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