System Integrator must, on request by the PCSCL, provide current relevant confirmation of insurance documentation from its insurance brokers certifying that it has insurance as required by this Clause 25. The Service Provider agrees to replace any coverage prior to the date of expiry/cancellation. 25.5. Non-compliance PCSCL or its nominated agencies may, at its election, terminate this Agreement as per Clause 37.8, upon the failure of System Integrator or notification of such failure, to maintain the required insurance coverage. Inadequate insurance coverage for any reason shall not relieve System Integrator of its obligations under this Agreement. 26. Exit Management 26.1. Purpose 26.1.1. This Schedule sets out the provisions, which will apply on expiry or termination of the MSA, the Project Implementation, Operation and Management SLA. 26.1.2. In the case of termination of the Project Implementation and/or Operation and Management, the Parties shall agree at that time whether, and if so during what period, the provisions of this Schedule shall apply. 26.1.3. The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this Exit Management clause. 26.2. Transfer of Assets 26.2.1. PCSCL shall be entitled to serve notice in writing on the SI at any time during the exit management period as detailed hereinabove requiring the SI and/or its sub-contractors to provide the PCSCL with a complete and up to date list of the Assets within thirty (30) days of such notice. PCSCL shall then be entitled to serve notice in writing on the SI at any time prior to the date that is thirty (30) days prior to the end of the exit management period requiring the SI to sell the Assets, if any, to be transferred to PCSCL or its nominated agencies at book value as determined as of the date of such notice in accordance with the provisions of relevant laws. 26.2.2. In case of contract being terminated by PCSCL, PCSCL reserves the right to ask SI to continue running the project operations for a period of six (6) months after termination orders are issued. 26.2.3. Upon service of a notice under this Article the following provisions shall apply: i. in the event, if the Assets to be transferred are mortgaged to any financial institutions by the SI, the SI shall ensure that all such liens and liabilities have been cleared beyond doubt, prior to such transfer. All documents regarding the discharge of such lien and liabilities shall be furnished to the PCSCL. ii. All risk in and title to the Assets to be transferred / to be purchased by the PCSCL pursuant to this Article shall be transferred to PCSCL, on the last day of the exit management period.

32 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

iii. PCSCL shall pay to the SI on the last day of the exit management period such sum representing the Net Block (procurement price less depreciation as per provisions of Companies Act) of the Assets to be transferred as stated in the Terms of Payment Schedule. iv. Payment to the outgoing SI shall be made to the tune of last set of completed services / deliverables, subject to SLA requirements. v. The outgoing SI will pass on to PCSCL and/or to the Replacement SI, the subsisting rights in any leased properties/ licensed products on terms not less favorable to PCSCL/ Replacement SI, than that enjoyed by the outgoing SI. 26.3. Cooperation and Provision of Information During the exit management period: 26.3.1. The System Integrator will allow the PCSCL or its nominated agency access to information reasonably required to define the then current mode of operation associated with the provision of the services to enable the PCSCL to assess the existing services being delivered; 26.3.2. Promptly on reasonable request by the PCSCL, the SI shall provide access to and copies of all information held or controlled by them which they have prepared or maintained in accordance with this agreement relating to any material aspect of the services (whether provided by the System Integrator or sub-contractors appointed by the System Integrator). The PCSCL shall be entitled to copy of all such information. Such information shall include details pertaining to the services rendered and other performance data. The System Integrator shall permit the PCSCL or its nominated agencies to have reasonable access to its employees and facilities as reasonably required by the Chairman, PIU to understand the methods of delivery of the services employed by the System Integrator and to assist appropriate knowledge transfer.

26.4. Confidential Information, Security and Data 26.4.1. The System Integrator will promptly on the commencement of the exit management period supply to the PCSCL or its nominated agency the following: i. Information relating to the current services rendered and customer and performance data relating to the performance of sub-contractors in relation to the services; ii. Documentation relating to Computerization Project’s Intellectual Property Rights; iii. Documentation relating to sub-contractors; iv. All current and updated data as is reasonably required for purposes of PCSCL or its nominated agencies transitioning the services to its Replacement System Integrator in a readily available format nominated by the PCSCL, its nominated agency; v. All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable PCSCL or its nominated agencies, or its Replacement System Integrator to carry out due diligence in order to transition the provision of the Services to PCSCL or its nominated agencies, or its Replacement System Integrator (as the case may be).

33 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

26.4.2. Before the expiry of the exit management period, the System Integrator shall deliver to the PCSCL or its nominated agency all new or up-dated materials from the categories set out in this section above and shall not retain any copies thereof, except that the System Integrator shall be permitted to retain one copy of such materials for archival purposes only. 26.4.3. Before the expiry of the exit management period, unless otherwise provided under the MSA, the PCSCL or its nominated agency shall deliver to the System Integrator all forms of System Integrator confidential information, which is in the possession or control of Chairperson, PIU or its users. 26.5. Employees 26.5.1. Promptly on reasonable request at any time during the exit management period, the System Integrator shall, subject to applicable laws, restraints and regulations (including in particular those relating to privacy) provide to the PCSCL or its nominated agency a list of all employees (with job titles) of the System Integrator dedicated to providing the services at the commencement of the exit management period. 26.5.2. Where any national, regional law or regulation relating to the mandatory or automatic transfer of the contracts of employment from the System Integrator to the PCSCL or its nominated agency, or a Replacement System Integrator ("Transfer Regulation") applies to any or all of the employees of the System Integrator, then the Parties shall comply with their respective obligations under such Transfer Regulations. 26.6. Transfer of Certain Agreements On request by the PCSCL or its nominated agency, the System Integrator shall effect such assignments, transfers, licenses and sub-licenses as the Chairperson, PIU may require in favor of the Chairperson, PIU, or its Replacement System Integrator in relation to any equipment lease, maintenance or service provision agreement between System Integrator and third party lessors, vendors, and which are related to the services and reasonably necessary for the carrying out of replacement services by the PCSCL or its nominated agency or its Replacement System Integrator. 26.7. Rights of Access to Premises 26.7.1. At any time during the exit management period, where Assets are located at the System Integrator's premises, the System Integrator will be obliged to give reasonable rights of access to (or, in the case of Assets located on a third party's premises, procure reasonable rights of access to) the PCSCL or its nominated agency and/or any Replacement System Integrator in order to make an inventory of the Assets. 26.7.2. The System Integrator shall also give the PCSCL or its nominated agency or its nominated agencies, or any Replacement System Integrator right of reasonable access to the Implementation Partner's premises and shall procure the PCSCL or its nominated agency / agencies and any Replacement System Integrator rights of access to relevant third party premises during the exit management period and for such period of time following termination or expiry of the MSA as is reasonably necessary to migrate the services to the PCSCL or its nominated agency, or a Replacement System Integrator.

34 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

26.8. Exit Management Plan 26.8.1. The System Integrator shall provide the PCSCL or its nominated agency with a recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the MSA as a whole and in relation to the Project Implementation, and the Operation and Management SLA. i. A detailed program of the transfer process that could be used in conjunction with a Replacement System Integrator including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; ii. Plans for the communication with such of the System Integrator's sub-contractors, staff, SIs, customers and any related third party as are necessary to avoid any material detrimental impact on the PCSCL’s operations as a result of undertaking the transfer; iii. If applicable, proposed arrangements for the segregation of the System Integrator's networks from the networks employed by PCSCL and identification of specific security tasks necessary at termination; iv. Plans for provision of contingent support to PCSCL, and Replacement System Integrator for a reasonable period after transfer. 26.8.2. The System Integrator shall re-draft the Exit Management Plan annually thereafter to ensure that it is kept relevant and up to date. 26.8.3. Each Exit Management Plan shall be presented by the System Integrator to and approved by the PCSCL or its nominated agencies. 26.8.4. The terms of payment as stated in the Terms of Payment Schedule include the costs of the System Integrator complying with its obligations under this Schedule. 26.8.5. In the event of termination or expiry of MSA, and Project Implementation, each Party shall comply with the Exit Management Plan. 26.8.6. During the exit management period, the System Integrator shall use its best efforts to deliver the services. 26.8.7. Payments during the Exit Management period shall be made in accordance with the Terms of Payment Schedule. 26.8.8. This Exit Management plan shall be furnished in writing to the PCSCL or its nominated agencies within ninety (90) days from the Effective Date of this Agreement.

