clarification s and corrigendum - e tenders ticket issuance and online reservation system...

39
Res Selection of a sy Electronic Ticket I Clari Tender sponse to Pre-bid queries For ystem integrator for implementing n Issuance and Online Reservation sys ifications and Corrigendum No: ST/IT/ETIM&ORS/2014/01 Dated: 05/09/2014 new stem

Upload: hanga

Post on 12-Mar-2018

235 views

Category:

Documents


2 download

TRANSCRIPT

Response to Pre

Selection of a system integrator for implementing new

Electronic Ticket Issuance and Online Reservation system

Clarification

Tender No:

Response to Pre-bid queries

For

Selection of a system integrator for implementing new

Electronic Ticket Issuance and Online Reservation system

Clarifications and Corrigendum

Tender No: ST/IT/ETIM&ORS/2014/01

Dated: 05/09/2014

Selection of a system integrator for implementing new

Electronic Ticket Issuance and Online Reservation system

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 2of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

1 III 5 &

10

Earnest

Money

Deposit

(EMD)

Value of EMD There is a discrepancy between the EMD value and

mode of payment in the two clause.

Request you to provide final EMD value and mode

of payment and validity of the same.

Also, request you to allow complete EMD to be

paid in Bank Guarantee format.

There is no format provided in the RFP for EMD

Bank Guarantee. Request you to provided the

same. Also Request you to change EMD amount to

INR 1,00,00,000/- (Rupees One crore only) to be

paid in BG format.

To be read as

“All bids must be accompanied by

an Earnest Money Deposit (EMD)

of 3,00,00,000/- (Rupees Three

crores only). Rs. 2.5 Crore in form

of Bank Guarantee against EMD

from any Nationalized Bank valid

for 90 days beyond the validity of

the Bid .Rs. 50 lakh in form of

Demand Draft should be drawn in

favour of ―”MSRTC Fund A/C”

Mumbai.”

Format for EMD Bank Guarantee is

enclosed as Annexure V.

2 III 5 1.7.1 The tender document is

uploaded / released on e-

tendering website

“https://msrtc.maharashtra.ete

nders.in”. Subsequently, bid has

to be prepared and submitted

online ONLY on the e-Tender

portal.

Request you to provide details of online

submission like maximum number of files that can

be uploaded, maximum size of files that can be

uploaded, total quota of bid size etc.

Maximum size per file: 5 MB

Any number of files can be

uploaded. Files to be uploaded as

per template defined in Volume III

of the RFP

3 III 7 2.4 Un-signed & un-stamped bid

shall not be accepted.

We understand that submitting the bid online

using digital signture will be considered as bid

being signed and stamped. Please confirm.

Signed and stamped scan copies for

the following need to be

submitted:

FORM2, FORM3-Bidder Details,

FORM4, FORM10,

FORM12,FORM13, PROFORMA for

Bank Guarantee for EMD,

PROFORMA for BANK GUARANTEE

FOR CONTRACT PERFORMANCE,

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 3of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

PROFORMA FOR SECURITY

DEPOSIT.

For remaining digital signature will

be considered as bid being signed

and stamped

4 III 10 11.2 It is further clarified that the

individual signing the tender or

other documents in connection

with the tender must certify

whether he/she signs as the

Constituted attorney of the

firm, or a company.

Kindly Elaborate The individual signing the tender or

other documents in connection

with the tender must be authorized

to sign the bid and related

documents. Copy of Power of

Attorney from the firm authorizing

the individual to sign bid and

related documents on behalf of the

firm or company must be provided

with the bid.

5 III 7 2.3 Tender bid must contain the

name, office and after office

hours addresses including

telephone number(s) of the

person(s) who are authorized to

submit the bid with their

signatures.

Kindly clarify as to why after office hour address is

required?

Contact is required for

clarifications related to the bid

6 III 9 9.1 Prices should be shown

separately for each item as

detailed in Tender Documents.

We request to delete this clause Kindly consider clause 9.1 of

Volume III as deleted.

7 III 53 Form13:

Commerci

al

Proposal

Format

We assume that "Total in INR (Inclusive of all

Taxes)" in the commercial format is the same as

Ra. Kindly confirm

Yes, your understanding is correct.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 4of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

8 III & IV 14 &

7

24.2 Sub-Contracting of Operations

is not allowed

There is a discrepancy about whether sub-

contracting is allowed or not. Kindly clarify.

In case, su- contracting is not allowed, we assume

that it is not required to furnish sub contractor

details. Hence the format provided for same is not

required.Kindly confirm.

Sub-contracting of operations is

not allowed.

9 III 18 27.5 Evaluation of Technical Bids. Quality and Cost-Based Selection (QCBS) is a

competitive selection process that takes into

account the quality of the proposal and the cost of

the services in the selection of the successful firm

for a project thus in turn ensuring the successful

implementation and completion of the project.

Hence, we would recommend that the selection of

successful firm be done on 75:25 QCBS Method.

Tender condition shall prevail

10 III 26 Form A1 We have enclosed a bid security

as in the form of a Demand

Draft for the sum of

Rs.3,00,00,000/- (Rupees One

crore only) of which Rs. 2 Crore

is in form of Bank Guarantee

and Rs. 1 Crore in form of DD.

This Bid Security is liable to be

forfeited in accordance with the

provisions of the RFP.

Request you to change clause as:

We have enclosed a bid security for the sum of

Rs.3,00,00,000/- (Rupees Three crore only) of

which Rs. 2 Crore is in form of Bank Guarantee and

Rs. 1 Crore in form of DD. This Bid Security is liable

to be forfeited in accordance with the provisions of

the RFP.

To be read as

“All bids must be accompanied by

an Earnest Money Deposit (EMD)

of 3,00,00,000/- (Rupees Three

crores only). Rs. 2.5 Crore in form

of Bank Guarantee against EMD

from any Nationalized Bank valid

for 90 days beyond the validity of

the Bid .Rs. 50 lakh in form of

Demand Draft should be drawn in

favour of ―”MSRTC Fund A/C”

Mumbai.”

Format for EMD Bank Guarantee is

enclosed as Annexure V.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 5of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

11 III 47 Form 10 Form10: Format for

Manufacturer’s Authorization

Form

Owing to company policies, certain OEMs cannot

provide MAF in any format other than their

standard format. Hence we would recommend

that MAF in formats other than the format

provided in RFP be allowed to be submitted.

Revised MAF is as per annexure IV

attached.

12 III 58 TECHNICA

L BID

Scanned Copy of payment proof

for EMD

As per our understanding the scanned copy of

EMD is to be submitted online on bid submission

day and the original EMD is to submitted along

with the Technical Bid on Technical Bid opening

Date. Hence, obtaining proof of payment of same

will not be possible.

Kindly confirm whether submission of scan online

and original at time of opening will suffice.

Yes, your understanding is correct

13 Request you to provide soft copy of the tender

document to interested bidders who attend the

pre bid meeting. This will ease the preparation of

bid response and ensure accuracy.

MSRTC will provide soft copy of the

bid in pdf format to bidders who

have purchased the tender

document

14 I 2 Key

Events

Last date for preparation of

bids: 17th September, 2014,

1700 hrs

Kindly clarify and elaborate. Bidders will be able to edit bid as

per timelines indicated against

“Last date for preparation of bids”.

After this date and time, bidder will

not be able to make any change in

the bid.

