You are on page 1of 191

AIS 140 BASED VEHICLE LOCATION TRACKING DEVICES WITH

PASSENGER SAFETY &INFORMATION SYSTEM(VLT-PSIS)


PROJECT

AIS 140 PASSENGER


COMPLIANT SAFETY
VLT DEVICES &
WITH PANIC INFORMATION
BUTTONS SYSTEM

INTEGRATION MOBILE
WITH STATE APPS FOR
EMERGENCY PASSENGERS
RESPONSE FOR BUS
SYSTEM -112
TRACKING

COMMAND INTEGRATION
WITH STATE
CONTROL TRACKING
ROOM PLATFORM

RFP DOCUMENT

Uttar Pradesh State Road Transport Corporation


Parivahan Bhavan, Tehri Kothi,
6,M.G. Marg, Lucknow-226001
1
REQUEST FOR PROPOSAL (RFP)
For
AIS-140 Based Vehicle Location Tracking with Passenger Safety &
Information System (VLT-PSIS)
at UPSRTC
(Under Nirbhaya Fund Scheme of MoRTH- GoI)
Key events
1 Date of issuance 21.04.2023
2 Last date for receiving pre-bid queries 01.05.2023
3 Pre-bid conference details Date- 01.05.2023
Time- 11:00 hrs
Venue- UPSRTC HQ Conference Room
6 MG Marg,Tehri Kothi,Parivahan Bhawan, Lucknow
4 Date for response to pre-bid queries To be notified on https://etender.up.nic.in &
www.upsrtc.up.gov.in

5 Last date of bid submission To be notified


6 Technical Bid opening To be notified
7 Financial Bid opening To be informed later to successful bidders of technical
bid stage

Uttar Pradesh State Road Transport Corporation (UPSRTC)


Parivahan Bhavan, Tehri Kothi,
6 M.G. Marg, Lucnow-226001

2
TABLE OF CONTENTS
Glossary of Terms...................................................................................................................................................... 10
1 Project Background ................................................................................................................ 12
1.1 Project Description ................................................................................................................... 12
1.2 STAKEHOLDERS ............................................................................................................... 13
1.3 Organization chart: ................................................................................................................. 15
1.4 UPSRTC Operations ................................................................................................................ 16
1.5 DEPOT UNITS & THEIR FLEET STRENGTH .................................................................. 16
1.6 DEPOTWISE FLEET ................................................................................................................ 17
1.7 Organisation structure of upsrtc ......................................................................................... 19
2 Objectives of UPSRTCs' VLT - PSIS project ................................................................... 21
2.1 BASIC PROJECT COMPONENTS ......................................................................................... 21
2.1.1 INTEGRATION WITH STATE TRACKING PLATFORM.......................... 21
2.1.2 ROUTE MANAGEMENT SYSTEM (RMS) .................................................... 21
2.1.3 FLEET MANAGEMENT SYSTEM (FMS)...................................................... 22
2.1.4 PASSENGER SAFETY & INFORMATION SYSTEM (PSIS) .................... 22
2.1.5 GEO FENCE: .................................................................................................................... 23
2.1.6 MAP DATA AND MAP SERVICES................................................................... 23
2.2 DEPLOYMENT MODEL ......................................................................................................... 23
3 EXPECTED BENEFITS FROM 'VLT -PSIS' PROJECT.................................................... 24
3.1 Benefits to UPSRTC................................................................................................................. 24
3.2 Benefits to Society................................................................................................................... 24
3.3 Benefits to Environment ...................................................................................................... 25
4 Overall Scope of VLT & PSIS:............................................................................................... 26
4.1 Project Scope of Work ........................................................................................................... 26
4.2 Conditions relating to manpower engagement - ........................................................ 33
4.3 Transfer of Assets ................................................................................................................... 33
4.4 General Requirements........................................................................................................... 34
4.5 MOBILE APP SAMPLE PICTURES: .................................................................................... 36
4.6 LOCATION ALARMS SETTING SAMPLE PICTURES .................................................... 37
4.7 DASHBOARD SAMPLE PICTURES ..................................................................................... 38
4.8 sample dashboard analytics representation for illustration .................................. 39
4.9 PSIS- Passenger safety & Information Screens ............................................................ 41
4.10 SMS API Integration ............................................................................................................... 42
4.11 Auto Announcement System .............................................................................................. 42
4.12 Enforcement/ Checking Squad Management System ............................................... 42
4.13 Servers Availability ................................................................................................................ 43
4.14 Administration Web Portal and Mobile App: ............................................................... 43
5 PAYMENT SCHEDULE ........................................................................................................... 44
6 Project Implementation Plan (Timelines) ..................................................................... 46
6.2 Penalty for delay in implementation ............................................................................... 46
7 Service Level Agreement (SLA) ......................................................................................... 47
8 Issue Management Procedures .......................................................................................... 50
9 Indicative Bill of Material ..................................................................................................... 51
9.2 Manpower Requirements....................................................................................................... 53
10 FUNCTIONAL REQUIREMENTS: ........................................................................................ 55
10.1 Alerts from the VLT & PSIS system .................................................................................. 57
10.2 Driver – support and behavior Information System: ................................................ 58
10.3 Display System: ........................................................................................................................ 58
11 Technical Architectural Requirements : ........................................................................ 59
11.1 Presentation layer: ................................................................................................................. 59
11.2 Application layer components : ......................................................................................... 59
11.3 Database layer components. ............................................................................................... 60
11.4 Connectivity to various locations physical connectivity across components: 60
11.5 Data Transfer to Authorized Agency ............................................................................... 60
11.6 Software Product Specifications........................................................................................ 61
11.7 General Packet Radio Service (GPRS) – .......................................................................... 62
11.8 Documentation ......................................................................................................................... 62
11.9 Maintenance .............................................................................................................................. 63
11.10 Roles & Responsibilities of UPSRTC............................................................ 63
12 Bid and bidding process requirements .......................................................................... 64
12.1 Instructions to Bidders ......................................................................................................... 64
12.2 Procedure for submission of bids ..................................................................................... 65
12.3 Cost to Bid .................................................................................................................................. 65
12.4 Contents of the Tender Document................................................................................... 66
12.5 Clarification on Tender Document ................................................................................... 66
12.6 Amendment of Tender Document .................................................................................... 66
12.7 Language of Bids ...................................................................................................................... 66
12.8 Documents Comprising the Bids ....................................................................................... 66
12.9 Bid Prices ………………………………………………………………………………………………...67
12.10 Firm Prices ............................................................................................................ 67
12.11 Bidder Authorization ........................................................................................ 68
12.12 Earnest Money Deposit (EMD) ..................................................................... 68
12.13 Security Deposit .................................................................................................. 69
12.14 Period of Validity of Bids ................................................................................. 70

