gsrtc fms rfpapsrtc.ap.gov.in/tenders/rfp for rfid based-final-20.05.19.pdf · apsrtc rfp for rfid...

47
Tender Notification No. ATM(IT)/TIM(RFID)/2019 APSRTC TENDER FOR SUPPLY, IMPLEMENTATION AND MAINTENANCE OF RFID TIMS IN APSRTC THROUGH e-TENDERS WITH REVERSE AUCTION

Upload: others

Post on 10-May-2020

17 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Tender Notification No. ATM(IT)/TIM(RFID)/2019

APSRTC

TENDER FOR SUPPLY, IMPLEMENTATION AND

MAINTENANCE OF RFID TIMS IN APSRTC THROUGH

e-TENDERS WITH REVERSE AUCTION

Page 2: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES

2

e- TENDER DETAILS

1. Departme

nt Name ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION

2. Circle/Div

ision

Office of the VC & MD, IT Department, RTC house, PNBS,

Vijayawada

3. Tender

Number Reference No:ATM(IT)/TIM(RFID)/2019

4. Tender

Subject

SUPPLY, IMPLEMENTATION AND MAINTENANCE OF RFID TIMS IN APSRTC THROUGH e-TENDERS WITH REVERSE AUCTION

5. Form Of

Contract As per Tender Document

6. Tender

Type Open

7. EMD EMD of Rs.5,00,000/- (Rupees Five Lakhs).

8 S.D. The successful bidder shall at his own expense, deposit 10% of Bid value ( calculated for 3000 units) with APSRTC, within 15 (Fifteen) working days of the date of notice of award of the contract or prior to signing of the contract whichever is earlier.

9 Contact Person

Phone Nos.

regarding MSTC

e-portal

Rama ph. 9989719979 mail id : [email protected]

Assistant Manager-Vijayawada

https://www.mstcecommerce.com

10 Officer

Inviting

Bids

Chief Engineer (IT), APSRTC

11 Contact

Person

Chief Engineer (IT), APSRTC

12 Address/

e-mail id

CE(IT)IT Department, RTC House, PNBS, Vijayawada,

[email protected], [email protected]

13 Contact

Details:

Telephone

CE(IT) - 9100667958

Dy.CM(IT - 9100942267

Page 3: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES

3

14 Procedure

to Offer

Submissi

on

1. Eligibility For participating in the e-tender the intending bidder shall

Obtain GST number Register themselves as "Successful bidders for APSRTC on the

MSTC portal" duly obtaining username and password at

www.mstcecommerce.comselect e-procurement ˃ Govt-PSU’s ˃ Page no#3(APSRTC SYMBOL) or got to the link

˃(https:(/www.mstcecommerce.com/eprochome(apsrtc(buyer login.jsp)

Further please download the Successful bidder guide from www.mstcecommerce.com/eprochome(apsrtc(buyerlogin.jsp for the detailed guidelines to be followed in the e-bidding, also refer to the java download and FAQs tabs for further guidance. Please use Microsoft internet explorer for bidding.

At the time of registration, no payment is required. Details of personal information required for registration

include, PAN number, mobile number, e mail, address, bank account details with IFSC code.

For participation in e tender, the Bidder shall possess "class IlI digital signature with signing".

Employees of APSRTC and their family members as defined in APSRTC Employees(Conduct)Regulations, 1963 are not eligible to participate in the e-tenders.

Minors under the age of 18 years shall not participate in the e tenders.

No preference will be given to existing bidder. Corporation Committee’s decision is final in Selection of the Bidder.

2. BIDS The Bidder has to satisfy himself regarding Actual figures, and other terms and conditions before participating in the e-tender. No representation in this regard will be entertained at any later date.

The RFP(Request for Proposal) has to be downloaded from APSRTC website http://apsrtc/ap.gov.in/T_Advertisements.aspx

3. Criteria for allotment of bid The Bidder shall log in at the APSRTC page on MSTC ecommerce

site with his/her user id and password and digital signature and

quote his/her "bid" in "Rupees" for supply, implementation and

maintenance of RFID TIMS in APSRTC through e-tenders with

reverse auction. The selection of the bidder for allotment of contract will be purely on the basis of rate per RFID TIM offered by the Bidder through process of e-bid followed by reverse auction, on MSTC e-commerce portal.

Page 4: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES

4

4. Payment of Entry Fee and Caution deposit For submission of bid the bidder has to remit a nonrefundable

administrative entryfee to APSRTC at the rate of Rs 10,000 + 18% GST (Rupees ten thousand only plus GST @ 18%) i.e. 11,800/- (Eleven thousand eight hundred only) in advance as Administrative charges through RTGS.

The Bidder shall also arrange to remit an amount of Rs.5,00,000/- (Rupees five lakhs only) to APSRTC as refundable EMD (Earnest Money Deposit)inadvance.

The Administrative charges (Entry fee) and EMD (caution deposit) shall be paid into the current account Number of FA&CAO of APSRTC through NEFT / RTGS only at least 24 hrs. in advance of bid.

Name Current account

number IFSC code Name of the bank

FA &

CAO

APSRTC

6247241322

6

SBIN00201

69 State Bank of India

The details with UTR number shall be mailed to [email protected]

Nam

e

Mobil

e

Mai

l-id

Administrat

ive Entry

fee paid

Rs.

EMD

amount

Paid Rs.

Bank

IFSC

During the bid process, the bidder will be required to pay user

chargesto the MSTC at the rate of 0.03% of bid value plus 18% GST or Rs 10,000/- plus18% GST whichever is less.

5. Allotment The successful bidder shall be decided based on the lowest bid

criteria of rate of RFID TIM after completing the reverse auction.

However, the corporation reserves the right to reject any bid or cancel the tender at any time without assigning any reason at any stage of the tendering process.

The successful bidder will have to enter into an agreement within 45 days from the date of receipt of Letter of Intent, duly remitting prescribed amount, towards Security Deposit.

15 General

Terms &

Conditions

As per Tender Document

CHIEF ENGINEER(IT)

Page 5: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES

5

HOW TO APPLY

Click at (https:(/www.mstcecommerce.com/eprochome(apsrtc(buyer

login.jsp) to download e-procurement notification and Tender document,

further please download the Successful bidder guide from

www.mstcecommerce.com/eprochome(apsrtc(buyer login.jsp for the detailed

guidelines to be followed in the e-bidding, also refer to the java download and

FAQs tabs for further guidance. Please use Microsoft internet explorer7 &

abovefor bidding.

Read the complete document, carefully

Price Bid shall be submitted online only

The system will generate an acknowledgement with a unique offer

submission number on successful completion of the above process.

For any help or technical support on MSTC portal, Bidders may contact

over phone or their helpdesk at:

MSTC LIMITED #

D. No. 7-130, 1st Floor,

BSNL Telephone Exchange Building,

Poranki Vijayawada - 521 137

e-mail id : [email protected]

Ph No. 0866-2581331

e-mail id : [email protected] Ph.9989719979

GSTN No: 37AAGFA3527J2ZF ( APSRTC)

GSTN No: 37AACCM0021E1Z6 ( MSTC)

Page 6: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES

6

ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION

RTC HOUSE, NTR ADMINISTRATIVE BLOCK, PNBS, VIJAYAWADA – 520013 Website: http://www.apsrtc.ap.gov.in

REQUEST FOR PROPOSAL Supply, Implementation, & Maintenance of RFID enabled

Ticket Issuing Machines

Reference No:ATM(IT)/TIM(RFID)/2019

DISCLAIMER

The information contained in this Request for Proposal (RFP) document or subsequently provided to bidder(s), whether in document or verbal or any other form by or on behalf of Andhra Pradesh State Road Transport Corporation (APSRTC) by any of its employees or advisors, is provided to bidder(s) on the terms and conditions set out in this RFP document and such other terms and conditions subject to which such information is provided.

The purpose of this RFP document is to provide interested parties with information

that may be useful to them in submitting their proposals pursuant to this RFP. This includes statements, which reflect various assumptions and assessments made by APSRTC in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each bidder may require. The assumptions, assessments, statements and information contained in this RFP, may not be complete, accurate, adequate or correct. Each bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this document to the bidder(s) is on a wide range of matters,

some of which depend upon interpretation of law. APSRTC accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

APSRTC, its employees and advisors make no representation or warranty and shall

have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Bid Stage.

Page 7: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

7

I. INFORMATION & INSTRUCTIONS TO BIDDERS 1. Introduction & Issuer

Andhra Pradesh State Road Transport Corporation (APSRTC) invites bidders to submit their pre-qualification and commercial offers to Supply, Implementation & maintenance of RFID enabled Ticket Issuing Machines (TIMs)

2. RFID definition. RFID is an acronym for “radio-frequency identification” and refers to a technology whereby digital data encoded in RFID tags or smart labels are captured by a reader via radio waves.

3. Purpose The purpose of this Request for Proposal (RFP) is for Supply, Implementation & maintenance of RFID enabled Ticket Issuing Machines (TIMs). This document provides information to enable the bidders to understand the broad requirements to submit their "bids". The detailed scope of work is provided in Section 5 of this RFP document.

4. Cost of RFP /Administrative Entry Fee The RFP document is available for a non-refundable Administrative Entry fee of Rs. 10,000/- (Rupees Ten Thousand only) + Rs. 1,800/- as GST on Tender fee @18%. The amount is to be paid only through a demand draft issued by a nationalized/scheduled bank, in favour of “FA&CAO, APSRTC”, payable at Vijayawada or NEFT/RTGS transfer.

5. Bid Security ( Earnest Money Deposit)

Each bidder shall remit an amount of Rs 5 lakhs in the form of a Demand

Draft issued by any nationalized or scheduled bank having a branch in ,

Andhra Pradesh in favour of “FA&CAO, APSRTC”, payable at Vijayawada or

NEFT/RTGS transfer.