15 Part 1 7 1.5

Project

Implemen

tation

Methodol

ogy

4. All Regional / Divisional

Offices, Depots and bus stations

shall be covered under the

project. If there is an increase in

the number of these locations

for MSRTC during the contract

period, the bidder shall cover

those new offices/ depots /

stations / buses / routes in the

Request you to kindly give the indicative no. of

offices, depots, stations, buses, routes to be

increased etc to enable easy estimation of the cost

Bidder to estimate the increase on

the basis of information provided

in the tender

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 6of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

project implementation at no

extra cost to MSRTC. The bidder

should estimate its cost

accordingly.

16 Part 1 12 3 Scope

of Work

3.1

Overview

of scope

of work

7. Migration of all data (both

physical stored documents and

electronic) from existing SI to

the new system implemented.

This includes data which is

currently being maintained at

depot level

There are multiple challenges in physical formats

of data. Hence requesting you to provide the

details of all the data (Physical and electronic) to

be migrated, according to which we can estimate

the resource for the migration.

It will be responsibility of the

bidder. Refer to Annexure I

attached

17 Part 1 12 3 Scope

of Work

3.1

Overview

of scope

of work

12. Setting up and managing a

comprehensive inventory

management system to track

inventory related to paper rolls

and monitoring issuance of

tickets which have

advertisements on the back.

The inventory management

system will also be used to

track all consumables for

various infrastructure

components provided including

but not limited to smart cards,

ETIMs, desktops, printers, etc.

Kindly clarify the function of inventory

management system. Shall it be integrated with

other systems or ERP or financial management

system? Also clarify who has the rights of

advertisements.

No integration with other vender

systems envisaged.

Rights of advertisements will lie

with MSRTC

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 7of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

18 Part 1 12 3 Scope

of Work

3.1

Overview

of scope

of work

13. Obtain relevant

certifications for application

security and functionality

Kindly clarify what type of certificates are

expected. Who will bear the cost of the same?

Refer to Point 11, section 5 –

Project Deliverables of Volume I of

the RFP for details. Cost of the

same will be borne by the SI.

19 Part 1 13 3 Scope

of Work

3.1

Overview

of scope

of work

19. Design, develop, deploy and

maintain a user-friendly ORS

web portal and mobile

application with integration to

payment and SMS gateway

providing various online

services

Kindly clarify who will be responsible for the SMS &

Payment gateway charges and recurring charges.

SMS and related recurring charges

will be borne by bidder

Payment gateway charges may be

recovered from passengers by

payment gateway provider.

20 Part 1 13 3 Scope

of Work

3.1

Overview

of scope

of work

20. Providing interface for SMS

gateway and SMS alerts for ORS

and PORS users.

Kindly clarify who will be responsible for the SMS &

Payment gateway charges and recurring charges.

SMS and related recurring charges

will be borne by bidder

21 Part 1 84 5.

Requirem

ents for

SAN

controller

4. Offered Capacity: The

proposed SAN array shall be

configured with minimum 12 TB

using 300 GB or more and 15k

rpm dual ported FC/SAS drives.

Request minimum 30TB because of high volume of

data as per statistics

Specifications provided are

minimum requirements. Bidder is

free to increase the storage

capacity to support operations in

order to meet SLAs.

Tender condition shall prevail.

22 Part III 11 13

Security

Deposit

The successful bidder needs to

deposit/submit a security

deposit of 5% of assured

returns i.e. (75,00,00,000 X Ra X

5) in the form of bank

guarantee issued by

Request you to change clause as: The successful

bidder needs to deposit/submit a security deposit

of 3% of assured returns i.e. (75,00,00,000 X Ra X

3) in the form of bank guarantee issued by

Nationalized/Schedule Bank and should be valid

for a period of six years and three months. It

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 8of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

Nationalized/Schedule Bank

and should be valid for a period

of six years and three months. It

should be submitted within 10

days from the receipt of the

letter towards award of the

contract for due and proper

fulfillment of bid document

conditions.

should be submitted within 21 days from the

receipt of the letter towards award of the contract

for due and proper fulfillment of bid document

conditions.

23 Part III 11 14

Performa

nce Bank

Guarante

e

The successful bidder shall at

his own expense deposit a

performance bank guarantee of

an equal amount of 5% of

assured yearly returns i.e.

(75,00,00,000 X Ra X 5). The

performance bank guarantee

should be valid for a period of

sixyears and three months.

Request you to change clause as:

The successful bidder shall at his own expense

deposit a performance bank guarantee of an equal

amount of 3% of assured yearly returns i.e.

(75,00,00,000 X Ra X 3). The performance bank

guarantee should be valid for a period of six years

and three months.

Kindly clarify when the PBG is to be paid.

Tender condition shall prevail

24 Part 1 104 Annexure

II: Existing

hardware

details

and

specificati

ons

Attached table describes the

existing computer resources of

MSRTC. New system will be

hosted on the upgraded

hardware procured in lieu of

existing hardware. The bidder is

expected to apportion the

balance cost of the existing

software, hardware (on account

of extended warranty for 2

years), which will ensure full

utilization of balance cost.

Kindly elaborate and clarify. After successful go-live of the

operations on the new hardware,

bidder will be handed over the

existing hardware for disposal.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 9of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

25 Part II 4 1.2.

Details of

Transacti

ons

Also, MSRTC will be floating a

separate tender for selection of

a bank / financial institutions /

prepaid payment instrument

companies for issuing of

additional card for passengers

which may be in addition to the

existing cards. MSRTC doesn’t

indemnify the bidder who is

expected to develop solutions

that are scalable to address the

variations in volume of

transactions.

Request you to clarify elaborately whether post

the release of separate tender, Bidder will be

responsible for smart cards or the entire process

will be transacted through the new tender.

Bidder will be responsible to

support smart cards which are in

use at the time of new system

implementation.

26 Part II 7 1.3.3

Payments

terms

The monthly bill will be

submitted by the bidder to the

IT Centre, authority decided by

the Corporation at Central

Office Mumbai who will in turn

release the 80% of the payment

if there is no dispute and after

verification/audit of the bills,

release balance 20% payment.

Request you to provide the timeline for the

payment post bill submission. We recommend that

80 % payment be done within 15 days of bill

submission date. In case there is no dispute MSRTC

should release the payment of remaining 20 %

within 30 days of bill submission date.

In case there is a dispute, MSRTC and the

successful Bidder will jointly resolve the same

within 30 days of the Bill submission date and

MSRTC will release the remaining 20% payment

within 45 days of Bill submission date. Also,

request you to provide details and process of

verification/ audit of bills.

To be read as

“The monthly bill will be submitted

by the bidder to the IT Centre,

Central Office Mumbai who will in

turn release the 80% of the

payment if there is no dispute

within 20 days and after

verification/audit of the bills,

release balance 20% payment

within 30 days in case there is no

dispute.”

Process of verification of ticket

count and adherence to SLA will be

done by IT Centre, Central Office

Mumbai or authority designated by

it.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 10of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

27 Part II 7 1.3.2:

Payment

Terms &

Calculatio

ns for

Smart

Cards

Transaction definition: Smart

Cards issued through ETIM and

ORS The payment to bidder will

be made on per-card basis at a

fixed rate. MSRTC will pay to

the bidder Rs. 20 per issuance

of a smart card to passenger,

which is existing rate for the

smart card. If the actual smart

card issued is N, then amount

to be paid will be calculated as

(20*N)

Kindly provide the detailed payment terms for the

same.

