You are on page 1of 105

BANGALORE METROPOLITAN TRANSPORT CORPORATION

Tender No: BMTC/2021/012 Date:12.04.2021

REQUEST FOR PROPOSAL

FOR

SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY


IMPLEMENTATION, INTEGRATION, MAINTENANCE AND MANAGEMENT OF
AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE
METROPOLITAN TRANSPORT CORPORATION

RFP VOLUME- I

May 21

Bangalore Metropolitan Transport Corporation

Kengal Hanumanthaiah Road, Shantinagar,


Bangalore 560027
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Table of Contents

DISCLAIMER ........................................................................................................................................... 4

ABBREVIATION ...................................................................................................................................... 6

DEFINITION ............................................................................................................................................. 7

Section 1: Letter of Invitation ................................................................................................................ 9

Section 2: Information to Bidders (ITB) .............................................................................................. 12


A. General ...................................................................................................................................................... 12
1. Contents of RFP Document ................................................................................................................... 12
2. Eligibility of the Bidders ........................................................................................................................ 12
3. Clarification and Amendment of RFP .................................................................................................... 12
4. Cost of Proposals .................................................................................................................................. 12
5. Contacting BMTC .................................................................................................................................. 13
6. Language of Proposals .......................................................................................................................... 13
7. Earnest Money Deposit (EMD) ............................................................................................................. 13
B. Preparation of Proposal ............................................................................................................................ 13
1. Period of validity of the proposal ......................................................................................................... 13
2. Format and Signing of Proposal ............................................................................................................ 14
3. Submission, Receipt and Opening of Proposal ..................................................................................... 14
4. Deadline for Submission of Proposal .................................................................................................... 15
5. Evaluation of proposal .......................................................................................................................... 15
6. Negotiations.......................................................................................................................................... 16
7. Award of contract ................................................................................................................................. 16
8. Security Deposit/Performance Security ................................................................................................ 16
9. Confidentiality....................................................................................................................................... 17
10. Suspension for Tendering Process .................................................................................................... 17
11. Fraudulent and Corrupt Practices..................................................................................................... 17
12. Dispute Resolution ........................................................................................................................... 18
13. Insolvency and Breach ...................................................................................................................... 18

Section 2A: Bid Data Sheet ................................................................................................................. 19


A. Data Sheet ................................................................................................................................................. 19
B. Evaluation Process..................................................................................................................................... 22
1. Opening of Bids ..................................................................................................................................... 22
2. Selection Process for Bidders ................................................................................................................ 22
3. Evaluation of Bids ................................................................................................................................. 22
C. Pre-Qualification Criteria ........................................................................................................................... 26
D. Technical Qualification Criteria ................................................................................................................. 28
E. Service Level Agreements and Penalties ................................................................................................... 33
1. Force Majeure Events ........................................................................................................................... 33
2. Measurement of SLA ............................................................................................................................ 34
3. Pre-Implementation Service Level Benchmark: .................................................................................... 35
4. Post Implementation SLAs and SLA Matrix ........................................................................................... 36
5. Implementation and Service SLA .......................................................................................................... 37
6. Service Monitoring ................................................................................................................................ 40
7. Performance Reporting......................................................................................................................... 40

BANGLORE METROPOLITAN TRANSPORT CORPORATION 2


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

8. Managing Service Failure ...................................................................................................................... 40


9. Fault Handling & Escalation .................................................................................................................. 41
10. SLA for Security Breach..................................................................................................................... 41
11. SLA for Breach in Deployment of Technical Manpower ................................................................... 42
12. SLA and Penalty for Helpdesk Response and Resolution ................................................................. 43

Section 3: Terms of Reference (ToR) ................................................................................................. 44


A. Introduction ............................................................................................................................................... 44
1. About BMTC .......................................................................................................................................... 44
2. BMTC’s Existing Ticketing System ......................................................................................................... 44
3. Current Challenges of BMTC (non-exhaustive list) ............................................................................... 44
B. Project Objectives ...................................................................................................................................... 45
C. Scope of Work ........................................................................................................................................... 45
1. Functional Landscape ........................................................................................................................... 46
2. Design Considerations .......................................................................................................................... 47
3. Scope Summary .................................................................................................................................... 48
4. Detailed Scope of Work ........................................................................................................................ 49
a. Assessment and Site Survey for finalization of detailed technical architecture and project plan. ....... 49
b. System Requirements Gathering Study ................................................................................................ 49
c. Procurement, Supply, Installation and Commissioning of AFCS components ...................................... 49
d. Integration with other ITS sub-systems ................................................................................................ 52
e. Enterprise Cloud Data Center & Disaster Recovery Services ................................................................ 53
f. System Security ..................................................................................................................................... 56
g. Capacity Building and Training .............................................................................................................. 57
h. Operations & Maintenance of Project components ............................................................................. 57
i. Project Insurance .................................................................................................................................. 58
j. Others ................................................................................................................................................... 58
k. Project Hand-over ................................................................................................................................. 59
D. Detailed Roles and Responsibilities ........................................................................................................... 60
1. Roles & Responsibilities of Successful Bidder ....................................................................................... 60
2. Roles and Responsibilities of BMTC ...................................................................................................... 61
E. Project Implementation Timelines and Deliverables ................................................................................. 62
1. Project Timelines, Deliverables and Payment Schedules ..................................................................... 62
F. Detailed Technical & Functional Requirements ......................................................................................... 64
1. Electronic Ticketing Machine ................................................................................................................ 64
2. Depot Server ......................................................................................................................................... 65
3. Layer-2 Network Switch ........................................................................................................................ 65
4. Cloud Data Center & DRC ..................................................................................................................... 66
5. Electronic Ticketing Machine – Minimum Functional Specification ..................................................... 72
6. Automatic Fare Collection System - Minimum Functional Specification ............................................. 74

Section 4: Technical Proposal – Standard Forms ............................................................................. 78


1. Proposal Submission Form.................................................................................................................... 78
2. Checklist ................................................................................................................................................ 79
3. Qualification Submission Form ............................................................................................................. 80
4. Certificate from the Statutory Auditor/Chartered Accountant regarding Turnover ............................ 82
5. Declaration ............................................................................................................................................ 83
6. Format for Affidavit certifying that Bidder is not blacklisted ............................................................... 84
7. Format for Power of Attorney for Signing of Proposal ......................................................................... 85
8. Format for Curriculum Vitae (CV) of proposed manpower .................................................................. 87

BANGLORE METROPOLITAN TRANSPORT CORPORATION 3


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

9. Manufacture Authorization Letter ........................................................................................................ 89

Section 5: Financial Proposal ............................................................................................................. 91


1. Financial Cover Letter ........................................................................................................................... 91
2. Financial Bid Formats ............................................................................................................................ 92

Section 6: Supporting Annexures ..................................................................................................... 101


1. Annexure 1: Change Control Note Format ......................................................................................... 101
2. Annexure 2 : Bill of Quantities ............................................................................................................ 103

DISCLAIMER

1. Bangalore Metropolitan Transport Corporation (hereinafter referred to as BMTC) has issued


this Request for Proposal (hereinafter referred to as “RFP”) for Selection of System Integrator
for Design, Development, Supply Implementation, Integration, Maintenance and Management
of Automated Fare Collection System (AFCS) for Bangalore Metropolitan Transport
Corporation on such terms and conditions as set out in this RFP document, including but not
limited to the Technical Specifications set out in different parts of this RFP document.

2. This RFP has been prepared with an intention to invite prospective Applicants/Bidders and to
assist them in making their decision of whether or not to submit a proposal. It is hereby,
clarified that this RFP is not an agreement and the purpose of this RFP is to provide the
bidder(s) with information to assist them in the formulation of their proposals. This RFP
document does not purport to contain all the information bidders may require. This RFP
document may not be appropriate for all persons, and it is not possible for BMTC to consider
the investment objectives, financial situation, and particular needs of each bidder.

3. BMTC has taken due care in preparation of information contained herein. However, this
information is not intended to be exhaustive. Interested parties are required to make their own
inquiries and respondents will be required to confirm in writing that they have done so, and
they do not solely rely on the information contained in this RFP in submitting their Proposal.
This RFP includes statements, which reflect various assumptions and assessments arrived at
by BMTC in relation to the Project. Such assumptions, assessments and statements do not
purport to contain all the information that each Bidder may require.

4. This RFP is not an agreement by and between BMTC and the prospective bidders or any
other person. However, the selected bidder will enter into an Agreement with BMTC. The
information contained in this RFP is provided on the basis that it is non–binding on BMTC,
any of its authorities or agencies, or any of their respective officers, employees, agents, or
advisors. BMTC makes no representation or warranty and shall incur no liability under any
law as to the accuracy, reliability or completeness of the information contained in the RFP
document. Each Bidder shall consider the RFP document as per his understanding and
capacity. The bidders shall undertake appropriate examination, enquiry and scrutiny of all
aspects mentioned in the RFP document before bidding. Bidders are encouraged to take
professional help of experts on financial, legal, technical, taxation, and any other matters /
sectors appearing in the document or specified work. Bidders shall also go through the RFP
document in detail and bring to notice of BMTC any kind of error, misprint, inaccuracies, or
omission in the document before pre-bid meeting. BMTC reserves the right not to proceed
with the project, to alter the timetable reflected in this document, or to change the process
and procedure mentioned in the RFP for larger public interest. BMTC also reserves the right
to decline to discuss the Project further with any party submitting a proposal.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 4


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

5. Persons / entities / Bidders / Applicants / Respondents / Agencies / consortium partners


submitting this Proposal shall not be entitled for any type of reimbursement from BMTC. The
Bidder shall bear all costs arising from, associated with, or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by
BMTC or any other costs incurred in connection with or relating to its Bid

6. This issue of this RFP does not imply that BMTC is bound to select and pre-qualify Bids for
Bid Stage or to appoint the selected Bidder or Bidder, as the case may be, for the project and
BMTC reserves the right to reject all or any of the Bids without assigning any reasons
whatsoever.

7. BMTC may, in its absolute discretion but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this RFP.

8. BMTC, its employees and advisors make no representation or warranty and shall have no
liability (for any cost, damage, loss or expense which may arise from or is incurred or suffered
on account of anything contained in this RFP or otherwise, including but not limited to the
accuracy, adequacy, correctness, completeness or reliability of the RFP and any
assessment, assumption, statement or information contained therein or deemed to be part of
this RFP or arising in any way with eligibility of Bidder for participation in the Bidding Process)
towards any Applicant or Bidder or a third person, under any law, statute, rule, regulation or
tort law, principles of restitution or unjust enrichment or otherwise.
9. BMTC also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statement contained in this
RFP.
10. Interested parties, after careful review of all the clauses of this ‘Request for Proposal’, are
encouraged to send their suggestions in writing to BMTC on <csm@mybmtc.com>. Such
suggestions, after review by BMTC, may be incorporated into this ‘Request for Proposal’ as a
corrigendum.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 5


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

ABBREVIATION
Term Abbreviation
AFCS Automatic Fare Collection System
API Application Program Interface
ASRTU Association of State Transport Undertaking
BMRCL Bangalore Metro Rail Transport Corporation Ltd.
BMRDA Bangalore Metropolitan Region Development Authority
BMTC Bangalore Metropolitan Transport Corporation
BOM Bill of Material
BoQ Bill of Quantity
CCC Command and Control Centre
CSP Cloud Service Provider
DC Data Centre
DR Disaster Recovery
E Ticketing Electronic Ticketing System
EMV Euro Master Visa
ETM Electronic Ticketing Machine
FRS Functional Requirements Specifications
GIS Geographical Information System
GoI Government of India
GoK Government of Karnataka
GPRS General Packet Radio Service
GPS Global Positioning System
GSM Global System for Mobile communications
GTFS General Transit Feed Specification
HTTPS Hypertext Transfer Protocol Secure
ICT Information and Communication Technology
INR Indian Rupee
ISO International Organization for Standardization
IA Implementation Agency
IT Information Technology
LoI Letter of Intent
MAF Manufacturers Authorization Form
NCMC National Common Mobility Card
NEFT National Electronic Fund Transfer

BANGLORE METROPOLITAN TRANSPORT CORPORATION 6


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Term Abbreviation
NPCI National Payment Corporation of India
O&M Operation & Maintenance
OEM Original Equipment Manufacture
PM Project Manager
RFP Request for Proposal
RTGS Realtime Gross Settlement
SC Smart Card
SI System integrator
SLA Service Level Agreement
SLA Service Level Agreement
SP Service Provider
SPV Special Purpose Vehicle
STU State Road Transfer Undertaking

DEFINITION
Term Meaning
Means the financial year commencing from 1stApril of any calendar
Accounting Year
year and ending on 31st March of the next calendar year
Means the facilities which the Bidder / Agency may provide or
Additional Facilities procure for the benefit of the users of the Pedestrian and which are
in addition to the Project Facilities, and not situated on the Site
System Integrator Successful Bidder selected through this RFP

Means the date on which the Agreement is signed and shall be


Appointed Date
deemed to be the date of commencement of the Contract Period

Means all laws, promulgated, or brought into force and effect by GOI
or GOK including regulations and rules made there under, and
Applicable Laws judgments, decrees, injunctions, writs, and orders of any court of
record, as record, as may be in force and effect during the
subsistence of this Agreement

Means all clearances, permits, authorizations, consents, and


approvals required to be obtained or maintained under Applicable
Applicable Permits
Laws in connection with the implementation of the Project during the
subsistence of this Contract

Authority Means Bangalore Metropolitan Transport Corporation


Means the occurrence of any of the following after the date of
financial Bid: the enactment of any new Indian law; the repeal,
Change in law modification or re-enactment of any existing Indian law; the
commencement of any Indian Law which has not entered into effect
until the date of financial Bid; a change in the interpretation or

BANGLORE METROPOLITAN TRANSPORT CORPORATION 7


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Term Meaning
application of any Indian law by a court of record as compared to
such interpretation or application prior to the date of financial Bid
Means the proposal submitted by the Bidder(s) in response to this
RFP in accordance with the provisions hereof including Technical
Bid/Proposal
Proposal and Price Proposal along with all other documents
forming part and in support thereof as specified in this RFP.
System Integrator for Implementation of Automatic Fare Collection
Bidder
System
National Common Mobility Card (NCMC), is an inter-operable
NCMC transport card conceived by the Ministry of Housing and Urban
Affairs of the Government of India.
Bid Security Means Declaration furnished by the Bidder specified in RFP as part
Declaration of detailed Proposal.
Means the process of selection of the Successful Bidder through
Bid Process competitive bidding and includes submission of Proposals, scrutiny
and evaluation of such Bids as set forth in the RFP.
Means the certificate issued by the Authority upon successful
Completion
installation and demonstration of all functionalities as specified in
Certificate/GO Live
RFP Volume-1. The Authority shall issue Go Live Certificate
Certificate
separately for each Request Order.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 8


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Section 1: Letter of Invitation

Date:

BMTC invites bids for Selection of System Integrator for Design, Development, Supply
Implementation, Integration, Maintenance and Management of Automated Fare
Collection System (AFCS) for Bangalore Metropolitan Transport Corporation.

1. The objective and detailed scope of service is mentioned in Terms of Reference


(Section 3).
2. The successful bidder will be selected under Lowest Cost-Based Selection (LCS) and
procedures described in this RFP.
3. The RFP includes the following documents:
• Section 1: Letter of Invitation
• Section 2: Information to Bidders
• Section 2A: Bid Data Sheet
• Section 3: Terms of Reference (ToR)
• Section 4: Technical Proposal – Standard Forms
• Section 5: Financial Proposal
• Section 6: Supporting Annexures

Yours sincerely,
Controller of Stores & Purchases
Bangalore Metropolitan Transport Corporation (BMTC)
Central Office, Bangalore

BANGLORE METROPOLITAN TRANSPORT CORPORATION 9


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Bid Data Sheet

Particular Details

Tender Reference No. BMTC/2021/012 Dtd.12.04.2021

Tender Inviting
Controller of Stores and Purchases.
Authority

Website for accessing


https://eproc.karnataka.gov.in
tender

Single Point of Contact Chief Systems Manager

Tender Publish Start


17.04.2021
Date & Time
Chief Systems Manager
BMTC Central Office
Address of Pre-Bid Kengal Hanumanthaiah Road, Shantinagar,
Queries Bangalore 560027
Email. cosp@mybmtc.com, ctmo@mybmtc.com,
csm@mybmtc.com
Last Date & Time of
03.05.2021, 5:30 PM
Receive Pre-Bid Queries
04.05.2021, 11:30 AM
Date & Venue of Pre-Bid Mini Meeting Hall, 4th Floor, BMTC Central Offices, K H Road,
Meeting Shanthinagar, Bengaluru-27.

Rs.550/-To be paid through e-payment mode only - Non-


Tender Processing Fee
Refundable
INR 5250/- (inclusive of 5% GST) to be paid in the form of
Tender Form Fee Demand Draft in favour of the “The CAO-FA, BMTC” and should
be enclosed along with the original (hard copies) documents.
Security Deposit
Security Deposit/EMD Declaration Form
/Earnest Money Deposit

Nature of bid process Three cover system – Technical and commercial proposals

Proposal Evaluation
Lowest Cost-Based Selection (LCS) evaluation
Process

Bid Submission End


Date: 21.05.2021, Time: 14.30 hrs
Date and Time (Online)

BANGLORE METROPOLITAN TRANSPORT CORPORATION 10


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Particular Details

Bid Submission End


Date and Time Date: 21.05.2021, Time: 14.30.00 hrs
(Physical)
Technical Bid Opening
Date: 24.05.2021, Time: 14.30 hrs
Date & Time
Technical Presentation
and Demonstration of The date will be communicated to shortlisted bidders.
solution
Commercial Bid
Opening for Technically Date: 26.05.2021, Time: 14.30 hrs (Tentative)
Qualified Bidders

Bid Validity 180 Days from the bid submission end date

BANGLORE METROPOLITAN TRANSPORT CORPORATION 11


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Section 2: Information to Bidders (ITB)


A. General

1. Contents of RFP Document

The RFP includes the following sections:

• Section 1: Letter of Invitation


• Section 2: Information to Bidders
• Section 2A: Bid Data Sheet
• Section 3: Terms of Reference (ToR)
• Section 4: Technical Proposal – Standard Forms
• Section 5: Financial Proposal
• Section 6: Supporting Annexures

2. Eligibility of the Bidders

The bidders should fulfill all the requirements mentioned in Section 2A Technical Qualification
Criteria to be eligible to bid for this RFP.
3. Clarification and Amendment of RFP

Bidders may request for clarification on any items in the RFP Document up to the date as
specified in the Data Sheet before the Proposal Due Date. Any request for clarification must
be sent in writing by e-mail to BMTC’s address indicated in the Data Sheet. BMTC will
respond by uploading the response (including an explanation of the query but without
identifying the source of inquiry) in the GoK e-procurement portal.

Before the deadline for submission of Proposals, BMTC may modify the RFP Document by
issuing online addendum. The addendum will appear on the web page of the website
https://eproc.karnataka.gov.in. To give prospective Bidders reasonable time in which to take
an addendum into account in preparing their Proposals, BMTC may extend as necessary the
deadline for submission of Proposals.

The Bidders must familiarize themselves with local conditions and take them into account in
preparing their Proposals. To obtain first-hand information on the Project and on the local
conditions, Bidders are encouraged to visit to BMTC’s offices before submitting a Proposal
and to attend the Pre-Proposal conference. They must fully inform themselves of the project,
local conditions and take the same into account before submitting their Proposal.

4. Cost of Proposals

The bidder shall bear all costs associated with the preparation, submission of its Proposal,
and of negotiating the Contract, including visits to BMTC, etc. are not reimbursable and
BMTC is not bound to accept any of the proposals submitted and reserves the right to reject
any or all proposals without assigning any reasons.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 12


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

5. Contacting BMTC

From the time of Proposal opening to the time of Contract award, if any bidder wishes to
contact BMTC on any matter related to the Proposal, it should do so in writing. If a bidder
tries to directly influence BMTC or otherwise interfere in the Proposal evaluation process and
the Contract award decision, its Proposal may be rejected.