The details of APSRTC Account : A/C Name Current Account

number IFSC Code Name of the Bank

FA & CAO APSRTC 62472413226 SBIN0020169 StaState Bank of India

The remittance details shall be sent by mail to [email protected]

6. Availability of RFP a) The soft copy of the RFP document will be made available for download from

20.05.2019 to 27.05.2019 from the website http://www.apsrtc.ap.gov.in b) No hard copies of the RFP will be supplied to any prospective bidder.

7. Complete Response a) Bidders are advised to study all instructions, forms, terms, and other information in

the RFP documents carefully. Submission of bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

Page 8: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

8

b) The response to this RFP should be full and complete in all respects. Failure to furnish all information required by the RFP documents or submission of a bid, not substantially responsive to the RFP documents in every respect will be at the bidder's risk and may result in rejection of its bid and forfeiture of the bid Earnest Money Deposit (EMD).

c) All materials submitted by the bidder for participating in the proposal process shall become the property of APSRTC and may be returned to the bidder(s) at its sole discretion.

8. Communication with APSRTC a) All the communication with APSRTC including bid submission will be addressed to

the contact person of APSRTC for this project. The details of the contact person of APSRTC are as follows:

Chief Engineer (IT), RTC House, Vijayawada E-mail: [email protected]

b) All communication to APSRTC including this RFP response and the bid documents (in

case of hard copy) shall be signed on each page by the authorized representative of the bidder.

c) An authorization letter in the form of power of attorney or board resolution signed by the company secretary specifying the authorised signatory details should be attached with the bid.

d) All the communication to APSRTC shall be made in English language only. 9.Pre-Bid Meeting

APSRTC will host a Pre-Bid Meeting, on 23.05.2019 at 11.00 hrs at the following venue-

Main Conference Hall, 1st Floor, RTC House, Vijayawada

The purpose of the meeting is to provide bidders with information regarding the RFP and to provide each bidder with an opportunity to seek clarifications regarding any aspect of the RFP and the Project. However, APSRTC reserves the right to respond to any query or clarification in part or full. 10. Bidder enquiries and APSRTC responses

a) All enquiries/clarifications/suggestions from the bidders, related to this RFP, must be directed in writing exclusively to the contact person specified in this RFP document. APSRTC reserves the right to not to respond to any enquiry/clarification request not submitted in the format specified.

b) The preferred mode of delivering written enquiries/clarifications/ suggestions to APSRTC would be through mail. Telephone calls will not be entertained. In no event, will APSRTC be responsible for ensuring that bidders' enquiries have been received by APSRTC.

Page 9: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

9

c) The contact person notified by APSRTC will begin accepting written queries/suggestions from the bidders as soon as the RFP document is available for download. APSRTC will endeavor to provide a full, complete, accurate, and timely response to all queries. However, APSRTC makes no representation or warranty as to the completeness or accuracy of any response, nor does APSRTC undertake to answer all the queries that have been posed by the bidders. The responses to the queries from each bidder will be provided to all bidders.

d) No request for clarification from any bidder shall be entertained after 23-05-2019. 11. Amendment of RFP Document

a) At any time prior to the last date for receipt of bids, APSRTC, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder or for any other reason, modify the RFP Document by an amendment. APSRTC also reserves the right to change any bid condition including technical specifications even after inviting the proposals with/without prior notification.

b) The amendment will be notified in writing or by email to all prospective Bidders who have been issued this RFP Document or shall be published on the website www.apsrtc.ap.gov.in and will be binding on them.

c) In order to allow prospective bidders reasonable time to take into account the amendments in preparing their bids, APSRTC may, at its sole discretion, extend the last date for the receipt of Bids.

12. Supplemental information to the RFP If APSRTC deems it appropriate to revise any part of this RFP or to issue additional

data to clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such supplement shall be deemed to be incorporated by this reference into this RFP.

13. APSRTC's right to modify submission deadline APSRTC may at its discretion, extend the deadline for submission of proposals by

issuing an addendum or by intimating all bidders who have been provided the bid documents, in writing or by facsimile or by publishing it on the website www.apsrtc.ap.gov.in, in which case all rights and obligations of the project on the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

14. APSRTC's right to terminate the process a) APSRTC may terminate the tender process at any time and without assigning any

reason. APSRTC makes no commitments, express or implied, that this process will result in a business transaction with anyone.

b) This RFP does not constitute an offer by APSRTC. The bidder's participation in this process may result in APSRTC selecting the bidder to engage in further discussions and negotiations toward execution of a contract. The commencement of such negotiations does not, however, signify a commitment by APSRTC to execute a contract or to continue negotiations. APSRTC may terminate negotiations at any

time without assigning any reason.

Page 10: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

10

15. Eligibility Criteria

Bidder must meet all the below mentioned Pre qualification criteria.

Sr. No.

Parameter Eligibility criteria Supporting documents to be submitted

PQ 1 OEM The Bidder shall be a Manufacturer of Ticket Issuing Machines. The company shall be registered under Companies Act 1956 / 2013 since last three years on the date of this RFP.

Copy of Registration certificate.

PQ 2 Annual Turnover

The bidder should have a minimum annual turnover of Rs. 2 Crore in India for the preceding three financial years (FY 2016-17, 2017-18 and 2018-19)

Audited Balance sheet & CA certificate

PQ 3 Net worth The bidder should have a positive net worth in the preceding three years

Certificate from the CA of the firm

PQ 4 Organization Quality Certification

Bidder should have 1SO 9001 Certification

Copy of a valid certificate

PQ 5 Experience The bidders should have supplied 1000 Nos. of RFID enabled TIMs to at least one State Transport undertaking in India during the last 5 years.

Copy of purchase orders from State Transport Undertaking. Copies of invoices for the proof of supply of 1000 nos. of RFID enabled TIMs to State Transport Undertaking in India.

PQ 6 Production Capacity

The Company shall have production capacity of 500 RFID enabled TIMs per month

The proof of production and supply shall be submitted.

PQ 7 Blacklisting The Company / OEM shall not be blacklisted by Govt. / PSUs / STUs in last 5 years.

An undertaking for not blacklisting shall be submitted.

Page 11: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

11

16 Important Terms for Essential Criteria:- a) Supporting documentary evidence shall be furnished along with submission of

tender for each clause of essential criteria shown above. b) 1In case of non submission of any of the above documentary evidence with the

tender, the tender will be rejected without any notice. In case of incomplete /false /misleading /invalid /partial submission of any document with the tender will not be entertained and tender will be rejected.

c) The bidder shall furnish true & correct information. In case the information furnished is found to be false / misleading, the EMD will be forfeited besides black listing the firm for a period as decided by the VC & MD of APSRTC more over APSRTC reserves the right to take legal action in such cases.

Sl. Parameter Item wise

Marks

Max Marks

Min Marks For Eligibility

1 Technical Capability 10 5

A. Previous Experience: Successfully supplied RFID TIMs to State transport organisations in last three years

i. Supply of 1000-3000 hand held RFID TIMs ii. Supply of 3001-8000 hand held RFID TIMs iii. Supply of 8001 and above hand held RFID

TIMs

5 7

10

10

5

2 Live Demonstration of RFID TIM integration and report file generation

65 65

A. TIM side 1.Ticket remittance report 2.Ticket report 3.RFID transactions report 4.Time taken for RFID detection and ticket Issueless than 5 seconds 5.Cob 1, 2 ,3 and trip wise csv file generation and writing to SD card

5 marks for each feature, Total 25 marks

25 15

B. PC side reports 1. RFID master report 2. Ticket report 3. RFID transactions report 4. Day wise month wise RFID revenue report 5. Cash remittance report

5 marks for each feature

Total 25

marks

25 15

3.Ease of flashing of TIMS 10 10 10

4.Battery strength percentage indicator on screen 5 5 5

TOTAL 75 50

Page 12: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

12

17. Bid security (EMD) a) Bidders shall submit, along with their Bids, Earnest Money Deposit (EMD) of

Rs.5,00,000/- (Rupees FIVE lakhs only), in the form of a Demand Draft issued by any Nationalised or scheduled bank having a branch in Vijayawada, Andhra Pradesh Or through NEFT/RTGS. The demand draft shall be in favour of FA & CAO, APSRTC payable at Vijayawada. The details of APSRTC account :

A/C Name Current Account number IFSC Code Name of the Bank

FA & CAO APSRTC

62472413226 SBIN0020169 State Bank of India

The remittance details shall be sent by mail to [email protected]

b) The bid security shall be denominated in Indian Rupees only. No interest will be paid to the Bidder on the amount of the Bid Security under any circumstances.

c) 1Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible after the award of the contract to the successful bidder.

d) The EMD shall be submitted with the pre-qualification bid in a separately sealed envelope as mentioned in this section. Bids submitted without adequate EMD shall be summarily rejected.

18. Submission of Bids a) Bidders who wish to participate in this selection process will have to register on

https://www.mstcecommerce.com. Further participating Bidders will have to procure Digital Certificate as per Information Technology Act 2000 using which they can sign their electronic commercial proposals.

b) The bidders are expected to submit their offers in two parts namely, “Pre-qualification Bid”, and “Commercial Bid” and in the formats given in this RFP document.

c) Bidder shall submit the Commercial Bid. The Pre-Qualification Bid is to be submitted along with other documents, as described in the RFP, before the last date and time of bid submission as mentioned in the RFP. The hard copy submission shall be done by hand or by post. Any other form of submission of hard copy shall be summarily rejected. However, APSRTC shall not be responsible for any delay caused due to postal delays and shall reject the bid in case of any such delay.

d) The Bidder shall submit the hard copies of pre-qualification bid along with Administrative Entry Fee and EMD as described below- Envelope 1: Administrative Entry Fee and EMD – Tender No. APSRTC/IT Department /4 /19 -20 /ET /12- This envelope should contain non-refundable Administrative Entry fee in the form of demand draft or Banker’s cheque./RTGS/NEFT details. Envelope 2: “Pre-qualification Bid – Tender No. APSRTC/IT Department/4/19-20/ET/12 - This envelope should contain one hard copy of Pre-qualification Bid in original along with supporting documents.