Refer to 1.3.2: Payment Terms &

Calculations for Smart Cards of

Volume II of the RFP

28 Part II 8 1.7 Third

Party

Audits

and

Reviews

Cost of any third party audit –

initial and annual audits as

mentioned in Sr. No. 11 under

section 5 of Volume I of this RFP

- shall be borne by the bidder.

Agency for the same will be

selected by MSRTC; however,

payment to the agency will be

made by the bidder.

We recommend that MSRTC provide a list of Third

Party agencies approved by MSRTC for the audit.

MSRTC may select Third Party

Agencies from CERT-IN certified

agencies or from STQC. Cost of the

same will be borne by the bidder.

29 Part I 60 8.1.

Functiona

l

Requirem

ents;

Clause: 7

ETMs shall be able to issue a

group ticket i.e. it shall be able

to accept the number of

persons, number of full ticket,

number of half tickets in a

group and compute the fare

accordingly and issue a single

ticket.

Kindly define "Group Ticket". Please clarify how

many passengers consitute a group ticket.

Group ticket should allow 9 adults,

9 children, 9 concessional

passengers of each category in

single ticket including luggage

tickets in ETIM.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 11of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

30 Part I 60 8.1.

Functiona

l

Requirem

ents;

Clause: 7

ETMs shall be able to issue a

group ticket i.e. it shall be able

to accept the number of

persons, number of full ticket,

number of half tickets in a

group and compute the fare

accordingly and issue a single

ticket.

Kindly clarify how many passengers maximum are

allowed to travel on a single journey ticket.

In case of single journey ticket

which is not group ticket, 9 adults

and 9 children shall be allowed in

case of ETIM & 6 Passengers in

case of ORS/PORS

31 Part III 22 29

MSRTC's

Right to

Vary

Scope of

Contract

at the

time of

Award

29.1 MSRTC may at any time,

by a written order given to the

Bidder, make changes to the

scope of the Contract as

specified.

We request that the clause be revised to include

payment of any additional commercials to the

bidder arising from such change.

Tender condition shall prevail

32 Part III 12 15 Period

of Validity

of Bids

1.7.10. The bids submitted in

the response to this tender will

be valid for 180 days from the

date of opening of the

Technical Bid.

In exceptional circumstances,

the MSRTC may require the

Bidder(s) for an extension of

the period of validity up to 180

days more

Request that the clause be revised as:

The bids submitted in the response to this tender

will be valid for 90 days from the

date of opening of the Technical Bid.

In exceptional circumstances, the MSRTC may

require the Bidder(s) for an extension of the period

of validity up to 90 days more

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 12of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

33 Part III 17 27

Evaluatio

n of Bids

27.2 The evaluation process of

the tender proposed to be

adopted by the MSRTC is

indicated under this clause. The

purpose of this clause is only to

provide the Bidders an idea of

the evaluation process that the

MSRTC may adopt. However,

the MSRTC reserves the right to

modify the evaluation process

at any time during the Tender

process, without assigning any

reason, whatsoever, and

without any requirement of

intimating the Bidders of any

such change.

Request that any such amendments should be

done before bid submission and intimated to the

bidders.

Tender condition shall prevail.

34 Part I 60 8

Specificati

ons of

proposed

compone

nts of

solution

The Specification for all the items provided in the

indicative Bill of Material has not been provided in

the RFP. Request you to provide detailed

specification (Technical and Functional) for all the

items provided in the BoM.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

35 Part IV 9 6.1.7 The bidder shall ensure that the

OEMs for hardware servers/

equipment conduct the

preventive maintenance on a

monthly basis and break-fix

maintenance in accordance

with the best practices followed

in the industry

We recommend that the preventive and break -

free maintenance be the responsibility of the

successful bidder.

To be read as

“The bidder shall ensure preventive

maintenance on a monthly basis

and break-fix maintenance in

accordance with the best practices

followed in the industry”

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 13of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

36 Part IV 14 10

Terminate

the

Contract

in Full or

Part

10.1 Retain such amounts from

the payment due and payable

by the Purchaser to the bidder

as may be required to offset

any losses caused to the

Purchaser as a result of such

event of default and the bidder

shall compensate the Purchaser

for any such loss, damages or

other costs, incurred by the

Purchaser in this regard.

Nothing herein shall effect the

continued obligation of the

bidder and bidder’s Team to

perform all their obligations

and responsibilities under this

Contract in an identical manner

as were being performed

before the occurrence of the

default.

We recommend that the overall Maximum liability

of the bidder should be limited to the extent of

contract value.

Tender condition shall prevail.

37 Part IV 14 11.1.3 Where a change of control of

the bidder has occurred

whereby the bidder has

merged, amalgamated or been

taken over, due to which the

majority shareholding of the

bidder has been transferred to

another entity, MSRTC can by a

60 days written notice,

terminate this Agreement and

such notice shall become

effective at the end of the

We recommend that such change of control of the

bidder as may occur if the bidder has merged,

amalgamated or been taken over, due to which the

majority shareholding of the bidder has been

transferred to another entity be acceptable if the

bidder notifies MSRTC of such change and request

and receives approval for same.

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 14of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

notice.

38 Part IV 16 12.2 Third

Party

Claims

12.2.1 Bidder (the

"IndemnifyingParty")

undertakes to indemnify MSRTC

(the "Indemnified Party") from

and against all direct losses,

claims or damages on account

of bodily injury, death

ordamage to tangible personal

property and otherwise caused

by itsnegligence/ fraud/willful

misconduct, arising in favor of

any person,corporation or

other entity (including the

Indemnified Party) attributable

tothe Indemnifying Party's

performance or non-

performance under

thisAgreement or the SLA.

We recommend that the overall Maximum liability

of the bidder should be limited to the extent of 10

% of contract value.

Tender condition shall prevail

39 Part I 71 1.

Common

requirem

ents for

Server

5. The proposed servers should

be rack / blade optimized with

scalability for additional CPU,

Memory and I/O.

How much scalability is required and for which

servers (Web/ Application/ Database )? In the

database server specification it is mentioned 4

CPU; is scalability required on top of this ?

Bidder is expected to make

necessary estimates so as to meet

SLA requirements and other

requirements mentioned in the

RFP.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 15of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

40 Part I 72 1.

Common

requirem

ents for

Server

14. All the servers, except the

Server for backup, should be

populated with read-only drive,

capable of reading all types of

CD / DVD.

Can we have shared USB DVD in case of blade

servers?

YES

41 Part I 73 Chassis

Specificati

on

3. Dual network connectivity for

each blade server for

redundancy should be

provided. Backplane should be

completely passive device. If it

is active, dual backplane should

be provided for redundancy

Request you to modify the same as "Redundant

network connectivity to be provided to the

external Ethernet/SAN switches. The enclosure

should be proposed with passive backplane"

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

42 Part I 74 Chassis

Specificati

on

11. Two hot-plug, redundant

1Gbps Ethernet module with

minimum 10 ports (cumulative),

which enable connectivity to

Ethernet via switch. Switch

should be (Internal/external)

having Layer 3 functionality -

routing, filtering, traffic queuing

etc.

Request to consider the chassis interconnect

modules to be proposed as per the server

configuration requirement and the network sizing

requirement .Pls modify the same as " Two hot-

plug, redundant 1/10 GbpsEthernetmodule which

enable connectivity to Ethernet via switch. Switch

should be (Internal/external) having Layer 3

functionality - routing, filtering, traffic queuing

etc."

