01.12.2014 Views

FINAL REQUEST FOR PROPOSAL (RFP) FOR SUPPLY ... - rsrtc

FINAL REQUEST FOR PROPOSAL (RFP) FOR SUPPLY ... - rsrtc

FINAL REQUEST FOR PROPOSAL (RFP) FOR SUPPLY ... - rsrtc

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

<strong>FINAL</strong> <strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSAL</strong> (<strong>RFP</strong>)<br />

<strong>FOR</strong><br />

<strong>SUPPLY</strong>, INSTALLATION, COMMISSIONING & OPERATION<br />

OF<br />

VEHICLE TRACKING<br />

&<br />

PASSENGER IN<strong>FOR</strong>MATION SYSTEM (VT & PIS)<br />

ON<br />

DESIGN, BUILD, OPERATE & TRANFER (DBOT) BASIS<br />

<strong>RFP</strong> No.: ______ dated: ____________<br />

Signature of Bidder Page 1 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Index<br />

Srl Content Page #<br />

1 Keys & Events, Important notice 6-8<br />

2 Eligibility Criteria 9-10<br />

3 Earnest Money Deposit (EMD) 11<br />

4 Scope of Work 12-14<br />

5 Technical Compliance 15-20<br />

6 Project Implementation Plan 21-22<br />

7 Service Level Agreement (SLA) 23-25<br />

8 Bid Evaluation Process 25-31<br />

9 Payment Terms 32<br />

10 General Terms & Conditions 32-48<br />

11 Annexure 49-78<br />

Signature of Bidder Page 2 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

1. INTRODUCTION & INVITATION<br />

Rajasthan State Road Transport Corporation (RSRTC) is operating around 4500<br />

passenger buses in and outside state which cater to the need of general public to<br />

provide efficient and economic services. RSRTC wants to invites sealed bids from<br />

eligible bidders for Supply, Installation, Commissioning and Operation of Vehicle<br />

Tracking & Passenger Information System (VT & PIS) on Design, Build, Operate and<br />

Transfer (DBOT) basis.<br />

Vehicle Tracking & Passenger Information System (VT & PIS) has been implemented<br />

on 1000 buses and 30 major bus stands. Now, RSRTC wants to increase it for 4000<br />

buses. VT & PIS will cover Automatic Vehicle Location Information System,<br />

Passenger Information System (PIS), static/dynamic video capturing unit, fuel /<br />

mileage management system, integration with Online Reservation System and<br />

generation of MIS reports.<br />

1.1 <strong>RFP</strong> Issuer<br />

Rajasthan State Road Transport Corporation (RSRTC), Head Office, Parivahan<br />

Marg, Chomu House, Jaipur - 302001, Rajasthan.<br />

1.2 Price of <strong>RFP</strong><br />

The price of this <strong>RFP</strong> document is Rs. 10,000/- (Rs. Ten Thousand Only)<br />

inclusive of all taxes. The <strong>RFP</strong> document can be obtained from the office of the<br />

‘Executive Director (Traffic), RSRTC, Parivahan Marg, Chomu House, Jaipur<br />

during office hours by depositing Rs. 10,000/- (Rs. Ten Thousand Only) in cash<br />

or in the form of Demand Draft (DD) in favour of “Financial Adviser, Rajasthan<br />

State Road Transport Corporation” payable at Jaipur. This amount will be Non-<br />

Refundable. <strong>RFP</strong> Document can be downloaded from E-Tendering website i.e.<br />

https://eproc.rajasthan.gov.in. In any case the DD of Rs. 10000/- (Rs. Ten<br />

Thousand Only) should reach to RSRTC before pre bid meeting.<br />

1.3 Non - Transferable <strong>RFP</strong><br />

This Request for Proposal (<strong>RFP</strong>) is not transferable. Only the bidder to whom<br />

the tender has been issued can participate in the bid.<br />

.<br />

1.4 Bidding Document<br />

Bidders are advised to study the <strong>RFP</strong> document carefully. Submission of bid<br />

shall be deemed to have been done after careful study and examination of the<br />

<strong>RFP</strong> document with full understanding of its implications. Failure to furnish all<br />

information required by the bidding documents or submission of a bid not<br />

Signature of Bidder Page 3 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

substantially responsive to the bidding documents in every respect will be at the<br />

bidder’s risk & may result in rejection of the bid.<br />

The response to this <strong>RFP</strong> should be full and complete in all respects.<br />

Incomplete or partial bids shall be rejected.<br />

All the communication to RSRTC including this <strong>RFP</strong> and the bid documents<br />

shall be signed on each page by the authorized representative of the bidder and<br />

attach authority letter as mentioned in “Annexure-1” of <strong>RFP</strong>.<br />

Any clarification required regarding the Terms & Conditions in <strong>RFP</strong> shall be<br />

obtained from Executive Director(Traffic), Rajasthan State Road Transport<br />

Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur - 302001,<br />

In case of any ambiguity, the original document available with RSRTC shall be<br />

treated as final document.<br />

1.5 Cost of Bidding<br />

The bidder shall bear all costs associated with the preparation and submission<br />

of the bid, including cost of presentation for the purposes of clarification of the<br />

bid, the preparation or execution of any benchmark demonstrations, simulation<br />

or laboratory service or for any work performed prior to the execution of a formal<br />

contract if so desired by RSRTC. For any reason or in any case, RSRTC will not<br />

take responsibility or liability for these costs. All materials submitted become the<br />

property of RSRTC and may be returned at its sole discretion.<br />

1.6 Purpose<br />

1. The successful bidder shall Design, Procure, Build, Configure, Test,<br />

Implement, Commission, Operate, Manage and Maintain the VT & PIS<br />

solution at its own cost, provide training to RSRTC manpower and support<br />

the Software, Hardware, Network Infrastructure, Connectivity for a minimum<br />

period of five years from the time of commercial launch of the project.<br />

2. The proposal shall outline the Architecture best suited for RSRTC,<br />

Technologies proposed & the reasons for proposing the same, Infrastructure<br />

required in terms of Hardware and Communication facilities in detail.<br />

3. A detailed architecture shall be submitted covering all aspects such as the<br />

hardware requirement, software requirement, training to user etc.<br />

1.7 Bid Submission<br />

1. The bidders will submit their bids/offers in two parts namely, “Technical Bid”<br />

and “Financial Bid”.<br />

Signature of Bidder Page 4 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

2. Bidder shall submit the Technical bid along with the documents, as<br />

described in ‘Technical Bid Evaluation’ Section of <strong>RFP</strong> and ‘Financial Bid’ as<br />

per Annexure-2 in electronic mode as per e-Tendering guideline before the<br />

last date and time of bid submission as mentioned in the <strong>RFP</strong>. Tenders are<br />

to be submitted online in electronic format on website<br />

https://eproc.rajasthan.gov.in. RSRTC shall not be responsible for any delay.<br />

3. RSRTC reserves the right to accept or reject any bid without assigning any<br />

reason.<br />

4. Prices should not be indicated in the Technical Bids. All the columns of the<br />

quotation form shall be duly, properly and exhaustively filled in. Financial Bid<br />

must be in the electronic format.<br />

1.8 Pre-bid Conference<br />

RSRTC will conduct a pre-bid conference to clarify the objectives/scope of the<br />

project as per the date & time and at the venue mentioned in “Key Events and<br />

Date” clause.<br />

The interested bidders should confirm their participation and submit their queries<br />

as per the format given in the Annexure-3 in writing as per the date given in<br />

“Key Events and Date” clause prior to the Pre-Bid Conference. Pre bid queries<br />

will be entertained only for those bidders who have purchase the <strong>RFP</strong>.<br />

1.9 Bid Submission & Correspondence Submission<br />

Address for Bid Submission & Correspondence<br />

The Executive Director (Traffic),<br />

Rajasthan State Road Transport Corporation,<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur - 302001, Rajasthan<br />

Tel No — 0141-2374644,<br />

Website : http://www.<strong>rsrtc</strong>.rajasthan.gov.in<br />

Contact Person<br />

The Programmer<br />

Rajasthan State Road Transport Corporation<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur - 302001, Rajasthan<br />

Tel No — 0141-2374653<br />

Website : http://www.<strong>rsrtc</strong>.rajasthan.gov.in<br />

E-mail: acp.<strong>rsrtc</strong>@gmail.com<br />

Signature of Bidder Page 5 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

1.10 Key Events & Dates<br />

Srl Event’s Name Date & Time<br />

1 Issue of Modified <strong>RFP</strong> for Sale 10/05/2013<br />

3<br />

Queries on <strong>RFP</strong> for Pre Bid Meeting as<br />

per format given in Annexure-3 should<br />

reach RSRTC (in writing & in soft copy)<br />

19/05/2013<br />

4 Pre Bid Meeting 20/05/2013 11:00 AM<br />

5 Issue of final <strong>RFP</strong> and clarifications 22/05/2013 05:00PM<br />

6 Submission of Response of <strong>RFP</strong> 17/06/2013 3:00PM<br />

7 Opening of Technical Proposal 17/06/2013 4:00PM<br />

8<br />

Opening of Financial Proposal of the<br />

Technically Qualified Bidder<br />

Will be intimated latter<br />

9 <strong>RFP</strong> Document Fee<br />

Rs. 10,000/- favour of “Financial<br />

Adviser,RSRTC” payable at<br />

Jaipur<br />

10 EMD<br />

Rs. 47,50,000/- favour of<br />

“Financial Adviser,RSRTC”<br />

payable at Jaipur<br />

11 Processing Fee RISL<br />

Rs. 1000/- favour of “Managing<br />

Director, RISL” payable at Jaipur<br />

Note:-<br />

1. All above events will be held at Rajasthan State Road Transport<br />

Corporation, Head Office, Parivahan Marg, Chomu House, Jaipur -<br />

302001, Rajasthan.<br />

2. In the event of the date specified above being declared as a holiday for<br />

Corporation the due date will be the following working day.<br />

Signature of Bidder Page 6 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

1.11 Important Limits/Values Related to proposal<br />

Items<br />

Description<br />

Ernest Money deposit<br />

EMD of Rs. 47,50,000./- (Rupees<br />

Fourty Seven Lakhs and Fifty<br />

Thousand only) in the form of<br />

Demand Draft / Bank Guarantee in<br />

favour of “Financial Adviser,<br />

Rajasthan State Road Transport<br />

Corporation” Payable at Jaipur.<br />

Bid Validity Period<br />

6 months from the date of submission<br />

of bid by the Bidder(s)<br />

Period for furnishing performance<br />

bank guarantee as per Annexure-9<br />

As per performance bank guarantee<br />

clause given in <strong>RFP</strong><br />

Performance Bank Guarantee Value<br />

As per performance bank guarantee<br />

clause given in <strong>RFP</strong><br />

Performance bank Guarantee<br />

Validity Period<br />

Up to 6 Months after completion of<br />

contract period<br />

Period for Signing Contract<br />

Within 7 Working Days from date of<br />

receipt of notification of award<br />

1.12 Opening of Bid<br />

Proposals/Bids will be opened in presence of bidder’s representatives (if they<br />

are present, else it will be opened in presence of the other representatives,<br />

officials present). The bids will be opened at the address mentioned above in<br />

this section. RSRTC will open all bids as per schedule mentioned in “Key Events<br />

& Dates”. If all documents mentioned in each parts of proposal are not found,<br />

then <strong>RFP</strong> will be summarily rejected.<br />

Signature of Bidder Page 7 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

The bidder’s representative willing to attend the opening of the bids shall bring<br />

authorization letter. The bidder’s representative shall sign attendance register.<br />

The bidder’s name, bid prices and presence or absence of requisite EMD and<br />

such other details, as RSRTC at its discretion may consider appropriate, will be<br />

announced at the time of corresponding openings.<br />

The bids submitted after due date and time shall not be considered for further<br />

evaluation, irrespective of any circumstances. RSRTC reserves the right to<br />

postpone or cancel a schedule mentioned under “Key Events and Dates” clause<br />

at any time without assigning any reason.<br />

Signature of Bidder Page 8 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

2. ELIGIBILITY CRITERIA<br />

The following are the conditions, which are to be necessarily fulfilled, to be eligible for<br />

technical evaluation of the proposed solution. Only those interested bidders who<br />

satisfy the following eligibility criteria should respond to this <strong>RFP</strong>:<br />

1. (i) The Bidders should be Indian Company(s) registered under the Indian<br />

Companies Act, and/or any other legal entity registered in Indian Law.<br />

(ii) Bidder should submit the documents as per Annexure ‘T-1’ of <strong>RFP</strong> document.<br />

2. The bidder should be a corporation/company or consortium of companies /<br />

corporations. In case of a consortium, the same shall not consists of more than<br />

two companies/corporations and shall be formed under a duly stamped<br />

consortium agreement. In the event of a consortium, one of the partners shall be<br />

designated as a "Prime Bidder". The Bidder/Prime bidder (in case of consortium)<br />

must be an Information Technology Company / Corporation. In case of<br />

consortium, the bid will be submitted by prime bidder and all communications in<br />

respect of this <strong>RFP</strong> will be made with prime bidder.<br />

3. In case of consortium, the roles and responsibilities of prime bidder and other<br />

consortium member must be clearly defined for smooth functioning of the project.<br />

An original copy of the agreement between consortium members should be<br />

submitted.<br />

4. A bidder cannot be a member of any other bidding consortium otherwise all such<br />

bids shall be disqualified.<br />

5. The bidder should have a minimum average net worth of 20 crores in last three<br />

financial years(2009-10,2010-11,2011-12) & the minimum average turnover of<br />

Rs. 50 crores in last three financial years(2009-10,2010-11,2011-12). A CA<br />

certificate to this effect is to be submitted along with Technical Bid. Certified<br />

audited copies of balance sheets/profit & Loss Accounts/ Annual Reports of last<br />

three financial years should also be submitted along with Technical Bids.<br />

6. In case of consortium, the prime bidder and other consortium member can jointly<br />

fulfill financial criteria of minimum average net worth (Rs. 20 Crore) and minimum<br />

average annual turn over (Rs. 50 crore) in last three financial years(2009-<br />

10,2010-11,2011-12). However, the prime bidder must have minimum 51%<br />

required average net worth (Rs. 10.2 crore) and average annual turn over (Rs.<br />

25.5 crore) in last three financial years (2009-10,2010-11,2011-12).<br />

7. The Bidder/Prime Bidder (in case of consortium) should submit the solvency<br />

certificates of Rs. 5 crores from any nationalized/scheduled bank.<br />

8. The Bidder/Prime Bidder (in case of consortium) should have an experience of<br />

execution of information technology projects. Work orders and a certificate<br />

regarding ‘Project has been successfully & satisfactorily executed’ from client<br />

should be submitted along with bid.<br />

Signature of Bidder Page 9 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

9. The Bidder/Prime Bidder (in case of consortium) must have on its roll minimum 50<br />

technically qualified professionals in Software Development, Networking,<br />

Integration, R & D, Production, Maintenance etc at least since last 12 months,<br />

who have the experience in similar nature of projects. Certificate from<br />

Bidder’s/Prime Bidder’s HR has to be submitted.<br />

10. The bidder or consortium member should not have been Black listed by any<br />

PUC/Corporation/Board or State/Central Government in India. In this regard an<br />

affidavit must be submitted duly attested by the notary, by the bidder and each<br />

member of the consortium.<br />

11. In case of Consortium the Prime Bidder shall give an undertaking for successful<br />

completion of the project. The Prime bidder shall be responsible for all the<br />

penalties/compensation in respect of this <strong>RFP</strong>. The agreement between the prime<br />

bidder and the consortium partner should be for the entire project period and<br />

same has to be submitted along with the Technical Bid.<br />

12. Agreements of the consortium members should clearly mention their exclusive<br />

association for this bid and joint responsibility for the respective scope. Roles and<br />

responsibilities of each consortium member must also be spelt out in the<br />

agreement.<br />

13. Any Member of consortium cannot bid separately as a sole bidder. The bidder / all<br />

consortium partners must have legal entity certificate, for example : In case of<br />

