You are on page 1of 47

Tender Notification No.

ATM(IT)/TIM(RFID)/2019

APSRTC

TENDER FOR SUPPLY, IMPLEMENTATION AND

MAINTENANCE OF RFID TIMS IN APSRTC THROUGH

e-TENDERS WITH REVERSE AUCTION


e- TENDER DETAILS

Departme ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION


1.
nt Name
Circle/Div Office of the VC & MD, IT Department, RTC house, PNBS,
2.
ision Vijayawada
Tender
3. Number Reference No:ATM(IT)/TIM(RFID)/2019

Tender SUPPLY, IMPLEMENTATION AND MAINTENANCE OF RFID TIMS IN


4.
Subject APSRTC THROUGH e-TENDERS WITH REVERSE AUCTION

Form Of
5. As per Tender Document
Contract
Tender
6. Open
Type

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

8 S.D. The successful bidder shall at his own expense, deposit 10% of Bid
value ( calculated for 3000 units) with APSRTC, within 15 (Fifteen)
working days of the date of notice of award of the contract or prior
to signing of the contract whichever is earlier.
9 Contact Rama ph. 9989719979 mail id : krama@mstcindia.co.in
Person Assistant Manager-Vijayawada
Phone
Nos. https://www.mstcecommerce.com
regarding
MSTC
e-portal
10 Officer Chief Engineer (IT), APSRTC
Inviting
Bids
11 Contact Chief Engineer (IT), APSRTC
Person
12 Address/ CE(IT)IT Department, RTC House, PNBS, Vijayawada,
e-mail id ceit@apsrtc.ap.gov.in, dyctmit@apsrtc.ap.gov.in

13 Contact CE(IT) - 9100667958


Details: Dy.CM(IT - 9100942267
Telephone

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES


2
14 Procedure 1. Eligibility
to Offer
Submissi For participating in the e-tender the intending bidder
on shall

 Obtain GST number


 Register themselves as "Successful bidders for APSRTC on the
MSTC portal" duly obtaining username and password at
www.mstcecommerce.comselect e-procurement ˃ Govt-PSU’s ˃
Page no#3(APSRTC SYMBOL) or got to the link
˃(https:(/www.mstcecommerce.com/eprochome(apsrtc(buyer
login.jsp)
 Further please download the Successful bidder guide from
www.mstcecommerce.com/eprochome(apsrtc(buyerlogin.jsp
for the detailed guidelines to be followed in the e-bidding, also
refer to the java download and FAQs tabs for further guidance.
Please use Microsoft internet explorer for bidding.
 At the time of registration, no payment is required.
 Details of personal information required for registration
include, PAN number, mobile number, e mail, address, bank
account details with IFSC code.
 For participation in e tender, the Bidder shall possess "class IlI
digital
signature with signing".
 Employees of APSRTC and their family members as defined in
APSRTC Employees(Conduct)Regulations, 1963 are not eligible
to participate in the e-tenders.
 Minors under the age of 18 years shall not participate in the e
tenders.
 No preference will be given to existing bidder.
 Corporation Committee’s decision is final in Selection of the
Bidder.

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

The RFP(Request for Proposal) has to be downloaded


from APSRTC website
http://apsrtc/ap.gov.in/T_Advertisements.aspx
3. Criteria for allotment of bid
The Bidder shall log in at the APSRTC page on MSTC ecommerce
site with his/her user id and password and digital signature and
quote his/her "bid" in "Rupees" for supply, implementation and
maintenance of RFID TIMS in APSRTC through e-tenders with
reverse auction. The selection of the bidder for allotment of
contract will be purely on the basis of rate per RFID TIM
offered by the Bidder through process of e-bid followed by
reverse auction, on MSTC e-commerce portal.
APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES
3
4. Payment of Entry Fee and Caution deposit
 For submission of bid the bidder has to remit a nonrefundable
administrative entryfee to APSRTC at the rate of Rs 10,000 +
18% GST (Rupees ten thousand only plus GST @ 18%) i.e.
11,800/- (Eleven thousand eight hundred only) in advance as
Administrative charges through RTGS.
 The Bidder shall also arrange to remit an amount of
Rs.5,00,000/- (Rupees five lakhs only) to APSRTC as refundable
EMD (Earnest Money Deposit)inadvance.
 The Administrative charges (Entry fee) and EMD (caution
deposit) shall be paid into the current account Number of
FA&CAO of APSRTC through NEFT / RTGS only at least 24 hrs.
in advance of bid.
Current account
Name IFSC code Name of the bank
number
FA &
6247241322 SBIN00201
CAO State Bank of India
6 69
APSRTC

 The details with UTR number shall be mailed to


dyctmit@apsrtc.ap.gov.in

Nam Mobil Mai Administrat EMD Bank


e e l-id ive Entry amount IFSC
fee paid Paid Rs.
Rs.

 During the bid process, the bidder will be required to pay user
chargesto the MSTC at the rate of 0.03% of bid value plus 18%
GST or Rs 10,000/- plus18% GST whichever is less.
5. Allotment
 The successful bidder shall be decided based on the lowest bid
criteria of rate of RFID TIM after completing the reverse
auction.
 However, the corporation reserves the right to reject any bid
or cancel the tender at any time without assigning any reason
at any stage of the tendering process.
 The successful bidder will have to enter into an agreement
within 45 days from the date of receipt of Letter of Intent,
duly remitting prescribed amount, towards Security Deposit.
15 General As per Tender Document
Terms &
Conditions

CHIEF ENGINEER(IT)

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES


4
HOW TO APPLY

Click at (https:(/www.mstcecommerce.com/eprochome(apsrtc(buyer
login.jsp) to download e-procurement notification and Tender document,
further please download the Successful bidder guide from
www.mstcecommerce.com/eprochome(apsrtc(buyer login.jsp for the detailed
guidelines to be followed in the e-bidding, also refer to the java download and
FAQs tabs for further guidance. Please use Microsoft internet explorer7 &
abovefor bidding.
 Read the complete document, carefully
 Price Bid shall be submitted online only
 The system will generate an acknowledgement with a unique offer
submission number on successful completion of the above process.

For any help or technical support on MSTC portal, Bidders may contact
over phone or their helpdesk at:

MSTC LIMITED #
D. No. 7-130, 1st Floor,
BSNL Telephone Exchange Building,
Poranki Vijayawada - 521 137
e-mail id : gnjayakumar@mstcindia.co.in
Ph No. 0866-2581331

e-mail id : krama@mstcindia.co.in Ph.9989719979

GSTN No: 37AAGFA3527J2ZF ( APSRTC)

GSTN No: 37AACCM0021E1Z6 ( MSTC)

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES


5
ANDHRA PRADESH STATE ROAD TRANSPORT CORPORATION
RTC HOUSE, NTR ADMINISTRATIVE BLOCK, PNBS, VIJAYAWADA – 520013
Website: http://www.apsrtc.ap.gov.in

REQUEST FOR PROPOSAL


Supply, Implementation, & Maintenance of RFID enabled
Ticket Issuing Machines

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

DISCLAIMER

The information contained in this Request for Proposal (RFP) document or


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

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

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


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

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

APSRTC RFP FOR RFID BASED TICKET ISSUE MACHINES


6
I. INFORMATION & INSTRUCTIONS TO BIDDERS
1. Introduction & Issuer
Andhra Pradesh State Road Transport Corporation (APSRTC) invites bidders to
submit their pre-qualification and commercial offers to Supply, Implementation &
maintenance of RFID enabled Ticket Issuing Machines (TIMs)
2. RFID definition.
RFID is an acronym for “radio-frequency identification” and refers to a technology
whereby digital data encoded in RFID tags or smart labels are captured by a reader
via radio waves.
3. Purpose
The purpose of this Request for Proposal (RFP) is for Supply, Implementation &
maintenance of RFID enabled Ticket Issuing Machines (TIMs). This document
provides information to enable the bidders to understand the broad requirements
to submit their "bids". The detailed scope of work is provided in Section 5 of this
RFP document.
4. Cost of RFP /Administrative Entry Fee
The RFP document is available for a non-refundable Administrative Entry fee of Rs.
10,000/- (Rupees Ten Thousand only) + Rs. 1,800/- as GST on Tender fee @18%. The
amount is to be paid only through a demand draft issued by a
nationalized/scheduled bank, in favour of “FA&CAO, APSRTC”, payable at
Vijayawada or NEFT/RTGS transfer.
5. Bid Security ( Earnest Money Deposit)
Each bidder shall remit an amount of Rs 5 lakhs in the form of a Demand
Draft issued by any nationalized or scheduled bank having a branch in ,
Andhra Pradesh in favour of “FA&CAO, APSRTC”, payable at Vijayawada or
NEFT/RTGS transfer.
The details of APSRTC Account :
A/C Name Current Account IFSC Code Name of the Bank
number
FA & CAO APSRTC 62472413226 SBIN0020169 StaState Bank of India

The remittance details shall be sent by mail to dyctmit@apsrtc.ap.gov.in


6. Availability of RFP
a) The soft copy of the RFP document will be made available for download from
20.05.2019 to 27.05.2019 from the website http://www.apsrtc.ap.gov.in
b) No hard copies of the RFP will be supplied to any prospective bidder.
7. Complete Response
a) Bidders are advised to study all instructions, forms, terms, and other information in
the RFP documents carefully. Submission of bid shall be deemed to have been done
after careful study and examination of the RFP document with full understanding of
its implications.

7
b) The response to this RFP should be full and complete in all respects. Failure to
furnish all information required by the RFP documents or submission of a bid, not
substantially responsive to the RFP documents in every respect will be at the
bidder's risk and may result in rejection of its bid and forfeiture of the bid Earnest
Money Deposit (EMD).
c) All materials submitted by the bidder for participating in the proposal process shall
become the property of APSRTC and may be returned to the bidder(s) at its sole
discretion.
8. Communication with APSRTC
a) All the communication with APSRTC including bid submission will be addressed to
the contact person of APSRTC for this project. The details of the contact person of
APSRTC are as follows:
Chief Engineer (IT), RTC House, Vijayawada
E-mail: ceit@apsrtc.ap.gov.in

b) All communication to APSRTC including this RFP response and the bid documents (in
case of hard copy) shall be signed on each page by the authorized representative of
the bidder.
c) An authorization letter in the form of power of attorney or board resolution signed
by the company secretary specifying the authorised signatory details should be
attached with the bid.
d) All the communication to APSRTC shall be made in English language only.