B. SPECIAL CONDITIONS OF CONTRACT (SCC)

27. Performance Security

27.1. The SI shall furnish Performance Security Deposit to the PCSCL, in form of Performance Bank Guarantee (PBG), within fifteen (15) days of issuance of Letter of Intent (LoI) or Letter of Award

35 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

(LoA) for a value equivalent to 5% of the contract value. This PBG shall be valid up to One hundred and Eighty days (180) days beyond the term of the Contract (Contract Period+180 days) including any subsequent term extension. The SI shall be responsible for extending the validity date and claim period of the PBG as and when it is due on account of extension of contract and/or warranty period.

28. Liquidated Damages

a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to deliver any or all of the items/goods or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in (d) below for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in the bidding document and/ or contract. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to clause “Termination”. b) The time specified for delivery and installation of the IT/non IT Infra and software products licenses in the bidding document shall be deemed to be the essence of the contract and the supplier/ selected bidder shall arrange items/goods supply and related services within the specified period. c) Delivery and installation/ completion period may be extended with or without liquidated damages, if the delay in the supply of items/goods or service is on account of hindrances beyond the control of the supplier/ selected bidder. i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for extending the delivery period of service, if he finds himself unable to complete the supply of items/goods or service within the stipulated delivery period or is unable to maintain prorate progress in the supply of items/goods or service delivery. This request shall be submitted as soon as a hindrance in delivery of items/goods and service occurs or within fifteen (15) days from such occurrence but before expiry of stipulated period of completion of delivery of items / goods and service after which such request shall not be entertained. ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of items/goods and service and the period of delay occurred due to that and recommend the competent authority on the period of extension which should be granted with or without liquidated damages. iii. Normally, extension in delivery period of items/goods and service in following circumstances may be considered without liquidated damages: a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if PCSCL was required to supply them to the supplier of items/goods or service provider as per terms of the contract. b. When delay has occurred in supply of materials etc. if these were required to be supplied to the supplier or service provider by PCSCL as per terms of the contract. iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment to the contract with suitable denial clauses and with or without liquidated damages, as the case may be, shall be issued. The amendment letter shall mention that no extra price or additional cost for any reason, what so ever beyond the contracted cost shall be paid for the delayed supply of items/goods and service.

36 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

v. It shall be at the discretion of the concerned authority to accept or not to accept the supply of items/goods and/ or services rendered by the contractor after the expiry of the stipulated delivery period, if no formal extension in delivery period has been applied and granted. The competent authority shall have right to cancel the contract with respect to undelivered items/goods and/ or service. vi. If PCSCL is in need of the items/goods and/ or service rendered after expiry of the stipulated delivery period, it may accept the services and issue a letter of extension in delivery period with usual liquidated damages and denial clauses to regularize the transaction. d) In case of extension in the delivery and installation/completion period is granted with full liquidated damages, the recovery shall be made on the basis of following percentages of value of items/goods and/ or service which the supplier/ selected bidder has failed to supply/ install/ complete :

Sr. Condition LD %* No. Delay up to one fourth period of the prescribed period of delivery, successful a. 2.5 % installation and completion of work Delay exceeding one fourth but not exceeding half of the prescribed period of b. 5.0 % delivery, successful installation and completion of work Delay exceeding half but not exceeding three fourth of the prescribed period of c. 7.5 % delivery, successful installation and completion of work Delay exceeding three fourth of the prescribed period of delivery, successful d. 10.0 % installation and completion of work

i. Fraction of a day in reckoning period of delay in supplies, successful installation and completion of work shall be eliminated, if it is less than half a day. ii. The maximum amount of liquidated damages shall be 10% of the contract value. iii. *The percentage refers to the payment due for the associated items/ goods/ service.

29. Indemnifications and Limitation of Liability:

29.1. Subject to Clause 29.5 below, System Integrator (the "Indemnifying Party") undertakes to indemnify, hold harmless the PCSCL (the "Indemnified Party") from and against all claims, liabilities, losses, expenses (including reasonable attorneys' fees), fines, penalties, taxes or damages (Collectively “Loss”) on account of bodily injury, death or damage to tangible personal property arising in favor of any person, corporation or other entity (including the Indemnified Party) attributable to the Indemnifying Party's negligence or willful default in performance or non- performance under this Agreement. 29.2. If the Indemnified Party promptly notifies Indemnifying Party in writing of a third party claim against Indemnified Party that any Service provided by the Indemnifying Party infringes a copyright, trade secret or patents incorporated in India of any third party, Indemnifying Party will defend such claim at its expense and will pay any costs or damages, that may be finally awarded against Indemnified Party. 29.3. Indemnifying Party will not indemnify the Indemnified Party, however, if the claim of infringement is caused by: a. Indemnified Party’s misuse or modification of the Service;

37 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

b. Indemnified Party’s failure to use corrections or enhancements made available by the Indemnifying Party; c. Indemnified Party’s use of the Service in combination with any product or information not owned or developed by Indemnifying Party; 29.4. However, if any service, information, direction, specification or materials provided by Indemnified Party or any third party contracted to it, is or likely to be held to be infringing, Indemnifying Party shall at its expense and option either a. Procure the right for Indemnified Party to continue using it b. Replace it with a non-infringing equivalent c. Modify it to make it non-infringing The foregoing remedies constitute Indemnified Party’s sole and exclusive remedies and Indemnifying Party’s entire liability with respect to infringement. 29.5. The indemnities set out in Clause 29 shall be subject to the following conditions: 29.5.1. The Indemnified Party as promptly as practicable informs the Indemnifying Party in writing of the claim or proceedings and provides all relevant evidence, documentary or otherwise; 29.5.2. The Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying Party all reasonable assistance in the Defense of such claim including reasonable access to all relevant information, documentation and personnel provided that the Indemnified Party may, at its sole cost and expense, reasonably participate, through its attorneys or otherwise, in such Defense; 29.5.3. If the Indemnifying Party does not assume full control over the Defense of a claim as provided in this Article, the Indemnifying Party may participate in such Defense at its sole cost and expense, and the Indemnified Party will have the right to defend the claim in such manner as it may deem appropriate, and the cost and expense of the Indemnified Party will be included in Losses; 29.5.4. The Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or compromise any proceedings or claim, without the written consent of the Indemnifying Party; 29.5.5. All settlements of claims subject to indemnification under this Clause will: i. Be entered into only with the consent of the Indemnified Party, which consent will not be unreasonably withheld and include an unconditional release to the Indemnified Party from the claimant or plaintiff for all liability in respect of such claim; and ii. Include any appropriate confidentiality agreement prohibiting disclosure of the terms of such settlement 29.5.6. The Indemnified Party shall account to the Indemnifying Party for all awards, settlements, damages and costs (if any) finally awarded in favor of the Indemnified Party which are to be paid to it in connection with any such claim or proceedings; 29.5.7. The Indemnified Party shall take steps that the Indemnifying Party may reasonably require to mitigate or reduce its loss as a result of such a claim or proceedings; 29.5.8. In the event that the Indemnifying Party is obligated to indemnify an Indemnified Party

38 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

29.5.9. pursuant to this Article, the Indemnifying Party will, upon payment of such indemnity in full, be subrogated to all rights and defenses of the Indemnified Party with respect to the claims to which such indemnification relates; and 29.5.10. If a Party makes a claim under the indemnity set out under Clause 28 above in respect of any particular Loss or Losses, then that Party shall not be entitled to make any further claim in respect of that Loss or Losses (including any claim for damages). 29.6. The liability of either Party (whether in contract, tort, negligence, strict liability in tort, by statute or otherwise) for any claim in any manner related to this Agreement, including the work, deliverables or Services covered by this Agreement, shall be the payment of direct damages only which shall in no event exceed one time the total contract value payable under this Agreement. The liability cap given under this Clause shall not be applicable to the indemnification obligations set out in Clause 29 and breach of Clause 34 and 35. 29.7. In no event shall either party be liable for any consequential, incidental, indirect, special or punitive damage, loss or expenses (including but not limited to business interruption, lost business, lost profits, or lost savings) nor for any third party claims (other than those set-forth in Clause 29.1) even if it has been advised of their possible existence. 29.8. The allocations of liability in this Clause 29 represent the agreed and bargained-for understanding of the parties and compensation for the Services reflects such allocations. Each Party has a duty to mitigate the damages and any amounts payable under an indemnity that would otherwise be recoverable from the other Party pursuant to this Agreement by taking appropriate and commercially reasonable actions to reduce or limit the amount of such damages or amounts.