Page 13: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

13

The two inner envelopes for Administrative Entry Fee and EMD, enclosed and sealed in an outer envelope marked "Bid for Supply, Implementation and Maintenance of RFID enabled Ticket Issuing Machines – Tender No. APSRTC/IT Department/4/19-20/ET/12. The outer envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared "late.” Both inner and outer envelopes shall be addressed to APSRTC at the address specified . The soft copies of all the two bids “Pre-qualification Bid”, and “Commercial Bid” have to be submitted on the e-commerce portal https://www.mstcecommerce.com as per the instructions provided on the site.

e) At the time of submission of bids the bidder shall pay user fee to the MSTC

portal @ 0.03% of bid value for each lot or Rs 10000/- ( Rupees Ten

Thousand only) which ever is less

f) The bid documents submitted should be hard bound (in case of physical copies) and have all pages numbered. They should also have an index, giving page wise information of documents. The entire bid shall be strictly as per the format specified in this RFP document. Bids that are incomplete or not in prescribed form will be summarily rejected. g) Material deficiencies in providing the information requested may also result in rejection of the bid. h) APSRTC reserves the right to accept or reject a bid in case of any discrepancy between the soft copies of any of the Bids submitted and hard copy of the same submitted at APSRTC office. i) In case of hard copies, the proposals shall be prepared in indelible ink. It shall contain no inter-lineation or overwriting, except as necessary to correct errors made by the bidder itself. Any such corrections must be initialed by the person (or persons) who sign(s) the proposals. An authorized representative of the bidder shall initial all pages of the Bids. No Bid will be considered unless it has been duly signed by an authorized signatory. j) Prices should not be indicated in the Pre-Qualification bid. All the columns of the quotation form shall be duly, properly and exhaustively filled in. Monetary values shall always be both in the figures and words. If there is difference between figures and words, the monetary value whichever is less, will only be taken into consideration. k) Every entity, whether an individual company or a consortium, is allowed to submit only one bid against this RFP. Any individual company or a partner of consortium who submits or participates in more than one bid will be disqualified and the consortium(s) of which the participant is a partner shall also be disqualified.

Page 14: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

14

19. Documents Comprising the Bid a. The bid prepared by the Bidder shall comprise of the following – b) 1.17.1. Pre Qualification Bid comprising of the following documents:

1. Covering letter on the bidder’s letter-head certifying that the period of validity of bid is 180 (one hundred and eighty) days from the last date of submission of bid, and

2. Asserting that the bidder is quoting for all the items (including services) mentioned in the tender.

3. EMD in the form of a Demand Draft issued by a Scheduled Commercialized / Nationalized Bank, in favour of “ FA & CAO APSRTC ” payable at Vijayawada.

4. Administrative Entry Fee in the form of Demand Draft . 5. A registered Power-of-Attorney granting the person signing the bid the right to

bind the bidder as the Constituted Attorney of the Organization. 6. Certificate of Incorporation of the bidder. 7. An undertaking on the organization’s letter head by the authorized signatory of

the bidder stating that they have read and understood the terms and conditions of the RFP and are ready to abide by the same.

8. Audited annual financial results (balance sheet and profit & loss statements) of the bidder/consortium partners for the last three financial years and statutory auditor’s certificate that the bidder satisfies the minimum turnover as specified in the eligibility criteria.

9. Details of projects of similar nature undertaken by the organization. 10. An undertaking by bidder partner on the organization’s letter head for not being

black listed by any government or government agency in India. 11. Details of Project experience of similar nature and client list of the same. 12. Certification on quality standards such as ISO, SEI-CMMI etc. 13. Permanent Account Number (PAN) of bidder. 14. GST Details of bidder. 15. EPF Code Number. 16. Self Declaration 17. Any other document as specified in the RFP.

c) Bidders shall furnish the required information on their technical and commercial

strengths in the enclosed formats only. Any deviations in format may make the tender liable for rejection.

20. Commercial Bid a) Unless expressly indicated, bidder shall not include any technical information

regarding the services in the commercial bid. b) Auction will be held for two lots namely RFID enabled Micro controller based

TIMS (Annexure 9A) and RFID enabled OS based TIMS(annexure 9B) c) Prices shall be quoted in Indian Rupees per unit only separately for each lot. d) No adjustment of the contract price shall be made on account of any

variations in costs of labor and materials or any other cost component affecting the total cost in fulfilling the obligations under the contract. The Contract price shall be the only payment, payable by APSRTC to the successful bidder for completion of the contractual obligations by the

Page 15: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

15

successful bidder under the Contract, subject to the terms of payment specified in the contract. The price and the tax should be shown separately.

e) The prices, once offered, shall remain fixed and shall not be subject to escalation for any reason whatsoever within the period of project. A bid submitted with an adjustable price quotation or conditional bid may be rejected as non-responsive.

f) The L1 bidder will be finalized after reverse auction only. g) All the prequalified bidders shall be informed by APSRTC for the date & time

of reverse auction. 21. Terms and conditions of Payment

a) The payment terms and conditions are specified in detail in item No. VII. b) Discount. The Bidders are advised not to indicate any separate discount. Discount, if

any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purpose.

22. Correction of errors a) Bidders are advised to exercise adequate care in quoting the prices since this is an

on line bid submission. No excuse for corrections or changes in figures in the quoted price will be entertained after the quotations are opened.

b) Arithmetic errors in proposals will be corrected as follows: In case of discrepancy between the amounts mentioned in figures and in words, the amount whichever is less shall govern. The amount stated in the bid form, adjusted in accordance with the above procedure, shall be considered as binding, unless it causes the overall bid price to rise, in which case the bid price shall govern.

23. Address for bid submission a) For RFID TIM bid submission –www.mstcecommerce.com b) Hard copies submission address.

Chief Engineer (IT) , RTC House, Vijayawada e-mail: [email protected]

24 .Key Events and Dates.

S. No. Event Tentative Date

1 Issue of RFP on www.apsrtc.ap.gov.in

20.05 .2019

2 Date and Time of Pre Bid Meeting 23.05.2019 at 11:00 hrs.

3 Start of Bid Submission 27.05.2019 at 10:00 hrs

4 Opening of e-Bids

Closing of Bids Submission 03.06.2019 up to 15:00 hrs

Opening of Prequalification Bids 04.06.2019 at 15:00 hrs.

Opening of Commercial Bids 10.06.2019 at 15.00 hrs

Reverse Auction 12.06.2019from 10:00 AM to16:00 Hrs

Page 16: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

16

25. Important Values Related to Bid

S. No. Item Description

1 Bid Security/ EMD Rs. 5,00,000/- (In words Rupees Five lakh only)

2 Non refundable Administrative Entry Fee

Rs 10000/- ( in words Rupees Ten Thousand only ) plus Rs1800/- ( Rs Eighteen Hundred towards 18% GST)

2 Bid Validity Period

180 days from the date of bid submission

3 Period for furnishing performance security

Within Fifteen (15) days from the date of award of contract

4 Performance security value (Security Deposit)

10% of contract value

5 Performance security validity period

3 Months beyond expiration of contract period

6 Period for signing contract Within 45 working days of issuance of LOI

7 Minimum bid decremental rate during reverse auction

Rs.10/-(Rupees ten )

26. Timely Submission Bidders are solely responsible for timely delivery of the bids to the location as mentioned above in this section, set forth herein prior to the stated Bids Submission due date and are solely responsible for delays in receipt, including but not limited to third party carriers. Bids not received on or before the last date and time of submission will not be considered.

Page 17: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

17

27. General guidelines for Bid opening a) Bids will be in two parts (pre-qualification and commercial) as indicated in the RFP.

There will be two bid-opening Events (1) for the pre-qualification Bids, (2) Commercial Bids.

b) The pre-qualification proposals of all the bidders will be opened. After evaluation of pre-qualification proposals of only those bidders, who qualify in the pre-qualification evaluation, commercials bids will be opened.

c) After commercial bids are opened, they will be evaluated on commercial basis only. d) APSRTC reserves the right to postpone or cancel a scheduled bid opening with prior

notice. 28. Confidentiality

a) The content of each Bidder’s Bid will be held in strict confidence during the evaluation process, and details of any bids will not be discussed outside the evaluation process.

b) The Bidder agrees to make no reference to APSRTC or this procurement or resulting contract in any literature, promotional material, brochures, sales presentation or the like without the express prior written consent of APSRTC.

29. Validity of Bids a) Bids shall remain valid for 180 (One hundred and eighty) days after the date of

opening of Bids prescribed by APSRTC. A bid valid for a shorter period may be rejected by the APSRTC as non responsive.

b) In exceptional circumstances, APSRTC may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing.

c) The validity of EMD provided shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder accepting the request will not be required nor permitted to modify its bid.

30. APSRTC’s right to accept or reject any of the bids APSRTC reserves the right to accept or reject any or all of the bids submitted

without assigning any reasons thereof. 31. Non-conforming bids

Any bid may be construed as a non-conforming bid and ineligible for consideration if it does not comply with the requirements of this RFP.

32. Overly elaborate bids Unnecessarily elaborate brochures or other promotional materials beyond those sufficient to present a complete and effective bid are considered undesirable and may be construed as an indication of the bidder's lack of cost consciousness. APSRTC’s interest is in the quality and responsiveness of the bid.