6. Language of Proposals

Unless otherwise specified in the Data Sheet, the Proposal prepared by the bidder and all
correspondence and documents related to the Proposal exchanged by the bidder and BMTC
shall be written in the English Language, or, if the Data Sheet so provides, in either one of
two languages specified there. Any printed literature furnished by the bidder as part of its
Proposal may be in a language not specified in the Data Sheet, as long as such literature is
accompanied by a translation of its pertinent passages into the language of the Proposal, in
which case, for purposes of interpretation of the Proposal, the translation shall govern.
7. Earnest Money Deposit (EMD)

• EMD is waived off as per GoI order. Bidders shall submit, along with their Proposal,
Bid Security/EMD Declaration form as instructed in office memorandum No.
F.9/4/2020-PPD dated 12th November 2020 by Minister of Finance, Government of
India.
• The signed Bid Security/EMD Declaration form by the bidder accepting that if bidder
withdraw or modify their bids during bid validity period, bidder will be suspended for
part of any tendering process in state of Karnataka for period of 1 year from the date
of notice issued.
• The bidder, by submitting its Proposal pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to BMTC’s right or remedy herein under or in law
or otherwise,
o If a bidder withdraws their bid or increases their quoted prices during the
period of bid validity or its extended period, if any.
o In the case of a successful bidder if the bidder fails to sign the Contract or to
furnish Performance Bank Guarantee within specified time.
o During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and
finalization.
o Deliberate attempts by the bidder to share wrong information / manipulate
information / hide the facts.

B. Preparation of Proposal

1. Period of validity of the proposal


Proposals shall remain valid, at a minimum, for the period specified in the Data Sheet after
the Proposal Due Date prescribed by BMTC. A Proposal valid for a shorter period shall be
rejected by BMTC as non-responsive.

In exceptional circumstances, prior to expiry of the Proposal validity period, BMTC may
request that the Bidders extend the period of validity for a specified additional period. The

BANGLORE METROPOLITAN TRANSPORT CORPORATION 13


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

request and the responses to the request shall be made in writing. A bidder agreeing to the
request will not be required or permitted to modify its Proposal.
2. Format and Signing of Proposal

The Proposal, and its copy, shall be typed or written in indelible ink and signed by the
authorized signatory of the bidder who shall initial each page, in blue ink. In case of printed
and published documents, only the cover shall be initialed. All the alterations, omissions,
additions, or any other amendments made to the Proposal shall be initialed by the person(s)
signing the Proposal. The Proposals must be properly signed by the authorized
representative (the “Authorized Representative”) as detailed below:
• by a partner, in case of a partnership firm and/or a limited liability partnership; or
• by a duly authorized person holding the Power of Attorney, in case of a Limited
Company or a corporation; or
• by the Authorized Representative of the Lead Member, in case of consortium.

A copy of the Power of Attorney certified under the hands of a partner or director of the
Applicant and notarized by a notary public in the form specified in RFP Document shall
accompany the Proposal.
3. Submission, Receipt and Opening of Proposal

Technical Proposal shall be uploaded in the GoK e-procurement portal on date, time as
mentioned in the Data Sheet. The Financial Proposal shall be furnished in the GoK e-
procurement portal https://eproc.karnataka.gov.inonly, and no hard copy of the financial
proposal shall be submitted.
• Electronic Proposal Submission: Detailed guidelines for viewing Proposals and
submission of online Proposals are given on the website. The Invitation for Proposals
is published on this website. Bidder can logon to this website and view the Invitation
for Proposals and can view the details of works for which Proposals are invited. The
prospective bidder shall submit Proposals online; for this, the bidder is required to
have enrolment/registration in the website and should have valid Digital Signature
Certificate (DSC) Keys. The DSC can be obtained from any authorized certifying
agencies. The bidder should register in the web site https://eproc.karnataka.gov.in.
After this, the bidder can login the site through the secured login.
• Note: BMTC shall not be responsible for any technical issues pertaining to internet
connectivity, browser compatibility and any other technical issues pertaining to
uploading of bid documents in e-procurement portal. The Bidders are requested to
upload their Proposals in e-portal well in advance to avoid non-availability of internet
connection.
• The completed Proposal shall be uploaded on the website given above along with
scanned copies of requisite certificates as mentioned in different sections in the RFP
Document.
• All Proposals must be submitted online not later than time specified in the Data Sheet.
The electronic system would not allow any late submission of Proposals after due
date and time as per server time.
• At the opening of the Technical Proposals the following shall be read out and
recorded online simultaneously:
o the name of the bidder, and

BANGLORE METROPOLITAN TRANSPORT CORPORATION 14


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

o any other information deemed appropriate or as indicated in the Data Sheet.

• BMTC will not be responsible for any delays, loss, or non-receipt of Proposals.
Proposals submitted by fax, telegram or e-mail shall be rejected.
4. Deadline for Submission of Proposal

Proposals must be received by BMTC in the e-procurement portal as specified, and no later
than the time and date specified, in the Data Sheet.

BMTC may, at its discretion, extend the deadline for submission of Proposals by amending
the RFP Documents, in which case all rights and obligations of BMTC and Bidders will
thereafter be subject to the deadline as extended.

BMTC shall not consider any Proposal that arrives after the deadline for Proposal Due Date
and any Proposal received by BMTC after the Proposal Due Date shall be declared late,
rejected, and returned unopened to the bidder.
5. Evaluation of proposal

• BMTC shall constitute a Tender Evaluation Committee to evaluate the responses of


the bidders. The Tender Evaluation Committee shall evaluate the responses to the
RFP and all supporting documents/documentary evidence. Inability to submit requisite
supporting documents/documentary evidence by bidders may lead to rejection of their
bids.
• The Committee may seek inputs from their professional and technical experts in the
evaluation process.
• BMTC reserves the right to do a reference check of the past experience stated by the
bidder. Any feedback received during the reference check shall be considered during
the Technical evaluation process.
• The decision of the Tender Evaluation Committee in the evaluation of bids shall be
final. No correspondence will be entertained outside the process of evaluation with the
Committee. The Tender Evaluation Committee may ask for meetings or presentation
with the Bidders to seek clarifications or conformations on their bids.
• The Tender Evaluation Committee reserves the right to reject any or all bids. Each of
the responses shall be evaluated as per the criteria and requirements specified in this
RFP.
• Proposal Presentations: The Tender Evaluation Committee may invite each pre-
qualified bidder to make a presentation to BMTC at a date, time and venue decided by
BMTC. The purpose of such presentations would be to allow the Bidders to present
their proposed solutions to the Committee and orchestrate the key points in their
Proposals.
• During the bid evaluation, BMTC may at 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.
BMTC is entitled to ask for clarifications as many times as possible from the bidders to
the satisfaction of the Technical Evaluation committee.
• If the bidder fails to provide the clarification or additional information sought in the
stipulated time, the information provided in the technical proposal only will be used for
evaluation. It is clearly understood that the additional information or clarification on the

BANGLORE METROPOLITAN TRANSPORT CORPORATION 15


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

technical proposal provided by the bidders will not be the basis for affecting any
changes in the Commercial Proposal already submitted by the bidders.
6. Negotiations

• Negotiations will be held at the address indicated in the Letter of Invitation The aim is
to reach agreement on all points and sign a contract.
• Negotiations will include a discussion of the Technical Proposal, the proposed
methodology (work plan), staffing, financial proposal and any suggestions made by
the firm to improve the Terms of Reference.
• The Client and bidder will then work out final Terms of Reference, staffing, and bar
charts indicating activities, staff, periods in the field and in the home office, staff-
months, logistics, and reporting. The agreed work plan and final Terms of Reference
will then be incorporated in the “Description of Services” and form part of the contract.
Special attention will be paid to getting the most the bidder can offer within the
available budget and to clearly defining the inputs required from the Client to ensure
satisfactory implementation of the Assignment.
• Having selected the Bidder on the basis of, among other things, an evaluation of
proposed key professional staff, the Client expects to negotiate a contract on the
basis of the experts named in the Proposal. Before contract negotiations, the Client
will require assurances that the experts will be actually available.
• The Client will not consider substitutions during contract negotiations unless both
parties agree that undue delay in the selection process makes such substitution
unavoidable or that such changes are critical to meet the objectives of the
assignment. If this is not the case and if it is established that key staff was offered in
the proposal without confirming their availability, the bidder may be disqualified.
• The negotiations will conclude with a review of the draft form of the contract. To
complete negotiations the Client and the bidder will initial the agreed contract.

7. Award of contract

The contract will be awarded following negotiations with the bidder with the lowest cost in
price bid.
8. Security Deposit/Performance Security

• The Performance Security shall be provided by the successful bidder no later than the
date specified in the Letter of Acceptance and shall draw a Demand Draft (DD) in
favor of “The CAO-FA, BMTC, Bengaluru” or an unconditional Bank Guarantee (BG)
from any of the Nationalized Banks or Public Sector Banks in favor of the “Controller
of Stores and Purchases, BMTC, Bangalore”
• The BG/DD shall be furnished for an amount equivalent to 10% of total contract value
with 15 days of issuance of LOA.
• The Performance Security shall be valid until 180 days from the Intended date of
Completion of the project Period. If the project duration gets extended, the
performance security shall be valid until 180 days from the new date of completion of
project.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 16


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

• The successful bidder shall keep the Performance Bank Guarantee valid and
enforceable throughout the Term and for a period of 180 days after the Term. In case
the Performance Bank Guarantee provided by the successful bidder to BMTC is set to
expire for any reason whatsoever at any time before expiry of 60 days after the Term,
the successful bidder shall renew and provide to BMTC renewed Performance Bank
Guarantee at least 60days prior to its date of expiry. Upon any failure on part of the
successful bidder to renew the Performance Bank Guarantee or to keep it valid and
enforceable in terms of this Clause, the Performance Bank Guarantee will be en-
cashed by BMTC without giving any notice to the successful bidder or to any other
Party.
• There will be no interest on the Security Deposit amount
• This is without prejudice to any other action that may be taken by BMTC under the
terms and conditions of this Contract.
• BMTC, without prejudice to any of its rights or remedies under this Contract, is free to
en-cash the Performance Bank Guarantee in part or in full, in terms. In the event of
the invocation of any amount of the Performance Bank Guarantee by BMTC under the
Contract, the IA shall immediately take appropriate steps to establish the Performance
Bank Guarantee at its full value contemplated under the Contract within 15 days of the
date when the Performance Bank Guarantee is wholly or partially invoked by BMTC

9. Confidentiality

Information relating to evaluation of proposals and recommendations concerning awards shall


not be disclosed to the consultants who submitted the proposals or to other persons not
officially concerned with the process, until the winning Consultant has been notified that it has
been awarded the contract.

10. Suspension for Further Tendering Process

The signed Bid Security/EMD Declaration form by the bidder accepting that if bidder withdraw
or modify their bids during bid validity period, bidder will be suspended for part of any
tendering process in state of Karnataka for period of 1 year from the date of notice issued.

• If a bidder withdraws their bid or increases their quoted prices during the period of bid
validity or its extended period, if any.
• In the case of a successful bidder if the bidder fails to sign the Contract or to furnish
Performance Bank Guarantee within specified time.
• During the bid process, if a bidder indulges in any such deliberate act as would
jeopardize or unnecessarily delay the process of bid evaluation and finalization.
• Deliberate attempts by the bidder to share wrong information / manipulate information
/ hide the facts

11. Fraudulent and Corrupt Practices

It is BMTC’s policy to require that bidders observe the highest standard of ethics during
the execution of such contracts. In pursuance of this policy,

• BMTC defines, for the purposes of this provision, the terms set forth below as follows:

BANGLORE METROPOLITAN TRANSPORT CORPORATION 17


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

o “corrupt practice” means the offering, giving, receiving, or soliciting of anything


of value to influence the action of a public official in the selection process or in
contract execution; and
o “fraudulent practice” means a misrepresentation of facts in order to influence a
selection process or the execution of a contract to the detriment of BMTC and
includes collusive practices among bidders (prior to or after submission of
proposals) designed to establish prices at artificial, noncompetitive levels and
to deprive BMTC of the benefits of free and open competition.
• BMTC will reject a proposal for award if it determines that the firm recommended for
award has engaged in corrupt or fraudulent activities in competing for the contract in
question.
• BMTC will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded BMTC financed contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a GOK-
financed contract; and
• BMTC will have the right to inspect bidder’s accounts and records relating to the
performance of the contract and to have them audited by respective auditors
appointed by BMTC.

12. Dispute Resolution

Any Dispute arising during Contract Period between the parties shall be resolved amicably
without adversely impacting Project Implementation and Operation.

13. Insolvency and Breach


BMTC may at any time, by notice in writing summarily terminate the contract without
compensation to the bidder in any of the following events, if the bidder (Sole Bidder on any
consortium member in case of consortium):

a) If a firm, any partner thereof, shall at any time, be adjudged insolvent or shall have a
receiving order or order for administration of his estate made against him or shall take
any proceeding for composition under any Insolvency Act for the time being in force or
make any conveyance or assignment of his effects or enter into any assignment or
composition with his creditors or suspend payment or if the firm be dissolved under
the Partnership Act, or
b) Being a company is wound up voluntarily or by the order of a court or a Receiver,
Liquidator, or Manager on behalf of the debenture holders is appointed, or
circumstances shall have arisen which entitle the Court or debenture holders to
appoint a Receiver, Liquidator or Manager, or
c) Commits any breach of the contract not herein specifically provided for.
d) Provided always that such determination shall not prejudice any right of action or
remedy which shall have accrued or shall accrue thereafter to BMTC and provided
also the bidder shall be liable to pay to BMTC any extra expenditure he is thereby put
to and the bidder shall, under no circumstances, be entitled to any gain on
repurchase.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 18


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Section 2A: Bid Data Sheet


A. Data Sheet

Clause
Reference Description
No.
1. The client name: Bangalore Metropolitan transport Corporation
Method of Selection: Lowest Cost based Selection (LCBS)
2.

A Technical and a Financial Proposals are requested: Yes


3. The Name, Objectives and Description of the Assignment are provided in
Terms of Reference (Section3)
The Assignment is phased.
4.
The details about the phase are provided in Terms of Reference (Section 3).
BMTC will provide the following inputs:

I. Terms of Reference (TOR)


5.
II. Any other clarifications and the necessary changes in the TOR for
effective implementation of the assignment.
III. Details of Infrastructure, departments, and current processes
The clauses on fraud and corruption in the contract are Fraudulent and
6.
Corrupt Practices of General Condition of Contract
Any modifications to the RFP and / or extension of time for submission of
RFP shall be through an Addendum / Corrigendum, and it shall be uploaded
in the e-Procurement Portal of GoK, which shall be binding on all the
7. bidders who intend to submit their Proposals. here will be no separate
Press Advertisement for any addendum(s)/ corrigendum (s)/ clarifications
and same can be found on e-portal only by visiting online before submitting
the bid.
8. Proposals should be submitted in the following language(s): English
9. Proposals must remain valid 180 days after the submission date
A Technical and a Financial Proposal should be uploaded in the e-
Procurement Portal of Government of Karnataka (GOK). Hard Copies of the
10.
Technical Proposal should also be submitted to the Tender Inviting
Authority.
Technical and Financial Proposals should be uploaded on 21.05.2021
11. before 14: 30 Hours in the e-Procurement Portal of GoK
https://eproc.karnataka.gov.in
Envelope -A : Technical Qualification Proposals shall be opened in the e-
12. Procurement Portal of GoK on 24.05.2021@14.30 Hours for Technical
Qualification Proposals
For all qualified bidders who have secured 70% marks in technical
qualification shall be eligible to opened in the e-Procurement Portal of GoK
13. on 26.05.2021@14.30Hours for Price Proposal.
• After evaluation of the Technical Proposals, by the Technical Proposal
Evaluation Committee, approval shall be obtained by the Competent

BANGLORE METROPOLITAN TRANSPORT CORPORATION 19


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Clause
Reference Description
No.
Authority for opening the Financial Proposals of Technically Qualified
Proposals.
• Technical Proposal Evaluation shall be uploaded in the e-Procurement
Portal of GoK.
• After updating the Technical Proposal evaluation in the e-Procurement
Portal of GoK, Financial Proposals shall be opened in the e-
Procurement Portal of GoK.
• The Bidder shall quote the prices as specified in the format given in
Financial Proposal format
• All prices should be clearly written both in figures and in words. Bidders
should ensure that there are no alterations / corrections in the quotes
submitted by them.
• In case of a discrepancy between the prices in figures and words, the
prices in words will be considered as correct
• The prices quoted shall be firm throughout the period of the validity of
the offer and subsequently during the currency of the contract and shall
not be subject to any variation/revision
Address to send information to the Client is:
Controller of Stores and Purchase
14. BMTC Central Office
Kengal Hanumanthaiah Road, Shantinagar,
Bangalore 560027
Bidders who meet the following criteria are eligible to submit their Proposals.
15. Refer to ‘Pre-Qualification Criteria’ in Section 2A. The bids will be rejected if
the eligibility criteria are not met.
The Technical Evaluation Criteria for the Bidder and the no.of points to be
given under each criteria are:
Refer to ‘Technical Evaluation Criteria’ in Section 2A
The minimum Technical Score required to pass and to be eligible for
opening of the Financial Bid is 70 (Seventy) Points.

REJECTION CRITERIA
Besides other conditions and terms highlighted in the Tender Document,
bids may be rejected under following circumstances:
16. 1) Bids not complying the Bid Evaluation Criteria shall not be evaluated
further.
2) BEC qualified bids shall be evaluated as per the terms & conditions,
clauses, and provisions of the tender document.
3) Any response to bid which includes condition leads to rejection of bid.
4) Any deviation/unconformity on following conditions will result in
summarily rejection of the bid:
• Bid document fee
• Submission of bid security declaration form.
• Submission of contract performance bank guarantee as per

BANGLORE METROPOLITAN TRANSPORT CORPORATION 20


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Clause
Reference Description
No.
tender.
• Period of validity of bid.
• Firm & fixed prices throughout execution of contract
• Offer for complete scope of work
• Warranty and guarantee for work executed
• Resolution of dispute/ arbitration clause.
• Payment terms.
• Prices as per schedule of rates.
• Price Reduction Schedule provisions.
• Penalty provisions.
• Documents pertaining to GST registration
• Force Majeure
• Applicable law
• Scope of work
• Any modification in SOW in the submitted bid offer
• Any other condition specifically mentioned in the tender
documents elsewhere that non-compliance of the clause lead to
rejection of the bid
• Disclosure of Price in Un-priced Bid.
• Submission Manufacture Authorization Form
The address for negotiations is:
Controller of Stores & Purchase
17 BMTC Central Office
KengalHanumanthaiah Road, Shantinagar,
Bangalore 560027
Right to vary the scope of the work at the time of award
18 • BMTC reserves its right to make changes to the (+,-25%) scope of
the work at the time of execution of the resultant Agreement
Right to accept any bid and reject any or all bids
• BMTC reserves the right to accept or reject any Bid, and to annul
the tendering process and reject all tenders at any time prior to
19
award of contract, without thereby incurring any liability to the
affected Bidder(s) or any obligation to inform the affected
Bidder(s) of the grounds for such action.
Right to termination/cancellation
• Notwithstanding anything contained in this document, BMTC,
20 reserves the right to cancel/ terminate the bid/offer process
without assigning any reason whatsoever, at any time, prior to
signing of the contract with no liability

BANGLORE METROPOLITAN TRANSPORT CORPORATION 21


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

B. Evaluation Process
1. Opening of Bids
• The bids that are submitted online successfully shall be opened online as per date
and time given in Proposal Data Sheet, through e-Tendering procedure only in the
presence of bidders.
• Total transparency will be observed and ensured while opening the Proposals/Bids.
• BMTC reserves the rights at all times to postpone or cancel a scheduled Bid opening.
• Bid opening will be conducted in two stages
o In the first stage, Pre-qualification Proposals would be opened. The Bid
Security/ EMD declaration form of the Bidders will be opened on the same day
and time, on which the Pre-qualification Proposal is opened. Technical
Proposals of Bidders who pass the Pre-qualification criteria will be opened.
o In the second stage, Commercial Proposal of those Bidders whose Technical
Proposals qualify, would be opened.
o In the event of the specified date of Bid opening being declared a holiday for
BMTC, the bids shall be opened at the same time and location on the next
working day.
2. Selection Process for Bidders
• BMTC will appoint a Technical Evaluation Committee (TEC) to scrutinize and evaluate
the prequalification of bidders, technical and commercial bids received. The TEC will
examine the Bids to determine whether they are complete and whether the Bid format
conforms to the Bid Document requirements. BMTC may waive off any informality or
nonconformity in a Bid which does not constitute a material deviation according to
BMTC.
• The evaluation process of the RFP proposed to be adopted by BMTC is indicated
under RFP. The purpose of this clause is only to provide the Bidder(s) an idea of the
evaluation process that the Purchaser may adopt. However, BMTC reserves the right
to modify the evaluation process at any time during the Tender process, without
assigning any reason, whatsoever, and without any requirement of intimating the
Bidder(s) of any such change.
3. Evaluation of Bids
• BMTC shall constitute a Tender Evaluation Committee to evaluate the responses of
the bidders. The Tender Evaluation Committee shall evaluate the responses to the
RFP and all supporting documents/documentary evidence. Inability to submit requisite
supporting documents/documentary evidence by bidders may lead to rejection of their
bids.
• The Committee may seek inputs from their professional and technical experts in the
evaluation process.
• BMTC reserves the right to do a reference check of the experience stated by the
Bidder. Any feedback received during the reference check shall be considered during
the Technical evaluation process.
• The decision of the Tender Evaluation Committee in the evaluation of bids shall be
final. No correspondence will be entertained outside the process of evaluation with the
Committee. The Tender Evaluation Committee may ask for meetings or presentation
with the Bidders to seek clarifications or conformations on their bids.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 22