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

43 Part I 75 Blade

Specificati

on for All

servers

5. The Blade should have

redundant 8 Gbps Fiber

Channel HBA

To optimize on Network connectivity request you

to consider servers to be provided with converged

network ports with the FC throughput to be

allocated as per the sizing required with redundant

SAN connectivity.

The Blade should have redundant 8

Gbps Fiber Channel HBA or in case

of converged network ports bidder

to provide the FC port.

44 Part I 75 Blade

Specificati

on for All

servers

11. Pre-Failure Warranty.

Critical Components like CPU,

Memory, SSD & PCI Slots should

be covered under Pre-Failure

Warranty

Typically PCI slots provided are redundant. Thereby

request you to modify the specification as " Critical

Components like CPU, Memory & HDD should be

covered under Pre-Failure Warranty "

To be read as “Pre-Failure

Warranty. Critical Components like

CPU, Memory & SSD should be

covered under Pre-Failure

Warranty”

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 16of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

45 Part I 75 Blade

Specificati

on for All

servers

13. I/O & Power Supply

Redundancy: Server Should

have redundant power supply

and redundant I/O

In case of blade servers request to modify the

same as " chassis to be provided with redundant

power supply and I/O modules "

For rack servers Tender condition

shall prevail.

For blade servers redundant power

supply & I/O modules to be

provided on chassis.

46 Part I 76 1.

Requirem

ents for

Database

server

5. The model of the server

proposed should have

capability for field expansion

for minimum 25% additional

Processors and minimum 40%

additional Memory and 40%

additional I/O slots in each

node over and above the

relative capacity for the 5th

year as demonstrated during

commissioning.

Please clarify if we need to provide additional CPU

scalability apart from the 4 CPU mentioned in the

specification requirement. Do we need the

mentioned scalability for I/O slots?

Yes, mentioned scalability for I/O

slots is required. Bidder to estimate

the scalability requirements.

47 Part I 76 Additional

Requirem

ents for

Database

Server

1. Processor: Blades should be

x-86/RISC/EPIC processor based

servers with processor clock

speed of at least 2.0 GHz or

above..

Please clarify as previously in the server specs it is

mentioned server to be proposed with highest

clock speed.

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

48 Part I 76 Additional

Requirem

ents for

Database

Server

5. PCI-Express Slots: Server

Should Have Minimum 4 * PCI

Express Slots

With higher number of onboard ports available the

need for PCIE slots is reduced .Can we have this

modified to min 3 * PCI Express slots?

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 17of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

requirements.

49 Part I 76 Additional

Requirem

ents for

Database

Server

6. Each server should support

partitioning. Each partition

should be populated with

minimum 8 number of Gigabit

full-duplex Ethernet ports OR 2

x 10Gigabit ports for LAN

connectivity. Each 10G port

must be capable of carving out

at least 4 logical NICs with

configurable speeds from one

physical port.

Typically in x86 virtualization the network is shared

between the different guest OS to optimize the

network utilization. Request you to mention that

the server to be proposed with Min 2/4 Nos of

10Gbps Ethernet/converged network ports and

based on sizing each VM can be allocated the

required network throughput

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

50 Part I 77 Additional

Requirem

ents for

Database

Server

8. FC-HBA Ports: Each Partition

should be populated with

redundant 8Gbps FC ports. The

servers should have the

capability to balance the load

across multiple HBA interfaces

in active-active mode and

seamless failover without any

data corruption or

Application/Database crashing.

Also they should have the

capability to support storage

arrays of all leading storage

vendors including, but not

limited to EMC, Hitachi, HP,

IBM, Network Appliance,

SUN,etc

To optimize on Network connectivity request you

to consider servers to be provided with converged

network ports with the FC throughput to be

allocated as per the sizing required with redundant

SAN connectivity.

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 18of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

51 Part I 77 Additional

Requirem

ents for

Database

Server

12. Pre-Failure Warranty:

Critical Components like CPU,

Memory, SSD & PCI Slots should

be covered under Pre-Failure

Warranty

Typically PCI slots provided are redundant .

Thereby request you to modify the specification as

" Critical Components like CPU, Memory & HDD

should be covered under Pre-Failure Warranty "

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

All the proposed components

should cover pre-failure warranty

52 Part I 77 Additional

Requirem

ents for

Database

Server

14. I/O & Power Supply

Redundancy: Server Should

have redundant power supply

and redundant I/O

In case of blade servers request to modify the

same as " chassis to be provided with redundant

power supply and I/O modules "

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

53 Part I 85 7.

Requirem

ent of

Edge

Router

2. High Availability

requirements: "VRRP/HSRP

High Mean Time between

Failure values should be

available to ensure long life of

router hardware.

The router should be capable of

booting from a remote node or

external flash memory, where

the router image is present.

The Router should have

redundant power supply"

Request to change it to internal/ external

redundant power supply

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 19of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

54 Part I 88 8.

Requirem

ent of

Switch

6. 20 x 10/100/1000 BaseTx

interfaces

For scalability the switch should require Fiber or

copper port. Request to change it to 24-port GbE

SFP port so that it can support fiber or copper

whichever is required.

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

55 Part I 88 8.

Requirem

ent of

Switch

7. 8 x 10Gbps interfaces SFP

ports (LR 4 ports (Upto 10kms)

& SR 20 Ports)

The port cout is 24 but the line card is only 8 port

10G. Request to change it to 24 x10 Gaps

interfaces SFP ports

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

56 Part I 88 8.

Requirem

ent of

Switch

18. Mac address table size of

50,000 entries and Routing

entries capacity of 256,000 on

the CPU.

In switching environment higher MAC table entries

are required, our suggestion is to change it to min

128K MAC table.

There is no need of such a high routing table

required in the Switch. We recommend that it be

changed to Min. 16K routing entries.

Tender condition shall prevail.

Specifications provided in RFP are

minimum indicative requirements.

Bidder is expected to work out

required specifications as required

for meeting SLA and project

requirements.

57 Part I 20 a.

Networki

ng for

new

system:

MSRTC has the right to specify

higher bandwidth than assessed

by BIDDER. In such a case, it

would be mandatory to provide

the bandwidth as per the

requirement specified by

MSRTC. Cost of incremental

bandwidth that may be

We recommend that provision of bandwidth

requirement be made based on the scope of the

project.

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 20of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

required to meet the

performance SLAs or any other

requirement during the course

of the project execution or the

cost of any additional

component/equipment/connec

tivity/bandwidth specifically

required by bidder shall be

borne by the bidder

58 Part 1 7 1.5

Project

Implemen

tation

Methodol

ogy

3. The bidder shall transfer all

the assets (including hardware

and software) which will be

developed, procured or

customized during the project

to MSRTC for a value of Rs 1

within 3 months from

successful go-live of the system.

Bidder shall have to transfer the

whole setup in running

condition and provide

knowledge transfer to MSRTC’s

team at the end of contract.

Since this is a BOT project, the transfer of

ownership of all the assets should take place at the

end of the contract period. Request modification

accordingly.

To be read as “The bidder shall

transfer all the assets (including

hardware and software) which will

be developed, procured or

customized during the project to

MSRTC for a value of Re 1. The

process for the same should start

prior to 6 months from end of the

contract. Bidder shall have to

transfer the whole setup in running

condition. Bidder should provide

knowledge transfer to MSRTC’s

team during the contract period.”

Also the ownership of whole setup

lies with MSRTC during the project

period.

