reply to pre-bid queries - rajasthan

47
REPLY TO PRE-BID QUERIES Page 1 of 47 S.No RFP Page No. RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query 1 17 4.1 c) Customization of Pin-Pad and Single finger print (SFP) authentication device (If required) The SDK shall be provided by the Pin-Pad vendor. Can it be specified with what applications the SDK needs to integrate with? Also would this be an API or Web- Services based integration? Pin-Pad and SFP Integration with Tablet and banking applications. It can be API as well as web services. 2 17 4.1 c) Customization of Pin-Pad and Single finger print (SFP) authentication device (If required) The Banks certify the PIN-PAD device with multiple Payment Network operators such as VISA, MASTERCARD and RUPAY etc. This is not a customization exercise, but rather a certification exercise. Can the terminology be suitable changed? Please refer corrigendum. 3 16 4.1 a) Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied. For transaction processing, how will the transaction processing fee be accounted for? Convenience fee charged to customer / merchant will bear the same? Please refer corrigendum 4 16 4.1 a) Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied. The Bank Portal / Rajasthan Payment portal (RPP) would currently be used for Card Not Present Transactions. Using the Pin-Pad hardware alone, the Card Present Transactions would not get enabled. Is there are requirement for a card present payment platform to integrate with RPP / Bank Portal for this purpose? Please refer corrigendum 5 16 4.1 a) Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied. Is the vendor supposed to propose a Card Present payment platform along with the Pin-Pad device? If so, does the platform need to cater to card related EMIs that are offered by card issuance agencies / banks Please refer corrigendum 6 16 4.1 a) Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied. Does the vendor supplied unified payment platform that will integrate with RPP / Bank application need to support universal payment acceptance such as cash, cards, wallets, UPI, QR etc? Please refer corrigendum

Upload: others

Post on 29-Jan-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

REPLY TO PRE-BID QUERIES

Page 1 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

1 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

The SDK shall be provided by the Pin-Pad vendor. Can it be specified with what applications the SDK needs to integrate with? Also would this be an API or Web-Services based integration?

Pin-Pad and SFP Integration with Tablet and banking applications. It can be API as well as web services.

2 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

The Banks certify the PIN-PAD device with multiple Payment Network operators such as VISA, MASTERCARD and RUPAY etc. This is not a customization exercise, but rather a certification exercise. Can the terminology be suitable changed?

Please refer corrigendum.

3 16 4.1 a)

Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

For transaction processing, how will the transaction processing fee be accounted for? Convenience fee charged to customer / merchant will bear the same?

Please refer corrigendum

4 16 4.1 a)

Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

The Bank Portal / Rajasthan Payment portal (RPP) would currently be used for Card Not Present Transactions. Using the Pin-Pad hardware alone, the Card Present Transactions would not get enabled. Is there are requirement for a card present payment platform to integrate with RPP / Bank Portal for this purpose?

Please refer corrigendum

5 16 4.1 a)

Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

Is the vendor supposed to propose a Card Present payment platform along with the Pin-Pad device? If so, does the platform need to cater to card related EMIs that are offered by card issuance agencies / banks

Please refer corrigendum

6 16 4.1 a)

Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

Does the vendor supplied unified payment platform that will integrate with RPP / Bank application need to support universal payment acceptance such as cash, cards, wallets, UPI, QR etc?

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 2 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

7 17 4.1 f)

Branding of the supplied Hardware

The Department desires branding of the hardware to further its recall to citizens. Would the department also need similar branding on the e-charge slips that are generated via smart charge-slips?

Please refer corrigendum

8 73 Annexure 2)

Item1.3

Technical Specifications of Pin-Pad

Various modes of Pin-Pads are available in the market. Since, this is a financial services related product; there is an increased need for security. Is there are a preference for a Make in India product for Pin-Pads?

As per RFP

9 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Is there a need for invoice generated on the RPP / bank system to be reconciled with Card and other multi-modal payments via parameters passed between application and Pin-Pad?

Please refer corrigendum

10 73 Annexure 2)

Item1.3

Technical Specifications of Pin-Pad

TC Reversals adversely impacts transaction success rates with chip cards Should the vendor have approved TC Pending Approvals through the vendor for improving Transaction Success Rates?

Please refer corrigendum

11 73 Annexure 2)

Item1.3

Technical Specifications of Pin-Pad

TID issuance for a device is necessary to activate the same as an instrument that allows financial transactions to happen. Should the PIN-PAD vendor be able to release the TIDs for the device?

Please refer corrigendum

12 73 Annexure 2)

Item1.3

Technical Specifications of Pin-Pad

In case the TID issuance is happening from the Pin-Pad vendor is there an SLA for TID release from KYC acceptance for eg: 3 days?

Please refer corrigendum

13 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Should the application have an ability to block certain types of cards?

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 3 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

14 73 Annexure 2)

Item1.3

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Should the vendor have an ability to credit the settlement amount into any existing bank account of RISL?

Please refer corrigendum

15 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Should the PIN-PAD vendor have the ability to split MDR charges between entities?

Please refer corrigendum

16 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Should the Pin-Pad vendor have the abilty to block double-debit twice to prevent fraud? For Eg: Same amount against same invoice twice?

Please refer corrigendum

17 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Should the Pin-Pad vendor have the ability to offer multiple payment modes within the same applications for eg: Cash, Cards, Wallets, UPI etc

Please refer corrigendum

18 71 Annexure 2)

Item1.1 Micro USB Connect

1. Minimum two attached devices should be Bluetooth and one can be Micro USB.

Please refer corrigendum

19 21 4.3

88% of respective work order value upon submission of all deliverables.

Request you please release phase wise manner with minimum 6 Phases.

As per RFP

20

Quarterly payment of Balance amount of respective work order value (12%) equally divided across each quarter.

Please make the 12% Payment after successful delivery and installation against PBG.

Please refer corrigendum

21 71 Annexure 2)

Item1.1

MDM Platform Specify MDM license is for 3 years Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 4 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

22 57 29 Warranty Warranty on physical damage devices should be

clarified As per RFP

23 71 Annexure 2)

Item1.1

Technical Capability- OEM should have supplied average 10,000 Tablet/Laptop to Government Department /PSUs/PSU Banks in last 3 years from the date of bid submission.

1. Add OEM turnover of 2000 Cr

As per RFP

24

Service Level Standards/

Requirements/ Agreement

Non resolution of compliant within 3 days of providing device to the service centre Rs 500/day/device after 3 days)

Request you to change the clause as Rs 500/day/device (after 10 days) as replace ment will take from SI Service centre to OEM service Centre.

Please refer corrigendum

25 General Suggestion Charging/billing slip with Logo Please refer corrigendum

26 General Query Request you to clarify How GST will be applicable on

pricing as we are expecting implementation on July which would we are billing month.

As per RFP

27 General Suggestion RISL should test the overall solution with App for

overall feasibility and performance Please refer corrigendum

28 General Suggestion Add 8 hour video play back criteria As per RFP

29 General Request App vendor should install the App and connect to

payment Gateway. As per RFP

30 73 Annexure 2, Item No. 1.2

SDKs (Android, Java, dot net, iOS, Windows, Linux)

Request to remove iOS SDK as the same is not available with most of the STQC certified devices. Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 5 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

31 16 4

Selected bidder shall create digital payment infrastructure to be used at merchant store to bolster digital payment based transaction. The proposed digital payment infrastructure shall be able to perform digital payments through cards (debit, credit and pre‐paid), digital‐wallets/ e‐wallets, internet banking, unified payments interface (UPI), USSD, Bhim, Aadhaar enabled payment system (AEPS) etc.