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

• The Tender Evaluation Committee reserves the right to reject any or all bids. Each of
the responses shall be evaluated as per the criteria and requirements specified in this
RFP.
• Unnecessarily elaborate brochures or other promotional materials beyond those
enough to present a complete and effective proposal are considered undesirable and
may be construed as an indication of the bidder’s lack of cost consciousness. BMTC’s
interest is in the quality and responsiveness of the proposal.
• During the bid evaluation, BMTC may at 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.
BMTC is entitled to ask for clarifications as many times as possible from the bidders to
the satisfaction of the Technical Evaluation committee.
• If the bidder fails to provide the clarification or additional information sought in the
stipulated time, the information provided in the technical proposal only will be used for
evaluation. It is clearly understood that the additional information or clarification on the
technical proposal provided by the bidders will not be the basis for affecting any
changes in the Commercial Proposal already submitted by the bidders.
• The steps for evaluation are as follows:
o Stage 1: Pre-Qualification
▪ BMTC will examine the bids to determine whether they are complete,
responsive, whether required Bid Security/ EMD declaration form has been
furnished, whether the letters/certificates have been properly signed, and
whether the bids are generally in order. Any bids found to be non-
responsive for any reason or not meeting any criteria specified in the
tender, will be rejected by BMTC, and shall not be included for further
consideration. Any deviations in proposal response may make the bid
liable for rejection.
▪ All eligible bids will be considered for further evaluation by an Evaluation
Committee according to the evaluation process defined in this Bidding
document
▪ Each of the Pre-Qualification condition mentioned in section 2A (C) is
MANDATORY. In case, the Bidder does not meet any one of the
conditions, the bidder shall be disqualified.
▪ Bidders would be informed of their qualification/disqualification based on
the Pre-Qualification criteria through Email and/or Phone and
subsequently, the Bid Security amount shall be returned to the respective
disqualified Bidders after the submission of Performance Bank Guarantee
by the successful Bidder.
o Stage 2: Technical Evaluation
▪ Technical bid will be evaluated only for the bidders who succeed in Pre-
Qualification stage
▪ BMTC will review the technical bids of the short-listed bidders to determine
whether the technical bids are responsive. Bids that are not responsive are
liable to be disqualified.
▪ The bidders' technical solutions proposed in the bid document shall be
evaluated as per the requirements specified in the RFP and technical
evaluation framework as mentioned in subsequent sections.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 23


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

▪ Bidders may be asked to give demonstration of the envisaged solution to


BMTC.
▪ Each Technical Bid will be assigned a technical score (T) out of a
maximum of 100 marks. Only the bidders who get minimum 70% marks
will qualify for commercial evaluation stage. Failing to secure minimum
marks shall lead to technical rejection of the Bid.
o Stage 3: Commercial Evaluation
▪ The commercial bids shall not be opened by BMTC until the evaluations of
Technical bids have been completed. The technically shortlisted Bidders
will be informed of the date and venue of the opening of the Commercial
Proposals through email or written communication
▪ Prices quoted indicating total price for all the deliverables and services
must be fixed and final and shall remain constant throughout the period of
the contract and shall not be subject to any upward modifications, on any
account whatsoever. The Bid Prices shall be indicated in Indian Rupees
(INR) only and payments shall be made to successful bidders in Indian
currency only
▪ The bid should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes, duties, fees, levies,
and other charges as may be applicable in relation to the activities
proposed to be carried out. BMTC reserves the right to ask the Bidder to
submit proof of payment against any of the taxes, duties, levies indicated.
▪ The individual cost components as detailed later in the tender shall be
uploaded. The summary of all components shall be uploaded as BoQ
format in excel.
▪ An adjustable price quotation or conditional proposal shall be treated as
non-responsive and the bid may be rejected.
▪ Bidders are advised to exercise adequate care in quoting the prices. No
excuse for corrections in the quoted figures will be entertained after the
commercial proposals are received.
o Errors & Rectification: Arithmetical errors will be rectified on the
following basis:
▪ If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail, and the total price shall be corrected.
▪ If there is a discrepancy between words and figures, the amount in words
will prevail.
▪ Any omission in filling the columns of “units” and “rate”, shall deemed to be
treated as inclusive in the total project cost.
• Bidder should provide all prices as per the prescribed format provided in RFP.
• Bidders shall indicate the unit rates and total Bid Prices of the equipment/ services, it
proposes to provide under the Contract. Prices should be shown separately for each
item as required in the tender.
• Bidder should not leave any field blank. In case the field is not applicable, Bidder must
indicate “0” (Zero) in all such fields.
• If there is no price quoted for certain material or service, the bid shall be declared as
disqualified.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 24


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

• The Bidder needs to account for all Out of Pocket expenses related to Boarding,
Lodging and other related items in the commercial bids. Any additional charges have
to be borne by the bidder. For the purpose of evaluation of Commercial Bids, BMTC
shall make appropriate assumptions as mentioned below to arrive at a common bid
price for all the Bidders. This however shall have no co-relation with the Contract
value or actual payment to be made to the Bidder.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 25


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

C. Pre-Qualification Criteria
Sr.No Category Eligibility Criteria Document Evidences

1. Copy of Certificate of Incorporation


The bidder should be:
2. Copy of PAN
• A company incorporated in India under the
3. Copy of Registration Certificates with the
Companies Act, 1956 / 2013, and subsequent
GST Authorities
amendments thereto.
Incorporation of firm, legal
1. 4. Copy of purchase orders showing at
entity • Registered with Income tax & GST Authorities in
least 5 years of operations OR Certified
India
true copy of balance sheet and P&L
• Should have been operating for at least last five statements for last 5 years
years in India as on the date of publishing of RFP
5. Power of attorney for signing of bid
notice.
6. EMD Declaration Form

1. Audited financial statements for last three


financial years
The Bidder should have an average annual revenue
2. Financial Strength of minimum INR 50 crore in preceding last three 2. Certificate from the Chartered
audited financial years. Accountant / Statutory Auditor on
turnover details over the last three (3)
audited financial years

Certificate from the Chartered Accountant


3. Net worth The Bidder should have positive net worth per the
/Statutory Auditor on net worth, per the last
last audited FY.
audited FY.

The Bidder should possess a valid certification at


4. Certification time of bid submission. Copies of valid certificates
• CMMI- Process Level 3 or above

BANGLORE METROPOLITAN TRANSPORT CORPORATION 26


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Sr.No Category Eligibility Criteria Document Evidences

• ISO 9001:2015
• ISO 27001:2013 for Information Security
Management System
Bidder should have successfully deployed and
implemented/ commissioned at least one AFCS 1. Work order/ Contract clearly highlighting
project during last 5 years from date of issuance of the scope of work, Bill of Material, and
RFP in India. value of the contract / order.
Experience. Of Automatic
AFCS Project: An Automatic Fare Collection OR
5. Fare Collection System
System project involving supply & Commissioning of
(AFCS)
at least 200 Online Handheld ETM along with 2. Completion/ Go-Live Certificate/Project
backend Automatic Fare Collection System for City Acceptance Certificate issued & signed
Public Transport/State Transport Unit/ Bus Rapid by the competent authority of the client
Transport System in India and its real-time entity on the entity’s letterhead
transaction data availability on backend.

Self-declaration by the Bidder duly notarized


The bidder should not have been blacklisted by any
6. and signed by the authorized signatory on
No Blacklisting Central / State Government Department / Smart City
Non – judicial stamp paper of appropriate
SPV/PSU in India as on the bid submission date.
value.

Notes:

1. The cited projects should have been discharged directly by the Bidder from the client through explicit contracts thereof in the name of
Bidder.
2. The bidder should submit Manufacturers Authorization Form (MAF) from Original Equipment Manufacturers (OEMs) specific to the bid.
The bidder should have a back-to-back support agreement / arrangement for services including supply of spare parts etc. with the OEMs
which includes the post-sales support activities for the entire project period.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 27


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

3. In case of Foreign Company / Citations, documents other than English language should be accompanied by a notarized translation to
English language only else the documents won’t be considered for evaluation.
4. In case of any change in eligibility criteria during bidding stage, it is bidder’s responsibility to bring such a change to the notice of BMTC
during bidding stage, with reference to any of the above-mentioned criteria for eligibility.
5. Project experience of the parent firm (in case bidder firm is a 100% subsidiary of the parent firm) or experience of the 100% subsidiary
firm (if parent firm is applying for the bid) shall be considered. However, in such case the authorized signatory of corresponding firm(s),
whose experience is being considered, should submit certificate to transfer knowhow to the bidder firm as and when required. (This note
shall be also applicable for technical scoring of the bids).
D. Technical Qualification Criteria
The Bidder's technical solution proposed in the Technical Evaluation bid shall be evaluated as per the evaluation criteria in the below
mentioned table:

• Each Technical Proposal shall be assigned a technical score out of a maximum of 100 Marks.
• In order to qualify for the opening of financial proposal, the Bidder must get a minimum overall technical score of 70 (Seventy) Marks.
• The financial proposals of Bidders who do not qualify technically shall be kept unopened in the e- Tendering system.
Section Evaluation Criteria Max. Marks

A. Bidder’s Profile 15

B. Bidder’s Technical Experiences 50

C. Key Experts 5

D. Bidder’s Proposed Implementation Approach & Methodology, Project Presentation, Work Plan and Live 30
Demonstration of Solution

Total 100

BANGLORE METROPOLITAN TRANSPORT CORPORATION 28


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Max Applicability and Supporting Documents


# Criteria Category Evaluation criterion details
Marks Required
A. Bidder’s Profile 15
Average annual turnover of the bidder over the last three
1. Audited financial statements for last three
audited financial years.
financial years
Bidder’s Financial Marks shall be allotted as given below:
A1 10 2. Certificate from the Chartered Accountant /
Capability • >= 50 Crores – 70% marks
• Every additional 15 Crores – Additional 10% Statutory Auditor on turnover details over the
marks each last three (3) audited financial years
Full Time Employees (FTE) on payroll of bidder working
in the business unit with experience in ICT domain and /
or any of the components covered in the pre-qualification
Technical criteria as on date of release of RFP. Certificate from the Head of HR Department or
A2. 5 equivalent on bidding entity’s letter head
Resources Marks shall be allotted as given below:
(Format given in Annexure)
• >= 100 FTEs – 70% marks
• Every additional 20 FTEs – Additional 10% marks
each
B. Bidder’s Technical Experiences 50

Bidder should have successfully deployed and 1. Work order/ Contract clearly highlighting the
implemented/ commissioned at least one AFCS project scope of work, Bill of Material, and value of
Experience of during last 5 years from date of issuance of RFP in India. the contract / order.
B1 Automatic Fare AFCS Project: An Automatic Fare Collection System 25 OR
Collection System project involving supply & Commissioning of at least 200
Online Handheld ETM along with backend Automatic 2. Completion/ Go-Live Certificate/Project
Fare Collection System for City Public Transport/State Acceptance Certificate issued & signed by the
Transport Unit/ Bus Rapid Transport System in India and competent authority of the client entity on the

BANGLORE METROPOLITAN TRANSPORT CORPORATION 29


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Max Applicability and Supporting Documents


# Criteria Category Evaluation criterion details
Marks Required
its real-time transaction data availability on backend. entity’s letterhead
Marks shall be allotted as given below:
• 1 Qualifying Project – 70% marks
• Every additional project – 15% Marks
Bidder should have successfully integrated AFCS project 1. Work order/ Contract clearly highlighting the
with backend NCMC based Bank host System during scope of work, Bill of Material, and value of
last 5 years from date of issuance of RFP in India. the contract / order.
Experience of
B2 AFCS with Open Marks shall be allotted as given below: 15 OR
loop • 1 Qualifying Project – 70% marks 2. Completion/ Go-Live Certificate/Project
• 2 Qualified Projects – 100% Marks Acceptance Certificate issued & signed by the
competent authority of the client entity on the
entity’s letterhead

Bidder should have successfully deployed and 1. Work order/ Contract clearly highlighting the
implemented/ commissioned at least one Qualifying scope of work, Bill of Material, and value of
project having commuter mobile app based self-ticketing the contract / order.
Experience of solution during last 5 years from date of issuance of RFP
B3 Mobile based 5 OR
in India.
Ticketing Solution 2. Completion/ Go-Live Certificate/Project
Marks shall be allotted as given below:
Acceptance Certificate issued & signed by the
• 1 Qualifying Project – 70% marks competent authority of the client entity on the
• Every additional project – 15% Marks entity’s letterhead

Experience of Bidder should have experience of deployment of ITS


1. Work order/ Contract clearly highlighting the
B4 Cloud based application on cloud during last 5 years from date of 5 scope of work, Bill of Material, and value of
Services issuance of RFP in India.
the contract / order.
• 1 Qualifying Project – 70% marks

BANGLORE METROPOLITAN TRANSPORT CORPORATION 30


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Max Applicability and Supporting Documents


# Criteria Category Evaluation criterion details
Marks Required
• Every additional project – 15% Marks OR
2. Completion/ Go-Live Certificate/Project
Acceptance Certificate issued & signed by the
competent authority of the client entity on the
entity’s letterhead

C. Key Experts 5

Project Manager
BE/B Tech or Computer Science or Electronics /
C1 (to be deployed full 2
equivalent – 10 years over all experience and 5 years’ CV as per format given in RFP
time for the
experience with relevant project.
duration of project)
Solution
Architect
(to be deployed full BE/B Tech or Computer Science or Electronics /
C2 time till system go- equivalent – 7 years over all experience and 5 years’ 1 CV as per format given in RFP
live. Post that to be experience with relevant project.
available for on a
need basis)
AFC Expert
(to be deployed full
BE/B Tech or Computer Science or Electronics /
C3 time till system go- 2
equivalent – 7 years over all experience and 5 years’ CV as per format given in RFP
live. Post that to be
experience with relevant project.
available for on a
need basis)

BANGLORE METROPOLITAN TRANSPORT CORPORATION 31


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Max Applicability and Supporting Documents


# Criteria Category Evaluation criterion details
Marks Required

D. Bidder’s Proposed Implementation Approach & Methodology, Project 30


Presentation, Work Plan and Live Demonstration of Solution
The Approach and Methodology would be evaluated
based on the following (Maximum of 15 pages excluding
technical specifications):
• Understanding of the project and need
requirements – 3 Marks
• Approach for addressing scalability, integration
Approach and and interoperability and infrastructure
D1
Methodology management – 5 Marks 20 Technical Solution Document
• Automated Tools proposed for SLA monitoring
and helpdesk management etc. – 5 Marks
• Project Risk Identification and Mitigation
Strategies – 2 Marks
• Project Management Plan, Work Plan, Quality
assurance Plan – 2 Marks
• Innovation in Technology, Design – 3 Marks
Project
D2 Demonstration of Offered Solution and Products 10 Presentation & Demonstration
Presentation

Total Marks 100

BANGLORE METROPOLITAN TRANSPORT CORPORATION 32


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

E. Service Level Agreements and Penalties


The bidders are required to develop and deploy Service Level Monitoring and Management
Tool (SMMS) for all the project components stipulated in this RFP. Since the solution is
involves large amount of electronic ticketing terminal which will work on 4G GSM connectivity,
bidder is required to provide sim card monitoring and management tool for BMTC to have
Realtime visibility on sim card uptime data. This requirement can be part of the Service Level
Monitoring and Management Tool.

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly
define the levels of service which shall be provided by the System Integrator to BMTC for the
duration of this Agreement.

Service Level Agreement (SLA) shall become the part of Agreement between BMTC and the
Successful Bidder. SLA defines the terms of the Successful Bidder’s responsibility in ensuring
the timely delivery of the deliverables and the correctness of the same based on the agreed
Performance Indicators as detailed in this section. The Successful Bidder must comply with
Service Level requirements to ensure adherence to project timelines, quality, and availability
of services.

BMTC shall have the right to conduct, either itself or through any other agency as it may
deem fit, an audit/revision of the SLA parameters. The SLAs defined, shall be reviewed by
BMTC on an annual basis after consulting the SI, Project Management Consultants, and
other experts. All the changes would be made by BMTC after consultation with the SI and
might include some corrections to reduce undue relaxation in Service levels or some
corrections to avoid unrealistic imposition of liquidated damages, which are noticed after
project has gone live.

Total liquidated damages to be levied on the SI shall be capped at 10% of the total contract
value. Liquidated damages to be levied shall be capped at 10% of the CAPEX value during
Pre-Implementation period and at 10% of the OPEX value during Post-Implementation
period. However, BMTC would have right to invoke termination of the contract in case the
overall liquidated damages equal 10% of total contract value.

The Successful Bidder (refer as System Integrator, SI) must supply software/automated tools
to monitor all the SLAs mentioned below.

Penalties shall not be levied in the following cases:


1. Force Majeure Events
• There is a Force Majeure event effecting SLA that is beyond the control of the
Successful Bidder.
• The non-compliance to SLA is due to reasons beyond the control of the Bidder.
• Theft cases by default would not be considered as “beyond the control of Bidder”.
However, certain cases, based on circumstances and certain locations, BMTC
Department may agree to qualify as “beyond the control of Bidder”.
• Damages due to road accident/mishap will be considered as “beyond the control of
Bidder”.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 33


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

• Deliberate damage to field devices would be considered as “beyond the control of


Bidder”. However, damages due to bidder’s own staff/personnel will not be considered
under this clause.
• Delay in execution due to delay in approval, review etc. from BMTC side would be
considered as “beyond the control of Bidder”. Any such delays will be notified in
written to the IT team.
• Delay or fault due to third party network link services, if agreed and approved by
BMTC, would be considered as “beyond the control of Bidder”. The system integrator
shall continuously monitor and report any problems, on behalf of third party, to BMTC.
• Delay or fault due to third party network link services between cloud Data Centre and
DRC solution would not be considered as “beyond the control of Bidder”.
• Non- availability of back-up/stand-by system shall also be counted for downtime
calculation.
• Down time will not be considered for which prior approval of BMTC is taken in writing.
• Successful Bidder shall maintain stock of mandatory service spares for central as well
as depot level.
• Any damages to the system shall be reported to BMTC and in the Help Desk system.
The damages include physical, accidental, manhandling etc.
• Any defect/malfunction in the system reported shall be addressed and resolved as per
TAT defined in SLA.
• Delay in maintaining TAT will attract penalty to Successful Bidder.
• Service levels agreed with the successful bidder would be monitored by BMTC as per
SLA terms through integration with SMMS platform and effecting payments would be
made for each Quarter after subtracting the total penalties arising due to non-
compliance of the SLA
• Any planned application/server downtime would not be included in the calculation of
application/ server availability.

2. Measurement of SLA
The SLA metrics provided specifies performance parameters as baseline performance, lower
performance, and breach. All SLA calculations will be done on monthly basis. The SLA also
specifies the liquidated damages for lower performance and breach conditions.

Payment to the SI is linked to the compliance with the SLA metrics. The matrix specifies three
levels of performance, namely,
• The SI will get 100% of the Contracted value if all the baseline performance metrics
are complied with and the SLA Performance Score is 100.
• The payment mechanism shall follow the based on the actual score achieved through
SLA performance. (For e.g. if SLA Performance Score is 80 then the SI is liable to be
paid 80% of the amount from the overall Quarterly Invoice raised by the bidder – The
formula calculating the deductions is “(100 – SLA Performance Score%”) = Actual
Payment to be done).
• If the performance in respect of any parameter falls below the prescribed lower
performance limit, the SI will be in breach of SLA.
• Per occurrence SLA penalties will be deduct from the final payment disbursement
amount of OPEX after deduction of performance service level measures penalties.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 34


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

The Performance Score during the quarter will be considered for computing penalty. The
quarterly payment shall be made after deducting the liquidated damages as mentioned above
on monthly basis.