Company – Certificate of Incorporation by Registrar of Companies, In case of<br />

unregistered partnership firm - Partnership duly notarized by Notary Public<br />

along with Certificate of Registration under Shop & Commercial Act, In case of<br />

registered partnership firm – Registered deed of Partnership with the Registrar<br />

of Firms and In case of Sole Proprietorship Concern - Certificate of<br />

Registration under Shop and Commercial Act. Entity should also be registered<br />

under relevant labor laws, Contract Act etc.<br />

14. The Bidder/Prime Bidder (in case of consortium) must submit documentary<br />

evidence in support of their claim for fulfilling the criteria and they should submit<br />

an undertaking on their letterheads to the fairness of these documents in support<br />

of their claim while submitting the Bids. The Bids received without documentary<br />

evidence will be out rightly rejected.<br />

15. Bidder should be able to setup office in Jaipur within one month from the date of<br />

award of contract, in case not having office in Jaipur.<br />

16. Deleted.<br />

Signature of Bidder Page 10 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

3. EARNEST MONEY DEPOSIT (EMD)<br />

The Bidder shall furnish, EMD of Rs. 47,50,000./- (Rupees Fourty Seven Lakhs and<br />

Fifty Thousand only) in the form of DD/BG and should be submitted along with<br />

“Technical Proposal in Envelop-A”.<br />

The EMD shall be denominated in Indian Rupees, and shall be in the form of a<br />

demand draft (DD) / Bank Guarantee (BG) drawn on a nationalized bank in favour<br />

of “Financial Adviser, Rajasthan State Road Transport Corporation” payable at<br />

Jaipur. The EMD should be enclosed with the technical proposal. The Address of<br />

the firm submitting the <strong>RFP</strong> has to be furnished on reverse of the EMD. Failure to<br />

submit the <strong>RFP</strong> form along with the EMD shall result in disqualification of the <strong>RFP</strong>.<br />

Unsuccessful Bidder’s EMD will be returned as promptly as possible after the<br />

award of the contract to the successful bidder.<br />

In case EMD is submitted by DD, the EMD of successful bidder will be converted<br />

into Security Deposit (SD); t he remaining security deposit amount will need to be<br />

submitted by the bidder within the time stipulated by RSRTC. In case EMD has been<br />

submitted in the form of BG, then fresh BG of full amount of security deposit shall be<br />

required to be submitted within the time stipulated by RSRTC.<br />

The EMD deposit shall be retained by RSRTC for the period of six months.<br />

No interest will be payable by the RSRTC on the amount of the EMD.<br />

The EMD shall be forfeited:<br />

<br />

<br />

If a bidder withdraws his bid or increases his quoted prices during the<br />

period of bid validity or its extended period, if any; or<br />

In the case of a successful bidder, if the bidder fails to sign the<br />

contract or to furnish Security Deposit (SD).<br />

No exemption for submitting the EMD will be given to any vendor including<br />

SSI / PSU Units.<br />

Signature of Bidder Page 11 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

4. SCOPE OF WORK<br />

The work mentioned below are indicative but not exhaustive:-<br />

1. The overall scope of Vehicle Tracking & Passenger Information System (VT & PIS)<br />

solution is Supply, Installation, Testing, Commissioning, Operation, Training,<br />

Support and Maintenance for a period of five years on Design, Build, operate and<br />

Transfer (DBOT) basis.<br />

2. The successful bidder shall Design, Procure, Build, Configure, Test, Implement,<br />

Commission, Operate, Manage and Maintain the VT & PIS solution at its own cost,<br />

provide training to RSRTC manpower and support the Software, Hardware,<br />

Network Infrastructure, Connectivity for a minimum period of five years from the<br />

time of commercial launch of the project.<br />

3. The VT & PIS must meet the essential criteria (a) Availability; (b) Accessibility; (c)<br />

Assessment; and (d) Acceptance of the system by different stakeholders.<br />

4. Proposed system should increase the efficiency & effectiveness of public transport.<br />

5. The successful bidder should deploy all required infrastructure items like VTS/GPS<br />

devices, LCD screens, Computer hardware or any other mediator for transmitting<br />

information on LCD screens etc as per list and specifications given in Annexure -<br />

12 at the locations as mentioned in Annexure – 5 & 6 for Vehicle Tracking &<br />

Passenger Information System (VT & PIS) to run the system in a successful<br />

manner for the period of 5 years.<br />

6. The required computer hardware, printer, UPS, internet connectivity and antivirus<br />

under VT & PIS for regular monitoring, operations, reports printing related work at<br />

depot/bus stand level would be provided by the successful bidder.<br />

7. The successful bidder shall organize periodical training program for the entire<br />

solution during entire project duration @200 RSRTC staff per year. Training should<br />

be provided for complete scope of <strong>RFP</strong> to designated officials of RSRTC.<br />

8. Deleted<br />

9. The successful bidder shall provide support in daily operations of VT & PIS,<br />

hardware, software, connectivity related problems occurs at depot/bus stand level.<br />

10. Successful bidder shall capture the data from the VTS/GPS device installed in the<br />

bus and immediately store it in central server. It will be the responsibility of the<br />

bidder to provide consolidated monthly/quarterly data backup of all buses & depots<br />

to RSRTC H. O., Depot/Bus Stand wise data to concerned unit and same should<br />

kept safe also with themselves.<br />

11. LCD Screens of minimum 54 inches has to be installed at each bust stand as<br />

mentioned in Annexure – 5 & 6 for Public Information System. These LCD should<br />

project all the information as described in this <strong>RFP</strong>.<br />

12. The VT & PIS will cover Automatic Vehicle Location Information system, Passenger<br />

Information System (PIS), Fuel/Mileage Management System, providing data for<br />

integration with Online Reservation System and generation of MIS reports.<br />

Signature of Bidder Page 12 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

13. Successful Bidder should provide qualified technical manpower as per Annexure –<br />

12G for successful working of VT & PIS system. In addition, adequate manpower<br />

will be deployed by the bidder for maintaining the prescribed standards of<br />

performance mentioned in SLA (clause-7) for entire duration of project. The<br />

salaries, perquisites, allowances etc for the employees should be borne by the<br />

Bidder only. Such manpower employed by the Bidder should not be considered as<br />

employees of RSRTC and they should not claim any Job benefits in RSRTC in<br />

future.<br />

14. The proposed system should be integrated with existing Online Reservation<br />

System of RSRTC. Features of VT & PIS system are provided in Technical<br />

Compliance.<br />

15. This is a DBOT project and hence all investment for supply, implement, operate<br />

and maintain the entire infrastructure (hardware, software etc) for the complete<br />

duration of 5 years contract period should be borne by the successful bidder only.<br />

16. Deleted<br />

17. The successful bidder shall prepare all necessary documentation for the project.<br />

Details regarding documentation are explained in Technical Compliance in detail.<br />

18. Vehicle tracking device, application software (including complete Rajasthan Map<br />

and others states Map where RSRTC provides services, Map engine and APIs),<br />

computer hardware, LCD Screens, CCTV Solution for Buses and Fuel Monitoring,<br />

network connectivity & its equipment etc form the core of the proposed VT & PIS.<br />

19. It will be the responsibility of the bidder to get insurance of all the equipments<br />

mounted in the Buses/Bus Stands/Depots etc for security purpose for entire<br />

duration of project. RSRTC will not take any responsibility in this regard.<br />

20. Deleted<br />

21. It would be the responsibility of the successful bidder to use high end capacity<br />

server hardware, software, band width connectivity etc to provide the quality service<br />

desired/required by the RSRTC.<br />

22. All servers, system software, Networking Equipments etc as mentioned above used<br />

in Data Center of the Successful Bidder would not be transferred to RSRTC at the<br />

end of this DBOT Project. But all remaining hardware mounted/installed in buses,<br />

depots, central control room and bus stands like VT/GPS devices, LCD screens,<br />

CCTV Solution etc, Application Software Developed/Used by the successful bidder<br />

under VT & PIS project for RSRTC and all project related Data such as input,<br />

output, master etc created for the RSRTC would be the property of the RSRTC and<br />

transferable to RSRTC at the end of this DBOT Project.<br />

23. It will be the full Responsibility of the Successful Bidder to Provide Complete<br />

backup of all Developed/Used Application Software (latest & updated version) and<br />

whole Database of the complete project period. Successful Bidder would also<br />

provide support in transfer and installation of Developed Application & Complete<br />

Database on the Servers of RSRTC owned Data Center and makes it fully<br />

operational without any extra cost/charges after 5 years.<br />

Signature of Bidder Page 13 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

24. It will be the responsibility of the successful bidder to hand over all the project<br />

material in working & operational condition at the end of the project duration.<br />

25. Deleted.<br />

26. Deleted<br />

27. Successful bidders will install CCTV Camera (Annexure-12) at workshop for Fuel<br />

Monitoring and a report will be displayed on Depot Level. Bidder needs to retain<br />

offline recording data of every location at depot site for atleast one month.<br />

28. Successful bidders will install CCTV Camera (Annexure-12) in buses for<br />

Passenger Monitoring. System/solution should be capable of sending in bus<br />

snapshots with 15 minutes interval to central location and a bus wise report will be<br />

displayed on Central Control Room at HO level/depot level for at least three month<br />

backup.<br />

29. Deleted.<br />

30. Deleted.<br />

31. Bidder is responsible for all type of consumables like paper, printer cartridges etc.<br />

for entire duration of project.<br />

32. The successful bidder will implement “Fuel Management System” with deployment<br />

of appropriate fuel sensor in 50 buses during the pilot phase as per Project timeline<br />

without any cost to RSRTC. “Fuel Management System” solution should achieve<br />

>97% of accuracy. Deployment of appropriate fuel sensors in the remaining buses<br />

for the “Fuel Management System” will be done only after the successful<br />

implementation of pilot phase and UAT by RSRTC. If the Successful Bidder is<br />

unable to implement the “Fuel Management System” with appropriate fuel sensors<br />

then a deduction of the final price quoted by the bidder for "Fuel Management<br />

System" along with a 10 % deduction on the final quoted price of all other modules<br />

will be done by RSRTC.<br />

33. Bidder shall provide the necessary tools for Database security Database should be<br />

available on standard operating systems like Windows, Linux and Unix and should<br />

support multiple hardware architecture (RISC / EPIC / CISC). Database should<br />

have native clustering with objectives of scalability, high availability. All the<br />

database nodes should work in load balancing where single image database is<br />

concurrently accessed by these nodes to perform all type of application transitions,<br />

without repartitioning.<br />

Signature of Bidder Page 14 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

5. TECHNICAL COMPLIANCE<br />

5.1 General Technical Requirements<br />

1. RSRTC intends to install an integrated solution for VT & PIS in all depots<br />

and major bus stands as mentioned in Annexure- 5 & 6. For Minimum<br />

required Hardware specifications & Indicative Bill of Material refer<br />

Annexure-12.<br />

2. Vehicle tracking, application software (including complete Rajasthan Map<br />

and all Other States Map where RSRTC provides services, and APIs),<br />

required hardware, network equipment, etc. form the core of the proposed<br />

VT & PIS.<br />

3. Map should be of minimum 1:10000 scale. Proof of MAP data &<br />

ownership/authorization should be attached for a complete project period.<br />

4. Proposed VT & PIS shall have provision to integrate with existing Online<br />

Reservation System, Automatic Fare Collection System, Vehicle Schedule<br />

System for planning & dispatch of buses by providing data as desired by<br />

RSRTC.<br />

5. Proposed system shall have ability to locate a specific bus in real time to<br />

know the position and status.<br />

6. Proposed solution shall have ability to highlight exceptions through Alerts by<br />

monitoring of deviations such as route, arrival and departure times etc.<br />

7. Provide real time information related to Bus Schedules, Expected Time of<br />

Arrival (ETA), and Estimated Time of Departure (ETD) etc on the LCD<br />

display as well as on Map.<br />

8. Deleted<br />

9. Deleted.<br />

10. LCD Screens shall be provided at each bus stand. It should display following<br />

information :<br />

Bus schedule<br />

Departure & arrival of Buses<br />

Delay in Minutes/hrs<br />

All information related to RSRTC and its bus and other services.<br />

Advertisements and all other information as desired by RSRTC.<br />

11. The Solution must be built with open standard technology so that the<br />

successful bidder has easily integrated existing Online Reservation System.<br />

The online Reservation System is based on Java front end and the MySql<br />

backend technology.<br />

12. All PIS display should be in English and Hindi language both. The entire set<br />

of applications for VT & PIS should be web based. The VT & PIS application<br />

must be accessible through the internet to a RSRTC user as per the industry<br />

standard User Authentication System and User Roles framework. The users<br />

are located across the various locations in the state.<br />

Signature of Bidder Page 15 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

13. The system shall support multiple concurrent user queries/transactions with<br />

4000 (± 15% & 5% Buffer) vehicles however system shall be scalable with<br />

additional hardware included as required at a later point & per bus monthly<br />

charges will be as per the commercial bid submitted by bidder.<br />

14. Deleted<br />

5.2 Access, Rolls and Users<br />

Entire set of applications their features shall provide for various levels of secure<br />

access based on defined roles and responsibilities within RSRTC based on units<br />

(Bus stand/Depot/Zone/H.O.) with attached roles and privileges. For e.g. Certain<br />

information shall be created / modified by users attached to specific units only but<br />

the information can be seen by all such as information related to a division can be<br />

created/modified only by users attached to the division and others can only see<br />

the information and copy if applicable unless otherwise specified Application<br />

Access shall support multiple roles for a single user and also support delegation<br />

as per operational norms of RSRTC.<br />

5.3 Route, Geo-fence and MIS<br />

1. Precise geographical position (Longitude/latitude coordinates) of each item<br />

in the route En-route boarding points, stops/pickup points, authorized stops<br />

etc.<br />

2. Details of Depots, Divisions, Bus stands, platforms, places and other units of<br />

RSRTC with details of contact telephone numbers and contact names of<br />

RSRTC officials<br />

3. VTS shall have Geo-fencing capability<br />

4. VTS shall provide Vehicle Fleet Summary Dashboard<br />

5. VTS application shall provide a graphical interface to make quick position<br />

related assessments. Application shall support dynamic monitoring of<br />

vehicles moving out of their defined routes and be able to raise alerts to<br />

control station.<br />

6. VTS application software shall support calculation of distance travelled by a<br />

vehicle on a schedule/ trip and average distance traveled and time taken in a<br />

schedule for a period.<br />

7. VTS shall have capability to store data for three month data.<br />

8. VTS shall display precise location of different vehicles in RSRTC fleet.<br />

9. Information elements that needs to be captured at the minimum shall include<br />

longitude, latitude, physical location with date and time stamps, bus number,<br />

schedule number, trip code, contact number and crew ID and overlay this on<br />

a map<br />

10. VTS shall have facility to track real time and generate reports based on<br />

Defined v/s Actual movement of vehicles.<br />

Signature of Bidder Page 16 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