33. Modification and withdrawal of bids No bid may be modified or withdrawn in the interval between the deadline for submission of proposals and the expiration of the validity period specified by the bidder on the bid form.

Page 18: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

18

34. Disqualification a) The bid is liable to be disqualified in the following cases -

Bid not submitted in accordance with this document. During validity of the bid, or its extended period, if any – Bidder increases his quoted prices. Bidder modifies or withdraws its bid Bid is received in incomplete form. Bid is received after due date and time. Bid is not accompanied by all requisite documents. Information submitted in pre-qualification is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any. Commercial bid is not submitted or not properly submitted online In case any one party submits multiple proposals or if common interests are found in two or more bidders, the bidders are likely to be disqualified, unless additional proposals/bidders are withdrawn upon notice immediately. Bidder fails to deposit the Security Deposit or fails to enter into a contract within 15 (fifteen) working days of the date of notice of award of contract or within such extended period, as may be specified by APSRTC.

b) Bidders may specifically note that while evaluating the bids, if it comes to APSRTC knowledge, expressly or implied, that some bidders may have compounded in any manner whatsoever or otherwise joined to form an alliance resulting in delaying the processing of bid then the bidders so involved are liable to be disqualified for this contract as well as for a period specified by APSRTC from participation in any of the tenders floated by APSRTC. APSRTC may take appropriate action in such cases.

35. Conflict of interest a) Bidder shall furnish an affirmative statement as to the existence of, absence of, or

potential for conflict of interest on the part of the bidder or any prospective subcontractor due to prior, current, or proposed contracts, engagements, or affiliations with APSRTC.

b) Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the bidder to complete the requirements as given in the RFP.

36. Acknowledgement of understanding of terms By submitting a bid, each bidder shall be deemed to acknowledge that it has carefully read all sections of this RFP, including all forms, schedules and annex hereto, and has fully informed itself as to all existing conditions and limitations.

Page 19: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

19

II. GENERAL INFORMATION - APSRTC Public Transport is one of the most common modes of transport especially in a

developing country like India. APSRTC (for Andhra Pradesh State) is currently operating services in Andhra Pradesh and Telangana States, and in the neighboring States.

Some of the key factors (as on 28.02.2019) about APSRTC (for Andhra Pradesh State) are: Number of Vehicles : 11,926 Average Daily Earnings : Rs.13.32 Crores Avg. Daily Volume of Operation : 43.22 Lakhs KMs No. of passengers : 71.93 lakhs daily Zones : 4 Regions : 12 Depots : 128 Zonal Workshops : 4 Man power : 53,372

III. Various branded services offered by APSRTC include: -

Regular Services operated daily with various levels of comfort, such as Vennela, Vennela economy, Amaravati, Garuda Plus, Garuda, Indra, Metro luxury A/c, Super Luxury A/c, Super Luxury, Ultra Deluxe, Express, Telugu velugu, City Metro Express, City Ordinary, Contract Carriage Services, Advance Reservation Services.

APSRTC is the first State Transport Undertaking to have introduced Night Out Services, Ultra-Deluxe Services, and One Man Services etc., and holds the record of getting Petroleum Conservation Research Association of India (PCRA) Trophy continuously for the past 25 years.

Andhra Pradesh State Road Transport Corporation has been leading by example. It has a number of firsts to its credit in India: First to nationalize Commuter Road Transport services in the country, in 1932. First to introduce long distance Night Express services. First to introduce A/c sleeper coach, Hi-Tech, Metro Liner, Metro Express and Inter-City services. First to introduce Depot computerization – in the year 1986. First to appoint Safe Driving Instructors in all units of operation for improving the safety. All the Depots in the State are computerized. First to introduce Central Complaint Centre among STUs. First to implement tracking of services for all types. First to implement centralized bus pass issue system.

As part of its philosophy to provide various facilities and schemes to benefit traveling public, APSRTC has introduced Computerized Bus Pass System in the year 2001 and it was implemented in Vijayawada and Visakhapatnam City and later in 2015 at all zones of the state. At present computerized Bus Pass System is implemented in all 4 zones with 140 Bus Pass centers.

Page 20: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

20

IV. SCOPE OF WORK The following outlines the broad areas of scope of work for bidder and the later sections highlight the detailed scope of work in each of the following areas: Supply, Implementation and maintenance of RFID enabled Ticket Issuing Machines either micro controller based ( annexure 9A) or OS based(Annexure 9B), along with Database & Depot application:

1. Supply, Implement and Maintenance of Ticket Issuing Machines: The successful bidder shall supply around 3,000 RFID Ticket Issuing Machines according to the technical specifications. The figure is indicative and may increase or decrease. The successful bidder shall be liable for the maintenance of the RFID Electronic Ticketing Machine devices during contract period.

2. RFID Electronic Ticketing Machine Functionalities: The functionalities of the RFID Ticket Issuing Machines and technical specifications are enclosed.

3. Development, Deployment & Maintenance of Depot Application 4. The successful bidder shall develop an application and deploy to the respective

depots for the interface with CIS. The successful bidder shall maintain the TIMS during the contract period which includes debugging, trouble shooting, modifications, changes and addition of new functionalities according to the changes in the business process of APSRTC time to time.

5. Training The Successful bidder shall be responsible for providing need based Sensitization

Training to majority of available employees of APSRTC. The successful bidder shall be responsible for providing training to the users at various levels. The training should be including the operational and administrative aspects of the system. The successful bidder should conduct extensive training for the relevant APSRTC personnel.

V. Maintenance & Warranty The Successful bidder shall provide a comprehensive warranty for three years after the acceptance of the APSRTC for its smooth and efficient functioning.

1. TIM Devices Warranty Support The Successful bidder shall provide Comprehensive Warranty Support for the software for three years from the date of the deployment of the TIM devices. The Successful bidder shall continuously strive for improvement in software & performance during the warranty period. In the event of any problems in the performance and software, the successful bidder will be entirely responsible to analyze and rectify the problems immediately for which no extra charges shall be paid.

2. Software Warranty Support The Successful bidder shall provide warranty support for the TIMs for three years from the date of acceptance. Successful bidder shall continuously strive for improvement during the entire period of usage of TIM.

VI. BID EVALUATION PROCESS 1. Overall Evaluation a) APSRTC will evaluate and compare the bids determined to be substantially

responsive. It is APSRTCs intent to select the bid that is most advantageous to

Page 21: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

21

APSRTC and each bid will be evaluated using the criteria and process outlined in this section.

b) The pre-qualification of Bids will be carried out using eligibility criteria. Bidders who satisfy the eligibility criteria in the pre-qualification evaluation shall be considered as qualified for opening of commercial bids.

c) The criteria for pre-qualification are provided in clause I (13). d) The commercial bid of all the pre-qualified bidders would be opened and

arranged in ascending order of quoted price (in INR). The bidder quoting the Lowest Price after completion of reverse auction process will be declared as Successful bidder (L1) and will be invited for contract Negotiation & finalization.

e) APSRTC reserves the right to reject any or all bids and to waive informalities and minor irregularities in bids received if deemed in the best interest of APSRTC to do so.

2. Tender Evaluation Committee a) The Tender Evaluation Committee constituted by the APSRTC shall evaluate

the tenders. b) The decision of the Tender Evaluation Committee in the evaluation of the

Commercial bids shall be final. No correspondence will be entertained outside the process of negotiation/ discussion with the Committee.

3. Evaluation of Bids a) APSRTC will carry out a detailed evaluation of the Bids received by it, in order

to determine whether they are substantially responsive to the requirements set forth in the RFP. In order to reach such a determination, APSRTC will examine the information supplied by the Bidders and shall evaluate the same as per the evaluation criteria specified in this RFP.

b) Bid Presentations: The committee may invite each bidder to make a presentation to APSRTC at a date, time and location determined by APSRTC. The purpose of such presentations would be to allow the bidders to present their proposed solutions to the evaluation committee and the key points in their bids.

c) Based on the Pre-qualification Bids only, the qualified bidders shall be opened by APSRTC. The commercial evaluation will take into account the information supplied by the Bidders in the Commercial Bid, and shall evaluate the same as per the evaluation criteria specified in this RFP.

d) Substantially Responsive Bids: A substantially responsive Bid is one, which conforms to the requirements, terms, conditions and specifications of the Request for Proposal without material deviation.

4. Clarifications of Bids and Review of Bidders' Proposed Deviations To assist in the examination, evaluation and comparison of Bids, APSRTC may, its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

Page 22: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

22

5. Contacting APSRTC Any attempt by a Bidder to influence APSRTC in its bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder's Bid.

6. Commercial Bid Opening The commercial bid of all the qualified bidders would be opened and arranged in ascending order of quoted price (in INR). The firm quoting the Lowest Price (L1) after completion of reverse auction will be declared as Successful bidder and will be invited for contract Negotiation & finalization.

7. Negotiations, Contract Finalization and Award APSRTC shall reserve the right to negotiate with the bidder(s) whose bid has been ranked first by the tender evaluation committee If APSRTC is unable to finalize a service agreement with the bidder ranked first, APSRTC may proceed to the next ranked bidder, and so on until a contract is awarded.

VII. AWARD OF CONTRACT

1. Award Criteria APSRTC will award the Contract to the successful Bidder whose Bid has been determined to be substantially responsive and has been determined as the Best Value Bid.

2. APSRTC Right to Accept any Bid and to Reject any or All Bids APSRTC reserves the right to accept or reject any bid, and to annul the bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected bidder or bidders of the grounds for taking action. APSRTC has no responsibility to bear the losses if any, incurred by the bidders in such a case.