4
12.15 Revelation of Prices ........................................................................................... 70
12.16 Local Conditions ................................................................................................. 70
12.17 Modification and withdrawal of bids.......................................................... 71
12.18 Address for Correspondence ......................................................................... 71
12.19 Contacting UPSRTC............................................................................................ 71
12.20 Consortium Related Conditions.................................................................... 71
12.21 Opening of Bids by UPSRTC ........................................................................... 72
13 Pre-qualification Criteria ..................................................................................................... 73
13.1 Qualification criteria .............................................................................................................. 74
13.2 Preliminary Examination ..................................................................................................... 79
13.3 Evaluation of Technical Bids ............................................................................................... 79
13.4 Opening of Commercial Bids............................................................................................... 83
13.5 Evaluation of Commercial Bids .......................................................................................... 83
13.6 UPSRTC's Right to Accept Any Bid and to Reject Any or All Bids ......................... 83
13.7 Notification of Award ............................................................................................................ 83
13.8 Signing of Contract. ................................................................................................................. 83
13.9 Confidentiality of the Document ....................................................................................... 83
13.10 Court of Jurisdiction .......................................................................................... 83
13.11 Annexure 1 - Clarifications on tender document(For Pre- Bid) ...... 84
13.12 Technical Bid Formats...................................................................................... 85
13.12.1 Annexure 2 - Covering Letter – Technical Bid ........................................ 85
13.12.2 Annexure 3 – Details of Bidders ................................................................... 87
13.12.3 Annexure 4 - Solution, Approach, Methodology and Work plan ..... 89
13.12.4 Annexure 5 - Declaration/Affidavit ........................................................... 91
13.12.5 Annexure 6 - Profile of Personnel ................................................................ 93
13.12.6 Annexure 7 - Manpower details ................................................................... 95
13.12.7 Annexure 8 - Details of Experience of Bidder in Various projects .. 96
13.12.8 annexure- 9 Response to eligibilty and evaluation criteria .............. 98
13.12.9 Annexure 10 - Project Experience .............................................................104
13.12.10 Annexure 11 - Format for Manufacturer’s Authorization Form ....105
13.12.11 Annexure 12 - List OEMs and their details ...............................................106
13.12.12 Annexure 13 - Details of OEMs ..................................................................107
13.12.13 ANNEXURE-14 List of Bus Stations for LED ..........................................109
13.12.14 Annexure 15 - Proforma for EMD BG ....................................................110
13.12.15 ANNEXURE 16 FORMAT TO BE USED FOR JOINT BIDDING .........111
13.12.17 Annexure 17 - Covering Letter: Commercial Bid .................................126

5
13.12.18 Annexure 18- Commercial Proposal Format .........................................128
13.12.19 Annexure 19 -Proforma for Bank Guarantee ........................................129
13.13 Bid Submission Process .................................................................................131
13.13.1 INSTRUCTIONS TO BIDDERS ......................................................................131
13.13.2 PURCHASE AND DOWNLOADING OF TENDER FORM: .....................131
13.13.3 PREPARATION & SUBMISSION OF BIDS .................................................131
13.13.4 Online Bid Preparation ..................................................................................131
13.13.5 Online Bid Submission ...................................................................................132
13.14 INSTRUCTION TO BIDDERS FOR ONLINE BID
PREPARATION…...132
13.15 OPENING OF BIDS:...........................................................................................133
13.15.1 TECHNICAL ENVELOPE (T1): .....................................................................133
13.15.2 COMMERCIAL ENVELOPE (C1): .................................................................134
14 General conditions and definitions ................................................................................135
14.1 Interpretation .........................................................................................................................136
14.2 Key Performance Measurements ....................................................................................137
14.3 Commencement & Progress ..............................................................................................137
14.4 Bidder’s Obligations .............................................................................................................138
14.5 Personnel: ................................................................................................................................139
14.6 Confidentiality ........................................................................................................................140
14.7 Trademarks, Publicity .........................................................................................................141
14.8 Ethics .................................................................................................................................141
14.9 Corrupt or Fraudulent Practices .....................................................................................141
14.10 Purchaser’s Obligations .................................................................................142
14.11 Events of Default by the Bidder ..................................................................142
14.12 Consequences of Default ...............................................................................144
14.13 Terminate the Contract in Full or Part.....................................................144
14.14 Breach and Rectification ...............................................................................144
14.15 Protection and Liabilities Warranty .........................................................145
14.16 Third Party Claims ...........................................................................................146
14.17 Limitation of Liability .....................................................................................147
14.18 Intellectual Property .......................................................................................148
14.19 Change Control ..................................................................................................149
14.20 Changes originating from the purchaser ................................................150
14.21 Changes originating from supplier ............................................................151
14.22 Termination........................................................................................................151
6
14.22.1 Conditions for Termination..........................................................................151
14.22.2 Dispute Resolution ..........................................................................................153
14.23 Audit, access and reporting ..........................................................................155
14.23.1 Purpose ................................................................................................................155
14.24 Notice and Timing ............................................................................................155
14.25 Exit Management Schedule ..........................................................................156
14.25.1 Purpose ................................................................................................................156
14.25.2 Cooperation and Provision of Information ............................................158
14.25.3 Exit Management Plan....................................................................................158
14.26 Other Conditions ..............................................................................................159
14.27 General .................................................................................................................159
14.28 Survival: ...............................................................................................................160
14.29 Entire Contract:.................................................................................................160
14.30 Governing Law ..................................................................................................160
14.31 Jurisdiction of Courts ......................................................................................160
14.32 Force Majeure:...................................................................................................160
14.33 Period of Contract ............................................................................................161
14.34 Conditions precedent .....................................................................................161
14.35 Non-Fulfilment of Conditions Precedent ................................................161
14.36 Governance Schedule......................................................................................162
14.37 Amendment to Agreement ...........................................................................163
14.38 Change Request Order Template ...............................................................164

7
DISCLAIMER

Uttar Pradesh State Road Transport Corporation, Lucknow (hereinafter referred


to as “UPSRTC”) has issued this RFP (herein after referred to as “RFP”) for Selection of
an Agency for Implementing of AIS-140 Based Vehicle Location Tracking and
Passenger Safety & Information System at UPSRTC, as 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.
1. 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 UPSRTC to consider the investment objectives,
financial situation and particular needs of each bidder.
2. UPSRTC 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 shall 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 UPSRTC in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the
information that each Bidder may require.

3. This RFP is not an agreement by and between UPSRTC and the prospective bidders or
any other person. The information contained in this RFP is provided on the basis that
it is non–binding on UPSRTC, any of its authorities or agencies, or any of their
respective officers, employees, agents, or advisors. UPSRTC 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 is
advised to consider the RFP document as per his understanding and capacity. The
bidders are also advised to do 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 are also

8
requested to go through the RFP document in detail and bring to notice of UPSRTC any
kind of error, misprint, inaccuracies, or omission in the document. UPSRTC reserves
the right not to proceed with the project, to alter the timetable reflected in this
document, or to change the process or procedure to be applied. UPSRTC also reserves
the right to decline to discuss the Project further with any party submitting a proposal.
4. No reimbursement of cost of any type shall be paid to persons, entities, or consortiums
submitting a Proposal. 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 UPSRTC or any other costs
incurred in connection with or relating to its Bid.
5. This issue of this RFP does not imply that UPSRTC is bound to select and pre-qualify
Bids for Bid Stage or to appoint the Selected Bidder or Concessionaire, as the case may
be, for the project and UPSRTC reserves the right to reject all or any of the Bids without
assigning any reasons whatsoever.
6. UPSRTC 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.

