RFP CBITS Final
RFP CBITS Final
DOCKET
INR 5000
[Type text]
2
Glossary
5 CD Compact Disc
7 CS Computer Science
8 CV Curriculum Vitae
10 DD Demand Draft
13 DR Disaster Recovery
23 IP Implementation Partner
24 IT Information Technology
25 LD Liquidated Damages
[Type text]
4
44 SI System Integrator
Version 1.0
6
The bidders should be provided with this Fact Sheet comprising of important factual data
on the tender.
S. No. Particular Details
8. Date and time for opening of Commercial bids Will be intimated later
<Section 2.5.4.2> RFP can be Collected from the following address on or before last date and
time of RFP submission :Name:-Mr. R.K.Narang
Designation:- Dy. CEO Mission
Address:-State Urban Development Agency, 4th floor, D-
Block Indravati Bhavan, Naya Raipur Pin 492002
Phone Nos. :-0771-2222402
Fax Nos. :-0771-2222409
email id :-suda.mission@gmail.com
by paying the document Fee of Rs. 5000 by Demand Draft in favour of
Chief Executive Officer, State Urban Development Agency
Chhattisgarh, Raipur and payable at Raipur from any of the
scheduled commercial bank
OR
Downloaded from http://www.uad.cg.gov.in. However in this case, the
bidders are required to submit the tender cost in the form of a demand
draft (details mentioned in above para) along with the Proposal.
7
<Section 2.5.4.3> Earnest Money Deposit of amount Rs.20.00 Lacs (Twenty Lacs only) by
Demand Draft in favour of CEO, State Urban Development Agency
Chhattisgarh and payable at Raipur from any of the nationalized
Scheduled commercial Bank
OR
Bank Guarantee as mentioned in Appendix I- Form 3
<Section 2.5.3> A pre-Bid meeting will be held on above indicate date, time in below
indicated venue
The name, address, and telephone numbers of the Nodal Officer is:
Name:-Mr. R.K.Narang
Designation:- Dy. CEO Mission
Address:-State Urban Development Agency, 4th floor
,D-Block Indravati Bhavan, Naya Raipur Pin 492002
Phone Nos. :-0771-2222405
Fax Nos. :-0771-2222409
email id :-suda.mission@gmail.com
All the queries should be received on or before above indicate date, time,
either through fax or email Only.
Addendum/ Bidders are advised to visit departmental website on a regular basis as Any
Amendment/ Addendum/ Amendment/ Corrigendum will be published ONLY in
Corrigendum departmental website http://www.uad.cg.gov.in
<Section 2.16> The Nodal Agency/Department envisages any downstream work: yes.
<Section 2.5.7.2> Proposals must remain valid 180 Days after the submission date,
<Section 2.5.5> Proposals must be submitted no later than the following date and time:
Above indicated last date and time of RFP submission.
queries or For any queries or clarification on RFP, bidders can contact:
clarification
1. Dr. Nitesh Sharma 2. Surender Mriga
IT Officer SUDA SUDA
9584891234 9407762007
8
Sealed tenders are invited from eligible, reputed, qualified IT Firms with sound technical
and financial capabilities for design, development, implementation and maintenance of an end to
end IT solution along with the establishment and operation of related outsourced process
operating units as detailed out in the Scope of Work under Section 2.7 of this RFP Document.
This invitation to bid is open to all Bidders meeting the minimum eligibility criteria as mentioned in
Section 2.6.1 of this RFP Document.
ii. Functional and Technical Requirements of the project. The contents of the document
broadly cover the following areas:
a. About the project and its objectives
b. Scope of work for the Implementation Partner
c. Functional and Technical requirements
d. Project Schedule
e. Service levels for the implementation partner
The bidder is expected to respond to the requirements as completely and in as much
relevant detail as possible, and focus on demonstrating bidder’s suitability to
become the implementation partner of SUDA.
iii. Master Service Agreement (MSA), Service Level Agreement (SLA) and Non
Disclosure Agreement (NDA).(provided separately in Annexure I)
The bidders are expected to examine all instructions, forms, terms, Project requirements and
other information in the RFP documents. Failure to furnish all information required as
mentioned in the RFP documents or submission of a proposal not substantially responsive to the
RFP documents in every respect will be at the Bidder's risk and may result in rejection of the
proposal.
10
a) SUDA invites responses (“Tenders”) to this Request for Proposals (“RFP”) from Systems
Implementation Agencies/Partners (“Bidders”) for the provision of < Selection of System
Integrator and Turnkey Solution and Service Provider for CBITS> as described in
Section 2.8 of this RFP, “Scope of Work” (“the System Implementations/Turnkey
Solutions”).
b) Any contract that may result from this Government procurement competition will be issued
for a term of 03 years (“the Term”).
c) Proposals must be received not later than time, date and venue mentioned in the Fact
Sheet. Proposals that are received late WILL NOT be considered in this procurement
process.
Public transport should always be the hallmark of a good transportation system for a city or
a state. The role of public transport is vital, particularly to reduce the use of personalized
transport. This system should be such that it can work in co-ordination with the existing
transportation systems. An efficient mass transportation system is very much needed for
sustainability of not only the economy but also for reducing stress due to pollution on the
environment.
State Urban Development Agency (SUDA) is the State Level Nodal Agency (SLNA) for the
Implementation of Centrally & State sponsored schemes of Urban Development Department.
SUDA has to look after overall management, progress, monitoring and reporting of the city
bus projects as an SLNA, undertaken by all 09 UPT Societies. SUDA is nominated as single
nodal agency for urban transport in Chhattisgarh. To overcome the hurdles of Technology
Mismatch and as a One stop solutions to all the Monitoring activities through use of
Intelligent Transport systems (ITS) SUDA is planning to develop an Integrated solutions for
all 09 UPTS covering 70 towns (21 Core cities & 49 link Towns) with 22 depots/Depot cum
terminals.
11
a) While every effort has been made to provide comprehensive and accurate
background information and requirements and specifications, Bidders must form their own
conclusions about the solution needed to meet the requirements. Bidders and recipients
of this RFP may wish to consult their own legal advisers in relation to this RFP.
c) No commitment of any kind, contractual or otherwise shall exist unless and until a
formal written contract has been executed by or on behalf of the SUDA. Any notification
of preferred bidder status by the SUDA shall not give rise to any enforceable rights by the
Bidder. The SUDA may cancel this public procurement at any time prior to a formal
written contract being executed by or on behalf of the SUDA.
d) This RFP supersedes and replaces any previous public documentation &
communications, and Bidders should place no reliance on such communications.
a) Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of the bid shall be deemed to
have been done after careful study and examination of the RFP document with full
understanding of its implications.
b) Failure to comply with the requirements of this paragraph may render the Proposal non-
compliant and the Proposal may be rejected. Bidders must:
i. Include all documentation specified in this RFP;
ii. Follow the format of this RFP and respond to each element in the order as set out
in this RFP
iii. Comply with all requirements as set out within this RFP.
a. SUDA shall hold a pre-bid meeting with the prospective bidders on fixed Date & Time at
Address of the Venue mentioned in fact sheet.
b. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach to
Nodal Officer on or before Date & time mentioned in fact sheet.
d. SUDA shall not be responsible for ensuring that the bidders’ queries have been received
by them. Any requests for clarifications post the indicated date and time may not be
entertained by the Nodal Agency.
a. The Nodal Officer notified by the SUDA will endeavor to provide timely response to all
queries. However, SUDA makes no representation or warranty as to the completeness or
accuracy of any response made in good faith, nor does SUDA undertake to answer all the
queries that have been posed by the bidders.
b. At any time prior to the last date for receipt of bids, SUDA may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective Bidder,
modify the RFP Document by a corrigendum.
c. The Corrigendum (if any) & clarifications to the queries from all bidders will be posted on
the departmental website only .
e. In order to provide prospective Bidders reasonable time for taking the corrigendum into
account, SUDA may, at its discretion, extend the last date for the receipt of Proposals.
a. SUDA may terminate the RFP process at any time and without assigning any reason.
SUDA 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 SUDA. The bidder's participation in this process
may result SUDA selecting the bidder to engage towards execution of the contract.
a. RFP document can be purchased at the address & dates provided in the Fact sheet
by submitting a non refundable bank demand draft. ( F o r d e t a i l s p l e a s e r e f e r
fact sheet)
b. The bidder may also download the RFP documents from the departmental website . In
such case, the demand draft of RFP document fees should be submitted along with
13
Proposal. Proposals received without or with inadequate RFP Document fees shall be
rejected.
a. Bidders shall submit, along with their Bids, EMD of value as indicated in fact sheet, in
the form of a Demand Draft OR Bank Guarantee (in the format specified in Appendix I:
Form 3) issued by any nationalized bank in favor of Beneficiary Account name as
indicated in fact sheet, payable at Raipur, and should be valid for 06 months from the due
date of the tender / RFP.
b. EMD of all unsuccessful bidders would be refunded by SUDA within 45 days
of the bidder being notified as being unsuccessful. The EMD, for the amount mentioned
above, of successful bidder would be returned upon submission of Performance Bank
Guarantee as per the format provided in Appendix III.
c. The EMD amount is interest free and will be refundable to the unsuccessful bidders
without any accrued interest on it.
d. The bid / proposal submitted without EMD, mentioned above, will be summarily rejected.
e. The EMD may be forfeited:
If a bidder withdraws its bid during the period of bid validity.
In case of a successful bidder, if the bidder fails to sign the contract in
accordance with this RFP.
The Bidder are encouraged to enter in pre contract integrity pact. The format of pact is attached
in annexure.bidders must fill,seal and sign and submit pact with technical bid.
a. The bidders should submit their responses as per the format given in this RFP
in the following manner
Response to Pre-Qualification Criterion: (1 Original + <1 > Copies +<1>CD) in
first envelope
Technical Proposal - (1 Original + <1> Copies +<1>CD) in second envelope
Commercial Proposal - (1 Original) in third envelope
e. The outer envelope thus prepared should also indicate clearly the name, address,
telephone number, E-mail ID and fax number of the bidder to enable the Bid to be
returned unopened in case it is declared "Late".
f. All the pages of the proposal must be sequentially numbered and must contain
the list of contents with page numbers. Any deficiency in the documentation
may result in the rejection of the Bid.
g. The original proposal/bid shall be prepared in indelible ink. It shall contain no
interlineations 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.
h. All pages of the bid including the duplicate copies, shall be initialed and stamped by the
person or persons who sign the bid.
i. In case of any discrepancy observed by SUDA in the contents of the submitted
original paper bid documents with respective copies, the information furnished on original
paper bid document will prevail over others.
j. Bidder must ensure that the information furnished by him in respective CDs is identical to
that submitted by him in the original paper bid document. In case of any
discrepancy observed by SUDA in the contents of the CDs and original paper bid
documents, the information furnished on original paper bid document will prevail over the
soft copy.
The bidder shall be responsible for all costs incurred in connection with participation in the RFP
process, including, but not limited to, costs incurred in conduct of informative and other diligence
activities, participation in meetings/discussions/presentations, preparation of proposal, in
providing any additional information required by SUDA to facilitate the evaluation process, and in
negotiating a definitive contract or all such activities related to the bid process.
Nodal Agency will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
2.5.5.2 Language
The Proposal should be filled by the Bidder in English language only. If any supporting
documents submitted are in any language other than English, translation of the same in English
language is to be duly attested by the Bidders. For purposes of interpretation of the Proposal, the
English translation shall govern.
Proposals, in its complete form in all respects as specified in the RFP, must be submitted to
SUDA at the address specified in Fact sheet.
a. Bids received after the due date and the specified time (including the extended period if any)
for any reason whatsoever, shall not be entertained and shall be returned unopened.
b. The bids submitted by telex/telegram/fax/e-mail etc. shall not be considered.
No correspondence will be entertained on this matter.
c. SUDA shall not be responsible for any postal delay or non-receipt/ non-delivery of the
documents. No further correspondence on the subject will be entertained.
d. SUDA reserves the right to modify and amend any of the above-stipulated
Condition/criterion depending upon project priorities vis-à-vis urgent commitments.
2.5.6 Deviations
The bidder may provide deviation to the contents of the RFP document. It may be noted that
once the deviation are provided, the bidder would not be allowed to withdraw the deviation
submitted.
The Proposal evaluation committee would evaluate and classify them as “material deviation”
or “non material deviation“. In case of material deviation, the committee may decide to “monetize”
the value of the deviations, which will be added to the price bid submitted by the bidder OR
declare the bid as non-responsive.
The bidders would be informed in writing on the committee’s decision on the deviation, prior to
the announcement of technical scores. The bidders would not be allowed to withdraw the
deviations at this stage. No correspondence in this matter will be entertained.
In case of non-material deviations, the deviations would form a part of the proposal &
contract.
we have provided here a format that enables a bidder to clearly define, demarcate and declare
deviations
a. SUDA will constitute a Proposal Evaluation Committee to evaluate the responses of the
bidders
b. The Proposal Evaluation Committee constituted by the SUDA shall evaluate the responses
to the RFP and all supporting documents / documentary evidence. Inability to submit
requisite supporting documents / documentary evidence, may lead to rejection.
c. The decision of the Proposal Evaluation Committee in the evaluation of responses to the
RFP shall be final. No correspondence will be entertained outside the process of
negotiation/ discussion with the Committee.
d. The Proposal Evaluation Committee may ask for meetings with the Bidders to
seek clarifications on their proposals1
e. The Proposal Evaluation Committee reserves the right to reject any or all proposals on the
basis of any deviations.
f. Each of the responses shall be evaluated as per the criterions and requirements specified
in this RFP.
The Proposals submitted up to Time on Date (As indicated in fact sheet) will be opened at
Time on Date Time (As indicated in Fact sheet) by Nodal officer or any other officer authorized
by SUDA, in the presence of such of those Bidders or their representatives who may be present
at the time of opening.
The representatives of the bidders should be advised to carry a letter of authority from
the tendering firms to identify their bonafides for attending the opening of the proposal.