3. Notification of Award a) Prior to the expiration of the period of bid validity, APSRTC will notify the

successful Bidder in writing or email, to be confirmed in writing by letter, that its bid has been accepted.

b) The notification of award will constitute the formation of the Contract. Upon the successful bidder's executing the contract with APSRTC, APSRTC will promptly notify each unsuccessful bidder.

4. Signing of Contract At the same time as APSRTC notifies the successful Bidder that its Bid has been accepted, APSRTC shall enter into a separate contract, between APSRTC and the successful Bidder within 45 days from the date of award of LOI/contract. The charges if any for entering into the agreement shall be borne by the successful bidder only.

5. Security deposit a) The successful bidder shall at his own expense, deposit 10% of Bid value (

calculated for 3000 units) with APSRTC, within 15 (Fifteen) working days of the date of notice of award of the contract or prior to signing of the contract whichever is earlier.

Page 23: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

23

b) The Security Deposit shall be retained for a period of three months after the expiration of contract period.

c) The Security deposit may be discharged/ returned by APSRTC upon being satisfied that there has been due performance of the obligations of the Bidder under the contract. However, no interest shall be payable on the security deposit.

d) In the event of the Bidder being unable to service the contract for whatever reason, the Security Deposit will be forfeited for violation of terms and condition of the contract, the security deposit is liable for forfeiture.

e) APSRTC shall also be entitled to make recoveries from the Bidder’s bills, or from any other amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion, misconstruction or misstatement.

6. Failure to agree with the Terms & Conditions of the RFP/Contract Failure of the successful Bidder to agree with the Terms & Conditions of the RFP/ Contract shall constitute sufficient grounds for the annulment of the award besides forfeiture of EMD/Security deposit etc in which event APSRTC may make the award to the next Best Value Bidder or call for new Bids.

VII. PAYMENT TERMS TO SUCCESSFUL BIDDER 1. 80% of the amount after receipt of suitability certification from the unit

concerned on delivery and commissioning of TIMs. 2. 20% after completion of 3 years warranty period or in advance against

submission of performance Bank Guarantee valid for 42 months from the date of commencement of contract period.

3. All payments to the successful bidder shall be made upon submission of invoices and Advance Stamped Receipt along with the related documents thereof.

VIII. GENERAL CONDITIONS OF CONTRACT 1. Application

These General Conditions shall apply to the extent that provisions in other parts of the Contract do not supersede them.

2. Successful bidder’s Obligations a) The successful bidder is obliged to work closely with the APSRTC staff, act

within its own authority and abide by directives issued by the APSRTC. b) The successful bidder will treat as confidential all data and information about

the APSRTC, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the APSRTC.

c) During the 3 years warranty period the firm should deploy service personnel at 4 zonal workshops to carry out repairs. The personnel should attend daily and ensure that TIMs are repaired without any backlog.

d) The Firm shall fulfill all statutory obligations like payment of wages, PF and ESI facilities to the personnel manned at Zonal workshops. The Firms should bear cost of damages, if any incurred due to mis handling of Corporation equipment/property.

Page 24: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

24

3. Currency of Payment Payment shall be made in Indian Rupees (INR) only.

4. Delays in the Contractor’s Performance An inexcusable delay by the Contractor in the performance of its Contract obligations shall render the Contractor liable to any or all of the following: Forfeiture of security deposit Imposition of Penalties as stipulated in agreement.

5. Termination for Default APSRTC may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Contractor, terminate the Contract in whole or in part if: The Contractor fails to deliver any or all of the obligations within the time period(s) specified in the Contract, or any extension thereof granted by the Client, or The Contractor fails to perform any other obligation(s) under the contract.

6. Force Majeure a) The contractor shall not be liable for forfeiture of its performance security, or

termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

b) For Purposes of this Clause, Force Majeure means an event beyond the control of the Contractor and not involving the Contractor’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Client either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

c) If a force Majeure situation arises, the Contractor shall promptly notify the APSRTC in writing of such conditions and the cause thereof. Unless otherwise directed by the Client in writing, the Contractor shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all prevented by the Force Majeure event.

7. Resolution of conflicts a) The Client and the Contractor shall make every effort to resolve amicably by

direct informal negotiation, any disagreement or dispute, arising between them under or in connection with the contract.

b) If the dispute can’t be resolved amicably by direct informal negotiation between the client and the successful bidder, then the same can be referred to the Monitoring Committee constituted by APSRTC at the start of the project in writing within 30 calendar days of dispute arise. The Committee should propose an amicable solution to the dispute within 60 calendar days of receiving the written application (mentioning the dispute).

c) If the proposed resolution given by the committee is not acceptable to any of the parties (The Client or the Contractor), then the objection to the same can be referred to the courts in Vijayawada/Amaravati.

Page 25: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

25

8. Confidentiality a) Contractor understands and agrees that all data, materials and information

marked and identified by the Client as “Confidential‟ are valuable assets of Client and are to be considered Client’s proprietary information and property.

b) The Contractor will treat all confidential data, materials and information provided by the Client with the highest degree of care necessary to insure that unauthorized disclosure does not occur. Contractor will not use or disclose any data, materials or information provided by the Client without Client's prior written approval.

9. Governing Language. The Agreement shall be written in English language. All notices, correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in English language.

10. Applicable Law The contract shall be interpreted in accordance with the Indian laws.

11. Notices Any notice by one party to the other pursuant to the Contract shall be sent in writing to the address specified for that purpose in the contract.

12. Contract Amendments No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the parties i.e. the Contractor and the APSRTC.

IX. Penalties. a) If any RFID TIM or RFID TIMs supplied are found not worthy and not

working within 30 days of installation, the RFID TIM machine has to be replaced with new TIM within 15 days of intimation. Beyond this period a penalty of Rs.50 per TIM per day will be recovered from the payable invoice amount.

b) Vendor should have sufficient spare parts to immediately replace the defective item, Otherwise it will attract a penalty of Rs.50 per day per machine subject to a maximum of 10% of the cost per TIM per instance if not attended within two days.

c) Vendor is responsible for the entire comprehensive maintenance, If Any vendor fails to maintain the quality of service, vendor would be blacklisted based on the failure rate besides invoking penal clauses.

d) If the firm fails to supply manpower at zonal workshops a penalty of Rs.2500 per week will be levied.

e) If the firm fails to attend software modifications within the reasonable period a penalty of Rs.1000/- per day on policy matters and Rs.500/- per day on general issues. CE(IT) is the authority to decide the date/subject (Policy/General).

Page 26: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

26

ANNEXURE 1 – FORMATS FOR PRE-QUALIFICATION BID Form 1: Pre-qualification Bid Cover Letter To: The Chief Engineer (IT) APSRTC: 1st Floor, NTR Administrative Office, PNBS, Vijayawada – 520013. Sir,

Having examined the RFP document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the services as required and outlined in the RFP for Installation, Operation and Maintenance of RFID enabled TIMS Each page of the Pre-qualification bid has been signed by the Authorized Signatory. We do hereby undertake, that, in the event of acceptance of our bid, the Services shall be provided as stipulated in the RFP document and that we shall perform all the incidental services. We agree to abide by our offer for a period of 180 days from the date fixed for opening of the Commercial Bids. We have carefully read and understood the terms and conditions of the RFP and the conditions of the contract applicable to the tender and we do hereby undertake to provide services as per these terms and conditions. Bid Security for an amount equal to Rs. 5 Lakhs (Rupees Five Lakhs only) in the form of a Demand Draft is enclosed in a separate sealed Cover details of which are given below: No. …………..…… Date …………….…… Bank ………….…… Validity ………….……

We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent (LoI) awarding the contract, shall constitute a binding contract between us. The information contained in this bid or any part thereof, including its exhibits, schedules, and other document(s) delivered or to be delivered to APSRTC, is true, accurate, and complete. This bid includes all information necessary to ensure that the statements therein do not in whole or in part mislead APSRTC as to any material fact. It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/ firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Yours sincerely, Dated Day of month of 2019 (Signature) (In the capacity of) Duly authorized to sign the RFP Response for and on behalf of: (Name and Address of Company) Seal/Stamp of bidder

Page 27: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

27

Annexure 2: Bidder Organization Details Bidder to provide the following details:

Name of Organisation

Details of Primary Contact Person

Name

Designation

Address

Telephone No.

Fax No.

E-Mail:

Details of Secondary Contact Person

Name

Designation

Address

Telephone No.

Fax No.

E-Mail:

Registered Office

Details of Offices in India

Page 28: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

28

Annexure 3 : Organization Project Experience Bidders to use this format for demonstrating their related experience in carrying out similar assignments .Use separate formats for individual experience.

Assignment Name: Approx. Value of the Contract:

Location: Duration of Assignment (months):

Name of the Client: Total number of staff-months of the Assignment:

Address: Approx. value of the services provided by your firm under the contract:

Start Date (Month/Year): Completion Date (Month/Year):

No. of professional staff-months provided by associated Consultants:

Name of Consortium Consultants, if any:

Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Narrative description of Project:

Page 29: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

29

Annexure 4 : Self Declaration To: The Chief Engineer (IT) APSRTC: 1st Floor, NTR Administrative Office, PNBS, Vijayawada – 520013. Sir, In response to the tender Reference No: I as an owner/Partner/Director of <<Name of Bidder>>, I/We hereby declare that <<Name of Bidder>>, is having unblemished past record and was not declared ineligible for corrupt and fraudulent practices either indefinitely or for a particular period of time by any Government organisation in India. I/We hereby declare that <<Name of Bidder>> does not have any connection with employees at APSRTC, its Consultant and the Committee appointed by APSRTC for guidance relating this project. Yours sincerely, Dated Day of month of 2019 (Signature) (In the capacity of) Duly authorized to sign the RFP Response for and on behalf of: (Name and Address of Company) Seal/Stamp of bidder Annexure 5 - Commercial bid Format

Sr. No

Item Description Rate per Unit (Inclusive

of all taxes)

1 RFID enabled TIM as per specifications

2 Buy back amount after expiry of agreement period

Note: The Buyback amount will apply mandatory to the applicable vendor.