5.3 VTS shall provide appropriate digital fuel sensor based Fuel / Mileage<br />

Management System.<br />

5.4 VT & PIS Enquiry and Response<br />

System shall support generalized enquiry for a jurisdiction based on run time<br />

parameters indicatively such as -<br />

1. Real time / history of all trips that are more than a “X” minutes late (X input<br />

runtime by the user)<br />

2. Real time / history / Record of a particular jurisdiction in maintaining ETA<br />

3. Real time / history of All Trips or specific trips between two points with a<br />

feature to playback<br />

4. System shall support real time enquiry of a bus location based on bus<br />

number/trip code and to know ETA at next or required place.<br />

5. Successful bidder also provide the Real time vehicle location facility<br />

searched by passenger from RSRTC website<br />

5.5 Alerts from the VT & PIS system<br />

1. The Control Room operator shall be able to drill down to the exact location of<br />

the event by clicking on the alert and see the position of event drawn over<br />

the map along with driver, vehicle and standard description of event details<br />

related to the business rule.<br />

2. Alerts will need to be generated in case of deviations from the authorized<br />

route and recorded in all cases for reporting and review.<br />

3. Alerts on exceptions for all other pre configured parameters such non<br />

stoppage at designated points, not meeting the ETA and ETD schedules etc<br />

and logged into journey details of the bus for each trip<br />

5.6 Advertisements with PIS<br />

1. RSRTC reserves the rights to display any information on PIS as and when<br />

required.<br />

5.7 Reporting Features<br />

Some illustrative reports are detailed below. While this is not a comprehensive<br />

list, vendors are required to undertake a detailed study of the report requirements<br />

and the system should be able to configure easily and quickly new reports or<br />

context sensitive information that requires to be extracted out of the information<br />

elements stored in the system.<br />

Sample reports:<br />

1. Activity Report<br />

2. Expected Delay Arrival Report<br />

3. Location Report<br />

Signature of Bidder Page 17 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

4. Stop Report<br />

5. Idle Report<br />

6. Trip Report<br />

7. History Report (window showing path taken by vehicle)<br />

8. Trip Performance Report<br />

9. Trip-wise Journey Time Report<br />

10. Over speed Report<br />

11. Distance Travelled Report<br />

12. Planned Trip Vs Actual Trip Execution<br />

13. Route Performance Planned Vs Actual Variance<br />

14. Over Speed Report<br />

15. Fleet performance (Utilization) daily/weekly/monthly<br />

16. Details of Missed trips<br />

17. Actual Trip Report<br />

18. Average Speed Report<br />

19. Delayed Arrival/Departure Report<br />

20. Fuel consumption report on the basis of mileage<br />

21. Dash board / report for non-working VTS devices and provision to mark<br />

vehicle availability and status of faulty unit / action required.<br />

22. Driver Scorecard<br />

23. Bus wise snapshot reports.<br />

24. Deleted<br />

25. Deleted<br />

26. Any other report as and when required/desired by RSRTC.<br />

5.8 Details of Operations<br />

1. Deleted<br />

2. This is a DBOT Project and hence all investment in procurement, supply,<br />

development, installation, support and maintain the entire infrastructure for the<br />

entire duration of contract period should be borne by the successful bidder.<br />

3. Daily operations related to computers at depot/bus stand level for desired<br />

reports, monitoring and analyzing the VT & PIS would be done by the<br />

successful bidder and also support in operations would be provided by the<br />

successful bidder.<br />

4. Deleted<br />

5. Deleted<br />

6. The responsibilities of the successful bidder at the depot level/Central Control<br />

Room and as well as data center include, but not limited to:<br />

a. Keeping a watch on the health of the system to ensure minimum downtime<br />

of each of the components.<br />

b. Keep sufficient reserve stock of hardware devices deployed at depot/bus<br />

stand level or at their local level service centre or with engineers.<br />

Signature of Bidder Page 18 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

c. Maintaining and upgrading the software components of the system.<br />

d. Conduct server and database maintenance activities at Data Center in a<br />

scheduled manner and during off-peak hours<br />

e. Informing concerned staff in case of any component failure.<br />

5.9 Documentation<br />

The successful bidder shall prepare all necessary documentation for the project,<br />

and provide this to RSRTC or its designated Consultant for review, approval,<br />

record, reference etc as mentioned in this <strong>RFP</strong>. Some of the documents (but not<br />

limited to) to be provided include –<br />

1. During installation and post installation, the Systems Integrator shall<br />

provide documentation on As-Built components /customized components<br />

to RSRTC. The documentation should consist of all the configuration<br />

details, diagrams, Test plans, administration manuals, setup guides etc as<br />

minimum.<br />

2. Detailed manuals for each appropriate unit of the supplied equipment and<br />

services including certifications from OEMs.<br />

3. The training and operational manuals should be bilingual (English & Hindi).<br />

4. Inspection and testing procedure manuals including QA policy and<br />

procedures for the software/hardware equipments.<br />

5. Any other document(s) deemed necessary for implementation, operation<br />

and maintenance of the hardware and network equipments and the overall<br />

system.<br />

5.10 Maintenance<br />

The successful bidder should define and indicate the preventive maintenance<br />

schedule and procedure. Any special tools/ instruments/ equipments required to<br />

carry out the preventive and break down maintenance of the system offered<br />

should be clearly indicated and offered to RSRTC by the selected bidder at no<br />

extra cost.<br />

5.11 Training of Users<br />

1. The selected bidder shall provide training to system users to efficiently use<br />

the system.<br />

2. The successful bidder shall organize periodical training program for the<br />

entire solution on an as and when required basis during entire project<br />

duration @200 RSRTC staff per year. Training should be provided for<br />

complete scope of <strong>RFP</strong> to designated officials of RSRTC.<br />

3. Training needs to be conducted based on a requisite mix of theory &<br />

practical operational sessions. The trainings should be conducted in Hindi.<br />

Signature of Bidder Page 19 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

5.12 Roles & Responsibilities of RSRTC<br />

1. RSRTC shall provide table space for command centre & all depots/bus<br />

stands for providing support in operation, regular maintenance of the all<br />

hardware devices deployed by the successful bidder.<br />

2. RSRTC shall bear electricity bills/charges at the service centre situated at<br />

depots & bus stands for PIS.<br />

3. Provide information regarding bus schedule & location information for<br />

installation of VTS/GPS devices and LCD screens.<br />

4. Provide buses for installation and maintenance of VTS/GPS/Fuel Sensor<br />

device inside the bus on time as per the decided schedule.<br />

5. RSRTC shall provide actual list of installation locations, information to<br />

successful Bidder during Functional Requirements specifications (FRS) and<br />

Software requirements specifications(SRS).<br />

Signature of Bidder Page 20 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

6. Project Implementation Plan<br />

The VT & PIS Implementation has been envisaged in 2 Phases details of which are<br />

given below. Phase I shall be start from the date of award of contract. The project shall<br />

be-<br />

SN Activity Timeline<br />

Phase I<br />

1 Project Start<br />

T1 (within 7<br />

days of award<br />

of Contract)<br />

2<br />

Application Development and Testing<br />

Procurement of all hardware & software<br />

T1+12 weeks<br />

3<br />

Simultaneous installation of hardware at bus stands,<br />

Depots, Workshop<br />

Installation of Digital Sensor in 50 Buses as pilot phase<br />

T1+14 weeks<br />

4<br />

Installation and commissioning of VTS/GPS devices and<br />

Installation of LCD screens, Computer Hardware or other<br />

mediator equipment’s for transmission of PIS in all<br />

interstate & district to District buses and bus stands of<br />

Jaipur & Deluxe Depot<br />

User Acceptance Testing<br />

Simultaneous preparation of training material &<br />

submission of training documents<br />

After successful implementation of Fuel sensor in pilot<br />

phase then the installation of Fuel Sensor by the<br />

successful bidder must be installed in other buses.<br />

T1+26 weeks<br />

Phase II<br />

Signature of Bidder Page 21 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

1<br />

Installation and commissioning of VTS/GPS devices and<br />

Installation of LCD screens, Computer Hardware or other<br />

mediator equipment’s for transmission of PIS in all<br />

interstate & district to District buses and bus stands of the<br />

remaining Depots<br />

Training to designated RSRTC officials<br />

Preparation & submission of technical document<br />

- User manual<br />

- Installation Manual<br />

- Operational & Maintenance Manual<br />

T1+52 weeks<br />

The time line to complete Phase I and Phase II is 365 Days (One Year) from the award<br />

and acceptance of the Tender. However, the awardee may complete the Phases<br />

before the above stated timeline and project may be given ‘Go-Live’ status after<br />

completing all the Phases.<br />

Signature of Bidder Page 22 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

7. Service Level Agreement (SLA)<br />

SLA is the contract between RSRTC and the successful bidder. SLA defines the terms<br />

of the Successful bidder’s responsibility in ensuring the timely delivery of the<br />

deliverables and the correctness of the same based on the agreed Performance<br />

Indicators as detailed in the Agreement. This section defines various Service Level<br />

Indicators which will be considered by RSRTC in the Service Level Agreement with<br />

Successful bidder.<br />

The successful bidder has to comply with all Service Level Agreements (SLAs) defined<br />

below to ensure adherence to project timelines, quality and availability of services.<br />

The successful bidder would get an initial period of SLA holiday, i.e. a time period for<br />

which SLAs will not be applicable. This time should be utilized by the successful bidder<br />

to stabilize the system and to ensure adherence to the performance standards laid<br />

down by the SLAs. The SLA holiday period is one month after successful completion of<br />

VT & PIS project.<br />

1. The successful bidder is supposed to maintain all hardware, software and<br />

connectivity at the level of depot/bus stand/data center fully functional modes for<br />

the entire project period.<br />

2. Any penalty will be applicable after ‘Go Live’ status of Project.<br />

3. Deleted<br />

4. The faulty VTS/GPS device/unit shall be repaired/replaced before departure of<br />

bus to next trip from depot. In case, the fault is detected/reported after departure<br />

of the bus from depot, the bidder will repair/replace the device within 48 hours of<br />

detecting/reporting the fault. In case of delay in repairing/replacing the device,<br />

penalty of Rs 100/- per day for non-functioning of the device will be imposed.<br />

5. The faulty CCTV camera device in buses shall be repaired/replaced before<br />

departure of bus to next trip from depot. In case, the fault is detecting/reporting<br />

after departure of the bus from depot, the bidder will repair/replace the device<br />

within 48 hours of detection/reported the fault. In case of delay in<br />

repairing/replacing the device, penalty of Rs 100/- per day for non-functioning<br />

the device will be imposed.<br />

6. The faulty sensor device/unit for Fuel Management System in buses shall be<br />

repaired/replaced before departure of bus to next trip from depot. In case, the<br />

fault is detected/reported after departure of the bus from depot, the bidder will<br />

repair/replace the device within 48 hours of detecting/reporting the fault. In case<br />

of delay in repairing/replacing the device, penalty of Rs 500/- per day for nonfunctioning<br />

the device will be imposed.<br />

7. To support the above, the VT & PIS application shall have a dash board / report<br />

for non-working VTS devices and provision to mark vehicle availability and<br />

status of faulty unit / action required.<br />

Signature of Bidder Page 23 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

8. In case any LCD screen with content accuracy become non-operational due to<br />

any fault in LCD or any other technical problem, the successful bidder shall<br />

attend and resolve the fault within 24 hours of fault detection/reported time. If<br />

any LCD screen is not functioning for period of more than 24 hour then penalty<br />

of Rs. 250 per day for non functioning LCD screen shall be applicable.<br />

9. The CCTV Camera device/unit for Fuel Monitoring System at Workshop shall be<br />

repaired/replaced within 24 hours of fault detection/reported time. In case of<br />

delay in repairing/replacing the device after 24 hours, penalty of Rs 300/- per<br />

day for non-functioning of device will be imposed.<br />

10. If monthly data backup of each depot each bus wise of all operational<br />

day/period as mentioned in this <strong>RFP</strong> not provided by the successful bidder then<br />

10% penalty of the billing amount of that particular depot & period for the same<br />

shall be applicable.<br />

11. Penalty for delay in final Go-Live of the project at all locations will be Rs.<br />

20,000/- per day<br />

12. Deleted<br />

13. Service Level Assurance of Central Server/Data Center: The bidder shall<br />

ensure that the service at Central Server/Data Center is up and functional 24 X<br />

7 both in terms of hardware as well as application software. For the purpose of<br />

service level assurance, the downtime hours shall be calculated on monthly<br />

basis. The overall uptime of Central Server/Data Center services should<br />

maintain a minimum of 95% or more on monthly basis. The table below shows<br />

the calculation for the down time in hours and applicable penalty in term of<br />

percentage (%) on total monthly payable amount for all 4000 (± 15% & 5%<br />

Buffer) buses.<br />

Srl<br />

Uptime of Central Server/Data<br />

Center<br />

Penalty in % on total<br />

monthly payable amount<br />

1. 98% or more NIL<br />

2. >=97% to < 95% 3 %<br />

3. >=96% to < 94% 5 %<br />

4. >=95% to < 93% 10 %<br />

Signature of Bidder Page 24 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

The consolidated maximum penalty amount should not exceed 20% of the total project<br />

cost at any time during complete project period of 5 years otherwise the contract may<br />

be terminated. The notice of termination shall specify that termination is due to the<br />

reason that the bidder is unable to meet the primary objective of providing information<br />

to the stakeholders, the extent to which the contract is terminated and the date upon<br />

which such termination becomes effective.<br />

Signature of Bidder Page 25 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

8. BID EVALUATION PROCESS<br />

8.1 General<br />

1. RSRTC will evaluate and compare the bids determined to be substantially<br />

responsive. It is RSRTC’s intent to select the bid that is most advantageous to<br />

RSRTC and each bid will be evaluated using the criteria and process outlined<br />

in this section.<br />

2. The Technical Part of Bid will be carried out using eligibility criteria. Bidders<br />

who satisfy the eligibility criteria shall be considered as qualified for opening of<br />

financial bids. The criteria for pre-qualification are provided in ‘Technical Bid<br />

Evaluation’ section.<br />

3. The technical evaluation of Bids will be carried out as per the qualification<br />

criteria mentioned in ‘Technical Bid Evaluation’ section. The Financial bids of<br />

only the technically qualified bidders shall be opened for consideration.<br />

4. The Financial bid of all the technically qualified bidders would be opened and<br />

arranged in ascending order of quoted price (in INR). RSRTC reserves the<br />

right to reject any or all bids and to waive informalities and minor irregularities<br />

in bids received if deemed in the best interest of RSRTC to do so.<br />

8.2 Tender Evaluation Committee<br />

1. The Tender Evaluation Committee constituted by the RSRTC shall evaluate<br />

the tenders.<br />

2. The decision of the Tender Evaluation Committee in the evaluation of the<br />

Technical and Financial bids shall be final. No correspondence will be<br />

entertained outside the process of negotiation/discussion with the Committee.<br />

8.3 Evaluation of Bids<br />

1. RSRTC will carry out a detailed evaluation of the Technical Bids received by it,<br />

in order to determine whether they are substantially responsive to the<br />

requirements set forth in the Request for Proposal. In order to reach such a<br />

determination, RSRTC will examine the information supplied by the Bidders,<br />

review their demonstration of services offered and shall evaluate the same as<br />

per the evaluation criteria specified in this <strong>RFP</strong>.<br />

2. Based on the technical evaluation, the Financial Bids of only the technically<br />

qualified bidders shall be opened by RSRTC. The Financial evaluation will<br />

take into account the information supplied by the Bidders in the Financial Bid,<br />

and shall evaluate the same as per the evaluation criteria specified in this<br />

<strong>RFP</strong>.<br />

8.4 Material Deviation<br />

1. A material deviation is one, which affects, in any substantial way, the<br />

functionality, scope, quality, or performance of the Deliverables, or which limits<br />

in any substantial way, inconsistent with the Request for Proposal, RSRTC's<br />