The offer submitted by the Bidders should be valid for minimum period of 120 days from the
date of submission of Tender.
a. Initial Bid scrutiny will be held and incomplete details as given below will be treated as
non- responsive, if Proposals :
Are not submitted in as specified in the RFP document
Received without the Letter of Authorization (Power of Attorney)
Are found with suppression of details
With incomplete information, subjective, conditional offers and partial offers submitted
Submitted without the documents requested in the checklist
Have non-compliance of any of the clauses stipulated in the RFP
With lesser validity period
SUDA will prepare a list of responsive bidders, who comply with all the Terms and
Conditions of the Tender. All eligible bids will be considered for further evaluation
by a Committee according to the Evaluation process define in this RFP document. The
decision of the Committee will be final in this regard.
17
2. Operation In India Should have been registered and Copy of lease agreement
operating in India for the last Five or own building document
years. shall be submitted as a
proof along with balance
sheet of last 5 years for
last five year operation
proof.
6. Net Worth Bidders must have positive net Certificate from the statutory
worth. auditor
No experience 0
2. Bidders experience in implementation & maintenance
of GPS based VTS technology including command
centre successfully with hardware & software in terms 200-300 5
no of VTS installation and there integration in last 3
financial year
More than 300 10
2 or More project 10
Bidders experience in implementing of project of web
based software development successfully in ULB or No Experience
0
5. state transport undertaking or Urban development
department (Govt./PSUs) of value INR 25 Lakhs.(Copy
of Completion certificates to be enclosed)
More than One project
10
Up to 2 projects 5
Bidders, whose bids are responsive, based on minimum qualification criteria / documents as in
Pre- Qualification Criteria and score at least 70% in the (given) defined scoring mechanism would
be considered technically qualified. Commercial bid evaluation of such technically qualified
bidders alone shall further be opened.
a. The Financial Bids of technically qualified bidders will be opened on the prescribed date in
the presence of bidder representatives.
c. The bidder with lowest qualifying financial bid (L1) will be awarded 100% score (amongst
the bidders which did not get disqualified on the basis of point b above). Financial Scores
for other than L1 bidders will be evaluated using the following formula:
Financial Score of a Bidder (Fn) ={(Commercial Bid of L1/Commercial Bid of the Bidder) X 100}%
(Adjusted to two decimal places)
d. Only fixed price financial bids indicating total price for all the deliverables and services
Specified in this bid document will be considered.
e. The bid price will include all taxes and levies and shall be in Indian Rupees and mentioned
separately.
f. Any conditional bid would be rejected
g. Errors & Rectification: Arithmetical errors will be rectified on the following basis: “If there is a
discrepancy between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a
discrepancy between words and figures, the amount in words will prevail”.
2.6.5 Combined and Final EvaluationCombined and Final evaluation is relevant for
QCBS bids only
a. The technical and financial scores secured by each bidder will be added using weightage of
70% and 30% respectively, to compute a Composite Bid Score.
b. The bidder securing the highest Composite Bid Score will be adjudicated as the most
responsive Bidder for award of the Project. The overall score will be calculated as
follows:-
Bn = 0.70 * Tn + 0.30* Fn
Where
Bn = overall score of bidder
Tn = Technical score of the bidder (out of maximum of 100
marks) Fn = Normalized financial score of the bidder
c. In the event the bid composite bid scores are ‘tied’, the bidder securing the highest technical
score will be adjudicated as the Best Value Bidder for award of the Project.
21
SUDA will award the Contract to the successful bidder whose proposal has been determined to
be substantially responsive and has been determined as the most responsive bids as per the
process outlined above.
2.7.2 Right to Accept Any Proposal and To Reject Any or All Proposal(s)
SUDA reserves the right to accept or reject any proposal, and to annul the tendering process /
Public procurement process and reject all proposals at any time prior to award of contract,
without thereby incurring any liability to the affected bidder or bidders or any obligation to
inform the affected bidder or bidders of the grounds for SUDA action.
Prior to the expiration of the validity period, SUDA will notify the successful bidder in writing or by
fax or email, that its proposal has been accepted. In case the tendering process / public
procurement process has not been completed within the stipulated period, SUDA, may like to
request the bidders to extend the validity period of the bid.
The notification of award will constitute the formation of the contract. Upon the successful
bidder's furnishing of Performance Bank Guarantee, SUDA will notify each unsuccessful bidder
and return their EMD.
The SUDA shall reserve the right to negotiate with the bidder(s) whose proposal has been ranked
best value bid on the basis of Technical and Commercial Evaluation to the proposed Project. On
this basis the draft contract agreement would be finalized for award & signing.
2.7.5 Performance Guarantee
The SUDA will require the selected bidder to provide a Performance Bank Guarantee, within 7
days from the Notification of award, for a value equivalent to 10% of the total cost of ownership.
The Performance Guarantee should be valid for a period of 120 months. The Performance
Guarantee shall be kept valid till completion of the project and Warranty period. The Performance
Guarantee shall contain a claim period of three months from the last date of validity. The selected
bidder shall be responsible for extending the validity date and claim period of the Performance
Guarantee as and when it is due on account of non-completion of the project and Warranty
period. In case the selected bidder fails to submit performance guarantee within the time
stipulated, the
SUDA at its discretion may cancel the order placed on the selected bidder without giving any
notice. SUDA shall invoke the performance guarantee in case the selected Vendor fails to
discharge their contractual obligations during the period or SUDA incurs any loss due to Vendor’s
negligence in carrying out the project implementation as per the agreed terms &
conditions.
22
After the SUDA notifies the successful bidder that its proposal has been accepted, SUDA shall
enter into a contract, incorporating all clauses, pre-bid clarifications and the proposal of the
bidder between SUDA and the successful bidder. The Draft Legal Agreement is provided as a
separate document as a template.
2.7.7 Failure to Agree with the Terms and Conditions of the RFP
Failure of the successful bidder to agree with the Draft Legal Agreement and Terms & Conditions
of the RFP shall constitute sufficient grounds for the annulment of the award, in which event
SUDA may award the contract to the next best value bidder or call for new proposals from the
interested bidders. In such a case, the SUDA shall invoke the PBG of the most responsive bidder.
The overall scope of the module implementation will consist of design, development,
testing, installation, commissioning, training, handholding operations, and management of
facilities for a project term period of 10 years by the CBITS vendor. This project design must be
scalable up to fleet size of 2000 Buses, 200 depots and 400 terminal including 1500 bus queue
shelters. At present project is having an Information display unit at identified Bus stands and one
control room.
SUDA envisages for implementing City Bus Intelligent Transport System to bring a state of the art
system for enhancement and monitoring of operational efficiency and automation to its transit and
other allied operations. CBITS is expected to meet SUDAs and UPTS objective of enhancing
service standards, better planning and efficient operations; bring in commuter centric services,
integration of para-transit, and automation of collection and payment of transit fares, revenue
generation services like advertisement system.
CBITS will deliver the stakeholder requirements by integrating various solutions and technologies
onto an integrated platform which will comprise of following distinctive application areas:
The architecture defines the overall inter connectivity of different sub systems of CBITS projects
including inside vehicle, communication within sub system and connectivity to backend solutions for
the transmission of the real time vehicle information. Its shall consist of all above system.
Each of ITS goal areas can be associated with outcomes of deployment that lend themselves to
measurement. These outcomes resulting from project deployment are identified as measures.
The association of goal areas and measures is depicted as follows:
The Track & Trace Communication system will track & trace the location of vehicle running. The
GPS based AVL System will be used for tracking and tracing the vehicle. The following system
are used for Track & Trace system:
The Vehicle Location System gives an agency the ability to track, record, and analyze how
vehicles are performing in real time. These features lead to improvements in public transit service
through better on-time performance and quicker response time to emergencies. The Location
information along with other details such as the speed of the bus, the route followed etc. is used
to provide the passengers waiting at the bus stops with the expected arrival time of the bus. The
information are displayed on boards installed at the bus stops as well as inside the buses(UBS II)
using the PIS boards , announcement systems, websites, mobile apps etc. The system also helps
in improving the efficiency of bus operation by generating various standard and exception reports.
Figure: Conceptual Schematic of GPS based Vehicle Location System & PIS
As explained in the figure above the Vehicle Location system consists of Bus Control Unit
(BCU/SCU) mounted on the buses (UBSII) which is used to send location as well as speed data
to the central system for tracking the buses. The detail specification of bus mounted units is as
per UBS II specification of MoUD, GoI. All UBSII buses are pre-equipped with UBS II specification
ITS device. Hardware Requirements and specification for PIS system for BQS PIS and Terminals
PIS and Audio visual and PA system are given in hardware requirement sub section of scope of
work section of this document. The BCU provides the Location data to the Communication
server as part of the Central Control Centre infrastructure which process the information and
saves the data in Database server to be stored and processed for other facilities by Vehicle
25
Location System application which displays this information on GIS maps and also provides the
location, speed and route data to the ETA application to generated ETA for various bus stops.
The Vehicle Location system will facilitate the Passenger Information System (PIS) to
disseminated this ETA information to commuters in various modes like display screens, voice
based information on buses and stop/station, web portal, mobile information delivery system,
SMS based enquiry system.
On-Board System
The GPS/GPRS based bus control unit is an integrated control unit which will control the in
bus display boards as well as the announcement system. A bus may have up to four display
boards mounted inside to display the upcoming Bus Stop & other relevant information. The ITS
system planned for bus operations include following:
The below figure shows a pictorial representation of the ITS plan for City buses:
The details of components inside UBSII bus are given in UBS II bus specification. Bidders are
advice to study the system before designing of modules.
CBITS vendor have to develop integrated PIS system for web portal, Android and IOS and other
leading mobile OS. This Application will have provision for advertisement. The vendor must
develop advertisement publishing and management system.
CCTV system cameras will be pre installed at UBSII buses as per UBSII specification and
quantity to extend capability of video surveillance to city bus system. Exact surveillance
application requirement will be determined at the time of SRS preparation based on the
operations requirement. The UBSII buses are equipped with local DVR system to store video.
CBITS vendor have to develop the Wi-Fi based system(With wifi network at depot) at all depot for
daily storing the data and the same will be available to central control centre based on the
requirement identified by the SUDA during SRS preparation. The DVRs specification, data
quality, storage and communication facility detail are available in UBS II specification.
LED based Passenger Information Displays (Stations will have 2 number of LED based display
terminals The PIS information will also be made available via website, SMS and mobile apps.
These applications will enable commuters to be able to plan their journey well in advance and will
also ensure less waiting time at the stations.) Each BQS will have 3 line matrix with a minimum of
24 characters per line, 2 number of LED based display terminals. Pickup Points/terminal will have
4 lines 4 numbers of LED based displays. Supply, Installation and Insurance of supplied PIS will
be scope of work of CBITS vendor.
All spares required for the smooth operation of the ITS system shall be maintained by the CBITS
vendor for the entire duration of the contract. The cost of the spares, repairs, and replacement
shall all be deemed to be included in the price quoted by the Bidder. Such spare quantities should
however be not less than 10% of the procured equipment.
On board ticketing through ETM will be used for city bus system. The ETM machine may be
mobile /online based so that the fare collection data is sent to the central control centre in real-
time. The ETM will be procured by City bus operator as per specification suggested by SUDA.
Only Fare collection system application development will under CBITS vendor scope of work.
Detailed functional requirement will developed during SRS preparation.
One Central Control System at state level will generate the necessary management reports
received from the GPS based Vehicle Tracking system & PIS, FCS field equipment. The CCC will
monitor the movement of vehicles including those on the BRT corridor, to ensure their adherence
to speed limits, routes and punctuality. CCC will overall monitor and support entire CBITS
operation like user creation, online support , Depot control centre (DCC) and UPTS control centre
management (UCC), Data centre operation etc.
CBITS vendor have to develop application module for the smooth operation of CCC.
CBITS vendor have to supply 75 inch X 4 video wall at this location for monitoring of UCC and
DCC.
CBITS vendor will deploy support and maintenance manpower at CCC.
Depot control centre (DCC)
27
All 22 depots will have Depot control centre (DCC) at depot location. These depots level DCC will
generate the necessary management reports received from the GPS based Vehicle Tracking
system & PIS, FCS field equipment. The CCC will monitor the movement of vehicles including
those on the BRT corridor, to ensure their adherence to speed limits, routes and punctuality. DCC
will overall monitor and support entire fleet and depot related CBITS operation like user creation,
online support, communication and support operation etc. The detailed functional requirement will
be generated at the time of SRS preparation.
CBITS vendor have to create Wi-Fi network in depot for onboard ITS firmware update,
Surveillance system media management etc.
All other necessary infrastructure like work station, communication network (Inter net etc.) display
devices will be provided by city bus operator.
CBITS vendor will deploy support and maintenance manpower at DCC on need basis.
The operations management system for the city bus will consists of the following system modules
in integrated mode with the all other application system module. Basic functional requirement are
as follows:-
Scheduling Management System
The Schedule Management System will provide city bus operator the ability to react quickly to
operational problems such as:
Provide daily Fleet Service Schedule, Maintenance Schedule, pending Insurance and
pending Pollution Check status
Vehicle job cards are prepared based on complaints and scheduled service.
Define schedule of duties in various routes.
Creation of Conductors and Drivers Duty Roster.
Allows sending a vehicle in exchange of brake down/detained vehicles.
Records fuel taken in by each vehicle and provides average fuel consumed per kilometer.
Automatic updation of changed Time Table in the Duty Roaster.
Record each vehicle’s scheduled and actual out time from bus stand and depot AND
scheduled and actual entry time in depot using RF Id as well as without RF Id.
Integrated depot management with crew allocation
Application will accomplish a series of specific tasks in the management of any or all aspects
relating to a fleet of vehicles. Software, depending on its capabilities, allows functions such as
driver and vehicle profiling, trip profiling, vehicle efficiency, etc. The application should have the
following features:
Generation of purchase orders
It handles purchase order entry with item details and other details like taxes, discounts.
It records payment terms in Purchase Order.
Online status of item quantity in terms of on-hand, ordered, new, rejected, to be repaired
and repaired quantities.