7. UPSRTC, 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.
8. UPSRTC 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.

9. Interested parties, after careful review of all the clauses of this ‘RFP’, are encouraged to
send their suggestions in writing to UPSRTC. Such suggestions, after review by
UPSRTC, may be incorporated into this ‘RFP’ as a corrigendum which shall be uploaded
onto the e-Tendering website: https://etender.up.nic.in/

9
GLOSSARY OF TERMS
S.No Term Meaning
1 Addl.MD Additional Managing Director
2 AM (IT) Assistant Manager (Information Technology)
3 AMC Annual Maintenance Contract
4 ATS Annual Technical Support
5 BoM Bill of Materials
6 BI Business Intelligence
7 CCC Command Control Centre
8 CCTV Closed-Circuit Television
9 CIRT Central Institute of Road Transport
10 The price payable to the BIDDER under this Contract for the full and
Contract Value
proper performance of its contractual obligations.
11 Department Uttar Pradesh State Road Transport Corporation
12 EMD Earnest Money Deposit
13 ERSS Emergency Response Support System
14 FY Financial Year
15 GIS Geographic Information System
16 GM (IT) General Manager (Information Technology)
17 GoI Government Of India
18 GoUP Government of Uttar Pradesh
19 GPRS General Packet Radio Service
20 GPS Global Positioning System
21 ICT Information & Communication Technology
22 IRNSS Indian Regional Navigation Sattelite System
23 LoI Letter of Intent
24 MD Managing Director
25 MIS Management Information System
26 MoRTH Ministry of Road Transport & Highways , GoI
27 O&M Operations & Maintenance
28 OEM Original Equipment Manufacturer
29 PBG Performance Bank Guarantee
30 PIS Passenger Information System

10
S.No Term Meaning
31 PSIS PassengerSafety & Information System
32 PQ Pre-Qualification
33 Proposal Response or offer submitted by bidders for this e-Tender
34 PSU Public Sector Undertaking
35 PTO Public Transport Operators
36 Purchaser UPSRTC
37 SAN Storage Area Network
38 SDC State Data Center
39 SDK Software Development Kit
40 Services - as to be provided under the scope of work and elsewhere
Services
herein and as instructions from time to time by UPSRTC
41 SI System Integrator
42 SIM Subscriber Identity Module
43 SLA Service Level Agreement
44 SM (IT) Service Manager (Information Technology)
45 SMS Short Message Service
46 SOP Standard Operating Procedure
47 SOW Scope of Work
48 TEC Tender Evaluation Committee
49 TI Training Institute, Kanpur
50 TQ Technical Qualification
51 UAT User Acceptance Testing
52 UPS Uninterruptible Power Supply
53 UPSRTC Uttar Pradesh State Road Transport Corporation
54 VLT Vehicle Location Tracking
55 VPN Virtual Private Network

11
1 PROJECT BACKGROUND
Public transport has always been accepted as hallmark of a good transportation system
of any State - and because of its' pivotal role in providing desired mobility public transport
is vital for social and economic growth of the region.
Uttar Pradesh State Road Transport Corporation (UPSRTC) was established with
above objective on June 1,1972 under the provisions of RTC Act -1950 of Government
of India. as a government undertaking which provides public transport to villages,
towns /cities within Uttar Pradesh and even adjoining states. During last decade the
corporation has emerged as rapidly growing and profit making STU of the country.
Prior to this the passenger road transport services in the state of U.P. commencing
from 15th May, 1947 with the operation of bus service on the Lucknow - Barabanki
route were directly operated by the state government
As per the current status, UPSRTC is operating a fleet of approximately 12000 buses
in different categories within the geographical boundaries of the state and to
neighbouring states like Delhi, Uttarakhand, Punjab, Rajasthan, Bihar, Haryana,
Madhya Pradesh etc..too under reciprocal agreements .

1.1 PROJECT DESCRIPTION


This invitation for bid is for project “AIS-140 Based Vehicle Location Tracking with
Passenger Safety & Information System” for Uttar Pradesh State Road Transport
Corporation (UPSRTC) on turnkey based Build Own Operate & Transfer (BOOT) model
UTTAR PRADESH State Road Transport Corporation intends to address the critical issue
of women safety within the buses and its' premises by addressing and resolving
panic/distress incidences through ERSS, tracking of its buses to bring in overall
operational discipline by adopting AIS140 compliant state-of-art technologies and
attractive, convenient, comfortable, value added services to bring overall discipline
in its bus operation through this VLT-PSIS project.
VLT & PSIS project will cover core systems such as Vehicle Tracking System, Real Time
Passenger Safety and Information System and Control Centers at all depots, all
regional headquarters and corporate headquarter level in Lucknow. Core technologies
including GPRS, GSM, Geographical Positioning System (GPS), Display units at bus-
stations, and scope for expanding to in bus destination boards with voice
announcement and Information & Communication Technologies.
As part of this project, the selected SI shall install VLT units from any of the enlisted AIS
140 certified selected bidders (The VLT device and backend system should be
approved by MoRTH*/Transport Department Uttar Pradesh.) in 11935 buses held by
12
UPSRTC. After the tagging process (with approval by transport department officials) of
VLT units, the UPSRTC buses will be available for real time tracking and monitoring.
Any change in fleet size over the project tenure due to addition/deletion,
replacement/augmentation shall make the selected bidder eligible for all payments
except for the cost of pre fitted VLT and Panic button devices in the new buses.
Integration of all such new buses will also come under the existing scope of work of the
selected bidder.
The existing fleet as mentioned above also includes 550 number of buses with pre-fitted
equipment and devices (including 50 nos. of women special pink buses with VLT devices, panic buttons,
cameras, and mNVRs and integrated with DIAL100/112). The scope of work for selected bidder will also
include integration ,operation & maintenance of existing approx 550 buses on which VLT devices
and panic buttons are duly fitted and amongst which 50 number of women special buses are
equipped with onboard cameras also
1.2 KEY STAKEHOLDERS
The key stakeholders related to the project are

• Ministry of Road Transport and Highways


1

• Transport Department GoUP


2

• Uttar Pradesh State Transport Corporation


3

• State Tracking Platform Provider


4

• Police Department of Uttar Pradesh/ERSS


5

• Vehicle Manufacturer/VLT Device Manufacturer


6

The role of key stakeholders related to the project is listed below in the sub-sections
1.2.1 MORTH, GOVT OF INDIA
The role of MoRTH, Govt of India related to the project is as below:
1. Provides funds under NIRBHAYA SCHEME of Ministry of Women & Child
Development (WCD) of GoI.
2. Issue guideline/clarification as required from time to time.
3. Coordinate with NIC for integration with VAHAN

13
1.2.2 TRANSPORT DEPARTMENT GOVT OF U.P
The role of the Transport Department, Govt of Uttar Pradesh related to the project is as
below:
1. To ensure that the rules notified by MoRTH, Govt. of India under the scheme are
followed.
2. To notify the date of applicability of CMVR 125H for Public Service Vehicles registered
prior to 1st Jan 2019.
3. Establishment of the Monitoring Centre for tracking and monitoring vehicles fitted
with VLT devices and its continued operation, management and maintenance .