Signature of Bidder Page 26 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

rights or the Bidder's obligations for, performance of the Project and the<br />

rectification of which deviation would affect unfairly the competitive position of<br />

other Bidders presenting substantially responsive bids.<br />

2. RSRTC may waive any minor informality or non-conformity or irregularity in a<br />

Bid, which does not constitute a material deviation, provided such a waiver<br />

does not prejudice or affect the relative ranking of any Bidder.<br />

8.5 Clarifications of Bids and Review of Bidders' Proposed Deviations<br />

To assist in the examination, evaluation and comparison of bids RSRTC may, its<br />

discretion, ask the Bidder for a clarification of its Bid. The request for clarification<br />

and the response shall be in writing and no change in the price or substance of<br />

the Bid shall be sought, offered or permitted.<br />

8.6 Contacting RSRTC<br />

Any attempt by a Bidder to influence RSRTC in its bid evaluation, bid comparison<br />

or contract award decisions may result in the rejection of the Bidder's Bid.<br />

8.7 Preliminary Examinations of Bids<br />

1. RSRTC will examine the bids to determine whether they are complete,<br />

whether any computational errors have been made, whether required sureties<br />

have been furnished, whether the documents have been properly signed, and<br />

whether the bids are generally in order.<br />

2. Bids from agents without proper authorization from the bidder shall be treated<br />

as nonresponsive. A bid determined as non-responsive will be rejected by<br />

RSRTC and may not subsequently be made responsive by the bidder by<br />

correction of the non-conformity.<br />

3. RSRTC may waive any minor informality, nonconformity or irregularity in a bid<br />

that does not constitute a material deviation, provided such waiver does not<br />

prejudice or affect the relative ranking of any Bidder. The decision of RSRTC<br />

will be final and binding.<br />

8.8 Evaluation & Comparison of Bids<br />

1. The Tendering Authority will open the Technical bids in the presence of<br />

bidders' representatives who choose to attend the same.<br />

2. The Bids received without required Earnest money will be rejected.<br />

3. The Bids received without documentary evidence will be out rightly rejected.<br />

4. The representative of the bidder, who is present, shall sign a register<br />

evidencing their attendance. Financial bids will remain unopened and will be<br />

held in the custody of the Tendering Authority until the time of opening of the<br />

Financial Bids.<br />

Signature of Bidder Page 27 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

5. Financial bids of only technically short listed bidders would be opened. The<br />

technically short listed bidders would be intimated to attend the opening of the<br />

financial bid, through letter, email or fax.<br />

8.9 Technical Bid Evaluation<br />

RSRTC will examine and compare the technical aspects of the proposals on the<br />

basis of the information supplied by the bidders, taking into account overall<br />

completeness and compliance with the requirements specified in the <strong>RFP</strong><br />

document. The proposal that does not meet minimum acceptable standards of<br />

completeness, consistency and details will be rejected taking it as nonresponsiveness.<br />

The Technical Qualification proposal will be evaluated using followings (Bidder<br />

should ensure that all documents enclosed here should be neat & clean and<br />

easily readable):<br />

Srl<br />

Following Should be Submitted<br />

1<br />

Bid Authorization Letter (The letter of authorization shall be indicated by<br />

written Power of attorney accompanying the bid).<br />

2<br />

A Demand Draft of Rs. _____/- (Rs. ________ Only) towards price of<br />

<strong>RFP</strong> document should be submitted, if not submitted earlier.<br />

3<br />

A Demand Draft of Rs. _____/- (Rs. ________ Only) towards processing<br />

fee should be submitted, if not submitted earlier.<br />

4<br />

The Bidder should deposit Earnest Money Deposit (EMD) of Rs. _____/-<br />

(Rs. ________ Only) in the form of Demand Draft / Bank Guarantee as<br />

mentioned in bid document/<strong>RFP</strong>. The Address of the bidder submitting<br />

the <strong>RFP</strong> has to be furnished on reverse of the EMD.<br />

5<br />

Bidder/Prime Bidder (in case of consortium) shall provide an attested<br />

copy of documents mentioned below for bidder/prime bidder/consortium<br />

member<br />

A. Pan Card<br />

Signature of Bidder Page 28 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

B. Company Registration Certificate<br />

C. Valid VAT Sales Tax Registration Certificate<br />

D. Valid Service tax registration Certificate<br />

E. Sales Tax Returns till date<br />

F. Sales Tax Clearance certificate till date<br />

G. Income Tax Return for the last three years<br />

H. Certified Audited copies of Balance Sheets/ Profit & Loss Accounts/<br />

Annual Reports of last three financial years<br />

6<br />

Documentary proof establishing that the bidder/prime bidder(in case of<br />

consortium) is an information technology company/corporation<br />

7<br />

In case of consortium, an original copy of the Agreement/MoU between<br />

consortium members.<br />

8<br />

Documentary proofs from Bidder/ consortium partners (in case of<br />

consortium) regarding having minimum average net worth of 20 Crore in<br />

last three financial years(2009-10,2010-11,2011-12) as per clause- 2<br />

item no 5&6.<br />

A. Net Worth for the year 2009-10<br />

B. Net Worth for the year 2010-11<br />

C. Net Worth for the year 2011-12<br />

9<br />

Documentary proofs from Bidder/ consortium partners (in case of<br />

consortium) regarding having minimum average turn over of 50 Crore in<br />

last three financial years(2009-10,2010-11,2011-12) as per clause- 2<br />

Signature of Bidder Page 29 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

item no 5&6.<br />

A. Turnover for the year 2009-10<br />

B. Turnover for the year 2010-11<br />

C. Turnover for the year 2011-12<br />

10<br />

Solvency certificates of Rs. 5 Crore of any Nationalized / Scheduled bank<br />

from Bidder/Prime Bidder (in case of consortium)<br />

11<br />

Documentary proof from the Bidder/Prime bidder (in case of consortium)<br />

for having on its roll at least 50 technically qualified professionals in<br />

Software Development, Networking, System Integration, R & D,<br />

Production, Maintenance etc for at least 12 months as par clause-2 item<br />

no. 9<br />

12<br />

Documentary proofs regarding Bidder/Prime Bidder(in case of<br />

consortium) for having experience of execution of information<br />

technology projects of related areas as per clause-2 item no. 8<br />

13<br />

An affidavit duly attested by the notary that the Bidder/Prime Bidder and<br />

Consortium Partner(in case of consortium) have not been Black listed by<br />

any PUC/Corporation/Board or State/Central Government in India.<br />

14<br />

An undertaking from the Bidder/Prime Bidder(in case of consortium)<br />

regarding fairness of the documents submitted in response to the <strong>RFP</strong> as<br />

per clause-2 item no.14<br />

15<br />

An undertaking from prime bidder that he would be fully responsible for<br />

successful completion of the project as per clause-2 item no. 11<br />

16<br />

The Bidder/Prime Bidder (in case of consortium) should submit the<br />

affidavit stating that their employees will not ask for employment in<br />

Corporation.<br />

17<br />

Documentary proofs regarding Bidder/Prime Bidder (in case of<br />

Signature of Bidder Page 30 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

consortium) have a local support office at Jaipur. If they do not have any<br />

local support office at the time of bidding, an undertaking has to be<br />

submitted for opening local support office at Jaipur within one month<br />

from the date of award of contract.<br />

18 Bill of Material (BOM) with Make, Model, Specifications etc.<br />

19 OEM Authorization, Warranty and Support Letter<br />

20 Team Deployment Details<br />

21 Technical Compliance Sheet<br />

8.10 Financial Bid Opening<br />

1. The Financial bids of only the technically qualified bidders shall be opened for<br />

consideration.<br />

2. The Financial bid of all the technically qualified bidders would be opened and<br />

arranged in ascending order of quoted price (in INR).<br />

3. All the taxes and other levies indicated in the price bid will be taken for the<br />

price bid evaluation.<br />

4. The Bidders will be ranked in ascending order (i.e.) Bidder quoted the lowest<br />

price (L1) will be ranked first and so on. The L1 Bidder alone will be called for<br />

final negotiations.<br />

8.11 Negotiations, Contract Finalization and Award<br />

RSRTC shall reserve the right to negotiate with the bidder(s) whose bid has been<br />

ranked first by the tender evaluation committee on the basis of best value to the<br />

Project. If RSRTC is unable to finalize a service agreement with the bidder ranked<br />

first, RSRTC may proceed to the next ranked bidder, and so on until a contract is<br />

awarded.<br />

Signature of Bidder Page 31 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

9. PAYMENT TERMS<br />

1. The payments will start after the Successful Commercial Deployment / ‘Go-Live’<br />

status of Project.<br />

2. Per Bus per Month payment will be applicable from the date on which bus goes<br />

live on VT & PIS.<br />

3. The payment will be made by Central (Head) Office, Jaipur for all locations to the<br />

bidder on monthly basis. The monthly bill will be submitted by the bidder to the<br />

authority decided by the Corporation at Central (Head) Office Jaipur who will in<br />

turn release the payment after receiving verification/certification from the<br />

concerned depots/bus stands. If there is dispute in any bill of that particular<br />

depot/bus stand and/or period, the payment would be withheld only for that<br />

depot/bus stand and/or period. Any dispute may be settled within a month<br />

otherwise payment for that particular bill will not be released until settlement of the<br />

dispute.<br />

4. Bidder should quote reasonable rate for all the items/modules as per project<br />

requirement. If RSRTC finds that quoted price is not reasonable then RSRTC<br />

reserves the right to reject the commercial offer of lowest bidder.<br />

10. GENERAL TERMS AND CONDITIONS<br />

10.1. General Terms<br />

1. The response to the <strong>RFP</strong> has to be submitted in accordance with the<br />

Terms and Conditions mentioned in this document.<br />

2. The specifications and requirements mentioned in the <strong>RFP</strong> are subject to<br />

revision and changes as and when required.<br />

3. RSRTC reserves the right to cancel the <strong>RFP</strong> at any stage and can invite<br />

fresh <strong>RFP</strong> without assigning any reasons.<br />

4. If any dispute arises out of the contract with regard to the interpretation,<br />

meaning and breach of the terms of the contract, the matter shall be referred<br />

to by the Parties to the Chairman, RSRTC who will be the Sole Arbitrator of<br />

the dispute and whose decision shall be final.<br />

5. All legal proceedings, if necessary arises to institute, may by any of the parties<br />

(RSRTC or Contractor) shall have to be lodged within the jurisdiction of the<br />

courts situated in Jaipur and not elsewhere.<br />

6. The Bidder/Consortium Partner should have a local support office at Jaipur<br />

and provide the supporting documents in technical bid. If the bidder does not<br />

have any local support office at the time of bidding then he must submit an<br />

undertaking on his letter head that if selected then he shall open a local<br />

support office at Jaipur within one month from the date of award of contract.<br />

Signature of Bidder Page 32 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

7. The software provided under this project should not be used, or handled<br />

by any individual, outside agency, firm, organization, state transport<br />

undertaking except RSRTC. Any violation or breach or this condition will<br />

entitle the Corporation to claim the damages.<br />

8. Consortium is allowed and bidders are permitted to add maximum one<br />

consortium member for the purpose of this project up to the submission of the<br />

tender. No further change in consortium till finalization of contract is<br />

permitted. The successful bidder will not be allowed to drop any consortium<br />

member till the completion of the project. The successful bidder will be liable<br />

to fresh scrutiny/disqualification in case of dropout of any consortium member<br />

post award of contract and till completion of the project at the discretion of<br />

RSRTC. One consortium partner cannot be the member of any other<br />

consortium for this project. Consortium agreement has to be submitted along<br />

with the bid duly signed by all the consortium partners stating the name of<br />

lead bidder and roles and responsibilities of all the consortium partners.<br />

9. RSRTC reserves the right to reject any software supplied against the order,<br />

if found not working satisfactorily or not able to render the proposed<br />

solution at the time of installation at sites. The rejected software, if any,<br />

shall have to be taken back and replaced as per requirement of Corporation<br />

forthwith at the cost of the bidder. No payment will be made for the rejected<br />

software.<br />

10. The bidder shall train the Core Group and user group supervisors,<br />

Booking Clerks and members as nominated by RSRTC in all modules of<br />

ORS Software.<br />

11. The bidder should mention the name and details of person to whom all<br />

references shall be made regarding the Request for Proposal in the following<br />

format. Bid documents have to be signed by an authorized person carrying<br />

the Power of Attorney (PoA). PoA should be made on appropriate value of<br />

Non Judicial Stamp paper and has to be submitted along with the bid.<br />

10.2. Earnest Money Deposit (EMD)<br />

The Bidder shall furnish, EMD of Rs. EMD of Rs. 47,50,000./- (Rupees<br />

Fourty Seven Lakhs and Fifty Thousand only) in the form of DD/BG and<br />

should be submitted along with “Technical Proposal in Envelop-A”.<br />

The EMD shall be denominated in Indian Rupees, and shall be in the form<br />

of a demand draft (DD) / Bank Guarantee (BG) drawn on a nationalized<br />

bank in favour of “Financial Adviser, Rajasthan State Road Transport<br />

Corporation” payable at Jaipur. The EMD should be enclosed with the<br />

technical proposal. The Address of the firm submitting the <strong>RFP</strong> has to be<br />

furnished on reverse of the EMD. Failure to submit the <strong>RFP</strong> form along with<br />

Signature of Bidder Page 33 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

the EMD shall result in disqualification of the <strong>RFP</strong>.<br />

Unsuccessful Bidder’s EMD will be returned as promptly as possible after<br />

the award of the contract to the successful bidder.<br />

In case EMD is submitted by DD, the EMD of successful bidder will be<br />

converted into Security Deposit (SD); t he remaining security deposit<br />

amount will need to be submitted by the bidder within the time stipulated by<br />

RSRTC. In case EMD has been submitted in the form of BG, then fresh BG of<br />

full amount of security deposit shall be required to be submitted within the<br />

time stipulated by RSRTC.<br />

The EMD deposit shall be retained by RSRTC for the period of six months.<br />

No interest will be payable by the RSRTC on the amount of the EMD.<br />

The EMD shall be forfeited:<br />

• If a bidder withdraws his bid or increases his quoted prices<br />

during the period of bid validity or its extended period, if any; or<br />

• In the case of a successful bidder, if the bidder fails to sign the<br />

contract or to furnish Security Deposit (SD).<br />

No exemption for submitting the EMD will be given to any vendor<br />

including SSI/PSU Units.<br />

10.3. Bid Currency<br />

The rates quoted shall be in Indian Rupees only.<br />

10.4. Signature<br />

A representative of the bidder, who is authorized to commit the bidder to<br />

contractual obligations, must sign with the bidder’s name and seal on all pages of<br />

the proposal, including the tender/<strong>RFP</strong> document. All obligations committed by<br />

such signatories must be fulfilled.<br />

10.5. Period of Validity of Proposals<br />

The proposals shall be valid for a period of Six (6) months from the date of<br />

opening of the proposals. A proposal valid for a shorter period may be rejected<br />

as non-responsive.<br />

In exceptional circumstances, at its discretion, RSRTC may solicit the bidder's<br />

Signature of Bidder Page 34 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

consent for an extension of the validity period. The request and the responses<br />

thereto shall be made in writing (or by fax or email).<br />

10.6. Non-Conforming Proposals<br />

Any proposal may be construed as a non-conforming proposal and ineligible for<br />

consideration if it does not comply with the requirements of this <strong>RFP</strong>. The<br />

failure to comply with the technical requirements, and acknowledgment of<br />

receipt of amendments, are common causes for holding proposals<br />

nonconforming.<br />

10.7. Language of Proposals<br />

The proposal and all correspondence and documents shall be written in<br />

English. All proposals and accompanying documentation will become the<br />

property of the RSRTC and will not be returned. The hardcopy version will be<br />

considered as the official proposal.<br />

10.8. Bid Prices<br />

The vendor has to quote the rate for per bus per month basis as per the<br />

commercial form. The prices, once offered, must remain fixed and will not<br />

attract any price variation for any reason during contractual period. A<br />

conditional proposal will be rejected as non-responsive. The rates quoted shall<br />

be inclusive of all taxes, duties, levies, service charges, TDS, Cesses, transport<br />

charges, if any, as applicable up to the completion of the contract period.<br />