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

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


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

10. Bidder enquiries and APSRTC responses


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

b) The preferred mode of delivering written enquiries/clarifications/ suggestions to


APSRTC would be through mail. Telephone calls will not be entertained. In no event,
will APSRTC be responsible for ensuring that bidders' enquiries have been received
by APSRTC.

8
c) The contact person notified by APSRTC will begin accepting written
queries/suggestions from the bidders as soon as the RFP document is available for
download. APSRTC will endeavor to provide a full, complete, accurate, and timely
response to all queries. However, APSRTC makes no representation or warranty as
to the completeness or accuracy of any response, nor does APSRTC undertake to
answer all the queries that have been posed by the bidders. The responses to the
queries from each bidder will be provided to all bidders.
d) No request for clarification from any bidder shall be entertained after 23-05-2019.
11. Amendment of RFP Document
a) At any time prior to the last date for receipt of bids, APSRTC, may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective bidder or for any other reason, modify the RFP Document by an
amendment. APSRTC also reserves the right to change any bid condition including
technical specifications even after inviting the proposals with/without prior
notification.
b) The amendment will be notified in writing or by email to all prospective Bidders
who have been issued this RFP Document or shall be published on the website
www.apsrtc.ap.gov.in and will be binding on them.
c) In order to allow prospective bidders reasonable time to take into account the
amendments in preparing their bids, APSRTC may, at its sole discretion, extend the
last date for the receipt of Bids.
12. Supplemental information to the RFP
If APSRTC deems it appropriate to revise any part of this RFP or to issue additional
data to clarify an interpretation of provisions of this RFP, it may issue supplements
to this RFP. Any such supplement shall be deemed to be incorporated by this
reference into this RFP.
13. APSRTC's right to modify submission deadline
APSRTC may at its discretion, extend the deadline for submission of proposals by
issuing an addendum or by intimating all bidders who have been provided the bid
documents, in writing or by facsimile or by publishing it on the website
www.apsrtc.ap.gov.in, in which case all rights and obligations of the project on the
bidders previously subject to the original deadline will thereafter be subject to the
deadline as extended.
14. APSRTC's right to terminate the process
a) APSRTC may terminate the tender process at any time and without assigning any
reason. APSRTC makes no commitments, express or implied, that this process will
result in a business transaction with anyone.
b) This RFP does not constitute an offer by APSRTC. The bidder's participation in this
process may result in APSRTC selecting the bidder to engage in further discussions
and negotiations toward execution of a contract. The commencement of such
negotiations does not, however, signify a commitment by APSRTC to execute a
contract or to continue negotiations. APSRTC may terminate negotiations at any
time without assigning any reason.

9
15. Eligibility Criteria

Bidder must meet all the below mentioned Pre qualification criteria.

Sr. Parameter Eligibility criteria Supporting documents to be


No. submitted
PQ 1 OEM The Bidder shall be a Copy of Registration
Manufacturer of Ticket certificate.
Issuing Machines. The
company shall be registered
under Companies Act 1956 /
2013 since last three years
on the date of this RFP.
PQ 2 Annual The bidder should have a Audited Balance sheet & CA
Turnover minimum annual turnover certificate
of Rs. 2 Crore in India for
the preceding three
financial years (FY 2016-
17, 2017-18 and 2018-19)
PQ 3 Net worth The bidder should have a Certificate from the CA of the
positive net worth in the firm
preceding three years
PQ 4 Organization Bidder should have 1SO Copy of a valid certificate
Quality 9001
Certification Certification
PQ 5 Experience The bidders should have Copy of purchase orders
supplied 1000 Nos. of RFID from State Transport
enabled TIMs to at least one Undertaking. Copies of
State Transport undertaking invoices for the proof of
in India during the last 5 supply of 1000 nos. of RFID
years. enabled TIMs to State
Transport Undertaking in
India.
PQ 6 Production The Company shall have The proof of production and
Capacity production capacity of 500 supply shall be submitted.
RFID enabled TIMs per
month
PQ 7 Blacklisting The Company / OEM shall An undertaking for not
not be blacklisted by Govt. / blacklisting shall be
PSUs / STUs in last 5 years. submitted.

10
16 Important Terms for Essential Criteria:-
a) Supporting documentary evidence shall be furnished along with submission of
tender for each clause of essential criteria shown above.
b) 1In case of non submission of any of the above documentary evidence with the
tender, the tender will be rejected without any notice. In case of incomplete /false
/misleading /invalid /partial submission of any document with the tender will not be
entertained and tender will be rejected.
c) The bidder shall furnish true & correct information. In case the information
furnished is found to be false / misleading, the EMD will be forfeited besides black
listing the firm for a period as decided by the VC & MD of APSRTC more over
APSRTC reserves the right to take legal action in such cases.

Sl. Parameter Item Max Min


wise Marks Marks For
Marks Eligibility
1 Technical Capability 10 5
A. Previous Experience: Successfully supplied RFID
TIMs to State transport organisations in last 10 5
three years
i. Supply of 1000-3000 hand held RFID TIMs 5
ii. Supply of 3001-8000 hand held RFID TIMs 7
iii.Supply of 8001 and above hand held RFID 10
TIMs
2 Live Demonstration of RFID TIM integration and 65 65
report file generation
A. TIM side 5 marks 25 15
1.Ticket remittance report for each
2.Ticket report feature,
3.RFID transactions report Total 25
4.Time taken for RFID detection and marks
ticket Issueless than 5 seconds
5.Cob 1, 2 ,3 and trip wise csv file
generation and writing to SD card
B. PC side reports 5 marks 25 15
1. RFID master report for each
2. Ticket report feature
3. RFID transactions report
4. Day wise month wise RFID revenue Total 25
report marks
5. Cash remittance report
3.Ease of flashing of TIMS 10 10 10
4.Battery strength percentage indicator on screen 5 5 5
TOTAL 75 50

11
17. Bid security (EMD)
a) Bidders shall submit, along with their Bids, Earnest Money Deposit (EMD) of
Rs.5,00,000/- (Rupees FIVE lakhs only), in the form of a Demand Draft issued by any
Nationalised or scheduled bank having a branch in Vijayawada, Andhra Pradesh Or
through NEFT/RTGS. The demand draft shall be in favour of FA & CAO, APSRTC
payable at Vijayawada. The details of APSRTC account :
A/C Name Current Account number IFSC Code Name of the Bank
FA & CAO 62472413226 SBIN0020169 State Bank of India
APSRTC

The remittance details shall be sent by mail to dyctmit@apsrtc.ap.gov.in

b) The bid security shall be denominated in Indian Rupees only. No interest will be paid
to the Bidder on the amount of the Bid Security under any circumstances.
c) 1Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible
after the award of the contract to the successful bidder.
d) The EMD shall be submitted with the pre-qualification bid in a separately sealed
envelope as mentioned in this section. Bids submitted without adequate EMD shall
be summarily rejected.
18. Submission of Bids
a) Bidders who wish to participate in this selection process will have to register on
https://www.mstcecommerce.com. Further participating Bidders will have to
procure Digital Certificate as per Information Technology Act 2000 using which they
can sign their electronic commercial proposals.
b) The bidders are expected to submit their offers in two parts namely, “Pre-
qualification Bid”, and “Commercial Bid” and in the formats given in this RFP
document.
c) Bidder shall submit the Commercial Bid. The Pre-Qualification Bid is to be submitted
along with other documents, as described in the RFP, before the last date and time
of bid submission as mentioned in the RFP. The hard copy submission shall be done
by hand or by post. Any other form of submission of hard copy shall be summarily
rejected. However, APSRTC shall not be responsible for any delay caused due to
postal delays and shall reject the bid in case of any such delay.
d) The Bidder shall submit the hard copies of pre-qualification bid along with
Administrative Entry Fee and EMD as described below-
Envelope 1: Administrative Entry Fee and EMD –
Tender No. APSRTC/IT Department /4 /19 -20 /ET /12- This envelope should
contain non-refundable Administrative Entry fee in the form of demand draft or
Banker’s cheque./RTGS/NEFT details.
Envelope 2: “Pre-qualification Bid –
Tender No. APSRTC/IT Department/4/19-20/ET/12 - This envelope should contain
one hard copy of Pre-qualification Bid in original along with supporting documents.

12
The two inner envelopes for Administrative Entry Fee and EMD, enclosed and
sealed in an outer envelope marked "Bid for Supply, Implementation and
Maintenance of RFID enabled Ticket Issuing Machines – Tender No. APSRTC/IT
Department/4/19-20/ET/12.
The outer envelope shall indicate the name and address of the bidder to enable the
bid to be returned unopened in case it is declared "late.” Both inner and outer
envelopes shall be addressed to APSRTC at the address specified .
The soft copies of all the two bids “Pre-qualification Bid”, and “Commercial Bid”
have to be submitted on the e-commerce portal https://www.mstcecommerce.com
as per the instructions provided on the site.
e) At the time of submission of bids the bidder shall pay user fee to the MSTC
portal @ 0.03% of bid value for each lot or Rs 10000/- ( Rupees Ten
Thousand only) which ever is less
f) The bid documents submitted should be hard bound (in case of physical copies) and
have all pages numbered. They should also have an index, giving page wise information
of documents. The entire bid shall be strictly as per the format specified in this RFP
document. Bids that are incomplete or not in prescribed form will be summarily
rejected.
g) Material deficiencies in providing the information requested may also result in
rejection of the bid.
h) APSRTC reserves the right to accept or reject a bid in case of any discrepancy
between the soft copies of any of the Bids submitted and hard copy of the same
submitted at APSRTC office.
i) In case of hard copies, the proposals shall be prepared in indelible ink. It shall contain
no inter-lineation or overwriting, except as necessary to correct errors made by the
bidder itself. Any such corrections must be initialed by the person (or persons) who
sign(s) the proposals. An authorized representative of the bidder shall initial all pages of
the Bids. No Bid will be considered unless it has been duly signed by an authorized
signatory.
j) Prices should not be indicated in the Pre-Qualification bid. All the columns of the
quotation form shall be duly, properly and exhaustively filled in. Monetary values shall
always be both in the figures and words. If there is difference between figures and
words, the monetary value whichever is less, will only be taken into consideration.
k) Every entity, whether an individual company or a consortium, is allowed to submit
only one bid against this RFP. Any individual company or a partner of consortium who
submits or participates in more than one bid will be disqualified and the consortium(s)
of which the participant is a partner shall also be disqualified.