We have currently credit/debit cards acceptance only. Other payment modes will take 4 months to get it developed and integrated. Will that be ok

Please refer corrigendum

32 16 4 ‐ (a)

Selected bidder shall co‐ordinate with partner banks for timely injection of key on pin‐pad devices. (In Annexure ‐ 16 it is mentioned that 4 partner banks we need to to key injection)

Who will decide which bank? Who will pay for certification? Who will pay for BIN acquiring? All this process would take 2‐3 months’ time. Please refer corrigendum

33 68

Under Annexure ‐ 2

Item 1.1 Financial Strength of

OEM

Average Annual Turnover of the OEM during the last three financial years, i.e., from FY 2013‐14 to FY 2015‐16 (as per the last published audited balance sheets), should be at least Rs. 2000.00 Crore.

Need more clarity on this.

There is no such clause . Please refer RFP again.

34 71 Annexure 2, Item No. 1.1

Brightness‐ 350 nits As per RFP

REPLY TO PRE-BID QUERIES

Page 6 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

35 71 Annexure 2, Item No. 1.1

Certification ‐ BIS, ROHS, FCC & CE

FCC & CE certification is required for International testing. As we would be using these equipments in india for promoting Make in INDIA it should be Exempted.

As per RFP

36 Pg 9-Estimation

Cost

15Crs As Tab, Printer, Scanned & Pin Pad along with manpower resources, solution-MDM and 3-yrs warranty has to be supply. Which is very difficult in 15Crs estmation. Hence We request to amend it atleast by 22Crs Estimation Cost.

As per RFP

37 Mobilization

advance

We have to deliver all item of the project in within span of 45 days. Further payment would be released in inetrvals at least after 60-days.Hence we request to incorporate provision of mobilization advance against Security BG of 10% which will easily recovered in 3-upcoming payments in 3-installments.It will also support to vendor financially in meeting deliverables in time line defined for each items of project.

As per RFP

38 Pg Na-Payment

Clearance

NA As payment flow from RajCOMP is very important role in getting succeed in this flag ship project of GoR. So we suggest that Payment should be made to vendor after submission of invoices along with deliverables as per respective mil stone within 30-days.

As per RFP

39 Pg 47-JV,4

Consortium, Joint Ventures & Partnership is not allowed

This is project which required to shake hand multiple OEMs to come along to meet the Project deliverables. Hence We request to allow Consortium and Joint Ventures and assisn all liabilities to Lead Bidder in that case.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 7 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

40 Pg 59-32

Force Majeure-e) In case a Force Majeure situation occurs with the <user department or> RISL, the <user department or> RISL may take the case with the supplier/ selected bidder on similar lines.

Such delay which raised due to end user/user department/ RISL will not be incorporated in force majeure. These has to be taken in penalty relax clauses. Because first be have to deduct our LD from running bills. Then we have to go for request/approval for consideration of facts which will be time consuming in getting deducted payment. Hence we request such clauses should be Penalty relax clauses.

As per RFP

41 Pg 63 -

ANNEXURE -2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS OS: Android 5.0 or latest

Request this to be amended to Android 4.4 Hence would request you to please consider for Kitkat or Latest versions". As per RFP

42 Pg 63 -

ANNEXURE -2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Size of Tablet : 8 Inch

Request this to be amended to 7 Inch and Above.7" Tablet would be very handy and easy to carry and use for the transactions

As per RFP

43 Pg 63 -

ANNEXURE -2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS RAM : 2 GB

Request this to be amended the RAM from 2GB to 1 GB,As Processor Mentioned as 1.0 GHz in the document in 1GB RAM would be enough for the fast transactions

As per RFP

44 Pg 63 -

ANNEXURE -2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS ROM : 16 GB, Micro SD Slot Expandable upto 64 GB

Request you to ammend 8GB ROM and Expandable as 64GB

As per RFP

45 Pg 63 -

ANNEXURE -2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS

Request you to ammend battery of 4200mAh to 3600mAh for continuos 8 Hours Ussage. As per RFP

REPLY TO PRE-BID QUERIES

Page 8 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

Battery : Minimum Lion 4200mAh

46 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS,Item No. 1.1- Android based Tablet - ROM-16 GB, Micro SD Slot Expandable upto 64 GB

Request you to please increase minimum SD card support of 128GB or above so that more content can be stored in SD card. More SD card support will be helpful to the department. As per RFP

47 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.1- Android based Tablet - MDM Platform: OEM shall provide Mobile device management (MDM) Platform:-· Whitelisting/blacklisting of applications.· Should have admin portal to manage tablet remotely.· Policies to enable/disable wifi/camera.· Install/upgrade applications remotely.· Creation of closed environment for use of specific purposes like financial transactions.

For better manageability and control of device, we request department to consider only OEM owned MDM for tigher integration and single window support for software and hardware platform. This will ensure that there is accountability for the platform performance.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 9 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

48 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS: OEM shall provide Mobile device management (MDM) Platform:-

Request you to please confirm if cloud based as well as on-premise platforms can be considered.

Please refer corrigendum

49

Item No. 1.1- Android based Tablet - MDM

Platform

· Whitelisting/blacklisting of applications.· Should have admin portal to manage tablet remotely.· Policies to enable/disable wifi/camera.· Install/upgrade applications remotely.· Creation of closed environment for use of specific purposes like financial transactions.

In case on-prem MDM is required, hardware and software requirements need to be provided by department.Also confirm on duration of MDM licenses - are they required for 1 year or 3 years.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 10 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

50 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.1- Android based Tablet - MDM Platform - SDK : SDKs should have capability to prevent user to change wallpapers set by department.

Based on our experiences with various government projects, we request department to consider following SDK capabilties also as minimum pre-requisite to ensure that tablets can be used optimally -(1) Creation of closed environment for enterprise work (Kiosk Mode) means it would only be used for a specific purpose of financial transactions. This ensures that users are not able to install keyloggers/ root the device to compromise biometric data.(2) Prevent factory reset on the devices which makes the device secure.(3) White list & blacklist desired App as desired by the department which makes sure the optimum usage of device. Department should be able to integrate these SDKs in their application at a later date to achieve functionality provided by MDM platform. This will ensure that MDM license cost is optimised. SDK API details should be provided during bid submission. A prototype demo app can also be delivered during evaluation phase. Note- Device will not be rooted to deliver this functionality.

As per RFP

51 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.1- Android based Tablet - Micro USB Connector : Bidder shall supply micro USB Connector which is compatible with quoted make and model of Tablet. Offered connector should have minimum 3 slots so that

Request you to please consider request for BT based accessories also. The kit should be able to provide requisite functionality and not dependent on USB connectors. If bidder can provide printer, FP reader and pinpad which work on BT, same should be considered for evaluation.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 11 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

Item no. 2, 3, and 4 of BoM may be connected simultaneously with the quoted make and model of Tablet.

52 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.1- Android based Tablet - Weight: Weight of tablet

To ensure that solution is portable and ease of use, we request that department should consider maximum 400gms weight for the device. As per RFP

53 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.1- Android based Tablet - Service support

As the devices will be deployed all across Rajasthan, post sales support is very critical. We request department that OEMs should have Dedicated service support network present in each district of Rajasthan to ensure smooth service delivery and good buying experience of users. Identification of Government Customers at Service locations through IMEI numbers – No need to carry physical copy of bill. Minimum 40 OEM controlled Service center across state.

As per RFP

54 Pg 71-

ANNEXURE-2:

TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.1- Android based Tablet - R&D support

To ensure better integration and technical support from OEM, we request department to only consider device OEM who have R&D support available in North India to support any device application level issues which may need extended support. OEM's R&D support team need to work with application vendor to help diagnose and fix issues on best effort basis.