Note: The L1 bidder will be discovered at the end of Reverse auction.

Page 30: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 30 of 47

ANNEXURE 6 - PERFORMANCE BANK GUARANTEE (PBG) [Date] Andhra Pradesh State Road Transport Corporation, APSRTC: 1stFloor, NTR Administrative Block, PNBS, Vijayawada- 520013 Sir, PERFORMANCE BANK GUARANTEE for services mentioned under RFP for Supply, Implementation & maintenance of RFID enabled Ticket Issuing Machines. WHEREAS M/s. (name of bidder), a company registered under the Companies Act, 1956/2013, having its registered and corporate office at (address of the bidder), (hereinafter referred to as “our constituent”, which expression, unless excluded or repugnant to the context or meaning thereof, includes its successors and assigns), agreed to enter into a contract dated ……..(Herein after, referred to as “Contract”) with you (Andhra Pradesh State Road transport Corporation – APSRTC) for Supply, Implementation & maintenance of RFID enabled Ticket Issuing Machines. We are aware of the fact that as per the terms of the contract, M/s. (name of bidder) is required to furnish an unconditional and irrevocable bank guarantee for release of balance of payment against delivery of TIMs to units in your favor for an amount INR …….. (In words and figures), being equivalent to 20% (Twenty percent) of the total of the price as quoted in the commercial bid submitted by the constituent and guarantee the due performance by our constituent as per the contract and do hereby agree and undertake to pay the amount due and payable under this bank guarantee, as security against breach/ default of the said contract by our constituent. In consideration of the fact that our constituent is our valued customer and the fact that he has entered into the said contract with you, we, (name and address of the bank), have agreed to issue this Performance Bank Guarantee. Therefore, we (name and address of the bank) hereby unconditionally and irrevocably guarantee you as under: In the event of our constituent committing any breach/default of the said contract, and which has not been rectified by him, we hereby agree to pay you forthwith on demand such sum/s not exceeding the sum of INR ……………………… (In words and figures) without any demur.

Page 31: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 31 of 47

Notwithstanding anything to the contrary, as contained in the said contract, we agree that your decision as to whether our constituent has made any such default(s) / breach(es), as aforesaid and the amount or amounts to which you are entitled by reasons thereof, subject to the terms and conditions of the said contract, will be binding on us and we shall not be entitled to ask you to establish your claim or claims under this Performance Bank Guarantee, but will pay the same forthwith on your demand without any protest or demur. This Performance Bank Guarantee shall continue and hold good for a period of three (3) months after expiry of contract period, subject to the terms and conditions in the said Contract. We bind ourselves to pay the above said amount at any point of time commencing from the date of the said Contract until the completion of three (3) months beyond the expiration of contract period for the total solution as per said Contract. We further agree that the termination of the said agreement, for reasons solely attributable to our constituent, virtually empowers you to demand for the payment of the above said amount under this guarantee and we would honour the same without demur. We hereby expressly waive all our rights: I. Requiring to pursue legal remedies against APSRTC; and II. For notice of acceptance hereof any action taken or omitted in reliance

hereon, of any defaults under the contract and any resentment, demand, protest or any notice of any kind.

We the guarantor, as primary obligor and not merely surety or guarantor of collection, do hereby irrevocably and unconditionally give our guarantee and undertake to pay any amount you may claim (by one or more claims) up to but not exceeding the amount mentioned aforesaid during the period from and including the date of issue of this guarantee through the period. We specifically confirm that no proof of any amount due to you under the contract is required to be provided to us in connection with any demand by you for payment under this guarantee other than your written demand. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been provided to us after the expiry of 48 hours from the time it is posted.

Page 32: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 32 of 47

If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the period of this guarantee on the request of our constituent upon intimation to you. This Performance Bank Guarantee shall not be affected by any change in the constitution of our constituent nor shall it be affected by any change in our constitution or by any amalgamation or absorption thereof or therewith or reconstruction or winding up, but will ensure to your benefit and be available to and be enforceable by you during the period from and including the date of issue of this guarantee through the period. Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee is restricted to INR …… (in words and figures) and shall continue to exist, subject to the terms and conditions contained herein, unless a written claim is lodged on us on or before the aforesaid date of expiry of this guarantee. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power/s and has/have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour. We further agree that the exercise of any of your rights against our constituent to enforce or forbear to enforce or any other indulgence or facility, extended to our constituent to carry out the contractual obligations as per the said Contract, would not release our liability under this guarantee and that your right against us shall remain in full force and effect, notwithstanding any arrangement that may be entered into between you and our constituent, during the entire currency of this guarantee. Notwithstanding anything contained herein: I. Our liability under this Performance Bank Guarantee shall not exceed INR

……………………………………………………… (In words and figure); II. This Performance Bank Guarantee shall be valid only up to the completion of 3

months beyond the contract period for complete solution and services; and III. We are liable to pay the guaranteed amount or part thereof under this

Performance Bank Guarantee only and only if we receive a written claim or demand on or before …. (Date i.e. completion of the period) for Implementation of RFID Enabled Ticket Issuing Machines.

Any payment made hereunder shall be free and clear of and without deduction for or on account of taxes, levies, imports, charges, duties, fees, deductions or withholding of any nature imposts.

This Performance Bank Guarantee must be returned to the bank upon its expiry. If the bank does not receive the Performance Bank Guarantee within the above-

Page 33: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 33 of 47

mentioned period, subject to the terms and conditions contained herein, it shall be deemed to be automatically cancelled.

This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count. Dated ……………………. this ……….. day of …………month of 2019. Yours faithfully, For and on behalf of the …………… Bank, (Signature) Designation (Address of the Bank) 1. Note: This guarantee will attract stamp duty as a security bond. 2. A duly certified copy of the requisite authority conferred on the official/s to

execute the guarantee on behalf of the bank should be annexed to this guarantee for verification and retention thereof as documentary evidence.

Page 34: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 34 of 47

ANNEXURE 7 – LIST OF APSRTC LOCATIONS-REGIONS & DEPOTS

KADAPA ZONE NELLORE ZONE

S.NO REGION DEPOT S.NO REGION DEPOT

1 ATP ANANTAPUR 1 CTR ALIPIRI

2 DHARMAVARAM 2 CHITTOOR-1

3 GOOTY 3 CHITTOOR-2

4 GUNTAKAL 4 KUPPAM

5 HINDUPUR 5 MADANAPALLY-1

6 KADIRI 6 MADANAPALLY-2

7 KALYANDURG 7 MANGALAM

8 MADAKASIRA 8 PALAMANERU

9 PENUKONDA 9 PILER

10 PUTTAPARTHY 10 PUTTUR

11 RAIDURG 11 SATYAVEEDU

12 TADIPATRI 12 SRIKALAHASTI

13 URAVAKONDA 13 TIRUMALA

14 KDP BADWEL 14 TIRUPATHI

15 JAMMALAMADUGU 15 NLR ATMAKUR(N)

16 KADAPA 16 GUDUR

17 MYDUKUR 17 KAVALI

18 PRODDATUR 18 NELLORE-1

19 PULIVENDULA 19 NELLORE-2

20 RAJAMPET 20 RAPUR

21 RAYACHOTY 21 SULLURPET

22 KNL ADONI 22 UDAYAGIRI

23 ALLAGADDA 23 VAKADU

24 ATMAKUR(K) 24 VENKATAGIRI

25 BANAGANAPALLY 25 OGL ADDANKI

26 DHONE 26 CHIRALA

27 KOILAKUNTLA 27 GIDDALUR

28 KURNOOL-1 28 KANDUKUR

29 KURNOOL-2 29 KANIGIRI

30 NANDIKOTKUR 30 MARKAPUR

31 NANDYAL 31 ONGOLE

32 PATHIKONDA 32 PODILI

33 YEMMIGANUR

Page 35: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 35 of 47

VIJAYAWADA ZONE VIZIANAGARAM ZONE

S.NO REGION DEPOT S.NO REGION DEPOT

1 GNT BAPATLA 1 WEG AMALAPURAM

2 CHILAKALURIPET 2 ELESWARAM

3 GUNTUR-1 3 GOKAVARAM

4 GUNTUR-2 4 KAKINADA

5 MACHERLA 5 RAJAHMUNDRY

6 MANGALAGIRI 6 RAMACHANDRAPURAM

7 NARASARAOPET 7 RAVULAPALEM

8 PIDUGURALLA 8 RAZOLE

9 PONNURU 9 TUNI

10 REPALLE 10 NEC PALAKONDA

11 SATTENAPALLY 11 PALASA

12 TENALI 12 PARVATHIPURAM

13 VINUKONDA 13 S.KOTA

14 VJA AUTONAGAR 14 SALUR

15 AVANIGADDA 15 SRIKAKULAM-1

16 GANNAVARAM 16 SRIKAKULAM-2

17 GOVERNORPET-1 17 TEKKALI

18 GOVERNORPET-2 18 VIZIANAGARAM

19 GUDIVADA 19 VSP ANAKAPALLY

20 IBRAHIMPATNAM 20 GAJUWAKA

21 JAGGAYYAPET 21 MADDILAPALEM

22 MACHILIPATNAM 22 MADHURAWADA

23 NUZVID 23 NARSIPATNAM

24 TIRUVUR 24 PADERU

25 VIDYADHARAPURAM 25 SIMHACHALAM

26 VIJAYAWADA 26 VISAKHA STEEL CITY

27 VUYYURU 27 VISAKHAPATNAM

28 WG BHIMAVARAM 28 WALTAIR

29 ELURU SUMMARY

30 JANGAREDDYGUDEM NO.OF ZONES 4

31 KOVVUR NO.OF REGIONS 12

32 NARASAPUR NO.OF DEPOTS 128

33 NIDADAVOLU 34 TADEPALLIGUDEM 35 TANUKU

Page 36: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 36 of 47

ANNEXURE - 8

RFID TIM SPECIFICATIONS

1.0 SCOPE: 1.1 This standard prescribes requirements and methods of testing for Electronic Bus

Ticketing Machine. 1.2 This is a purchase specification and does not include manufacturing details. The

parts/material supplied against this specification shall be compatible with the Original equipment.