13
19. Documents Comprising the Bid
a. The bid prepared by the Bidder shall comprise of the following –
b) 1.17.1. Pre Qualification Bid comprising of the following documents:
1. Covering letter on the bidder’s letter-head certifying that the period of validity
of bid is 180 (one hundred and eighty) days from the last date of submission of
bid, and
2. Asserting that the bidder is quoting for all the items (including services)
mentioned in the tender.
3. EMD in the form of a Demand Draft issued by a Scheduled Commercialized /
Nationalized Bank, in favour of “ FA & CAO APSRTC ” payable at Vijayawada.
4. Administrative Entry Fee in the form of Demand Draft .
5. A registered Power-of-Attorney granting the person signing the bid the right to
bind the bidder as the Constituted Attorney of the Organization.
6. Certificate of Incorporation of the bidder.
7. An undertaking on the organization’s letter head by the authorized signatory of
the bidder stating that they have read and understood the terms and conditions
of the RFP and are ready to abide by the same.
8. Audited annual financial results (balance sheet and profit & loss statements) of
the bidder/consortium partners for the last three financial years and statutory
auditor’s certificate that the bidder satisfies the minimum turnover as specified
in the eligibility criteria.
9. Details of projects of similar nature undertaken by the organization.
10. An undertaking by bidder partner on the organization’s letter head for not being
black listed by any government or government agency in India.
11. Details of Project experience of similar nature and client list of the same.
12. Certification on quality standards such as ISO, SEI-CMMI etc.
13. Permanent Account Number (PAN) of bidder.
14. GST Details of bidder.
15. EPF Code Number.
16. Self Declaration
17. Any other document as specified in the RFP.

c) Bidders shall furnish the required information on their technical and commercial
strengths in the enclosed formats only. Any deviations in format may make the
tender liable for rejection.
20. Commercial Bid
a) Unless expressly indicated, bidder shall not include any technical information
regarding the services in the commercial bid.
b) Auction will be held for two lots namely RFID enabled Micro controller based
TIMS (Annexure 9A) and RFID enabled OS based TIMS(annexure 9B)
c) Prices shall be quoted in Indian Rupees per unit only separately for each lot.
d) No adjustment of the contract price shall be made on account of any
variations in costs of labor and materials or any other cost component
affecting the total cost in fulfilling the obligations under the contract. The
Contract price shall be the only payment, payable by APSRTC to the
successful bidder for completion of the contractual obligations by the
14
successful bidder under the Contract, subject to the terms of payment
specified in the contract. The price and the tax should be shown separately.
e) The prices, once offered, shall remain fixed and shall not be subject to
escalation for any reason whatsoever within the period of project. A bid
submitted with an adjustable price quotation or conditional bid may be
rejected as non-responsive.
f) The L1 bidder will be finalized after reverse auction only.
g) All the prequalified bidders shall be informed by APSRTC for the date & time
of reverse auction.
21. Terms and conditions of Payment
a) The payment terms and conditions are specified in detail in item No. VII.
b) Discount. The Bidders are advised not to indicate any separate discount. Discount, if
any, should be merged with the quoted prices. Discount of any type, indicated
separately, will not be taken into account for evaluation purpose.
22. Correction of errors
a) Bidders are advised to exercise adequate care in quoting the prices since this is an
on line bid submission. No excuse for corrections or changes in figures in the
quoted price will be entertained after the quotations are opened.
b) Arithmetic errors in proposals will be corrected as follows:
In case of discrepancy between the amounts mentioned in figures and in words, the
amount whichever is less shall govern.
The amount stated in the bid form, adjusted in accordance with the above
procedure, shall be considered as binding, unless it causes the overall bid price to
rise, in which case the bid price shall govern.
23. Address for bid submission
a) For RFID TIM bid submission –www.mstcecommerce.com
b) Hard copies submission address.
Chief Engineer (IT) , RTC House, Vijayawada
e-mail: ceit@apsrtc.ap.gov.in

24 .Key Events and Dates.

S. No. Event Tentative Date


Issue of RFP on
1 20.05 .2019
www.apsrtc.ap.gov.in
2 Date and Time of Pre Bid Meeting 23.05.2019 at 11:00 hrs.
3 Start of Bid Submission 27.05.2019 at 10:00 hrs
4 Opening of e-Bids
Closing of Bids Submission 03.06.2019 up to 15:00 hrs
Opening of Prequalification Bids 04.06.2019 at 15:00 hrs.
Opening of Commercial Bids 10.06.2019 at 15.00 hrs
Reverse Auction 12.06.2019from 10:00 AM to16:00 Hrs

15
25. Important Values Related to Bid

S. No. Item Description

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

2 Non refundable Administrative Rs 10000/- ( in words Rupees Ten


Entry Fee Thousand only ) plus Rs1800/- ( Rs
Eighteen Hundred towards 18% GST)
2 Bid Validity Period 180 days from the date of bid submission

3 Period for furnishing performance Within Fifteen (15) days from the date of
security award of contract

4 Performance security value 10% of contract value


(Security Deposit)
5 Performance security validity 3 Months beyond expiration of contract
period period

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

Minimum bid decremental rate


7 Rs.10/-(Rupees ten )
during reverse auction

26. Timely Submission


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

16
27. General guidelines for Bid opening
a) Bids will be in two parts (pre-qualification and commercial) as indicated in the RFP.
There will be two bid-opening Events (1) for the pre-qualification Bids, (2)
Commercial Bids.
b) The pre-qualification proposals of all the bidders will be opened. After evaluation of
pre-qualification proposals of only those bidders, who qualify in the pre-
qualification evaluation, commercials bids will be opened.
c) After commercial bids are opened, they will be evaluated on commercial basis only.
d) APSRTC reserves the right to postpone or cancel a scheduled bid opening with prior
notice.
28. Confidentiality
a) The content of each Bidder’s Bid will be held in strict confidence during the
evaluation process, and details of any bids will not be discussed outside the
evaluation process.
b) The Bidder agrees to make no reference to APSRTC or this procurement or resulting
contract in any literature, promotional material, brochures, sales presentation or
the like without the express prior written consent of APSRTC.
29. Validity of Bids
a) Bids shall remain valid for 180 (One hundred and eighty) days after the date of
opening of Bids prescribed by APSRTC. A bid valid for a shorter period may be
rejected by the APSRTC as non responsive.
b) In exceptional circumstances, APSRTC may solicit the Bidder's consent to an
extension of the period of validity. The request and the responses thereto shall be
made in writing.
c) The validity of EMD provided shall also be suitably extended. A Bidder may refuse
the request without forfeiting its bid security. A Bidder accepting the request will
not be required nor permitted to modify its bid.
30. APSRTC’s right to accept or reject any of the bids
APSRTC reserves the right to accept or reject any or all of the bids submitted
without assigning any reasons thereof.
31. Non-conforming bids
Any bid may be construed as a non-conforming bid and ineligible for consideration
if it does not comply with the requirements of this RFP.
32. Overly elaborate bids
Unnecessarily elaborate brochures or other promotional materials beyond those
sufficient to present a complete and effective bid are considered undesirable and
may be construed as an indication of the bidder's lack of cost consciousness.
APSRTC’s interest is in the quality and responsiveness of the bid.
33. Modification and withdrawal of bids
No bid may be modified or withdrawn in the interval between the deadline for
submission of proposals and the expiration of the validity period specified by the
bidder on the bid form.

17
34. Disqualification
a) The bid is liable to be disqualified in the following cases -
Bid not submitted in accordance with this document.
During validity of the bid, or its extended period, if any –
Bidder increases his quoted prices.
Bidder modifies or withdraws its bid
Bid is received in incomplete form.
Bid is received after due date and time.
Bid is not accompanied by all requisite documents.
Information submitted in pre-qualification is found to be misrepresented, incorrect
or false, accidentally, unwittingly or otherwise, at any time during the processing of
the contract (no matter at what stage) or during the tenure of the contract
including the extension period if any.
Commercial bid is not submitted or not properly submitted online
In case any one party submits multiple proposals or if common interests are found
in two or more bidders, the bidders are likely to be disqualified, unless additional
proposals/bidders are withdrawn upon notice immediately.
Bidder fails to deposit the Security Deposit or fails to enter into a contract within 15
(fifteen) working days of the date of notice of award of contract or within such
extended period, as may be specified by APSRTC.
b) Bidders may specifically note that while evaluating the bids, if it comes to APSRTC
knowledge, expressly or implied, that some bidders may have compounded in any
manner whatsoever or otherwise joined to form an alliance resulting in delaying the
processing of bid then the bidders so involved are liable to be disqualified for this
contract as well as for a period specified by APSRTC from participation in any of the
tenders floated by APSRTC. APSRTC may take appropriate action in such cases.
35. Conflict of interest
a) Bidder shall furnish an affirmative statement as to the existence of, absence of, or
potential for conflict of interest on the part of the bidder or any prospective
subcontractor due to prior, current, or proposed contracts, engagements, or
affiliations with APSRTC.
b) Additionally, such disclosure shall address any and all potential elements (time
frame for service delivery, resource, financial or other) that would adversely impact
the ability of the bidder to complete the requirements as given in the RFP.
36. Acknowledgement of understanding of terms
By submitting a bid, each bidder shall be deemed to acknowledge that it has
carefully read all sections of this RFP, including all forms, schedules and annex
hereto, and has fully informed itself as to all existing conditions and limitations.