Multiple levels of classification of items
Multiple units of measurement
Stock status
Item Issue to vehicle / mechanic
Item returned from vehicle / mechanic
Handling Material Rejections
Multiple Stores/branches/regional offices
Stock transfer to other depot
28
The application will be suitable for any type of reporting structure. Detailed employee database
shall be maintained along with the details of salary, attendance, leave and appraisal/promotion of
each employee. Personnel module takes care of activities related to existing employees of the
organization. Personnel Administration keeps a track of personal details; leave entitlements and
PF details of all the employees. Leave entitlements for each leave type with respect to every
employee can be tracked. Based on these entitlements leaves are given to the employees. HR
Reports shall consist of Employee Details, EPF Details, Nominee Details, personal details,
attendance summary and so on.
Payroll system
The module maintains detailed employee databases along with the details of salary & salary
processing. This module will be integrated with Finance. The application will have the following
Features:
Payroll calendar – based on working days/payment days
Professional tax according to locations
OT tracking and approval and processing
Defining statutory parameters for PF, ESI, Superannuation
Loan structure, application and sanction of loan and updating in Finance based on
installation Plan
Salary Slip Generation
Category / employee wise salary processing taking into account attendance, salary
components, PF, ESI, arrears, tax and reimbursements
PF/ESI details of employees
Employee wise salary component
Attendance Summary
Periodical Allowances
Leave Encashment
Overtime / Loan Details
Posting of salary details in Finance
COMMUNICATION OVERVIEW
The figure below shows a pictorial representation of the communication network plan for city bus
system. The communication system design is a very important part of the overall system design
as the appropriateness of such design will influence the sustainability and operability of the
system as a whole. The communication network depicted above takes in account the operations
requirement as far as bus, bus station, depots, terminal’s, data centre, control centre and data
recovery site is concerned.
29
GPRS is required to be used for services such as Wireless Application Protocol (WAP) access,
Short Message Service (SMS), Multimedia Messaging Service (MMS), and for Internet
communication services such as email and World Wide Web access.
The information captured by the BCU is to be transmitted to the control station server through
GPRS/GSM network creating a communication network between Bus drivers, Bus stops along
the road route, and passengers through passenger information system. The communication
network is connected to the internet for accessing information regarding bus arrival, routes etc.
The bidder will study the complete CBITS system including infrastructure, rolling stock,
communications network availability etc. before bidding. The bidder through the study shall get a
30
proper understanding of all aspect of project requirement-which might or might not be detailed in
this document or may be added/amended/modified in SRS.
The Track & Trace system will track & trace the location of vehicle running. The GPS based
Vehicle Location System will be used for tracking and tracing the vehicle. The following systems
are used for Track & Trace system. The GIS maps and map server will be developed by CBITS
vendor.
A. General Requirement
i. GPS based Vehicle Location System will provide the following features:
1. Ability to locate a bus at a given time in its track to estimate its
arrival/departure time at the next destination, based on traffic density,
distance, speed, bus occupancy, run-time information from the previous
bus arrival time for the same location etc.;
2. Ability to receive SOS and alerts from moving / stranded buses enroute
3. Facility to track defined vs. actual movement of vehicles, capture
deviations if any.
4. Facility to view vehicle movements real-time on digital maps
5. Ability to provide dynamic location specific information as the vehicle
approaches bus stop/station for the benefit of passengers
6. Facility to generate information such as travel time estimation, average
time at bus stop, passenger traffic at different location, alerts on
exceptions, and logging of the journey details of the bus for each trip
7. Facility for citizens to access and view position / location information on
GIS maps near real time through web interface with historic data
displayed on maps
8. Facility for providing current information location on demand
9. Provide 2-way voice communication between the driver of the vehicle and
the DCC,UCC and CCC room for receiving SOS and alerts from vehicle
10. Facility for playing back the recorded details of the bus movement along
the authorized route
11. It should enable operational managers to create locations, routes,
schedules
12. Vehicle service alerts for service and maintenance
13. Vehicle fleet summary dashboard – quick view on vehicle fleet
performance
14. Register a bus on unscheduled route from backend on real time basis
15. Exception recording/ actions (over-speeding, off-route detection, non-
31
to:
1. Time based messages/reports
2. User groups and users privileges
3. Addition & deletion of equipment’s, nodes, stations, user groups, users
4. Configurable messages in minimum English and Hindi languages
5. Reports access
vii. The system will handle all degraded conditions which can be, but not limited to
the following:
1. Any supplied equipment not functional
2. Power failures
3. Data connection lost
4. Central server down
5. Bus-station switch non-functional
D. GUI Requirement
i. The central system shall be delivered with a fully functioning Graphical User
Interface(GUI).
ii. The GUI shall be based on standard web based browser controls or an
equivalent system.
E. System Requirement
i. The system will only be accessible by authorized persons, controlled using login
and password protection. The login and password will be a single system for
entire CBITS modules.
ii. It will be possible to create different user classes/categories/roles with different
access level.
iii. The system will maintain a transaction log that records all users that access
system reports. The pages/reports accessed, edits and changes to the database
and the system logon and logoff times. The transaction log will maintain this
information for a minimum of one year.
iv. The system security will provide features to maintain data integrity, including
error checking, error monitoring, error handling and encryption.
v. Features will be provided to ensure that all system-created files are uniquely
identified, and that no files are lost or missed during data transfer.
vi. System will have verification features to confirm that there have been no losses
of data at any point in the transfers.
vii. System needs to be tamper proof and CBITS vendor would build features to
confirm that there have been no unauthorized changes to, or destruction of, data.
viii. Features will be provided to automatically detect, correct and prevent the
propagation of invalid or erroneous data throughout the system.
ix. All systems, sub-systems and devices will only allow access to authorized user
classes.
x. All security breach detections will be confidential, and accessible only to users of
the appropriate class.
xi. For all data transactions, the system security will include authentication features
to verify that all claimed source, recipient or user identities are correct and valid.
All data transactions will include non-repudiation features to verify message
content, and resolve claims that data was not correctly originated or received by
a certain user.
F. Maintenance Mode-Operational Requirement
i. The web-based system and all the equipment (on-board equipment, PIS displays
in stations etc.) will all support a maintenance mode during repair, replacement
and testing of equipment.
ii. All the functions that are carried out in the maintenance mode will be reported
34
1. Headway adherence
4. Schedule Adherence
5. Speed Reports
ii. The CBITS vendor will facilitate the UCC to generate all the reports necessary to
facilitate the payments to the bus operations team/contractor.
iii. The software will have the capability to generate reports based on exceptions as
per thresholds set by the SUDA/UPTS staff for various AVL components.
iv. The CBITS vendor will provide tools to generate ad-hoc reports on stored AVL
data.
v. All reports will use standard reporting tools (e.g., RDBMS or SQL or Crystal
Reports etc.) and will have the ability to export data into file formats that can be
35
exported to and edited with standard tool i.e. excel, etc. The CBITS vendor shall
provide the relational database layout including related fields, key fields and
definitions for all fields in all tables in the database.
vi. Any portion of the transactional database will be exportable in standard formats
(such as comma separated variable (.CSV, xls, xlsx files etc.) for analysis in third
party programs.
vii. It will be possible for users to build custom reports from the data in the
transactional database with tools such as RDBMS or SQL. The reports will be
capable to be exported to pdf, xls, xlsx formats easily.
viii. A data dictionary will be provided to purchaser to facilitate development of
custom reports.
ix. The Central System will provide sufficient summarized and detailed data
including features to generate standard report based on pre-established criteria,
as well as as-required reports based on a user-definable set of search criteria.
x. All reports will be generated using a query language and standard query engine
that provides flexibility for future updates, and for creation of new reports.
xi. Reporting software will include the ability to generate graphs and charts based on
criteria and format defined by the user.
xii. All reports will be generated with configurable time parameters, including as a
minimum annual, monthly, weekly, daily, hourly and with user defined start-end
date and time ranges.
xiii. The SI will provide an ad-hoc reporting function and interface into the data and
reports server to allow purchaser personnel to create, execute and receive
custom reports without SUDA assistance with integration with fare collection
system. An Internet-based interface will be provided for this function, accessible
by purchaser personnel with appropriate permissions. Purchaser users will be
able to generate ad-hoc reports and do additional analysis of ridership, revenue
and other System data. The SI will provide purchaser’s staff to generate reports
and use the system. Examples of the types of reports include:
1. Transaction-level reports by stop and for user-defined start and end
points;
2. Statistical and research reports using user-defined criteria.
xiv. It will be possible to aggregate data (filter) for reporting, at a minimum, by:
1. Date/Time
2. Origin
3. Destination
4. Location
5. Equipment Serial Number
It will not be necessary that values be consecutive for the purposes of
36
xi. The system will track headways at corridor stations for each individual route
serving the station, all routes serving the station, and for any user-specified
combination of routes serving the station.
xii. The system will highlight to the operator the vehicle IDs of those vehicles that are
operating with incorrect headway, using tabular and map displays to indicate their
current headway adherence status.
xiii. The system will provide a real-time output of the current location and schedule
adherence for all fleet vehicles, for use by the next stop prediction software. The
CBITS vendor will document and provide to SUDA the communications
protocols, command sets and message formats used in this interface.
J. Real Time PIS Requirement: Prediction Software
i. The system will use the real time location and schedule adherence data to create
a continuously updated table and XML data feed of the last reported location for
all vehicles and the next arrival predictions for all stations/stops.
ii. The system will provide this data table and XML data feed such that SUDA and
designated third parties have the right to perpetual and royalty-free access, for
the purposes for integration with future Passenger Information System (PIS) or
other public information methods and importing data into the long term database.
iii. The CBITS vendor will also provide a data dictionary and entity relationship
diagram for the data tables and XML schema documentation. The information
required by the algorithm(s) will be manually entered into a prediction support
database.
iv. The system will allow the user to configure the prediction support database
values.
v. The percent error for next vehicle arrival time predictions at a given station/stop
for a given minute in advance of arrival will be calculated as: absolute value of
(predicted time to next arrival minus observed time to next arrival) divided by
(observed time to next arrival). For example, if the observed time to next arrival
was 7 minutes relative to a predicted time to next arrival of 8 minutes, the percent
error would be 1/7 (i.e., 14%).
vi. The LED half-life (time until light output has diminished by 50% from the original
rated value) will be a minimum of 100,000 hours
vii. Real time duplex communication to the PIS will be through the GPRS connection
to the sign.
viii. The PIS will be able to display a message composed of any combination of
alphanumeric character fonts and punctuation symbols. PIS will also allow both
Hindi and English fonts to be displayed simultaneously.
K. Documentation
i. The SI shall plan the project components before executing after project award.
38
1. Site and System Survey document that shall provide the understanding of
the Bidder
2. Hardware Design document that shall provide the solution of the bidder
3. Software Design document that shall provide the details of the software,
including the
4. AVL Application Software as per requirements of SUDA.
5. System Requirement Specification (SRS) that will detail out the CBITS
vendor system design development, integration understanding and how
they map with the requirements.
6. Installation diagrams for all supplied equipment.
ii. The CBITS vendor shall develop detailed test plans that cover the requirements.
Test Plans shall be developed for all components of the project, including and
would need to be approved by SUDA:
A. GPS Based Bus Control Unit (IN Built In All UBSII buses)
i. The GPS based BCU all ready installed on all buses.
ii. GPS Based BCU will update the location information like Latitude and
Longitude to the central server through GPRS.
iii. The tracking system / GPS Based BCU fitted in the buses will calculate the
positions from the GPS receiver and transfer the data to the Control Centre
Server through GPRS interface for processing /prediction of arrival time of
buses at different bus stops. The GPRS tracking unit fitted in the bus will also
transfer the current LON/LAT data to the bus mounted display for display /audio
announcement of Bus Stops.
iv. The GPS Based BCU with wireless communication module (based on GPRS)
shall be used to provide vehicle tracking accurately and reliably. The following
are minimum list of features required:
1. GPS based BCU will consist of a GPS receiver with inbuilt GPS
Antenna, GSM/ GPRS receiver, etc. to enable services such as vehicle
39
4. The device will be operated from vehicle battery connection but will
preserve battery life by tying its operation and that of the other on board
equipment being installed under this contract to the bus ignition switch.
5. GPS Based BCU software will be upgradeable/ configurable. CBITS
vendor support team will help in such firmware upgrade.
6. The BCU within the bus shall be easily accessible for servicing to
specified vendor but located to prevent tampering or unauthorized
removal. CBITS vendor must inform SUDA/UPTS for such unlawful
activity.
i. This inbuilt Bus display system will have front display board, rear display
board, side display board each.
ii. The functionality of In Bus Display System is as follows:
1. PIS will be used to display information to passengers at each station
along the corridor.
2. The next arrival bus stop information and the current bus stop
information will be displayed inside the bus for the passengers based
on the location information collected by bus control unit. This
information will be sent from the control unit to display system.
3. The display will automatically display the bus stop name and produce
audio announcement when the bus reaches a particular stop based
on the signal derived from the AVL.
4. The display characteristic will be two lines English /one line Hindi
language with upto 6 characters, on front, side and rear signs.
5. Fixed, scrolling and flashing mode (with fixed route number, upto 6
characters, on front, side and rear signs).
The detail specification of in bus display system will be as per
JnNURM UBS II specification i.e. http://jnnurm.nic.in/wp-
content/uploads/2013/01/Chapter-10-ITS.pdf
iii. Driver Voice Communication (IN BUILT in Buses)
Driver will be given an interface for the voice communication.
1. Fitment provision will have to be provided in the Bus Stops along with
necessary power supply made available. The source of power will be
provided by UPTS and power bills will be paid by concern UPTS.
The Display Unit will source power from here for its operation.
Display will be located at a convenient height to have a clear view of
the message of next arrival bus.
2. The Bus Stop Displays will periodically query the CBITS through
GPRS request.