59 Part 1 23 c. Overall

Scope for

IT

Infrastruc

ture

vi. Ownership: All hardware

procured for the project at Data

Center, Disaster Recovery Site

and MSRTC Offices including

bus depots and bus stations,

including software and network

connectivity would be in the

Since this is a BOT project, the transfer of

ownership of all the assests should take place at

the end of the contract period. Request

modification accordingly.

Moreover, termination and resultant implication

should be covered under the termination clause.

Hence, request to modify the clause accordingly.

To be read as “Ownership: All

hardware procured for the project

at Data Center, Disaster Recovery

Site and MSRTC Offices including

bus depots and bus stations,

including software and network

connectivity would be in the name

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 21of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

name of bidder, but the

ownership of the same will lie

with MSRTC. However within

three months of complete go-

live, the same shall be

transferred to MSRTC at INR 1.

If the contract is terminated

prior to the conclusion of the

contract period due to bidder’s

non-performance, in that case

all IT infrastructure provided for

the project will not be returned

to the bidder and will be the

property of MSRTC.

Moreover, Since there is a huge CAPEX investment

upfront and payments are on a monthly basis, we

recommend that on the occurrence of such a

termination, the bidder should be suitably

compensated for all the investments and expenses

expended and committed till the date of such

termination.

of bidder, but the ownership of the

same will lie with MSRTC. However

the bidder shall transfer all the

assets (including hardware and

software) which will be developed,

procured or customized during the

project to MSRTC for a value of Re

1.The process for the same should

start priorto6 months from end of

the contract. Bidder shall have to

transfer the whole setup in running

condition. Bidder should provide

knowledge transfer to MSRTC’s

team during the contract period.”

Also the ownership of whole setup

lies with MSRTC during the project

period If the contract is terminated

prior to the conclusion of the

contract period due to bidder’s

non-performance, in that case all IT

infrastructures provided for the

project will not be returned to the

bidder and will be the property of

MSRTC.”

60 Volume

III

6 1.7.11

20 September 2014, 17:00 hrs. Request you to postpone the bid submission to 20

October, 2014, 17:00 hrs. We need time to finalise

our system integrator to participate in this tender.

Tender condition shall prevail

61 Volume

III

15 26.6 Turnover – 500 crores Request you to amend the turnover to 50 crores. Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 22of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

62 Volume

III

18 27.5.3

Technical bid evaluation

parameter

Request you to change the marking system

because the marks allocated to various points

volume-III, only 10% marks are given to technical

evaluation, and the rest of them are given to non-

technical points.

Tender condition shall prevail

63 Volume

III

14

24 Consortium related conditions Request you to consider minimum three

consortium partners. The previous 2008 tender

was allowed for three consortium partners. OEM

of ETM should be considered as consortium

partner.

Tender condition shall prevail

64 Volume

I

2

11 & 12

Last date of preparation of bids

Last date of submission of bids

Please clarify these points Is it preparation means

last date for online submission and submission

means last date for hard copy / physical

submission?

Last date of preparation of bids

refers to timeline till which bidders

can modify their technical and

commercial bid.

Last date of submission of bids

refers to timeline till which bidder

has to submit the online bid

prepared on the system to MSRTC.

Bidders are required to submit

hard copy / physical submission of

technical bid at the time of

technical bid opening.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 23of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

65 Volume

I

12

3.1.7

Migration of all data (both

physical stored documents and

electronic) from existing SI to

the new system implemented.

This includes data which is

currently being maintained at

depot level.

We would like to know the format, database

structure and schemas (if any) for electronic data

and for physical stored data formats for analysing

the amount of work and time involved for data

entry and migration. Also amount of physical data

to be migrated by data entry.

It will be responsibility of the

bidder Refer to Annexure I

attached

66 Volume

I

13

3.2

Software solution areas that the

solution must include;

Please elaborate the modules and the business

process, data to be captured mentioned under this

section to arrive the exact timelines.

Bidder is expected to visit MSRTC

premises and understand the

existing system as required

Refer to Annexure I attached

67 Volume

I

14 &

40

3.2 & 4.3

Strings management Please elaborate the modules and business

process, data to be captured mentioned under this

section to arrive exact timelines.

Bidder is expected to visit MSRTC

premises and understand the

existing system as required

Refer to Annexure I attached

68 Volume

II

7

1.3.2

Payment terms and calculation

for smart cards

Will the scope involved supply of smart cards? Or

only personalization of cards? Do we need to

integrate the existing 15 lac smart cards? Please

provide the specification of smart cards.

Supply of smart cards is included in

scope of bidder.

Integration of existing 15 lac smart

cards is in scope.

Refer to Annexure I for existing

specifications

69 Volume

III

6

1.7.11

Due date Request you to kindly extend the date for the

submission of the response by 45 days as the

proposed system is complex involving automation

of the revenue management for the large

transport corporation MSRTC. This requested

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 24of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

timeframe is necessary for service providers to

understand the requirements, define and architect

solution meeting the MSRTCs current and future

business requirements.

70 Volume

III

10

12.1

The bidder shall furnish, as part

of its pre-requisition bid, an

EMD of INR 1,00,00,000/- (

Rupees one crore only)

alongwith technical bid.

Whereas in page no.2 of volume-I,II,III and IV point

no. 6, it is mentioned as Rs. 3 crores is the EMD,

Rs. 1 crore or Rs. 3 Crores. Please clarify?

To be read as

“All bids must be accompanied by

an Earnest Money Deposit (EMD)

of 3,00,00,000/- (Rupees Three

crores only). Rs. 2.5 Crore in form

of Bank Guarantee against EMD

from any Nationalized Bank valid

for 90 days beyond the validity of

the Bid .Rs. 50 lakh in form of

Demand Draft should be drawn in

favour of ―”MSRTC Fund A/C”

Mumbai.”

Format for EMD Bank Guarantee is

enclosed as Annexure V.

71 Volume

III

14

24

Consortium related conditions ETIM, ORS and DC & DR hardware play in major

role in this tender/project. As on date, all large the

system integrators do not have experienced for the

above mentioned services. We request you to

kindly allow consortium of minimum three

consortium partners for hassle free services during

project implementation and maintenance period.

Tender condition shall prevail

72 Volume

III

15

2.6

The bidder should have a

minimum average annual

turnover of INR 500 crore

Request you to amend the turnover to Rs. 75.00

crores as the largest system integrators working

with top 5 STU's in India are in this turnover range.

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 25of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

(Rupees Five hundred crore) in

India for presiding three

financial years ended with

31/03/2014 ( i.e. 2011- 2012,

2012 – 2013 and 2013-2014

provisional)

Amendment of this clause will enable MSRTC to

get the best and experienced players to offer

optimal solution for MSRTC.

73 Volume

III

18

27.5.3

Technical bid evaluation

parameters

Request you to change the marking system

because the marks allocated to various points in

volume III, only 100 marks given to technical

evaluation and rest of them are given to non-

technical points. A complex and mission critical like

MSRTC ETIM and ORS system require robust

technical solution which meets current and future

business requirements. We request more

emphasis should be put on the technical solution,

project plan, system architecture, implementation

plan, post-implementation support plan. We

request you to put emphasis and points for this

sections.

Refer Annexure II attached

74 Vol II 4 1.2.1 Chargeable Transactions Response from MSRTC As per the Annexure III

75 NA NA NA NA As mentioned in RFP to submit 02 nos of ETIM

along with Technical bid submission.