As per RFP

55 73 Item No. 1.4

Thermal Printer

2 Inch thermal print technology Printer Should support both 3" & 2"Print Technology, which makes it flexible for any present and future applications.

As per RFP

REPLY TO PRE-BID QUERIES

Page 12 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

56 73 Item No. 1.4

Thermal Printer

No Mention of Technical details of printer to judge the performance

Processor & Memory should be a part of this being key factor on processing the data for Faster Printing output.

As per RFP

57 73 Item No. 1.4

Thermal Printer

No mention on rigidity and durability of product which is most important in Mobility Segment

Min 4ft drop to concrete with IP42 rating.

As per RFP

58 17 4.1 Scope of

work (SoW) for SI. B

Comprehensive Warranty Comprehensive Warranty for Printer for Three Years should include Print Head as it's a main expense in Direct Thermal Technology.

As per RFP, All the items in the RFP have been asked for minimum 3 years, no need to specify separately for each component of item again and again.

59 Cost of Product It's on a very lower side as at this price only Chinese

products are available without any support. As per RFP

60 13

3. PRE-QUALIFICATION/ ELIGIBILITY

CRITERIA S.No.-4 : Technical Capability

The bidder must have successfully completed project of supply of IT hardware including FMS/Operation, Maintenance & Support not less than the amount during the last three years (from the last date of bid submission) as per below criteria:- One (1) Project not less than the amount Rs. 10.0 Crores OR Two (2) projects of cumulative value of more than 15.0 Crores.

Request you to kindly ask for the a) ONE (1) project not less than Rs. 5.0 Crores OR Four (4) Projects instead of 2 totaling to 15 Crore.

As per RFP

61 13 &

14

S.No.-5: Tax Registration

and Clearance

The bidder should have a registered number of i. VAT/ CST where his business is located, ii.

You have asked for the VAT Clearance from the TAX officer, Request you to kindly change it to VAT Paid till date certified by the Auditors as it is not possible to

As per RFP

REPLY TO PRE-BID QUERIES

Page 13 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

Service Tax(as applicable), iii. Income Tax / PAN. The bidder should have cleared his VAT/CST dues up to 31stDecember 2016 to the Government and service tax dues upto 31st March 2016 respectively.

get VAT clearance from the TAX Officer.

62 17

Point 4.1 :- SOW for SI

Point -g Paragraph 2nd.

SI should have a service centre/authorized store/distributor where faulty devices may be provided by the user for resolution of the fault. In case any SI is not having such facility at the time of submission of the bid, the service centre at all 33 district HQ shall be either be set up or necessary authorization for existing centre may also be done within 5 days of issuance of LoI

Request you to kindly give atleast 30 days time from the date of LOI to set up the Service Centres at all 33 District Centers in place of 5 days from the date of LOI.

Please refer corrigendum

63 49 Point 14 :-

Taxes & Duties. Sub Point a)

The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid by RISL as per prevailing rates.

As GST is coming by 1st July therefore request yout o kindly change or Include GST extra as Applicable.

As per RFP

REPLY TO PRE-BID QUERIES

Page 14 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

64 71

Annexure 2 : Technical

Specification. ITEM No. 1.1

Android based Tablet

Micro USB Connector: - Bidder shall supply micro USB Connector which is compatible with quoted make and model of Tablet. Offered connector should have minimum 3 slots so that Item no. 2, 3, and 4 of BoM may be connected simultaneously with the quoted make and model of Tablet.

Request yout o kindly ask for the Separate CHARGING PORT for the TABLET as it will become difficult to charge the tablet while the Peripherlas are connected and the one has to remove the USB connector for the charging.

Please refer corrigendum

65 71

Annexure 2 : Technical

Specification. ITEM No. 1.1

Android based Tablet

Technical Capability- OEM should have supplied average 10,000 Tablet/Laptop to Government Department /PSUs/PSU Banks in last 3 years from the date of bid submission.

Request you to kindly lower the Supplied Average Quantity.

As per RFP

66 13

3. PRE-QUALIFICATION/ ELIGIBILITY

CRITERIA S.No.-2 : Financial:

Turnover from IT/ ITeS

Average Annual Turnover of the bidder during the last three financial years, i.e., from FY 2013-14 to FY 2015-16 (as per the last published audited balance sheets), should be at least Rs. 30.00 Crore.

Request you to kindly lower the Turnover to the 15 Crore.

Please refer corrigendum

67 We request to accept even integrated tablet with

printer and fingerprint as a single integrated unit. As per RFP, is allowed

68 Other opĕon would be fingerprint and printer in a

singled integrated unit. As per RFP, is allowed

REPLY TO PRE-BID QUERIES

Page 15 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

69 17 Scope of work

(SoW) for SI

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required) RISL shall be partnering with banks in this project. The device being offered should be compatible with 4 partner banks of Rajasthan (list of prominent bank is enclosed in annexure-16. In case the quoted PIN-PAD is not compatible with partner banks than selected bidder will have to customize the PIN-PAD with partner banks

Request RISL to confirm what would be tentative customization? As per our understanding PIN PAD functioning will be same for all bank.

Please refer corrigendum

70 17 Scope of work

(SoW) for SI

Delivery of electronic services other than Digital Payment The digital payment infrastructure, as decided by RISL, so created may also be used for delivering/accessing other G2C, G2G and B2B services. SI alongwith the concerned manufacturer (OEM) shall provide all due support in integration, injection of all such interfaces with supplied hardware.

Request more specific requirement for B2B, G2C,G2G function.

As per RFP

71 71 Annexure: 2 1.1 - Android based Tablet Size = 8 inch, what it means Display or tablet size ? Please refer Corrigendum

REPLY TO PRE-BID QUERIES

Page 16 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

72 MDM Management Server Maintenance and costing will be done

Customer for MDM. As per RFP

73 Micro USB connector Why 3 to 4 connection are required if Bluetooth

option is available in other peripheral? Please refer corrigendum

74 94

Payment Gateway

[Rajasthan Payment Platform]

Presently there are a total of 78 banks being linked to RPP and Direct net banking facility is provided by following banks

As per our understanding from tender, All bank's and E wallets are already integrated with RPP. SI vendor to provide TAB/ POS based solution for integration with RPP. Please confirm.

Please refer RFP and corrigendum

75 93

ANNEXURE-15- ABOUT POS

APPLICATION & PAYMENT GATEWAY

[RAJASTHAN PAYMENT

PLATFORM (RPP)]

· Category of Products · List of Products

Need more Clarification. Are these existing products / This needs to be developed in solution. Need more specific requirement on same.

Not the scope of selected bidder

76 93

ANNEXURE-15- ABOUT POS

APPLICATION & PAYMENT GATEWAY

[RAJASTHAN PAYMENT

PLATFORM (RPP)]

Placing of products according to shelf life

need more Clarification on "Placing of products according to shelf life".

Not the scope of selected bidder

REPLY TO PRE-BID QUERIES

Page 17 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

77 13 3

PRE-QUALIFICATION/ ELIGIBILITY CRITERIA New clause proposed

The bidder should possess valid certificates of: - ISO 9001:2015, - ISO/IEC 20000-1:2011, and - ISO/IEC 27001:2013 This will ensure standardization and quality of the products and services for the project.