1.3 The supplier shall provide detail drawings and specifications to the purchasing/ inspecting authority whenever such information is specifically called for.

1.4 The material offered against this specification shall conform to this specification in full. The tests shall be carried out on the part directly or on the specimen prepared from the components. If any of the samples fail in any one or more tests specified, the sample shall be considered as not having met the requirements of this specification.

1.5 It is the manufacturer's prime responsibility to satisfy the inspection authority that the commodity conforms to this standard. This may be accomplished by performing the tests specified in this standard.

1.6 Sample selection shall be the responsibility of the Quality Assurance Committee. Required quantity for complete testing as per this specification shall be supplied.

2.0 REFERENCE STANDARDS: 2.1Following standard are necessary adjunct to this standard.

IS No. Year Title IS: 13947 1993 IP Test (Dust test for Ingress protection test.) Part I 3.0 DESIGN AND CONSTRUCTION:

Detailed device specification is mentioned in Annexure- 9A and 9B 4.0 Ticketing Machine facilities: 4.1 Advanced and interactive application software. 4.2 Minimum key operation for printing journey ticket and reports 4.3 All the tickets shall be generated as per the fare table incorporated into the

TIM along with various concessions and ancilliary charges alike Toll plaza user fee etc as furnished from time to time by APSRTC

Page 37: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 37 of 47

4.4 Memory capability to download and store minimum of 500 route details each consisting of 200 stages with 16 character name description in English and 35 character name description in Telugu, 6 digit rate for 3 seasons, stages, sub-stages, kilometers, In-between stages, bridges etc.

4.6 Provision for printing tickets for various concessions with percentage reduction in passenger fare and remark be printed in the ticket where ticket is printed / issued & no cash is received.

4.8 Status report detailing ticket no. entry and destination stage, luggage, half ticket, route and ticket amount of all tickets currently valid.

4.9 Transaction detail reports of all types of concessions, RFID tickets and all types of levies.

4.10 Inspection report detailing inspection –ID time of inspection and remarks. Current stage and previous stage alighting passenger details.

4.11 Reports 1. Stage wise report 2. Tollgate fee payments entry 3. EPK – Earnings per KM 4. The application also includes provision for printing (display optionally)

information in Telugu on ticket. 5. Entry of reservation tickets done through advance booking and ground booking 6. Police warrant ticket 7. Journalist ticket 8. Provision for different reports as per the requirement of APSRTC 9. RFID transaction reports for fresh cards, top up & tickets.

Page 38: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 38 of 47

ANNEXURE – 9A

RFID TIMS - DESIGN AND CONSTRUCTION

Specifications for Ticket Issue Machines Micro controller based with RFID

Sl.No Item Description

1 Size a) It should be compact to fit on Bus Dash Board with dimensions not exceeding 250mm x 90mm x 65mm b) Weight of the Device should not exceed 500 grams without paper roll. c) Should be rugged and compact design and dust resistant.

2 Display a. Graphic LCD display with minimum 128 x 64 pixels graphic display. b. Large display area for better visibility with 70 x 40 mm viewing area c. Bright backlight for easy visibility during the nights also. d. Display panel should be scratch resistant and dust proof.

3 Keypad 30 Key alphanumeric elastomeric (soft rubber, silicon) keys which are dust proof & water proof (including functional/navigational keys). The colored keyboard layout and key matrix should be as per the annexure and should be detachable keypad.

4 Microcontroller a) High speed 32 bit Micro controller with minimum 48 MHz or higher clock speed processor b) 32 KB SRAM c) 512 KB Flash program memory. d) 8 MB flash data memory. e) Flash memory should be utilized for storing 5000 tickets and 999 routes with 100 to 250 stages f) Additional 1 GB or above SD Card for storing RFID cards ticket data & ware housing facility for minimum reset for 10 lakhs tickets. g) Operating Temperature: Up to 55 deg. Centigrade

5 Real time clock Battery backed stable intelligent Real Time Clock with date format to be changed at every service. (DD/MM/YYYY/HH:MM:SS) working on a separate battery inside the system

6 Printer a) Ultra fast 2 Inch High speed thermal printer with 80 mm/s (384 dot lines) b)PAPER OVER sensor. c) Printer shall support Thermal paper of 50-60 GSM d) PAPER COVER OPEN sensor. e) Easy paper roll loading mechanism, without using paper-feed key. f) It shall support thermal paper roll of 56 mm width, 16 meters length. g) Transparent printer cover with rugged hinge fixing and facility to fix the printer roller firmly. h) The printer gears shall be of Fujitsu-Japan Model::FTP-628MCL-103 R Versions or its equivalent.

Page 39: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 39 of 47

7 BATTERY Standard Lithium-Ion Battery of minimum 7.4 V, 4200mAH Li-Ion/ Li-polymer internal battery with protection against explosion while handling. Auto Shutdown features should be provided for longer battery life It should support more than 48 hours of operation with single full charge and should able to issue at least 2000 tickets. Features: 1) Quick rechargeable in-built battery charger with over charge / over voltage / over current protection capable to charge fully within 3 Hours. 2) Standby Time 72 Hrs. 3) In use time (with printer) 8 - 10 Hrs. 4) Low Battery and Full Battery indication with audio beep and display of % of charge in number. 5) LED Display and charging indicator during charging of TIMs. 6) Beep sound when charger is connected to the TIM for charging 7) Soft touch power On/Off control for easy operation 8).Automatic and intelligent power shut down for extended operation.

8 RFID reader specifications

TIM based RFID reader: i) Hardware- Mid range reader with Antenna. ii) Power Supply - 12/24 V DC +/- 15% iii) Power Consumption - Approximately 8 VA iv) Operating frequency - 13.56 MHz v) Reading Distance – up to 50 MM. vi) Operating time - Less than 24 ms per one transaction

9 RFID Card specifications

i) In - built contactless smart card reader ii) IEC/ISO 14443 type A & B compliant MIFARE SE PLUS cards iii) Reading range up to50mm.

10 Communication Interface

Device should have one USB port 2.0 of B type. USB drivers should be compatible with all makes of TIMs.

11 SAM Specifications i) SAM(secure access Module) slots compliant to ISO 7816 Standards are required. ii) Cryptographic methods for card data security. iii) Triple DES for key management with UKPT (Unique Key Per Transaction) iv) Should support encryption standard including 3DES & AES for smart card reading v) SAM card to be mapped with TIM number and should be non-transferable. Preferable model : NXP AV1 or advanced one compatible with MIFARE SE PLUS Cards.

12 Software Software compatible with Linux CentOS 5,6,7 with JAVA & Mysql DB should be used for development of programs for TIMS. Shall be compatible with software version of CIS project. Any modification

Page 40: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 40 of 47

suggested by APSRTC should be complied within a stipulated time. Vendor should recover the data through SD card in time and give collection report and trip sheet, in case of failure in downloading data from TIM to PC in the depots.

13 CONCESSIONAL PASSES

CONTACTLESS RFID SMART CARD PASSES SOFTWARE : a) TIM shall validate various kinds of passes like Student Pass, General Pass, Senior Citizen Card, Journalist Pass etc., issued by APSRTC and store the record and print ticket only on request. b) Passes issued with STAGE-FROM and STAGE-TO for validity shall be validated against the current selected ROUTE in the TIM. c) Passes issued for a particular day or period shall be validated against the current date in the TIM. d) Valid passes are indicated with a short beep sound. f) Invalid passes are to be indicated by long beep sound with error message on the screen.

14 PREPAID CARDS

PREPAID CARDS: a) Conductor shall be able to issue a NEW PREPAID CARD, with the stored value between Rs. 10 upto Rs. 2000. b) Cost of the CARD shall be separately added and ticket to be printed as per the policy decided by APSRTC. c) Passengers carrying an already purchased PREPAID CARD shall be able to redeem the STORED VALUE, against the fare by showing the card to TIM. d) The data of the PREPAID transactions shall be collected and reconciled by the RECONCILIATION software. e) Re-conciliation reports indicating details of cards and redemptions shall be produced. f) Prepaid cards issued should be rechargeable through TIM by conductor in the bus.

15 Consumables

1. AC Adapter with following specsa) Input: 150/280V, 50/60Hzb) Output: 12V, 750mA -1Amp.c) Charging status indicator to be provided in the charger (RED/GREEN).d) Common pin for charging .Model:ST960752.Shoulder bag made of synthetic material.3. Battery.4. Printer5. Gear wheels6. Data Cable7. Key pad.

16 WARRANTY TERMS AND CONDITIONS:

a). 3 years comprehensive service warranty shall be provided for all accessories other than consumables. b). Battery and Printer minimum one year performance warranty. c). Service Engineers shall be provided at all zonal workshops to ensure continuity of service to TIMs.

d)The vendor should provide software programs as and when required to meet the Corporation policies.