1.2.3 UPSRTC
UPSRTC shall own the application software as well as the application specific data along
with complete project assets.

1.2.4 STATE VEHICLE TRACKING PLATFORM PROVIDER


Govt. of Uttar Pradesh has selected BSNL as State Tracking Platform provider to provide
AIS-140 compliant Vehicle Tracking Platform as a SaaS Model, free of cost for the
implementation of AIS-140 Standards as well as MoRTH guidelines in the State of U.P.
1.2.5 POLICE DEPARTMENT, GOVT OF U.P
The roles of the Police department related to the project are to facilitate integration
with Emergency Response Support System (ERSS).

1.2.6 VEHICLE MANUFACTURER/VLT DEVICE MANUFACTURER


The role of VLT device manufacturers/suppliers registered in the Transport
Department, Govt of Uttar Pradesh related to the project are as below:
1. To supply, install, activate vehicle tracking devices meeting guidelines and standards
as defined in MoRTH guidelines, Transport Department , GoUP guidelines and AIS140
standard and approved by Vehicle Manufacturers for their respective make and
models from time to time.
2. To upload the device details in VAHAN portal/Uttar Pradesh State AIS-140 Compliant
Backend of BSNL for linking the VLT device to “Specified Vehicle(s)” .
3. To facilitate proper installation and activation of the VLT devices as per MoRTH
notification and guidelines(including eSIM activation,KYC,validity, and cellular data).

14
1.3 ORGANIZATION CHART:

15
1.4 UPSRTC OPERATIONS

Ordinary Buses: Janrath Buses:


A FLEET THAT ENSURES COMFORT AT ORDINARY THIS AC BUS SERVICE IS WELL KNOWN FOR EASE AND FAIRS

AND SHUTTLES BETWEEN VARIOUS CITIES. COMFORTS INSIDE

AC Sleeper Buses: High End Scania/Volvo :


THESE BUSES ARE SYNONYM OF COMFORT AS THESE ARE MULTI AXLE BUSES , PROVIDING LUXURIOUS ONLY 28

SEATS ON LOWER TIER AND 15 BERTHS AND COMFORTABLE JOURNEY EXPERIENCE.

ARE THERE

1.5 DEPOT UNITS & THEIR FLEET STRENGTH


UPSRTC operations and administrative functions are conducted and regulated through 20
regions which directly control the 115 depot units under them .The list of depots and buses
available as on date is as follows :-

16
1.6 DEPOTWISE FLEET
FLEET AS ON APRIL 2021
AVG. BUSE AVG. BUSE
S. TOT S.
REG DEPOT NAME CO REG DEPOT NAME CO TOTAL
NO HRD AL NO HRD
RP. RP.
AGR 1 AGRA FORT 83 21 104 JHN 65 JHANSI 142 4 146
2 TAJ DEPOT 91 7 98 66 ORAI 97 1 98
3 FOUNDRY NAGAR 85 25 110 TOTAL 239 5 244
4 IDGAAH 112 0 112 LKO 67 CHARBAGH 125 22 147
5 MATHURA 82 36 118 68 AWADH DEPOT 92 23 115
6 WAH 47 2 49 69 KAISERBAGH 127 113 240
TOTAL 500 91 591 70 RAEBAREILLY 88 89 177
BULAND
GZB 7 88 18 106 71 BARABANKI 0 127 127
SHAHAR
8 HAPUR 94 12 106 72 ALAMBAGH 0 124 124
9 KHURJA 77 0 77 73 UNMPS 126 26 152
10 LONI 106 3 109 TOTAL 558 524 1082
11 SIKANDRABAD 63 0 63 AYD 74 AKBARPUR 61 0 61
12 SAHIBABAD 168 0 168 75 AYODHYA 110 23 133
13 KAUSHAMBHI 131 106 237 76 SULTANPUR 81 32 113
14 GZBD 0 50 50 77 AMETHI 44 0 44
TOTAL 727 189 916 TOTAL 296 55 351
MRT 15 GARH 99 0 99 CHK 78 BANDA 129 0 129
16 BARAUT 75 46 121 79 MAHOBA 117 3 120
17 MEERUT 136 0 136 80 RATH 90 0 90
18 SOHRAB GATE 137 58 195 81 HAMIRPUR 63 0 63
19 BHAISALI 0 193 193 TOTAL 399 3 402
TOTAL 447 297 744 DPT 82 GONDA 83 12 95
MUZAFFAR
SRE 20 141 53 194 83 BAHRAICH 104 11 115
NAGAR
21 CHUTMALPUR 72 0 72 84 BALRAMPUR 76 0 76
22 KHATAULI 78 8 86 TOTAL 263 23 286
23 SAHARANPUR 177 35 212 PRG 85 CIVIL LINES 76 35 111
24 SHAMLI 0 23 23 86 MIRZAPUR 59 11 70
25 GANGOH 0 29 29 87 PRATAPGARH 68 13 81
TOTAL 468 148 616 88 ZERO ROAD 80 6 86
NOD 26 NOIDA 215 0 215 89 LEADER ROAD 97 0 97
27 GR.NOIDA 162 0 162 90 PRAYAG DEPOT 105 9 114
TOTAL 377 0 377 91 LALGANJ 26 10 36
ALI 28 ALIGARH 113 5 118 92 BADSHAHPUR 21 0 21
29 ETAH 118 44 162 TOTAL 532 84 616
30 HATHRAS 83 0 83 AZM 93 AZAMGARH 79 1 80
31 KASGANJ 67 22 89 94 Dr.AMBEDKAR 72 3 75
32 BUDHVIHAR 118 18 136 95 BALIA 61 29 90
33 NARORA 47 0 47 96 DOHRIGHAT 52 0 52
34 ATRAULI 50 0 50 97 BELTHRA ROAD 39 2 41
TOTAL 596 89 685 98 SHAHGANJ 31 0 31
MBD 35 BIJNORE 84 29 113 99 MAU 47 1 48
36 MORADABAD 102 24 126 TOTAL 381 36 417
37 PITAL NAGARI 101 59 160 GKP 100 BASTI 95 29 124
38 RAMPUR 73 0 73 101 RAPTI NAGAR 90 26 116
39 NAJIBABAD 62 8 70 102 DEORIA 74 123 197
40 DHAMPUR 0 56 56 103 GORAKHPUR 89 107 196
41 CHANDPUR 13 12 25 104 NICHLAUL 44 8 52
SIDDHARTH
42 AMROHA 61 14 75 105 43 1 44
NAGAR
TOTAL 496 202 698 106 SUNAULI 37 0 37