As per RFP

78 79 48

Anx 8 8 (c )

END OF SALE / END OF SUPPORT 1) We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-Sale within next 4 years from the date of bid submission. We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-of-Service/ Support within next 4 years from the date of bid submission. 2) The bidder shall not quote and supply and hardware/ software that is likely to be declared as End of Sale in next 1 year and End of Service/ Support for a period of 4 Years from the last date of bid submission. OEMs are required to mention this in the MAF for all the quoted hardware/ software. If any of the hardware/ software is found to be declared as End of Sale/ Service/ Support,

We request the materials supplied should not be end of sale as on the date of supply (not 1 year or 4 year). In case any model is end of sale, vendor will supply the higher version at the same price (there will be no replacement of materials already supplied). Kindly confirm. As IT industry is very dynamic, there may be possibility of roll over models within 1 year. In cases of any such roll overs, vendor will make this available at no additional cost, for all unbilled materials. Request to kindly remove the requirement of "replacement" for any such product roll overs.

As per RFP

REPLY TO PRE-BID QUERIES

Page 18 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

then the bidder shall replace all such hardware/ software with the latest ones having equivalent or higher specifications without any financial obligation to the purchaser.

79 16 4.1 (b)

SCOPE OF WORK (SoW) FOR SI Selected system integrator shall supply the hardware at delivery locations as mentioned in respective work orders and as per details mentioned below:-

Kindly clarify if Scope of SI will include only delivery at end user sites, or will SI need to do any installation/integration at the end user site locations (10000 sites).

Please read clause 4.1 and 4.2 of RFP

80 16 4.1 (a)

SCOPE OF WORK (SoW) FOR SI Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

We assume RISL will conduct the Proof of Concept/Demo and Technical feasibility of the solution and below scope of work during technical evaluation stage. Kindly confirm: - Install and configure the POS application integrated with digital payment Gateway (RPP or bank’s) on the tablets to be supplied for enabling digital payment - All tests to ensure, the digital payments through cards (debit, credit and pre-paid), digital-wallets/ e-wallets, internet banking, unified payments interface (UPI), digital wallets, USSD, banking apps, Bhim, Aadhaar enabled payment system (AEPS) are being successfully performed on the tablet, with all other components. - Pre-load and test any required mobile apps on tablets - test for delivering/accessing other G2C, G2G and B2B services, as mentioned in RFP.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 19 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

81 17 4.1 (g)

SCOPE OF WORK (SoW) FOR SI Set up of FMS/Help-Desk Add and contact details of the district service centre, call centre at state level and toll free no of respective device shall be pasted firmly on the supplied device/Hardware.

We request to remove the requirement of pasting stickers on each of the hardware’s. The service center details can be supplied to the customers separately.

As per RFP

82 17 4.1 (c)

SCOPE OF WORK (SoW) FOR SI Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

Can the Bidder test the compatibility of the device being offered with the 4 partner banks of Rajasthan, and any customization required in the devices, at the bidding stage?

Please refer corrigendum

83 16 4

SCOPE OF WORK (SoW) FOR SI PoS Application integrated with payment gateway [Rajasthan Payment Platform (RPP)] shall be provided by RISL. Tentative description of PoS application & RPP is mentioned in Annexure-15 for reference purpose.

We assume the POS application integration with payment gateway (RPP or bank’s) is already tested by RISL. Kindly confirm.

PoS aplication development is under development stage, However RPP is already functional and many departmental applications are already integrated with RPP.

84

17 4.1 (b)

SCOPE OF WORK (SoW) FOR SI The software development kit (SDK) shall be supplied for all the supplied hardware.

Kindly clarify on below requirement: "The software development kit (SDK) shall be supplied for all the supplied hardware."

Yes

85 19 4.2

BRANDING Prototype of the branding shall be finalized within 7 days of issuance of LoI.

We request that the Prototype of the branding (embossing/pasting logo, tagline etc.) should be completed before release of LOI, to avoid any delays in the execution of the project.

As per RFP

REPLY TO PRE-BID QUERIES

Page 20 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

86 21 4.3

SLA FOR DELIVERY 1) Successful supply of all the hardware and requirements as per work order. - Quantity to be delivered (As a % of quantity of ordered item in work order) 21% within T1=T0+21 - Quantity to be delivered (As a % of quantity of ordered item in work order) 50% within T1=T0+30 - Quantity to be delivered (As a % of quantity of ordered item in work order) 100% within T1=T0+45 2) Delivery report (including Delivery Challan) for all the items signed by the designated district level officer of RISL.. Note: Successful completion of delivery will be considered if no adverse report is received by user within 15 days of receipt of delivery

Considering the large number of materials involved, and multiple locations, we request for an extension of delivery period to 90 days from date of receipt of technically and commercially clean Purchase Order.

As per RFP

87 17 4.1 (g)

RESOURCES The selected system integrator shall deploy 1 managerial and 3 technical cum training resource for providing help desk support within 10 days from the date of

We request below amendment: "The selected system integrator shall deploy 1 managerial and 3 technical cum training resource for providing help desk support within 30 10 days from the date of issuance of supply Order for the manpower."

As per RFP

REPLY TO PRE-BID QUERIES

Page 21 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

issuance of supply Order for the manpower.

88 17 4.1 (g)

SERVICE CENTER OPENING SI should have a service centre/authorized store/distributor where faulty devices may be provided by the user for resolution of the fault. In case any SI is not having such facility at the time of submission of the bid, the service centre at all 33 district HQ shall be either be set up or necessary authorization for existing centre may also be done within 5 days of issuance of LoI.

We request below amendment: "SI should have a service centre/authorized store/distributor where faulty devices may be provided by the user for resolution of the fault. In case any SI is not having such facility at the time of submission of the bid, the service centre at all 33 district HQ shall be either be set up or necessary authorization for existing centre may also be done within 60 5 days of issuance of LoI."

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 22 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

89 18 4.1

WARRANTY SUPPORT 1) A complinat/issue should be attended by telephone/remote access within 48 hours of its register and SI should maintain/record the resolution status/report on successful resolution of the comliant/issue. If it is not possible to resolve the call over telephone/remote access within 2 days by FMS/Helpdesk than user shall made available the faulty device to the service center/authorised store or any other location at district HQ as decided by SI. Either compliant shall be resolved across the counter/service centre itself in case device needs to ebretained than a acknowledgement shall be provided to the user with time stamping on the receipt and the compliant shall be resolved withing 3 days by the service centre. Resolution of the compliant shall be udated in the system by the service centre. In any case a device should be made functional within 5 days

We assume that the warranty (for repair/replacement of faulty devices) will be carry-in to nearest service center (not onsite). Kindly confirm.

Yes, at district level

REPLY TO PRE-BID QUERIES

Page 23 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

and if it is not done than spare device/buffer device shall be replaced by the service centre to made it functional. Post 5 days of call log SLA/penalty shall be applicable. 2) In case FMS/Helpdesk is unable to resolve the complaint over phone/video conference, immediate replacement of faulty device shall be done. If there are 3 call logs in a quarter the device shall be replaced and authorized representative of RISL at district alongwith SI representative shall perform root cause analysis and SI shall take necessary remedial measures. However, if joint team conclude that device is working fine than the necessary capacity building/training of user shall be undertaken. A non-repairable device it shall be replaced immediately from buffer stock.