30. Ownership and Retention of Documents

30.1. The PCSCL shall own the Documents, prepared by or for SI arising out of or in connection with the Contract. 30.2. Forthwith upon expiry or earlier termination of this Contract and at any other time on demand by the PCSCL, SI shall deliver to the PCSCL all documents provided by or originating from the PCSCL and all documents produced by or for SI in the course of performing the Services, unless otherwise directed in writing by the PCSCL at no additional cost. SI shall not, without the prior written consent of the PCSCL store, copy, distribute or retain any such documents.

31. Escrow Agreement

31.1. System Integrator shall comply with the escrow provisions below for all Bespoke Development & customized codes (including subcontractor-owned materials and other Third Party Material incorporated in System Integrator’s Proprietary Material), except to the extent System Integrator demonstrates to the satisfaction of the PCSCL that compliance is not permitted by the nature of System Integrator’s limited rights in such material. 31.2. Within ninety (90) days after the PCSCL’s acceptance of the Solution, the Parties shall enter into a software escrow agreement (“Escrow Agreement”) with a reputable, independent, third party that provides software escrow services among its principal business offerings (“Escrow Agent”). The Escrow Agreement shall provide for the regular deposit into escrow of all source code (including without limitation all make files, configurational files, data tables upon which execution is dependent, and the like, collectively the “Source Code”), object code, and documentation with respect to all Public Material and System Integrator’s Proprietary Material (and cumulative updates

39 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

thereof), together with (a) continually updated instructions as to the compilation, installation, configuration, deployment, and use of the Source Code, and (b) a list of all non-deposited third party software used in conjunction with the Source Code to provide the full functionality of the deposited materials. In the event of the termination or expiration of the initial Escrow Agreement or any successor agreement, with minimal delay the Parties shall enter into a substantially equivalent agreement with a successor provider of software escrow services (who shall then be known as the “Escrow Agent”). 31.3. System Integrator will make its initial deposit of Source Code within fifteen (15) days after the effective date of the Escrow Agreement. 31.4. System Integrator shall periodically update the escrow deposit as the Parties shall agree in the Escrow Agreement. In addition to other usual and customary terms, the Escrow Agreement shall provide that the PCSCL shall be entitled to obtain the deposited materials from escrow upon the PCSCL’s making a proper claim for release from escrow in the event that (c) proper written notice is given to the Escrow Agent that release of the copy of the deposited materials is pursuant to applicable Central or PCSCL bankruptcy, insolvency, reorganization, or liquidation statute; (d) System Integrator files articles of dissolution (but not if System Integrator is consolidated or merged into another entity); (e) the Contract expires or terminates for Material Breach of System Integrator. 31.5. The release of deposited materials from escrow shall not confer upon the PCSCL any right of ownership in the deposited materials or the underlying intellectual property embodied therein. In the event of the release of deposited materials to the PCSCL from escrow, the PCSCL shall use the deposited materials solely for the benefit of the PCSCL and its constituents, consistently with the grants of license set forth in Clause 16 of this Agreement. 31.6. The release of materials from escrow, without more, shall not cause any further amounts to accrue as payable to System Integrator by the PCSCL, and the term of the PCSCL’s possessory and usage rights with respect to the released materials shall be perpetual. 31.7. The Escrow Agreement shall provide for its automatic termination upon the earlier of five (5) years, after the expiration or termination of this Contract, or, release of all Source Code to the PCSCL and the PCSCL’s subsequent confirmation of compliance with the terms of the Escrow Agreement. System Integrator shall pay the escrow costs, as well as all costs associated with causing its subcontractors and other third parties to abide by the Escrow Agreement.

32. Information Security

32.1. SI shall not carry any written/printed document, layout diagrams, CD, hard disk, storage tapes, other storage devices or any other goods /material proprietary to PCSCL into / out of any location without written permission from the PCSCL. 32.2. SI shall not destroy any unwanted documents, defective tapes/media present at any location on their own. All such documents, tapes/media shall be handed over to the PCSCL. 32.3. All documentation and media at any location shall be properly identified, labeled and numbered by SI. SI shall keep track of all such items and provide a summary report of these items to the PCSCL whenever asked for. 32.4. Access to PCSCL’s data and systems, Internet facility by SI at any location shall be in accordance with the written permission by the PCSCL. The PCSCL shall allow SI to use facility in a limited

40 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

manner subject to availability. It is the responsibility of SI to prepare and equip himself in order to meet the requirements. 32.5. SI must acknowledge that PCSCL’s business data and other PCSCL proprietary information or materials, whether developed by PCSCL or being used by PCSCL pursuant to a license agreement with a third party (the foregoing collectively referred to herein as “proprietary information”) are confidential and proprietary to PCSCL; and SI along with its team agrees to use reasonable care to safeguard the proprietary information and to prevent the unauthorized use or disclosure thereof, which care shall not be less than that used by SI to protect its own proprietary information. SI recognizes that the goodwill of PCSCL depends, among other things, upon SI keeping such proprietary information confidential and that unauthorized disclosure of the same by SI or its team could damage the goodwill of PCSCL, and that by reason of SI’s duties hereunder. SI may come into possession of such proprietary information, even though SI does not take any direct part in or furnish the services performed for the creation of said proprietary information and shall limit access thereto to employees with a need to such access to perform the services required by this Contract. SI shall use such information only for the purpose of performing the said services. 32.6. SI shall, upon termination of this Contract for any reason, or upon demand by PCSCL, whichever is earliest, return any and all information provided to SI by PCSCL, including any copies or reproductions, both hardcopy and electronic. 32.7. By virtue of this Contract, SI team may have access to personal information of the PCSCL and/or a third party. The PCSCL has the sole ownership of and the right to use, all such data in perpetuity including any data or other information pertaining to the citizens that may be in the possession of SI team in the course of performing the Services under the Contract. 33. Records of contract documents

33.1. SI shall at all-time make and keep sufficient copies of the process manuals, operating procedures, specifications, Contract documents and any other documentation for SI to fulfil his duties under the Contract. 33.2. SI shall keep on the Site at least three copies of each and every specification and Contract Document, in excess of his own requirement and those copies shall be available at all times for use by the PCSCL’s Representative and by any other person authorized by the PCSCL’s Representative.

34. Security and Safety 34.1. SI shall comply with the directions issued from time to time by the PCSCL and the standards related to the security and safety, insofar as it applies to the provision of the Services. 34.2. SI shall upon reasonable request by the PCSCL, or its nominee(s) participate in regular meetings when safety and information technology security matters are reviewed.

35. Confidentiality 35.1. The PCSCL or its nominated agencies shall allow the System Integrator to review and utilize highly confidential public records and the System Integrator shall maintain the highest level of secrecy, confidentiality and privacy with regard thereto. 35.2. Additionally, the System Integrator shall keep confidential all the details and information with regard to the Project, including systems, facilities, operations, management and maintenance of the systems/facilities.

41 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

35.3. The PCSCL or its nominated agencies shall retain all rights to prevent, stop and if required take the necessary punitive action against the System Integrator regarding any forbidden disclosure. 35.4. The System Integrator shall ensure that all its employees, agents and sub-contractors involved in the project, execute individual non-disclosure agreements, which have been duly approved by the PCSCL with respect to this Project. 35.5. For the avoidance of doubt, it is expressly clarified that the aforesaid provisions shall not apply to the following information: 35.5.1. Information already available in the public domain; 35.5.2. Information which has been developed independently by the System Integrator; 35.5.3. Information which has been received from a third party who had the right to disclose the aforesaid information; 35.5.4. Information which has been disclosed to the public pursuant to a court order 35.6. To the extent the System Integrator shares its confidential or proprietary information with the PCSCL for effective performance of the Services, the provisions of the Clause 35.1 to 35.3 shall apply mutatis mutandis on the PCSCL or its nominated agencies 35.7. Any handover of the confidential information needs to be maintained in a list, both by PCSCL & SI, containing at the very minimum, the name of provider, recipient, date of generation of the data, date of handing over of data, mode of information, purpose and signatures of both parties. 35.8. Notwithstanding anything to the contrary mentioned hereinabove, the System Integrator shall have the right to share the Letter of Intent / work order provided to it by the PCSCL in relation to this Agreement, with its prospective PCSCLs solely for the purpose of and with the intent to evidence and support its work experience under this Agreement.