10.9. Supply of hardware, software, database, networking equipments,<br />

consumables etc.<br />

The vendor has to supply, install, commission, configure, test, implement,<br />

operate, manage, maintain and support the hardware/software/database/<br />

connectivity/networking equipments/consumables etc. at various locations during<br />

contractual period of five years on DBOT basis. For the purpose, Vendor has to<br />

borne all taxes, duties, levies, service charges, license fees, Cesses, local<br />

taxes, transport charges, insurance etc.<br />

10.10. Correction of errors<br />

The vendor is advised to take adequate care in quoting per bus per month<br />

rate. No excuse for corrections in the quoted rate will be entertained<br />

afterwards. The corrections or overwriting in <strong>RFP</strong> should be initialed by person<br />

Signature of Bidder Page 35 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

signing the proposal form.<br />

10.11. Corrections to Arithmetic errors<br />

In case of discrepancy between the amounts mentioned in figures and in words,<br />

the amount in words shall govern. The amount stated in the proposal form,<br />

adjusted in accordance with the above procedure, shall be considered as<br />

binding.<br />

10.12. Disqualification<br />

The proposal from the bidders is liable to be disqualified in the following cases:<br />

a) Proposal not submitted in accordance with the <strong>RFP</strong>.<br />

b) The bidder qualifies the bid with his own conditions.<br />

c) During validity of the proposal, or its extended period, if any, the<br />

bidder increases his quoted prices.<br />

d) Proposal is received in incomplete form.<br />

e) Proposal is received after due date and time.<br />

f) Proposal is not accompanied by all requisite supporting documents<br />

g) Information submitted in technical proposal is found to be<br />

misrepresented, incorrect or false, accidentally, unwillingly or<br />

otherwise, at any time during the processing of the contract (no<br />

matter at what stage) or during the tenure of the contract including<br />

the extension period if any.<br />

h) Commercial proposal is enclosed with the same envelope as technical<br />

proposal.<br />

i) If successful bidder fails to deposit a security deposit of 5% of the<br />

total project cost in the form of bank guarantee valid for a period of<br />

Six years within 10 working days from the receipt of the letter towards<br />

award of the contract.<br />

j) The successful bidder fails to enter into a contract within 10 working<br />

days of the date of notice of award of contract or within such extended<br />

period, as fixed by RSRTC.<br />

k) Awardee of the contract has given the letter of acceptance of the<br />

contract with his conditions.<br />

l) Non fulfilling of any condition/term by bidder<br />

10.13. Modification and Withdrawal of Proposals<br />

No proposal may be modified or withdrawn in the interval between the deadline<br />

for submission of proposals and the expiration of the validity period specified<br />

by the bidder on the proposal form. Modification or Withdrawal of proposal<br />

Signature of Bidder Page 36 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

during validity may lead to forfeiture of EMD amount paid against this <strong>RFP</strong>.<br />

10.14. Acknowledgement of Understanding of Terms<br />

By submitting a proposal, each bidder shall be deemed to acknowledge that<br />

he/she has carefully read all parts of this <strong>RFP</strong>, including all forms, schedules and<br />

annexure hereto, and has fully agreeable to it.<br />

10.15. Conditions<br />

The following terms are applicable to this <strong>RFP</strong> and the bidder's proposal:<br />

m) This <strong>RFP</strong> does not commit the RSRTC to enter into a service<br />

agreement or similar undertaking with the bidder or any other<br />

organization and the RSRTC shall have the right to reject or accept<br />

any proposal or offer, or any part thereof (e.g., any component of any<br />

proposed solution) for any reason whatsoever.<br />

n) Each bidder shall make the following representations and warranty in<br />

its proposal cover letter, the falsity of which might result in rejection of<br />

its proposal: “The information contained in this proposal or any part<br />

thereof, including its exhibits, schedules, and other documents and<br />

instruments delivered or to be delivered to the RSRTC, is true, accurate,<br />

and complete. This proposal includes all information necessary to<br />

ensure that the statements therein do not in whole or in part mislead<br />

the RSRTC as to any material fact.”<br />

o) The RSRTC is not restricted in its rights to use or disclose any or all of<br />

the information contained in the proposal, and can do so without<br />

compensation to the bidder. The RSRTC shall not be bound by any<br />

language in the proposal indicating the confidentiality of the proposal or<br />

any other restriction on its use or disclosure.<br />

p) Any work whether acceptable or unacceptable, developed under a<br />

contract awarded as a result of this <strong>RFP</strong> shall be the sole property of<br />

the RSRTC unless stated otherwise in the definitive service agreement.<br />

q) Timing and sequence of events resulting from this <strong>RFP</strong> shall ultimately<br />

be determined by the RSRTC.<br />

r) No oral conversations or agreements with any official, agent, or<br />

employee of the RSRTC shall affect or modify any terms of this<br />

<strong>RFP</strong>, and any alleged oral agreement or arrangement made by a<br />

bidder with any department, agency, official or employee of the RSRTC<br />

shall be superseded by the definitive service agreement that results<br />

from this <strong>RFP</strong> process. Oral communications by the RSRTC to bidders<br />

shall not be considered binding on the RSRTC, nor shall any written<br />

materials provided by any person other than RSRTC.<br />

Signature of Bidder Page 37 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

s) Proposals are subject to rejection if they limit or modify any of the terms<br />

and conditions or specifications of this <strong>RFP</strong>.<br />

10.16. Notification of Award<br />

RSRTC will notify the successful bidder in writing or by fax or email, to be<br />

confirmed in writing by letter, that its proposal has been accepted. The<br />

notification of award will constitute the formation of the contract. The<br />

successful bidder has to furnish security deposit to RSRTC within time specified<br />

in the notification. If the bidder fails to furnish security deposit within time<br />

specified, RSRTC will forfeit his EMD and proceed further to award the<br />

contract to another bidder. The name of default bidder will be blacklisted.<br />

10.17. Award Criteria<br />

RSRTC will award the Contract to the successful bidder whose proposal has<br />

been determined to be substantially responsive and has been determined<br />

as the best value proposal. All decisions taken by RSRTC regarding<br />

processing of <strong>RFP</strong> and award of contract shall be final and binding on all<br />

bidders.<br />

10.18. RSRTC's right to accept any proposal and to reject any or all proposals<br />

RSRTC reserves the right to accept or reject any proposal, and to annul the<br />

bidding process and reject all proposals at any time prior to award of contract.<br />

RSRTC will not be responsible for any liability to the affected bidder or bidders<br />

or any obligation to inform the affected bidder or bidders the grounds for<br />

RSRTC's action.<br />

10.19. Security Deposit<br />

The successful bidder needs to deposit/submit a security deposit of 5% of the<br />

total project cost in the form of bank guarantee on stamp paper of the<br />

requisite value as per the provisions of the applicable Acts or Laws.<br />

The total project cost may be calculated as below:-<br />

Total Project Cost (in Rs.) = “Monthly Net Rate” * 60 (No. of<br />

Months)*4000±15% and 5% Buffer<br />

Signature of Bidder Page 38 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

The security deposit shall be maintained and be valid for a period of six years. It<br />

should be submitted within 10 working days from the receipt of the letter<br />

towards award of the contract for due and proper fulfillment of <strong>RFP</strong> conditions.<br />

The security deposit should be submitted within the period specified<br />

above, failing which RSRTC may cancel the offer made to the bidder.<br />

The security deposit will be forfeited if vendor has not fulfilled the terms and<br />

conditions as per <strong>RFP</strong>.<br />

RSRTC shall also be entitled to make any recoveries due from the bidder from<br />

security deposit submitted against this <strong>RFP</strong>.<br />

10.20. Signing of Contract<br />

The successful bidder will have to execute following agreements on a Non-<br />

Judicial Stamp of appropriate value within a period of 10 days of receipt of order<br />

and deposit security as per clause 9.19 prior to signing of agreements :<br />

<br />

<br />

Service Level Agreement<br />

Non-Disclosure Agreement<br />

10.21. Extension of Contract<br />

The contract period is for five years (i.e. the period of actual execution of project).<br />

On expiry of this contract, RSRTC may consider granting an extension to the<br />

same bidder on payment of “Per Month Per Bus rate” to be decided at that time<br />

or may terminate the contract. In case of termination of contract, the firm will be<br />

responsible for transferring all the hardware/ software/ networking equipments/<br />

licenses etc. as per the terms of <strong>RFP</strong> along with data to RSRTC.<br />

10.22. Variation in quantities at the time of award of contract<br />

Considering the growth rate or augmentation of depot units/bus stations,<br />

additional setup may require for newly established units or there may be<br />

increase or decrease in buses, It will be binding on vendor to provide complete<br />

setup of Vehicle Tracking & Passenger Information equipments/devices,<br />

software etc. to fulfill the requirements during contractual period.<br />

Signature of Bidder Page 39 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

However, RSRTC reserves the right to increase or decrease quantity of<br />

buses specified herein before in requirements of VT & PIS. However, this<br />

should not affect per bus per month rate given by bidder.<br />

10.23. Performance Bank Guarantee<br />

The successful bidder shall at his own expense deposit and maintain at any<br />

given time during the validity period, a performance bank guarantee equal to the<br />

5% of its minimum guaranteed income for compete project period of five years.<br />

The total project cost may be calculated as below :-<br />

Total Project Cost (in Rs.) = “Per Month Per Bus rate” * 60 (No. of Months) *<br />

4000 (± 15% & 5% Buffer) (No. of Buses)<br />

The performance bank guarantee needs to be submitted as per the format given<br />

in Annexure-9, before the first commercial deployment post the Pilot<br />

Implementation run.<br />

In the event of any contract amendment, the bidder shall, within 15 days of<br />

receipt of such amendment notice, furnish the amendment to performance bank<br />

guarantee, rendering the same valid for duration of the contract, as amended.<br />

An unconditional and irrevocable Performance Bank Guarantee (PBG) from<br />

a nationalized bank acceptable to RSRTC, payable on demand, for the<br />

due performance and fulfillment of the contract by the successful bidder<br />

needs to be submitted.<br />

All incidental charges whatsoever such as premium; commission etc. with<br />

respect to the performance bank guarantee shall be borne by the bidder.<br />

In the event of the bidder being unable to service the contract for<br />

whatever reason, RSRTC would invoke the Performance Bank Guarantee with<br />

them. Notwithstanding and without prejudice to any rights RSRTC will invoke<br />

Performance Bank Guarantee with them as compensation for any loss resulting<br />

from the bidder's failure to perform/comply its obligations under the contract.<br />

RSRTC shall notify the bidder in writing of the exercise of its right to receive<br />

such compensation, indicating the contractual obligation(s) for which the bidder<br />

is in default.<br />

RSRTC shall also be entitled to make recoveries from the bidder's bills,<br />

performance bank guarantee, or from any other amount due to him, the<br />

equivalent value of any payment made to him due to inadvertence, error,<br />

Signature of Bidder Page 40 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

collusion, misconstruction or misstatement.<br />

10.24. Failure to agree with the Terms & Conditions of the <strong>RFP</strong><br />

Failure of the successful bidder to agree with the Terms & Conditions of the<br />

<strong>RFP</strong> including the Services Agreement shall constitute sufficient grounds for the<br />

annulment of the award, in which event RSRTC may award the contract to<br />

another bidder or call for new proposals.<br />

10.25. Delays in bidder’s performance<br />

The delivery of VT & PIS Hardware, Software, Computer hardware &<br />

peripherals and performance of services shall be made by bidder in accordance<br />

with time schedule specified by the RSRTC.<br />

If at any time during performance of the contract, the bidder or their consortiums<br />

may encounter conditions impeding timely delivery of the any hardware,<br />

software, etc and performance of the services, the bidder shall promptly notify<br />

RSRTC in writing of the facts of the delay, its likely duration and its causes.<br />

As soon as after receipt of bidder’s notice, RSRTC shall evaluate the situation<br />

and may at its discretion, extend the bidders time for performance with or<br />

without penalty in which case the extension shall be ratify by the bidders by<br />

amendment of the contract but in no case extension shall be given more than<br />

one time.<br />

The bidder must read and understand the requirements thoroughly and shall<br />

adhere to the schedule strictly. The supply, installation and commissioning of<br />

the hardware and software at all locations shall be as per the implementation<br />

schedule given in <strong>RFP</strong>.<br />

The bidder has to ensure that entire setup is full proof and operational.<br />

10.26. Modification in requirements<br />

RSRTC has given basic requirements of software, hardware, networking<br />

equipments, consumables etc. The vendor has to ensure fulfillment of these<br />

requirements basically.<br />

However, due to change in Govt./Corporation policy or due to unavoidable<br />

circumstances, the vendor has to modify the software/ hardware/ networking<br />

equipments/ connectivity type/ consumables etc. as per business needs during<br />

Signature of Bidder Page 41 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

the contractual period without any additional financial burden to RSRTC.<br />

10.27. Miscellaneous<br />

10.27.1. Space for installation of hardware etc. and keeping buffer stock.<br />

The bidder shall be given sufficient space at each depot/bus stand as per their<br />

needs. The said space shall be purely used for RSRTC business activities i.e.<br />

installation of desktop, keeping other allied important networking components,<br />

buffers of hardware, stationery etc.<br />

In addition to above, RSRTC shall provide required space for managing and<br />

monitoring VT & PIS projects from central locations. All civil and electrical works<br />

required at depots/bus stands would be undertaken by RSRTC. Furniture<br />

required for implementation of the VT & PIS project would also be provided by<br />

RSRTC.<br />

RSRTC will provide the electric power supply and bear the electricity bills for<br />

any usage of electricity for the purpose of the project. However, the bidder<br />

needs to provide UPS at all requisite sites for initial backup incase of a power<br />

failure.<br />

The bidder has to establish its own communication facility for communication<br />

purposes at RSRTC locations and bills for the same needs be borne solely by<br />

them.<br />

10.27.2. Resolution of disputes<br />

RSRTC and the Successful Bidder shall make every effort to resolve disputes<br />

amicably by direct informal negotiation, any disagreement or dispute arising<br />

between them under or in connection with the contract will be settled at the<br />

level of Chairman and Managing Director of RSRTC.<br />

If during the subsistence of the contractual period or thereafter, any dispute<br />

between the Parties hereto arising out of or in connection with the validity,<br />

interpretation, implementation, material breach or any alleged material breach of<br />

any provision of this contract or regarding any question, including as to whether<br />

the termination of this contract by one Party hereto has been legitimate, the<br />

Parties hereto shall endeavor to settle such dispute amicably and/or by<br />

Conciliation to be governed by the Arbitration and Conciliation Act, 1996 or as<br />

may be agreed to between the Parties.<br />

Signature of Bidder Page 42 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

In case of failure of amicable settlement as is referred to in sub-section above, the<br />

dispute shall be referred to the sole arbitration of the Chairman, RSRTC who<br />

shall act as the sole arbitrator for settlement of such dispute (s) between the<br />

Parties. The Arbitration proceedings shall be governed by the Arbitration and<br />

Conciliation Act, 1996.<br />

During contractual period, the hardware & software supplied by the firm will<br />

remain with RSRTC and in no case the same will be returned to the firm if<br />

dispute arises between prime bidder and its consortium members for<br />

whatsoever reason to maintain business continuity.<br />

10.27.3. Notices<br />

Any notice given by one party to the other pursuant to this contract shall be<br />

sent to the other party in writing or by fax, email, cable or facsimile to the other<br />

party's address, and confirmed in writing by the other party.<br />

A notice shall be effective when delivered or tendered to other party whichever is<br />

earlier.<br />

10.27.4. Bidder’s integrity<br />

The bidder is responsible for oblige to conduct all contracted activities as defined<br />

in the scope of work in accordance with contract.<br />

10.27.5. Bidder’s obligation<br />

The bidder is obliged to work closely with RSRTC’s staff, act within its own<br />

authority and abide by directives issued by RSRTC.<br />

The bidder will abide by the job safety measures prevalent in India and will free<br />