We want to request to allow all vendors to submit

only 01 nos of ETIM along with technical bid.

Tender condition shall prevail

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 26of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

76 Vol I 63 8.1 point

no. 28

The ETIM shall support ‘Sakal

Marathi’ font on display.

It is mentioned in the RFP that ETIM display should

display E-Sakal font on the screen.

Instead of E-Sakal font Unicode font should be

allowed to display on the screen.

Provision to support either E Sakal

font or any Unicode font should be

given.

77 Vol I 43 4.6 Redundancy provided in ETIM

to ensure if GPRS fails due to

unforeseen reason and then

SMS facility is activated as a fall

back mode.

As mentioned in the RFP Redundancy provided in

ETIM to ensure if GPRS failure due to unforseen

reason and then SMS facility is activated as a fall

back mode.

We request to please specify this point

Consider this point as deleted

78 Vol II 12 2.3.2

point no.

6

Percentage of faulty or

breakdown ETIMs not resolved

in 60 mins

Percentage of faulty or breakdown ETIMs not

resolved in 60 mins.

Validation as mentioned for this will be percentage

will be calculated across all depots and will exclude

the count of ETIM machines which are kept in

stock or unused.

We request to please elaborate on this validation

point.

The additional i.e. spare 10% ETIMs

will not be considered in

calculation of percentage

breakdown.

Instead read as “Percentage of

faulty or breakdown ETIMs will be

calculated using only the ETIMs

which are kept are in use by MSRTC

staff and officials. ETIM machines

kept in stock or which are not in

use will not in one day without

affecting MSRTC's business. This

figure will be used for arriving at

this percentage.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 27of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

79 Vol I 20 3.2 ai Network Connectivity

Based on the assessment for

bandwidth sizing, the bidder

shall provide connectivity for

the following:

DC Internet Lease Line

DR Internet Lease Line

DC to DR MPLS

Central office internet lease line

Depot Internet Connectivity

Bus Station Internet

Connectivity

Region Office Internet

Connectivity

Division office internet

connectivity

GPRS Connectivity for ETIMs

provided

The redundant internet

connectivity (same bandwidth

in the case of primary

connectivity) would have to be

provided by the bidder.

review, inspection etc.

Request you to make The redundant internet

connectivity provision (same bandwidth in the case

of primary connectivity) would have to be provided

for the following location only:

• DC Internet Lease Line

• DR Internet Lease Line

Kindly Request you to remove the redundant

internet connectivity (same bandwidth in the case

of primary connectivity) for the other locations.

The other locations will only have redundant

connectivity. Also the GPRS connectivity for ETIMs

provided will not have redundancy.

To be read as "Based on the

assessment for bandwidth sizing,

the bidder shall provide

connectivity for the following:

DC Internet Lease Line

DR Internet Lease Line

DC to DR MPLS

Central office MPLS

Depot Internet Connectivity

Bus Station Internet Connectivity

Region Office Internet Connectivity

Division office internet connectivity

• GPRS Connectivity for ETIMs

provided

The redundant internet

connectivity provision (same

bandwidth in the case of primary

connectivity) would have to be

provided for the following location

only:

• DC Internet Lease Line

• DR Internet Lease Line

• Central office MPLS

Following will have redundant

internet connectivity provision but

not necessarily same bandwidth in

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 28of 39

Sr.

No RFP Reference

Content of RFP requiring

Clarification Points of Clarification Required

Response from MSRTC

Section Page

# Clause #

the case of secondary connectivity

Depot Internet Connectivity

Bus Station Internet Connectivity

Region Office Internet Connectivity

Division office internet

connectivity

The GPRS connectivity for ETIMs

provided will not have redundancy.

".

80 Vol I 42 4.5 Network Landscape

Table

As per annexure VI

81 Part 1 91 22. 2” Thermal printer- Desktop

based 2” thermal printer (USB

based

MSRTC has already considered Dotmatrix Printer

for this purpose. Hence, it is not required to have

2" thermal printers in Desktop. Requesting you to

remove this requirement from Desktop

Specification

Consider this clause within Volume

1 – 22.2 as deleted

82 Part 1 27.5 A5: Experience of setting up /

implementations / hosting of

data centre at data centre

facility for any Government

Projects for last 6 years.

1 Project = 25 Marks ( Max 4

Projects

Request you to amend this clause as below:

Experience of setting up / implementations /

hosting of data centre at data centre facility for

any Government Projects in last 6 years.

1 Project = 25 Marks ( Max 4 Projects)

Refer to Annexure II

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 29of 39

Annexure I

Clarifications to pre-bid queries

1. Specifications for Smart card currently in use at MSRTC

FEATURES:

1.1 MIFARE® RF Interface (ISO/IEC 14443A):

▪ Contactless transmission of data and supply energy (no battery needed).

▪ Operating distance: Upto mm (depending upon antenna geometry).

▪ Operating frequency: 13.56 MHz.

▪ High data integrity: 16 Bit CRC, parity, bit coding, bit counting.

▪ True anti collision.

▪ Typical ticketing transaction: < 100 ms (including backup management).

1.2 EEPROM:

▪ 1 Kbyte, organized in 16 sectors with 4 blocks of 16 bytes each

(one block consists of 16 byte).

▪ User definable access conditions for each memory block.

▪ Data retention of 10 years.

▪ Write endurance 1,00,000 cycles.

1.3 SECURITY:

▪ Data encryption on RF-channel with replay attack protection.

▪ Individual set of two keys per sector (per application) to support multi-application with key

hierarchy.

▪ Unique serial number for each device.

▪ Transport key protects access to EEPROM on chip delivery.

2. Existing data volume

# Database Name Database size

1 ORS Database Server 160 GB

2 MIS Database Server 130 GB

3

Some data is spread across ETIM servers at all

bus depots 3.2 TB

3. Details about the functionality of the existing modules within MSRTC System. The new solution is

expected to

1. Route Management:

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 30of 39

- Following functions are available

a. Option to create new bus routes be entering details of stops within the route, type of route being

defined such as interstate, intercity, or intrastate.

b. Option to update the given routes.

c. Option to delete the given routes with authorization

d. Option to reverse the given route

This data gets synched with ETIM machine at the time of ETIM preparation

2. Crew Duty Management:

Crew duty master update- allows user to cluster one or many trips under one duty, later these crew

duties are clustered together from Crew Duty Master to Schedule single functioning duty. repeat crew

duty allows to use the same crew duty twice if the count mentioned is 2 in two different crew duty

schedules.

Crew Duty Schedule- allows user to cluster one or more duties together to form a single duty which is

reflected in the Duty Allocation Update form where duties can be allocated to the conductors and

also allows user to update or delete the duties created earlier.

Duty allocation Update- using Crew duty master update and Crew duty schedule one unique crew

duty linking number generated. This crew duty linking number used displaying duty allocation update

with specified or defined trips details chart.

3. Waybill Management

After allocating the waybill in ETIM hand held user can manage the waybill details by performing

following actions.

Reprint Waybill- User can re-print the waybill details before ticket collection.

Change Conductor- User can change the conductor for an assigned waybill.

Change ETIM- User can change the ETIM for a given conductor.

Cancel Waybill- completely cancel the particular waybill.

Change conductor, Change ETIM and Cancel Waybill can only be performed when the duty for the

given waybill is not yet started. Once the collection is done for a particular waybill, waybill details will

not be displayed under the waybill management.

4. Trip Management

- Following functions performs at central server.

User can create new bus service under the particular trip code at central server.