The SLA parameters shall be measured as per the individual SLA parameter requirements
and measurement methods, through appropriate SLA Measurement tools to be provided by
the SI and approved and by BMTC or its appointed Consultant for accuracy and reliability.

The Service Level parameters defined above shall be monitored on a periodic basis, as per
the individual parameter requirements. The successful bidder shall be responsible for
providing appropriate web based or application-based SLA measurement and monitoring
system.

SMMS will monitor the status of all the concerned systems.


• All SLA calculation shall be automated
• The SLA monitoring tool or business logic to calculation as well as the solution may
be tested by a 3rd Party for audit
• The Successful Bidder shall ensure that all the SLA measurement requirements and
calculation of applicable penalties
• No manual data entry should be performed while calculation of SLA.
• It would be the responsibility of the successful bidder to generate appropriate MIS
reports both in hard and soft copies to ensure accurate capturing of the work carried
out during the month.
In case of sever performance degradation of the system/ services during the Period of
Contract, the successful bidder will be expected to take immediate corrective action. In case
issues are not rectified to the complete satisfaction of BMTC within a reasonable period of
time then BMTC will have the right to take appropriate penalizing actions, including
termination of the Contract.

3. Pre-Implementation Service Level Benchmark:


• These SLAs shall be used to evaluate the timelines for completion of deliverables till Go-Live.

Timely delivery of deliverables would comprise entire bill of material and


Definition
the application systems, and as per successful UAT of the same.
Service Level All the deliverables defined in the contract has to be submitted on-time on the
Requirement date as mentioned in the contract with no delay.
Measurement of
To be measured in number of weeks of delay from the timelines mentioned in the
Service Level
Section 3 (E) “Project Implementation Timelines & Deliverables”.
Parameter
Any delay in the delivery of the project deliverables (solely attributable to vendor)
Penalty for Non- would attract a liquidated damage per week of 0.5% of the CAPEX per week for
achievement of first 8 weeks and 1% per week for every subsequent weeks, capped at 15% of
SLA the CAPEX.
Requirement If the project gets delayed beyond 16 weeks (delay solely attributable to the SI),
BMTC may invoke termination clause.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 35


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

4. Post Implementation SLAs and SLA Matrix


• These SLAs shall be used to evaluate the performance of the services on monthly
basis, but penalties would be levied for cumulative performance for the quarterly
basis.
• The SLA parameters shall be measured for each of the sub systems’ SLA parameter
requirements and measurement methods, through appropriate SLA Measurement
tools. All such required tools should be provided by the successful bidder. BMTC will
have the authority to audit these tools for accuracy and reliability.
• Penalty would be levied for every unit down time hour – be it for non-availability of
network or non- availability of power etc. because the System integrator is responsible
for supply of all enabling components on end-to-end basis.
• Penalty levied for non-performance as per SLA requirements shall be deducted
through subsequent payments due from BMTC or through the Performance Bank
Guarantee.
• The upper limit of penalty would be capped at 10% of the payment due in each
quarter. In case the calculated penalty crosses 10% penalty of the payment due in 3
subsequent quarters, BMTC shall have right to terminate the contract.
• BMTC would also have right to invoke the termination clause in case Performance
Score is below 70 in 2 consecutive quarters.
• BMTC would also have right to deduct the penalty above the 10% and increase the
penalty cape of the total contract value if the non-performance is continued as per
SLA parameters.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 36


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

5. Implementation and Service SLA


Frequency Lower
Baseline Breach
# Performance Area Performance Measurement/Definition
Metric Points Metric Points Metric Points
AFCS Backend Application Monthly Application wise uptime
>=98% to
1. Uptime (Availability of >=99.99% 10 5 < 98% 0 monitoring report from the
<99.98%
AFCS Application) cloud service/SMMS platform
Monthly Application wise uptime
Application Module Access >=98% to monitoring report from the
2. >=99.99% 10 5 < 98% 0
to the BMTC on 24x7 basis <99.98% cloud service/SMMS
platform.
Availability/Uptime of cloud Monthly
services Resources for
>=98% to Submission of monthly cloud
3. Production environment >=99.99% 10 5 < 98% 0
<99.98% performance report
(VMs, Storage, OS, VLB,
Security Components,)
Availability of the network Monthly
>=98% to Submission of monthly DC-
4. links at DC and DR (links at >=99.5% 10 5 < 98% 0
<99.49% DRC link performance report
DC / DRC, DCDRC link )
Vulnerability Management Monthly
>=99.99%
(Security breach including Submission of monthly cloud
5. 100% 10 to 5 <99.49% 0
Data performance report
<99.50%
Theft/Loss/Corruption)
Service Level for DR – Monthly
RPO (Recovery Point >30
Objective- Applicable when =<30 Minutes to >45 Submission of Monthly DC-
6. 5 3 0
taking Disaster Recovery Minutes =<45 Minutes DRC Drill Report
as a Service from the Minutes
Service Provider)
7. Service Level for DR – Monthly =<120 5 >120 2 >150 0 Submission of Monthly DC-

BANGLORE METROPOLITAN TRANSPORT CORPORATION 37


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Frequency Lower
Baseline Breach
# Performance Area Performance Measurement/Definition
Metric Points Metric Points Metric Points
RTO (Recovery Time Minutes Minutes to Minutes DRC Drill Report
Objective- Applicable when =<150
taking Disaster Recovery Minutes
as a Service from the
Service Provider)
AFCS – Cash Collection
Module report on schedule
Service Level
vs collected ETM.
Measurement of Cash
<98% to • Any dependencies of
8. Collection Activities for Monthly >=98% 10 5 =<96% 0
>96% the operation shall be
depot wise allocated ETMs
considered as
(Cash Collection Module)
beyond the control of
bidder
Availability/Up time of ETM
Machines (with respect to <98% to % of spare ETM machine
9. Daily >98% 10 5 =<96% 0
allocated schedule in a >96% Report from AFCS
day)
ETM Connectivity -Reliable
Sim card connectivity
Network Monitoring and
without any loss of data, 95% -to-
10. Daily >98% 10 5 =<96% 0 uptime report from internet
Seamless connectivity 98%
service provider
when moving between Bus
Stops {GPRS Network}
Mean Time to Repair the >2 days to AFCS Report on Turn
11. Daily =<2 Day 10 5 >6 Days 0
ETM Machines <=5 Days Around Time

Total Points 100 50 0

BANGLORE METROPOLITAN TRANSPORT CORPORATION 38


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE COLLECTION
SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Frequency Lower
Baseline Breach
# Performance Area Performance Measurement/Definition
Metric Points Metric Points Metric Points

Per 5000 INR per occurrence if reports gets disapproved from BMTC with actual discrepancies
1. MIS and Report accuracy
occurrence identified with vendor

Per 10% of the equivalent amount of non QR manual ticket revenue in absence of thermal paper
2. ETM paper rolls
occurrence rolls of ETMs

BANGLORE METROPOLITAN TRANSPORT CORPORATION 39


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

6. Service Monitoring
System integrator will put in place a monitoring mechanism to monitor all components of AFCS.
System integrator through its monitoring system should provide data which is sufficient to allow
analysis and reporting of component performance and availability to the detail and frequency described
in this Agreement. System Integrator will additionally use data gathered from its monitoring of the
components to inform and take approval from competent authority its decisions in respect of any
changes to its infrastructure which it, in its sole discretion, deems necessary to maintain or improve the
availability and performance of the services delivered to BMTC.
7. Performance Reporting
System Integrator shall record performance and availability of each of the components and report this
information to the BMTC, as described in below. Where periodic account reviews are agreed by both
parties to be held between the BMTC. System Integrator, these reports will form an agenda for such
reviews. If components include access to system integrator’s service system, system integrator will
enable BMTC to view the reports via system integrator’s service system.
8. Managing Service Failure
BMTC representatives or users will report a fault by notifying system integrator’s Technical Helpdesk
by telephone, email, service system or any other means identified as call logging point.
The priority of a fault reported by the BMTC will be categorized by agreement between the BMTC and
system integrator’s representative taking the relevant Fault Call. In the absence of an agreement,
BMTC will determine the Fault Priority. Faults will generally be categorized as follows:
Support Response
Criteria Escalation
Category Time
Critical The system is unable to be used for 15 Minutes No Response for Escalation
normal business activities. There is (in Minutes) to
certainty of financial loss or (Cumulative)
operational inefficiency to BMTC 30 Stage 2
45 Stage 3
60 Stage 4
Urgent There is a problem with part of the 1 Hour No Response for Escalation
system, which impacts BMTC (in Hours) to
decision making. No viable work (Cumulative)
around is available. There is a 3 Stage 2
likelihood of financial or operational 5 Stage 3
loss. 7 Stage 4
High The efficiency of users is being 2 Hours No Response for Escalation
impacted but has a viable (in Hours) to
workaround. (Cumulative)
5 Stage 2
8 Stage 3
11 Stage 4
Medium A low impact problem that affects 6 Hours No Response for Escalation
the efficiency of users but has a (in Hours) to
simple workaround (Cumulative)
10 Stage 2
14 Stage 3
18 Stage 4
Low A fault which has no particular 8 Hours No Response for Escalation
impact on processing of normal (in Hours) to
business activities. (Cumulative)

BANGLORE METROPOLITAN TRANSPORT CORPORATION 40


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Support Response
Criteria Escalation
Category Time
24 Stage 2
36 Stage 3
48 Stage 4
The system integrator’s representative will ask BMTC representative for information about the fault to
obtain a clear description of its nature and the circumstances in which it occurred and confirm eligibility
or non-eligibility of support for the fault.
9. Fault Handling & Escalation
Fault Handling and Escalation system integrator will allocate to any fault a Response Time in
accordance with the details set out in Table below. Faults which remain unresolved at the end of the
Response Time will be escalated as shown in Table below. Descriptions of the activities associated
with each stage are shown in Table below:
Stage Response Activity
Stage 1 System integrator’s representative on the Technical Helpdesk will acknowledge the
Fault Call and advice on tests and actions required in order to resolve the problem,
consulting as necessary with other system integrator’s representative and third
parties. Should the system integrator’s representative be unable to resolve the
problem or provide an action plan suitable to the BMTC, the Fault Call will be
escalated to system integrator’s representative of respective services operations
team and system integrator’s account manager will also be informed
Stage 2 System integrator’s maintenance team will determine a suitable action plan and
agree it with the BMTC. Where appointed, the Account Managers of respective
services will be notified. System integrator’s Implementation team may also be
involved at this point and third-party manufacturers and/or other service providers
may be contacted for additional technical support.
Stage 3 If unresolved following Stage 2, the fault will be escalated to System integrator’s key
account managers, as appropriate. They will involve all necessary resources, both
internally and externally, to ensure an acceptable resolution for the BMTC. System
integrator’s Technical Services Head will also be informed.
Stage 4 If unresolved following Stage 3, then System integrator’s Technical Services Head
will take responsibility for the call and involve all necessary senior and management
resources, both internally and externally, to ensure an acceptable resolution for the
BMTC. System integrator’s Project Director will be appraised of the situation
• Response Times will start to run at the Call Open Time. System integrator’s representative may
amend any fault priority by agreement with BMTC. All telephone calls may be recorded or
monitored for training purposes.
• Should the same fault re-occur within 24 hours, the original call shall be reopened with the same
log number and the same Response Time shall be applied from the time that the call is re-opened.
10. SLA for Security Breach
Note – This SLA for Security Breach is applicable over and above the SLAs mentioned in above table.
Definition Security of the overall system is utmost important, and the successful
bidder shall be required to ensure no compromise is done on the same.
Security Breach types considered for this SLA are:
• Availability of System data to any other user than those authorized by
BMTC and provided passwords.
• Availability of any report/data to any other user than those authorized
by BMTC and provided passwords.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 41


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

• Successful hacking of any active component on the network by any


unauthorized user OR any other privacy rule is broken as per Govt. of
India guidelines
• Any other security breach which can compromise the system uptime/
accuracy/privacy etc.
Service Level Security compliance of the system should be 100%. There would be Zero
Requirement Tolerance policy against such breaches.
Measurement of Any reported security breach shall be logged into the SLA Management
Level Service solution as a security breach.
Parameter
Penalty for Non- For every security breach reported and proved, there shall be a penalty of
achievement of 5% of the quarterly invoice amount (OPEX Part) or lead to termination of
SLA Requirement contract.

11. SLA for Breach in Deployment of Technical Manpower


Note – This SLA for Technical Manpower Breach is applicable over and above the SLAs
mentioned in the above table.
Definition Bidder is required to propose the CVs of the required technical manpower
(as mentioned in Technical Qualification Criteria). It is vital that such
manpower is available to BMTC and performs to the expected levels. The
current SLA breach shall specify penalty amount for non-availability of
these manpower.
Service Level Availability of the required manpower should be 100% in the
Requirement implementation phase.

Measurement of Following instances would be considered as SLA non-compliances:


Service Level • Replacement of a profile by the bidder (only one replacement per
Parameter profile – with equal or higher qualification and experience – would be
permitted per year)

• Non-deployment of the profile for more than 0.5 month if the


replacement has not been asked by BMTC. BMTC reserves the right to
ask SI to replace (with equal or higher qualification and experience) the
profile if the performance / commitment is not up to the mark
Note: Replacement due to reasons not in control of SI (like resignation
of the resource, accident, etc.) SI is required to on board a suitable
manpower within 15 working days as per RFP requirements.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 42


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE
AND MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN
TRANSPORT CORPORATION

Penalty for Non- For every SLA non-compliance reported and proved, there shall be a
achievement of penalty as given below:

SLA Requirement Team Member Penalty


Project Manager • Penalty of Rs 25,000 in 1st week of non-
availability
• Penalty of Rs. 50,000/week in 2nd week of non-
availability and thereafter
Solution • Penalty of Rs 2,500 per day of non-availability for
Architect 7 days

• Penalty of Rs. 5,000 per day of non-availability


after 7 days
AFCS Expert • Penalty of Rs 1,000 per day of non-availability

12. SLA and Penalty for Helpdesk Response and Resolution


Note – This SLA for Helpdesk Response and Resolution is applicable over and above the
SLAs mentioned in the above table.
# Service Level Requirement Penalty
1. Response 0.01% of OPEX value
per % calls or part
For every % calls beyond 1% (i.e. for more than 1% of the
thereof shall be levied
calls not getting responded in less than or equal to 60
per quarter
seconds) per quarter
2. Resolution 0.01% of OPEX value
per % calls or part
For every % resolutions beyond 1% (i.e. for more than 1% of
thereof shall be levied
the resolutions not provided in less than or equal to 4 hours)
per quarter
per quarter
Maximum penalty of 0.1% of OPEX value per quarter will be levied. In case of more than 3
instances of breach within the project year, BMTC reserves the right to invoke the termination
clause.

BANGLORE METROPOLITAN TRANSPORT CORPORATION 43


SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Section 3: Terms of Reference (ToR)


A. Introduction

1. About BMTC

The Bangalore Metropolitan Transport Corporation(BMTC) is the sole public bus transport
service provider in Bengaluru, serving urban, sub-urban and rural areas. BMTC is committed to
provide quality, safe, reliable, clean and affordable travel. The testimony of its success lies in
increasing passenger trips everyday by a wide range of customer base. To modernize its
services for commuter comfort, BMTC strives to strengthen information systems and improve
processes through introduction of intelligent technology solution, make capacity enhancement
through infrastructure development, user-friendly interchange facilities, fleet upgradation and
augmentation, apart from its core activities, which includes fare structuring, route network
optimization, planning and monitoring. BMTC reaches far and wide, in every nook and corner of
the city, making public transport an attractive travel choice for everyone. BMTC’s stronghold in
the area of public transport in Bengaluru is a testimony to its adoption of sound Management,
HR, Quality and Environmental policies and strong support from the Government of Karnataka
and esteemed passengers.
2. BMTC’s Existing Ticketing System

BMTC came into existence in 1997 with the sole aim of providing safe, reliable, clean, and
affordable public transportation to the city and sub-urban areas of Bangalore. It is an urban
public bus transport service provider servicing an area of approx. 1000 Sq/km in the BMRDA
jurisdiction.

BMTC owns 48 depots,10 Traffic and Transit Management Centre and a fleet of 6500+
(financial year 2019-20 upto a maximum of 8000 in future) vehicles. Currently BMTC ferries
approximately 25 - 30% of the total population of Bangalore (and surrounding areas) commuting
3,600,000 commuters per day through conventional Electronic Ticketing Machine (ETMs) as
well as paper tickets. The annual growth of the commuters in BMTC’s services gradually
increase by 8 -10% per year. BMTC has also introduced smart cards as well as wide range of
daily & monthly passes which caters 40% of total passenger trips per day.

3. Current Challenges of BMTC (non-exhaustive list)

• Conventional paper ticketing system


• Difficult in monitoring, tracking and management of revenue related services which
results in monitory leakages to BMTC.
• Absent of one stop shop fare media for commuters for the other services in the region.
• Having no transparent interface of revenue monitoring system with BMTC’s other
applications.
• Lack of contactless and cashless ticketing solution for large scale of commuter post
SAARC COVID-19 pandemic.
• Revenue leakages due to heavy cash handlings.

44
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

B. Project Objectives

It is envisaged that the project proposed for implementation should enable the following
objectives:
• Providing hassle-free ticketing solution with latest technologies.
• Improve efficiency and decrease operational costs.
• Provide real time information on revenue and bus operation.
• Monitor, Track and manage service adherence and performance in real-time
• Integrate, automate, and secure ticketing.
• Automate data compilation & report generation to build a reliable MIS.’
• Contactless and Cashless ticketing solution for commuters
• Facilitate fare and pass Service Integration through Open Loop (NCMC) cards.
• Reducing cash usage and handling of cash costs.
• Consider integration with regional partners’ future ticketing solutions.
• Unified the payments experience by integrating mobile payments and ticketing with other
applications.
• Provide seamless operation & reconciliation with the Automated Fare Collection System
(AFCS) facilities
• Decrease dwell time on transit systems

C. Scope of Work
Bangalore Metropolitan Transport Corporation (BMTC) plans to implement Electronic Ticketing
Machine based Automatic Fare Collection System. The aim is to offer citizens a seamless and
multimode payment facility which would enable them to pay for any services within the BMTC
premises and offer other stakeholders a common umbrella platform of real-time availability of
revenue data stream. The system is envisaged to bring about an enormous ease to citizens by
way of paying electronically.

The overarching idea of a project is to combine all modes services and associated payments
infrastructure & business logics using a single umbrella instrument. Automatic Fare Collection
System is aimed at facilitating integration of transport systems along with other services thus
making commuter fare pertaining services as easy and attractive as possible. The integration of
tariffs, operators and modes is proved to have a positive impact on transport demand and other
collection services as well as help the commuters to city wide seamless journey.

45
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

1. Functional Landscape

46
2. Design Considerations

The bidder’s proposed AFCS system architecture shall provide below listed design considerations.
The bidder shall have to ensure the systems are updated at periodic intervals based on any latest
guidelines / communication issued by key stakeholders in order to be compliant with all future
guidelines.
• Expandability/Scalability : System shall be open ended; allows upgrading to take advantage
of continued evolution in information and control systems.
• Interoperability: The system design shall be interoperable exchange and accurately interpret
information automatically with other sub-systems. Interoperability shall ensure the structure
and codification of data is uniform among all sub-systems.
• Compatibility: Non-interference - various devices within the same system must be able to
operate without interfering with the operation of other devices.
• Interchangeability: Vendor neutral – a platform shall ensure plug and play for the devices
from different OEMs.
• Open Standards: Non-proprietary; promotes rapid development of new technologies and
acceptance by consumers.
• State-of-the-art: Use of the latest & best available standards to avoid locking in obsolescent
technologies.
• Availability: Considering the high sensitivity of the system design, it shall be resilient to
technological landscape.
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

3. Scope Summary

The bidder shall be responsible for successful completion /execution of the activities listed in
the following table of requirement to enable BMTC’s objective of Automatic Fare Collection
System infrastructure with comprehensive operations and maintenance of the overall solution
for the period of 5 years from the date of Go -live. Please refer to section 3 (F) for detailed
functional and technical specification of the requirement.
The following table outlines the broad areas of scope of work for bidder.