3. The Control Centre, which receives the current position of all the
buses from the Tracking Unit, will disseminate the data received and
transfer the relevant information like the Route No, Destination of the
bus and the Expected Time of Arrival at that bus stop, to the bus stop
display, which has requested for the data.
4. The Bus Stop Display, which receives all such information, will
display continuously until the next set of data is received.
5. The Destination will be displayed in two languages i.e. English, and
Hindi.
6. Along with the visual display, the next bus stop will also be
announced in English and Hindi.
7. The Bus Terminal Displays, unlike the Bus Stop Displays will be
connected through wired cable with the CS.
Frequency 5~50Hz and return to 5Hz at a linear sweep period of 1 minute/complete sweep
cycle and 10g at maximum frequency
Excursion -1.6 mm peak to peak over the specified frequency range
Test duration 60 minutes
Direction of vibration –X, Y, Z axis of device as it is mounted on the vehicle.
SUDA with close consultation with CBITS vendor will decide technical and functional
requirement as well as equipment specification. After fixing the equipment specification Bus
service operator will arrange such equipment.
However Fare Collection System (FCS) is an important sub-component of the ITS proposed to be
set up for city bus System, as it deals with revenue collection aspects. Typically, FCS is a set of tools
to manage the entire process of defining; charging and accounting the fare charged to the passenger
for a trip and provide complete accounting and MIS to the transit operator. FCS calculates the fare
that the users must pay depending on the fare rules, provide a mechanism for the commuters to pay
the fare and also provide tools to validate the payment of fare by the revenue protection officials.
Business rules for fare calculation will be provided by SUDA time to time as per requirement.
As part of the CBITS System and Urban transport reforms, SUDA envisage implementation of an
electronic fare collection system and smart card based common mobility card, which is able to meet
its objectives of providing an efficient, reliable and cost effective public transport to commuters.
CBITS vendor must insure system ready for common mobility card. In future if SUDA wants to
integrated such system by any party CBITS vendor will support such integration.
44
A. General Requirement
i. Central software servers will be installed at CHiPS data centre. CHiPS & SUDA is
having common infrastructure like all Network Infrastructure, Security and firewall
devices, Power conditioning, HP chasis for SUDA server, SAN etc.
Bidders are advised to study such common infrastructure before suggesting
particular specification and hardware rates. Bidders have to quote the rates for
Blade server compatible with SUDA’s Chasis installed in State Data centre.
ii. The Application system will meet all the operational requirements in integrated
mode as outlined in the Operational Requirement
iii. The on-board system will support off-board ticketing system. The backend will be
capable of supporting On-board ticketing (PASS/common mobility card) also.
iv. The FCS system will allow payments via cash and smart cards (in future).
v. The handhelds will be connected to the Central though GPRS connection and
ticketing agency/Bus operator shall bear the all the cost for such connection during
the entire contract period.
vi. It should be possible to monitor the health of ETMs in backend system.
B. GUI Requirements
i. The central system will be delivered with a fully functioning Graphical User
Interface (GUI).
ii. The GUI will be web based with browser based control / windows controls or an
equivalent operating system.
iii. All screens with non-paging data will open and populate with data within 3
seconds.
iv. All screens with paging data will open and populate with the initial data within 3
seconds and thereafter page updates shall be retrieved within 1 second.
v. Dragging the cursor bar for a scrollable list will cause instantaneous redisplay of
the list in time with the movement of the cursor bar.
C. System Security Requirement
i. The system will only be accessible by authorized persons, controlled using login
and password protection.
ii. It shall be possible to create different user classes with different privileges.
iii. The system will maintain a transaction log that records all users that access
reports, the reports accessed, edits and changes to the database and the system
logon and logoff times.
iv. The transaction log will maintain this information for a minimum of one year.
Editing of data in the log will not be possible for any user.
45
v. The system security will provide features to maintain data integrity, including error
checking, error monitoring, error handling and encryption.
vi. Features will be provided to ensure that all system-created files are uniquely
identified, and that no files are lost or missed during data transfer.
vii. Verification features will be provided to confirm that there have been no losses of
data at any point in the transfers.
viii. Verification features will be provided to confirm that there have been no
unauthorized changes to, or destruction of, data.
ix. Features will be provided to automatically detect, correct and prevent the
propagation of invalid or erroneous data throughout the system.
x. All systems, sub-systems and devices will only allow access to authorized user
classes.
xi. All security breach detections will be confidential, and accessible only to users of
the appropriate class.
xii. For all data transactions, the system security will include authentication features to
verify that all claimed source, recipient or user identities are correct and valid.
xiii. All data transactions will include non-repudiation features to verify message
content, and resolve claims that data was not correctly originated or received by a
certain user.
D. Central System & Other Equipments-Operational Requirements
i. The Central System will be capable of data communication with all the active
system components in real-time.
ii. Uploaded data will not be deleted from system readers or workstations until the
central system has provided confirmation that the transactions have been
successfully received.
iii. The central system will be able to update its date and time using time
synchronization application of servers using internet and use this to in turn update
the date and time on all system devices and workstations.
iv. The central computer system will manage all device activity including at a
minimum:
1. Data storage and processing systems
2. Financial systems
3. Customer databases
4. Sales and transaction systems
v. All active equipment will have an internally maintained date and time clock that is
synchronized using a time interval via the communications controller with the
Central System date and time clock.
vi. The time synchronization application in the device shall have the capability to
adjust the minimum time interval for updating itself with the central system time
46
and date and shall be capable to update time every minute (configurable) with the
central system.
vii. If the data connection to the central system is temporarily lost, all the equipment
will seamlessly switch to an offline mode in which all data is temporarily stored in
internal memory and is transmitted to the central system as soon as the data
connection is re-established.
viii. All the equipment will have sufficient memory to operate in offline mode, with no
loss of data, for no less than 168 hours.
ix. The central software will support managing fare tables. It will be possible to
“future-date” pending fare tables so that they can be uploaded ahead-of-time and
automatically activated at the planned date and time.
x. All handheld ticketing machines shall store the current valid fare-set as well as a
future “pending” fare-set with activation date and time in order to allow downloads
to the device to occur in advance.
xi. When the activation date and time passes, the revaluing unit will automatically
replace the existing fare table with the “pending” fare table
xii. Updated fare-sets will be downloaded as soon as the central system publishes
notice that they have become available.
xiii. The central software will be capable of providing over-the-air fare table updates &
firmware updates to the handheld ticketing devices apart from other immediate
critical updates.
xiv. The systems will be driven by configurable parameters and would provide the
flexibility for maximum configuration. The configurations shall be for, but not limited
to:
1. Time based fare table
2. User groups and users privileges
3. Time validity of ticket
4. Penalties associated with the ticket
5. Administration fee for issuance of smart cards based passes, renewal,
replenishment, replacement under defect, lost card replacement.
6. Validity rules for Smart Card based passes
7. Addition & deletion of equipment’s, nodes, stations, routes, handhelds,
user groups, users
8. Reports access
xv. The system will handle all exceptions. Exceptions can be, but not limited to:
Short ticket
Invalid Pass
Paper ticket lost
xvi. Any exception in the normal process shall be flagged separately for auditing and
47
reports should reflect this condition. Mechanisms will be provided to help in audit
of such exceptions.
xvii. The system will handle all degraded conditions which can be, but not limited to the
following:
Handheld not functional
GPRS Connection lost
Central Server down
xviii. Alterative mechanisms will be provided for the FCS in case system is in degraded
state as specified above.
xix. There will be provision in the system to enter degraded transactions, in case they
are not registered because of degraded operations.
E. Cash-up and Deposit – Operational Requirements
i. The FCS system will determine the system expected amount at the end of each
shift of the FCS operations personnel.
ii. The FCS system will have cash-up features to facilitate ETM operator/ticket
inspector.
iii. During the cash-ups the ETM operators/conductor, conductors will do a system
deposit using the individual login ID and passwords in the deposits module of the
FCS system.
iv. The FCS system will have deposit audit capabilities which will determine the
shortage or excess of deposit made by the operator to the accounts manager.
v. There will be a module to report the excess or shortage after the deposit is made
to the purchaser on a daily basis and the reasons for this shall be communicated
to the purchaser.
vi. The FCS reports and the exception reports will be useful in reconciling the
operator/ conductor deposits.
vii. The dedicated cash-up and deposit workstations will be used to carry out these
functions in the Central System.
F. Maintenance Mode-Operational Requirements
i. The Central system and all the equipment shall support a maintenance mode
during repair, replacement and testing of equipment.
ii. All the transactions that are done during the maintenance mode on a handheld
ticketing machine will be possible only using a special maintenance paper ticket
issued specifically for the purpose. All such maintenance paper ticket shall be
deposited with bus service operator. A log and management system for paper
ticket must be develop by CBITS vendor.
iii. All the transactions that are carried out in the maintenance mode shall be reported
separately similar to exception transactions.
iv. The maintenance mode will be possible to be activated based on a particular node
48
ticket purchase.
iv. The design and layout of the paper tickets shall be customizable with the required
content, font, size, graphics and logos as per the requirement of SUDA.
v. Custom messages will be allowed to be printed/ added/ customized on tickets
during special occasions from the ticket layout settings application easily. This
message may be special instruction, offer ,greetings ,branding or advertisement. In
case of advertisement the application must be integrated with advertisement
module.
vi. A ticket will be considered valid for entry when:
1. The ticket origin is the current station or a different station within the same
fare zone.
2. The date and time of purchase is not more than a specified amount of time
prior to the current time.
vii. A ticket will be considered valid for exit when:
1. The ticket destination is the current station, a station within the same fare
zone, or a station downstream of the current location, relative to the origin
station.
2. The date and time of purchase is not more than a specified amount of time
(to be configured by Purchaser) prior to the current time
L. Requirements
i. The ticketing agency will supply handheld ticket machines to facilitate the following
tasks:
1. Paper Ticket Sales
2. Smart Card pass Validation
3. Smart Card pass validity check, issue of penalty tickets
ii. The handheld machine will consist of a smart card reader, paper ticket reader,
paper ticket printer, integrated cellular modem, user interface (e.g. touch screen or
screen with keypad), on-board data storage, and battery power supply.
iii. The user interface will be such that an experienced conductor can complete the
process of issuing paper tickets in less than four (4) seconds.
iv. The transaction will be updated in the central system within 5 seconds after
transaction completion.
v. The handheld will support the authentication functionality for the smart card
passes.
vi. The handheld machine will allow purchaser to select between
A. transmitting data to the central system in real-time using the integrated
cellular modem, and
B. Storing information on-board for batch transfer at the end of shift via
handheld docking station (cradle).
54
a. User Interface
i. The handheld machine will have an integrated display that can be easily read
under all conditions of ambient light throughout the day and night.
ii. It will be possible to upgrade the firmware/ software from the central server Over
The Air (OTA) using the GPRS technology of the cellular operator installed on the
device
b. On-Board Storage
i. The handheld machine will store all required transaction data on-board, including:
1. Date and time of transaction
2. Device ID
3. Employee ID of conductor
4. Fare-tables
5. Ticket serial number
6. Ticket origin
7. Ticket destination
8. Transaction Value
9. Action taken (e.g. ticket sold/ checked)
10. Smart card pass number (if applicable)
11. Transmission Status (i.e. successfully transmitted/not successfully
transmitted)
ii. The handheld machine will have a sufficient memory to store a minimum of one
week’s worth of transaction records apart from mandatory software/ firmware etc.
iii. Only successfully transmitted transaction data records shall be overwritten by new
transaction data records.
iv. The handheld machine will provide a warning when the amount of on-board
storage occupied by “not successfully transmitted” transaction data records
exceeds a purchaser specified threshold.
v. The handheld machine will include on-board storage to maintain a list of at least
100,000 smart card serial numbers blocked from further use in the system.
vi. The handheld machine will store the current valid fare-set as well as a future
“pending” fare-set with activation date and time (if applicable), in order to allow
downloads to the handheld machine to occur in advance.
vii. When the activation date and time passes, the revaluing unit will automatically
replace the existing fare table with the “pending” fare table.
c. User Login
i. To initiate handheld machine operation, a conductor will manually enter an
employee ID and a PIN or a biometric standard like fingerprint (option).
ii. Logins and logouts shall be transmitted to the central system, along with
associated Date/Time and employee ID.
55
d. Battery
i. The handheld machines will be designed to operate from an internal, battery
source which can be charged and re-charged.
ii. The handheld machine battery will utilize “no memory” battery technology, such as
Nickel-Metal Hydride (Ni-MH) equivalent or better, which is state-of-the-art,
commercially available and common for use with such equipment.
iii. The handheld will operate continuously without requirement for recharging for at
least 16 hrs. of use.
iv. The battery will be field replaceable without any loss of data, with field replacement
time (from end of operation with previous battery to beginning of operation with
new battery) not to exceed three minutes.
v. The battery will be recharged to a full charge from a completely discharged state in
less than four hours.
vi. The handheld will have a battery stand-by time of at least 5 days without the
requirement of intermittent charging.
e. Paper Ticket Sales
i. The handheld machine will be used by conductor/terminal operator to sell paper
tickets to customers.
ii. The paper tickets issued will comply with all requirements laid out in the relevant
sections.
iii. The origin will be set only once whenever it is changed so that the operator needs
to enter only the destination of people.
iv. To sell a ticket using the handheld machine the conductor will, upon receiving
payment, enter the destination using the interface.
v. The handheld machine will then print the ticket for issuance to the passenger.
vi. The system will provide the ability to add a configurable fine (either optional or
mandatory for use by the conductor) to a ticket by pressing the appropriate buttons
on the handheld machine interface (for example, if a new ticket must be issued
because a customer does not have a ticket or lost or has an expired ticket).
f. Smart Card Usage on the Handheld
i. The commuter upon presenting the smart card pass to the operator will be tapped
on the device. The device shall validate the smart card pass and register the trip.