After creating route user can create bus service and this route will be applied for multiple trips with

different trip numbers.

- Following actions performs at depot level server.

user can sync the different number of trips at depot level server using get trips.

5. Ticket Collection

- Normal Collection

• After collect the cash collection user can collects the tickets from ETIM machine.

• User collect tickets against the Waybill number.

• Connect the ETIM machine to the system and enter the waybill number for which collection

is to be taken. If the entered information is correct & preview page will appear with the ETIM

machine tickets collection details. the collection amount is correct, the user can click on the

Continue button on the screen below.

• If the collection details are correct, the user can click on next then CWA tickets blocks

information will be display on screen, If the tickets sold from tray then user can update

tickets block status against the ticket type & click on next.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 31of 39

• And next screen will show expenses or CWA collection receipts where user can insert police

warrant, jail warrant, refund amount, night out amount, toll tax, online expenses details paid

manually by conductor.

• When user click on submit button the collected ticket information, next screen will be

appears which contains the list of trips performed by conductor for the specified duties. And

also entered the trips-wise amount options available on the screen.

• user clicks on Submit button, final waybill wise collection report for the specified report will

appears.

- Machine Problem

If any problems occurred in the ETIM machine then using machine problem option conductor can

complete his duty.

6. Cash Collection

• Only started duties cash collection is available.

• User can entered waybill number then rupee denomination wise, units wise screen will be

appear.

• User can entered units for related waybill and submit the information.

7. Strings Management

Different string masters are use for moffusil (other rural areas), city, interstate and window

For Moffusil (other rural areas) Machine-

1. While making moffusil machine following master data is sent into machine.

2. BUS SERVICE STRING: Bus service string use for selection of bus service type while selecting

trip.

3. CAUSE STRING:Cause string use for making entry in machine regarding any causes. Such as

accident,diesel.

4. CONCESSION STRING: Concession string used to issued concession ticket from the machine

with the given concession.

5. LUGGAGE STRING: Luggage string is used to issue luggage ticket from the machine.

6. TRIP STRING: Trip string use to send multiple trips into the machine.

7. ROUTE STRING: Route string is used to add given route into the machine.

8. WBR STRING: Reservation passenger information send to machine for the selected route.

For Interstate Machine-

While making Interstate machine we send all this master into machine.

1. BUS SERVICE STRING: Bus service string use for selection of bus service type while selecting

trip.

2. CAUSE STRING: Cause string use for making entry in machine regarding any cause. such as

accident,diesel.

3. CONCESSION STRING: Concession string used to issued concession ticket for state and

interstate passenger from the machine with the given concession rate.

4. LUGGAGE STRING: Luggage string is used to issue luggage ticket from the machine.

5. TRIP STRING: Trip string use to send multiple trips into the machine.

6. ROUTE STRING: Route string is used to add given route into the machine.

7. WBR STRING: Reservation passenger information send to machine for the selected route.

For Window Machine-

While making Window machine we send all this master into machine.

1. BUS SERVICE STRING: Bus service string use for selection of bus service type while selecting trip.

2. CAUSE STRING: Cause string use for making entry in machine regarding any causes .such as

accident, diesel.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 32of 39

Annexure II

Technical Bids will then be evaluated for the following parameters:

# Parameter Max.

Marks

Evidence to be submitted

TOTAL 1000

A Past Experience of the Bidder Relevant to the

Proposed Solution

500

A1 Experience in supply & deployment of Electronic

Ticket Issuing Machines (ETIMs) for Government

Transport sector in India across upto 3 projects in

last 6 years will be considered

100 Work Orders / Letter from client

stating scope of work, client name,

value of contract and date of work

order / Go-live / acceptance /

completion Certificate issued by the

customer Vendor's Own or Quoted ETIM OEM's experience

will be considered

15001- 20000 = 100 Marks

10001-15000 = 80 Marks

10000-7501 = 60 Marks

5001-7500 = 40 Marks

Less than 5000 = 0 Marks

A2 Experience in implementing ETIM functionality at

given number of Depots in Government transport

sector in the last 6 years

100 Work Orders / Letter from client

stating scope of work, client name,

value of contract and date of work

order / Go-live / acceptance /

completion Certificate issued by the

customer

Vendor's Own or Quoted ETIM OEM's experience

will be considered

Across upto 3 projects in last 6 years will be

considered

>100 = 100 Marks

76- 100 = 80 Marks

51-75 = 60 Marks

Less than 50 = 0 Marks

A3 Experience in implementing ticket booking Centres

with respect to number of locations in Government

transport sector

100 Work Orders / Letter from client

stating scope of work, client name,

value of contract and date of work

order / Go-live / acceptance /

completion Certificate issued by the

customer

Vendor's Own experience will considered

Across upto 3 projects in last 6 years will be

considered

>100 = 100 Marks

76- 100 = 80 Marks

51-75 = 60 Marks

Less than 50 = 0 Marks

A4 Experience in implementing RFID Smart Card based

Pass System outlets with respect to number of

locations in Government transport sector across

upto 3 projects in last 6 years will be considered

100 Work Orders / Letter from client

stating scope of work, client name,

value of contract and date of work

order / Go-live / acceptance /

completion Certificate issued by the

customer Vendor's Own experience will considered

>100 = 100 Marks

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 33of 39

# Parameter Max.

Marks

Evidence to be submitted

76 - 100 = 80 Marks

51-75 = 60 Marks

Less than 50 = 0 Marks

A5 Experience of setting up / implementations / hosting

of data centre at data centre facility for any

Government Projects in last 6 years.

100 Work Orders / Letter from client

stating scope of work, client name,

value of contract and date of work

order / Go-live / acceptance /

completion Certificate issued by the

customer

Vendor's Own experience will considered

1 Project = 25 Marks ( Max 4 Projects)

B Financial Capability 100

B1 Experience in implementing IT Projects on

BOOT/BOT/DBOT/BOO Model

100 Work Order / Purchase order / Copy

of contract / Letter of Award

highlighting the required details. In India In last 6 years. Number of Projects

completed/ on-going shall be evaluated as:

>= 3 projects: 100 marks

Upto 2 projects: 50 marks

0 projects: 0 marks

C Manpower Requirements 100

C.1 The proposed resource for this position Should be

B.E. / B.Tech / MCA and MBA with a minimum

project management experience of 10 Years. Award

of marks will be as follows:

50 Certified CV

Experience: Prior Experience of Working for large

scale IT project with atleast one project transport

domain in a Project Management role

>15 years - 20 Marks

Up to 10 years - 10 Marks

less than 10 - 0 Marks

PMP / Prince2 Certification: 30 Marks

C.2 Solution Architect (1) 50 Certified CV

The proposed resource for this position Should be

B.E. /B.Tech. /MCA / MSC-IT with a minimum

experience of 5 years as Solution architect in IT

projects. Award of marks will be as follows:

Experience: Number of Years

>15 years - 20 Marks

Up to 10 years - 10 Marks

less than 10 - 0 Marks

Experience of designing and implementing a similar

solution as proposed by the bidder

>=3 Project - 30 Marks

=2 Project - 20 Marks

=1 Project - 10 Marks

Less than 1 project – 0 marks

D Live Demo of the Solution 100

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 34of 39

# Parameter Max.

Marks

Evidence to be submitted

D.1 Show casing ETIM Handheld as per RFP specification. 100 MSRTC may verify the specifications

from external agency if required. Show casing ticket issuing speed, printing & GPRS

data transfer only.