18
II. GENERAL INFORMATION - APSRTC
Public Transport is one of the most common modes of transport especially in a
developing country like India. APSRTC (for Andhra Pradesh State) is currently operating
services in Andhra Pradesh and Telangana States, and in the neighboring States.
Some of the key factors (as on 28.02.2019) about APSRTC (for Andhra Pradesh
State) are:
Number of Vehicles : 11,926
Average Daily Earnings : Rs.13.32 Crores
Avg. Daily Volume of Operation : 43.22 Lakhs KMs
No. of passengers : 71.93 lakhs daily
Zones :4
Regions : 12
Depots : 128
Zonal Workshops :4
Man power : 53,372

III. Various branded services offered by APSRTC include: -


Regular Services operated daily with various levels of comfort, such as Vennela,
Vennela economy, Amaravati, Garuda Plus, Garuda, Indra, Metro luxury A/c, Super
Luxury A/c, Super Luxury, Ultra Deluxe, Express, Telugu velugu, City Metro Express, City
Ordinary, Contract Carriage Services, Advance Reservation Services.
APSRTC is the first State Transport Undertaking to have introduced Night Out
Services, Ultra-Deluxe Services, and One Man Services etc., and holds the record of
getting Petroleum Conservation Research Association of India (PCRA) Trophy
continuously for the past 25 years.
Andhra Pradesh State Road Transport Corporation has been leading by example. It
has a number of firsts to its credit in India:
First to nationalize Commuter Road Transport services in the country, in 1932.
First to introduce long distance Night Express services.
First to introduce A/c sleeper coach, Hi-Tech, Metro Liner, Metro Express and Inter-City
services.
First to introduce Depot computerization – in the year 1986.
First to appoint Safe Driving Instructors in all units of operation for improving the safety.
All the Depots in the State are computerized.
First to introduce Central Complaint Centre among STUs.
First to implement tracking of services for all types.
First to implement centralized bus pass issue system.
As part of its philosophy to provide various facilities and schemes to benefit
traveling public, APSRTC has introduced Computerized Bus Pass System in the year 2001
and it was implemented in Vijayawada and Visakhapatnam City and later in 2015 at all
zones of the state. At present computerized Bus Pass System is implemented in all 4
zones with 140 Bus Pass centers.

19
IV. SCOPE OF WORK
The following outlines the broad areas of scope of work for bidder and the later
sections highlight the detailed scope of work in each of the following areas:
Supply, Implementation and maintenance of RFID enabled Ticket Issuing Machines
either micro controller based ( annexure 9A) or OS based(Annexure 9B), along with
Database & Depot application:
1. Supply, Implement and Maintenance of Ticket Issuing Machines:
The successful bidder shall supply around 3,000 RFID Ticket Issuing Machines
according to the technical specifications. The figure is indicative and may increase
or decrease. The successful bidder shall be liable for the maintenance of the RFID
Electronic Ticketing Machine devices during contract period.
2. RFID Electronic Ticketing Machine Functionalities:
The functionalities of the RFID Ticket Issuing Machines and technical specifications
are enclosed.
3. Development, Deployment & Maintenance of Depot Application
4. The successful bidder shall develop an application and deploy to the respective
depots for the interface with CIS. The successful bidder shall maintain the TIMS
during the contract period which includes debugging, trouble shooting,
modifications, changes and addition of new functionalities according to the changes
in the business process of APSRTC time to time.
5. Training
The Successful bidder shall be responsible for providing need based Sensitization
Training to majority of available employees of APSRTC. The successful bidder shall be
responsible for providing training to the users at various levels. The training should
be including the operational and administrative aspects of the system. The
successful bidder should conduct extensive training for the relevant APSRTC
personnel.
V. Maintenance & Warranty
The Successful bidder shall provide a comprehensive warranty for three years
after the acceptance of the APSRTC for its smooth and efficient functioning.
1. TIM Devices Warranty Support
The Successful bidder shall provide Comprehensive Warranty Support for the
software for three years from the date of the deployment of the TIM devices.
The Successful bidder shall continuously strive for improvement in software
& performance during the warranty period. In the event of any problems in
the performance and software, the successful bidder will be entirely
responsible to analyze and rectify the problems immediately for which no
extra charges shall be paid.
2. Software Warranty Support
The Successful bidder shall provide warranty support for the TIMs for three
years from the date of acceptance. Successful bidder shall continuously strive
for improvement during the entire period of usage of TIM.
VI. BID EVALUATION PROCESS
1. Overall Evaluation
a) APSRTC will evaluate and compare the bids determined to be substantially
responsive. It is APSRTCs intent to select the bid that is most advantageous to
20
APSRTC and each bid will be evaluated using the criteria and process outlined
in this section.
b) The pre-qualification of Bids will be carried out using eligibility criteria.
Bidders who satisfy the eligibility criteria in the pre-qualification evaluation
shall be considered as qualified for opening of commercial bids.
c) The criteria for pre-qualification are provided in clause I (13).
d) The commercial bid of all the pre-qualified bidders would be opened and
arranged in ascending order of quoted price (in INR). The bidder quoting the
Lowest Price after completion of reverse auction process will be declared as
Successful bidder (L1) and will be invited for contract Negotiation &
finalization.
e) APSRTC reserves the right to reject any or all bids and to waive informalities
and minor irregularities in bids received if deemed in the best interest of
APSRTC to do so.
2. Tender Evaluation Committee
a) The Tender Evaluation Committee constituted by the APSRTC shall evaluate
the tenders.
b) The decision of the Tender Evaluation Committee in the evaluation of the
Commercial bids shall be final. No correspondence will be entertained
outside the process of negotiation/ discussion with the Committee.
3. Evaluation of Bids
a) APSRTC will carry out a detailed evaluation of the Bids received by it, in order
to determine whether they are substantially responsive to the requirements
set forth in the RFP. In order to reach such a determination, APSRTC will
examine the information supplied by the Bidders and shall evaluate the same
as per the evaluation criteria specified in this RFP.
b) Bid Presentations: The committee may invite each bidder to make a
presentation to APSRTC at a date, time and location determined by APSRTC.
The purpose of such presentations would be to allow the bidders to present
their proposed solutions to the evaluation committee and the key points in
their bids.
c) Based on the Pre-qualification Bids only, the qualified bidders shall be
opened by APSRTC. The commercial evaluation will take into account the
information supplied by the Bidders in the Commercial Bid, and shall evaluate
the same as per the evaluation criteria specified in this RFP.
d) Substantially Responsive Bids: A substantially responsive Bid is one, which
conforms to the requirements, terms, conditions and specifications of the
Request for Proposal without material deviation.

4. Clarifications of Bids and Review of Bidders' Proposed Deviations


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

21
5. Contacting APSRTC
Any attempt by a Bidder to influence APSRTC in its bid evaluation, bid
comparison or contract award decisions may result in the rejection of the
Bidder's Bid.
6. Commercial Bid Opening
The commercial bid of all the qualified bidders would be opened and
arranged in ascending order of quoted price (in INR).
The firm quoting the Lowest Price (L1) after completion of reverse auction
will be declared as Successful bidder and will be invited for contract
Negotiation & finalization.
7. Negotiations, Contract Finalization and Award
APSRTC shall reserve the right to negotiate with the bidder(s) whose bid has
been ranked first by the tender evaluation committee If APSRTC is unable to
finalize a service agreement with the bidder ranked first, APSRTC may
proceed to the next ranked bidder, and so on until a contract is awarded.

VII. AWARD OF CONTRACT


1. Award Criteria
APSRTC will award the Contract to the successful Bidder whose Bid has been
determined to be substantially responsive and has been determined as the
Best Value Bid.
2. APSRTC Right to Accept any Bid and to Reject any or All Bids
APSRTC reserves the right to accept or reject any bid, and to annul the
bidding process and reject all Bids at any time prior to award of Contract,
without thereby incurring any liability to the affected Bidder or Bidders or
any obligation to inform the affected bidder or bidders of the grounds for
taking action. APSRTC has no responsibility to bear the losses if any, incurred
by the bidders in such a case.
3. Notification of Award
a) Prior to the expiration of the period of bid validity, APSRTC will notify the
successful Bidder in writing or email, to be confirmed in writing by letter, that
its bid has been accepted.
b) The notification of award will constitute the formation of the Contract. Upon
the successful bidder's executing the contract with APSRTC, APSRTC will
promptly notify each unsuccessful bidder.
4. Signing of Contract
At the same time as APSRTC notifies the successful Bidder that its Bid has
been accepted, APSRTC shall enter into a separate contract, between APSRTC
and the successful Bidder within 45 days from the date of award of
LOI/contract. The charges if any for entering into the agreement shall be
borne by the successful bidder only.
5. Security deposit
a) The successful bidder shall at his own expense, deposit 10% of Bid value (
calculated for 3000 units) with APSRTC, within 15 (Fifteen) working days of
the date of notice of award of the contract or prior to signing of the contract
whichever is earlier.
22
b) The Security Deposit shall be retained for a period of three months after the
expiration of contract period.
c) The Security deposit may be discharged/ returned by APSRTC upon being
satisfied that there has been due performance of the obligations of the
Bidder under the contract. However, no interest shall be payable on the
security deposit.
d) In the event of the Bidder being unable to service the contract for whatever
reason, the Security Deposit will be forfeited for violation of terms and
condition of the contract, the security deposit is liable for forfeiture.
e) APSRTC shall also be entitled to make recoveries from the Bidder’s bills, or
from any other amount due to him, the equivalent value of any payment
made to him due to inadvertence, error, collusion, misconstruction or
misstatement.
6. Failure to agree with the Terms & Conditions of the RFP/Contract
Failure of the successful Bidder to agree with the Terms & Conditions of the
RFP/ Contract shall constitute sufficient grounds for the annulment of the
award besides forfeiture of EMD/Security deposit etc in which event APSRTC
may make the award to the next Best Value Bidder or call for new Bids.
VII. PAYMENT TERMS TO SUCCESSFUL BIDDER
1. 80% of the amount after receipt of suitability certification from the unit
concerned on delivery and commissioning of TIMs.
2. 20% after completion of 3 years warranty period or in advance against
submission of performance Bank Guarantee valid for 42 months from the
date of commencement of contract period.
3. All payments to the successful bidder shall be made upon submission of
invoices and Advance Stamped Receipt along with the related documents
thereof.
VIII. GENERAL CONDITIONS OF CONTRACT
1. Application
These General Conditions shall apply to the extent that provisions in other
parts of the Contract do not supersede them.
2. Successful bidder’s Obligations
a) The successful bidder is obliged to work closely with the APSRTC staff, act
within its own authority and abide by directives issued by the APSRTC.
b) The successful bidder will treat as confidential all data and information about
the APSRTC, obtained in the execution of his responsibilities, in strict
confidence and will not reveal such information to any other party without
the prior written approval of the APSRTC.
c) During the 3 years warranty period the firm should deploy service personnel
at 4 zonal workshops to carry out repairs. The personnel should attend daily
and ensure that TIMs are repaired without any backlog.
d) The Firm shall fulfill all statutory obligations like payment of wages, PF and
ESI facilities to the personnel manned at Zonal workshops. The Firms should
bear cost of damages, if any incurred due to mis handling of Corporation
equipment/property.