17
BLY 43 BAREILLY 174 34 208 107 PADRAUNA 21 14 35
44 ROHILKHAND 170 29 199 TOTAL 493 308 801
45 BADAUN 131 38 169 VNS 108 JAUNPUR 82 3 85
46 PILIBHIT 96 13 109 109 VARANASI (R) 0 48 48
TOTAL 571 114 685 110 GAZIPUR 80 0 80
HDI 47 HARDOI 145 1 146 111 KASHI 84 0 84
48 SITAPUR 107 77 184 112 CHANDAULI 29 0 29
49 LAKHIMPUR 0 74 74 113 SONEBHADRA 61 0 61
50 GOLA 74 38 112 114 CANT 88 0 88
51 SHAHJAHANPUR 122 77 199 115 VINDHYANAGAR 50 0 50
52 KANNAUJ 50 0 50 TOTAL 474 51 525
TOTAL 498 267 765
ETW 53 BEWAR 73 9 82 G.TOTAL 9392 2547 11935
54 ETAWAH 108 12 120
55 FARRUKHABAD 95 6 101
56 SHIKOHABAD 78 0 78
57 AURAIYA 72 0 72
58 MAINPURI 65 2 67
TOTAL 491 29 520
KNP 59 VIKAS NAGAR 128 11 139
60 FATEHPUR 97 19 116
61 KIDWAI NAGAR 95 0 95
62 UNNAO 86 0 86
63 FAZALGANJ 91 2 93
64 AZADNAGAR 89 0 89
TOTAL 586 32 618

18
1.7 ORGANISATION STRUCTURE OF UPSRTC

19
20
2 OBJECTIVES OF UPSRTCS' VLT - PSIS PROJECT
It is contemplated that building intelligence into the transport system brings in the convergence
of technologies providing a synergetic transformation in the commuters safety, security and
travel experience. The endeavor through this VLT - PSIS project funded under ' Nirbhaya Scheme' by
MoRTH -GoI is to provide a sense of safety & security amongst passengers( particularly women
travelers), reduce waiting time, increase the accessibility of the system, expand the passenger
base, regulate the operational costs, improve efficiency, reduce traffic congestion by providing
actual data for route planning and route rationalization. Thus the project is required to provide
consistent feedback from and about the buses in our fleet, which will be provided to us as MIS
reports and analytics by selected bidder.
2.1 BASIC PROJECT COMPONENTS
2.1.1 INTEGRATION WITH STATE TRACKING PLATFORM
The selected bidder will integrate all the AIS 140 VLT devices with backend system of the
State Transport Department. It will be the responsibility of the bidder to tag these devices
on VAHAN Portal and activate these devices on the backend system of Transport
Department GoUP. All relevant guidelines issued by MoRTH/Transport Dept GoUP in this
regard shall be adhered to and complied by the selected bidder.

2.1.2 ROUTE MANAGEMENT SYSTEM (RMS)

The RMS will involve digitization of routes details, stoppages, locations and time schedules
of UPSRTC buses and capture schedules of trip, arrival and departure timings at
designated points, and prepare a digitized time schedule for each bus. By using this
information, UPSRTC will monitor, manage and take precautionary and corrective
measures to reduce frequent and common offences like route violation/ diversion, trip
curtailment, unauthorized halts, delayed service operation, etc.
The selected bidder will host RMS on a separate government approved Cloud. Thus RMS will
carry details and decision making input on -
i) Stoppages/Stages: It is a unique way of identifying a place in the route of stage
carriages in terms of the geo -coordinates of the place (latitude and longitude). A route
will be a sequential chain of stoppages/stages on which buses traverse and even some
of the stoppages/stages will be common for multiple routes. The stoppages/stages
identification and marking of stoppages/stages on map are vital for this system and
has to be carried out very precisely with the knowledge of the location and
geographical area under consideration.

21
ii) Creation of routes: The software shall be capable of entering the route details of
complete bus-operation of UPSRTC. For the route data entry, he user has to select
the Stoppages/stages which come along the route and has to enter the arrival and
departure timings for each stoppage/stage of each trip.
iii) Identification of bunching of buses: The bunching of buses is a common problem
which creates redundancy of operation and cost-incurrence in public transport
system. To identify bunching of buses an intelligent system is needed to analyze the
schedule of buses in each route and identify uneconomical services at important nodes
of such routes. The proposed system shall be capable of identifying and reporting the
bunching/ clustering of buses and corresponding timeslots for rectification of the
problem. The system should be capable of suggesting/ indicating revised time
schedules of such buses.
2.1.3 FLEET MANAGEMENT SYSTEM (FMS)
FMS will help UPSRTC to improve the efficiency of its fleet and its operations through
efficient management on the usage of each bus, behavior of driver( Over speeding,
Harsh braking, Harsh acceleration, instances gathering) , safety of passengers, route
and schedules of bus, optimization of route. The data related to vehicle maintenance,
insurance, tax and other details will be recorded through FMS master data. The
system will calculate the standard fuel consumption for each vehicle using data
collected from ETM machines of UPSRTC.
Behavior of driver can be analyzed by continuously monitoring the trip data, vehicle data
and other crucial data shared from State Tracking platform on parameters relevant
for UPSRTC such as on instances of harsh braking, harsh acceleration, over speeding
unauthorized halts, route diversion , omitting fare stoppages etc.

2.1.4 PASSENGER SAFETY & INFORMATION SYSTEM (PSIS)


PSIS is an automated system for providing the public with information on routes and
schedules of UPSRTC buses. The system will be required to provide accurate expected
time arrival (ETA) of UPSRTC buses at each point to the public by using real time
tracking information. This will be elaborated further through deployment and
available LED display units at bus stations and are to be deployed in this project will
be setup as part of this project, for displaying the time schedules (departure time,
arrival time and estimated time of arrival). Using PIS mobile app, the public shall be
able to get the accurate arrival and departure time of UPSRTC buses from at any
STOPPAGE.

22
(1) Mobile App: The information about buses of UPSRTC will be made available in mobile App
so that public can use this mobile app for getting real time information of buses and its time
details with expected time of arrival etc. Advanced notifications on arrival at a STOPPAGE
point shall also be provided by the mobile app.
(2) DISPLAY OF SCHEDULES:
The system shall be capable of displaying the incoming bus schedules along with the
expected time of bus arrival via LED display boards at bus stations.
2.1.5 GEO FENCE:
Since geo-fence is a virtual perimeter for a real-world geographic area. The system shall be
capable of defining geo-fences and shall be configured to generate alerts when a vehicle
enters or exits a virtual assigned boundary set up under permit conditions or as designated
route of operation for UPSRTCs' operating bus.

2.1.6 MAP DATA AND MAP SERVICES


This project VLT-PSIS will be supported with map data & map services for displaying points
of interest like workshops, bus stations, bus stops, fare stoppages and boarding / alighting
places etc. much more accurately and also for calculating the distance between two points
and route designing, a navigational grade map service/data is essential for fleet management
system.

2.2 DEPLOYMENT MODEL


Under the MoRTH- GoI mandate all public service vehicles fitted with AIS 140 VLT will be
tracked at state tracking platform and entire data will be hosted on the backend system of
State. However, the UPSRTCs' data will also be hosted on a separate independent cloud
infrastructure empanelled by Meity GoI. On the same cloud infrastructure, applications (FMS,
RMS, PIS) will also be hosted.
The system will be accessible as an interactive browser based web application which can be
accessed from any location by the users (Transport department, UPSRTC, etc. ) and will be
based on roles and privileges defined through a protocol in the system. System will also offer
a Mobile Application for use by public for obtaining the real-time information of buses.