Page 41: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 41 of 47

e) Vendor should have sufficient spare parts to immediately replace the defective item, Otherwise it will attract a penalty of Rs.50 per day per machine subject to a maximum of 10% of the cost per TIM per instance if not attended within two days.

f) Change of any hardware part of TIM should not lead to change in machine serial number and it should be stored internally in the encrypted form apart from being physically embossed on the outer case of TIMs g)Each TIM must be provided with carry bag having APSRTC logo. h) Charger should have the logo of APSRTC

i)Vendor is responsible for the entire comprehensive maintenance, If Any vendor fails to maintain the quality of service, vendor would be blacklisted based on the failure rate.

j)Vendor is responsible for any financial losses due to inefficient service or loss of data incurred by APSRTC.

Page 42: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 42 of 47

ANNEXURE – 9B

RFID TIMS - DESIGN AND CONSTRUCTION (OS BASED)

Specifications for Ticket Issue Machines with RFID

Sl.No Item Description

1 Size a) It should be compact to fit on Bus Dash Board with dimensions not exceeding 250mm x 90mm x 65mm b) Weight of the Device should not exceed 500 grams without paper roll. c) Should be rugged and compact design and dust resistant.

2 Display a. Graphic LCD display with minimum 320 x 240 pixels graphic display. b. Large display area for better visibility with 70 x 40 mm viewing area c. Bright backlight/ color for easy visibility during the nights also. d. Display panel should be scratch resistant and dust proof.

3 Keypad 30 Key alphanumeric elastomeric (soft rubber, silicon) keys which are dust proof & water proof (including functional/navigational keys). The colored keyboard layout and key matrix should be as per the annexure and should be detachable keypad.

4 Operating System Based

a) High speed 32 bit OS based with minimum 500 MHz or higher clock speed processor. b) 256 MB RAM c) 4 GB Flash memory. d) Flash memory should be utilized for storing 5000 tickets and 999 routes with 100 to 250 stages e) Additional 4 GB SD Card for storing RFID cards ticket data & ware housing facility for minimum reset for 10 lakhs tickets. f) Operating Temperature: Up to 55 deg. Centigrade

5 Real time clock Battery backed stable intelligent Real Time Clock with date format to be changed at every service. (DD/MM/YYYY/HH:MM:SS) working on a separate battery inside the system

6 Printer a) Ultra fast 2 Inch High speed thermal printer with 80 mm/s (384 dot lines) b)PAPER OVER sensor. c) Printer shall support Thermal paper of 50-60 GSM d) PAPER COVER OPEN sensor. e) Easy paper roll loading mechanism, without using paper-feed key. f) It shall support thermal paper roll of 56 mm width, 16 meters length. g) Transparent printer cover with rugged hinge fixing and facility to fix the printer roller firmly. h) The printer gears shall be of Fujitsu-Japan Model::FTP-628MCL-103 R Versions or its equivalent.

Page 43: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 43 of 47

7 BATTERY Standard Lithium-Ion Battery of minimum 7.4 V, 5200mAH Li-Ion/ Li-polymer internal battery with protection against explosion while handling. Auto Shutdown features should be provided for longer battery life It should support more than 48 hours of operation with single full charge and should able to issue at least 2000 tickets. Features: 1) Quick rechargeable in-built battery charger with over charge / over voltage / over current protection capable to charge fully within 3 Hours. 2) Standby Time 72 Hrs. 3) In use time (with printer) 8 - 10 Hrs. 4) Low Battery and Full Battery indication with audio beep and display of % of charge in number. 5) LED Display and charging indicator during charging of TIMs. 6) Beep sound when charger is connected to the TIM for charging 7) Soft touch power On/Off control for easy operation 8).Automatic and intelligent power shut down for extended operation.

8 RFID reader specifications

TIM based RFID reader: i) Hardware- Mid range reader with Antenna. ii) Power Supply - 12/24 V DC +/- 15% iii) Power Consumption - Approximately 8 VA iv) Operating frequency - 13.56 MHz v) Reading Distance – up to 50 MM. vi) Operating time - Less than 24 ms per one transaction

9 RFID Card specifications

i) In - built contactless smart card reader ii) IEC/ISO 14443 type A & B compliant MIFARE SE PLUS cards iii) Reading range up to50mm.

10 Communication Interface

Device should have one USB port 2.0 of B type. USB drivers should be compatible with all makes of TIMs.

11 SAM Specifications i) SAM(secure access Module) slots compliant to ISO 7816 Standards are required. ii) Cryptographic methods for card data security. iii) Triple DES for key management with UKPT (Unique Key Per Transaction) iv) Should support encryption standard including 3DES & AES for smart card reading v) SAM card to be mapped with TIM number and should be non-transferable. Preferable model : NXP AV1 or advanced one compatible with MIFARE SE PLUS Cards.

12 Software Software compatible with Linux CentOS 5,6,7 with JAVA & Mysql DB should be used for development of programs for TIMS. Shall be compatible with software version of CIS project. Any modification

Page 44: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 44 of 47

suggested by APSRTC should be complied within a stipulated time. Vendor should recover the data through SD card in time and give collection report and trip sheet, in case of failure in downloading data from TIM to PC in the depots.

13 CONCESSIONAL PASSES

CONTACTLESS RFID SMART CARD PASSES SOFTWARE : a) TIM shall validate various kinds of passes like Student Pass, General Pass, Senior Citizen Card, Journalist Pass etc., issued by APSRTC and store the record and print ticket only on request. b) Passes issued with STAGE-FROM and STAGE-TO for validity shall be validated against the current selected ROUTE in the TIM. c) Passes issued for a particular day or period shall be validated against the current date in the TIM. d) Valid passes are indicated with a short beep sound. f) Invalid passes are to be indicated by long beep sound with error message on the screen.

14 PREPAID CARDS

PREPAID CARDS: a) Conductor shall be able to issue a NEW PREPAID CARD, with the stored value between Rs. 10 upto Rs. 2000. b) Cost of the CARD shall be separately added and ticket to be printed as per the policy decided by APSRTC. c) Passengers carrying an already purchased PREPAID CARD shall be able to redeem the STORED VALUE, against the fare by showing the card to TIM. d) The data of the PREPAID transactions shall be collected and reconciled by the RECONCILIATION software. e) Re-conciliation reports indicating details of cards and redemptions shall be produced. f) Prepaid cards issued should be rechargeable through TIM by conductor in the bus.

15 Consumables

1. AC Adapter with following specsa) Input: Output: 14V, 1 Amp. Charging status indicator to be provided in the charger (RED/GREEN).d) Common pin for charging .Model:ST960752.Shoulder bag made of synthetic material.3. Battery.4. Printer5. Gear wheels6. Data Cable7. Key pad.

16 WARRANTY TERMS AND CONDITIONS:

a). 3 years comprehensive service warranty shall be provided for all accessories other than consumables. b). Battery and Printer minimum one year performance warranty. c). Service Engineers shall be provided at all zonal workshops to ensure continuity of service to TIMs.

d)The vendor should provide software programs as and when required to meet the Corporation policies.

Page 45: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 45 of 47

e) Vendor should have sufficient spare parts to immediately replace the defective item, Otherwise it will attract a penalty of Rs.50 per day per machine subject to a maximum of 10% of the cost per TIM per instance if not attended within two days.

f) Change of any hardware part of TIM should not lead to change in machine serial number and it should be stored internally in the encrypted form apart from being physically embossed on the outer case of TIMs g)Each TIM must be provided with carry bag having APSRTC logo. h) Charger should have the logo of APSRTC

i)Vendor is responsible for the entire comprehensive maintenance, If Any vendor fails to maintain the quality of service, vendor would be blacklisted based on the failure rate.

j)Vendor is responsible for any financial losses due to inefficient service or loss of data incurred by APSRTC.

Page 46: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 46 of 47

ANNEXURE -10 RFID TIM – functional specifications ON - To switch on the machine. OFF - To switch off the machine. ENTER-To accept the operation. CANCEL - To cancel the operation.

Provision for entry of en route bus checking information/offence code in to the TIMs while on scheduled duty

Provision for operator password & supervisor password to operate the machine

TKT -This button is used to specify number of adults and child seater and sleeper tickets.

LUG - This button is used to specify the number of luggage units.

PASS - This button is used to enter pass details. When this button is pressed, user should be able to select the type of pass like STUDENT, GENERAL etc using the keys B and C.

PW / TGT (POLICE WARRANT & TOLL GATE ) - When this option is selected, user should be able to enter number of seats, police warrant number, toll gate details and the destination. After pressing ENTER button, police warrant ticket should be printed.

STG - This button should close the current stage and update to the next stage with confirmations.

141 - Pressing this button, the service 141 card to be selected from the list of available routes. 141 card report to be seen as optional requirement.

CON – The PHC persons concession tickets, Journalist, retired employees & other concession tickets to be printed.

RES – The details of reserved passengers have to be fed to the TIM through this button.

This button is used to come back to previous operation. And also to select the option for RFID transaction and other

related activities.

COMP – The TIM upload/ downloading of data to local server to be done with this button.

RPT - This button should be provided for taking different reports during or after the spell of the duty by the conductor.

TRIP WISE REPORT – It should contain ticket details like ticket no, ticket type, origin/destination & ticket amount.

STATUS REPORT - This option should provide the details of passengers in the bus at that time.

TOTAL REMITTANCE REPORT - It should have the total service amount with bifurcation of different heads like PIS, CESS, Toll Plaza & Service Tax.

TICKET LOG REPORT – This report should contain ticket issue time & details of the no of passengers issued on the particular ticket.

The reports that are generated in the local server as follows :

Page 47: GSRTC FMS RFPapsrtc.ap.gov.in/Tenders/RFP for RFID BASED-final-20.05.19.pdf · APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES 2 e- TENDER DETAILS 1. Departme nt Name ANDHRA PRADESH

Page 47 of 47

The vendor should provide any other reports needed by APSRTC

RFID TRANSACTIONS REPORT – The report on fresh cards, top up of RFID cards, & tickets issued through RFID cards.

Details of Key Layout