The destination will not be captured for smart card pass.
ii. The handheld machine will have a trip validation functionality whereby when a
smart card pass is tapped to the reader, the trip origin and date/time of the
validation is displayed on the handheld device display.
iii. Upon successful completion of the transaction the handheld machine will transmit
transaction data to the central system, including:
1. Date and Time of Transaction
56
inactivity)
3. Diagnostic/ maintenance data (such as error records)
4. Exception data (such as alarms, memory clears, smart card passes not
matching system expectations based on the transaction records)
N. Scalability / Future Operational Requirement
i. The central software will be scalable to 2000 ETM machines, 50 smart card
personalization without any modifications to the central software except minor
configuration changes, the details of how scalable the FCS system shall be
provided in the SRS by CBITS vendor.
O. Reports Operational Requirements
i. Any portion of the transactional database will be exportable in standard formats
(such as.csv, xls, xlsx files etc) for analysis in third party programs. It will be
possible for users to build custom reports from the data in the transactional
database with support tools such as crystal reports and MS Excel
ii. The reports will be capable to be exported to pdf, xls, xlsx formats easily. A data
dictionary will be provided to purchaser to facilitate development of custom reports.
iii. The Central System will provide sufficient summarized and detailed data including
features to generate standard report based on pre-established criteria, as well as
as-required reports based on a user-definable set of search criteria.
iv. All reports will be generated using a query language and standard query engine (to
be approved by purchaser) that provides flexibility for future updates, and for
creation of new reports.
v. Reporting software will include the ability to generate graphs and charts based on
criteria and format defined by the user. All reports will be generated with
configurable time parameters, including as a minimum annual, monthly, weekly,
daily, hourly and with user defined start-end date and time ranges
vi. As a minimum, the central system will generate the following standard system
reports daily, weekly, monthly, quarterly and annually. The details of report
contents shall be determined in conjunction with purchaser during the design
phase.
A. Passenger trip reports;
B. Passenger fare reports;
C. Daily ridership reports;
D. Monthly summary ridership reports broken down by passenger type (Adult,
Child, Senior);
E. General daily, weekly, monthly, and year to date revenue reports;
F. Pass sale and reload summaries;
58
iv. The work station hard drive (SATA) shall have a capacity of at least 160 GB.
v. The work station shall be equipped with a media storage device capable of
CD/ DVD RW with a read & write speeds that are in accordance with the latest
industry standards.
vi. The work station shall be equipped with an integrated 10/100/1000 MB
Ethernet NIC.
vii. The work station shall be equipped with 6 USB 2.0 ports.
viii. Dual monitors utilizing flat-screen Liquid Crystal Display (LCD) technology
shall be employed, and shall provide a minimum 20 inches (measured
diagonally) viewable area. Monitors shall support a minimum 1600x1200
resolution.
ix. The Work-station shall be equipped with all standard accessories like
keyboard, mouse , Mic, head phone and Web camera etc.
The central system software (provided under this contract or other contracts) shall integrate the
display controller and view application to provide a single user interface
Wall mount for above display
60
SI shall provide an API to allow the passing of camera ID and preset ID from the any central
software to the video wall controller control and view application
SI shall provide an executable application that shall be embedded into the central system
software. All necessary licenses and documentation shall be included
SI shall provide an API to allow the passing of camera ID and preset ID from the any central
software to the video wall controller control and view application
SI shall provide an executable application that shall be embedded into the central system
software. All necessary licenses and documentation shall be included
Area of coverage will depend up-on size of depot . Bidders are advised to confirm size of depot,Design
of network etc through their own survey and experience.
e. Door interlock
f. Kneeling interlock
n. Transmission oil filter restriction switch, oil life, service indicator, sump oil
temperature, transmission oil level, Radiator Hydraulic oil temperature.etc.
MIS REPORTS
The CBITS reporting sub-system as a minimum will be delivered with capability to generate following
reports. An indicative list of reports is mentioned below the detailed list will be final in SRS of the
CBITS.
The details of reports and its corresponding field along with the format will be finalized at the time
of preparation of SRS by CBITS vendor in consultation with SUDA.
TESTING REQUIREMENTS
The CBITS vendor shall submit an Acceptance Test Procedures document (ATP), for Purchaser
approval prior to undertaking any testing. The ATP shall clearly address:
(1) How each testable specification requirement will be demonstrated, including the method for
performing the test?
(2) The results that will constitute success for each test;
(3) Responsibilities of both the Bidder and Purchaser ‟s representatives during each test; and
(4) A cross-reference to which contract requirements from the Requirements Matrix (RM) are
being addressed by each test procedure.
The ATP shall include an updated Requirements Matrix (RM) from the Design Document (DD), to
include the test stageat which each contract requirement will be demonstrated; and a cross-
reference to the test procedure(s) that serve to address each contract requirement.
63
The ATP shall be submitted to Purchaser at least three weeks in advance of any intended testing.
The ATP shall incorporate the following distinct testing stages for each deployment stage:
FT shall be completed by the CBITS vendor before the equipment and software is shipped to
Purchaser for installation, and deficiencies shall be rectified before shipping to SUDA for
installation. FT may be witnessed by SUDA‟s representatives (Purchaser staff and/or designated
support consultants).
IT shall be completed by the CBITS vendor after each installation, and deficiencies shall be
rectified before the initiation of ST. IT may be witnessed by SUDA’s representatives (SUDAs staff
and/or designated support consultants).
PT shall be completed by CBITS vendor after the installation of the central system and an initial
set of agreed installations, and deficiencies shall be rectified before the completion of the
remaining installations. PT shall be demonstrated for an integrated operation of all system
components and software using a minimum of 2 buses, 2 bus-depot, 5 hand held ticketing
machines, and if possible 1 pass (smart card) issuing station across the any one project city. PT
shall be witnessed by SUDA‟s representatives (SUDA’s staff and/or designated support
consultants). Failure to successfully demonstrate the PT may lead to termination of the contract
with no liability to Purchaser.
ST shall be completed by the SI after the entire system for each deployment stage has been
installed, and deficiencies shall be rectified before the initiation of BT. ST shall include the testing
of all spare components. ST shall be witnessed by SUDA’s representatives (SUDA’s staff and/or
designated support consultants).
Operation Acceptance of System shall be provided after one month of continuous fault free
running of system after SA.
DOCUMENTATION REQUIREMENTS
A. MANUALS
The CBITS vendor (SI) shall provide an As-Built Document (ABD) to SUDA at the completion of
each deployment stage. The ABD shall include:
(1) an inventory of all components supplied including Bidder, model number, serial number and
installation location;
(2) an inventory of all spare parts supplied including brand, model number, and serial number and
storage location;
(3) all reference and user manuals for system components, including those components supplied
by third parties;
(4) all warranties documentation, including that for components supplied by third parties;
(5) a diagram indicating the as-built inter-connections between components; and
(6) the version number of all software, including that supplied by third parties. The SI shall provide
Maintenance Manuals (MM) documenting as to
(1) how the system components were installed;
(3) the schedule/procedures for preventative maintenance, inspection, fault diagnosis, component
replacement and on-site warranty support administration on each system component.
The CBITS vendor shall provide a Systems Manuals (SM), documentation including:
(1) the configuration and topology of central systems hardware and software;
(2) central systems software functions and operations;
(3) scheduled maintenance required for the central systems; and
SUDA may authorize the CBITS vendor to proceed to the next testing stage with certain
deficiencies not yet resolved.
65
The CBITS vendor shall provide written notice to SUDA at least five days in advance of any
testing, indicating the specific tests to be completed as well as the date, time and location. The
CBITS vendor shall be required to reschedule testing if Purchaser witnessing representatives
cannot be present or if other circumstances prevent testing from taking place.
The CBITS vendor shall provide written Test Results Documentation (TRD) within one week of
completing each stage of testing. The TRD shall document the results of each ATP procedure
and provide an updated RM that indicates which contract requirements have been demonstrated.
The TRD must be approved before Purchaser will grant SA for a deployment stage.
SA will not be granted for a deployment stage until all contract requirements have formally
demonstrated through AT.
The RM shall be used as a “punch list” to track which requirements have not yet been
demonstrated at each stage of testing. A requirement classified as having been “demonstrated”
during a certain AT stage can be subsequently redefined as having been “not demonstrated” if
compliance issues merge prior to SA.
The CBITS vendor shall be responsible to carry out all the testing as per the satisfaction of the
purchaser and its representatives. All the costs those are associated with any testing are to be
borne by the Bidder including the costs of travel and accommodation of the purchaser or its
representatives from their home locations in their cost bid. In the interest of the CBITS vendor
maximum of three (3) people shall be nominated by the CBITS vendor to attend any such testing
wherever it is carried out.
The CBITS vendor shall provide detailed documentation that describes the system design,
configuration, training, as-built conditions, operation and maintenance. All documentation shall be
in English, shall utilize metric measurements, and shall be submitted directly to Purchaser in paper
hardcopy and electronically in Word/AutoCAD/Excel/Project and Adobe Acrobat.
Equipment installation drawings shall be prepared in AutoCAD and Adobe Acrobat and provided
on CD-ROM as well as hardcopies. The drawings shall contain sufficient detail including but not
limited to equipment dimensions, interfaces, cable details, equipment mounting and fire protection.
Electrical and electronic drawings shall be supplied to show engineering changes made to any
component or module any time during the contract period.
66
The manuals shall be complete, accurate, up-to-date, and shall contain only that information that
pertains to the system installed.
All pages of the documentation shall carry a title, version number, page number and issue date,
and shall contain a complete subject index. The Bidder shall be responsible for fully coordinating
and cross referencing all interfaces and are as associated with inter connecting equipment and
systems.
Each volume shall have a binder (stiff cover and spine), and drawings shall be protected by clear
plastic to with stand frequent handling. The binding arrangement shall permit the manual to be
laid flat when opened. The paper used shall be of good quality and adequate thickness for
frequent handling.
TRAINING REQUIREMENTS
The CBITS vendor shall be responsible for effectively providing training for at least:
• Decision Makers/Management
• Bus operators
• Drivers/Conductors
The actual number of each of above categories of trainees will be provided after mutual
agreement. The Bidder shall provide all training materials in both Microsoft Office and Adobe PDF
formats, consisting of graphics, video and animations on compact disc (CD) and digital video disc
(DVD) with a permission to reproduce copies later on.
The Training Plan (TP), including the training schedule and course outlines, must be provided to
Purchaser for review at least three weeks in advance of the start of training. The TP must be
approved by Purchaser before the start of training.
The CBITS vendor shall furnish all special tools, equipment, training aids, and any other materials
required to train course participants, for use during training courses.
67
The CBITS vendor shall publish all training document in web for stakeholders of city bus
operation.
The instructors shall demonstrate at thorough knowledge of the material covered in the courses,
familiarity with the training materials used in the courses , and the ability to effectively lead the
staff in a classroom setting.
If any instructors considered unsuitable by SUDA, either before or during the training, the CBITS
vendor shall provide a suitable replacement within one week of receiving such notice from SUDA.
The CBITS vendor shall provide brief refresher versions of each training course to the original
trainees between three to six months after SA for each deployment stage at no additional cost.
The CBITS vendor shall provide additional training to the original trainees after SA for each
deployment stage and if major modifications are made to the system.
Hardware Requirement for CBITS project:-
For successful run of CBITS project Following hardware/system software must be supply, install,
manage and maintained by vendor
Sl.No System Sub-System
1. DATA centre Component A. Blade servers
SUDA will provide chassis (HP C7000), SAN,
Firewall and other data centre common
infrastructure
B OS , Database server ,web server and map
server licenses
2. State level central command A. 2X2 video wall 75 “
centre B. 5 workstation computer
C. Communication hardware EPABX system
or EPABX card.
D. Networking and data wiring of composite
CCC.
3. UPTS command centre A. Large format smart display of 55” one at
each total 9 Nos.
B. 1 workstation computer at each UCC i.e.
total 9 workstation.
C. Communication hardware EPABX system
or EPABX card.
D. Networking and data wiring of composite
CCC.
4. Depot command centre A. Large format smart display of 55” one at
each location 22 total
D. 1 workstation computer at each DCC i.e.
total 22 workstation.
B. Communication hardware EPABX system
68
The performance of the overall ITS system should meet the following service levels
The table 1 below provides the Service Levels to be adhered to by the Bidder during
the operational hours of the Project. The preventative maintenance and the scheduled
down time shall be carried out by the Bidder during the non-operational hours of the
project. In case of not meeting the SLA‟s, the corresponding penalties as defined in
theTable1shall apply.
Table1–
*Minor–Least effect on normal operations without any notice able effect of the
cause
^Major– Noticeable effect causing inconvenience due to operational issues for more than 10
minutes of intended operations
72
Available Records, Maps, Drawings, Reports & Other Technical Data in their
possession which shall remain property of the Client.
Support regarding obtaining licenses, clearances, approvals etc.
Availability of common infrastructure at state data centre
Electrical and environment ready control centre.
Interaction with government departments, stakeholders of City Bus project regarding
making decisions and on approval of various issues.
Work closely with the CBITS and provide clarifications sought by them
Periodic review and testing of SLA implemented for accuracy and completeness in the
reports generated from the system
Issue directions to CBITS as may be needed
Release the payment on time
Nominate the officers, stakeholders for training
Coordinate with stakeholders internal and external for the smooth operations
A. Before 6 months prior to the contract ending, the CBITS vendor shall fully train
SUDA/UPTS/other vendor staff or any other agency designated by SUDA who is
designated to take over the operations of the system as well as the maintenance of the
ITS System.
B. The SI shall be responsible for transferring all the knowledge regarding the ITS Systems,
technically and operationally to enable the new agency/ SUDA to carry out the requisite
functions.
C. All latest operations & technical manuals, configuration files, software, licenses, as- built
drawings etc shall be handed over to SUDA at least 3 months before contract completion.
D. Purchaser shall release the Performance Security to the Bidder only after satisfactory Exit
Management is achieved as part of the project and CBITS is obligated to perform all
required additional functions to facilitate the same for a smooth transfer of the duties.
A. After termination notice by the Purchaser, the Bidder shall as soon as possible and within
90 days (Termination Period) fully train SUDA staff or any other agency designated by
73
SUDA who is designated to take over the operations of the system as well as the
maintenance of the ITS System.