23
3 EXPECTED BENEFITS FROM 'VLT -PSIS' PROJECT
1. Operations : Increased WOMEN passenger base for goodwill & business growth for
UPSRTC.
2. Productivity gains: increased passenger trips, capital savings (due to reduction in
redundant trips/ services , effective utilization and optimum of vehicles).
3. Labour savings: reduced need for additional road supervisors and manual
documentation.
4. Efficiency improvement: Improved ability of dispatchers to control bus operations as
well as better monitoring of crew and vehicle performance.
5. Effective tracking of off-route vehicles: Monitoring of schedule adherence and their
punctuality.
6. Communications: The system will improve communications between supervisors,
drivers, operators. and passengers through reliable Passenger Information System
(pertaining to ETA/ETD etc.).
7. Public Image: The integrated system will lead to improvement in service quality for
passenger and result in reduction of complaints and image building effort of UPSRTC.
8. Bus Scheduling and Planning: The data obtained from the VT & PSIS system will be
utilized for proper scheduling for which the bidder shall design suitable software
which allows for potential reduction in schedule preparation time and manpower
need. At the same time the system will be expected to assist in demand assessment
between major bus-stations and bus-stops .
9. Safety: The operative system will flag accident -prone points and unsafe route patches
for extra alertness of drivers and proper scheduling of services in such areas .
10. Security: The integrated system will provide enhanced sense of safety & security
amongst passenger- particularly women passengers , for being on-board on a public
transport which is consistently being monitored and from which every distress call
will be attended by the redressal agency of State.
3.1 BENEFITS TO UPSRTC
a) Improved passenger confidence and patronage
b) Effective monitoring tool for instant penal and corrective measures.
c) Reduced the operational costs
d) Optimization of routes/trips using various MIS data
3.2 BENEFITS TO SOCIETY
a) Reduced idle waiting time and uncertainty
b) Improved economic productivity

24
c) advantage access of the system for tracking a particular bus service & ticket issue option
through mobile app.
3.3 BENEFITS TO ENVIRONMENT
a) Reduced traffic congestion within city/ urban areas & lesser vehicle
emissions.
b) Reduced number of private vehicles on road with better service and
acceptance of Public Buses

25
4 OVERALL SCOPE OF VLT & PSIS:
The overall scope for selected bidder will consist of design, development/customization,
testing, installation, commissioning, training, operations and management of hardware,
software & application including all facilities under this project for a period of five years. The
project is planned to cover about 11750 buses (including hired buses) to start with and
later as per the availability of buses in fleet of UPSRTC during the project tenure.
4.1 PROJECT SCOPE OF WORK

1 Supply, Installation, Testing, Commissioning & Integration of VLT’s along with 10 Panic
Buttons and all necessary fittings & fixtures in the buses and their maintenance for the entire
contract period of 5 years.

2 Selected bidder will also be required to fit and maintain VLT devices with 03 Panic Buttons in
e a c h o f t h e departmental vehicles meant for official use, patrolling and enforcement
purposes.
3 Supply, Installation, testing and commissioning of LED display boards for display of Passenger
Information, in identified Bus stations (As per annexure- 14) along with all fittings, fixtures
and required PSIS controllers and their maintenance during the entire contract period. The
selected bidder will also provide and maintain PIS services on existing LED/LCD display
boards of UPSRTC available at various bus -stations. Successful bidder will also be required to
display PSIS along with all advertisements/ information/matter as desired by UPSRTC
without any additional cost.
4 Supply, installation, testing and commissioning of all the required Server Hardware, Firewalls,
Software, database, data storage, all required connectivity, networking equipment’s, etc.,
required for cloud based data storage and paying hosting charges. The successful bidder will
be responsible for maintenance of the same for the entire contract period at his cost.
5 The required Hardware like Servers, Network Equipment and all Software licenses may be
obtained from government approved Cloud Service providers. The entire application can be
hosted on approved Cloud Platform equivalent to TIER III or above Data Center.

6 Providing the required communication subsystem including embedded e-SIM activation &
subscription payment, payment of recurring charges for the required GPRS/GSM
communication, for the entire contract period of five years. The successful bidder has to
provide private APN Network (MPLS cloud) for all the e-SIMs.

26
7 Geo-fencing/Geo-coding of all the required Bus Depots, Bus Stations, routes, fare stoppages,
prominent landmark places and all establishments including all the important en-route points
identified by UPSRTC and its updation during the project period. The Selected bidder will be
provided details of all bus stops /bus stations , Halt/fare stoppages , bus working diagrams
etc as available with UPSRTC . The selected bidder will also do Geo-fencing/Geo coding of any
new bus stops/ bus stations added during the entire project period.

8 The selected bidder will support the Software, Hardware, Network Infrastructure,
Connectivity etc for the entire contract period of five years. The bidder will also deploy
required manpower for maintenance of all the Hardware, System and Application Software,
Network Infrastructure, Connectivity etc., for the complete contract period. This shall include
providing manpower at Depot, Regional and Head office level (minimum deployment number
can be referred under 'manpower requirements') to maintain and manage the VLT & PSIS
equipment, under the project. The deployment plan and deployed workforce details should be
submitted to UPSRTC.
10 The successful bidder will install Video Walls (55” LED PANELS) at Regional Control Rooms
(RCR) and Video Wall (4x4 LED MATRIX OF 55” PANELS) at Central Command Centre (CCC )
at UPSRTC headquarters along with required network controller hardware/software and
maintenance of this infra for the entire contract period of 5 years.

11 The successful bidder shall organize project orientation & periodical training programs about
the complete functioning of the VLT & PSIS i.e., all operations, MIS reporting, analytics,
monitoring etc., to designated officials and employees of UPSRTC starting from execution
period and till the complete contract/project period as per approved training schedules by
UPSRTC HQ.

12 The successful bidder shall provide support in daily operations of VLT & PSIS, hardware,
software, connectivity related problems occurring at depot/bus station level. Necessary
training should be provided to designated UPSRTC personnel to enable them to carry out
these activities.

13 Successful bidder shall capture the data from the VLT device installed in the bus and transmit
it in cloud hosted computing and storage server for storage and reference. It will be the
responsibility of the bidder to ensure consolidated monthly data/ backup of 90days of all
buses & depots on instant retrieval basis and beyond that in cold-data form for the entire

27
project period. The storage media in the form of SAN/External Hard Disk/DVD/Pen Drive
shall be provided by the successful bidder and will be handed over to UPSRTC at the end of
the project period.