90 19 (b)

VISIT OF ENGINEER Based on the request from the device user, the deployed resource should also arrange for personal visit of the S.I.s engineer to the device location at district

Kindly clarify if the engineer needs to visit onsite (device locations) or only the District Collectorate office, in below cases? "Based on the request from the device user, the deployed resource should also arrange for personal visit of the S.I.s engineer to the device location at

District Collectorate office

REPLY TO PRE-BID QUERIES

Page 24 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

HQ (within desired/ stipulated time) for assisting the device user in operating the device, and troubleshooting and rectification device/ device application. The engineer visiting the device location should assist the device user in all kind of device support activities including but not limited to the following tasks: Note: - *Complaints shall be registered by the users at centralised compliant registration portal of UID cell. The turnaround time (TAT) for resolution of complaints shall be monitored through this portal for SLA monitoring. User ID and password along with role based access shall be provided to successful bidder for monitoring of complaints and for providing its resolutions. Personal visit of the engineer(s) (within desired/ stipulated time) for assisting the device user in operating the device, and troubleshooting and rectification device shall be provided at District Collectorate office for which no TA/DA shall

district HQ (within desired/ stipulated time) for assisting the device user in operating the device, and troubleshooting and rectification device/ device application."

REPLY TO PRE-BID QUERIES

Page 25 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

be provided by purchaser.

91 67 2

PENALTY DURING WARRANTY PERIOD 1) Not-attending the complaint/issue remotely/ telephonically within 48 hours of its reporting. Penalty @ Rs. 200/day per complaint. 2) If compliant can’t be resolved remotely/telephonically and device is provided to service centre/designated place in district. - Resolution of complaint at the counter of the service centre in district - No penalty - If compliant is not resolved at counter than replacing the faulty device/tem with spare or buffer stock - No penalty - If buffer is not maintained and faulty device is not replaced from buffer - Rs 200/day/device for 3 days After that as per point- 4 - Non resolution of compliant within 3 days of providing device to the service centre - Rs

1) At the service center, no Penalty should be imposed if the machine is repaired/replaced within 3 days. The penalty of Rs. 200 /day/device to be applicable after 3 days till 5 days, beyond which Penalty of Rs 500/day/device (after 5 days) will be applicable. Request your confirmation. 2) We request that no penalty be deducted for any single day absence, upto maximum of 3 days in a month. 3) We request that the replacement of resource to be done by vendor, for 10 consecutive days of absence, without prior approval. 4) We request to limit the maximum penalty in a quarter to 10% of the total quarterly payable amount. Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 26 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

500/day/device (after 3 days) 3) Managerial & Technical manpower. An amount equal to per day payout/salary shall be imposed as penalty for each absent. No salary shall be paid for the absent day. On 5 consecutive absent without approval resource shall be replaced and a penalty of Rs 10,000/- shall be imposed for such replacement. 4) Total penalty in aquarter shall not exceed 20% of the total quarterly payable amount. In case total penalty reaches 20% of the total quarterly payable amount, purchaser can initiate the process for termination of the Rate Contract &forfeiture of Performance Security Deposit.

92 56 27

LIQUIDATED DAMAGES 1) In case of extension in the delivery and/ or installation period/ completion period with liquidated damages, the recovery shall be made on the basis of following percentages of value of stores/ works which supplier has failed to supply/ install/ complete: -

We understand the LD will be calculated on the value of undelivered goods/services. Kindly confirm.

as per RFP

REPLY TO PRE-BID QUERIES

Page 27 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

- Delay up to one fourth period of the prescribed delivery period, successful installation & completion of work: 2.5% - Delay exceeding one fourth but not exceeding half of the prescribed delivery period, successful installation & completion of work: 5.0% - Delay exceeding half but not exceeding three fourth of the prescribed delivery period, successful installation & completion of work: 7.5% - Delay exceeding three fourth of the prescribed delivery period, successful installation & completion of work: 10.0% The maximum amount of agreed liquidated damages shall be 10%. *The percentage refers to the payment due for the associated works/ goods/ service.

93 21 67

4.3 7

PAYMENT TERMS Milestone: * 88% of respective work order value upon submission of all deliverables - Successful supply of all the hardware and requirements as per work order.

1) We request for 100% payment to be released on successful supply of the hardware, against submission of additional 5% PBG valid for the warranty period. Request your confirmation. 2) We understand that the bill submission will be at a central location in RISL Jaipur, and payment release will be done from a single central location. Kindly

Please refer Corrigendum

REPLY TO PRE-BID QUERIES

Page 28 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

- Delivery report (including Delivery Challan) for all the items signed by the designated district level officer of RISL. Note: Successful completion of delivery will be considered if no adverse report is received by user within 15 days of receipt of delivery. * 12% - Quarterly payment of Balance amount of respective work order value (12%) equally divided across each quarter, over Warranty/FMS period of 36 months. - Quarterly reports [On calls logged, resolved & other parameters] in specified format provided by purchaser & signed by the designated officer of RISL. - Attendance report of the deployed resource Period: Due payments shall be made promptly by the purchaser, after submission of an invoice or request for payment by the supplier/ selected bidder.

confirm. 3) Payment period is not specified. We propose that RSIL will pay all invoiced amounts within thirty (30) days of submission of Invoice along with supporting documents. Kindly give your acceptance.

94 53 23, 24 SAMPLE Samples

Kindly clarify if Bidder is required to submit any Samples, with bid, or any other stage. Please provide details of any tests required.

May be asked by the purchaser

REPLY TO PRE-BID QUERIES

Page 29 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

95 61 35

PRICE FALL CLAUSE 1) The prices under rate contract shall be subject to price fall clause. Price fall clause is a price safety mechanism in rate contracts and it provides that if the rate contract holder quotes / reduces its price to render similar goods, works or services at a price lower than the rate contract price to anyone in the State at any time during the currency of the rate contract, the rate contract price shall be automatically reduced with effect from the date of reducing or quoting lower price, for all delivery of the subject matter of procurement under that rate contract and the rate contract shall be amended accordingly. The firms holding parallel rate contracts shall also be given opportunity to reduce their price by notifying them the reduced price giving those fifteen (15) days time to intimate their acceptance to the revised price. 2) Similarly, if a parallel rate contract holding firm reduces its

We request to remove this clause, as this is a unique opportunity and prices given under this tender cannot be compared to prices given elsewhere with its own unique deliverables, and terms & conditions. Kindly confirm.

As per RFP

REPLY TO PRE-BID QUERIES

Page 30 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

price during currency of the rate contract, its reduced price shall be conveyed to other parallel rate contract holding firms and the original rate contract holding firm for corresponding reduction in their prices. If any rate contract holding firm does not agree to the reduced price, further transaction with it, shall not be conducted.

96 76 Anx - 5

SELF DECLARATION c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT. e) does not have any debarment by any other procuring entity

No period is specified for this declaration. We understand this declaration will be for the status as on bid submission date. Kindly confirm.

Yes

97 60 34 (a), (b)

Termination for Default Termination for Insolvency

In case of termination for Default or Insolvency, we request that an appropriate provision be inserted in the T&C's that the Vendor shall be paid for all products delivered / services rendered up to the effective date of termination.