Show casing RFID Smart Card (Mifare 1 K) reading /

Writing functionality

2 Nos. of Sample ETIMs complying tender

specifications have to be submitted along with

technical bid.

E Technical Solution 200

E.1 Overall Approach & Methodology for

Implementation as suggested in the Technical Bid

40 Signed Technical Bid

E.2 Understanding of Objectives of MSRTC 40 Signed Technical Bid

E.3 Training Plan 40 Signed Technical Bid

E.4 Suggested Solution (Architecture) 40 Signed Technical Bid

E.5 Work Plan for the entire solution 40 Signed Technical Bid

Note:

Bidder is not allowed to change the OEM proposed in the bid during the entire contract period.

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 35of 39

Annexure III

List of Chargeable & Non Chargeable Tickets

Chargeable Transactions

The bidder will be paid only for tickets on which passenger(s) travels, and which is cancelled, if

booked through the online reservation system. So, if a ticket has been booked through the online

reservation system, and then cancelled, the bidder shall be paid for both the transactions. Bidder will

be paid for the following ticket types:

• Normal ticket (Adult & Child including window booking ticket)

• Senior citizen

• Student concession ticket ( Student visit at native place in vacation, student attending sport

education tournament, student visit to seek sick parents, student attending camps, student

attending exam & sick student visit to native place)

• Blind and their escort

• Handicapped and their escort

• Mentally retarded & their escort

• T.B

• Cancer

• Leprosy patient

• Rescue home student

• Annual concession card passenger

• State government awardees for sports or education

• State government organised sport tournament (Government offices)

• State government organised sport tournament (Educational)

• Police Warrant

• Jail warrant

• Extra ticket

• Group ticket

• Penalty ticket

• Special luggage ticket for pass holders &for ORS/PORS users.

Bidder will not be paid for all remaining tickets types. These ticket types include:

• Monthly pass

• Quarterly pass

• Student monthly pass

• AhilyabaiHolkar scheme

• ManavVikas

• Travel as you like

• Freedom fighter & their escort

• Press reporter

• M.L.A and one escort

• Ex. M.L.A andescort

• M.L.C and escort

• Ex . M.L.C and escort

• Dalit Mitra and escort

• ArjunaDronacharya Awardee

• DadojiKondev

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 36of 39

• Shiv Chatrapati Awardee

• Adiwasisevakawardee and escort

• For performing pooja at Pandharpur, Aashadi, Kartik Ekadashi pass for varkaricouple

• Anna BhauSathe awardee and escort

• Chatrapati Awardee

• Staff on duty pass – Employee

• S.T. Employee free pass

• Other S.T. vehicle passenger

• Rescue operation passenger

• Platform ticket

• Difference ticket

• Unpaid amount ticket

• Passenger refund ticket

• Handicapped best worker and escort

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 37of 39

Annexure IV

Form10: Format for Manufacturer’s Authorization Form

(To be obtained from all OEMs on OEM letterhead)

RFP No.: <> Date:

_______________

To

The Deputy General Manager (EDP)

Maharashtra State Road Transport Corporation,

EDP Centre, 4th Floor, New Annex Building, J.B.B. Marg

Mumbai Central

Mumbai, 400008

WHEREAS___________________________________________________ who are official manufacturers of

___________________________ having factories at

______________________________________________________________ do hereby authorize

____________________________________________________ to submit a Bid in relation to the Invitation for

Bids indicated above, the purpose of which is to provide the following Goods, manufactured by us

______________________________ and to subsequently negotiate and sign the Contract.

We hereby extend our warranty for the complete project duration, with respect to the Goods offered by the

above firm in reply to this Invitation for Bids. We alsoconfirm that the Goods/Services supplied as a part of the

RFP shall not be End of Life /Support for the entire contract period. Also the Goods / Services supplied as a part

of RFP shall be supported for the entire contract period. The products offered by us are of equivalent or higher

specifications as mentioned in the RFP.

Signature:

Full Name:

Address:

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 38of 39

Annexure V

Proforma for bid security / EMD Bank Guarantee

Whereas ________________________________________(hereinafter called "the Bidder") has submitted

its RFP offer dated ________ 2014 for ____________________(hereinafter called "the

RFP")

KNOW ALL MEN by these presents that WE_________________ ___________________ _________of

________________________ _______________ (hereinafter called the Bank:) are bound upto

________________ _________________________ (hereinafter called " THE MSRT CORPORATION ") in the

sum of _________________ ___________for which payment well and truly to be made to the MSRTC,

the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the Said

Bank this ____day of ______ 2014.

THE CONDITIONS of this obligation are:

If the Bidder withdraws its bid during the period of RFP validity specified by the Bidder on the RFP

Form;

OR

If the Bidder, having been notified of the acceptance of its RFP by the MSRT Corporation during the period of

RFP validity:

fails or refuses to execute the contract Form if required;

OR

fails or refuses to furnish the Security Deposit in accordance with the instruction given in RFP

document;

We undertake to pay the MSRT CORPORATION up to the above amount upon receipt of its first written

demand, without the MSRT CORPORATION having to substantiate its demand, provided that in its demand the

MSRT CORPORATION shall note that the amount claimed by it is due it owing to the occurrence of one or both

of the two conditions, specifying the occurred condition or conditions.

This guarantee shall remain in force up to and including and any demand in respect thereof should

reach the Bank before expiry period of bank guarantee.

Notwithstanding anything contained herein:

1. Our liability under this Bank guarantee shall not exceed Rs. 2,50,00,000/- (Rs. Two Crores fifty lakh only)

2. This Bank Guarantee shall be valid upto _______ (BG period needs to cover bid validity period)

3. We are liable to pay the guaranteed amount under this Bank Guarantee only if you serve upon us a

written claim or demand on or before _______.

(Signature of the Bank)

Response to pre-bid queries for Tender no. ST/IT/ETIM&ORS/2014/01

Page 39of 39

Annexure VI

Network Landscape

# Equipment / Parts Qty (Min.)

1 DC Internet Lease Line (Primary) - 10 Mbps 1

DC Internet Lease Line (Secondary) - 10 Mbps 1

2 DR Internet Lease Line (Primary) - 10 Mbps 1

DR Internet Lease Line (Secondary) - 10 Mbps 1

3 DC to DR MPLS (Primary) - 6 Mbps 1

DC to DR MPLS (Secondary) - 6 Mbps 1

4 Central Office MPLS (Primary) - 6 Mbps 1

Central Office MPLS (Secondary) - 6 Mbps 1

5 Depot Internet Connectivity - Primary - up to 2 Mbps Broadband 250

Depot Internet Connectivity - Secondary - up to 2 Mbps (connectivity using data

cards may be provided)

250

6 Bus Station Internet Connectivity - Primary - up to 2 Mbps Broadband 327

Bus Station Internet Connectivity - Secondary - up to 2 Mbps (connectivity using

data cards may be provided)

327

7 Region Office Internet Connectivity - Primary - up to 2 Mbps Broadband 6

Region Office Internet Connectivity - Secondary - up to 2 Mbps (connectivity using

data cards may be provided)

6

8 Division Office Internet Connectivity - Primary - up to 2 Mbps Broadband 30

Division Office Internet Connectivity - Secondary - up to 2 Mbps (connectivity using

data cards may be provided)

30

9 GPRS Connectivity for ETIMs As supplied

Date: ___________________________

Address: ___________________________

Witness:___________________________