RSRTC from all demand or responsibilities arising from accidents or loss of life<br />

the calls of which is the bidder’s negligence. The bidder will pay all indemnities<br />

arising from such incidents and will not hold RSRTC responsible or obligated.<br />

The bidder is responsible for managing the activities of its personnel or<br />

their consortiums personnel and will hold itself responsible for any misdemeanor.<br />

The bidder will treat as confidential all data and information about RSRTC,<br />

obtained in the execution of his responsibilities in strict confidence and will not<br />

reveal such information to any other party without the prior written approval of<br />

RSRTC.<br />

Signature of Bidder Page 43 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

The bidder is responsible for all deliveries unpacking, assemblies, wiring,<br />

installation, cabling between hardware units and connecting to power supplies.<br />

The bidder will test all hardware operation and accomplish all adjustment<br />

necessary for successful and continuous operation of the hardware at all<br />

installation sites.<br />

10.27.6. Corrupt or Fraudulent Practices<br />

The RSRTC requires that bidder/consortiums under this <strong>RFP</strong>, observe the<br />

highest standards of ethics during the DBOT process and execution of such<br />

contract. In pursuance to this policy, the RSRTC:-<br />

Defines for the purposes of this provision, the terms set forth as follows:<br />

“Corrupt practice” means the offering, giving, receiving or soliciting of<br />

anything of value to influence of public officials in the DBOT process or in<br />

contract execution; and<br />

“Fraudulent Practice“ means a misrepresentation of facts in order to influence a<br />

DBOT process or execution of contract to the detriment of the RSRTC, and<br />

includes collusive practice among bidders (prior to or after bid submission);<br />

Will reject a proposal for award if it determines that the bidder recommended<br />

for award has engaged in corrupt or fraudulent practices in competing for the<br />

contract in question;<br />

Will declare a firm ineligible, either indefinitely or for a stated period of time, to<br />

be awarded a contract if it at any time determines that the firm has engaged in<br />

corrupt and fraudulent practices in competing for, or executing a contract.<br />

The past performance of the bidder will be crosschecked if necessary. If the<br />

facts are proven to be dubious the bidders <strong>RFP</strong> will be ineligible for further<br />

processing.<br />

10.27.7. Interpretation of the clauses in the <strong>RFP</strong> / contract document.<br />

In case of any ambiguity, in the interpretation of any of the clauses in <strong>RFP</strong><br />

document or contract document, the RSRTC’s interpretation of the clauses shall<br />

be final and binding on all parties.<br />

10.27.8. Termination for Default<br />

RSRTC may, without prejudice to any other remedy for breach of contract by<br />

written notice of default sent to the bidder, terminate the contract in whole or in<br />

part:<br />

Signature of Bidder Page 44 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

a) If the bidder fails to provide satisfactory services at the desired level of<br />

contract within the time period(s) specified in the contract, or any extension<br />

thereof granted by RSRTC<br />

OR<br />

b) If the bidder fails to perform any other obligation(s) under the contractor<br />

OR<br />

c) If the bidder, in the judgment of RSRTC has engaged in corrupt or<br />

fraudulent practices in competing for or in executing the Contract.<br />

In Circumstances mentioned in a, b, c above the RSRTC may exercise the<br />

following option:-<br />

(1) Ask the Prime bidder to leave the Hardware/Software in the offices of<br />

RSRTC and terminate the Contract.<br />

In case of premature termination of Contract for no fault of bidder, RSRTC<br />

may exercise the following options:-<br />

(1) Direct the bidder to take back the Hardware/software and without any<br />

additional compensation.<br />

(2) Direct the bidder to take back the Hardware/software & pay him the<br />

cost of Hardware less the depreciation as per the Income Tax Act /<br />

Rules.<br />

10.27.9. Termination for Insolvency<br />

RSRTC may at any time terminate the contract by giving written notice to the<br />

bidder, without compensation to the bidder, if the bidder becomes bankrupt or<br />

otherwise insolvent, provided that such termination will not prejudice or affect<br />

any right of action or remedy which has accrued or will accrue thereafter to<br />

RSRTC.<br />

10.27.10. Licenses for Database, Application etc.<br />

The bidder shall provide the required licenses for Database, Application etc.<br />

being used at all levels.<br />

10.27.11. Non Exclusivity, License Fee, IPR<br />

The Intellectual Property Rights of the Application Software developed for<br />

RSRTC shall be vested in RSRTC who shall have absolute right to use,<br />

Signature of Bidder Page 45 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

license or sell the system without any payment to or permission from the<br />

Bidder. The application software along with source code shall be the property<br />

of RSRTC under the provision of IPR.<br />

10.27.12. Software Ownership Rights<br />

The Bidder shall relinquish to RSRTC the source code along with adequate<br />

detailed documents (from the testing phase onwards) and the rights to the<br />

systems, programs and software developed at RSRTC's expense and subject to<br />

negotiated agreements, all ownership right to the application software packages<br />

procured for RSRTC. The source code with version control system should be<br />

submitted in a DVD & external HDD both to RSRTC. For third party tools, the<br />

bidder shall provide perpetual license to use such software.<br />

10.27.13. Patent Rights<br />

In the event of any claim asserted by a third party of infringement of copyright,<br />

patent, trademark or industrial design rights arising from the use of the<br />

software / hardware / database / ETIM / peripherals or any part thereof, the<br />

Bidder shall expeditiously extinguish such claim. If the Bidder fails to comply<br />

and RSRTC is required to pay compensation to a third party resulting from such<br />

infringement, the Bidder shall be responsible for the compensation including<br />

all expenses, court costs and lawyer fees. RSRTC will give notice to the Bidder<br />

of such claim, if it is made, without delay.<br />

10.27.14. Manpower Support<br />

Detailed scope will include inputting of data into the system, maintenance of<br />

machines and other hardware, maintain sufficient stock of consumable etc and<br />

all work related to VT & PIS Hardware, Computers and network connectivity,<br />

software, maintenance of data base, with appropriate route, printing of reports<br />

etc. The bidder shall abide by the labour legislation and rules made there under<br />

applicable in the state of Rajasthan. The bidder will also study the working of all<br />

levels of RSRTC and submit a Manpower Deployment plan which will be at least<br />

the minimum proposed to meet the desired service levels.<br />

The bidder will be bound to provide support Manpower specified in the<br />

Manpower deployment Plan. All salaries and statutory benefits will have to be<br />

borne by the bidder & no payments will be made by RSRTC. Complete<br />

background verification of the manpower deployed will be done by the vendor<br />

and the report of the same shall be submitted to RSRTC before deployment.<br />

Signature of Bidder Page 46 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

In case of absence of any of his employee, the bidder should provide alternative<br />

person the next day.<br />

The bidder should ensure that the behavior of manpower is decent. The<br />

bidder will be held responsible for indecent behavior of manpower, & such<br />

employees should be immediately replaced when such matter is reported.<br />

The bidder should submit the affidavit stating that the bidder or its<br />

consortium members or employees should not ask for employment in<br />

Corporation.<br />

10.27.15. Force Majeure<br />

The bidder shall not be liable for penalty, liquidated damages or termination for<br />

default, if and to the extent that, his delay in performance or other failure to<br />

perform his obligations under the contract is the result of an event of Force<br />

Majeure.<br />

For purposes of this clause, “Force Majeure” means an event beyond the<br />

control of the bidder and not involving the bidder and not involving the<br />

bidder’s fault or negligence and not foreseeable. Such events may include, but<br />

are not restricted to, instances of, wars or revolutions, fires, floods,<br />

epidemics, quarantine restrictions and freight embargoes which would have<br />

an impact on RSRTC.<br />

If a Force Majeure situation arises, the bidder shall promptly notify<br />

RSRTC in writing of such conditions and the cause thereof. Unless<br />

otherwise directed by RSRTC, the bidder shall seek all reasonable alternative<br />

means for performance not prevented by the Force Majeure event.<br />

10.27.16. Force Majeure Events<br />

The Force Majeure circumstances and events shall include the following<br />

events to the extent that such events or their consequences (it being<br />

understood that if a causing event is within the reasonable control of the<br />

affected party, the direct consequences shall also be deemed to be<br />

within such party's reasonable control) satisfy the appropriate definition<br />

as per this agreement. Without limitation to the generality of the foregoing,<br />

Force Majeure Event shall include the following classes of events and<br />

circumstances and their effects:<br />

Natural events (“Natural Events”) to the extent they satisfy the foregoing<br />

Signature of Bidder Page 47 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

requirements including:<br />

• Any material effect on the natural elements, including lightning, fire,<br />

earthquake, cyclone, flood, storm, tornado, or typhoon;<br />

• Explosion or chemical contamination (other than resulting from an act of<br />

war);<br />

• Epidemic such as plague;<br />

• Any event or circumstance of a nature analogous to any of the foregoing.<br />

• Other Events (“Political Events”) to the extent that they satisfy<br />

the foregoing requirements including:<br />

• Act of war (whether declared or undeclared), invasion, armed<br />

conflict or act of foreign enemy, blockade, embargo, revolution, riot,<br />

insurrection, civil commotion, act of terrorism or sabotage;<br />

• Strikes, work to rules, go-slows which are widespread, nation-wide, or Statewide<br />

and are of political nature;<br />

• Any event or circumstance of a nature analogous to any of the foregoing.<br />

10.27.17. Use of documents and Information<br />

The vendor shall not, without prior written consent from RSRTC, disclose/<br />

share/use the bid document, contract, or any provision thereof, or any<br />

specification, plan, drawing, samples etc. furnished by or on behalf of the<br />

RSRTC in connection therewith, to any person other than a person<br />

employed by the vendor in the performance of the contract. Disclosure to<br />

any such employed person shall be made in confidence and shall extend only<br />

as far as may be necessary for purposes of such performance.<br />

All project related document (including this bid document) issued by RSRTC,<br />

other than the contract itself, shall remain the property of the RSRTC and<br />

shall be returned (in all copies) to the RSRTC on completion of the Vendor's<br />

performance under the contract if so required by the RSRTC.<br />

Signature of Bidder Page 48 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

11. ANNEXURES<br />

Form T 1<br />

Srl<br />

Technical Bid Compliance Sheet (with respect to Technical Evaluation)<br />

Bidder Should Mark Page No. on Enclosures Submitted in Evidence of Eligibility<br />

Criteria<br />

Criteria (Document Submitted)<br />

Mention<br />

Enclosure<br />

Page No.<br />

Fill Compliance<br />

(Yes / No)<br />

Prime<br />

Bidder<br />

Consortium<br />

Partner<br />

1<br />

Bid Authorization Letter (The letter of authorization<br />

shall be indicated by written Power of attorney<br />

accompanying the bid).<br />

Page No.<br />

2<br />

A Demand Draft of Rs. _____/- (in words<br />

________ Only) towards price of <strong>RFP</strong> document<br />

should be submitted, if not submitted earlier.<br />

Page No.<br />

3<br />

A Demand Draft of Rs. _____/- (in words<br />

________ Only) towards processing fee should be<br />

submitted, if not submitted earlier.<br />

Page No.<br />

4<br />

The Bidder should deposit Earnest Money Deposit<br />

(EMD) of Rs. _____/- (Rs. ________ Only) in the<br />

form of Demand Draft / Bank Guarantee as<br />

mentioned in bid document/<strong>RFP</strong>. The Address of<br />

the bidder submitting the <strong>RFP</strong> has to be furnished<br />

on reverse of the EMD.<br />

Page No.<br />

5<br />

Bidder/Prime Bidder (in case of consortium) shall<br />

provide an attested copy of documents mentioned<br />

below for bidder/prime bidder/consortium member<br />

I. Pan Card Page No.<br />

J. Company Registration Certificate Page No.<br />

Signature of Bidder Page 49 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

K. Valid VAT Sales Tax Registration Certificate Page No.<br />

L. Valid Service tax registration Certificate Page No.<br />

M. Sales Tax Returns till date Page No.<br />

N. Sales Tax Clearance certificate till date Page No.<br />

O. Income Tax Return for the last three years Page No.<br />

P. Certified Audited copies of Balance Sheets/<br />

Profit & Loss Accounts/ Annual Reports of last<br />

three financial years<br />

Page No.<br />

6<br />

Documentary proof establishing that the<br />

bidder/prime bidder(in case of consortium) is an<br />

information technology company/corporation<br />

Page No.<br />

7<br />

In case of consortium, an original copy of the<br />

Agreement/MoU between consortium members.<br />

Page No.<br />

8<br />

Documentary proofs from Bidder/ consortium<br />

partners (in case of consortium) regarding having<br />

minimum average net worth of 20 Crore in last<br />

three financial years(2009-10,2010-11,2011-12)<br />

as per clause- 2 item no 5&6.<br />

Page No.<br />

D. Net Worth for the year 2009-10 Page No.<br />

E. Net Worth for the year 2010-11 Page No.<br />

F. Net Worth for the year 2011-12 Page No.<br />

9 Documentary proofs from Bidder/ consortium<br />

partners (in case of consortium) regarding having<br />

minimum average turn over of 50 Crore in last<br />

Page No.<br />

Signature of Bidder Page 50 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

three financial years(2009-10,2010-11,2011-12)<br />

as per clause- 2 item no 5&6.<br />

D. Turnover for the year 2009-10 Page No.<br />

E. Turnover for the year 2010-11 Page No.<br />

F. Turnover for the year 2011-12 Page No.<br />

10<br />

Solvency certificates of Rs. 5 Crore of any<br />

Nationalized / Scheduled bank from Bidder/Prime<br />

Bidder (in case of consortium)<br />

Page No.<br />

11<br />

Documentary proof from the Bidder/Prime bidder<br />

(in case of consortium) for having on its roll at<br />

least 50 technically qualified professionals in<br />

Software Development, Networking, System<br />

Integration, R & D, Production, Maintenance etc<br />

for at least 12 months as par clause-2 item no. 9<br />

Page No.<br />

12<br />

Documentary proofs regarding Bidder/Prime<br />

Bidder(in case of consortium) for having<br />

experience of execution of information technology<br />

projects of related areas as per clause-2 item no.<br />

8<br />

Page No.<br />

13<br />

An affidavit duly attested by the notary that the<br />

Bidder/Prime Bidder and Consortium Partner(in<br />

case of consortium) have not been Black listed by<br />

any PUC/Corporation/Board or State/Central<br />

Government in India.<br />

Page No.<br />

14<br />

An undertaking from the Bidder/Prime Bidder(in<br />

case of consortium) regarding fairness of the<br />

documents submitted in response to the <strong>RFP</strong> as<br />

per clause-2 item no.14<br />

Page No.<br />

15<br />

An undertaking from prime bidder that he would<br />

Page No.<br />

Signature of Bidder Page 51 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

be fully responsible for successful completion of<br />

the project as per clause-2 item no. 11<br />

16<br />

The Bidder/Prime Bidder (in case of consortium)<br />

should submit the affidavit stating that their<br />

employees will not ask for employment in<br />

Corporation.<br />

Page No.<br />

17<br />

Documentary proofs regarding Bidder/Prime<br />

Bidder (in case of consortium) have a local<br />

support office at Jaipur. If they do not have any<br />

local support office at the time of bidding, an<br />

undertaking has to be submitted for opening local<br />

support office at Jaipur within one month from the<br />

date of award of contract.<br />

Page No.<br />

18<br />

Bill of Material (BOM) with Make, Model,<br />

Specifications etc.<br />

Page No.<br />

19 OEM Authorization, Warranty and Support Letter Page No.<br />

20 Team Deployment Details Page No.<br />

21 Technical Compliance Sheet Page No.<br />

Signature of Bidder Page 52 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Covering Letter for Technical Bid<br />