B. The Bidder shall be responsible for continuing the O&M as per the scope of the contract
during the Termination period as per the SLA's (Service Level Agreements).
C. The CBITS shall be responsible for transferring all the knowledge regarding the ITS
Systems, technically and operationally to enable the new agency/ SUDA to carry out the
requisite functions.
D. All latest operations & technical manuals, configuration files, software, licenses, as- built
drawings etc shall be handed over to Purchaser within 1 month after termination notice.
E. SUDA shall release the requisite payments to the CBITS pursuant to the agreement
Clauses to the CBITS vendor only after satisfactory Exit Management is achieved as part
of the project and CBITS vendor is obligated to perform all required additional functions
to facilitate the same for a smooth transfer of the duties.
RDBMS & SQL Support: All databases used in project are to be standard RDBMS and all
SQL related queries & data t y p e s must conform to ISO SQL.
If the Bidder proposes to use Sub-contractors for the provision of certain key services, written
agreements by the proposed firms to provide these services in case of contract(s) resulting from
this bidding are required for the following types/categories of services:
a. Wireless /wired connectivity
b. Installation, Maintenance Services, On-site support personnel during O & M period
c. Handheld Electronic Ticketing Agency
(d) monthly log of service calls and problem resolutions Any other report as required by the
purchaser which is related to the requirements of the contract.
Such report format must be submitted by CBITS vendor as annexure to Induction report. Such
plan will be approved by SUDA with consultation with CBITS vendor.
The CBITS shall prepare and furnish to the Project Manager all the necessary documents for
which the CBITS must obtain the SUDA’s approval before proceeding with work on the System or
any Sub-system covered by the documents. The following is an indicative but not an exhaustive
list of documentation and the purchaser can request for additional submissions during the course
of the project:
i. ITS system detailed design
ii. ITS Operations manuals
iii. Project Organization and Management Plan
iv. Delivery and Installation Plan
v. Training Plan
vi. Pre-commissioning Plan
vii. Factory Acceptance Testing Plan
viii. Site integration Test Plan
ix. Site Acceptance Test Plan
x. O&M support Service Plan
xi. Task, Time, and Resource Schedules
xii. Technical Support Plan
xiii. Preventive Maintenance plan
xiv. Exit Management Plan
all such above plan must be submitted by CBITS vendor as annexure to Induction report.
Such plan will be approved by SUDA with consultation with CBITS vendor.
SUDA may depute qualified inspectors to inspect and certify the Information Technologies
hardware , Materials, and other Goods prior to shipment. A prototype might be requested by the
purchaser to be submitted before complete shipment for inspection.
The CBITS vendor shall obtain Third-Party Liability Insurance in the amount of INR 50 Lacs (Fifty
Lacs). The Insurance shall cover the entire Contract Period.
. The Supplier shall meet the Employer’s liability and workers’ compensation insurance in
respect of its personnel of the Supplier including subcontractors if any, in accordance with
the relevant provisions of various labour laws as applicable, as well as, with respect to
76
such Personnel, any such life, health, accident, travel or other insurance as may be
appropriate;
The Supplier while employing the man-power required for the operations & Maintenance
of the project shall be responsible for following all the required mandates as per the
prevailing laws Ex: Income Tax rules, Labour Laws, Employee benefits, employee related
insurances etc. ;and
Insurance against loss of or damage to (a) equipment purchased in whole or in part with
funds provided under this Contract, (b) the sub-systems that have been accepted by the
purchaser (c) any documents (software of the ITS systems) prepared by the Supplier in
the performance of the Services with a minimum coverage of two times the value of the
contract.
The insurance shall cover the entire contract period commencing from the date of the
signing of the contract till the effective date of the expiry of the contract.
The Supplier shall maintain standard forms of comprehensive insurance including liability
insurance, system and facility insurance and any other insurance for the personnel,
Assets, data, software, etc.
The certificates of insurance shall indicate that the insurance company will notify the
purchaser if, for any reason, the insurance coverage lapses.
If due to any reason the Supplier and purchaser are not able to finalize a change in the
system (ex: including a hardware component or a software functionality which was not
anticipated earlier), the purchaser reserves a right to get the change executed by any
other third party. However the component or functionality being a part of the
comprehensive system, the original Supplier shall have obligation to support any
integration effort required whatsoever and extend full co-operation to the third party and
the purchaser.
The Bidder should have the following minimum key professional staff members for 120 months
with the qualifications specified.
2. Operations Manager
3. System Admin
4 Technical Helpdesk-3 Nos
a) CBITS Vendor shall ensure that each member of the Key Personnel devotes
substantial working time to perform the services to which that person has been assigned
as per the proposal.
b) CBITS Vendor shall use commercially reasonable efforts to ensure it retains the services
of its Key Personnel, including provisioning of competitive compensation, benefits and
other conditions to its Key Personnel so as to incentivize them to remain in CBITS
Vendor's employment.
c) CBITS Vendor shall not make any changes to the composition of the Key
Personnel and not require or request any member of the Key Personnel to cease or
reduce his or her involvement in the provision of the Services during the Term (or agree
to any request other than from SUDA that would have the same effect):
(i) unless that person resigns, is terminated for cause, dies, is long-term
disabled, is on permitted mandatory leave under Applicable Law or retires; or
(ii) Without SUDA's prior written consent.
d) CBITS Vendor shall promptly notify SUDA of its intention to re-hire any member of the
Key Personnel who had resigned from CBITS Vendor in the previous 12-month period.
SUDA shall have the right to request that any member of the Key Personnel who
resigns and is re-hired by CBITS Vendor within 12 months of the resignation date be re-
assigned to the provision of the Services.
2.9.3 Evaluations
a) CBITS Vendor shall carry out an evaluation of the performance of each member of the
Key Personnel in connection with the Services at least once in each Contract Year. CBITS
Vendor shall provide reasonable written notice to SUDA of the date of each evaluation of
each member of the Key Personnel and SUDA shall be entitled to provide CBITS Vendor
with input for each such evaluation.
2.9.4 Replacement
a) In case the resource has resigned then the bidder has to inform within one week of
such resignation.
78
b) CBITS Vendor shall promptly initiate a search for a replacement and use commercially
reasonable efforts (including the expenditure of reasonable sums, such as to engage
the services of a recruiting firm) to ensure that the role of any member of the Key
Personnel is not vacant for any longer than 30 days, subject to reasonable extensions
requested by CBITS Vendor of SUDA.
c) Before assigning any replacement member of the Key Personnel to the provision of the
Services,
CBITS Vendor shall provide SUDA with:
(i) a resume, curriculum vitae and any other information about the candidate
that is reasonably requested by SUDA; and
(ii) an opportunity to interview the candidate.
d) The bidder has to provide replacement resource who score at least the same marks as
the resource proposed originally on the same evaluation parameters defined in this RFP
document. Once this is confirmed, the SUDA shall conduct an interview of the candidate
and notify CBITS Vendor within ten days after its interview (or if SUDA does not request
an interview within ten working days after CBITS Vendor has provided the information,
then it would be deemed as accepted).
e) If SUDA does object to the appointment, CBITS Vendor shall not assign the individual to
that position and shall seek an alternative candidate in accordance with this Section.
f) The bidder has to ensure at least 4 weeks of overlap period in such replacements
a) If in the first 6 month period from the Contract Effective Date or in any rolling 12 months
period during the Term, 15 percent or more of the members of the Key Personnel cease
or reduce their involvement in the Services for any reason other than with
SUDA's prior written consent, CBITS Vendor shall:
(i) provide SUDA with a reasonably detailed explanation as to the reasons for
such change, including, where applicable and permitted, notes from any exit
interviews conducted by CBITS Vendor with any departing member of the Key
Personnel; and
(ii) if such change to Key Personnel has or is likely to have any material adverse impact
on the provision of the Services or any substantial part thereof, undertake, at its own
costs, such remediation acts as are reasonably necessary in order to improve the
retention of the Key Personnel including making reasonable changes to the human
resources policies and procedures applicable to the Key Personnel (including
those related to compensation, benefits and other conditions so that they are
competitive with the market) as may be necessary to ensure that such policies and
procedures comply with Good Industry Practice.
During the Termination Period and thereafter, SUDA and its Affiliates shall have the
right to solicit and hire:
(i) in case of a termination for convenience, 70% members of the Key Personnel; and
(ii) in case of a termination other than for convenience, all members of the Key
Personnel; plus, in each case, any two members of the CBITS Vendor
Team (other than Key Personnel) of SUDA's choice and at its sole discretion.
4
Establish Control Centre and Data Centre Hosted in T + 90 Days
requisite premises
5
Full Scope Pilot Testing Start – Hardware Installation/ T + 110 Days
Necessary Training/ GPRS Connectivity/ Cash Ticketing
& Audit etc.
6
Pilot Testing End – Presentation on meeting all T +120 Days
evaluation requirements set by the Pilot committee,
customization & full roll-out Plan
7
Full Roll Out: Application/ Development Customization/ T + 140 Days
Testing (providing necessary certification for the entire
system) and addressing all mentioned functionality
including Training to all end users
8
Go Live T + 150 Days
Note: The sub milestones of the above milestones will be decided at the time of SRS
preparation.
80
The performance of the overall ITS system should meet the following service
levels
Programmer • MCA / B.Tech / BE (IT or CS) / Certified DBA with minimum of 5 years of
work experience with 2 years or more as a DBA for an IT project.
• At least 3 years of experience of working on proposed ERP / COTS
Solution.
System Analyst • MCA / B.Tech / BE (IT or CS) / GNIIT, BCA with minimum 3 years of
experience in support role for an IT project
• Adequately skilled on the application platforms proposed for the project
• Experience of System integration
• Experience in IT infrastructure management, networking, trouble
shooting, software applications support etc.
Database • MCA / B.Tech / BE (IT or CS) / Certified DBA with minimum of 5 years of
Administrator work experience with 2 years or more as a DBA for an IT project.
• Experience in database activities like instance tuning, schema
management, space management, backup and recovery, disaster
recovery, data replication, database refresh etc.
Data Entry • Adequate computer skills and knowledge of application modules like
Operator DMS etc.
• Rewrite content and update it
• Must have good typing speed (at least 6000 key depressions per hour)
• Should have good knowledge of MS office.
• At least 4 to 5 months experience in data entry.
• Should be comfortable in spoken and written English and <local
language>
• Accurately enter data from Hard Copies; maintain productivity and
Consistency; ensure quality; deliver on deadlines.
• Candidate must be willing to learn & work under pressure.
82
Services of STQC may be explored as third party agency (TPA) for certifications. In this
section the word “Third party agency” means any external agency involved in “audit
assessment it may be a single or separate agencies appointed for each of these activities. In
case of TPA appointment all such TPA charges will be borne by SUDA but CBITS vendor
must provide facility management and all derivable required for such certification at their own
(CB ITS vendor) cost.
The primary goal of Acceptance Testing and Certification is to ensure that the Project
(including all the project components as discussed in the scope of work/Scope of work of
SRS) meets requirements, standards, specifications and performance, by ensuring that
the following are associated with clear, quantifiable metrics for accountability:
− Functional requirements
− Infrastructure (Hardware and Network) Compliance Review
− Availability of the project Services in the defined locations
− Performance
− Security
− Manageability
− SLA Reporting System
− Project Documentation (Design, development, configuration, training and
administration manuals etc)
− Data Quality Review
As part of Acceptance testing, performed through a third party agency, SUDA shall review all
aspects of project development and implementation covering software, hardware
and networking including the processes relating to the design of solution architecture, design
of systems and sub-systems, coding, testing, business process description, documentation,
version control, change management, security, service oriented architecture, performance in
relation to defined requirements, interoperability, scalability, availability and compliance
with all the technical and functional requirements of the RFP and the agreement.
The procedures and parameters for testing will be laid down by the Third Party
Agency after approval from SUDA; the solution deployed by the vendor has to satisfy third
party acceptance testing upon which the system shall go-live, subject to SUDA/Departmental
approval.
83
The Department / SUDA will establish appropriate processes for notifying the selected
vendor of any shortcomings from defined requirements at the earliest instance after noticing
the same to enable the selected vendor to take corrective action. All gaps identified shall be
addressed by the vendor immediately prior to Go-live of the solution. It is the responsibility of
the selected Bidder to take any corrective action required to remove all shortcomings, before
the roll out of the project.
It is to be noted that the involvement of the third party for acceptance testing and certification,
does not absolve the vendor of his responsibilities to meet all SLAs as laid out in this RFP
document.
It is to be noted that:
SUDA may get the solution audited through a Third Party before Go-Live and periodically
after Go-Live in order to ensure the success of the project. Such third-party agency for
carrying out the acceptance testing and certification of the entire solution will be nominated
by the Department/SUDA. Following discusses the acceptance criteria to be adopted for the
project as mentioned above. The list below is indicative and the activities will include but not
be limited to the following:
Security Review
The software developed/customized shall be audited by the agency from a security and
controls perspective. Such audit shall also include the IT infrastructure and network deployed
84
for the project. Following are the broad activities to be performed by the Agency as part of
Security Review. The security review shall subject the solution to the following activities.
Performance
Performance is another key requirement for the project and the agency shall review
the performance of the deployed solution against certain key parameters defined in
SLA. Such parameters include request-response time, work-flow processing time,
concurrent sessions supported by the system etc, Disaster Recovery drill etc. The
performance review also includes verification of scalability provisioned in the solution for
catering to the project requirements.
Availability
The solution should be designed to remove all single point failures. Appropriate redundancy
shall be built into all the critical components to provide the ability to recover from failures. The
agency shall perform various tests including network, server, security, DC/DR fail-over tests
to verify the availability of the services in case of component/location failures. The agency
shall also verify the availability of the project services to all the users in the defined locations.
Manageability Review
The agency shall verify the manageability of the solution and its supporting infrastructure
deployed using the Enterprise Management System (EMS) proposed by the selected Bidder.
The manageability requirements include requirements such as remote monitoring,
administration, configuration, inventory management, fault identification etc.