Sr.no Extensive Scope of Work (But not limited to)

A As is survey

B System Requirements Gathering Study, Design

Procurement, Supply, Installation and Commissioning of AFCS components


C
as per RFP

Design, Development, Supply, Installation of ETM devices with 4G Connectivity


C1
with application

Deployment of AFCS backend infrastructure on cloud along with key software


C2 modules such as Cash collection, Pass issuance, digital ticketing issuance, AFCS
inventories management etc.

Procurement, supply, Installation of Depot Infrastructure Hardware (Depot Server


C3
and Layer-2 Switch)

Manual Paper (non QR) based ticketing & Stock Management on Central Store ,
C4
Depot and bag level

C5 Supply & management of ETM paper rolls consumables & inventories management

C6 System Security Requirement


C7 Report & MIS Requirement

D Integration with other ITS sub-systems including NCMC integration


E Enterprise Cloud Data Center & Disaster Recovery Services

F Capacity Building and Training

G Operations & Maintenance of Project components


H Project Insurance for the entire project duration

I Others

J Project Hand-over and Exit Management

48
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

4. Detailed Scope of Work

a. Assessment and Site Survey for finalization of detailed technical architecture and
project plan.
The System Integrator shall be responsible to carry out the detailed field survey for each of the
AFCS solution component requirement in order to finalize infrastructure requirement,
operational & administrative challenges etc. and shall submit detailed Inception Report and
Project Implementation Plan to BMTC.
b. System Requirements Gathering Study
The System Integrator shall carry out the detailed assessment of the functional requirements for
the AFCS solutions and prepare the detailed design report comprising System Requirements
Specifications (SRS) which shall broadly include mapping of functional requirements of the RFP
with the desired components, solution architecture as well as Process flow mechanism,
wireframes & application design in consultation with BMTC. The deliverable prepared by the
System Integrator shall be submitted to BMTC for its review and approval. UAT shall be carried
out for entire AFCS solution software proposed by System Integrator.
c. Procurement, Supply, Installation and Commissioning of AFCS components
The System Integrator shall procure, supply, install and commission all AFCS Components,
hardware, software etc. as per quality, standard and technical and functional specifications as
mentioned in this RFP Document. The proposed indicative Bill of quantity (BOQ) of each AFCS
components of the Project is specified in Section 6 - Annexure 2 of this RFP.
Design, Development, Supply, Installation of ETM based Automatic Fare Collection
System ( For Detailed functional requirement of the software pl refer Annexure 7)

• Supply, Installation, Testing & Commissioning of Electronic Ticketing Machine with


peripherals, safety cover to respective depots of BMTC.
• ETMs to have fully capable to comply with NCMC standards. Supplied ETM to have
required certifications in place for NCMC integrations.
• Supply of 4G data service enabled sim cards for real time data transfer of revenue data
to AFCS backend.
• Design, Development, Install & Customization of ETM application as per operational
need of BMTC.
• Design, Development, Install & customization of Pass Issuance System in line with
existing requirements as per operational need of BMTC.
• Design, Development & customization of AFCS backend system with all operational
modules of BMTC.
• Validate the Ticket/Pass/ Mobile generated QR code, paper QR code ticket and QR
code pass from the ETM machine.
• Validate the Near Field Communication (NFC) enabled smart phones that be used as
payment media for transaction payments at transit and non-transit terminals. Mobile
wallets will be based on HCE (Host card emulation) of the card application as per the
EMV and payment Scheme framework. This will enable commuters to use mobile as
wallets for seamless travel in all modes of travel.

49
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• The application shall be capable of providing NFC / HCE Wallet for ticketing and other
payment purposes such as loading of smart card, paying penalty, etc.
• Maintenance & management of spares for individual BMTC depots
• Real-time information & firmware application should be updated Over the Air (OTA).
• Bidder shall have to propose amicable solution for data reconciliation to cater the no-
connectivity situation.
• The ETM device application should be able to issue paper QR code tickets/passes. The
application should also be able to validate the mobile/ paper QR Code ticket/Passes.
The application should have functionalities to handle excess/shortage fare/ penalties (all
kind of penalties as prescribed by BMTC).
• The entire lifecycle of ticket/pass generation to transaction reconciliation shall be done
with end to end encryption with security measures.
• The Electronic Ticketing Machine application shall be capable to to generate all types of
tickets/pass as per business rules (passenger tickets, luggage tickets , parking tickets
and penalty tickets etc.) of BMTC.
• The ETM applications shall validate of all the cards including current MiFare Type A
card with Reading/Writing functionalities
• In case of integration with NCMC based FI system, ETM shall transmit the card
transactions as per NCMC specifications by Mohua
• ETM application to generate QR codes as per interface specifications prescribed by
Mohua
• In case of NCMC integration, AFC application is required to cater necessary card
issuance/top up related activities from hardware and software side.
• ETM machines to have fallback mechanisms in case of GPRS failures etc. (e.g. Dual
SIM functionalities)
• Design and Develop, Mobile app for BMTC ticket vigilance staff for validating passenger
QR tickets through mobile apps.
• Develop a mobile QR ticketing interface for integrating with the current Nirbhaya journey
planner app from BMTC. The mobile app shall have payment gateway with all latest
digital payment options available in the market. The payment gateway service shall be
finalized in consultation with BMTC.
• All the interfaces with bank software module handling, Bank and 3rd party should
be separate and configurable for any change in them.

Procurement, supply, Installation of Depot Infrastructure Hardware

• Bidder shall be responsible to deploy required Depot Hardware Infrastructure to


fulfillment of the BMTC objective for AFCS project and as per AFCS application
requirements.
• The detail requirement of the depot hardware of the Project is specified in Section 6 -
Annexure 2of this RFP.
• The depot server shall be work as data aggregator at depot level and work as redundant
mechanism.

50
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• The network (L-2) switch shall be work as node gateway of the depot level data to the
Data Center or DRC. The network switch should be industrial grade with I/O.

Manual Paper based (non QR based) ticketing & Stock Management

• The AFCS backend application shall have feature to cater the paper/manual ticket/pass
management in case of failure of ETM services in operation hours.
• The bidder shall have to design overall solution architecture in such a way that it shall
fulfill issuance of manual paper ticket /pass along with the ETM machine and joint cash
/digital payment reconciliation in single backend system.
• The application shall have separate module which has the facility to manage the stocks
of the manual tickets/ pass based on the heads or type of tickets/pass. This functionality
requires to reconcile the manual paper ticket/pass inventories with opening and closing
balance in the system.
• The bidder shall be responsible to manage paper/manual ticket/Pass stock management
with uninterrupted pass /ticketing issuance operations throughout the bus operation
hours, conductor tray inventory, tray to tray inventory transfer, reversal of un-used
ticket/pass from tray to depot, reconciliation of ticket/pass and waybill consumption
report.
• The bidder shall have to gather the operations requirement from BMTC and develop the
application as per requirement of BMTC.
• The module to have capabilities monitor, manager and allocate the inventories of paper
tickets/pass-based opening and closing stocks related to central store, depot level and
the bag level of the conductor.

Inventory/ Consumable Management Requirements

• It shall be bidder’s responsibility to supply of ETM paper rolls consumables of the ETM
for Ticketing operation on designated depots of BMTC for the entire contract period.
• The AFCS backend system shall have an inventory /consumables management module
wherein the details of spare inventory & consumables shall be entered into the system
specific to fare collection system.
• The AFCS backend system shall have functionality to management of inventory and
consumable of the fare collection related components of BMTC.
• The backend system shall have record of all consumable stock with its location and
parent depot.
• The bidder shall be responsible to calculate, add and management of the existing
consumable stock into the propose system.
• The stock management system shall manage all the central store stock and depot level
stock specific to Fare Collection System.
• The inventory management module to include management of ETMs, its accessories
and peripherals as well as mapping the ETMs to particular conductors/buses.

System Security Requirement

51
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• The system shall be design in way that maximum optimal output with higher system
security will be available.
• The bidder shall have to record & store all the transaction activities of the system for
entire contract duration.
• The ETM transaction data, Mobile ticketing data, card uses data of commuters or any
data that generated under the proposed system with respect to this RFP will be solely
property of BMTC. Bidder shall have to store and record all the data for the entire
contract duration.
• The bidder’s proposed system shall provide features to maintain data integrity, including
error checking, error monitoring, error handling and encryption.
• If any security breach happened in tenure of contract then All security breach detections
shall be confidential, and accessible only to BMTCs users of the appropriate group.

Report & MIS Requirement


MIS (Management Information Systems) and Reporting – Indicative reports but not limited to
below

• Daily report on settlement, reconciliation, and transaction clearing in line with AFCS
system (Future scope as Bank Host of NCMC might be integrated).
• A consolidated report of the above-mentioned parameters will be provided to BMTC on a
regular basis (weekly and monthly)
• The bidder shall provide a web-based application having complete control on
information, performance reports and dashboards pertaining to smart card-based
transactions and all other relevant information as and when required by BMTC.

d. Integration with other ITS sub-systems


The BMTC intends to utilize the AFCS backend data for integration with other sub-systems
under the same or other project of BMTC. The data from the AFCS backend system is required
to be shared with other sub-systems already operational with BMTC or third-party authorities as
and when required under open data platform.
• Bidder is required to develop the mobile ticketing interface which will be required to
integrate with the existing mobile app of BMTC, Exact details will be provided during the
requirement gathering phase. This ticketing interface shall undertake entire mobile
ticketing through QR based or any other secure mode ticketing as per business rules
operated by BMTC.
• Bidder shall be responsible to integrate AFCS backend data with existing/future
commuter journey planner mobile application for generation of Mobile based Self
Ticketing/pass issuance Module.
• Bidder shall also provide integration with payment gateway services for booking of self-
ticketing/pass issuance through mobile application. Payment gateway may be selected
in consultation with BMTC.
• Bidder shall be responsible to integration AFCS backend system with existing analytics
module of of BMTC.

52
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• The bidder shall be responsible for integration of the AFCS system with futuristic Bank
Host system for National Common Mobility Card (NCMC).
• It shall be bidder’s responsibility to certified L-2 and L-3 kernel for the ETM machine &
application on regular basis or as and when required by the BMTC.
• Bidder shall be responsible to provide tool to monitor the performance of GPRS enable
4G Simcard and its connectivity strength.
• Bidder shall be responsible to provide mobile signal communication booster as and
when required in the BMTC depots or directed by the BMTC where significant
connectivity issue for data communication from ETM to central system.
• Bidder shall have to provide necessary API and integration support to the BMTC as and
when need during the contract period.
• Bidder shall have to develop the Open APIs for AFCS data sharing with third party
application as instructed by the BMTC. The open APIs shall be plug and play basis.
• The bidder shall have to develop the fare collection related data structure for GTFS data
formats.
• Design, Development of open data platform for BMTC to share AFCS data with other
Govt authorities within city/state/national level.
• BMTC shall come up with the fare collection as services in future, Bidder shall have to
support and provide OPEN AFCS Gateway service and APIs to third party system as
decided by BMTC.
• BMTC shall come up with the Financial Institution for introduction of National Common
Mobility Card( NCMC) . The proposed solution (ETM Application) & AFCS backend shall
support the Bank host infrastructure for required data integration and reconciliations.
e. Enterprise Cloud Data Center & Disaster Recovery Services
• The successful bidder will be responsible for design and provisioning of required cloud
infrastructure.
• The successful bidder will be responsible for development and deployment SMMS
platform along with cloud DC and DRC to monitor Service Level Benchmark stipulated in
the RFP document.
• The successful bidder shall be responsible for provisioning required compute
infrastructure (server/virtual machines), storage and services.
• Provision of necessary compute and storage infrastructure including the underlying
software licenses to host the application suite
• Provision of appropriate internet bandwidth between DC and DR
• Provide / configure VMs and migrate VM configurations (hardware and storage till OS
level) and data plan required for the data from the ETM and issuance devices to the
Applications hosted in cloud.
• Develop and deploy SLA monitoring and management tool comprising entire scope of
project components as per this RFP.
• Detailed risk management plan
• The successful bidder will be required to provide support for updates, upgrades, security
patches etc. for software licenses. The successful bidder would be required to provide
enterprise level support or equivalent for software licenses, covering updates, security

53
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

patches, issue resolution at software level, bug fixing etc. successful bidder should
inform and take approval from BMTC for any updates/upgrades in the software licenses
before making any upgrades on IT infrastructure provisioned on Cloud. These
updates/upgrades shall be tested by the application development teams on the existing
application before applying and release of same in production.
• The Staging Infrastructure on the Cloud shall be provided as per BMTCs requirement.
• The successful bidder shall provide monitoring tools for measuring the service levels,
application performance and utilization, server performance and utilization, storage
performance and utilization and network performance and utilization. The tool shall be
capable of providing the exact utilization of servers and shall be able to generate per
hour, per day, per month and per quarter utilization reports in the desired format (excel,
pdf, word etc.) based on which the payments will be made to the successful bidder.
• The successful bidder shall be responsible for ensuring security of overall solution and
infrastructure from any threats and vulnerabilities. The successful bidder shall address
ongoing needs of security management including, but not limited to, monitoring of
various devices / tools such as firewall, intrusion prevention/ detection, content filtering
and blocking, virus protection, event logging & correlation and vulnerability protection
through implementation of proper patches and rules.
• The successful bidder shall be responsible for provisioning of replication bandwidth
between DC & DR.
• The successful bidder shall offer services from DR at the time of outages in the DC. The
Bidder shall be responsible for provisioning of requisite bandwidth for replication of data
between the DC site and DR Site. The SLA for the replication of data will be attributed to
the Bidder. The RPO during disaster recovery shall be <=30 minutes and RTO shall be
<=2 Hours.
• The bidder shall be responsible for providing of end to end Data Center and Disaster
Recovery solution with required IT infrastructure for hosting of Automatic Fare Collection
Backend system.
• The proposed cloud DC and DRC should deploy on virtual private cloud/Government
Community cloud.
• The Bidder shall be responsible for provisioning required compute infrastructure
(server/virtual machines), storage for hosting AFCS and associated applications to
fulfillment of objective of BMTC.
• The Bidder shall be responsible for provisioning of adequate Internet Bandwidth and
connectivity at the DC & DR, including termination devices, for end users to access
AFCS and associated applications.
• The Bidder will be responsible for provisioning of requisite network infrastructure
(including switches, routers, and firewalls) to ensure accessibility of the servers as per
defined SLA’s mentioned in this RFP.
• The Bidder shall offer DR as a service for all resources offered on primary DC site.
• The Bidder shall be responsible for provisioning of bandwidth for replication of data
between the DC site and DR Site.

54
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• Geographical Location of the Disaster Recovery Environment shall be different location


from the Data Center environment or at a different place other than the Primary DC
based on the project requirements.
• The infrastructure provisioned by the Bidder must be scalable and shall allow to
add/reduce cloud resources on demand basis through a user-friendly dashboard.
• Compliance process to the defined international standards and security guidelines such
as ISO 27001, for maintaining operations of cloud and ensuring privacy of data.
• The bidder should provide 24*7 Helpdesk support for DC and DRC solution.
• CSP should provide training to BMTC nominated officials/personnel on usage of the
Console and any other technical aspect for monitoring of AFCS & associated backend
application.
• Successful Bidders need to provide DR as a Service (DRaaS) from a data center located
in a different seismic zone from the main DC. If a bidder is currently providing DR and
DC services from the same seismic zone, such a bidder would be given a time period of
6 months to comply with the seismic zone requirement.
• Sharing Root Cause Analysis report for any downtime or unavailability of the cloud
infrastructure
• The infrastructure provisioned by the successful bidder must be scalable and shall allow
addition/reduction of cloud resources on demand basis.
• The Successful Bidders shall take care of the security, with minimum inclusion of the
following, but not limited to: -
o Web Application Firewall
o IPS and IDS
o Load Balancer
o Backup
o End point Security (Data & Network Security including Anti-Virus, Log Analyzer)
o Reports on security breach and security related incidents along with co-relation
with events
• The Successful Bidders needs to provide a solution to automatically provision the
infrastructure via Self Service Provisioning tool, provide metering and billing to provide
service assurance for maintenance & operations activities. Detailed user level or user
group level auditing, monitoring, metering, accounting etc.
• The Bidder should prepare and submit a detailed implementation plan with mapping of
infrastructure at DC site and DR site including following parameters:
o Server Provisioning
o Storage Requirements
o Network interfaces requirement
o Network throughput requirement
o Failover mechanism for replication links
• The Bidder will ensure availability of DR site within the Country.
• The DC & DR should work in Active-Standby mode. DR shall operate at 50% compute
as DC during outages.

55
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• Application development teams will provide the related system configurations to the
Successful Bidders for integration with Cloud Services during the deployment of the
applications on cloud.
• The Cloud infrastructure and data must be maintained only at the location of the
identified Cloud hosting site. Data can only be moved to other site in case of any
emergency with prior approval from BMTC. The BMTC data is highly confidential and
critical and therefore the data should be highly secured and must reside within India.
Encryption capabilities in storage shall be required for maintaining the data the
Successful Bidders needs to provide required support.
• The Successful Bidders shall also allow application access of the Development, UAT
and Production environment to the respective application development teams.
• The Successful Bidders will be required to provide a detailed backup solution in
discussion with BMTC. It is expected to provide daily backup with 15 days retention and
weekly backup and archival policy shall be decided in discussion with BMTC at the time
of solution design. The Successful Bidders shall retain information with them for 180
days after the termination of the contract, post which the provider has to
wipe/purge/delete all information created or retained as part of this project.
• Successful Bidders should inform about any schedule maintenance / downtime in
advance (preferably 2 weeks)
• Successful Bidders would be required to take additional data backup of any incident data
(panic button press and video recording) on a data storage device (such as tape drive)
• Successful Bidders needs to ensure that application is accessible within India.
• In case of termination of contract with the Successful Bidders:
o It is the responsibility and obligation of the successful bidder to handover all the
cloud infrastructure (all the VMs along with application executables and code,
application data, backup data, archived data etc.) to BMTC or BMTC authorized
person/entity before exit from the contract
o In case BMTC seeks to move the application from cloud infra to on premise or to
any other infrastructure, the SI should migrate all the applications and data to the
infrastructure provided by the department
o In all above cases the SI should demonstrate the integrity of the data after
migration/handover.

f. System Security
The systems implemented for project should be highly secure, considering that it is intended to
handle sensitive data relating to BMTC and Its commuters. The overarching security
considerations are described below.
• The security services used to protect the solution shall include: Identification,
Authentication, Access Control, Administration and Audit and support for industry
standard protocols.
• The solution shall support advanced user authentication mechanisms.
• Security design should provide for a well-designed identity management system,
security of physical and digital assets, data and network security, backup and recovery
and disaster recovery system.