14 Mobile App for Passengers


(Public App for Android and iOS Users/ passengers to track the services.)
1. Mobile app for the passengers should be able to get the location of the desired bus
service using Mobile GPS and list the nearby Bus stops with display of upcoming
buses for him.
2. The passenger should be able to search for buses that are being currently operated
between two bus stations- while searching for buses between two bus stops. The user
should be able to filter the results based on the service types
3. The passenger should be able to see the live bus location on the Google Map for
desired route and should be able to track the bus service in motion.
4. ETA should be displayed along with the scheduled time for all the upcoming bus stops
in that service.
5. The passenger should be able to add his favorite routes, trips, and service numbers
for quick access.
6. The passenger should be able to provide the feedback directly from the app on various
pre-defined categories.
7. The passenger should be able to send SOS signals to the UPSRTC officials when there
is an accident, breakdown or when on-board passenger gives a distress call and needs
some help.
8. The passenger should be able to set an wake-up alarm for his chosen his destination
while travelling in the bus linking with ETA .
9. The passenger should be able to send an emergency message with location data to any
two user’s choice mobiles numbers which are pre-saved in mobile app.
10. Instant SMS alerts need to be sent to the corresponding RTC officials when an SOS
button is pressed by the passenger.
11. Provision to send banners to the public app about discounts and other important
information should be provided.
12. There should be an option to show messages at the service level, when there are
deviations to the route.

13. Whenever a service is cancelled the corresponding message status should be


reflected automatically on the app.

28
15 Mobile App- UPSRTC Staff
1. All the UPSRTC officials should be able to access the Admin App using native
authentication using usernames and passwords.
2. Admin app access should be allowed through OTPs for the authentication upon
enabling the option and a log should be maintained.
3. The admin users should be able to assign a vehicle to a service directly from the app.
and to mark a service as cancelled directly from this app for tracking.
4. The designated UPSRTC staff should be able to track a bus/ official vehicle using service
number, service code and trip id. live on Google map
5. The UPSRTC users should be able to record the accidents information directly from the
app with date, time, place details and upload options to store pictures of the buses and
other vehicles in the app.

16 Web Portal for UPSRTC Passengers (Public)


1. The web portal should be responsive in nature to fill all the sizes like desktop, tablets,
mobiles etc. wherein passengers may be able to see the buses running between two
bus stops with complete ETA details for all the upcoming en-route stops for operational
services etc . as has been asked for through mobile app.
2. All the functions of the Existing web application must be provided besides any new
features as per the requirement from time to time.

17 Web Portal for UPSRTC Staff


1. The web portal should be secured through provision of authentication using the
username and password, and provide all features and capabilities as has been asked
for through mobile app.

2. All the features in web portal should be available at admin level too.
3. The status of replaced VLTs with vehicle details, the nature of the defect of the old VLTs
and the rectified /repaired VLTs status should be shown dynamically State
/Region/Depot wise.
4. Vehicle status like online, repair, accident, cut off, offline, battery removed, tampering,
bus off-road etc with date and time should be shown dynamically State/Region/Depot
wise.
5. The live status of the last data packet received from VLT for every vehicle in admin
portal as well as admin mobile app should be shown dynamically State/Region/Depot
wise.

29
6. The hired buses' vehicle master with contract agreement period should be shown
separately with VMU details.
7. Scrap vehicle details should be shown with effected date.
8. Data analytics of the key parameters like, KMs, vehicle utilization , etc. required by
UPSRTC in charts and pictures formats should be shown at micro level of each trip.
I The staff should be able to create new/edit the master data for
a) Service class
b) Routes
c) Services
d) Buses/
e) Crew details
f) Service schedule
g) Depots
h) Regions
i) Accident Types
j) Road types
k) Bus stops
II. The MIS reports need to be displayed with required filters
a) Departure Punctuality
b) Arrival Punctuality
c) Un authorized stoppage report
d) Tracking status report
e) VLT Status report
f) Route deviation report
g) Cancellation report
h) Service Schedule report
i) Headway chart displaying all the services between two bus stops
j) Feedback report
k) Emergency report from SOS
Above is a list of indicative documents, the original requirement for reports might be
more and might change over time. The new reports are to be added from time to time as
per requirement and will be deemed within the scope of the project without any extra
cost provisions for selected bidder.
III. The dashboards needs to be enabled with depot and regional level filters to

30
display the summary of the entire fleet on required parameters.
IV. The admin app should provide options to create special services that run only for
a specific period of time.
18 Web Portal – Live tracking - for UPSRTC Staff
1. The live tracking application should display the buses on a licensed Google maps.
2. By clicking on the vehicles on the map, the registration number ,depot, location in
terms of name of the place, service and trip related information along with the
driver/ crew phone number need to be displayed.
3. In playback, speed control ruler shall be provided.
4. In playback as well as in live, schedule route to be displayed in green colour and
actual route in red colour.
5. Track by route (From - To) provision and available service category and their
fares to be displayed.
6. Search by vehicle registration number provision to be given.
7. Need to provide speed of the bus in specific interval of time.
8. Status filter for selecting Region /Depot/ category should be provided.
9. Track by service name and/or number should be provided based for selected
Date & Time.
10. Status filters for selecting On-time/ Delayed /advance arriving buses/Services.
11. All the functions and reports of the Existing web application must be provided
besides any new features as per the requirement from time to time.
19 Web Portal – Data Analytics - for UPSRTC Staff
The composite solution provided by the selected bidder for this project should be capable to
integrate with UPSRTCs' bus ticketing Project IoT- IBTS. This web-portal will be required
provide data analytics through display of the data more effectively by using interactive
pictures and charts through the dash board on all the parameter as required by the UPSRTC
from time to time and should be shown through interactive visualization with predictive
analysis.
The data analytics is to enable the users to create an eco-system to help organizations learn
and understand their business in a better manner by discovering new insights and patterns
about business processes and operations to gain competitive advantage. It should include:
BI infrastructure — should have the capability to connect different data sources, such as
VLT&PSIS, C I S, OPRS etc. and generate different kind of reports and dashboards as future
requirements.
Development tools — s h o u l d provide a set of programmatic development tools and a
visual development environment for integrating all processes related to Routes, Services,

31
conductor/ drivers and operation/quality measures to come up with a comprehensive
solution. This platform enables developers to build BI applications without coding by
using wizard-like components for a graphical assembly process.
Reporting — Ability to create formatted and interactive reports (parameterized) with
highly scalable distribution and scheduling capabilities. The reports are varied and
categorized on Region, Division, Depot, Route or Service. They also cover interstate and
intra state reporting structures.
Dashboards —A subset of reporting with an ability to publish formal, Web-based reports
comprising of intuitive interactive displays of information, including dials, gauges, sliders,
tables and graphs. These displays indicate the state the performance of a metric compared
with a goal or target value.

Interactive visualization —Display numerous aspects of the data more efficiently by


using interactive pictures and charts, instead of rows and columns. Advanced
visualization should beyond just slicing and dicing data to include more process-driven
BI systems, allowing end- users to understand better the workflow through a visual
representation.

32
20 Replacement/Repair Management of defective equipment and devices
1. Successful bidder will provide the status of replaced VLTs with vehicle details, the nature
of the defect of the old VLTs and the repaired VLTs status every week to the concerned
Depot and Regional officials and consolidated monthly details of it to UPSRTC hqrs,.
Identification of the problem and rectification in VLTs is to be done before next scheduled
out shedding of the bus from workshop. In case where the VLT device is to be replaced
by selected bidder he will be allowed 5 days time for refitment from the spare inventory
and registering it on the VAHAN portal.
2. Successful bidder should provide web portal for display and updation status of the
vehicles with functional and non-functional devices to UPSRTC staff categorizing the
online, repair, accident, cut off, offline, battery removed, in company etc with date and
time, and at any time the complete inventory according and tallying with the fleet
strength stored in data base. The information should be shown dynamically in admin web
portal.