As per RFP

98 71 Anx-2 , Item

1.1

1.0 GHz 64bit Quad-Core 1 GHz is an outdated config, we suggest to keep minimum 1.2 GHz and above. As per RFP

REPLY TO PRE-BID QUERIES

Page 31 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

99 71 Anx-2 , Item

1.1

Android 5.0 or latest We would recommend to keep minimum Android 6.0 and above to ensure there are no compatibility issues for older platforms

As per RFP

100 71 Anx-2 , Item

1.1

1024 x 768 We recommend a better resolution of 1280 x 800 for better viewing options and better clarity for effective usage

As per RFP

101 71 Anx-2 , Item

1.1

350 nits We recommend a better brightness of 400 nits typical, to ensure the screen is viewable in any type of ambient light conditions, without hampering the productivity

As per RFP

102 71 Anx-2 , Item

1.1

Minimum Lion 4200 mAh Please increase to 5000 mAH to be sure of day long battery life, Tablets consume a significant amount of battery with the advent of 4G connectivity. Also, with the current external devices being connected through Bluetooth, it would consume even more battery life and the core concern remains the battery backup. 5000 mAH battery would ensure that the battery backup is sufficient enough to meet the usage requirements and would continue giving long battery backup for 3 years

As per RFP

103 71 Anx-2 , Item

1.1

BIS, ROHS, FCC & CE We recommend to have Energy Star, UL, SAR, EMC and Low Halogen (for the tab), GPS. It is critical to use GREEN products which conform to the environmental standards. Also, it is very critical to control the radiations emitted from the device and higher the radiations, higher the health hazards associated with it. These certifications ensure that the device used conforms to the above mentioned controls

As per RFP

REPLY TO PRE-BID QUERIES

Page 32 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

104 71 Anx-2 , Item

1.1

Micro USB Connector Micro-USB hub or connectors is not a recommended solution, we can suggest following options: 1) We can supply a Bluetooth based Biometric+Thermal Printer and a micro-USB based PIN PAD device, which eliminates need of this micro USB connector. 2) We can supply an integrated device which has an inbuilt biometric fingerprint sensor and thermal printer along with tablet.

Please refer corrigendum

105 72 Anx-2 , Item

1.2

Minimum Platen Area, Optical/multispectral/capacitance technology 1. If platen area is 15.24 mm x 20.32 mm or more:

We suggest to change to 16 x 18 as per UIDAI specification

As per UIDAI and STQC specification and a valid STQC certification of quoted make and model as on date.

106 72 Anx-2 , Item

1.2

Image quality STQC certificate is the standard being set by Gov of India. Request to keep only STQC as requirement and not FBI.

As per UIDAI and STQC specification and a valid STQC certification of quoted make and model as on date.

107 72 Anx-2 , Item

1.2

Registered Public device Level UIDAI has set standards to be compliant with either Level 0 OR level 1. Request you to amend to either levelo 0 or level 1 complaince

Please refer corrigendum

108 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

The SDK shall be provided by the Pin-Pad vendor. Can it be specified with what applications the SDK needs to integrate with? Also would this be an API or Web-Services based integration?

Pin-Pad and SFP Integration with Tablet and banking applications. It can be API as well as web services.

REPLY TO PRE-BID QUERIES

Page 33 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

109 17 4.1 c)

Customization of Pin-Pad and Single finger print (SFP) authentication device (If required)

The Banks certify the PIN-PAD device with multiple Payment Network operators such as VISA, MASTERCARD and RUPAY etc. This is not a customization exercise, but rather a certification exercise. Can the terminology be suitable changed?

Please refer corrigendum

110 16 4.1 a)

Installation and Configuration of POS applications (Inventory andPayment) on Tablets to be supplied.

For transaction processing, how will the transaction processing fee be accounted for? Convenience fee charged to customer / merchant will bear the same?

Please refer corrigendum

111 16 4.1 a)

Installation and Configuration of POS applications (Inventory andPayment) on Tablets to be supplied.

The Bank Portal / Rajasthan Payment portal (RPP) would currently be used for Card Not Present Transactions. Using the Pin-Pad hardware alone, the Card Present Transactions would not get enabled. Is there are requirement for a card present payment platform to integrate with RPP / Bank Portal for this purpose?

Please refer corrigendum

112 16 4.1 a)

Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

Is the vendor supposed to propose a Card Present payment platform along with the Pin-Pad device? If so, does the platform need to cater to card related EMIs that are offered by card issuance agancies / banks

Please refer corrigendum

113 16 4.1 a)

Installation and Configuration of POS applications (Inventory and Payment) on Tablets to be supplied.

Does the vendor supplied unified payment platform that will integrate with RPP / Bank application need to support universal payment acceptance such as cash, cards, wallets, UPI, QR etc?

Please refer corrigendum

114 17 4.1 f)

Branding of the suplied Hardware The Department desires branding of the hardware to further its recall to citizens. Would the department also need similar branding on the e-charge slips that are generated via smart charge-slips?

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 34 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

115 73 Annexure 2)

Item1.3

Technical Specifications of Pin-Pad

Various modes of Pin-Pads are available in the market. Since, this is a financial services related product, there is an increased need for security. Is there are a preference for a Make in India product for Pin-Pads?

As per RFP

116 Genral query

Hardware sDK integration in the Billing App.

The SDK of final hardware including Biometric, thermal printer and Pin-Pad will have to be integrated in the Billing App which will be used on the tablet by merchant. Request clarity on who is working on the App and process of testing hardware with the billing App.

App is being developed by RISL, testing shall be done later

117 70

ANNEXURE-1: BILL OF MATERIAL (BoM) 1. UIDAI and STQC Certified Single finger print authentication device - 10000

L0 & L1 wont be common devices and nor L0 device can upgrade to L1 because of hardware changes at controller / circuits level. Seperate BoM is advisable for L0 and L1 device

As per RFP

118 73

ANNEXURE-2: TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.2- UIDAI and STQC Certified Single finger print authentication device Registered Public device Level - Level 1 and upgradable to latest technical parameters as notified by UIDAI from time to time.

Public device should be competible and can be upgrade to L0 devices, and new single fingerprint sensors hardware would be for L1 level device. Seperate device for L0 upgradable and L1 device to be quoted along with technical datahseet

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 35 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

119 73

ANNEXURE-2: TECHNICAL SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATIONS Item No. 1.2- UIDAI and STQC Certified Single finger print authentication device SDKs - Android, Java, dot net, iOS, Windows, Linux

SDKs - Android, Java, dot net, Windows, Linux

Please refer corrigendum

120 9

1. Invitation for Bid (IFB) &

Notice Inviting Bid (NIB)/ Bid Security and

Mode of Payment

Amount (INR): 30 Lacs, 7.5 Lacs for S.S.I. of Rajasthan, 15 Lacs for Sick Industries, other than S.S.I., whose cases are pending with Board of Industrial & Financial Reconstruction.

In order to allow more participation in the tendering process and to promote start up firms, DGS&D has adopted a policy of not requiring any bid security from the bidders in their tenders on GeM portal. We request the Department to kindly don’t require the bid security or ask for bid security equal to 2% of Rs. 15 crore up to a maximum of 5,00,000 which is the case followed by most of the PSUs in India to allow more participation.

As per RFP

121 13

3. Pre-Qualification/

Eligibility Criteria/1)/2.

Financial Turnover

Average Annual Turnover of the bidder during the last three financial years, i.e., from FY 2013-14 to FY 2015-16 (as per the last published audited balance sheets), should be at least Rs. 30.00 Crore.

Since the total project cost is expected to be Rs. 15.00 crore, thus we request the Department to kindly reduce the Average Annual Turnover requirement of the bidder during the last three financial years, i.e., from FY 2013-14 to FY 2015-16 to Rs. 15.00 crore to allow more participation.

Please refer corrigendum

122 17 Comprehensive

Warranty

The selected system integrator shall provide comprehensive warranty for a period of 36 months for all the hardware supplied.

The standard warranty provided by the OEM is carry in warranty for 1 year on the main product, i.e., tablet/pin pad/biometric device/thermal printer and 6 months on the accessories. We would suggest the Department to kindly require warranty for an additional one year, thus making it a total of 2 years of

As per RFP

REPLY TO PRE-BID QUERIES

Page 36 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

carry in warranty on all the hardware supplied (including accessories). This would also reduce the overall cost of the project.