36. Events of Default by SI

The failure on the part of SI to perform any of its obligations or comply with any of the terms of this Contract shall constitute an Event of Default on the part of SI. The events of default are but not limited to: 36.1. SI Team has failed to perform any instructions or directives issued by the PCSCL which it deems proper and necessary to execute the scope of work or provide services under the Contract, or 36.2. SI Team has failed to confirm / adhere to any of the key performance indicators as laid down in the Key Performance Measures / Service Levels, or if SI has fallen short of matching such standards / benchmarks / targets as the PCSCL may have designated with respect to the system or any goods, task or service, necessary for the execution of the scope of work and performance of services under this Contract. The above mentioned failure on the part of SI may be in terms of failure to adhere to performance, quality, timelines, specifications, requirements or any other criteria as defined by the PCSCL; 36.3. SI has failed to remedy a defect or failure to perform its obligations in accordance with the specifications issued by the PCSCL, despite being served with a default notice which laid down the specific deviance on the part of SI/ SI’s Team to comply with any stipulations or standards as laid down by the PCSCL; or 36.4. SI/ SI’s Team has failed to adhere to any amended direction, instruction, modification or clarification as issued by the PCSCL during the term of this Contract and which the PCSCL deems proper and necessary for the execution of the scope of work under this Contract 36.5. SI/ SI’s Team has failed to demonstrate or sustain any representation or warranty made by it in this Contract, with respect to any of the terms of its Bid, the RFP and this Contract

42 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

36.6. There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator, assignee, or similar official against or in relation to SI. 36.7. SI Team has failed to comply with or is in breach or contravention of any applicable laws. 36.8. Where there has been an occurrence of such defaults inter alia as stated above, the PCSCL shall issue a notice of default to SI, setting out specific defaults / deviances / omissions / non- compliances / non-performances and providing a notice of thirty (30) days to enable such defaulting party to remedy the default committed. 36.9. Where despite the issuance of a default notice to SI by the PCSCL, SI fails to remedy the default to the satisfaction of the PCSCL, the PCSCL may, where it deems fit, issue to the defaulting party another default notice or proceed to contract termination.

37. Termination The PCSCL may, terminate this Contract in whole or in part by giving SI a prior 30 days written notice, indicating its intention to terminate the Contract under the following circumstances: 37.1. Where the PCSCL is of the opinion that there has been such Event of Default on the part of SI / SI’s Team which would make it proper and necessary to terminate this Contract and may include failure on the part of SI to respect any of its commitments with regard to any part of its obligations under its Bid, the RFP or under this Contract. 37.2. Where it comes to the PCSCL’s attention that SI (or SI’s Team) is in a position of actual conflict of interest with the interests of the PCSCL, in relation to any of terms of SI’s Bid, the RFP or this Contract. 37.3. Where SI’s ability to survive as an independent corporate entity is threatened or is lost owing to any reason whatsoever, including inter-alia the filing of any bankruptcy proceedings against SI, any failure by SI to pay any of its dues to its creditors, the institution of any winding up proceedings against SI or the happening of any such events that are adverse to the commercial viability of SI. In the event of the happening of any events of the above nature, the PCSCL shall reserve the right to take any steps as may necessary, to ensure the effective transition of the sites, pilot site to a successor agency, and to ensure business continuity 37.4. Termination for Insolvency: The PCSCL may at any time terminate the Contract by giving written notice to SI, without compensation to SI, if SI becomes bankrupt or otherwise insolvent, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the PCSCL. 37.5. SI may, subject to approval by the PCSCL, terminate this Contract before the expiry of the term by giving the PCSCL a prior and written notice at least 3 months in advance indicating its intention to terminate the Contract.

37.6. Termination for Material Breach i. In the event that either Party believes that the other Party is in Material Breach of its obligations under this Agreement, such aggrieved Party may terminate this Agreement upon giving a one month’s notice for curing the Material Breach to the other Party. In case the Material Breach continues, after the notice period, the PCSCL or System Integrator, as the case may be will have the option to terminate the Agreement. ii. Any notice served pursuant to this Clause shall give reasonable details of the Material Breach, which could include the following events and the termination will become effective:

43 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

a. If the System Integrator is not able to deliver the services as per the SLAs defined in RFP which translates into Material Breach, then the PCSCL may serve a thirty (30) days written notice for curing this Material Breach. In case the Material Breach continues, after the expiry of such notice period, the PCSCL will have the option to terminate this Agreement. Further, the PCSCL may after affording a reasonable opportunity to the System Integrator to explain the circumstances leading to such a breach. b. If there is a Material Breach by the PCSCL or its nominated agencies which results in not providing support for effecting data migration or not providing the certification of User Acceptance then the System Integrator will give a one month’s notice for curing the Material Breach to the PCSCL. After the expiry of such notice period, the System Integrator will have the option to terminate the Agreement. iii. The PCSCL may by giving a one month’s written notice, terminate this Agreement if a change of control of the SI has taken place. For the purposes of this Clause, in the case of the SI, change of control shall mean the events stated in Clause 12.28, and such notice shall become effective at the end of the notice period as set out in Clause 12.28. iv. In the event that SI undergoes such a change of control, PCSCL may, as an alternative to termination, require a full Performance Guarantee for the obligations of SI by a guarantor acceptable to PCSCL or its nominated agencies. If such a guarantee is not furnished within thirty (30) days of PCSCL’s demand, the PCSCL may exercise its right to terminate this Agreement in accordance with this Clause by giving fifteen (15) days further written notice to the SI. v. The termination provisions set out in this Clause shall apply mutatis mutandis to the SLA 37.7. Termination for Convenience i. The PCSCL may at any time terminate the Contract for any reason by giving the SI a notice of termination that refers to this clause. ii. Upon receipt of the notice of termination under this clause, the SI shall either as soon as reasonably practical or upon the date specified in the notice of termination: a) cease all further work, except for such work as the PCSCL may specify in the notice of termination for the sole purpose of protecting that part of the System already executed, or any work required to leave the site in a clean and safe condition; b) terminate all subcontracts, except those to be assigned to the PCSCL pursuant to Clause 37.7 (ii) (d) (ii) below; c) remove all SI’s Equipment from the site, repatriate the SI’s and its Subcontractors’ personnel from the site, remove from the site any wreckage, rubbish, and debris of any kind; d) in addition, the SI shall: i. Deliver to the PCSCL the parts of the System executed by the SI up to the date of termination; ii. To the extent legally possible, assign to the PCSCL all right, title, and benefit of the SI to the System, or Subsystem, as at the date of termination, and, as may be required by the PCSCL, in any subcontracts concluded between the SI and its Subcontractors; iii. Deliver to the PCSCL all non-proprietary drawings, specifications, and other documents prepared by the SI or its Subcontractors as of the date of termination in connection with the System.

44 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

37.8. Termination of this Agreement due to bankruptcy of SI The PCSCL may serve written notice on System Integrator at any time to terminate this Agreement with immediate effect in the event that the System Integrator reporting an apprehension of bankruptcy to the PCSCL or its nominated agencies.

38. Effects of Termination i. In the event that PCSCL terminates this Agreement pursuant to failure on the part of the System Integrator to comply with the conditions as contained in this Clause and depending on the event of default, Performance Guarantee furnished by System Integrator may be forfeited. ii. Upon termination of this Agreement, the Parties will comply with the Exit Management section set out in Clause 26 of this Agreement. iii. In the event that PCSCL or the System Integrator terminates this Agreement, the compensation will be decided in accordance with the Terms of Payment Schedule set out as Payment Schedule section of this Agreement. iv. PCSCL agrees to pay System Integrator for a. all charges for Services System Integrator provides and any Deliverables and/or system (or part thereof) System Integrator delivers through termination and any charges at the tendered rate, for extension period beyond termination as decided by the Nodal Agency, and b. Reimbursable expenses System Integrator incurs through termination. v. If PCSCL terminates without cause, PCSCL also agrees to pay any applicable adjustment expenses to System Integrator, incurs as a result of such termination (which System Integrator will take reasonable steps to mitigate. vi. In the event of termination of the Contract under clause 37.7, the PCSCL shall pay to the SI the following amounts: a. The Contract Price, properly attributable to the parts of the System executed by the SI as of the date of termination; b. The costs reasonably incurred by the SI in the removal of the SI’s Equipment from the c. Site and in the repatriation of the SI’s and its Subcontractors’ personnel; d. Any amount to be paid by the SI to its Subcontractors in connection with the termination of any subcontracts, including any cancellation charges; e. Costs incurred by the SI in protecting the System and leaving the site in a clean and safe condition pursuant to clause 37.7; and f. The cost of satisfying all other obligations, commitments, and claims that the SI may in good faith have undertaken with third parties in connection with the Contract and that are not covered by Clauses 38 (iv) above. 39. Change Control Note (CCN)