23
3. Currency of Payment
Payment shall be made in Indian Rupees (INR) only.
4. Delays in the Contractor’s Performance
An inexcusable delay by the Contractor in the performance of its Contract
obligations shall render the Contractor liable to any or all of the following:
Forfeiture of security deposit
Imposition of Penalties as stipulated in agreement.
5. Termination for Default
APSRTC may, without prejudice to any other remedy for breach of contract,
by written notice of default sent to the Contractor, terminate the Contract in
whole or in part if:
The Contractor fails to deliver any or all of the obligations within the time
period(s) specified in the Contract, or any extension thereof granted by the
Client, or
The Contractor fails to perform any other obligation(s) under the contract.
6. Force Majeure
a) The contractor shall not be liable for forfeiture of its performance security, or
termination for default, if and to the extent that, its delay in performance or
other failure to perform its obligations under the Contract is the result of an
event of Force Majeure.
b) For Purposes of this Clause, Force Majeure means an event beyond the
control of the Contractor and not involving the Contractor’s fault or
negligence and not foreseeable. Such events may include, but are not
restricted to, acts of the Client either in its sovereign or contractual capacity,
wars or revolutions, fires, floods, epidemics, quarantine restrictions and
freight embargoes.
c) If a force Majeure situation arises, the Contractor shall promptly notify the
APSRTC in writing of such conditions and the cause thereof. Unless otherwise
directed by the Client in writing, the Contractor shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek
all prevented by the Force Majeure event.
7. Resolution of conflicts
a) The Client and the Contractor shall make every effort to resolve amicably by
direct informal negotiation, any disagreement or dispute, arising between
them under or in connection with the contract.
b) If the dispute can’t be resolved amicably by direct informal negotiation
between the client and the successful bidder, then the same can be referred
to the Monitoring Committee constituted by APSRTC at the start of the
project in writing within 30 calendar days of dispute arise. The Committee
should propose an amicable solution to the dispute within 60 calendar days
of receiving the written application (mentioning the dispute).
c) If the proposed resolution given by the committee is not acceptable to any of
the parties (The Client or the Contractor), then the objection to the same can
be referred to the courts in Vijayawada/Amaravati.

24
8. Confidentiality
a) Contractor understands and agrees that all data, materials and information
marked and identified by the Client as “Confidential‟ are valuable assets of
Client and are to be considered Client’s proprietary information and
property.
b) The Contractor will treat all confidential data, materials and information
provided by the Client with the highest degree of care necessary to insure
that unauthorized disclosure does not occur. Contractor will not use or
disclose any data, materials or information provided by the Client without
Client's prior written approval.
9. Governing Language.
The Agreement shall be written in English language. All notices,
correspondence and other documents pertaining to the Contract which are
exchanged by the parties shall be written in English language.
10. Applicable Law
The contract shall be interpreted in accordance with the Indian laws.
11. Notices
Any notice by one party to the other pursuant to the Contract shall be sent in
writing to the address specified for that purpose in the contract.
12. Contract Amendments
No variation in or modification of the terms of the Contract shall be made
except by written amendment signed by both the parties i.e. the Contractor
and the APSRTC.
IX. Penalties.
a) If any RFID TIM or RFID TIMs supplied are found not worthy and not
working within 30 days of installation, the RFID TIM machine has to be
replaced with new TIM within 15 days of intimation. Beyond this period a
penalty of Rs.50 per TIM per day will be recovered from the payable
invoice amount.
b) Vendor should have sufficient spare parts to immediately replace the
defective item, Otherwise it will attract a penalty of Rs.50 per day per
machine subject to a maximum of 10% of the cost per TIM per instance if
not attended within two days.
c) Vendor is responsible for the entire comprehensive maintenance, If Any
vendor fails to maintain the quality of service, vendor would be blacklisted
based on the failure rate besides invoking penal clauses.
d) If the firm fails to supply manpower at zonal workshops a penalty of
Rs.2500 per week will be levied.
e) If the firm fails to attend software modifications within the reasonable
period a penalty of Rs.1000/- per day on policy matters and Rs.500/- per
day on general issues. CE(IT) is the authority to decide the date/subject
(Policy/General).

25
ANNEXURE 1 – FORMATS FOR PRE-QUALIFICATION BID

Form 1: Pre-qualification Bid Cover Letter


To:
The Chief Engineer (IT)
APSRTC: 1st Floor, NTR Administrative Office,
PNBS, Vijayawada – 520013.
Sir,
Having examined the RFP document, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide the services as required and outlined
in the RFP for Installation, Operation and Maintenance of RFID enabled TIMS
Each page of the Pre-qualification bid has been signed by the Authorized Signatory.
We do hereby undertake, that, in the event of acceptance of our bid, the Services shall be
provided as stipulated in the RFP document and that we shall perform all the incidental
services.
We agree to abide by our offer for a period of 180 days from the date fixed for opening of
the Commercial Bids.
We have carefully read and understood the terms and conditions of the RFP and the
conditions of the contract applicable to the tender and we do hereby undertake to provide
services as per these terms and conditions.
Bid Security for an amount equal to Rs. 5 Lakhs (Rupees Five Lakhs only) in the form of a
Demand Draft is enclosed in a separate sealed Cover details of which are given below:

No. …………..…… Date …………….……


Bank ………….…… Validity ………….……

We do hereby undertake, that, until a formal contract is prepared and executed, this
bid, together with your written acceptance thereof and placement of letter of intent (LoI)
awarding the contract, shall constitute a binding contract between us.

The information contained in this bid or any part thereof, including its exhibits, schedules,
and other document(s) delivered or to be delivered to APSRTC, is true, accurate, and
complete. This bid includes all information necessary to ensure that
the statements therein do not in whole or in part mislead APSRTC as to any material fact.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents,
which may be required in this connection.

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

26
Annexure 2: Bidder Organization Details

Bidder to provide the following details:

Name of Organisation

Details of Primary Contact Name


Person
Designation
Address
Telephone No.
Fax No.
E-Mail:
Details of Name
Secondary
Contact Person Designation

Address

Telephone No.

Fax No.

E-Mail:

Registered Office

Details of Offices in India

27
Annexure 3 : Organization Project Experience
Bidders to use this format for demonstrating their related experience in carrying out
similar assignments .Use separate formats for individual experience.

Assignment Name: Approx. Value of the Contract:

Location: Duration of Assignment (months):

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


the Assignment:

Address: Approx. value of the services


provided by your firm under the
contract:

Start Date (Month/Year): No. of professional staff-months


provided by associated
Completion Date (Month/Year): Consultants:

Name of Consortium Consultants, Name of senior professional staff


if any: of your firm involved and functions
performed
(indicate most significant profiles
such as
Project
Director/Coordinator,
Team Leader):

Narrative description of Project:

28
Annexure 4 : Self Declaration

To:
The Chief Engineer (IT)
APSRTC: 1st Floor, NTR Administrative Office,
PNBS, Vijayawada – 520013.
Sir,
In response to the tender Reference No: I as an owner/Partner/Director of <<Name
of Bidder>>, I/We hereby declare that <<Name of Bidder>>, is having unblemished
past record and was not declared ineligible for corrupt and fraudulent practices
either indefinitely or for a particular period of time by any Government organisation
in India.

I/We hereby declare that <<Name of Bidder>> does not have any connection with
employees at APSRTC, its Consultant and the Committee appointed by APSRTC for
guidance relating this project.

Yours sincerely,

Dated Day of month of 2019

(Signature) (In the capacity of)

Duly authorized to sign the RFP Response for and on behalf of:

(Name and Address of Company) Seal/Stamp of bidder

Annexure 5 - Commercial bid Format

Sr. Rate per Unit (Inclusive


Item Description
No of all taxes)
1 RFID enabled TIM as per specifications
2 Buy back amount after expiry of agreement
period
Note: The Buyback amount will apply mandatory to the applicable vendor.

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

29
ANNEXURE 6 - PERFORMANCE BANK GUARANTEE (PBG)

[Date]

Andhra Pradesh State Road Transport Corporation,


APSRTC: 1stFloor, NTR Administrative Block,
PNBS, Vijayawada- 520013

Sir,

PERFORMANCE BANK GUARANTEE for services mentioned under RFP for Supply,
Implementation & maintenance of RFID enabled Ticket Issuing Machines.