56
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• The solution should provide for maintaining an audit trail of all the transactions and
should also ensure the non-repudiation of audit trail without impacting the overall
performance of the system.
• The overarching requirement is the need to comply with ISO 27001 standards of
security.
• The application design and development should comply with OWASP top 10 principles.
• A secure solution should be provided at the hardware infrastructure level, software level,
and access level.
• Encryption Confidentiality of sensitive information and data of users and portal
information should be ensured.
• Appropriate mechanisms, protocols, and algorithms necessary to protect sensitive and
confirmation data and information both during communication and storage should be
implemented.
• Data security policies and standards to be used as per government of India guideline.
• Role based access for all the stake holders to be implemented to access and use the
system.
• Audit trails and Audit logging mechanism to be built in the system to ensure that user
action can be established and can investigated if any can be aided(e.g. Logging of IP
Address etc.).
• Data alterations etc. through unauthorized channel should be prevented
• Industry good practice for coding of application so as to ensure sustenance to the
Application Vulnerability Assessment.
• Build a complete audit trail of all activities and operations using log reports, so that errors
in system – intentional or otherwise – can be traced and corrected.
• Access controls must be provided to ensure that the system is not tampered or modified
by the system operators.
• The security of the field devices must be ensured with system architecture designed in a
way to secure the field devices in terms of physical damage & unauthorized access.
• APIs should be published, and the IT systems be running on standard protocols like
JSON / XML or REST etc.

g. Capacity Building and Training


The successful bidder shall conduct proper need-based training for all the concerned staff of
BMTC, bus operators and other stakeholders and draw up a systematic training plan. successful
bidder shall provide hard copy & soft copy of the training materials to all the trainees. The
training shall be held at various office/department locations as finalized by BMTC. Successful
bidder shall deliver required training to stakeholders as and when required throughout the
project tenure.
h. Operations & Maintenance of Project components
The successful bidder shall be responsible for Operations & Maintenance of Hardware &
Software Applications/Modules, IT Infrastructure for the period of 5 years post successful Go-
live and operational acceptance of the system, which shall include but not limited to the
following activities:

57
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• Deployment of 2 (resources) Fare Collection System specialist for entire duration of the
Operations and Maintenance period of the contract at designated location of BMTC.
• Annual Maintenance which includes periodic maintenance services (Level-1 , 2 and 3)
for the devices and all software for a period of 5 years and conducting periodic audits of
the project from a third party, if required or as instructed by BMTC
• Provisioning and deployment of technical manpower for maintenance and issue
resolution of all software and hardware/devices/equipment for the period of 5 years
• Adherence to latest Industry Standards, guidelines as specified by government
authorities
• Periodic submission of warranty/AMC records.
• The O&M support shall have to be provided during the entire contract period of this RFP.
• It will bidder’s responsibility to depute sufficient on ground manpower to undertake O&M
activities implies in the purview of this RFP.
• Submission of monthly status report of O&M activities.
• Bidder is required to diligently undertake the monitoring of ETM’s battery health its
performance. Hence, it will be bidder’s responsibility to constantly monitor and maintain
battery health performance of ETMs which can meet BMTC’s operational need during
the entire tenure of the contract
i. Project Insurance
The successful bidder shall get comprehensive insurance from reputed insurance company for
the project duration for all AFCS project equipment / components.
j. Others
The successful bidder shall also be responsible for the following activities:
• Obtain relevant certifications for application security and functionality.
• Standard Operating Procedures (Manuals, Forms, Process documents) to standardize
the processes during O&M phase.
• The successful bidder shall ensure that the end of support for any of the
component/equipment is not reached during the concurrency of the contract.
• The successful bidder shall ensure compliance to all mandatory government regulations
as amended from time to time.
• The successful bidder shall ensure that all the peripherals, accessories, subcomponents
required for the functionality and completeness of the solution including but not limited to
devices, equipment, accessories, cables, software licenses, tools, etc. are provided
according to the requirements of the solution.
• BMTC shall not be responsible if the successful bidder has not provisioned some
components, sub-components, assemblies, sub-assemblies as part of Bill of Materials in
the RFP. The successful bidder shall have to provision these & other similar things to
meet the solution requirements at no additional cost and time implications to purchaser.
• The successful bidder shall ensure there is a comprehensive onsite support
arrangement for duration of the contract with all the OEMs for respective components.

58
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• Considering the criticality of the infrastructure, successful bidder is expected to design


the solution considering the RFP requirement of no single point of failure with high level
of redundancy and resilience to meet the network uptime requirements.
k. Project Hand-over
The successful bidder will provide BMTC the following six months before the expiry of the
Contract Period:
• Information relating to the current services rendered and data relating to the
performance of the services; Entire documentation relating to various Project Milestones,
any other data and confidential information related to the Project.
• All other information (including but not limited to documents, records, and agreements)
relating to the products & services related to the project to enable BMTC.
• The successful bidder shall provide the BMTC with a recommended exit management
plan.
• The successful bidder shall provide access to and copies of all information held or
controlled by them which they have prepared or maintained in accordance with this
agreement relating to any material aspect of the services (whether provided by the
System integrator or sub-contractors appointed by the System Integrator).

59
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

D. Detailed Roles and Responsibilities

1. Roles & Responsibilities of Successful Bidder

• Act as principal system integrator for the design, developments implementation,


integration of AFCS backend and associated applications.
• Detailed requirement gathering for all in-scope components and finalization of the
business rules, operational rules, and system rules to discussions with BMTC.
• Define Project Implementation Plan - device delivery and installation plan (day wise plan
with detailed schedule and resource requirement) and software implementation plan
• Obtain the requirements from BMTC for executing the implementation plan
• Delivery of all hardware as per finalized BoQ and take signoff on delivery challan
Installation & commissioning of hardware as per installation plan
• Define the formats for data packet exchange to the AVLS, BOAP, Mobile app and
existing ITS system from AFCS backend system.
• Defined the formats of data packets as per GTFS standard
• Adhere to defined SLAs and timelines
• Submit the test cases & installation acceptance report
• Preventive, repair maintenance and replacement of hardware
• Develop maintenance and user manual and SOP document for post maintenance period
• Deploy efficient and qualified manpower on field for installation and commissioning
• Sharing the application and server logs
• Security Administration and monitoring Security Incidents
• Backup and Business Continuity
• Develop a Risk Management Plan enlisting the risks to the project and mitigation plan
and ensure compliance to the same.
• Certifications of L2 and L3 Kernel devices pertaining to NCMC compliant open loop
smart cards.
• PCI DSS or any other compliance required for Project components during NCMC
integrations
• Providing of ETM consumables (paper rolls etc.) for daily operation
• To undertake integration with payment gateway services
• Training to BMTC ticketing staff for operations and administration.
• Provide Training to the BMTC staff on time to time basis.
• Integration with any BMTC internal application/payment application/external application
in future as per requirements of BMTC.
• Deployment of resources for implementation stage and O&M period as per the clauses
specified in this RFP.
• Capacity Building for BMTC which includes:
o Support during execution of acceptance testing
o Preparation of system documents, operation manuals, user manuals,
performance manuals, etc.
• Operations & Maintenance:

60
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

o Annual Maintenance which includes periodic maintenance services (Level-1 ,2


and 3) for the devices and all software for a period of 5 years and conducting
periodic audits of the project from a third party, if required or as instructed by
BMTC
o Provisioning and deployment of technical manpower for maintenance and issue
resolution of all software and hardware/devices/equipment for the period of 5
years
o Adherence to latest Industry Standards, guidelines as specified by government
authorities
o Periodic submission of warranty/AMC records
2. Roles and Responsibilities of BMTC

• Provide physical security to equipment installed at BMTC premises.


• Providing adequate space for installation and commissioning at depot and designated
locations.
• Providing raw electricity on BMTC depots and ETM charging infrastructure at depot.
• Providing workstation and power back up for daily cash collection operation and pass
issuance operation.
• Providing Virtual Private Network between the BMTC depots for data management.
• Providing Pass Issuance consumables
• Provide business rules.
• Approval of system design documents.
• Coordination between different departments of BMTC.
• Carry out testing and acceptance of the system as per contract.
• Payment to the Licensee as per contract terms.
• Any other data from the existing ITS application required for development of AVLS,
BOAP and mobile application
• Office space for Successful bidder’s personnel at various Project sites such as Central
office, depots etc.
• Identify the key issues / bottlenecks in the system and suggest mitigation plans

61
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

E. Project Implementation Timelines and Deliverables


1. Project Timelines, Deliverables and Payment Schedules
Timeline
Milestone Activity/Deliverable (in weeks) from issuance Payment
of Work Order
1 Signing of Contract and Issuance of Work Order T NA
Submission of Project Design Documents
• End user requirement study (As-Is
Study, To-Be).
• Detail SRS with all business logic for
each application
2 • Process flows T + 5 weeks 5% of CAPEX
• Screen designs / wire frames for
Mobile Application, Web Portal, AFCS
Backend
• User access Management
• Test Cases
Procurement, Supply, Delivery & Acceptance of
3 material at Site of all Depots, and/or BMTC T + 15 weeks 20% of CAPEX
Office/s or designated location of BMTC.
Deployment of Application & successful
4 T + 18 weeks 20% of CAPEX
Integration with other sub-systems of BMTC
Go-Live (User Acceptance) of the entire AFCS
system including all hardware
5 devices/components and software applications as T + 20 weeks 15% of CAPEX
per BoQ including exit management
formalities/documentations.
Integration of the AFCS system with Financial
Institution’s Bank Host system for Successful
6 T + 28 Weeks 10% of CAPEX
Implementation of National Common Mobility
Card

62
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Timeline
Milestone Activity/Deliverable (in weeks) from issuance Payment
of Work Order
Quarterly SLA based
Payments of OPEX divided
O&M Contract
into 16 payments from the
• Submission of SLA Compliance reports 60 Months from the date of
7 date of Go-Live
along with invoices and supporting Go-Live
+
documents such as specified in the RFP or
30% of CAPEX divided
requested by BMTC.
equally into 20 quarters

Notes:

• The above timelines are indicative. The finalized schedule will be communicated to the bidder at a later date, post discussion
between selected bidder and BMTC.
• Successful Bidder to submit a consolidated Monthly MIS report to BMTC.
• BMTC reserves the right to appoint Third Party agency(ies) for conducting Technical and Financial Audit of the system. The
Application provider will have to provide access to its system and relevant data for such audit to be conducted.
• Go Live means 100% commissioning of the project upon meeting the acceptance criteria for deployment and subject to
satisfaction of BMTC.

63
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

F. Detailed Technical & Functional Requirements


1. Electronic Ticketing Machine
# Particular Minimum Technical Specification

1. Processor Minimum 32-bit microprocessor

2. RAM Minimum 1 GB of RAM

3. FLASH SD/Micro SD card interface (minimum 16 GB)

• Minimum 5.5” rugged LCD screen (Touch


Screen Display)
4. Display OR

• Minimum 2.4” rugged display (With keypad)


5. Keypad Virtual or Physical Keypad
6. GPRS Connectivity 4G LTE

Minimum 5000 mAH or better (Minimum 10 Hours of


battery back up).
7. Battery
• ETM shall have ability to send the battery
rating/ percentage to the backend application.
8. Weight <600 Gms

9. Contactless Smart Card Inbuilt Contactless Smart Card Reader- ISO 14443
Reader Type A&B, NFC Phone (ISO 18082)

10. QR Code Reader Should available with QR Code Reader

11. Thermal Printer High Speed Thermal Printer, 18 LPS or better

Should support encryption standards including 3DES


12. Security and AES for smart card writing/reading

• Minimum EMV certification level 1&2,


MasterCard, Visa, and Rupay.
13. Certification • NPCI’s qSparc2.0 (NCMC)
• PCI PTS 4.X certification
• Support for ISO 8583 protocol
The propose devices should compliant with
14. NCMC Compliance prevailing National Common Mobility Card
specification issued by NPCI.

64
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

2. Depot Server
# Particular Minimum Technical Specification

The objective of the Depot server is to collect transaction


1. data and other information at an individual depot of BMTC
Objective
and transmission the same to Cloud DC /DRC on AFCS
backend.
In the event of a failure of either Depot Server or local
network connectivity provided by the BMTC, each item of
2. Redundancy depot and operation of cash-up shall operate independently
and record all transaction for a period of not less than seven
days.
The system should run on indoor/outdoor, industrial grade
multi core processor-based server Some important
specifications are as follows:
• Intel multi core latest generation processor i7
• 16GB RAM minimum
3. Specification • 4TB surveillance grade hard disk (support up to 70°
centigrade operating temperature)
• 128 GB SSD for operating system
• Fan less design
• The entire unit should be capable to perform under
overall operating temperature of minimum 70 deg.

3. Layer-2 Network Switch


# Particular Minimum Technical Specification

• 8 Port - 10/100/1000 Base-TX ports and extra 2 or 4


Nos. of 10G Base SR/LR ports as per network
1. solution offered.
Ports
• All ports can auto-negotiate between 10Mbps/
100Mbps/ 1000Mbps, half-duplex or full duplex and
flow control for half-duplex ports.
2. Switch type Layer 2

3. MAC 8 K or more

56 GBpS capacity (as per network configuration to meet


4. Backplane performance requirements of wire speed switching for the
connected devices)

5. Forwarding Rate Packet Forwarding Rate should be 70.0 Mbps or better

Must support Port Mirroring, Port Trunking and 802.3ad


6. Port Features
LACP Link Aggregation port trunks

65
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

# Particular Minimum Technical Specification

7. Flow Control Support IEEE 802.3x flow control for full-duplex mode ports

• IPV4, IPv6
• Support 802.1D, 802.1S, 802.1w, Rate limiting
• Support 802.1Q VLAN encapsulation, IGMP v1, v2
8. Protocols
and v3 snooping
• 802.1p Priority Queues, port mirroring, Diff Serv
• DHCP support
• Support upto 1024 VLANs
• Support port security
• Support 802.1x (Port based network access control).
9. Access Control
• Support for MAC filtering.
• Should support TACACS+ and RADIUS
authentication
• Support 802.1Q Tagged VLAN and port based
VLANs and Private VLAN
• The switch must support dynamic VLAN Registration
10. VLAN
or equivalent
• Dynamic Trunking protocol or equivalent
• The switch should support Rapid Per-VLAN Spanning
tree
• Network Time Protocol or equivalent Simple Network
Time Protocol support
11. Protocol and Traffic • Switch should support traffic segmentation
• Traffic classification should be based on user-
definable application types: TOS, DSCP, Port based,
TCP/UDP port number
• Switch needs to have console port for management
via PC
• Must have support SNMP v1,v2 and v3
Management • Should support 4 groups of RMON
12.
• Should have accessibility using SSH, Console
access, easier software upgrade through network
using TFTP etc. Configuration management through
CLI, GUI based software utility and using web
interface

4. Cloud Data Center & DRC


Implementation of Cloud Infrastructure

• Initialization of the cloud infrastructure including compute, network, storage, and security
infrastructure solution
• Implementation of the solution over the infrastructure
• Optimization and Testing of the solution

66
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Managed cloud infrastructure (VM instances, Storage, Security, Firewall, Anti-virus etc.)

• Storage (Object Storage, SSD, SAS, OS)


• Managing end to end encryption
• Auto-Scaling-up and Scaling down of VMs
• Managing backup of data according to retention period mentioned and sharing any
transactional or incident data as required by BMTC
• MIS and Reporting Services
• Managing of Public IPs
• Load balancing
• Regular application updates
• Adhere to Data security & privacy and future security framework envisaged for BMTC
• Facilitate third party audits
Operational Acceptance of Cloud

• Operational Acceptance shall commence once the cloud services are commissioned and
completed.
• The Successful Bidder will have to provide required support for conducting the Operational
Acceptance Tests. Operational acceptance tests will be performed by BMTC; however,
Successful Bidder will have to provide required support during Operational Acceptance.
• Operational Acceptance will only be provided after cloud resources have been provisioned
and switchover testing (as applicable) has been completed. Switchover testing would
include:
o Switch over of application from DC to DR as per defined RTO and RPO
o Switch over applications from DR to DC as predefined RTO and RPO
o Complete Data Replication and Reverse Data Replication as per RPO
o Fully functional application while DR site is operational, taking into consideration the end
user experience
• After the Operational Acceptance has completed, BMTC will:
o Issue an Operational Acceptance Certificate; or
o Notify the Successful Bidder of any deficiencies or other reason for the failure of the
Operational Acceptance Tests
• Once deficiencies have been addressed, the Successful Bidder shall again notify BMTC,
and BMTC, with the full cooperation of the IA, shall use all reasonable endeavors to
promptly carry out Operational acceptance. Upon the successful conclusion of the
Operational Acceptance Tests, the Successful Bidder shall notify BMTC of its request for
Operational Acceptance, BMTC shall then issue to the IA the Operational Acceptance.

Acceptance Criteria

• Solution Deployment
• All the functionalities and features of the applications should be present
• Load Testing has to be conducted by the IA and Load Testing Report to be submitted

67
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Maintenance & Support for Cloud Services

The Successful Bidder shall be responsible for providing 24*7*365 days support for the Cloud
infrastructure for 5 years from the date of issuance of operational acceptance by BMTC. The
project may further be extended upon mutual acceptance and at a rate quoted by the
Successful Bidder or market rates, whichever is lower. The maintenance and support will
include following activities -

• Compliance process to the defined international standards and security guidelines such as
ISO 27001, ISO 20000:1, for maintaining operations of cloud and ensuring privacy of BMTC
data.
• Ensuring Uptime and utilization of the cloud resources as per SLAs.
• In the event of a disaster at DC site, activation of services from the DR site is the
responsibility of IA. The IA shall develop appropriate policy, checklists in line with ISO 27001
& ISO 20000 framework for failover and fall back to the appropriate DR site. DR drills needs
to be performed by the IA half yearly to check for disaster preparedness. The IA shall also
provide a plan for handling the DR scenario including the roles and responsibilities for each
stakeholder.
• The Successful Bidder will be responsible for providing support for software licenses at the
Cloud Site for the entire contract period.
• On expiration / termination of the contract, Successful Bidder to handover complete data in
the desired format to the BMTC which can be easily accessible and retrievable. IA should
also provide support for transitioning to the new Successful Bidder.
• Successful Bidder should provide provision for viewing live Dashboards for Daily report,
utilization etc. through the monitoring tool/self-provisioning tool.
• Successful Bidder to provide list of key contact persons with contact details with escalation
hierarchy for resolution of issues and problems. This has to be via an Incident Management
system.
• MIS Reports - Successful Bidder shall submit the reports on a regular basis in a mutually
decided format. The IA shall workout the formats for the MIS reports and get these approved
by the BMTC. The following is only an indicative list of MIS reports that may be submitted to
BMTC:
o Daily reports
▪ Summary of resolved, unresolved and escalated issues / complaints
▪ Log of backup and restoration undertaken
o Weekly Reports
▪ Summary of systems rebooted.
▪ Summary of issues / complaints logged.
▪ Summary of changes undertaken in the Data Centre including major changes like
configuration changes, patch upgrades, etc. and minor changes like log truncation,
volume expansion, user creation, user password reset, etc.
▪ Hypervisor patch update status of all servers including the Virtual Machines running
o Monthly Reports
▪ Component wise server as well as Virtual machines availability and resource
utilization

68
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

▪ Consolidated SLA / Non- conformance report.


▪ Summary of component wise uptime.
▪ Log of preventive / scheduled maintenance undertaken
▪ Log of break-fix maintenance undertaken
▪ All relevant reports required for calculation of SLAs
o Quarterly Reports
▪ Consolidated component-wise availability and resource utilization
▪ All relevant reports required for calculation of SLAs
▪ The MIS reports shall be in-line with the SLAs and the same shall be scrutinized by
BMTC

Provisioning Cloud Services for Additional Quantities

• The subsequent enhancement required will be assessed by BMTC on a monthly basis and
indicated 10 days in advance of each quarter.
• The rates offered for cloud services must be valid for entire contract/project duration. No
variation in these quoted rates shall be allowed during five-year contract period which can
further be extended upon mutual acceptance and at a rate quoted by the IA or market rates,
whichever is lower
In addition to these services, Successful Bidder to provide following access to BMTC and
concur with the following requirements: -
o Provide access to utilization reports and audit trail on cloud
o Provide access to monitoring dashboards
o One Admin account to be created and given to BMTC
o VM utilization reports and recommendations

Data Security and Privacy Requirements

The Successful Bidder shall be responsible to protect the privacy, confidentiality, and security of
the digital health data of the citizens. Successful Bidder shall setup framework to comply to
international standards for health data protection including ISO 27001, and applicable
regulations including IT Act and Amendments.

Successful Bidder shall develop information security and privacy framework including
information security and privacy policy, procedures, and guidelines. Successful Bidder shall
ensure that these security and privacy requirements are been adequately implemented across
the infrastructure setup. The effectiveness shall be evaluated on a regular basis to ensure the
continuity of security and privacy requirements.

The Successful Bidder shall ensure the security and privacy requirements including, but not
limited to, the following:

• Design and develop information security and privacy framework in line with
international standards including ISO 27001, and applicable regulations including IT
Act and Amendments.