Project Documentation
The Agency shall review the project documents developed by the selected Bidder including
requirements, design, source code, installation, training and administration manuals, version
control etc. Any issues/gaps identified by the Agency, in any of the above areas, shall be
addressed to the complete satisfaction of the Department.
Data Quality
The Agency shall perform the Data Quality Assessment for the Data digitized by selected
Bidder and the data migrated by the vendor to the new system. The errors/gaps identified
during the Data Quality Assessment shall be addressed by the vendor before moving
the data into production environment, which is a key mile stone for Go-live of the solution.
1. 10%
CBITS vendor to conduct requirement analysis –
mapping stakeholders and submit functional/technical
requirement specification induction and Inception report.
2. 5%
Submit solution design documents (incl. interfaces with
existing databases and technology)
3. 20%
Application/ Development Customization/ Testing
4 10%
Establish Control Centre and Data Centre Hosted in
requisite premises
5 10%
Full Scope Pilot Testing Start – Hardware Installation/
Necessary Training/ GPRS Connectivity/ Cash Ticketing
& Audit etc.
6 15%
Pilot Testing End – Presentation on meeting all
evaluation requirements set by the Pilot committee,
customization & full roll-out Plan
7 15%
Full Roll Out: Application/ Development Customization/
Testing (providing necessary certification for the entire
system) and addressing all mentioned functionality
including Training to all end users
8 10%
Go Live
9 10%
After Completion of 3 years of maintenance period after
go live
Note : The Penalties will be calculated for every week of delay on the milestone subject to
maximum of 10% of contract value.
86
After completion of three years from date of go-live SUDA may appoint maintenance and service
provider for entire CBITS project. CBITS vendor may bid in future projects under downstream
work.
b. Without prejudice to the rights of the SUDA under Clause above and the rights
and remedies which the SUDA may have under the LOI or the Agreement, if an
Bidder or Systems Implementation Agency, as the case may be, is found by the
Authority to have directly or indirectly or through an agent, engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue of the LOI or
the execution of the Agreement, such Bidder or Systems Implementation Agency
shall not be eligible to participate in any tender or RFP issued by the SUDA during a
period of <2 (two) years> from the date such Bidder or Systems Implementation
Agency, as the case may be, is found by the <Nodal Agency> to have directly or
through an agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice, as the case may be.
87
c. For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them:
iv. “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by SUDA with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence
the Selection Process; or (ii) having a Conflict of Interest; and
a. A bidder shall not have a conflict of interest that may affect the Selection Process
or the Solution delivery (the “Conflict of Interest”). Any Bidder found to have a
Conflict of Interest shall be disqualified. In the event of disqualification, the SUDA
shall forfeit and appropriate the EMD, if available, as mutually agreed genuine pre-
estimated compensation and damages payable to the SUDA for, inter alia, the time,
cost and effort of the
SUDA including consideration of such Bidder’s Proposal, without prejudice to any
88
other right or remedy that may be available to the SUDA hereunder or otherwise
b. The SUDA requires that the Implementation Agency provides solutions which at
all times hold the SUDA’s interests paramount, avoid conflicts with other assignments
or its own interests, and act without any consideration for future work. The Systems
Implementation Agency shall not accept or engage in any assignment that would be
in conflict with its prior or current obligations to other clients, or that may place it in a
position of not being able to carry out the assignment in the best interests of the
SUDA.
c. Without limiting the generality of the above, an Bidder shall be deemed to have a Conflict
of Interest affecting the Selection Process, if:
i. the Bidder, its consortium member (the “Member”) or Associates (or
any
constituent thereof) and any other Bidder, its consortium member or Associate
(or any constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in cases
where the direct or indirect shareholding or ownership interest of an Bidder, its
Member or Associate (or any shareholder thereof having a shareholding of
more than 5 per cent of the paid up and subscribed share capital of such
Bidder, Member or Associate, as the case may be) in the other Bidder, its
consortium member or Associate is less than
5% (five per cent) of the subscribed and paid up equity share capital thereof.
For the
purposes of this Clause, indirect shareholding held through one or
more intermediate persons shall be computed as follows:
− where any intermediary controlled by a person through management
control or otherwise, the entire shareholding held by such controlled intermediary in
any other person (the “Subject Person”) shall be taken into account for
computing the shareholding of such controlling person in the Subject Person;
where a person does not exercise control over an intermediary, which has
shareholding in the Subject Person, the computation of indirect shareholding
of such person in the Subject Person shall be undertaken on a proportionate
basis; provided, however, that no such shareholding shall be reckoned
under this Sub-clause if the shareholding of such person in the intermediary
is less than 26% (twenty six per cent) of the subscribed and paid up equity
shareholding of such intermediary; or
iii. such Bidder or its Associate receives or has received any direct or indirect
subsidy or grant from any other Bidder or its Associate; or
iv. such Bidder has the same legal representative for purposes of this Application
as any other Bidder; or
v. such Bidder has a relationship with another Bidder, directly or through
common third parties, that puts them in a position to have access to each
others’ information about, or to influence the Application of either or each of
the other Bidder; or
vi. there is a conflict among this and other Systems Implementation/Turnkey
solution assignments of the Bidder (including its personnel and other members,
89
The bidders are expected to respond to the RFP using the forms given in this
section and all documents supporting Pre-Qualification / Technical Evaluation Criteria.
Form 11: Project Approach, Methodology , Deployment of Personnel, Project Schedule etc.
(Limited to 10 A4 size pages)
(The pre-qualification proposal should comprise of the following basic requirements. The
documents mentioned in this compliance sheet along with this form, needs to be a part of the
Pre-Qualification proposal)
92
To,
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<email id>
Whereas <<Name of the bidder>> (hereinafter called 'the Bidder') has submitted the bid for
Submission of RFP # <<RFP Number>> dated <<Date>> for <<Name of the assignment>>
(hereinafter called "the Bid") to <SUDA>
Know all Men by these presents that we << >> having our office at <<Address>>
(hereinafter called "the Bank") are bound unto the <SUDA> (hereinafter called "the
Purchaser") in the sum of Rs. <<Amount in figures>> (Rupees <<Amount in words>> only)
for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these presents. Sealed with the Common Seal of the said Bank
this <<Date>>
1. If the Bidder having its bid withdrawn during the period of bid validity specified by the
Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the
period of validity of bid
(a) Withdraws his participation from the bid during the period of validity of bid document;
or
(b) Fails or refuses to participate in the subsequent Tender process after having
been short listed;
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it owing to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee will remain in force up to <<insert date>> and including <<extra time over
and above mandated in the RFP>> from the last date of submission and any demand in
respect thereof should reach the Bank not later than the above date.
94
I. Our liability under this Bank Guarantee shall not exceed Rs. <<Amount in figures>>
(Rupees
<<Amount in words>> only)
II. This Bank Guarantee shall be valid upto <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this Bank Guarantee that we receive a valid written claim or demand for
payment under this Bank Guarantee on or before <<insert date>>) failing which our
liability under the guarantee will automatically cease.
Bank) Seal:
Date:
95
(The Technical proposal should comprise of the following basic requirements. The
documents mentioned in this compliance sheet along with this form, needs to be a part
of the Technical proposal)
95 | P a g e
96
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<email id>
Subject: Submission of the Technical bid for <Name of the Systems Implementation
We hereby declare that all the information and statements made in this Technical bid are
true and accept that any misinterpretation contained in it may lead to our disqualification.
We agree to abide by all the terms and conditions of the RFP document. We would hold
the terms of our bid valid for <90> days as stipulated in the RFP document.
96 | P a g e
80
Relevant IT project experience (provide no more than 5 projects in the last 5 years)
General Information
Project Details
Scope of services
Other Details
80 | P a g e
81
Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present Approach and Methodology divided into the
following sections:
a) Solution Proposed
b) Understanding of the project (how the solution proposed is relevant to the understanding)
c) Technical Approach and Methodology
S. Proposed Solution Version & OEM Features O&M Support Reference in the
(Provide the Product Year of & (Warranty/ATS/ Submitted Proposal
No
Name or fill Custom Release Functio : as required (Please provide
Built, in case of a n alities as per RFP) page
new development) number/section
number/ volume)
81 | P a g e
82
82 | P a g e
83
1
Calendar
No Activity Months
1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5
1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception,
interim, and final reports), and other benchmarks such as Purchaser approvals. For phased
assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.
3 All activities should meet the 8/80 criteria i.e should at least take 8 hours and a maximum of 80
hours.
83 | P a g e
84
Time
Name of Staff
Positio committed
with Area of Task
n for the
qualification and Expertise Assigned
Assigne engageme
experience d nt
84 | P a g e
85
General Information
Academic Qualifications:
Degree
Academic institution graduated from
Year of graduation
Specialization (if any)
Key achievements and other
relevant information (if any)
85 | P a g e
86
86 | P a g e
87
Total
staff
Staff input in Months (in the form of a bar chart)2
No Name of Staff man-
months
propose
1 2 3 4 5 6 7 8 9 10 11 12 n Total
Total
1. Professional Staff the input should be indicated individually; for Support Staff it should be indicated by
category
2 Months are counted from the start of the assignment.
87 | P a g e
88
[This section should contain any assumption on areas which have not been provided in
the RFP OR any changes to the existing provisions of the RFP] A - On the Terms of
Reference
[Suggest and justify here any modifications or improvement to the Scope of Work you are
proposing to improve performance in carrying out the assignment (such as deleting some
activity you consider unnecessary, or adding another, or proposing a different phasing of the
activities). Such suggestions should be concise and to the point, and incorporated in your
Proposal.]
88 | P a g e
89
Dear Sir:
Ref: Your RFP Ref: [*] dated [*]
We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical
support and maintenance obligations required by the contract.
Yours faithfully,
(Name)
(Name of Producers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to bind the manufacturer.
The Bidder in its Bid should include it.
89 | P a g e
90
Form 14
Categories of Software
The following table assigns each item of Software supplied and installed under the Contract to
one of the three categories: (i) System Software, (ii) General-Purpose Software, or (iii)
Application Software; and to one of the two categories: (i) Standard Software or (ii) Custom
Software.
90 | P a g e
91
91 | P a g e
92
To:
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<email id>
92 | P a g e
93
<Location, Date>
Subject: Submission of the Financial bid for <Provide Name of the Implementation Assignment>
Dear Sir/Madam,
We, the undersigned, offer to provide the Implementation services for <<Title of
Implementation Services>> in accordance with your Request for Proposal dated <<Date>>
and our Proposal (Technical and Financial Proposals). Our attached Financial Proposal
is for the sum of
<<Amount in words and figures>>. This amount is inclusive of the local taxes.
All the prices mentioned in our Tender are in accordance with the terms as
specified in the RFP documents. All the prices and other terms and conditions of
this Bid are valid for a period of 180 calendar days from the date of opening of the
Bid.
We hereby confirm that our prices include all taxes. However, all the taxes are
quoted separately under relevant sections.
We understand that the actual payment would be made as per the existing indirect
tax rates during the time of payment.
2. UNIT RATES
We have indicated in the relevant forms enclosed, the unit rates for the purpose of on
account of payment as well as for price adjustment in case of any increase to / decrease
from the scope of work under the contract. Here by we are authorizing SUDA to have
power to increase or decrease hardware, software and service scope of work and quantity.
3. DEVIATIONS
We declare that all the services shall be performed strictly in accordance with the Tender
documents except for the variations and deviations, all of which have been detailed out
exhaustively in the following statement, irrespective of whatever has been stated to the
contrary anywhere else in our bid.
Further we agree that additional conditions, if any, found in the Tender documents, other
than those stated in deviation schedule, shall not be given effect to.
4. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your
Instruction toBidders included in Tender documents.
5. QUALIFYING DATA
93 | P a g e
94
6. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the rfp
document. These prices are indicated Commercial Bid attached with our Tender as part of
the Tender.
We hereby declare that in case the contract is awarded .to us, we shall submit the
Performance Bank Guarantee as specified in the <Appendix III> of this RFP document.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal.
We understand you are not bound to accept any Proposal you receive.
We hereby declare that our Tender is made in good faith, without collusion or fraud
and the information contained in the Tender is true and correct to the best of our knowledge
and belief.
We understand that our Tender is binding on us and that you are not bound to accept a
Tender you receive.
Thanking you,
We remain,
Yours sincerely,
Authorized Signature:
Address:
94 | P a g e
95
Total
Cost
Total cost in figures:
95 | P a g e
96
Component No
S. of Rate Total Cost
Category Components / (per unit) (
No.
Units of (Y) = X*Y)
Service (X)
A. Hardware Related Costs with the AMC for the period of 5 years from the Go-Live of the project
PCs
1. Infrastructure / Hardware Printers
…
Others
2. Infrastructure Installation
and
Testing / Miscellaneous Charges Others
Total A:
B. Networking Related Costs
Routers
Switch
1. Network Related Infrastructure Switch
….
LAN Cabling
96 | P a g e
94
Component No
S. of Rate Total Cost
Category Components / (per unit) (
No.
Units of (Y) = X*Y)
Service (X)
Network Testing /
2.
Bandwidth/ Miscellaneous
Charges Others
Total B:
C. Application Development & Database Creation
1. Application and Portal
Development
Total C:
D : Operations and Maintenance Costs (Quarterly Expenses for 5 years of contract after ‘”Go-Live”) (D)
1. Connectivity Charges
(internet connectivity
provided etc.)
Application Maintenance &
2. Operational Expense
including upgradation,
deployment of patches,
fixes etc.
Infrastructure Maintenance
3. Expense (Helpdesk, deployed
hardware & network infrastructure
4. etc.)
5.
Total D:
E: Support Manpower
1. Programmer
2. System Analyst
3. Database Administrator
4. Project Manager
….
Total E:
F. Data Digitization
<2 persons for
3 months (6)
Cost of digitization of data (data entry of the OR Number of
1. Master data and minimum historical filed/ records to
transactional data entry) be entered>
Total F:
G. Training
Training Cost Per Person for
<Nos.