WHEREAS
M/s. (name of bidder), a company registered under the Companies Act, 1956/2013,
having its registered and corporate office at (address of the bidder), (hereinafter
referred to as “our constituent”, which expression, unless excluded or repugnant to
the context or meaning thereof, includes its successors and assigns), agreed to enter
into a contract dated ……..(Herein after, referred to as “Contract”) with you (Andhra
Pradesh State Road transport Corporation – APSRTC) for Supply, Implementation &
maintenance of RFID enabled Ticket Issuing Machines.

We are aware of the fact that as per the terms of the contract, M/s. (name of bidder)
is required to furnish an unconditional and irrevocable bank guarantee for release of
balance of payment against delivery of TIMs to units in your favor for an amount INR
…….. (In words and figures), being equivalent to 20% (Twenty percent) of the total of
the price as quoted in the commercial bid submitted by the constituent and
guarantee the due performance by our constituent as per the contract and do hereby
agree and undertake to pay the amount due and payable under this bank guarantee,
as security against breach/ default of the said contract by our constituent.

In consideration of the fact that our constituent is our valued customer and the fact
that he has entered into the said contract with you, we, (name and address of the
bank), have agreed to issue this Performance Bank Guarantee.

Therefore, we (name and address of the bank) hereby unconditionally and irrevocably
guarantee you as under:

In the event of our constituent committing any breach/default of the said contract,
and which has not been rectified by him, we hereby agree to pay you forthwith on
demand such sum/s not exceeding the sum of INR ……………………… (In words and
figures) without any demur.

Page 30 of 47
Notwithstanding anything to the contrary, as contained in the said contract, we agree
that your decision as to whether our constituent has made any such default(s) /
breach(es), as aforesaid and the amount or amounts to which you are entitled by
reasons thereof, subject to the terms and conditions of the said contract, will be
binding on us and we shall not be entitled to ask you to establish your claim or claims
under this Performance Bank Guarantee, but will pay the same forthwith on your
demand without any protest or demur.

This Performance Bank Guarantee shall continue and hold good for a period of three
(3) months after expiry of contract period, subject to the terms and conditions in the
said Contract.

We bind ourselves to pay the above said amount at any point of time commencing
from the date of the said Contract until the completion of three (3) months beyond
the expiration of contract period for the total solution as per said Contract.

We further agree that the termination of the said agreement, for reasons solely
attributable to our constituent, virtually empowers you to demand for the payment
of the above said amount under this guarantee and we would honour the same
without demur.

We hereby expressly waive all our rights:


I. Requiring to pursue legal remedies against APSRTC; and
II. For notice of acceptance hereof any action taken or omitted in reliance
hereon, of any defaults under the contract and any resentment, demand,
protest or any notice of any kind.

We the guarantor, as primary obligor and not merely surety or guarantor of


collection, do hereby irrevocably and unconditionally give our guarantee and
undertake to pay any amount you may claim (by one or more claims) up to but not
exceeding the amount mentioned aforesaid during the period from and including the
date of issue of this guarantee through the period.

We specifically confirm that no proof of any amount due to you under the contract is
required to be provided to us in connection with any demand by you for payment
under this guarantee other than your written demand.

Any notice by way of demand or otherwise hereunder may be sent by special courier,
telex, fax, registered post or other electronic media to our address, as aforesaid and if
sent by post, it shall be deemed to have been provided to us after the expiry of 48
hours from the time it is posted.

Page 31 of 47
If it is necessary to extend this guarantee on account of any reason whatsoever, we
undertake to extend the period of this guarantee on the request of our constituent
upon intimation to you.

This Performance Bank Guarantee shall not be affected by any change in the
constitution of our constituent nor shall it be affected by any change in our
constitution or by any amalgamation or absorption thereof or therewith or
reconstruction or winding up, but will ensure to your benefit and be available to and
be enforceable by you during the period from and including the date of issue of this
guarantee through the period.
Notwithstanding anything contained hereinabove, our liability under this
Performance Guarantee is restricted to INR …… (in words and figures) and shall
continue to exist, subject to the terms and conditions contained herein, unless a
written claim is lodged on us on or before the aforesaid date of expiry of this
guarantee.
We hereby confirm that we have the power/s to issue this Guarantee in your favour
under the Memorandum and Articles of Association/ Constitution of our bank and
the undersigned is/are the recipient of authority by express delegation of power/s
and has/have full power/s to execute this guarantee under the Power of Attorney
issued by the bank in your favour.

We further agree that the exercise of any of your rights against our constituent to
enforce or forbear to enforce or any other indulgence or facility, extended to our
constituent to carry out the contractual obligations as per the said Contract, would
not release our liability under this guarantee and that your right against us shall
remain in full force and effect, notwithstanding any arrangement that may be
entered into between you and our constituent, during the entire currency of this
guarantee.
Notwithstanding anything contained herein:
I. Our liability under this Performance Bank Guarantee shall not exceed INR
……………………………………………………… (In words and figure);
II. This Performance Bank Guarantee shall be valid only up to the completion of 3
months beyond the contract period for complete solution and services; and
III. We are liable to pay the guaranteed amount or part thereof under this
Performance Bank Guarantee only and only if we receive a written claim or
demand on or before …. (Date i.e. completion of the period) for Implementation
of RFID Enabled Ticket Issuing Machines.

Any payment made hereunder shall be free and clear of and without deduction for or
on account of taxes, levies, imports, charges, duties, fees, deductions or withholding
of any nature imposts.
This Performance Bank Guarantee must be returned to the bank upon its expiry.
If the bank does not receive the Performance Bank Guarantee within the above-

Page 32 of 47
mentioned period, subject to the terms and conditions contained herein, it shall be
deemed to be automatically cancelled.
This guarantee shall be governed by and construed in accordance with the Indian
Laws and we hereby submit to the exclusive jurisdiction of courts of Justice in India
for the purpose of any suit or action or other proceedings arising out of this
guarantee or the subject matter hereof brought by you may not be enforced in or by
such count.

Dated ……………………. this ……….. day of …………month of 2019.


Yours faithfully,

For and on behalf of the …………… Bank,


(Signature)
Designation
(Address of the Bank)
1. Note: This guarantee will attract stamp duty as a security bond.
2. A duly certified copy of the requisite authority conferred on the official/s to
execute the guarantee on behalf of the bank should be annexed to this
guarantee for verification and retention thereof as documentary evidence.

Page 33 of 47
ANNEXURE 7 – LIST OF APSRTC LOCATIONS-REGIONS & DEPOTS
KADAPA ZONE NELLORE ZONE
S.NO REGION DEPOT S.NO REGION DEPOT
1 ATP ANANTAPUR 1 CTR ALIPIRI
2 DHARMAVARAM 2 CHITTOOR-1
3 GOOTY 3 CHITTOOR-2
4 GUNTAKAL 4 KUPPAM
5 HINDUPUR 5 MADANAPALLY-1
6 KADIRI 6 MADANAPALLY-2
7 KALYANDURG 7 MANGALAM
8 MADAKASIRA 8 PALAMANERU
9 PENUKONDA 9 PILER
10 PUTTAPARTHY 10 PUTTUR
11 RAIDURG 11 SATYAVEEDU
12 TADIPATRI 12 SRIKALAHASTI
13 URAVAKONDA 13 TIRUMALA
14 KDP BADWEL 14 TIRUPATHI
15 JAMMALAMADUGU 15 NLR ATMAKUR(N)
16 KADAPA 16 GUDUR
17 MYDUKUR 17 KAVALI
18 PRODDATUR 18 NELLORE-1
19 PULIVENDULA 19 NELLORE-2
20 RAJAMPET 20 RAPUR
21 RAYACHOTY 21 SULLURPET
22 KNL ADONI 22 UDAYAGIRI
23 ALLAGADDA 23 VAKADU
24 ATMAKUR(K) 24 VENKATAGIRI
25 BANAGANAPALLY 25 OGL ADDANKI
26 DHONE 26 CHIRALA
27 KOILAKUNTLA 27 GIDDALUR
28 KURNOOL-1 28 KANDUKUR
29 KURNOOL-2 29 KANIGIRI
30 NANDIKOTKUR 30 MARKAPUR
31 NANDYAL 31 ONGOLE
32 PATHIKONDA 32 PODILI
33 YEMMIGANUR

Page 34 of 47
VIJAYAWADA ZONE VIZIANAGARAM ZONE
S.NO REGION DEPOT S.NO REGION DEPOT
1 GNT BAPATLA 1 WEG AMALAPURAM
2 CHILAKALURIPET 2 ELESWARAM
3 GUNTUR-1 3 GOKAVARAM
4 GUNTUR-2 4 KAKINADA
5 MACHERLA 5 RAJAHMUNDRY
6 MANGALAGIRI 6 RAMACHANDRAPURAM
7 NARASARAOPET 7 RAVULAPALEM
8 PIDUGURALLA 8 RAZOLE
9 PONNURU 9 TUNI
10 REPALLE 10 NEC PALAKONDA
11 SATTENAPALLY 11 PALASA
12 TENALI 12 PARVATHIPURAM
13 VINUKONDA 13 S.KOTA
14 VJA AUTONAGAR 14 SALUR
15 AVANIGADDA 15 SRIKAKULAM-1
16 GANNAVARAM 16 SRIKAKULAM-2
17 GOVERNORPET-1 17 TEKKALI
18 GOVERNORPET-2 18 VIZIANAGARAM
19 GUDIVADA 19 VSP ANAKAPALLY
20 IBRAHIMPATNAM 20 GAJUWAKA
21 JAGGAYYAPET 21 MADDILAPALEM
22 MACHILIPATNAM 22 MADHURAWADA
23 NUZVID 23 NARSIPATNAM
24 TIRUVUR 24 PADERU
25 VIDYADHARAPURAM 25 SIMHACHALAM
26 VIJAYAWADA 26 VISAKHA STEEL CITY
27 VUYYURU 27 VISAKHAPATNAM
28 WG BHIMAVARAM 28 WALTAIR
29 ELURU SUMMARY
30 JANGAREDDYGUDEM NO.OF ZONES 4
31 KOVVUR NO.OF REGIONS 12
32 NARASAPUR NO.OF DEPOTS 128
33 NIDADAVOLU
34 TADEPALLIGUDEM
35 TANUKU

Page 35 of 47
ANNEXURE - 8

RFID TIM SPECIFICATIONS

1.0 SCOPE:

1.1 This standard prescribes requirements and methods of testing for Electronic Bus
Ticketing Machine.
1.2 This is a purchase specification and does not include manufacturing details. The
parts/material supplied against this specification shall be compatible with the
Original equipment.
1.3 The supplier shall provide detail drawings and specifications to the purchasing/
inspecting authority whenever such information is specifically called for.
1.4 The material offered against this specification shall conform to this specification
in full. The tests shall be carried out on the part directly or on the specimen
prepared from the components. If any of the samples fail in any one or more
tests specified, the sample shall be considered as not having met the
requirements of this specification.
1.5 It is the manufacturer's prime responsibility to satisfy the inspection authority
that the commodity conforms to this standard. This may be accomplished by
performing the tests specified in this standard.
1.6 Sample selection shall be the responsibility of the Quality Assurance Committee.
Required quantity for complete testing as per this specification shall be supplied.