39.1. This applies to and describes the procedure to be followed in the event of any proposed change to contract, site Implementation, and Service levels. Such change shall include, but shall not be limited to, changes in the scope of services or products provided by SI and changes to the terms of payment. 39.2. Change requests in respect of the contract, the site implementation, or the Service levels shall emanate from the Parties' representative who shall be responsible for obtaining approval for the

45 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

change and who shall act as its sponsor throughout the Change Control Process and shall complete Part A of the CCN (Annex I of this Agreement). CCNs shall be presented to the other Party's representative who shall acknowledge receipt by signature of the authorized representative of the PCSCL. 39.3. SI and the PCSCL while preparing the CCN, shall consider the change in the context of whether the change is beyond the scope of Services including ancillary and concomitant services required 39.4. The CCN shall be applicable for the items which are beyond the stated/implied scope of work as per the RFP document. 39.5. Additional payment due to change in location shall be considered only in those cases where any such change has been made after approval, by the PCSCL, of the detailed locations plan prepared by the SI based on actual ground survey and such change results in additional material and or efforts/labour cost. 39.6. Quotation 39.6.1. SI shall assess the CCN and complete Part B of the CCN. In completing Part B of the CCN SI shall provide as a minimum: a. A description of the change; b. A list of deliverables required for implementing the change; c. A timetable for implementation; d. An estimate of any proposed change; e. Any relevant acceptance criteria; f. An assessment of the value of the proposed change; g. Material evidence to prove that the proposed change is not already covered within the scope of the RFP, Contract and Service Levels. 39.6.2. Prior to submission of the completed CCN to the PCSCL or its nominated agencies, SI shall undertake its own internal review of the proposal and obtain all necessary internal approvals. As a part of this internal review process, SI shall consider the materiality of the proposed change in the context of the Contract, the sites, Service levels affected by the change and the total effect that may arise from implementation of the change. 39.6.3. Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs and in the completion of its obligations described in this process provided SI meets the obligations as set in the CCN. In the event SI is unable to meet the obligations as defined in the CCN then the cost of getting it done by third party shall be borne by SI. Change requests and CCNs shall be reported monthly to each Party's representative who shall prioritize and review progress.

40. Project Implementation Timelines, Deliverables and Payment Terms

As per RFP Volume II or subsequent corrigendum/addendums

40.1. Project Deliverables, Milestones and Timelines

As per RFP Volume II or subsequent corrigendum/addendums

40.2. Payment Terms and Schedule

As per RFP Volume II or subsequent corrigendum/addendums

46 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

41. Miscellaneous

41.1. Personal

a) The personnel assigned by System Integrator to perform the Services shall be employees of System Integrator or its subcontractor(s), and under no circumstances shall such personnel be considered employees of PCSCL or its nominated agencies. The System Integrator shall have the sole responsibility for the supervision and control of the personnel deployed in the Project and for payment of such personnel’s compensation, including salary, withholding of income taxes and social security taxes, worker’s compensation, employee and disability benefits and the like and shall be responsible for all obligations of an employer subject to Applicable Law. b) The System Integrator shall use its best efforts to ensure that sufficient System Integrator personnel are assigned to perform the Services and such personnel have appropriate qualifications to perform the Services. After discussion with System Integrator, PCSCL or its nominated agencies shall have the right to require the removal or replacement of any System Integrator personnel performing work under this Agreement based on bona fide reasons. In the event that PCSCL or its nominated agencies requests that any System Integrator personnel be replaced, the substitution of such personnel shall be accomplished pursuant to a mutually agreed upon schedule. c) In the event that the PCSCL and System Integrator identify any personnel of System Integrator as “Key Personnel”, then the System Integrator shall not remove such personnel from the Project without the prior written consent of PCSCL or its nominated agencies unless such removal is the result of an unavoidable circumstance including but not limited to resignation, termination, medical leave, etc. d) Except as stated in this Clause, nothing in this Agreement or the SLA will limit the ability of System Integrator to freely assign or reassign its employees; provided that System Integrator shall be responsible, at its expense, for transferring all appropriate knowledge from personnel being replaced to their replacements. PCSCL or its nominated agencies shall have the right to review and approve System Integrator’s plan for any such knowledge transfer. System Integrator shall maintain the same or higher standards for skills and professionalism among replacement personnel as in personnel being replaced. e) Each Party shall be responsible for the performance of all its obligations under this Agreement or the SLA as the case may be and shall be liable for the acts and omissions of its employees and agents in connection therewith. f) Neither Party will solicit for employment or knowingly hire an employee of the other Party with whom such Party has contact pursuant to project engagements under this Agreement. This restriction shall not apply to employees of either Party responding to advertisements in job fairs or news media circulated to the general public.

41.2. Independent Contractor

Nothing in this Agreement or the SLA shall be construed as establishing or implying any partnership or joint venture between the Parties to this Agreement or the SLA and, except as expressly stated in this Agreement or the SLA, nothing in this Agreement or the SLA shall be deemed to constitute any Parties as the agent of any other Party or authorizes either Party to:

a) Incur any expenses on behalf of the other Party;

47 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

b) Enter into any engagement or make any representation or warranty on behalf of the other Party; c) Pledge the credit of or otherwise bind or oblige the other Party; or d) Commit the other Party in any way whatsoever without in each case obtaining the other Party’s prior written consent

41.3. Sub-contractors

System Integrator shall not subcontract any work related to Supply, Installation, Testing, Commissioning and O&M of Smart City field infrastructure comprising of Passive Fiber Network, Poles and Gantries etc. on EPC Model without PCSCL’s prior written consent. However the System Integrator shall provide the list of all the other services planned to be sub contracted, within fifteen (15) days of signing the Agreement. It is clarified that the System Integrator shall be the principal employer for all claims arising from the liabilities statutory or otherwise, concerning the sub-contractors. The System Integrator undertakes to indemnify the PCSCL or its nominated agencies from any claims on the grounds stated hereinabove.

41.4. Assignment

a) All terms and provisions of this Agreement shall be binding on and shall inure to the benefit of the PCSCL and their respective successors and permitted assigns b) The System Integrator shall not be permitted to assign its rights and obligations under this Agreement to any third party c) The PCSCL may assign or novate all or any part of this Agreement and Schedules/Annexures, and the System Integrator shall be a party to such novation, to any third party contracted to provide outsourced services to PCSCL or any of its nominees

41.5. Trademarks, Publicity

Neither Party may use the trademarks of the other Party without the prior written consent of the other Party except that System Integrator may, upon completion, use the Project as a reference for credential purpose. Except as required by law or the rules and regulations of each stock exchange upon which the securities of one of the Parties is listed, neither Party shall publish or permit to be published either along or in conjunction with any other person any press release, information, article, photograph, illustration or any other material of whatever kind relating to this Agreement, the SLA or the business of the Parties without prior reference to and approval in writing from the other Party, such approval not to be unreasonably withheld or delayed provided however that System Integrator may include PCSCL or its client lists for reference to third parties subject to the prior written consent of PCSCL not to be unreasonably withheld or delayed. Such approval shall apply to each specific case and relate only to that case.

41.6. Notices

a) Any notice or other document which may be given by either Party under this Agreement or under the SLA shall be given in writing in person or by pre-paid recorded delivery post, email or by facsimile transmission b) In relation to a notice given under this Agreement, any such notice or other document shall be addressed to the other Party’s principal or registered office address as set out below:

48 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

PCSCL Address: Pimpri Chinchwad Municipal Corporation, Mumbai-Pune Road, Pimpri, Pune- 411018 Tel: +91-020-27425511/12/13/14/67333333 Fax: Email: [email protected]

System Integrator: Tel: Fax: Email: Contact:

c) In relation to a notice given under the MSA / SLA, a Party shall specify the Parties’ address for service of notices, any such notice to be copied to the Parties at the addresses set out in this Clause d) Any such notice or other document shall be deemed to have been given to the other Party (or, if relevant, its relevant associated company) when delivered (if delivered in person) if delivered between the hours of 9.00 am and 5.00 pm at the address of the other Party set forth above or if sent by fax, provided the copy fax is accompanied by a confirmation of transmission, or on the next working day thereafter if delivered outside such hours, and seven (7) days from the date of posting (if by letter) e) Either Party to this Agreement or to the SLA may change its address, telephone number, facsimile number and nominated contact for notification purposes by giving the other reasonable prior written notice of the new information and its effective date

41.7. Variations and Further Assurance

a) No amendment, variation or other change to this Agreement or the SLA shall be valid unless authorized in accordance with the change control procedure as set out in the Change Control Schedule set out in Annex II of this Agreement. Such amendment shall be made in writing and signed by the duly authorized representatives of the Parties to this Agreement or the SLA. b) Each Party to this Agreement or the SLA agrees to enter into or execute, without limitation, whatever other agreement, document, consent and waiver and to do all other things which shall or may be reasonably required to complete and deliver the obligations set out in this Agreement or the SLA.