Form T 2<br />

To,<br />

The Executive Director (Traffic),<br />

Rajasthan State Road Transport Corporation,<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur – 302001,Rajasthan.<br />

Sir,<br />

Having examined the <strong>RFP</strong> Document the receipt of which is hereby duly<br />

acknowledged, I/we, the undersigned, offer to procure, supply, install, commission,<br />

configure, test, integrate, implement, manage, maintain and support all required<br />

hardware and network connectivity/infrastructure/ equipments/cabling etc under the<br />

project ‘Vehicle Tracking & Passenger Information System (VT & PIS) on Design, Build,<br />

Operate and Transfer (DBOT) basis’ in RSRTC for contractual period of five years as<br />

required and outlined in the <strong>RFP</strong>.<br />

I/We undertake, if our bid is accepted, to develop the VT & PIS and to deliver<br />

hardware/ connectivity/ consumables etc. in accordance with the requirements.<br />

If our bid is accepted, we will obtain the 5% Security Deposit and 5% Performance<br />

Bank Guarantee of the total project cost for complete project period of five years, which<br />

will be calculated on the basis of rate per bus per month quoted by the successful<br />

bidder. The validity of security deposit and performance bank guarantee would be for a<br />

period of six years.<br />

I/We agree to abide by this bid for a period of six months after the date fixed for bid<br />

opening and it shall remain binding upon us and may be accepted at any time before<br />

the expiry of that period. Until a formal contract is prepared and executed, this bid,<br />

together with your written acceptance thereof and your notification of award shall<br />

constitute a binding Contract between us.<br />

We understand that you are not bound to accept the lowest or any bid you may receive.<br />

We agree to the terms & conditions mentioned in the <strong>RFP</strong> document.<br />

We are enclosing herewith the following documents:<br />

1. Bidders authorization certificate as per Annexure-1<br />

2. Self declaration as per Annexure-10.<br />

3. Completed and filled up Form T1<br />

4. All Evidences/Documents/Certificates etc. required as per <strong>RFP</strong><br />

5. Original <strong>RFP</strong> document duly signed with Company’s seal in electronic format.<br />

Signature of Bidder Page 53 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Dated this<br />

day of<br />

Signature (in the capacity of)<br />

Duly authorized to sign Bid for and on behalf of<br />

Seal of the Company<br />

Signature of Bidder Page 54 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Form T3<br />

Bidder Profile<br />

1. Name & Address of The Bidder<br />

2. Location of Corporate Head Quarters<br />

3. Date & Country of Incorporation<br />

4.<br />

5.<br />

6.<br />

Details of Contact person (Name, designation, address etc.)<br />

Telephone Number, Fax Number, e-mails<br />

Is the firm a registered company? If yes, submit documentary<br />

proof. Year and Place of the establishment of the Company.<br />

Is the firm registered with sales tax department? If Yes, submit<br />

valid sales tax registration certificate.<br />

7. Number of offices in Rajasthan and in India<br />

8.<br />

Submit details of the consortium (if any) including name and<br />

address of the consortium members, contact details, roles and<br />

responsibilities to be performed by prime bidder and its consortium<br />

members with legal authentication<br />

9. PAN Details of all members<br />

10.<br />

Details of court litigations, including (but not limited to) —<br />

Have you filed any claim against any Company / Institutions for<br />

such type of project? If so, give details like case no., court dispute<br />

involved and present status.<br />

Has any Company/Institution filed any claim/case against you, if<br />

so, furnish full details.<br />

Has any of your customer or clients filed any case against you in a<br />

court? If so, furnish details.<br />

Authorized Signatory<br />

<br />

Seal<br />

Please Note that providing inadequate or incorrect information could lead to<br />

disqualification of the bid.<br />

Signature of Bidder Page 55 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 1 : Bidder’s Authorization Certificate<br />

To,<br />

The Executive Director (Traffic),<br />

Rajasthan State Road Transport Corporation,<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur – 302001,Rajasthan.<br />


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Financial Bid for VT & PIS<br />

Annexure – 2 : Financial Proposal<br />

VT & PIS is proposed for minimum ± 4000 number of buses. Below given per bus<br />

per month cost will include complete design, installation, operation & maintenance<br />

of overall VT & PIS system for the period of 5 years on DBOT basis. Total contract<br />

period would be of 5 years from the date on which the RSRTC issue a certificate to<br />

the successful bidder regarding successful commercial deployment / ‘Go-Live’<br />

status of the project.<br />

The bidders must quote the rate per bus per month in electronic mode in BoQ (Bill<br />

of Quantity) as per e-Tendering guideline.<br />

Signature:<br />

Name:<br />

Designation:<br />

Seal:<br />

Signature of Bidder Page 57 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure-3: Format for “Request for Clarification”<br />

All queries for the pre-bid meeting needs to be submitted in the following format (both<br />

soft copy and hard copy) as mentioned in “Key Events and Dates” clause<br />

ORS Software<br />

Rajasthan State Road Transport Corporation<br />

Bidders request for clarification<br />

Name of Organization<br />

submitting the request.<br />

Name and Designation of<br />

person submitting the request.<br />

Full address of the<br />

Organization including Phone/<br />

Fax & e-mail point of contact.<br />

Telephone<br />

Fax<br />

E-mail address<br />

Bidding document reference<br />

(s) (page no. & section no.)<br />

Content of <strong>RFP</strong> requiring<br />

clarification<br />

Points of clarification<br />

required<br />

Pre bid queries will be entertained only for those bidders who have purchase<br />

the <strong>RFP</strong>.<br />

Place:<br />

Date:<br />

Signature:<br />

Company Seal:<br />

Signature of Bidder Page 58 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 4 : OEM Authorization Certificate<br />

OEM AUTHORIZATION CERTIFICATE<br />

(To be issued by the manufacturer of the product (Hardware/ Network / Server System<br />

Software in<br />

the favor of Distributor / dealer / channel partner on the company letterhead)<br />

This is to certify that M/s XXXX Company … … …<br />

…….................................................................... (Name, complete address, city) are our<br />

authorized … … … …................. (Distributor / Dealer / Channel partner) for the sale,<br />

support and services for. ............................... (Name of the product(s)) until date _______.<br />

We undertake that we would provide the support for the above product(s) during the<br />

warranty period (Contract / Project Period) for all the upgrades, Updates and patches,<br />

spares of the supplied product/products.<br />

Our technical support/assistance centers (Name, address & communication details) shall<br />

provide telephonic or web support. Below are the required details.<br />

(Signature with seal / stamp of the company)<br />

Name:<br />

Designation:<br />

Note: This Letter of authority should be on the letterhead of the concerned<br />

manufacturer and should be signed by a person competent and having the power of<br />

attorney to bind the Manufacturer.<br />

Signature of Bidder Page 59 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 5 : Key Information for Proposed VT & PIS/FMS<br />

Srl Description No.<br />

1 Head office where Central Control Room is to be established<br />

1 central control<br />

room<br />

2<br />

4000<br />

No. of Buses for installing Vehicle Tracking Device (Interstate<br />

± 15% and 5%<br />

& District to District Bus Services)<br />

Buffer<br />

3<br />

4<br />

5<br />

6<br />

7<br />

No. of Buses for installing Appropriate Fuel sensor Device<br />

(Interstate & District to District Bus Services)<br />

No. of major bus stands where 54’’LCD screens are to be<br />

installed for displaying information related to passengers<br />

4000 ± 15% Buses may be taken from maximum no. of<br />

depots under this project<br />

CCTV Solution with Motion Detection & Night Vision facility<br />

for Fuel Monitoring at workshop<br />

CCTV Solution with Motion Detection & Night Vision facility<br />

for Passengers Monitoring in Buses (4000 ± 15% 5% Buffer)<br />

4000<br />

± 5% and 5%<br />

Buffer<br />

100<br />

± 10%<br />

51 depot<br />

60<br />

± 10% and 5%<br />

Buffer Places<br />

4000<br />

± 15% and 5%<br />

Buffer<br />

Signature of Bidder Page 60 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 6 : List of Major Bus Stands where LCD Screens to be Deployed<br />

Srl<br />

Bus Stand’s<br />

No. of LCD to be<br />

Cat.<br />

Name<br />

deployed<br />

1 A Jaipur CBS 9<br />

2 A New Delhi Bikaner House 1<br />

3 A Ajmer CBS 1<br />

4 A Alwar (MatsyaNagar) 1<br />

5 A Bharatpur 1<br />

6 A Bhilwara 1<br />

7 A Bikaner 1<br />

8 A Bundi 1<br />

9 A Chittorgarh 1<br />

10 A Ganganagar 1<br />

11 A Jhalawar 1<br />

12 A Jhunjhunu CBS 1<br />

13 A Jodhpur CBS 2<br />

14 A Kota 2<br />

15 A Sikar 1<br />

16 A Udaipur CBS 2<br />

17 B Banswara 1<br />

18 B Dholpur 1<br />

19 B Dungarpur 1<br />

20 B Nagour 1<br />

21 B Pali 1<br />

22 B Sirohi 1<br />

23 B Tonk 1<br />

24 C Baran 1<br />

25 D Churu 1<br />

26 Rajasamand 1<br />

27 Karauli 1<br />

28 Dausa 1<br />

29 Pratapgarh 1<br />

30 Sawaimadhopur 1<br />

31 A Central Control Room at Head Office Jaipur 2<br />

32<br />

33<br />

34<br />

Note: All the above bus stands are indicative and it may extend upto 60 places.<br />

Signature of Bidder Page 61 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 7 : Format for Earnest Money Deposit (EMD)<br />

Whereas __________ (hereinafter called “the Bidder”) has submitted its <strong>RFP</strong> offer dated<br />

____ 2013 for ______ (hereinafter called “the <strong>RFP</strong>” )<br />

KNOW ALL MEN by these presents that WE ___________ of ______________<br />

(hereinafter call the Bank) are bound upto _________ (hereinafter called “THE RSRT<br />

CORPORATION”) in the sum of _______________ for which payment well and truly to<br />

be made to the RSRTC, the Bank bind itself, its successors and assigns by these<br />

presents, sealed with the common seal of the said bank this __ day of __ 2013.<br />

THE CONDITIONS of this obligation are:<br />

If the Bidder withdraws its bid during the period of <strong>RFP</strong> validity specified by the Bidder on<br />

the <strong>RFP</strong> Form;<br />

or<br />

If the Bidder, having been notified of the acceptance of its <strong>RFP</strong> by the RSRT Corporation<br />

during the period of <strong>RFP</strong> validity:<br />

Fails or refuses to execute the contract Form if required;<br />

or<br />

Fails or refuses to furnish the Security Deposit in accordance with the instruction<br />

given in <strong>RFP</strong> document;<br />

We undertake to pay the RSRT CORPORATION up to the above amount upon receipt<br />

of its first written demand, without the RSRT CORPORATION having to substantiate its<br />

demand, provided that in its demand the RSRT CORPORATION shall note that the<br />

amount claimed by it is due it owing to the occurrence of one or both of the two<br />

conditions, specifying the occurred condition or conditions.<br />

This guarantee shall remain in force up to and including and any demand in respect<br />

thereof should reach the Bank not later than the above date.<br />

(Signature of the Bank)<br />

Signature of Bidder Page 62 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 8 : Format for Security Deposit(On Rs. 100/- Stamp Paper)<br />

To,<br />

The Executive Director (Traffic),<br />

Rajasthan State Road Transport Corporation,<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur – 302001,Rajasthan.<br />

WHEREAS.......................... (Name of Bidder) hereinafter called “The Bidder” has decided<br />

to participate in the tender number __, hereinafter called “Tender” published by RSRTC,<br />

hereinafter called “RSRTC”.<br />

AND WHEREAS it has been stipulated by you in the said tender that the bidder shall<br />

furnish you with a Demand Draft or Pay Order or Bank Guarantee (of<br />

Nationalized/Scheduled Bank) for the sum specified therein as Security Deposit for<br />

compliance with the bidder’s obligations in accordance with the tender.<br />

AND WHEREAS we have agreed to give the bidder a guarantee<br />

THERE<strong>FOR</strong>E WE hereby affirm that we are guarantors and responsible to you, on behalf<br />

of the bidder, up to a total of Rs. _________ (Rupees _______________ only) and we<br />

undertake to pay you, upon your first written demand declaring the bidder to be in default<br />

of the tender conditions and without cavil or argument any sums within the limit of Rs.<br />

_____________ (Rupees __________________ only) as aforesaid, without your needing<br />

to prove or to show this grounds or reasons for your demand or the sum specified therein.<br />

This guarantee is valid until the ___ day of ______ 20___<br />

(Signature and Seal of Bank)<br />

Date: ___________________<br />

Address:<br />

Witness____________________<br />

Signature of Bidder Page 63 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 9 : Performa of Performance Bank Guarantee<br />

Ref: _____________<br />

Date: _____________<br />

Bank Guarantee No.: _____________<br />

To,<br />

The Executive Director (Traffic),<br />

Rajasthan State Road Transport Corporation,<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur – 302001,Rajasthan.<br />

1. Against Contract vide Advance Acceptance of the <strong>RFP</strong> No.____ Dated _______ of<br />

the Rajasthan State Road Transport Corporation (hereinafter called the “The<br />

Corporation”) covering to procure, supply, install, commission, configure, test,<br />

integrate, implement, manage, maintain and support all required hardware and<br />

network connectivity / infrastructure / equipments / cabling etc under the project<br />

‘Vehicle Tracking & Passenger Information System (VT & PIS) on Design, Build,<br />

Operate and Transfer (DBOT) basis’ for a contractual period of Five Years<br />

(Hereinafter called “The Said Contract”) entered into contract between the client and<br />

the Corporation, this is to certify that at the request of the Corporation we Bank are<br />

holding in trust in favor of the client, the amount Rupee _____________ (write the<br />

sum here in words) to indemnify and keep indemnified the against any loss or<br />

damage that may be caused to or suffered by the Corporation by reason of the said<br />

Contract and / or in the performance thereof. We agree that the decision of the<br />

Corporation, whether any breach of any of the terms and conditions of the said<br />

contract and / or in the performance thereof has been committed by us to the<br />

Corporation and the amount of loss or damage that has been caused or suffered by<br />

the Corporation shall be final and binding on us and the amount of the said loss or<br />

damage shall be paid by us forthwith on demand and without demur to the<br />

Corporation.<br />

2. We ______________ Bank further agree that the guarantee herein contained shall<br />

remain in full force and effect during the period that could be taken for satisfactory<br />

performance and fulfillment in all respects of the said Contract by the Corporation i.e.<br />

till ____________ (viz. The expiry of the contract) hereinafter called the said date<br />

and that if any claim accrues or arises against us _____________ Bank by virtue of<br />

this guarantee before the said date, the same shall be enforceable against us<br />

_________ Bank by the Corporation before the said date. Payment under this letter<br />

of guarantee shall be made promptly upon our receipt of notice to that effect from the<br />

Corporation.<br />

3. It is fully understood that this guarantee is effective from the date of the said<br />

Signature of Bidder Page 64 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Contract & valid for six years and that we _____________ Bank undertake not to<br />

revoke this guarantee during its currency without the consent in writing of the<br />