123 17 g) Set up of

FMS/Help-Desk

SI should have a service centre/authorized store/ distributor where faulty devices may be provided by the user for resolution of the fault. In case any SI is not having such facility at the time of submission of the bid, the service centre at all 33 district HQ shall be either be set up or necessary authorization for existing centre may also be done within 5 days of issuance of LoI.

In case any SI is not having such facility at the time of submission of the bid, the service centre at all 33 district HQ shall be either be set up or necessary authorization for existing centre may also be done before the commencement of supplies. An undertaking regarding the same should be given during the time of bid submission.

Please refer corrigendum

124 21

4.3 Project Deliverables, Milestones &

Time Schedule and Payment Terms (Non-

Banking Entity)

Payment Terms Since the Department is already taking a performance security equal to 5% of the total project value from the bidder, so Quarterly payment of Balance amount of respective work order value (12%) equally divided across each quarter will make it withholding 17% of the total payment. We thus request the Department to also release the balance 12% payment along with the 88% at the time of successful delivery. In case, the Department still needs to withhold some amount for FMS, we request that please keep it in the range of 2-3% of the total project value, otherwise a huge working capital of the supplier would be blocked.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 37 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

125 47

4) Joint Venture,

Consortium or Association

Consortium, Joint venture is not allowed in this RFP.

We request the Department to kindly allow Consortium/Joint Venture to get more no. of participants. More no. of partners may also help in the effective implementation of the project.

Please refer corrigendum

126 48 9) Delivery & Installation

c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the ordered materials/ system as per specifications within the specified delivery/ completion period at various departments and/ or their offices/ locations mentioned in the PO/ WO.

We request the Department to kindly consider the delivery of all the hardware items at one centralized location. This would help in the smooth execution of the project and would reduce the overall cost of the project. As per RFP

127 56

27) Extension in Delivery Period and Liquidated

Damages (d)

We request the Department to kindly relax the liquidated damages as:

As per RFP

128 82

Annexure-11: Financial Bid

Format/ Column No. 4

Per Unit Price (in INR) for Item No. 1 to 4 (inclusive of all taxes, levies and duties applicable including CST but excluding RVAT

Since GST is expected to come into force from July, 2017. Thus, we request the Department to kindly ask for the per unit price (in INR) for Item No. 1 to 4 exclusive of all taxes, levies and duties applicable

As per RFP

REPLY TO PRE-BID QUERIES

Page 38 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

& Service Tax and monthly rate of resource for Item No. 5 to 6 including all taxes levies & duties excluding service tax.

including CST, RVAT and service tax. The taxes would have to be paid at the prevailing rates at the time of supplies.

129

Page 47Point no. 4Joint Venture,

Consortium or Association

Joint Venture, Consortium or Association Consortium, Joint venture is not allowed in this RFP.

We request you to please allow consortium to bid for this tender

Please refer corrigendum

130

Page 13 PRE-

QUALIFICATION/ ELIGIBILITY

CRITERIA

Financial Turnover : Average Annual Turnover of the bidder during the last three financial years, i.e., from FY 2013-14 to FY 2015-16 (as per the last published audited balance sheets), should be at least Rs. 30.00 Crore.

We request you to please chaneg the average annual turnover of the bidder during last three financial years to be at-leats Rs. 25.00 Crores

Please refer corrigendum

131

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S

Item No. 1.1- Android based Tablet Certification- BIS, ROHS, FCC & CE Looking

Please remove BIS certification for Tablets as given in Technical Specification for android based Tablets as BIS certification is not possible for each and every tablet as it takes 7-8 months for its certification.

As per RFP

132 73 Annexure 2

Item 1.4

Battrey - Minimum 1300 MAH Li Ion

It Is OEM specific. Request you to please make it Minimum 1200 MAH Li Ion Please refer corrigendum

133 74 Annexure 2

Item 1.4

USB - Micro USB enabled Micro term is for tablets. It suggested to make it Mini USB enabled As per RFP

REPLY TO PRE-BID QUERIES

Page 39 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

134 BIS Certificate It is suggested to ask BIS certificate to get qualkity

assurance and to avoide local / chinese brands As per RFP

135 Warranty support It is suggested to ask service support details accorss

rajasthan As per RFP

136 Single toll free It is suggested to ask single toll free no for service call

log Please refer corrigendum

137 Onsite Warranty It is suggested to ask onsite warranty support at

divisional HQ for tharmal printers As per RFP

138 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - ROM

16 GB, Micro SD Slot Expandable upto 64 GB

Request you to please increase minimum SD card support of 128GB or above so that more content can be stored in SD card. More SD card support will be helpful to the department.

As per RFP

139 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - Toll

Free Number

Dedicated Toll Free telephone based service support

As devices will be deployed in field and will be used beyond office hours by users, we suggest that toll free service support should be available for 24x7 and should have skilled & Trained Specialists for managing: •Technical & Service Queries •On-line support through Remote Access of Customer’s device •Complaint Registration This will ensure better user experience for critical applications.

As per RFP

REPLY TO PRE-BID QUERIES

Page 40 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

140 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - MDM

Platform

OEM shall provide Mobile device management (MDM) Platform:- · Whitelisting/blacklisting of applications. · Should have admin portal to manage tablet remotely. · Policies to enable/disable wifi/camera. · Install/upgrade applications remotely. · Creation of closed environment for use of specific purposes like financial transactions.

For better manageability and control of device, we request department to consider only OEM owned MDM for tigher integration and single window support for software and hardware platform. This will ensure that there is accountability for the platform performance.

Please refer corrigendum

141 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - MDM

Platform

OEM shall provide Mobile device management (MDM) Platform:- · Whitelisting/blacklisting of applications. · Should have admin portal to manage tablet remotely. · Policies to enable/disable wifi/camera. · Install/upgrade applications remotely. · Creation of closed environment for use of specific purposes like financial transactions.

Request you to please confirm if cloud based as well as on-premise platforms can be considered. In case on-prem MDM is required, hardware and software requirements need to be provided by department. Also confirm on duration of MDM licenses - are they required for 1 year or 3 years.

Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 41 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

142 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - MDM Platform - SDK

SDKs should have capability to prevent user to change wallpapers set by department.

Based on our experiences with various government projects, we request department to consider following SDK capabilties also as minimum pre-requisite to ensure that tablets can be used optimally - (1) Creation of closed environment for enterprise work (Kiosk Mode) means it would only be used for a specific purpose of financial transactions. This ensures that users are not able to install keyloggers/ root the device to compromise biometric data. (2) Prevent factory reset on the devices which makes the device secure. (3) White list & blacklist desired App as desired by the department which makes sure the optimum usage of device. Department should be able to integrate these SDKs in their application at a later date to achieve functionality provided by MDM platform. This will ensure that MDM license cost is optimised. SDK API details should be provided during bid submission. A prototype demo app can also be delivered during evaluation phase. Note- Device will not be rooted to deliver this functionality

As per RFP

REPLY TO PRE-BID QUERIES

Page 42 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

143 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - Micro USB Connector

Bidder shall supply micro USB Connector which is compatible with quoted make and model of Tablet. Offered connector should have minimum 3 slots so that Item no. 2, 3, and 4 of BoM may be connected simultaneously with the quoted make and model of Tablet.

Request you to please consider request for BT based accessories also. The kit should be able to provide requisite functionality and not dependent on USB connectors. If bidder can provide printer, FP reader and pinpad which work on BT, same should be considered for evaluation. Please refer corrigendum

144 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - Weight

Weight of tablet To ensure that solution is portable and ease of use, we request that department should consider maximum 400gms weight for the device.