41.8. Severability and Waiver

a) If any provision of this Agreement or the SLA, or any part thereof, shall be found by any court or administrative body of competent jurisdiction to be illegal, invalid or unenforceable the illegality, invalidity or unenforceability of such provision or part provision shall not affect the other provisions of this Agreement or the SLA or the remainder of the provisions in question which shall remain in full force and effect. The relevant Parties shall negotiate in good faith in order to agree to substitute for any illegal, invalid or unenforceable provision a valid and enforceable provision which achieves to the greatest extent possible the economic, legal and commercial objectives of the illegal, invalid or unenforceable provision or part provision. b) No failure to exercise or enforce and no delay in exercising or enforcing on the part of either Party to this Agreement or the SLA of any right, remedy or provision of this Agreement or the SLA shall

49 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

operate as a waiver of such right, remedy or provision in any future application nor shall any single or partial exercise or enforcement of any right, remedy or provision preclude any other or further exercise or enforcement of such right, remedy or provision or the exercise or enforcement of any other right, remedy or provision.

41.9. Compliance with Applicable Law

Each Party to this Agreement accepts that its individual conduct shall (to the extent applicable to its business like the Implementation Agency as an information technology service provider) at all times comply with all laws, rules and regulations of government and other bodies having jurisdiction over the area in which the Services are undertaken provided that changes in such laws, rules and regulations which result in a change to the Services shall be dealt with in accordance with the Change Control Schedule set out in Annex II of this Agreement.

41.10. Professional Fees

All expenses incurred by or on behalf of each Party to this Agreement and the SLA, including all fees of agents, legal advisors, accountants and actuaries employed by either of the Parties in connection with the negotiation, preparation and execution of this Agreement or the SLA shall be borne solely by the Party which incurred them.

41.11. Ethics

The System Integrator represents, warrants and covenants that it has given no commitments, payments, gifts, kickbacks, lavish or expensive entertainment, or other things of value to any employee or agent of PCSCL or its nominated agencies in connection with this agreement and acknowledges that the giving of any such payment, gifts, entertainment, or other things of value is strictly in violation of PCSCL standard policies and may result in cancellation of this Agreement, or the SLA.

41.12. Entire Agreement

This Agreement and the SLA with all schedules & annexures appended thereto and the contents and specifications of the RFP constitute the entire agreement between the Parties with respect to their subject matter, and as to all other representations, understandings or agreements which are not fully expressed herein, provided that nothing in this Clause shall be interpreted so as to exclude any liability in respect of fraudulent misrepresentation.

41.13. Amendment

Any amendment to this Agreement shall be made in accordance with the Change Control Schedule set out in Annex II of this Agreement by mutual written consent of all the Parties.

50 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

C. SERVICE LEVELS

As per RFP Volume II

42. Reporting Procedures

42.1. SI representative shall prepare and distribute Service level performance reports in a mutually agreed format by the 5th working day of subsequent month. The reports shall include “actual versus target” Service Level Performance, a variance analysis and discussion of appropriate issues or significant events. Performance reports shall be distributed to PCSCL management personnel as directed by PCSCL. 42.2. Also, SI may be required to get the Service Level performance report audited by a third-party Auditor appointed by the PCSCL.

43. Issue Management Procedures

43.1. General

This process provides an appropriate management structure for the orderly consideration and resolution of business and operational issues in the event that quick consensus is not reached between PCSCL and SI.

Implementing such a process at the beginning of the outsourcing engagement significantly improves the probability of successful issue resolution. It is expected that this pre-defined process shall only be used on an exception basis if issues are not resolved at lower management levels.

43.2. Issue Management Process

43.2.1. Either PCSCL or SI may raise an issue by documenting the business or technical problem, which presents a reasonably objective summary of both points of view and identifies specific points of disagreement with possible solutions. 43.2.2. The PCSCL and the SI will determine which committee or executive level should logically be involved in resolution 43.2.3. A meeting or a conference call will be conducted to resolve the issue in a timely manner. The documented issues will be distributed to the participants at least 24 hours priors to the discussion, if the issue is not an emergency requiring immediate attention. 43.2.4. The PCSCL and the SI shall develop an interim solution, if required, and subsequently the permanent solution for the issue at hand. The SI will then communicate the resolution to all the interested parties. 43.2.5. Any unresolved issues shall first be referred in writing to the Project Monitoring Committee. If the Project Monitoring Committee is unable to resolve the issue referred to them within fifteen (15) days, the same shall be referred to Project Steering Committee.

44. Service Level Change Control

44.1. General

51 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

It is acknowledged that these Service levels may change as PCSCL’s business needs evolve over the course of the contract period. As such, this document also defines the following management procedures: a. A process for negotiating changes to the Service Levels b. An issue management process for documenting and resolving particularly difficult issues. c. PCSCL and SI management escalation process to be used in the event that an issue is not being resolved in a timely manner by the lowest possible level of management. Any changes to the levels of service provided during the term of this Contract shall be requested, documented and negotiated in good faith by both parties. Either party can request a change. 44.2. Service Level Change Process: The parties may amend Service Level by mutual agreement in accordance. Changes can be proposed by either party .Unresolved issues shall also be addressed. SI’s representative shall maintain and distribute current copies of the Service Level document as directed by PCSCL. Additional copies of the current Service Levels shall be available at all times to authorized parties. 44.3. Version Control / Release Management: All negotiated changes shall require changing the version control number. As appropriate, minor changes may be accumulated for periodic release or for release when a critical threshold of change has occurred.

45. Governance Law and Dispute Resolution

45.1. This Agreement shall be governed by and construed in accordance with the laws of India, without giving effect to conflict of law rules. The parties expressly agree to exclude the application of the U.N. Convention on Contracts for the International Sale of Goods (1980) to this Agreement and the performance of the parties contemplated under this Agreement, to the extent that such convention might otherwise be applicable. 45.2. Any dispute arising out of or in connection with this Agreement or the SLA shall in the first instance be dealt with in accordance with the escalation procedure as set out in the Governance Schedule set out in Annex IV of this Agreement. 45.3. In case the escalations do not help in resolution of the problem within 3 weeks of escalation, both the parties should agree on a mediator for communication between the two parties. 45.4. The process of the mediation would be as follows: 45.4.1. Aggrieved party should refer the dispute to the identified mediator in writing, with a copy to the other party. Such a reference should contain a description of the nature of the dispute, the quantum in dispute (if any) and the relief or remedy sought suitable. 45.4.2. The mediator shall use his best endeavors to conclude the mediation within a certain number of days of his appointment. 45.4.3. If no resolution can be reached through mutual discussion or mediation within thirty (30) days then the matter should be referred to Experts for advising on the issue. 45.5. In case the mediation does not help in resolution and it requires expertise to understand an issue, a neutral panel of 3 experts, agreeable to both parties should be constituted. The process of the expert advisory would be as follows: 45.5.1. Aggrieved party should write to the other party on the failure of previous alternate dispute resolution processes within the timeframe and requesting for expert advisory. This is to be sent with a copy to the mediator.

52 | P a g e Volume III – Legal Specifications

Short Term RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

45.5.2. Both parties should thereafter agree on the panel of experts who are well conversant with the issue under dispute 45.5.3. The expert panel shall use his best endeavors to provide a neutral position on the issue. 45.5.4. If no resolution can be reached through the above means within thirty (30) days then the matter should be referred to Arbitration. 45.6. Compliance with laws: Each party will comply with all applicable export and import laws and regulations. 45.7. Risk of Loss: For each hardware item, System Integrator bears the risk of loss or damage up to the time it is delivered to the Implementation/PCSCL-designated carrier for shipment to PCSCL or PCSCL’s designated location. 45.8. Third party components: System Integrator will provide all third party components solely on a pass- through basis in accordance with the relevant third party terms and conditions.

46. Jurisdiction

In the event of dispute, Pune District Courts shall have the exclusive jurisdiction.