2.0 REFERENCE STANDARDS:


2.1Following standard are necessary adjunct to this standard.
IS No. Year Title
IS: 13947 1993 IP Test (Dust test for Ingress protection test.)
Part I

3.0 DESIGN AND CONSTRUCTION:


Detailed device specification is mentioned in Annexure- 9A and 9B
4.0 Ticketing Machine facilities:
4.1 Advanced and interactive application software.
4.2 Minimum key operation for printing journey ticket and reports
4.3 All the tickets shall be generated as per the fare table incorporated into the
TIM along with various concessions and ancilliary charges alike Toll plaza user
fee etc as furnished from time to time by APSRTC

Page 36 of 47
4.4 Memory capability to download and store minimum of 500 route details each
consisting of 200 stages with 16 character name description in English and 35
character name description in Telugu, 6 digit rate for 3 seasons, stages, sub-
stages, kilometers, In-between stages, bridges etc.
4.6 Provision for printing tickets for various concessions with percentage reduction in
passenger fare and remark be printed in the ticket where ticket is printed / issued
& no cash is received.
4.8 Status report detailing ticket no. entry and destination stage, luggage, half ticket,
route and ticket amount of all tickets currently valid.
4.9 Transaction detail reports of all types of concessions, RFID tickets and all types of
levies.
4.10 Inspection report detailing inspection –ID time of inspection and remarks. Current
stage and previous stage alighting passenger details.
4.11 Reports
1. Stage wise report
2. Tollgate fee payments entry
3. EPK – Earnings per KM
4. The application also includes provision for printing (display optionally)
information in Telugu on ticket.
5. Entry of reservation tickets done through advance booking and ground booking
6. Police warrant ticket
7. Journalist ticket
8. Provision for different reports as per the requirement of APSRTC
9. RFID transaction reports for fresh cards, top up & tickets.

Page 37 of 47
ANNEXURE – 9A

RFID TIMS - DESIGN AND CONSTRUCTION

Specifications for Ticket Issue Machines Micro controller based with RFID
Sl.No Item Description
1 Size a) It should be compact to fit on Bus Dash Board with dimensions not
exceeding 250mm x 90mm x 65mm
b) Weight of the Device should not exceed 500 grams without paper
roll.
c) Should be rugged and compact design and dust resistant.
2 Display a. Graphic LCD display with minimum 128 x 64 pixels graphic display.
b. Large display area for better visibility with 70 x 40 mm viewing area
c. Bright backlight for easy visibility during the nights also.
d. Display panel should be scratch resistant and dust proof.
3 Keypad 30 Key alphanumeric elastomeric (soft rubber, silicon) keys which are
dust proof & water proof (including functional/navigational keys). The
colored keyboard layout and key matrix should be as per the annexure
and should be detachable keypad.
4 Microcontroller a) High speed 32 bit Micro controller with minimum 48 MHz or higher
clock speed processor
b) 32 KB SRAM
c) 512 KB Flash program memory.
d) 8 MB flash data memory.
e) Flash memory should be utilized for storing 5000 tickets and 999
routes with 100 to 250 stages
f) Additional 1 GB or above SD Card for storing RFID cards ticket data
& ware housing facility for minimum reset for 10 lakhs tickets.
g) Operating Temperature: Up to 55 deg. Centigrade
5 Real time clock Battery backed stable intelligent Real Time Clock with date format to
be changed at every service.
(DD/MM/YYYY/HH:MM:SS) working on a separate battery inside the
system
6 Printer a) Ultra fast 2 Inch High speed thermal printer with 80 mm/s (384 dot
lines)
b)PAPER OVER sensor.
c) Printer shall support Thermal paper of 50-60 GSM
d) PAPER COVER OPEN sensor.
e) Easy paper roll loading mechanism, without using paper-feed key.
f) It shall support thermal paper roll of 56 mm width, 16 meters length.
g) Transparent printer cover with rugged hinge fixing and facility to fix
the printer roller firmly.
h) The printer gears shall be of Fujitsu-Japan
Model::FTP-628MCL-103 R Versions or its equivalent.

Page 38 of 47
7 BATTERY Standard Lithium-Ion Battery of minimum 7.4 V, 4200mAH Li-Ion/ Li-
polymer internal battery with protection against explosion while
handling.
Auto Shutdown features should be provided for longer battery life
It should support more than 48 hours of operation with single full
charge and should able to issue at least 2000 tickets.
Features:
1) Quick rechargeable in-built battery charger with over charge / over
voltage / over current protection capable to charge fully within 3
Hours.
2) Standby Time 72 Hrs.
3) In use time (with printer) 8 - 10 Hrs.
4) Low Battery and Full Battery indication with audio beep and display
of % of charge in number.
5) LED Display and charging indicator during charging of TIMs.
6) Beep sound when charger is connected to the TIM for charging
7) Soft touch power On/Off control for easy operation
8).Automatic and intelligent power shut down for extended operation.
8 RFID reader TIM based RFID reader:
specifications i) Hardware- Mid range reader with Antenna.
ii) Power Supply - 12/24 V DC +/- 15%
iii) Power Consumption - Approximately 8 VA
iv) Operating frequency - 13.56 MHz
v) Reading Distance – up to 50 MM.
vi) Operating time - Less than 24 ms per one transaction
9 RFID Card i) In - built contactless smart card reader
specifications ii) IEC/ISO 14443 type A & B compliant MIFARE SE PLUS cards
iii) Reading range up to50mm.
10 Communication Device should have one USB port 2.0 of B type. USB drivers should be
Interface compatible with all makes of TIMs.
11 SAM Specifications i) SAM(secure access Module) slots compliant to ISO 7816 Standards
are required.
ii) Cryptographic methods for card data security.
iii) Triple DES for key management with UKPT (Unique Key Per
Transaction)
iv) Should support encryption standard including 3DES & AES for smart
card reading
v) SAM card to be mapped with TIM number and should be non-
transferable.
Preferable model : NXP AV1 or advanced one compatible with
MIFARE SE PLUS Cards.
12 Software Software compatible with Linux CentOS 5,6,7 with JAVA & Mysql DB
should be used for development of programs for TIMS. Shall be
compatible with software version of CIS project. Any modification

Page 39 of 47
suggested by APSRTC should be complied within a stipulated time.
Vendor should recover the data through SD card in time and give
collection report and trip sheet, in case of failure in downloading data
from TIM to PC in the depots.
13 CONCESSIONAL CONTACTLESS RFID SMART CARD PASSES SOFTWARE :
PASSES a) TIM shall validate various kinds of passes like Student Pass, General
Pass, Senior Citizen Card, Journalist Pass etc., issued by APSRTC and
store the record and print ticket only on request.
b) Passes issued with STAGE-FROM and STAGE-TO for validity shall be
validated against the current selected ROUTE in the TIM.
c) Passes issued for a particular day or period shall be validated against
the current date in the TIM.
d) Valid passes are indicated with a short beep sound.
f) Invalid passes are to be indicated by long beep sound with error
message on the screen.
14 PREPAID CARDS PREPAID CARDS:
a) Conductor shall be able to issue a NEW PREPAID CARD, with the
stored value between Rs. 10 upto Rs. 2000.
b) Cost of the CARD shall be separately added and ticket to be printed
as per the policy decided by APSRTC.
c) Passengers carrying an already purchased PREPAID CARD shall be
able to redeem the STORED VALUE, against the fare by showing the
card to TIM.
d) The data of the PREPAID transactions shall be collected and
reconciled by the RECONCILIATION software.
e) Re-conciliation reports indicating details of cards and redemptions
shall be produced.
f) Prepaid cards issued should be rechargeable through TIM by
conductor in the bus.
15 Consumables 1. AC Adapter with following specsa) Input: 150/280V, 50/60Hzb)
Output: 12V, 750mA -1Amp.c) Charging status indicator to be provided
in the charger (RED/GREEN).d) Common pin for charging
.Model:ST960752.Shoulder bag made of synthetic material.3.
Battery.4. Printer5. Gear wheels6. Data Cable7. Key pad.

16 WARRANTY TERMS AND CONDITIONS:


a). 3 years comprehensive service warranty shall be provided for all
accessories other than consumables.
b). Battery and Printer minimum one year performance warranty.
c). Service Engineers shall be provided at all zonal workshops to ensure
continuity of service to TIMs.
d)The vendor should provide software programs as and when
required to meet the Corporation policies.