Corporation.<br />

4. We undertake to pay the Corporation any money so demanded not withstanding any<br />

dispute or disputes raised by the Corporation in any suit or proceedings pending<br />

before any Court or Tribunal relation thereto our liability under this present bond<br />

being absolute and unequivocal.<br />

5. The payment so made by us under this bond shall be a valid discharge or our liability<br />

for payment there under and the Corporation shall have no claim against us for<br />

making such payment.<br />

6. We _____________ Bank further agree that the Corporation shall have the fullest<br />

liberty, without affecting in any manner our obligation hereunder to vary any of the<br />

terms and conditions of that said Contract or to extend time of performance by the<br />

Corporation from time to time or to postpone for any time or from time to time any of<br />

the powers exercisable by the Corporation against the said <strong>RFP</strong> and to forebear or<br />

enforce any of the terms and conditions relating to the said Contract and we,<br />

___________ Bank shall not be released from our liability under these guarantee by<br />

reason of any such variations or extension being granted to the said forbearance and<br />

/ or omission on the part of the Corporation or any other matter or thing<br />

whatsoever, which under the law relating to sureties, would but for this provisions<br />

have the effect of so releasing us from our liability under this guarantee.<br />

7. The guarantee is for an amount of Rs. ________________________ (In figures Rs.<br />

________).<br />

DATE:<br />

PLACE:<br />

SIGNATURE:<br />

SEAL:<br />

WITNESS:<br />

Signature of Bidder Page 65 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 10 : Format for Self Declaration<br />

Ref. ______<br />

Date:<br />

To,<br />

The Executive Director (Traffic),<br />

Rajasthan State Road Transport Corporation,<br />

Head Office, Parivahan Marg, Chomu House,<br />

Jaipur – 302001, Rajasthan.<br />

Sir,<br />

In response to the <strong>RFP</strong> No. _____ dated _______ of Ref. _____as an owner / Partner /<br />

Director of _______________ I/We hereby declare that our Company _______________<br />

is having unblemished past record and was not declared ineligible for corrupt and<br />

fraudulent practices either indefinitely or for a particular period of time.<br />

Name of the bidder:<br />

Signature:<br />

Seal of the Organization:<br />

Signature of Bidder Page 66 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Deleted<br />

Annexure -11<br />

Signature of Bidder Page 67 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 12 : Indicative List of the Minimum Infrastructure Items to be<br />

Installed Under VT & PIS<br />

Indicative List of the Minimum Infrastructure Items to be Installed Under VT &<br />

PIS in Buses, Depots/Major Bus Stands/Workshop<br />

Srl Item’s Description Total Nos.<br />

1 VTS/GPS Device per bus with accessories<br />

2 SIM Cards for VTS Device<br />

3 In Bus CCTV Solution with accessories<br />

4 Appropriate Fuel Sensor with accessories<br />

5<br />

6<br />

54 inch LCD Screens with screen protection casing ,<br />

PIS controller with Centralized PIS application, UPS<br />

& connectivity at Major Bus Stands<br />

Computer System, LaserJet Printer, UPS, OS, Anti<br />

Virus with Unlimited Broadband Connection(upto 2<br />

mbps) or any other mediator equipments at<br />

Depots/workshop as per Annexure-12 E<br />

7 Camera with accessories at Workshop<br />

8<br />

Server, Storage, Networking Device, Load<br />

Balancers, Operating System, Database<br />

Application, Centralized VTS, FMS, PIS Application,<br />

Internet Connectivity with redundancy, Network<br />

Management Tool, Service Management Tool etc.<br />

at Data Centre<br />

4000 ± 15% &<br />

5% Buffer<br />

4000 ± 15% &<br />

5% Buffer<br />

4000 ± 15% &<br />

5% Buffer<br />

4000 ± 15% &<br />

5% Buffer<br />

100 ± 10%<br />

60 ± 10%<br />

60 ± 10% &<br />

5% Buffer<br />

As Required<br />

Bidder has to submit<br />

completed UnPriced<br />

BoM in Technical Bid.<br />

9 Manpower for Operation & Management As per Annexure 12 G<br />

10 Any other equipments as per the requirement & Actual<br />

Signature of Bidder Page 68 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

successful implementation of the project<br />

Minimum Hardware Specifications of VT & PIS System Components<br />

A. VTS/GPS Device Specifications<br />

Environmental<br />

Operating temperature:-20 to +70°C<br />

Storage: -40 to +85 °C<br />

Power Supply<br />

Supply voltage range: 6 to 32V DC<br />

Current consumption during transmission: less than 150mA<br />

Device should have internal battery (4-6 hours backup) to support<br />

uninterrupted service while disconnection of main power supply..<br />

GSM / GPRS<br />

Built-in GSM antenna: quad band/dual band<br />

6MB flash memory for embedded application; 2MB RAM<br />

Frequency band: 850/1900MHz and 900/1800MHz<br />

GPS<br />

Built-in active antenna<br />

In Bus CCTV Camera Specification<br />

CMOS COLOR Camera<br />

Pixels 0.3 mega pixels<br />

Image Resolution VGA640*480、QVGA320*240、QQVGA 160*120<br />

Image Compression JPEG<br />

Focal Length 2.8mm<br />

Angle of View 100°<br />

Night Vision Lumen 0 Lux (LED ON)<br />

<br />

<br />

<br />

<br />

<br />

<br />

Night Vision Image Black-White Image<br />

Night Vision Distance 5 to 10M<br />

IRLED 18pcs IR(940nm) LED<br />

White Balance Automatic<br />

Exposure Automatic<br />

Auto Gain Control Automatic<br />

Signature of Bidder Page 69 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Working Temperature -10 to 60℃<br />

In Bus Fuel Sensor Specification<br />

Service :Petrol / Diesel / Kerosene<br />

Cable Entry :¾” ET<br />

Connection :1” BSP (M)<br />

Transmitter Details<br />

Input :12 to 24 VDC<br />

Output Signal :4 – 20 mA / RS485<br />

Permissible Load :600 Ohms @ 24 VDC<br />

Enclosure :Weatherproof<br />

Material of Construction<br />

Sensor: Aluminum<br />

B. Specifications of LCD screen<br />

SN Parameter<br />

Minimum requirement<br />

1 Type of Display 54 Inch LCD/LED, Color, from a<br />

recognized brand with rugged<br />

construction.<br />

2 Minimum and maximum<br />

viewing distance and angle<br />

Viewing distance 3- 30 meters<br />

Minimum 150°V – 60°H<br />

of viewing (where the display<br />

screen looks DOT-FREE!)<br />

3 Size of the display characters Approx 2-3”( in Bus Stand platforms)<br />

4 Environmental specifications Temperature: 0 to +55 deg C<br />

Thermal cycling: 5 Deg C/mt<br />

Vibration: 2 g<br />

Sealing: IP 65<br />

Humidity: 90% RH<br />

Drop: 1 mt on all faces<br />

5 Minimum life of the display 100,000 hours<br />

system<br />

6 Power supply 90 V to 250 V AC; 50 VA<br />

7 Display format Multimedia content on periodic time<br />

interval, Text in Hindi & English Both<br />

C. Deleted<br />

Signature of Bidder Page 70 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

D. CCTV Solution for workshop<br />

Resolution: 1280x1024 1.3 Megapixel<br />

Built-in IR LED to support dark environments with 0 lux minimum<br />

illumination ƒ<br />

Built-in heat and fan for outdoor environment ƒƒ<br />

Up to 30 Frames Per Second<br />

IR-Cut Removable (ICR) Filter for Day/ Night vision and motion<br />

detection<br />

Support for multiple simultaneous streams<br />

Built-in Samba Client<br />

SD Card Slot<br />

Digital I/O support for Sensors and Alarms<br />

Built-in 802.3af PoE<br />

Support for ePTZ<br />

Advanced Security and Network Management<br />

Configurable Privacy Masks<br />

Support for Motion Detection<br />

Flip & Mirror Images<br />

Networking Protocol<br />

IPv4, DHCP, ARP, DNS, TCP/IP, DDNS , HTTP, HTTPS, UPnP<br />

Port Forwarding, Samba, SMTP, PPPoE, NTP , FTP, RTP, RTSP,<br />

UDP, RTCP, ICMP, 3GPP<br />

Physical and Environmental<br />

IP-66 weather-proof standard<br />

IK-10 vandal-proof standard<br />

Built-in heater and fan<br />

Note: Successful bidder must be provide the offline video recording and<br />

ensure to keep at least one month backup.<br />

E. Specifications of Computer for workshop and other related work<br />

Desktop Computers<br />

Srl. Specification<br />

1. Make Required<br />

2. Model Offered<br />

Compliance /<br />

Deviation<br />

Mention<br />

Make<br />

Mention<br />

Model<br />

Signature of Bidder Page 71 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

3. Mandatory ISO 9001 Manufacturer<br />

4. Certifications Should be certified on supplied Operating System<br />

5. CPU Intel i5-650<br />

6. No of Cores Minimum 2<br />

7. CPU Speed Minimum 3.20 GHz or higher<br />

8. Chipset Compatible to supplied CPU<br />

9. Cache Memory Minimum 4 MB L3 / Smart Cache or higher<br />

10. FSB / DMI Minimum 1066 MHz or Higher<br />

11. Memory<br />

Min. 4GB DDR3 RAM Min. 1066/1333 MHz<br />

Upgradable up to 16GB<br />

12. HDD Min. 500 GB SATA 7200rpm HDD<br />

13. Monitor<br />

18.5" Color SVGA Non - Interlaced TFT Monitor<br />

(with TCO Certification)<br />

14. Keyboard<br />

Min. 104 Keys OEM Mechanical Key Board or<br />

TVSE Gold or Equivalent<br />

15. Mouse Two Button Optical Scroll Mouse<br />

16. Optical Drive Internal DVD-RW Drive<br />

17. Cabinet Micro-ATX/ Desktop<br />

18. Ports Min. 6 USB (2 In front), 1 Serial, 1 Parallel<br />

19. Slots<br />

2 PCI Slots, 1xPCI Exp 16x Slot, 1x PCI Exp 1x<br />

Slot<br />

20.<br />

Network<br />

Features<br />

Integrated 10/100/1000 LAN Card<br />

21.<br />

MS-Windows 7 Prof. Edtn. OLP (with latest Service<br />

Operating<br />

Pack) or higher with License and Media (With<br />

System<br />

Recovery CD) / Linux<br />

22.<br />

Onsite<br />

Warranty<br />

5 Years<br />

23. Antivirus Licensed version for 5 Years<br />

24.<br />

Unlimited Broad<br />

Band<br />

Connection<br />

Upto 2 mbps internet speed for 5 years<br />

Signature of Bidder Page 72 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

F. Line Interactive UPS (1KVA) with 30 Minutes Backup<br />

Company/Make : …………………………..<br />

STANDARDS<br />

CE Rated<br />

Type of UPS<br />

Line interactive with AVR<br />

Back Up For 1 Desktop & 1 DMP<br />

30 Minutes<br />

OUTPUT PARAMETERS<br />

Capacity<br />

1 KVA / 600 W<br />

Nominal Voltage<br />

220/230/240 Vac<br />

Voltage Regulation<br />

+/- 5% (line mode);<br />

+/- 10% (battery mode);<br />

Frequency<br />

50 / 60 HZ<br />

Frequency Regulation - Free Run<br />

(Unsynchronised with bypass)<br />

+/- 1.0Hz<br />

Frequency Regulation (synchronised<br />

with bypass)<br />

50/60Hz±1.0<br />

Over load capacity<br />

110% - 5min to fault<br />

120% - to fault immediately<br />

AC-AC Efficiency<br />

>95% line mode;<br />

>88% battery mode;<br />

Transfer time - Mains to battery<br />

4-6ms typical, 10 ms max<br />

Signature of Bidder Page 73 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

INPUT PARAMETERS<br />

Nominal Voltage<br />

220/230/240 Vac<br />

Voltage range<br />

160-300VAC<br />

Frequency<br />

50 / 60 HZ<br />

Frequency range- Hz<br />

46~54Hz or 56~64Hz<br />

MONITORING SOFTWARE<br />

WINPOWER/ OEM<br />

ONSITE WARRANTY<br />

5 years<br />

Signature of Bidder Page 74 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

G. Manpower List<br />

The manpower requirements are as below:<br />

SN<br />

Description<br />

Location Duration Number of<br />

Manpower<br />

1 Project Manager<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

01<br />

2<br />

Software Developer,<br />

System and Network<br />

Administrator<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

2<br />

3 Database Administrator<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

1<br />

4<br />

Field Support Engineer for<br />

Depots/Workshop<br />

Depot/Workshop<br />

1 year<br />

51*<br />

H. Hardware requirement for Central Control room at RSRTC Head Office, Jaipur<br />

SN Description Location Duration Quantity Usage<br />

1 Desktop<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

04<br />

VTS<br />

/PIS/FMS<br />

operation<br />

2 54’ LCD<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

2<br />

01-VTS<br />

01-PIS<br />

3<br />

Internet Connectivity<br />

(2mbps)<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

1<br />

Data<br />

Transfer<br />

Signature of Bidder Page 75 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

4<br />

Any transmission<br />

equipment and other<br />

related equipment<br />

Central Control<br />

Room, RSRTC<br />

Head<br />

Office,Jaipur<br />

5 years<br />

Actual<br />

Data<br />

Transfer<br />

I. Laser Jet Printer<br />

Up to 30 PPM 600 x 600 dpi<br />

<br />

<br />

<br />

<br />

<br />

A4, Letter, Legal<br />

8 MB<br />

A4, A5, letter, legal, executive<br />

Windows XP, VISTA, Windows 2000, Windows 7 & Linux compatible<br />

Inter face : IEEE 1284,complete Parallel Port,1 high speed USB Port 2.0Port<br />

Signature of Bidder Page 76 of 78


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Annexure – 13: List of Depots<br />

vkxkj Srl DEPOT DISTRICT NAME ZONE NAME<br />

vt;es: 1 AJAYMERU AJMER AJMER<br />

vtesj 2 AJMER AJMER AJMER<br />

C;koj 3 BEAWAR AJMER AJMER<br />

HkhyokM+k 4 BHILWARA BHILWARA AJMER<br />

MhMokuk 5 DEEDWANA NAGOUR AJMER<br />

ukxkSj 6 NAGOUR NAGOUR AJMER<br />

vyoj 7 ALWAR ALWAR BHARATPUR<br />

eRL; uxj 8 MATASYA NAGAR ALWAR BHARATPUR<br />

frtkjk 9 TIJARA ALWAR BHARATPUR<br />

Hkjriqj 10 BHARATPUR BHARATPUR BHARATPUR<br />

yksgkx


Rajasthan State Road Transport Corporation (RSRTC)<br />

<strong>FINAL</strong> <strong>RFP</strong> <strong>FOR</strong> VT & PIS AS ON 22-05-2013<br />

2013<br />

Qkyuk 29 FALNA PALI JODHPUR<br />

ikyh 30 PALI PALI JODHPUR<br />

vkcwjksM+ 31 ABU ROAD SIROHI JODHPUR<br />

fljksgh 32 SIROHI SIROHI JODHPUR<br />

ckWjk 33 BARAN BARAN KOTA<br />

cwUnh 34 BUNDI BUNDI KOTA<br />

>kykokM+ 35 JHALAWAR JHALAWAR KOTA<br />

dksVk 36 KOTA KOTA KOTA<br />

Vksad 37 TONK TONK KOTA<br />

pw: 38 CHURU CHURU SIKAR<br />

>q>auw 39 JHUNJHUNU JHUNJHUNU SIKAR<br />

[ksrM+h 40 KHETRI JHUNJHUNU SIKAR<br />

lhdj 41 SIKAR SIKAR SIKAR<br />

Jhek/kksiqj 42 SRI MADHOPUR SIKAR SIKAR<br />

ckalokM+k 43 BANSWARA BANSWARA UDAIPUR<br />

fpÙkkSM+x

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!