As per RFP

REPLY TO PRE-BID QUERIES

Page 43 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

145 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - Service

support

Service support As the devices will be deployed all across Rajasthan, post sales support is very critical. We request department that OEMs should have Dedicated service support network present in each district of Rajasthan to ensure smooth service delivery and good buying experience of users. Identification of Government Customers at Service locations through IMEI numbers – No need to carry physical copy of bill. Minimum 40 OEM controlled Service center across state.

As per RFP

146 Pg 71

ANNEXURE-2: TECHNICAL

SPECIFICATIONS/FUNCTIONAL REQUIREMENT SPECIFICATION

S Item No. 1.1-

Android based Tablet - R&D

support

R&D support To ensure better integration and technical support from OEM, we request department to only consider device OEM who have R&D support available in North India to support any device application level issues which may need extended support. OEM's R&D support team need to work with application vendor to help diagnose and fix issues on best effort basis.

As per RFP

147 Page

No: 73

TECHNICAL SPECIFICATION

S

Item No. 1.3 – Pin Pad Kindly mandate that like all other devices, Pin pad device should also be BIS certified as on the date of RFP submission.

As per RFP

148 Page

No: 73

TECHNICAL SPECIFICATION

S

Item No. 1.3 – Pin Pad Kindly mandate that Pin pad should provide MicroUSB/USB and Bluetooth connectivity. As per RFP

REPLY TO PRE-BID QUERIES

Page 44 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

149 Page

No: 73

TECHNICAL SPECIFICATION

S

Item No. 1.3 – Pin Pad Kindly mandate that Pin pad should have built-in rechargeable battery of minimum 250 mAH. Consequently, Pin pad shall not consume the battery from tablet that will improve the overall working hour for kit.

As per RFP

150 Page

No: 14

PRE-QUALIFICATION/ ELIGIBILITY

CRITERIA

Pin Pad (Item no. 1.3) certification as mentioned below:- o PCI- PED/PTS certification

Kindly mandate that Pin pad should have the latest security certification PCI-PED/PTS 4.0.

As per RFP

151 Page

No: 73

TECHNICAL SPECIFICATION

S

Item No. 1.3 – Pin Pad-General As per scope of work, digital payment infrastructure to be used at merchant store/eMitra to perform digital payments through cards. Therefore, the device should have capability to accept Chip and PIN card. The bidder should also provide SDK for Rupay Chip and PIN card to integrate with payment application provide by RISL.

EMV capability is already part of tech. specifications

152 Page

No: 73

TECHNICAL SPECIFICATION

S

Item No. 1.3 – Pin Pad As per scope of work, digital payment infrastructure to be used at merchant store/eMitra points across Rajasthan. Therefore to have better mobility, Pin pad should be Light weight and compact and should not weight more than 100 grams

As per RFP

153 Page

No: 73

ANNEXURE-2: TECHNICAL

SPECIFICATIONS

Item No. 1.2- UIDAI and STQC Certified Single finger print authentication device SDKs: Android, Java, Dot net, iOS, Windows, Linux

Single finger print authentication device shall be used along with Android Tablet. Kindly remove the requirement for IOS SDK. Please refer corrigendum

REPLY TO PRE-BID QUERIES

Page 45 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

154 Page

No: 73

ANNEXURE-2: TECHNICAL

SPECIFICATIONS

Item No. 1.2- UIDAI and STQC Certified Single finger print authentication device

The biometric devices should be able to reject fake/counterfeit fingerprint including those made with latex, Plasticine, Paper, Rubber.

As per RFP and in compliance to UIDAI guidelines

155 Page

No: 73

ANNEXURE-2: TECHNICAL

SPECIFICATIONS

Item No. 1.2- UIDAI and STQC Certified Single finger print authentication device

As clarified in pre bid meeting, RISL shall be using the biometric device with mobile/tablets. We suggest the biometric device should be able to connect to mobile/tablets Micro USB port directly without any additional adapter/connector.

As per RFP

156 Page

No: 21

4.3 Project Deliverables, Milestones &

Time Schedule and Payment Terms (Non-

Banking Entity)

Payment Schedule-After submission of deliverable for respective work order. • Quarterly payment of Balance amount of respective work order value (12%) equally divided across each quarter. work order value (12%) equally divided across each quarter.

We request the department to release the balance 12% of the payment against the Performance Bank Guarantee applicable for the period of Contract.

Please refer corrigendum

157 Page

No: 49 14) Taxes &

Duties

For goods supplied from within India, the successful/ selected bidder shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

As per commercial format, bidder has to quote charges inclusive of (inclusive of all taxes, levies, and duties applicable including CST but excluding RVAT .However, if GST gets implemented the entire tax structure is likely to change. Therefore, we would request the department to implement the change in the agreed price of the Rate Contract as per the revised tax structure.

As per RFP

158 Page

No: 52

Rule No: 20 Insurance

under point a)

The goods will be delivered at the destination godown in perfect condition. The Goods supplied

Insurance companies do not consider conditions like flood, loss due to weather exposure, etc in their agreement. Request you to kindly modify the same.

This clause is for supply purpose.

REPLY TO PRE-BID QUERIES

Page 46 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

under the Contract shall be fully insured against loss by theft, destruction or damage incidental to manufacture or acquisition, transportation, storage, fire, flood, under exposure to weather and delivery at the designated project locations, in accordance with the applicable terms. The insurance charges will be borne by the supplier and Purchaser will not be required to pay such charges if incurred.

159 73 Item No. 1.4

Thermal Printer

2 Inch thermal print technology Printer Should support both 3" & 2 " Print Technology, which makes it flexible for any present and future applications.

As per RFP

160 73 Item No. 1.4

Thermal Printer

No Mention of Technical details of printer to judge the performance

Processor & Memory should be a part of this being key factor on processing the data for Faster Printing output.

As per RFP

161 73 Item No. 1.4

Thermal Printer

No mention on rigidity and durability of product which is most important in Mobility Segment

Min 4ft drop to concrete with IP42 rating.

As per RFP

162 17 4.1 Scope of

work (SoW) for SI. B

Comprehensive Warranty Comprehensive Warranty for Printer for Three Years should include Print Head as it's a main expense in Direct Thermal Technology.

As per RFP, All the items in the RFP have been asked for minimum 3 years, no need to specify separately for each component of item again and again.

REPLY TO PRE-BID QUERIES

Page 47 of 47

S.No RFP

Page No.

RFP Rule No. Rule Details Query /Suggestion / Clarification Reply to Query

163 Cost of Product It's on a very lower side as at this price only Chinese

products are available without any support. As per RFP

164

Indicator User friendly, to get indication of . Error Status Indicator, Bluetooth Indicator, Charge Indicator Battery Status Indicator

As per RFP

165 Software development Kit SDK: Windows Mobile 5.0 (or later), BlackBerry, Apple

iOS, Android As per RFP

166

Agency approvals Certified by TUV, FCC part 15 class A/19.2.2, ESD Class 2 per IEC 61000- 4-2, EN60950-1: Safety Standard, India WPC and BIS certified

As per RFP

167 Electrical Removable battery: Li-Ion 1100 mAh As per RFP

168 Memory 8 MB Flash/16 MB SDRAM As per RFP

169 13 4

Technical capability: the bidder must have successfully completed project of supply of IT hardware including FMS/operation maintainence and support not less than the amount during the last three years (from the last date of bid submission) as per below criteria:- One (1) project not less than the amount Rs. 10.0 crores OR two (2) projects of cumulative value of more than 15.0 crores.

1. Consortium order should be considered 2. Total value of consotium purchase order should be consider Consortium order will be

considered provided that work order/consortium agreement describes the roles and responsibilities and proof of payment received is submitted by submitting bank account details.