69
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• Ensure the compliance to security requirements as detailed above and also to


requirements and guidelines published by BMTC from time to time. IA shall also
ensure the compliance to upcoming security and privacy requirements as and when
these become applicable.
• Setup an assurance process to periodically review the compliance to security and
privacy requirements.
• Ensure that a secure network architecture comprising of appropriate security
products is put in place to protect against different security risks.
• Only licensed software and hardware are used to provide services to BMTC.
successful bidder shall be responsible for maintenance of all software managed with
latest updates, specifically related to security vulnerabilities.
• Ensure that the systems and devices are protected from virus, malware, and any
other security threats.
• Establish a patch management process to regularly update the systems and devices.
• Host the systems and devices processing the health data within the data centers
located in India.
• Ensure policies & procedures for secure disposition of electronic data and hardware
on which the data resides (e.g., wiping hard drive, or other method of destruction)
• Ensure maintenance of system and application audit logs in line with applicable
regulations including IT Act and Amendments, Aadhaar Act, and any other
Regulations made applicable from time to time.
• Setup a robust incident / breach notification process to timely intimate appropriate
stakeholders and respond to incidents / breach as per the Regulatory requirements,
and international best practices.
• BMTC shall have authority to conduct (or through external agency) periodical
assessment of the security requirements to ensure compliance with security policies,
procedures, and Regulations.
• Successful Bidder shall have an appropriate contingency plan (including backup) to
recover the services / data as and when required (including during any disaster)

The Successful Bidder shall keep the confidentiality, maintain secrecy of all confidential
information and shall not, at any time, divulge such or any part thereof to any third party except
as may be compelled by any court or agency of competent jurisdiction, or as otherwise required
by law, and shall also ensure that same is not disclosed to any person voluntarily, accidentally
or by mistake.

Strategic Control of Operations to be provisioned

1. Approval of BMTC shall be taken prior to making changes / modifications of the deployed
solution, database, data, configurations, security solutions, hosted infrastructure, etc.
where such changes may affect the solutions of BMTC.
2. For any changes (including auto-provisioning and others that may or may not need prior
approval) to the underlying cloud infrastructure, software, etc. under the scope of the
Successful Bidder, that has the potential to affect the SLAs (performance, availability,

70
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

etc.), BMTC shall get alerts / notifications from the Successful Bidder, both as advance
alerts and post implementation alerts.
3. The successful bidder shall provision access to BMTC authorized users for the following
roles -
o Role based MIS portal for the solution

For each role BMTC will designate authorized officials. All approval requests for any change
implementations as explained in points above, need to be approved by both the designated
officers. BMTC at its discretion may involve further users to facilitate the strategic control.

71
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

5. Electronic Ticketing Machine – Minimum Functional Specification


# Minimum Function Specification
The ETM application shall have facility to manage following tasks including but not
limited to this only:
• Machine readable paper ticket/Pass Sales
1. • Machine readable paper ticket/Pass Adjustment
• Machine readable pass ticket sale
• Mobile QR code virtual ticket validation
• EMV/Rupay/Openloop Smart Card Validation
• EMV/Rupay/Openloop Smart Card Balance Check
The ETM application shall connect to backend fare collection system through GPRS
2. connection. The data communication at both ends shall be real-time, encrypted and
channel should be secure.
The ETM machine application shall be designed in such a way that all the active
3. schedules of BMTC can easily synchronized with the ETM machine without any
memory issues.
The ETIM application shall have capability to enable bus conductors to book
4. tickets/pass via ETIM devices and validate the tickets/pass that book through Mobile
application of commuters.
5. The ETM application user interface shall allow an experienced conductor to issue a
ticket/pass in less than three (3) second.
The ETM machine shall have capability show the battery level/percentage, GPRS
6. signal strength and real-time on user interface. The battery level/percentage count
should also send to backend application while data synchronization with central
system.
7. The ETM application user interface shall read NCMC Smart Card with in 300
millisecond of the tap and generate QR code-based ticket if required.
8. The application shall be developed in way that it can be upgrade through OTA – Over
the Air Command from the server.
The ETM application shall capture minimum following information but not limited to this
only for each transaction:
• Date and time of transaction
• Device ID
• Employee ID of conductor
• Fare-tables
• Ticket serial number
• Ticket origin
9. • Waybill No
• Schedule No
• Ticket destination
• Transaction Value
• Smart Card UID
• Smart Card Number
• Ticket Type
• Action taken (e.g. ticket sold/adjusted/checked)
• Transmission Status (i.e. successfully transmitted/not successfully transmitted)
The ETM application shall give facility to re-print the ticket in case of half ticket printed
10. by the ETM machine. The ETM should record all the half ticket transaction in the local
database and record in the shift-end report of conductor.

72
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

# Minimum Function Specification


11. The ETM application shall be operational in non-coverage GPRS area of Bangalore
City. The transaction data and business rule shall be on-board to ETM.
12. The Business Rules, Fare Matrix, Station List, Route, or any master information should
be synchronized with individual ETMs either on demand basis by conductor or once in
day.
13. The blacklisted NCMC Smart Card Information shall be updated from Bank Host to
AFCS backend on real-time and same should have been updated on ETMs. (Futuristic
requirement)
14. The digital waybill shall be downloaded in the ETM application from backend fare
collection system application without any hassle.
15. The ETM application shall take all updated data (Fare Tables, User Information,
Machine Inventory, Waybill etc.) when synchronized with backend fare collection
system.
16. The GUI of ETM application shall give all information about the ETM Devices health
(GPRS Connectivity Status , Battery Status, Date and Time etc.)
17. The ETM application shall only be accessible by authorized persons, controlled using
login and password protection.
18. The ETM application shall have feature to print the following type of tickets but not
limited to this only:
• General Ticket/pass.
• Group Ticket/Pass [Adult + Child + Concession].
• Other Concession tickets/pass.
• Differential fare ticket [in case of change in service type or fare revision].
• Various schemes tickets/pass.
19. The ETM application shall feature to print following report for conductor but not limited
to this.
• Station wise Fare Matrix Report
• Station List Report
• Trip-wise Fare Collection Report
• Shift-wise Fare Collection Report
• Way-bill Wise Fare Collection Report
• Denomination wise Collection Report
• Passenger Revenue Report
• Expenditure Report
• Smart Card Recharge Report
• Smart Card Transaction Report

73
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

6. Automatic Fare Collection System - Minimum Functional Specification


# Minimum Function Specification
A Automatic Fare Collection System - User Interface
1. The Automatic Fare Collection System shall be delivered with a fully functioning
Graphical User Interface (GUI).
2. The GUI shall be based on standard windows controls or an equivalent operating
system.
3. All screens with non-paging data shall open and populate with data within 3 seconds.
4. All screens with paging data shall open and populate with the initial data within 3
seconds and thereafter page updates shall be configurable by user.
5. Dragging the cursor bar for a scrollable list shall cause instantaneous redisplay of the
list in time with the movement of the cursor bar.
6. The AFCS application should have pass issuance module to cater to all the BMTC
pass issuance and renewal activities.
B Automatic Fare Collection System - Central Fare Collection Dashboard
7. The system shall have a fully function central monitoring dashboard, located at the
existing command & control center or designated location decided by the BMTC. The
application should be accessible directly from the internet.
8. The central monitoring dashboard shall allow the BMTC’s CCC operator to click on
ETM Devices & view the details of conductor logged in, time duration since logged in,
total sale of ETM machine, summary of transaction performed.
9. The central monitoring dashboard shall allow the BMTC to see the no of ETM devices
asynchronies with central system from the stipulated time duration. The time duration
shall be configurable.
10. In case of any fault in ETM Machine, an alert message shall appear on the central
monitoring dashboard.
11. The access to monitoring dashboard shall be specific to the privilege of the user.
12. The central monitoring dashboard shall have facility to show the no of tickets/pass that
issued from the ETM machine (Type of Tickets - Full Ticket, Child Ticket, Concession
Ticket, Smart Card based Ticket, Mobile App based Self Ticket/ any other mode ticket’
) and generated revenue.
13. The central operation dashboard shall have time track based revenue generation
monitoring on basis on which BMTC’s operator can identify the peak and non-peak
hour of entire bus operation & respond accordingly to BMTC’s operation team.
14. The time track based revenue generation monitoring should be for either for entire
BMTC operation or specific depot or specific route.
15. The central operation dashboard shall show the status (connected/disconnected,
faulty/working) of all ETM devices
16. The operation module shall have facility to show the ETM machine list which are not
synchronized with central system from pre-configured time. The distinct color marker
shall be user to differentiate the same.
17. The central operation dashboard shows the statically number of revenue generation,
passenger load and expenditure in real-time basis. The dashboard shall have bar
graph of Time versus Revenue Generation.
18. All type of tickets/pass denominations shall be display on dashboard with Number of
Ticket Sold and Revenue Generated.

74
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

19. The central operation dashboard shall display information of revenue from role-based
user access of that user/operator.
20. The central operation dashboard shall have filter to show the revenue and expenditure
of depot wise, station wise, bus wise etc.
C Automatic Fare Collection System - Security Features
21. The central software shall be capable of providing over-the-air fare table updates &
firmware updates to the ETM devices apart from other immediate updates.
22. The system shall only be accessible by authorized persons, controlled using login and
password protection.
23. It shall be possible to create different user groups with different privileges.
24. The system shall maintain a transaction log that records all users that access reports,
the reports accessed, edits and changes to the database and the system logon and
logoff times.
25. The transaction log shall maintain this information for entire duration of contact.
26. Editing of data in the log shall not be possible for any user.
27. Further non editable, non-tamperable, mirror copies of logs should be s made view to
BMTC staff on roll basis.
28. The system security shall provide features to maintain data integrity, including error
checking, error monitoring, error handling and encryption
29. Verification features shall be provided to ensure that all system-created files are
uniquely identified, and that no files are lost or missed during data transfer.
30. All security breach detections shall be confidential, and accessible only to users of the
appropriate group
31. For all data transactions, the system security shall include authentication features to
verify that all claimed source, recipient, or user identities are correct and valid.
32. All data transactions shall include non-repudiation features to verify message content
that data was not correctly originated or received by a certain user.
D Automatic Fare Collection System - Deposit & Cash Collection
33. The Automatic Fare Collection System shall have facility to special operation window
for depot operator of deposit and cash collection from the conductor on shift end.
34. The deposit & cash collection module shall be available in web based as well as
windows-based client application which work in both online and offline mode without
any fail or loss of data.
35. In case of un-availability of network connectivity at BMTC Depot the cash collection
operation should not hampered. The depot server shall have facility to storage the
transaction settlement record from the Deposit & Cash Collection windows client
module.
36. The operation window shall have all sub-module related to cash collection of ETM on
daily basis.
37. The deposit & cash collection module shall have deposit audit capabilities which shall
determine the shortage or excess of deposit made by the operator/ conductor to the
accounts manager.
38. There shall be a module to report the excess or shortage after the deposit is made to
the transport department daily and the reasons for this shall be communicated.
39. While reconciling shortage & excess, any excess amount which is deposited by the
operator/ conductor shall not be reconciled/ balanced against any shortages.

75
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

40. The deposit & cash collection module shall have facility to accept the penalty amount
from ticket checking staff of BMTC.
41. The Automatic Fare Collection System backend shall have feature to integrate the
ticket checker mobile application data and deposit the amount of penalties in cash
collection module.
E Automatic Fare Collection System - Inventory & Stock Management
42. The backend system shall have facility to management and maintain Paper
Ticket/pass Stock & Inventory with different masters, denominations and BMTC
revenue operation.
43. The paper ticket/Pass stock and management shall be in line with the digital waybill
that assigned to the ETM
44. The system should calculate the ticketing/Pass sale parallel from ETM based ticketing
and manual paper ticket/Pass Sale.
45. The AFCS backend shall have an inventory /consumables management module
wherein the details of spare inventory & consumables shall be entered into the system.
46. The AFCS backend – Inventory & Stock management module shall have a minimum
level criterion wherein the details of a minimum level for required inventory/
consumables shall be set in the system. This “minimum level” shall be user
configurable.
47. If inventory/ consumables for any item falls below this defined minimum level, the
system shall generate an alert for the appropriate user level for further replenishment/
action.
48. Any inventory/ consumables purchased/ damaged/ issued/ lost shall be registered into
this module & shall be controlled through this module only.
F Automatic Fare Collection System - Report & MIS Module
49. Any portion of the transactional database shall be exportable in standard formats
(such as .csv, xls, xlsx files etc.) for analysis in third party programs.
50. The reports shall be exportable to pdf, xls, xlsx formats easily.
51. A data dictionary shall be provided to Authority to facilitate development of custom
reports
52. The Automatic Fare Collection System shall provide enough summarized and detailed
data including features to generate standard report based on pre-established criteria,
as well as as-required reports based on a user-definable set of search criteria.
53. All reports shall be generated with configurable time parameters, including as a
minimum annual, monthly, weekly, daily, hourly and with user defined start-end date
and time ranges
54. It shall be possible to configure in the system such that certain report types to be
pushed automatically to a given e-mail address after regular intervals (Set Schedule).
55. As a minimum, the Automatic Fare Collection System shall generate the following
standard System reports daily, weekly, monthly, quarterly, and annually. (These are
non-exhaustive list of report)
• Passenger trip reports.
• Passenger fare reports.
• Daily ridership reports.
• Monthly summary ridership reports broken down by passenger type (Adult,
Child,
• Senior).

76
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

• General daily, weekly, monthly, and year to date revenue reports.


• Pass sale and reload summaries.
• Monthly fare underpayment summaries.
• Accounts payable.
• General ledger.
• Accounting data by transport department -specified revenue accounts.
• Sales by date/time, fare media type, amount, location, and other parameters
• Use by date/time, fare media type, location, and other parameters
• Fraudulent activity reports by fare media type
• Financial reconciliation and settlement reports
• ETM Battery Performance Report
56. The bidder shall do all certification of application only to make the Automatic Fare
Collection System compatible with NCMC open loop smart card technology.
57. The bidder shall be responsible to integrate the AFC solution and its peripheral sub-
systems with other third-party applications as per requirement of BMTC.

58. The proposed AFC backend application shall have feature to track of open data
sharing interface calls from the assigned government/private client as authorized by
the BMTC and subsequently shall have business logic to compute the data
monetization charges to particular government/private agency. The business logic
details, and rates of data will be shared by the BMTC.

77
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Section 4: Technical Proposal – Standard Forms

1. Proposal Submission Form

[Location, Date]
FROM: (Name of Bidder)
To:(Name of Authority)
Madam/Sir:
Subject: “Selection of System Integrator for Design, Development, Supply
Implementation, Integration, Maintenance and Management of Automated Fare Collection
System (AFCS) for Bangalore Metropolitan Transport Corporation”
1. We, the undersigned, offer to provide the services for the above in accordance with your
Request for Proposal dated [Date], and our Proposal. We are hereby submitting our
Proposal which includes the Qualification Proposal, Technical Proposal, and a Financial
Proposal through e-procurement and hard copies submission of Qualification Proposal
and Technical Proposal.
2. We hereby declare that all the information and statements made in this Proposal are true
and accept that any misinterpretation contained in it may lead to our disqualification.
4. We have read the provisions of the RFP Document and confirm that these are acceptable
to us. We further declare that additional conditions, variations, deviations, if any, found in
our proposal shall not be given effect to.
5. We hereby declare that all the information and statements made in this proposal are true
and accept that any misrepresentation contained in it may lead to our disqualification.
6. We understand you are not bound to shortlist / accept any proposal you receive.

Address of responding Company


Name, Designation and Address of the contact
Authorized Person with details of cell nos.
Telephone/Mobile No of Contact Person
E-Mail ID

78
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

2. Checklist
(To be submitted along with Proposal Submission Form)

Proposal Requirement Compliance


Sr.No
Compliance (Yes/ No) (Yes/No)
1. Earnest Money Deposit Declaration

2. Certificate of incorporation & GST Registration for Bidder


3. Copy of PAN Card
4. Power of Attorney for Signing of Bid
5. Self-Declaration on Anti-blacklisting
Certificate from Chartered Account/ Statutory auditor regarding the
6. bidder on average annual turnover and net worth as specified in
the Technical Qualification criteria.
Extracts from the audited balance sheet and profit & loss
7. statement of last three audited financial years.
Project Citation with supporting Purchase Order / Work Order /
Completion certificate from client / statutory auditor certificate
8.
indicating that the bidder has executed, or a concurrent project of
similar nature as specified in Technical Qualification criteria
Proposed Implementation Approach & Methodology, Project
9.
Presentation, Work Plan and Live Demonstration of Solution
10. Key Experts CVs
11. Manufacture Authorization Letter from reputed OEM
12. Proposal Submission Form
13. Qualification Submission Form

79
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

3. Qualification Submission Form


Prospective bidders shall submit information in the following format in the uploaded bid

Description Documents to be Attached


1 The bidder should be registered in India for minimum 5 Certificate of incorporation &
Years GST Registration
2. The Sole bidder or Lead bidder in case of consortium should have an average annual
revenue of minimum INR ____ crore in the preceding three financial years.
FY Y1 Y2 Y3 Extracts from the
audited balance
sheet and profit
&loss statement for
the financial years.
indicating the
amount of turnover
during these years;
3 The Sole bidder or all of the members of the consortium combined, should have net
worth as per the audited consolidated financial statements in last audited financial year
FY Certificate from
statutory auditor
stating the Net
Worth of the bidder
for the last audited
financial years /
equivalent
certifications from
country of origin in
case of International
Successful Bidder

No Proje Duration Name of Role of Value of Status Certificate


ct Client & Bidder the (Complet from the
Country of Project ed/ client

80
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

eligible Ongoing) provided


assignment

From:
To:
(Purchase Order / Work Order / Completion certificate from client / statutory auditor certificate in
English to be enclosed)

6 The bidder should not have been blacklisted or declared Self-declaration to be
ineligible for corrupt & fraudulent practices by any Central submitted on INR 100 stamp
/ State Government Department / Smart City SPV PSU/ paper by the bidder or the
Autonomous Body in India as on the bid submission date. authorized signatory of the
sole bidder or JV /
Consortium members

81
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

4. Certificate from the Statutory Auditor/Chartered Accountant regarding Turnover

(On the letter head of the statutory auditor/chartered accountant)

Based on its books of accounts and other published information authenticated by it, this is to
certify that the turnover of ………………………………………………… (name of the Bidder) for
the Financial Year _______________. is as follows:

S.No. Financial Year Annual Turnover (Rs. Cr.)


1. FY1
2. FY2
3. FY3

Name of the audit firm:


Seal of the audit firm:
Signature:
Name:
Membership Number:
Designation: Date:

82
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

5. Declaration
(Proforma of Declaration to be furnished on a Government Stamp Paper of value as prescribed
by GoK)
The Controller of Stores & Purchase, BMTC, Central Offices, K.H. Road, BANGALORE – 560
027
Sir,
Sub: “Selection of System Integrator for Design, Development, Supply Implementation,
Integration, Maintenance and Management of Automated Fare Collection System (AFCS)
for Bangalore Metropolitan Transport Corporation.”

Ref: Tender No. BMTC/2021/012 Dtd.12.04.2021

We hereby declare that the rates quoted by us in lowest and we have not quoted/supplied the
materials/ provided service to any other STU/Organization during the preceding One year at
less than the rates offered by us in the subject tender.
OR
We have supplied the materials / provided service to our following customers during the
preceding One year at less than the rates offered to you in the subject tender, and the details
are as follows:
1. Name of the STU / Organization to whom the supplies were made.
2. Rates offered to them
3. The reasons for variation
4. Quantity offered/supplied
We agree to abide by the payment clause of the tender. We agree to abide by all the terms and
conditions of the tender and fulfill all the requirements mentioned in the Tender. We are aware
that in case of any conditional offer submitted by us in respect of any payment and other terms
and conditions of tender our offer is liable to be rejected.
The amount quoted in the Commercial bid of e-procurement portal is final and we agree to hold
the same till the completion of the service.
Signature of the Authorized Signatory. Designation
Date
Seal of the Company.

83
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

6. Format for Affidavit certifying that Bidder is not blacklisted


(On Non – judicial stamp paper of Rs 100/- or such equivalent amount and document duly
attested by notary public)
I M/s. ……………… , (the name of the Bidder and addresses of the registered office) hereby
certify and confirm that we or any of our promoter/s/chief executive officer/ directors/managers
are not barred or blacklisted by any government or government instrumentality or public sector
in India or in any other jurisdiction to which we or our Affiliates belong or in which we or our
Affiliates conduct business from participating in any project or being awarded any contract,
either individually or as member of a consortium and no such bar or blacklisting subsists as on
the Proposal Due Date.

We further confirm that we are aware our Proposal for the “Selection of System Integrator for
Design, Development, Supply Implementation, Integration, Maintenance and Management
of Automated Fare Collection System (AFCS) for Bangalore Metropolitan Transport
Corporation ”would be liable for rejection in case any material misrepresentation is made or
discovered with regard to the requirements of this RFP at any stage of selection and/or
thereafter during the term of the Contract.

Dated this ……………………..Day of …………………., 20….