Page 40 of 47
e) Vendor should have sufficient spare parts to immediately replace
the defective item, Otherwise it will attract a penalty of Rs.50 per day
per machine subject to a maximum of 10% of the cost per TIM per
instance if not attended within two days.
f) Change of any hardware part of TIM should not lead to change in
machine serial number and it should be stored internally in the
encrypted form apart from being physically embossed on the outer
case of TIMs
g)Each TIM must be provided with carry bag having APSRTC logo.
h) Charger should have the logo of APSRTC
i)Vendor is responsible for the entire comprehensive maintenance, If
Any vendor fails to maintain the quality of service, vendor would be
blacklisted based on the failure rate.
j)Vendor is responsible for any financial losses due to inefficient
service or loss of data incurred by APSRTC.

Page 41 of 47
ANNEXURE – 9B

RFID TIMS - DESIGN AND CONSTRUCTION (OS BASED)

Specifications for Ticket Issue Machines with RFID


Sl.No Item Description
1 Size a) It should be compact to fit on Bus Dash Board with dimensions not
exceeding 250mm x 90mm x 65mm
b) Weight of the Device should not exceed 500 grams without paper
roll.
c) Should be rugged and compact design and dust resistant.
2 Display a. Graphic LCD display with minimum 320 x 240 pixels graphic display.
b. Large display area for better visibility with 70 x 40 mm viewing area
c. Bright backlight/ color for easy visibility during the nights also.
d. Display panel should be scratch resistant and dust proof.
3 Keypad 30 Key alphanumeric elastomeric (soft rubber, silicon) keys which are
dust proof & water proof (including functional/navigational keys). The
colored keyboard layout and key matrix should be as per the annexure
and should be detachable keypad.
4 Operating System a) High speed 32 bit OS based with minimum 500 MHz or higher clock
Based speed processor.
b) 256 MB RAM
c) 4 GB Flash memory.
d) Flash memory should be utilized for storing 5000 tickets and 999
routes with 100 to 250 stages
e) Additional 4 GB SD Card for storing RFID cards ticket data & ware
housing facility for minimum reset for 10 lakhs tickets.
f) Operating Temperature: Up to 55 deg. Centigrade
5 Real time clock Battery backed stable intelligent Real Time Clock with date format to
be changed at every service.
(DD/MM/YYYY/HH:MM:SS) working on a separate battery inside the
system
6 Printer a) Ultra fast 2 Inch High speed thermal printer with 80 mm/s (384 dot
lines)
b)PAPER OVER sensor.
c) Printer shall support Thermal paper of 50-60 GSM
d) PAPER COVER OPEN sensor.
e) Easy paper roll loading mechanism, without using paper-feed key.
f) It shall support thermal paper roll of 56 mm width, 16 meters length.
g) Transparent printer cover with rugged hinge fixing and facility to fix
the printer roller firmly.
h) The printer gears shall be of Fujitsu-Japan
Model::FTP-628MCL-103 R Versions or its equivalent.

Page 42 of 47
7 BATTERY Standard Lithium-Ion Battery of minimum 7.4 V, 5200mAH Li-Ion/ Li-
polymer internal battery with protection against explosion while
handling.
Auto Shutdown features should be provided for longer battery life
It should support more than 48 hours of operation with single full
charge and should able to issue at least 2000 tickets.
Features:
1) Quick rechargeable in-built battery charger with over charge / over
voltage / over current protection capable to charge fully within 3
Hours.
2) Standby Time 72 Hrs.
3) In use time (with printer) 8 - 10 Hrs.
4) Low Battery and Full Battery indication with audio beep and display
of % of charge in number.
5) LED Display and charging indicator during charging of TIMs.
6) Beep sound when charger is connected to the TIM for charging
7) Soft touch power On/Off control for easy operation
8).Automatic and intelligent power shut down for extended operation.
8 RFID reader TIM based RFID reader:
specifications i) Hardware- Mid range reader with Antenna.
ii) Power Supply - 12/24 V DC +/- 15%
iii) Power Consumption - Approximately 8 VA
iv) Operating frequency - 13.56 MHz
v) Reading Distance – up to 50 MM.
vi) Operating time - Less than 24 ms per one transaction
9 RFID Card i) In - built contactless smart card reader
specifications ii) IEC/ISO 14443 type A & B compliant MIFARE SE PLUS cards
iii) Reading range up to50mm.
10 Communication Device should have one USB port 2.0 of B type. USB drivers should be
Interface compatible with all makes of TIMs.
11 SAM Specifications i) SAM(secure access Module) slots compliant to ISO 7816 Standards
are required.
ii) Cryptographic methods for card data security.
iii) Triple DES for key management with UKPT (Unique Key Per
Transaction)
iv) Should support encryption standard including 3DES & AES for smart
card reading
v) SAM card to be mapped with TIM number and should be non-
transferable.
Preferable model : NXP AV1 or advanced one compatible with
MIFARE SE PLUS Cards.
12 Software Software compatible with Linux CentOS 5,6,7 with JAVA & Mysql DB
should be used for development of programs for TIMS. Shall be
compatible with software version of CIS project. Any modification

Page 43 of 47
suggested by APSRTC should be complied within a stipulated time.
Vendor should recover the data through SD card in time and give
collection report and trip sheet, in case of failure in downloading data
from TIM to PC in the depots.
13 CONCESSIONAL CONTACTLESS RFID SMART CARD PASSES SOFTWARE :
PASSES a) TIM shall validate various kinds of passes like Student Pass, General
Pass, Senior Citizen Card, Journalist Pass etc., issued by APSRTC and
store the record and print ticket only on request.
b) Passes issued with STAGE-FROM and STAGE-TO for validity shall be
validated against the current selected ROUTE in the TIM.
c) Passes issued for a particular day or period shall be validated against
the current date in the TIM.
d) Valid passes are indicated with a short beep sound.
f) Invalid passes are to be indicated by long beep sound with error
message on the screen.
14 PREPAID CARDS PREPAID CARDS:
a) Conductor shall be able to issue a NEW PREPAID CARD, with the
stored value between Rs. 10 upto Rs. 2000.
b) Cost of the CARD shall be separately added and ticket to be printed
as per the policy decided by APSRTC.
c) Passengers carrying an already purchased PREPAID CARD shall be
able to redeem the STORED VALUE, against the fare by showing the
card to TIM.
d) The data of the PREPAID transactions shall be collected and
reconciled by the RECONCILIATION software.
e) Re-conciliation reports indicating details of cards and redemptions
shall be produced.
f) Prepaid cards issued should be rechargeable through TIM by
conductor in the bus.
15 Consumables 1. AC Adapter with following specsa) Input:
Output: 14V, 1 Amp. Charging status indicator to be provided in the
charger (RED/GREEN).d) Common pin for charging
.Model:ST960752.Shoulder bag made of synthetic material.3.
Battery.4. Printer5. Gear wheels6. Data Cable7. Key pad.

16 WARRANTY TERMS AND CONDITIONS:


a). 3 years comprehensive service warranty shall be provided for all
accessories other than consumables.
b). Battery and Printer minimum one year performance warranty.
c). Service Engineers shall be provided at all zonal workshops to ensure
continuity of service to TIMs.
d)The vendor should provide software programs as and when
required to meet the Corporation policies.

Page 44 of 47
e) Vendor should have sufficient spare parts to immediately replace
the defective item, Otherwise it will attract a penalty of Rs.50 per day
per machine subject to a maximum of 10% of the cost per TIM per
instance if not attended within two days.
f) Change of any hardware part of TIM should not lead to change in
machine serial number and it should be stored internally in the
encrypted form apart from being physically embossed on the outer
case of TIMs
g)Each TIM must be provided with carry bag having APSRTC logo.
h) Charger should have the logo of APSRTC
i)Vendor is responsible for the entire comprehensive maintenance, If
Any vendor fails to maintain the quality of service, vendor would be
blacklisted based on the failure rate.
j)Vendor is responsible for any financial losses due to inefficient
service or loss of data incurred by APSRTC.

Page 45 of 47
ANNEXURE -10
RFID TIM – functional specifications
ON - To switch on the machine.
OFF - To switch off the machine.
ENTER-To accept the operation.
CANCEL - To cancel the operation.
 Provision for entry of en route bus checking information/offence code in
to the TIMs while on scheduled duty
 Provision for operator password & supervisor password to operate the
machine
 TKT -This button is used to specify number of adults and child seater and
sleeper tickets.
 LUG - This button is used to specify the number of luggage units.
 PASS - This button is used to enter pass details. When this button is
pressed, user should be able to select the type of pass like STUDENT,
GENERAL etc using the keys B and C.
 PW / TGT (POLICE WARRANT & TOLL GATE ) - When this option is selected,
user should be able to enter number of seats, police warrant number, toll
gate details and the destination. After pressing ENTER button, police
warrant ticket should be printed.
 STG - This button should close the current stage and update to the
next stage with confirmations.
 141 - Pressing this button, the service 141 card to be selected from the list
of available routes. 141 card report to be seen as optional requirement.
 CON – The PHC persons concession tickets, Journalist, retired employees &
other concession tickets to be printed.
 RES – The details of reserved passengers have to be fed to the TIM through
this button.
This button is used to come back to previous operation. And
also to select the option for RFID transaction and other
related activities.
 COMP – The TIM upload/ downloading of data to local server to be done
with this button.
 RPT - This button should be provided for taking different reports during or
after the spell of the duty by the conductor.
 TRIP WISE REPORT – It should contain ticket details like ticket no, ticket type,
origin/destination & ticket amount.
 STATUS REPORT - This option should provide the details of passengers in the
bus at that time.
 TOTAL REMITTANCE REPORT - It should have the total service amount with
bifurcation of different heads like PIS, CESS, Toll Plaza & Service Tax.
 TICKET LOG REPORT – This report should contain ticket issue time & details
of the no of passengers issued on the particular ticket.
 The reports that are generated in the local server as follows :

Page 46 of 47
 The vendor should provide any other reports needed by APSRTC
 RFID TRANSACTIONS REPORT – The report on fresh cards, top up of RFID
cards, & tickets issued through RFID cards.

Details of Key Layout

Page 47 of 47

You might also like