1. Basic computer skills K 20*K
resources to
be trained>
94 | P a g e
95
Component No
S. of Rate Total Cost
Category Components / (per unit) (
No.
Units of (Y) = X*Y)
Service (X)
2. <Nos.
Advanced training on the Application modules L 100*L
resources to
Total G: be trained>
H. Deployment of requisite infrastructure for Data center & IT Disaster Recovery
1
1. Deployment of requisite infrastructure for <Servers >
Data center
2. <Networking
equipments>
<Storage
3. equipments
(SAN
etc.)>
<Back up
4.
equipments>
5. <Server OS
license>
6. <Database
license>
7. <Anti-virus>
8. <….>
9. <Installation &
testing charges>
10. <Others>
4. <Electricity
charges>
<Maintenance of
5. the H/w &
system
software>
1
Any hardware proposed should include the AMC for a period of 10 years from the Successful Go-Live.
95 | P a g e
96
Component No
S. of Rate Total Cost
Category Components / (per unit) (
No.
Units of (Y) = X*Y)
Service (X)
<Maintenance
6. & updation of
Anti- virus>
7. <Physical
Security>
8. <…..>
9. <Others>
Total I :
Notes:
1. Any item/ material either hardware or software or system software or other software
licenses or services required to meet the functionality specified in the tender document
whose related component is missing in the above table has to be accounted by the Bidder
and the cost of the same is assumed to be reflected and taken care in the cost specified to
The Purchaser by the Bidder in the financial bid. The Purchaser is liable only to pay the
Capital Expenditure and the Operating Expenditure as per the payment terms mentioned to
the Bidder to meet all the requirements as specified in the bidding documents.
2. The Bidder has to modify the above indicative table and make a comprehensive list of
System inventory table by including the components which the Bidder might think are
relevant based on the Bidders design to meet all the bid requirements indicating the costs
of the same in the financial bid.
3. The Bidder on its own shall assess the quantity of spares/ consumables to meet the SLA
clauses mentioned in the bid requirements as separate item against each item as a cost
and quantity. The evaluation will take the total cost incurred for The Purchaser inclusive of
spares/ consumables while evaluating the bids. Such spares quantity shall in no case be
less than 10% of each specific line item rounded off to the nearest higher number in case of
critical components as per Bidders discretion.
4. The evaluation will take the total cost incurred for The Purchaser inclusive of spares/
consumables while evaluating the bids which is to be included by the Bidder in the Capital
Expenditure itself.
5. The Capital Expenditure shall be inclusive of all the installation, commissioning, testing and
any other costs that might be incurred by the Bidder during the duration of the contract.
6. All duties, taxes and other levies payable on the raw material, equipment’s and components
shall be included in the costs specified.
Name of Bidder:
96 | P a g e
97
Costs MUST reflect prices and rates quoted in accordance with this RFP. Unit prices for the
same item appearing several times in the table must be identical in amount and currency.
Prices must include all taxes, duties, levies and fees whatsoever, except only VAT or other
indirect taxes, or stamp duties, that may be assessed and/or apply in the Purchaser’s country
on/to the price of the Services invoiced to the Purchaser, if the Contract is awarded.
NOTES:
1. The financial evaluation would however be done basing on the Net Present Value (NPV)
concept for the entire contract period.
2. The above costs should be inclusive of all expenses, over-heads, consumables, GPRS
communication, etc. and covering the entire scope as per the tender document during the
O&M Period (72 months).
3. The recurrent costs shall also be calculated to meet the SLA’s specified in the Section VI –
Chapter B for the Contract Period.
4. All duties, taxes and other levies payable shall be included in the costs specified.
5. The Bidder is not allowed to quote a Unit Rate for an Operations Item for a subsequent
year to be lower than the Unit Rate of the current year; it can utmost be equal if not higher
than the current year.
Name of Bidder:
Authorized Signature of Bidder:
97 | P a g e
98
PERFORMANCE SECURITY:
<Name>
<Designation>
<Address>
<Phone Nos.>
<Fax Nos.>
<email id>
Whereas, <<name of the supplier and address>> (hereinafter called “the bidder”) has
undertaken, in pursuance of contract no. <Insert Contract No.> dated. <Date> to provide
Implementation services for <<name of the assignment>> to SUDA (hereinafter called “the
beneficiary”)
And whereas it has been stipulated by in the said contract that the bidder shall furnish you
with a bank guarantee by a recognized bank for the sum specified therein as security for
compliance with its obligations in accordance with the contract;
And whereas we, <Name of Bank> a banking company incorporated and having its head
/registered office at <Address of Registered Office> and having one of its office at <Address
of Local Office> have agreed to give the supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on behalf of
the supplier, up to a total of Rs.<Insert Value> (Rupees <Insert Value in Words> only) and
we undertake to pay you, upon your first written demand declaring the supplier to be in
default under the contract and without cavil or argument, any sum or sums within the limits
of Rs. <Insert Value> (Rupees
<Insert Value in Words> only) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the bidder before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
contract to be performed there under or of any of the contract documents which may be
made between you and the Bidder shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition or modification.
98 | P a g e
98
I. Our liability under this bank guarantee shall not exceed Rs. <Insert Value> (Rupees
<Insert
Value in Words> only).
II. This bank guarantee shall be valid up to <Insert Expiry Date>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof
arising under this bank guarantee that we receive a valid written claim or demand for
payment under this bank guarantee on or before <Insert Expiry Date>) failing which our
liability under the guarantee will automatically cease.
[Type text]
99
Originator:
Sponsor:
Date of Initiation:
Details of Proposed Change
(To include reason for change and appropriate details/specifications. Identify any
attachments as
A1, A2, and A3 etc.)
Authorized by : Date:
Name:
Signature: Date:
Received by the IP
Name:
Signature:
Impact:
Deliverables:
[Type text]
100
Timetable:
Signature:
101
Annexure- 1
Pre Contract Integrity Pact
1. GENERAL
1.1. This Pre-Bid Contract Agreement (here in after called the Integrity Pact) is made on
_______ day of the month…….20…., between, the Government of Chhattisgarh acting
through Shri_______________________ (Designation of the officer, Department)
Government of Chhattisgarh (hereinafter called the “ BUYER”, which expression shall
mean and include, unless the context otherwise requires, his successors in the office
and assigns) and the First Party, propose to procure (name of the
Stores/Equipment/Work/Service) and M/s…………………………..represented by Shri
………………….. Chief Executive Officer (hereinafter called the “BIDDER/Seller”, which
expression shall mean and include, unless the context otherwise requires, his
successors an permitted assigns) and the second party, is willing to offer/has offered.
2. OBJECTIVES
NOW, THEREFORE, the BUYER and the BIDDER agree to enter into this pre-contract
agreement, hereinafter referred to as Integrity Pact, To avoid all forms of corruption by following a
system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and
subsequent to the currency of the contract to be entered into with a view to:
2.2 Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and the BUYER will commit to prevent
corruption, in any form, by its officials by following transparent procedures.
3.1. The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER, either for themselves or for
any person, organization or third party related to the contract in exchange for an
advantage in the bidding process, bid evaluation, contracting or implementation process
related to the contract.
3.2. The BUYER will, during the pre-contract stage, treat all the BIDDERs alike, and will
provide to all BIDDERs the same information and will not provide any such information
to any particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
3.3. All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.
102
In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the BUYER with full and verifiable facts and the same prima facie found to be
correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by the BUYER and such a person shall be
debarred from further dealings related to the contract process. In such a case while an enquiry
is being conducted by the BUYER the proceedings under the contract would not be stalled.
4. COMMITMENTS OF BIDDERS
The BIDDER commits itself to take all the measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract or post-
contract stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following:-
4.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour or any material or immaterial benefit or other advantage,
Commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.
4.2. The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to
any official of the BUYER or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any other
contract with the Government for showing or forbearing to show favour or disfavour to
any person in relation to the contract or any other contract with the Government.
4.3. The BIDDERs further confirms and declares to the BUYER that the BIDDER in the
original Manufacture/Integrator/Authorized government sponsored export entity of the
stores and has not engaged any individual or firm or company whether Indian or foreign
to intercede, facilitate or in any way to recommend to the BUYER or any of its
functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
4.4. The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed to
or intends to make to officials of the BUYER or their family members, agents, brokers or
any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
4.5. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
4.6. The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
4.7. The BIDDER shall not use improperly, for purposes of competition or personal gain, or
pass on to others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
103
4.8. The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
4.9. The BIDDER shall not instigate or cause to instigate any third person to commit any of
the actions mentioned above.
5. PREVIOUS TRANSGRESSION
5.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country
in respect of any corrupt practices envisaged hereunder or with any Public Sector
Enterprise in India or any Government Department in India that could justify BIDDER’s
exclusion from the tender process.
5.2 The BIDDER makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such
reason.
6.1 Every BIDDER while submitting commercial bid, shall deposit an amount as specified in
RFP as Earnest Money/Security Deposit, with the BUYER through any of the following
instruments:
(iii) Any other mode or through any other instrument (to be specified in the RFP).
6.2. The Earnest Money/Security Deposit shall be valid up to a period of five years or the
complete conclusion of the contractual obligations to the complete satisfaction of both
the BIDDER and BUYER, including warranty period, whichever is later.
6.3. In the case of successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of
Sanctions for violation shall be applicable for forfeiture of Performance Bond in case of
a decision by the BUYER to forfeit the same without assigning any reason for imposing
sanction for violation of this Pact.
6.4. No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security
Deposit for the period of its currency.
7.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the BUYER to take all or any one of the following actions, wherever required:-
(i) To immediately call off the pre contract negotiations without assigning any
reason or giving any compensation to the BIDDER. However, the proceedings
with the other BIDDER(s) would continue.
104
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Performance Security
(after the contract is signed) shall stand forfeited either fully or partially, as
decided by the BUYER and the BUYER shall not be require to assign any
reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian
BIDDER with interest thereon at 2% higher than the prevailing Prime
Lending Rate of State Bank of India, while in case of a BIDDER from a country
other than India with interest thereon at 2% higher than the LIBOR. If any
outstanding payment is due to the BIDDER from the BUYER in connection with
any other contract for any other stores, such outstanding payment could also be
utilized to recover the aforesaid sum and interest.
(v) To en-cash the advance bank guarantee and performance bond/warranty bond,
if furnished by the BIDDER, in order to recover the payments, already made by
the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be
liable to pay compensation for any loss or damage to the BUYER resulting from
such cancellation/rescission and the BUYER shall be entitled to deduct the
amount so payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the
Government of India for a minimum period of five years, which may be further
extended at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any
middleman or agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of
any contract signed by the BUYER with the BIDDER, the same shall not be
opened.
(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of
the BIDDER, either directly or indirectly, is a relative of any of the officers of the
BUYER, or alternatively, if any relative of an officer of BUYER has financial
interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER
at the time of filing of tender. Any failure to disclose the interest involved shall
entitle the BUYER to rescind the contract without payment of any compensation
to the BIDDER.
The term 'close relative' for this purpose would mean spouse whether residing
with the Government servant or not, but not include a spouse separated from the
Government servant by a decree or order of a competent court; son or daughter
or step son or step daughter and wholly dependent upon Government servant,
but does not include a child or step child who is no longer in any way dependent
upon the Government servant or of whose custody the Government servant has
been deprived of by under any law; any other person related, whether by blood
or marriage, to the Government dependant upon Government servant.
(xi) The BIDDER shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of the
BUYER, and if he does so, the BUYER shall be entitled forth with to rescind the
contract and all other contracts with the BIDDER. The BIDDER shall be liable to
105
pay compensation for any loss or damage to the BUYER resulting from such
rescission and the BUYER shall be entitled to deduct the amount so payable
from the money(s) due to the BIDDER.
7.2. The decision of the BUYER to the effect that a breach of the provisions of the pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER.
However, the BIDDER can approach the Monitor(s) appointed for the purposes of this
Pact.
8. FALL CLAUSE
8.1 The BIDDER undertakes that it has not supplied/is not supplying similar
product/systems or subsystems at a price lower than that offered in the present bid in
respect of any other Ministry/Department of the Government of India or PSU and if it is
found at any stage that similar product/systems or subsystems was supplied by the
BIDDER to any other Ministry/Department of the Government of India or a PSU at a
lower price, then that very price, with due allowance for elapsed time, will be applicable
to the present case and the difference in the cost would be refunded by the BIDDER to
the BUYER, if the contract has already been concluded.
9. INDEPENDENT MONITORS
9.1 The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors) for
this Pact.
9.2 The task of the Monitors shall be to review independently and objectively, whether and
to what extent the parties comply with the obligations under this Pact.
9.3 The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
9.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings. The monitor shall be
under contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.
9.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so inform the Authority designated by the BUYER.
9.6 The Monitor will submit a written report to the designated Authority of BUYER/Secretary
in the Department/ within 8 to 10 weeks from the date of reference or intimation to him
by the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting
problematic situations.
In case of any allegation of violation of any provisions of this Pact or payment of commission, the
BUYER or its agencies shall be entitled to examine all the documents including the Books of
Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in
English and shall extend all possible help for the purpose of such examination.
This Pact is subject to Indian Law. The place of performance and jurisdiction shall be the seat of
the BUYER.
106
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the any other law in force relating to any civil or
criminal proceedings.
13. VALIDITY
13.1 The validity of this Integrity Pact shall be from date of its signing and extend up to five
years or the complete execution of the contract to the satisfaction of both the BUYER
and the BIDDER/Seller, including warranty period, whichever is later, in case BIDDER
is unsuccessful, this integrity Pact shall expire after six months from the date of the
signing of the contract.
13.2 If one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
BUYER BIDDER
Date: …………………….
WITNESS WITNESS
1 ……………………………….. 1 ………………………………..
……………………………….. ………………………………..
2 ……………………………….. 2 ………………………………..
……………………………….. ………………………………..
107
Annexure- 2
UBS-II Specification & amendments issued by MoUD till date.
http://moud.gov.in/sites/upload_files/moud/files/Urban-Bus-Specifications-II.pdf