Name of the Bidder
…………………………………………….
Signature of the Authorized Person
…………………………………………….
Name of the Authorized Person
Note: For an affidavit executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the affidavit is being
issued. However, the affidavit provided by Bidders from countries that have signed the Hague
Legislation Convention, 1961 are not required to be legalized by the Indian Embassy if it carries
a conforming apostille certificate.

84
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

7. Format for Power of Attorney for Signing of Proposal

(On Non – judicial stamp paper of Rs 100/- or such equivalent amount and document duly
attested by notary public)
Power of Attorney
Know all men by these presents, we …………………………………………… (name of the Bidder
and address of the registered office) do hereby constitute, appoint and authorize Mr. /
Ms.…………………… ………… (name and residential address) who is presently employed with
us and holding the position of ………………………………………. as our true and lawful attorney
(hereinafter referred to as the “attorney”), to do in our name and on our behalf, all such acts,
deeds and things necessary in connection with or incidental to submission of our Proposal for
“Selection of System Integrator for Design, Development, Supply Implementation,
Integration, Maintenance and Management of Automated Fare Collection System (AFCS)
for Bangalore Metropolitan Transport Corporation ” of [Name of THE AUTHORITY],
including signing and submission of the Proposal and all accompanying documents, attending
the pre-bid meeting, providing information/responses to [Name of THE AUTHORITY],
representing us in all matters before [Name of THE AUTHORITY], if selected, undertaking
negotiations with [Name of THE AUTHORITY] prior to the execution of the Contract and
generally dealing with [Name of THE AUTHORITY] in all matters in connection with our
Proposal.
We hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our attorney in
exercise of the powers hereby conferred shall and shall always be deemed to have been done
by us.
IN WITNESS WHEREOF WE, …………………., THE ABOVE-NAMED PRINCIPAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF ………., 20......
For ___________________________
(Signature)
(Name, Title and Address)
Accepted
………….. (Signature)

85
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

(Name, Title and Address of the Attorney)

The mode of execution of the power of attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executants(s) and when
it is so required the same should be under common seal affixed in accordance with the required
procedure.
In case the Proposal is signed by an authorized director of the Bidder, a certified copy of the
appropriate resolution/ document conveying such THE AUTHORITY may be enclosed in lieu of
the power of attorney.
For a power of attorney executed and issued overseas, the document will have to be notarized
in the jurisdiction where the power of attorney is being issued.

86
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

8. Format for Curriculum Vitae (CV) of proposed manpower


The Bidder shall provide the Curriculum Vitae of the proposed manpower in the format given
below:

1. Name of the Staff


2. Current Designation in the Organization
3. Proposed Role in the Project
4. Proposed Responsibilities in the Project
5. Date of Birth
▪ <Degree>/<Diploma>,
6. Educational Qualifications
<College/University>, <Year of Passing>
7. Key Training and Certifications
Language Reading Writing Speaking

8. Language Proficiency

From / To: Employer Position Held


Employment Record
9.
(For the Total Relevant Experience)

10.Total No. of Years of Work Experience


Total No. of Years of Experience for the Role
11.
Proposed
Use following format for each project
Name of Assignment/Project:
Year:
Highlights of relevant assignments handled
12. Location:
and significant accomplishments
Client:
Main Project Features:
Positions Held:

87
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Activities Performed:

88
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

9. Manufacture Authorization Letter

(To be submitted on the Letterhead of the OEM) Date: dd/mm/yyyy


FROM: (Name of Bidder)
To:(Name of Authority)
Madam/Sir:

Sub: Authorization of <company name of Bidder> to Provide Services Based on Our


Product(s).

Tender Name: Selection of System Integrator for Design, Development, Supply


Implementation, Integration, Maintenance and Management of Automated Fare Collection
System (AFCS) for Bangalore Metropolitan Transport Corporation.
Tender Ref. No: BMTC/2021/012 Dtd.12.04.2021
Sir,
1. This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the
products/solutions listed below. I/We confirm that <name of Bidder> have due authorization
from us to provide services to BMTC, that are based on our product(s) listed below as per
Request for Proposal (tender) document relating to Design, Development, Supply
Implementation, Integration,Maintenance and Management of Automated Fare Collection
System (AFCS) for Bangalore Metropolitan Transport Corporation. We further endorse the
warranty and contracting terms provided by bidder to BMTC.
2. I/We also undertake that we will provide support to BMTC in quality of deliverables and in
ensuring that the solution is implemented in the best of ways by exploiting all the capabilities
offered by the solution, to meet the requirements of BMTC.
3. We herewith certify that the equipment / software products quoted by us are not end of the
life and we hereby undertake to support this equipment / software for the duration of
minimum 5 years from the date of Submission of the Bid.

S. No. Product Name Remarks

Yours faithfully,
Authorized Signatory
Designation
OEM’s company name
CC: Bidder’s corporate name

89
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

10. Bid Security/EMD Declaration Form


( In Lieu Of Bid Security / EMD )

(To be submitted on the Letterhead of the bidder) Date: dd/mm/yyyy


FROM: (Name of Bidder)
To:(Name of Authority)
Madam/Sir:

I / We M/s ________________ full address ____________________ participating in tender No


________ dated ________ with due date __________ do here by accept that if we withdraw or
modify our bid/offer during the validity of the bid from the due date , we shall be suspended for a
period as per the terms and conditions mentioned in the RFP.

We hereby undertake this declaration to express our seriousness to participate in the above
said tender we have read and understood the full scope and the terms and conditions.

Signature of the Authorized Signatory. Designation


Date
Seal of the Company.

90
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Section 5: Financial Proposal


1. Financial Cover Letter

(To be submitted on the Letterhead of the bidder) Date:


dd/mm/yyyy
FROM: (Name of Bidder)
To:(Name of Authority)
Madam/Sir:

Subject: Submission of proposal in response to the RFP for “Selection of System Integrator
for Design, Development, Supply Implementation, Integration, Maintenance and
Management of Automated Fare Collection System (AFCS) for Bangalore
Metropolitan Transport Corporation”
Ref: Tender No.BMTC/2021/012 Dtd.12.04.2021

Dear Sir,

We, the undersigned, offer to provide the services for “Selection of System Integrator for
Design, Development, Supply Implementation, Integration, Maintenance and Management
of Automated Fare Collection System (AFCS) for Bangalore Metropolitan Transport
Corporation ” in accordance with your Request for Proposal dated [Insert Date]. We are aware
that any conditional financial offer will be outright rejected by BMTC. All values shall be inclusive
of GST.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal (180 days) from the
date of opening of financial bid.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the
information contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender
you receive. We confirm that no Technical deviations are attached here with this commercial
offer.

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Date and Stamp of the signatory
Name of Firm:

91
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

2. Financial Bid Formats


<< To be printed on the Bidder’s Letter Head and shall be signed by Authorized Signatory>>
FROM: (Name of Bidder)
To:(Name of Authority)
Madam/Sir:
Commercial Bid

Subject: RFP for “Selection of System Integrator for Design, Development, Supply Implementation, Integration, Maintenance
and Management of Automated Fare Collection System (AFCS) for Bangalore Metropolitan Transport Corporation “
Please find attached detailed Commercial Bid for the subject project initiative. This bid is exhaustive and includes all the required
components and services to be consumed during the execution of this project.

1. The evaluation of this RFP will be based on Lowest Cost Based Selection (LCS) method. In order to get clarity on
price and maintain transparency, BMTC seeks the financial proposal breakup in the e-procurement portal. Bidders should refer to the
table ‘Line Items for quotation in e-procurement portal’ given and use the same line items for quoting in the e-procurement portal.
This will enable BMTC to receive the financial proposal breakup.

2. The bidders must follow the steps given below to fill their financial quotation and the cost breakup for each line item.

• Step 1: The bidder has to login to the e-procurement portal and under the ‘Financial Offer (inclusive of Statutory/Tax
Costs)’ tab, they must fill in the Total Project Cost (Total of Implementation Phase and O&M Phase).
• Step 2: Then, under the tab ‘Provide the breakup of taxes included’, click on the dropdown ‘Select the component’
• Step 3: Select ‘Other Levies’ from the dropdown
• Step 4: Populate the ‘Remarks’ field with the description of the line item and the unit of measurement as given in the
RFP document Table ‘Line Items for quotation in e-procurement portal’
• Step 5: Populate the amount quoted for the line item in the field ‘Statutory/Tax Amount’
• Step 6: Click on ‘Add Component’ button to add new line items and follow steps 2 to 5 to add all the line items

92
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

The sample screenshots for the above steps are given below:

93
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

3. For the bidders to better understand the financial evaluation procedure, the following Financial Proposal Forms have been given
below. These forms are only for the purpose of making the financial evaluation transparent and understandable to the bidders. No
bidder shall quote any commercials in the tables below. All commercial quotations should be made only in the e-
procurement portal.

3. Any bidder who quotes the commercials in the tables below/submits along with Technical Proposal, shall be disqualified by BMTC.

4. Please refer carefully to the notes below the Financial Forms.

94
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Summary Cost:1

Total Amount
Inclusive of Total
Sr. Particular Head Reference Table all Taxes & Amount
GST
(in Word)
(in INR)
A B C D E F= D + E G

Total Capital Expenditure of Project


Total of Capital
1. (Incl. of all taxes, Levies, duties and
Expenditure Table
Good and Service Tax)

Total Operational Expenditure of


Total of Operational
2. Project (Incl. of all taxes, Levies,
Expenditure Table
duties and Good and Service Tax)

3. Grand Total Price (Total Capital Cost (1) + Total Operational Cost (2))

Capital Expenditure:2

Unit Price in Unit Price Total Price in INR


Sr. Particular Item Quantity UoM
INR Tax in INR

A B C D E F G= C X ( E + F )

Electronic Ticketing Machine with all


1. peripherals (ETM Charger, Cash & 10000 Nos.
Carry Bag) & Application

1Total cost of the Capex shall not be exceeding 60% of the entire project value i.e. Grand total Price
2 The bidder may note that prices of the CAPEX part should inclusive with the first year of AMC in the price bid. The OPEX prices of this component will be pay to
bidder in equal 16 quarters of OPEX as stipulated in the payment terms.

95
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Unit Price in Unit Price Total Price in INR


Sr. Particular Item Quantity UoM
INR Tax in INR

A B C D E F G= C X ( E + F )

2. Depot Server 48 Nos.

3. Depot Layer-2 Switch 48 Nos.

Rack for Depot Server & L-2 Switch


4. Placement with Networking 48 Nos.
peripherals.
5. Automatic Fare Collection System 1 Lumpsum

6. Pass Issuance System for POS 1 Lumpsum


Machine
7. Mobile Application for Ticket 1 Lumpsum
Checking Staff.
8. Integration with other sub-systems 1 Lumpsum
as per SoW
9. 1 Training & Capacity Building 1 Lumpsum

10. Project Documentation 1 Lumpsum

11. Project Management 1 Lumpsum

Bidder has to
12. Expert Manpower – Project Man-month
Manager3 propose

Bidder has to Man-month


13. Expert Manpower – Solution
Architecture propose

Bidder has to Man-month


14. Expert Manpower – AFCS Expert propose

3The bidder may have to propose the requirement of expert manpower in implementation phase (#12,13,14). However all the deployed expert manpower shall be
available onshore with BMTC until go-live of the project.

96
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

Unit Price in Unit Price Total Price in INR


Sr. Particular Item Quantity UoM
INR Tax in INR

A B C D E F G= C X ( E + F )

15. ETM Machine Charges (Extra)4 3000 Nos.

16. Extra ETM Batteries (As Specified 1000 Nos.


rating in the RFP from the OEM)

Operational Expenditure

AMC- AMC- AMC- AMC- AMC- Total AMC Total Total


Y1 Y2 Y3 Y4 Y5 Tax AMC
(In INR)
Sr. Particular Item Quantity UoM Incl.
(In INR)
Taxes

(INR)

A B C D E F G H I J=E+F+G+H+I

Part -1 : Annual Maintenance Contract of AFCS Component

Electronic Ticketing
Machine with all
1. 10000 Nos. 0
peripherals &
Application

2. Depot Server 48 Nos. 0

3. Depot Layer-2 Switch 48 Nos. 0

4Line Item No #15 & 16 : The bidder may note that these numbers are indicative in nature and shall be used only for the price discovery of the component. The
BMTC may or may not procure this item under this RFP.

97
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

AMC- AMC- AMC- AMC- AMC- Total AMC Total Total


Y1 Y2 Y3 Y4 Y5 Tax AMC
(In INR)
Sr. Particular Item Quantity UoM Incl.
(In INR)
Taxes

(INR)

A B C D E F G H I J=E+F+G+H+I

Part -1 : Annual Maintenance Contract of AFCS Component

Rack for Depot Server


4. & L-2 Switch 48 Nos. 0
Placement with
Networking peripherals
5. Automatic Fare 1 Lumpsum 0
Collection System
6. Mobile Application for 1 Lumpsum 0
Ticket Checking Staff.
Part -2 : Operational Expenditures

4G Data Service
7. enables GPRS Sim 10000 Nos.
Cards

8. Cloud Data Centre 12 Months

Cloud Disaster
9. 12 Months
Recovery Centre

Redundant Internet
10. Connectivity between 12 Months
DC & DRC

Man
11. AFCS System Expert 24
month

98
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

AMC- AMC- AMC- AMC- AMC- Total AMC Total Total


Y1 Y2 Y3 Y4 Y5 Tax AMC
(In INR)
Sr. Particular Item Quantity UoM Incl.
(In INR)
Taxes

(INR)

A B C D E F G H I J=E+F+G+H+I

Part -1 : Annual Maintenance Contract of AFCS Component

Paper Rolls – 18 Mtrs. Nos. per


12. GSM- 555 1000000
Year

• Bidder should provide all prices as per the prescribed formats.


• All the prices are to be entered in Indian Rupees ONLY
• Prices indicated in the schedules shall be inclusive of all Taxes, Levies, duties, and Good & Service Tax. The prices should
also specify be five-year support cost as per provided formats.
• Bidder should provide breakup of all Taxes, Duties and Levies wherever applicable and demanded by BMTC.
• The total price should be inclusive of Good & Service Tax however, GST shall be paid on actual, as applicable at the time of
billing.
• The Bidder needs to account for all Out of Pocket expenses due to Boarding, Lodging and other related items.
• Quantities mentioned in the commercial formats are indicative in number. BMTC may or may not procure above components.
BMTC has the rights to delete any of the above smart elements before final implementation. Also, BMTC reserves the right to
remove any of the line components (as per BOQ provided).

5The bidder may note that these numbers are indicative in nature and shall be used only to the extent of commercial bid evaluation. The bidder shall be paid on
actuals during Operations & maintenance Phase for the ETM paper rolls required during the project.

99
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND MANAGEMENT OF AUTOMATED FARE
COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT CORPORATION

• The Unit Rate as mentioned in the following formats may be used for the purpose of ‘Change Order’ for respective items, if
any. However, based on the market trends, BMTC, retains the right to negotiate this rate for future requirement. Bidder shall
ensure that the future products supplied are of latest specifications as per the OEM roadmap.
• For the purpose of evaluation of Commercial Bids, BMTC shall make appropriate assumptions to arrive at a common bid price
for all the Bidders. This however shall have no co-relation with the Contract value or actual payment to be made to the Bidder.
• Bidder should refer to the RFP for details on the functional requirements of the system and the benchmark specifications for
the items mentioned in the Commercial formats.
• Line items mentioned in the Commercial Formats are for representation purpose and bidder may propose alternate
technology / solution (with proper justification). Bidders are required to suitably add line items / merge the cost components
depending upon their proposed solution.
• OPEX costs quoted on annually basis would be divided in 4 quarters and paid at the end of the quarter, post adjustment of
any penalty as per compliance to SLAs
• The bidders shall note that all the quantities/Specifications are indicative in nature and the bidders may consider
adding/upgrading/augmenting the existing requirement to meet the requirements as defined in the scope of work of RFP. All
such suggestions shall be considered in bidder’s Technical & Commercial Proposal.
• BMTC may, partially procure or may not procure any of the line components as part the Commercial Bid. BMTC has the rights
to delete any of the components before final implementation.

Thanking you,
Yours faithfully
(Signature of the authorized representative of the Bidder)
Name:
Designation:
Seal:
Date:
Place:
Business Address:

100
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Section 6: Supporting Annexures


1. Annexure 1: Change Control Note Format
Change Control Note CCN Number:

Part A: Initiation

Title:

Originator:

Sponsor:

Date of Initiation:

Details of Proposed Change

(To include reason for change and appropriate details/specifications)

Authorized by : Date:

Name:

Signature: Date:

Received by the IP

Name:

Signature:

Change Control Note CCN Number:

Part B : Evaluation

Changes to Services, charging structure, payment profile, documentation, training, service


levels and component working arrangements and any other contractual issue.

Brief Description of Solution:

Impact:

Deliverables:

Timetable:

101
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Charges for Implementation:

(including a schedule of payments)

Other Relevant Information:

(including value-added and acceptance criteria)

Authorized by the Implementation Partner Date:

Name:

Signature:

102
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

2. Annexure 2 : Bill of Quantities


# Description Tentative Quantity

Hardware

1 ETM with all peripherals 10,000

2 Depot Server 48 Nos.

3 Depot Layer-2 Switch 48 Nos.

4 Peripheral Network & Electrical Cabling As required for 48 Locations

Application & Services

1 AFCS Back End with all modules as per SoW 1

2 Mobile Application for Ticket Checking Staff. 1

3 Enterprise Cloud DC 1

4. Enterprise Cloud DRC 1

5 Network Connectivity from DC to DRC. 1

6 Integration with other sub-systems as per SoW As per SoW

7 Project Consumable (ETM paper rolls ) As required for 48 Locations

103
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

Section 07:

DECLARATION

Compliance Certificate regarding restrictions on public procurements from


bidders of countries which shares a Land Border with India
(To be furnished on a Government Stamp Paper of Rs. 100/-)
To,
The Controller of Stores and Purchases
BMTC, Central Offices,
Bengaluru-560 027

Sir,
Subject: Selection of System Integrator for Design, Development, Supply
Implementation, Integration, Maintenance and Management of Automated Fare
Collection System (AFCS) for Bangalore Metropolitan Transport Corporation.
Tender Ref. No: BMTC/2021/012 Dtd.12.04.2021

We have read the clauses regarding restrictions on procurement from a bidder of a


country which shares a land border with India (GoI Letter No. F.No. 6/18/2019 -PPD dtd:
23.07.2020 Order (Public Procurement No. 1 and 2) dated 23.07.2020 & Order
(Public Procurement No. 3) dated 24.07.2020 and GO of GoK vide No. FD 455 Exp-12
2020 Bengaluru Dated:25.08.2020. GoI OM vide No. F.No. 18/37/2020-PPD dtd:
08.02.2021 and GoK circular vide No. FD 455 Exp-12/2020 Bengaluru Dtd:
10.03.2021.

i. I/ We certify that, we are not from such a country which shares a land border with
India and we are eligible to be considered.
Or
I/ We declare that, we are from such a country or countries which shares a land
border with India and we have been registered with the Competent Authority
and certify that, we fulfill all requirements in this regard and are eligible to be

104
SELECTION OF SYSTEM INTEGRATOR FOR DESIGN, DEVELOPMENT, SUPPLY IMPLEMENTATION, MAINTENANCE AND
MANAGEMENT OF AUTOMATED FARE COLLECTION SYSTEM (AFCS) FOR BANGALORE METROPOLITAN TRANSPORT
CORPORATION

considered. A copy of the valid registration by the Competent Authority is


enclosed along with this declaration/ certificate for Evidence.

ii. We declare that, we will not sub-contract any work to a contractor from such
country or countries which shares a land border with India unless such
contractor is registered with the Competent Authority in case the work order is
released on us. We fulfill all requirements in this regard and is eligible to be
considered.(A copy of the valid registration issued by the Competent Authority
to be enclosed if applicable)
iii. We declare that, we will not supply finished goods procured directly/
indirectly from the vendors from the countries sharing land border
with India unless such vendor is registered with the Competent
Authority.

iv. We aware of the fact that, if the information provided by us in this certificate/
declaration is found to be false at any stage, this would be a ground for
immediate termination of order/ contract/ LoI and further legal action against
us in accordance with law.
v. We are aware that, such registration with Competent Authority should be valid
at the time of submission of bids and at the time of acceptance of bids.

Signature of the Authorized Signatory.


Name:
Designation:
Mobile No:
E-Mail ID:
Date:
Seal of the Company

• Note: Bidders are requested to furnish the declaration along with other documents.

105

You might also like