IN WITNESS WHEREOF the Parties have by duly authorized Representatives set their respective hands and seal on the date first above Written in the presence of: WITNESSES: Signed by: (Name and designation) For and on behalf of PCSCL (FIRST PARTY)

Signed by: (Name and designation) SYSTEM INTEGRATOR (SECOND PARTY)

(Name and designation) For and on behalf of System Integrator Signed by:

53 | P a g e Volume III – Legal Specifications

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Proforma A – Detailed Price Schedule

As per submitted and accepted BoQ

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

ANNEXURES

A. Annex I: Change Control Note Change Control Note CCN Number: Part A: Initiation Title: Originator: Sponsor: Date of Initiation: Details of Proposed Change (To include reason for change and appropriate details/specifications. Identify any attachments as A1, A2 and A3 etc.)

Authorized by PCSCL Date: Name:

Signature:

Received by the Date: Bidder Name:

Signature:

Change Control Note CCN Number: Part B : Evaluation (Identify any attachments as B1, B2, and B3 etc.) Changes to Services, payment terms, payment profile, documentation, training, service levels and component working arrangements and any other contractual issue. Brief Description of Solution: Impact:

Deliverables:

Timetable:

Charges for Implementation: (including a schedule of payments)

Other Relevant Information: (including value-added and acceptance criteria) Authorized by the Date: Bidder Name: RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Signature: Change Control Note CCN Number : Part C : Authority to Proceed Implementation of this CCN as submitted in Part A, in accordance with Part B is: (tick as appropriate) Approved

Rejected

Requires Further Information (as follows, or as Attachment 1 etc.) For SI For PCSCL and its nominated agencies

Signature Signature

Name Name Title Title Date Date

56 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

B. Annex II: Change Control Schedule

This Schedule describes the procedure to be followed in the event of any proposed change to the Master Service Agreement (“MSA”), Project Implementation Phase, SLA and Scope of Work and Functional Requirement Specifications. Such change shall include, but shall not be limited to, changes in the scope of services provided by the System Integrator and changes to the terms of payment as stated in the Terms of Payment Schedule.

The PCSCL and SI recognize that frequent change is an inevitable part of delivering services and that a significant element of this change can be accomplished by re-organizing processes and responsibilities without a material effect on the cost. The SI will endeavor, wherever reasonably practicable, to effect change without an increase in the terms of payment as stated in the Terms of Payment Schedule and PCSCL or its nominated agencies will work with the System Integrator to ensure that all changes are discussed and managed in a constructive manner. This Change Control Schedule sets out the provisions which will apply to all the changes to this agreement and other documents except for the changes in SLAs for which a separate process has been laid out in the SLA.

This Change Control Schedule sets out the provisions which will apply to changes to the MSA.

CHANGE MANAGEMENT PROCESS

a) CHANGE CONTROL NOTE ("CCN")

i. Change requests in respect of the MSA, the Project Implementation, the operation, the SLA or Scope of work and Functional Requirement specifications will emanate from the Parties' respective Project Manager who will be responsible for obtaining approval for the change and who will act as its sponsor throughout the Change Control Process and will complete Part A of the CCN attached as Annex I hereto. CCNs will be presented to the other Party's Project Manager who will acknowledge receipt by signature of the CCN. ii. The SI and the PCSCL or its nominated agencies, during the Project Implementation Phase and the PCSCL or its nominated agencies during the Operations and Management Phase and while preparing the CCN, shall consider the change in the context of the following parameter, namely whether the change is beyond the scope of Services including ancillary and concomitant services required and as detailed in the RFP and is suggested and applicable only after the testing, commissioning and certification of the Pilot Phase and the Project Implementation Phase as set out in this Agreement. iii. It is hereby also clarified that any change request suggested beyond 25% of the value of this Project will be beyond the scope of the change control process and will be considered as the subject matter for a separate bid process and a separate contract. It is hereby clarified that the 25% of the value of the Project as stated in herein above is calculated on the basis of bid value submitted by the System Integrator and accepted by the PCSCL or its nominated agencies or as decided and approved by PCSCL or it Nominated Agencies. For arriving at the cost / rate for change up to 25% of the project value, the payment terms and relevant rates as specified in Annexure III shall apply.

b) Quotation

i. The SI shall assess the CCN and complete Part B of the CCN, in completing the Part B of the CCN the SI shall provide as a minimum:

57 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

a) a description of the change b) a list of deliverables required for implementing the change; c) a time table for implementation; d) an estimate of any proposed change e) any relevant acceptance criteria f) an assessment of the value of the proposed change; g) material evidence to prove that the proposed change is not already covered within the Agreement and the scope of work ii. Prior to submission of the completed CCN to the PCSCL, or its nominated agencies, the Service Provider will undertake its own internal review of the proposal and obtain all necessary internal approvals. iii. As a part of this internal review process, the SI shall consider the materiality of the proposed change in the context of the MSA and the Project Implementation affected by the change and the total effect that may arise from implementation of the change

c) Costs

Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs and in the completion of its obligations described in this process provided the SI meets the obligations as set in the CCN. In case of recertification due to proposed changes, required cost will be borne by the party that initiated the change. In the event the SI is unable to meet the obligations as defined in the CCN then the cost of getting it done by third party will be borne by the SI.

d) Obligations

The SI shall be obliged to implement any proposed changes once approval in accordance with above provisions has been given, with effect from the date agreed for implementation and within an agreed timeframe. SI will not be obligated to work on a change until the parties agree in writing upon its scope, price and/or schedule impact. The cost associated with any hardware/goods/License for COTS product should not exceed the price quoted in the bidder’s proposal. Any costs associated with changes to Software specifications which cannot be arrived at on the basis of the SI’s proposal shall be mutually agreed to between the SI and the PCSCL.

58 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

C Annex III: Form of Agreement

THIS Agreement made the ………….date of………….2018, between……………. (hereinafter…….referred to as the “SI”) of the one part and ………………… (hereinafter called the “PCSCL”) of the other part.

WHEREAS SI has the required professional skills, personnel and technical resources, has agreed to provide the Services on the terms and conditions set forth in this Contract and is about to perform services as specified in this RFP …………………..(hereinafter called “works” ) mentioned, enumerated or referred to in certain Contract conditions, specification, scope of work, other Sections of the RFP, covering letter and schedule of prices which, for the purpose of identification, have been signed by ………………. on behalf of the ………….. SI and ……….( the PCSCL) on behalf of the PCSCL and all of which are deemed to form part of the Contract as though separately set out herein and are included in the expression “Contract” whenever herein used.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows: a. The PCSCL has accepted the tender of SI for the provision and execution of the said works for the sum of ……………………………..upon the terms laid out in this RFP. b. SI hereby agrees to provide Services to PCSCL, conforming to the specified Service Levels and conditions mentioned c. The following documents attached hereto shall be deemed to form an integral part of this Agreement:

Volumes I, II and III of the RFP and Complete Request for Proposal (RFP) Document corrigendum and addendum, if any Break-up of cost components Selected Bidder’s Commercial bid

d. The mutual rights and obligations of the “PCSCL” and SI shall be as set forth in the Agreement, in particular:  SI shall carry out and complete the Services in accordance with the provisions of the Agreement; and  The “PCSCL” shall make payments to SI in accordance with the provisions of the Agreement.

NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that is to say, in consideration of the payments to be made to SI by the PCSCL as hereinafter mentioned, SI shall deliver the services for the said works and shall do and perform all other works and things in the Contract mentioned or described or which are implied there from or there in respectively or may be reasonably necessary for the completion of the said works within and at the times and in the manner and subject to the terms, conditions and stipulations mentioned in the said Contract.

AND in consideration of services and milestones, the PCSCL shall pay to SI the said sum of ……………………or such other sums as may become payable to SI under the provisions of this Contract, such payments to be made at such time and in such manner as is provided by the Contract.

IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates respectively mentioned against the signature of each.

Signed Signed Name : ______Name : ______Designation : ______Designation : ______

59 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

Date : Date :

Place : Place :

In the presence of: in the presence of:

Signed Signed Name : ______Name : ______Designation : ______Designation : ______Date : Date : Place : Place :

60 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

D. Annex IV: Governance Schedule

Purpose:

The purpose of this Schedule is to:

i. establish and maintain the formal and informal processes for managing the relationship between the PCSCL and the System Integrator (including the outputs from other Schedules to this Agreement; ii. define the principles that both Parties wish to follow to ensure the delivery of the Services; iii. ensure the continued alignment of the interests of the Parties; iv. ensure that the relationship is maintained at the correct level within each Party; v. create the flexibility to revise and maintain the relationship and this Agreement during the Term; vi. set out the procedure for escalating disagreements; and vii. enable contract administration and performance management

Governance Structure:

i. Project Managers: The relationship under this Agreement will be managed by the Project Managers appointed by each Party, who will provide the interface between the executive management of the respective Parties. ii. Project Implementation Unit (PIU): Within seven (7) days following the Effective Date, PCSCL or its nominated agencies and the System Integrator shall each appoint a Project Manager. In the event that either Party wishes to substitute its Project Manager, it will do so in a manner in which the original appointment is made and notify the other Party of such substitution as soon as reasonably practicable but at the latest within seven (7) days of the substitution. iii. The Project Managers shall have responsibility for maintaining the interface and communication between the Parties. iv. The PIU will meet formally on a fortnightly / monthly / quarterly, as required, basis at a time and location to be agreed between them. These meetings will cover, as a minimum, the following agenda items: (i) consideration of Quarterly Performance Reports; (ii) consideration of matters arising out of the Change Control Schedule; (iii) issues escalated in accordance with the escalation procedure as set out in the Governance Schedule; (iv) matters to be brought before the PIU in accordance with the MSA and the Schedules; (v) any matter brought before the PIU by the System Integrator under this Article; and (vi) any other issue which either Party wishes to add to the agenda. v. In the event that there is any material factor which affects the delivery of the Services or the terms of payment as stated in the Terms of Payment Schedule, the Parties agree to discuss in the PIU any appropriate amendment to the Agreement or any Service Level Agreements or Statement of Works including any variation to the terms of payment as stated in the Terms of Payment Schedule. Any variation so agreed shall be implemented through the change control procedure as set out in the Change Control Schedule.

Governance Procedures:

i. The System Integrator shall document the agreed structures in a procedures manual. ii. The agenda for each meeting of the PIU shall be set to reflect the discussion items referred to above and extraordinary items may be added either with the agreement of the Parties or at 61 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

the request of either Party. Copies of the agenda for meetings of the PIU, along with relevant pre-reading material, shall be distributed at least one week in advance of the relevant meeting. iii. All meetings and proceedings will be documented such documents to be distributed to the Parties and copies shall be kept as a record. All actions, responsibilities and accountabilities arising out of any meeting shall be tracked and managed. iv. The Parties shall ensure as far as reasonably practicable that the PIU shall resolve the issues and resolve the objectives placed before them and that members representing that Party are empowered to make relevant decisions or have easy access to empowered individuals for decisions to be made to achieve this. v. In order formally to submit a Disputed Matter to the aforesaid for a, one Party ("Claimant") shall give a written notice ("Dispute Notice") to the other Party. The Dispute Notice shall be accompanied by (a) a statement by the Claimant describing the Disputed Matter in reasonable detail and (b) documentation, if any, supporting the Claimant's position on the Disputed Matter. vi. The other Party ("Respondent") shall have the right to respond to the Dispute Notice within seven (7) days after receipt of the Dispute Notice. In the event that the parties are unable to resolve the Disputed Matter within a further period of seven (7) days, it shall refer the disputed matter to next level of the dispute resolution for action vii. All negotiations, statements and / or documentation pursuant to these Articles shall be without prejudice and confidential (unless mutually agreed otherwise). viii. If the disputed matter is having a material effect on the operation of the Services (or any of them or part of them) the Parties will use all their respective reasonable endeavors to reduce the elapsed time in reaching a resolution of the disputed matter.

62 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

E. Annex V: Audit, Access and Reporting

1. PURPOSE

This Schedule details the audit, access and reporting rights and obligations of the PCSCL or its nominated agency and the System Integrator.

2. AUDIT NOTICE AND TIMING 1. As soon as reasonably practicable after the Effective Date, the Parties shall use their best endeavors to agree to a timetable for routine audits during the Project Implementation Phase and the Operation and Management Phase. Such timetable during the Implementation Phase, the PCSCL or its nominated agency and thereafter during the operation Phase, the PCSCL or its nominated agency shall conduct routine audits in accordance with such agreed timetable and shall not be required to give the System Integrator any further notice of carrying out such audits. 2. The PCSCL or its nominated agency may conduct non-timetabled audits at his/ her own discretion if it reasonably believes that such non-timetabled audits are necessary as a result of an act of fraud by the System Integrator, a security violation, or breach of confidentiality obligations by the System Integrator, provided that the requirement for such an audit is notified in writing to the System Integrator a reasonable period time prior to the audit (taking into account the circumstances giving rise to the reasonable belief) stating in a reasonable level of detail the reasons for the requirement and the alleged facts on which the requirement is based. If the System Integrator considers that the non-timetabled audit was not appropriate, the matter shall be referred to the escalation procedure as set out in the Governance Schedule. 3. The frequency of audits shall be a (maximum) half yearly, provided always that the PCSCL or its nominated agency shall endeavor to conduct such audits with the lowest levels of inconvenience and disturbance practicable being caused to the System Integrator. Any such audit shall be conducted by with adequate notice of 2 weeks to the System Integrator. 4. PCSCL will ensure that any 3rd party agencies (except CAG) appointed to conduct the audit will not be the competitor of System Integrator and will be bound by confidentiality obligations.

3. ACCESS

1. The System Integrator shall provide to the PCSCL or its nominated agency reasonable access to employees, subcontractors, SIs, agents and third party facilities as detailed in the RFP, documents, records and systems reasonably required for audit and shall provide all such persons with routine assistance in connection with the audits and inspections. The Chairperson, PIU / Steering Committee shall have the right to copy and retain copies of any relevant records. The System Integrator shall make every reasonable effort to co-operate with them.

4. AUDIT RIGHTS

1. The PCSCL or its nominated agency shall have the right to audit and inspect SIs, agents and third party facilities (as detailed in the RFP), data centers, documents, records, procedures and systems relating to the provision of the services, but only to the extent that they relate to the provision of the services, as shall be reasonably necessary to verify:

1.1. The security, integrity and availability of all data processed, held or conveyed by the Partner on behalf of PCSCL and documentation related thereto; 1.2. That the actual level of performance of the services is the same as specified in the SLA;

63 | P a g e Volume III – Contract Agreement & Service Level Agreement

RFP for Selection of SI for SITC and O&M for City Network, City Wi-Fi, Smart Kiosk and VMD

1.3. That the System Integrator has complied with the relevant technical standards, and has adequate internal controls in place; and 1.4. The compliance of the System Integrator with any other obligation under the MSA and SLA. 1.5. Security audit and implementation audit of the system shall be done once each year, the cost of which shall be borne by the System Integrator. 1.6. For the avoidance of doubt the audit rights under this Schedule shall not include access to the System Integrator's profit margins or overheads, any confidential information relating to the System Integrator’ employees, or (iii) minutes of its internal Board or Board committee meetings including internal audit, or (iv) such other information of commercial-in-confidence nature which are not relevant to the Services associated with any obligation under the MSA.

5. AUDIT RIGHTS OF SUB-CONTRACTORS, SIS AND AGENTS

1. The System Integrator shall use reasonable endeavors to achieve the same audit and access provisions as defined in this Schedule with sub-contractors who supply labour, services in respect of the services. The System Integrator shall inform the PCSCL or its nominated agency prior to concluding any sub-contract or supply agreement of any failure to achieve the same rights of audit or access.

2. REPORTING: The System Integrator will provide quarterly reports to the Chairperson, PIU / Steering committee regarding any specific aspects of the Project and in context of the audit and access information as required by the PCSCL or its nominated agency.

6. ACTION AND REVIEW

1. Any change or amendment to the systems and procedures of the System Integrator, or sub- contractors, where applicable arising from the audit report shall be agreed within thirty (30) calendar days from the submission of the said report.

2. Any discrepancies identified by any audit pursuant to this Schedule shall be immediately notified to the PCSCL or its nominated agency and the System Integrator Project Manager who shall determine what action should be taken in respect of such discrepancies in accordance with the terms of the MSA.

7. TERMS OF PAYMENT The PCSCL shall bear the cost of any audits and inspections. The terms of payment are exclusive of any costs of the System Integrator and the sub-contractor, for all reasonable assistance and information provided under the MSA, the Project Implementation, Operation and Management SLA by the System Integrator pursuant to this Schedule.

8. RECORDS AND INFORMATION For the purposes of audit in accordance with this Schedule, the System Integrator shall maintain true and accurate records in connection with the provision of the services and the System Integrator shall handover all the relevant records and documents upon the termination or expiry of the MSA.

64 | P a g e Volume III – Contract Agreement & Service Level Agreement