4.2 CONDITIONS RELATING TO MANPOWER ENGAGEMENT -


1. The salaries, perquisites, allowances etc., for the employees should be borne by the Bidder
only. The manpower employed by the Bidder should not be considered as employees of
UPSRTC in any respect and they should not claim any benefits in UPSRTC in future.
2. The persons engaged by the successful bidder, to carry out work shall be paid minimum
wages as fixed by the Labour department/Commissioner of Labour(UP), EPF, ESI etc., as per
statutory provisions from time to time and a proof to that extent shall be produced to
UPSRTC on regular basis.
3. The successful bidder shall prepare all necessary documentation for the project.
4.3 TRANSFER OF ASSETS
1. All the project hardware, software, VLTs along with all fitments & fixtures and all other
equipment would be transferred to UPSRTC at the end of the Project period of FIVE years
along with Application Software Developed/Used by the successful bidder under this VLT
& PSIS project of UPSRTC. All project related hardware components & peripheral items and
data such as input, output, masters etc. and source code created for UPSRTC would be the
property of UPSRTC and transferable to UPSRTC at the end of the Project period at a
notional consideration value of Rupee 1 only.

ii. It will be the responsibility of the successful bidder to provide complete backup of all
developed/used application software (latest & updated version) and whole database of the
complete project period.
33
iii. It will be the responsibility of the successful bidder to hand over all the project material in
working & fully operational/ functional condition at the end of the project duration.
4.4 GENERAL REQUIREMENTS
1. The successful bidder will be required to setup Helpdesk services on 24x7x365 basis at
CCC to resolve issues relating to technical snags. The successful bidder will be responsible
to login all such issues, assign registration number to each of these issues and present
resolution details on daily basis to UPSRTC.
2. Successful bidder will arrange to show the time and location of the last data packet received
from VLT for every vehicle in admin portal as well as admin mobile app.
3. Successful bidder will maintain the hired buses' vehicle master data including agreements'
starting and ending dates, designated route, change in route(if any), incomplete/varied
schedule operation etc. with an alert facility .
4. Successful bidder will maintain 10 % spare VLTs, related connectors , accessories etc .to
enable smooth functioning of the system.
5. Successful bidder will provide MIS reports, data analytics on stipulated frequency.
6. All of the relevant data transmitted from VLT devices in buses to the State Data center &
State Emergency Response System or Police Command Control (Dial 100/112) or any
AGENCY authorized by the Government, shall be transferred to UPSRTCs' Central Command
Center as per the laid down protocol which will be up to 5 seconds interval to start with,
but can be required at lower or higher frequency .
7. The data transferred to above agencies shall be a vehicle tracking raw data generated in each
VLT device at interval of thirty seconds and consists of following
a) Depot name & Bus registration number

b) Bus type,

c) Geo-Location (Longitude and Latitude),

d) Time stamp,

e) Bus route/service number, Travel speed and

f) Other available raw data.

8. In case that any abnormal or malfunctioning communication is detected, the server for
the Central Command Center shall record the type of failure and issue an alert and create
an alarm.
9. The service level requirements of the system including data availability and accuracy
must meet the requirements specified in the original technical specifications.

34
10. Selected bidder shall provide details of the required licensed software like Operating
System, Database, Web application, Network software and management, antivirus and any
other required software, along with cost. The software requirements should be adopted in
such a way that the system remains scalable both in terms of hardware and application
software. However expandable Cloud Services may be utilized by the selected bidder to
reduce the cost of operations.
11. The successful bidder should submit documentation of every output (report) along
with algorithm and regarding the logic used to develop that report-Any need for version
update shall be approved by UPSRTC.. All the release notes in the chronological order should
be made available on the web site for the admin users in the opted and date wise
modifications with details.

35
4.5 MOBILE APP SAMPLE PICTURES:

36
4.6 LOCATION ALARMS SETTING SAMPLE PICTURES

37
4.7 DASHBOARD SAMPLE PICTURES

38
4.8 SAMPLE DASHBOARD ANALYTICS REPRESENTATION FOR ILLUSTRATION

39
40
4.9 PSIS- PASSENGER SAFETY & INFORMATION SCREENS
1. The PSIS Screens should be designed keeping TV’s / display screens availability and
responsibility to expand this network of LED panels /screens at his cost and as per list
provided as ANNEXURE -14 in the document.

2. The data on the display screens should be refreshed automatically without refreshing
the entire page / screen.

3. There should be a provision to group services by service numbers/ service class/


depots/service category/routes to display on a certain PSIS displays.

4. The API for PSIS screens should be designed in such a way that they can be securely
shared with third parties who seek ad space from UPSRTC.

RESERVATION BUSES ARRIVING AT ALAMBAGH BUS STATION IN NEXT TWO HOURS

DEPOT /Bus Service Route Name Schedule Estimated SERVICE TYPE


Number Number Arrival Arrival
DEPOT 3048 DEHRADUN- 19:33 18:58 JANRATH
UP11AT2525
LUCKNOW AC 2X2
ALAMBAGHU 2221 DELHI- 18:35 19:00 VOLVO
P32CT3013
LUCKNOW MULTIAXLE
AYODHYA 1256 GORAKHPUR - 18:55 19:00 SCANIA
UP42AT1125
LUCKNOW MULTI AXLE
AGRA FORT 1257 AGRA- 19:30 19:05 JANRATH
UP15AT6993
LUCKNOW AC 3X2
BAHRAICH 5896 RUPAIDIAH 19:05 19:08 AC SLEEPER
UP41BT8978
LUCKNOW
SAHIBABAD 7485 DELHI- 18:55 19:01 JANRATH AC
UP14BT2569
LUCKNOW 3X2

41
4.10 SMS API INTEGRATION
1. SMS Gateway should be integrated to send alerts to the UPSRTC staff on various events like
driving behavior, cancellation of services/trips, unauthorized stops, route deviation etc.
2. There should provision to track a service by sending the service number as SMS to the
designated number. Upon receiving the service number, the application should send the ETA
through SMS reply for non-smart phone users.
4.11 AUTO ANNOUNCEMENT SYSTEM
Required to build a client based installable auto announcement system that takes the live
location of the buses from server through API calls and announces the arrival, departure,
ready to departure status in Hindi/English language.
The history of each announcement should be stored in the server for reporting purposes.
Appropriate MIS reports need to be developed to show the announced and un- announced
services by bus station in either direction separately.

4.12 ENFORCEMENT/ CHECKING SQUAD MANAGEMENT SYSTEM


The bidder will be required to maintain the Enforcement/ Checking squad monitoring & tracking
system with hierarchy-based access to their movement.
The Enforcement/ Checking squad team should be able to report various discrepancies/
irregularities from the Mobile app and Web application along with details of passenger, driver,
service, depot, vehicle, and other required information as deemed necessary by UPSRTC.
Appropriate MIS reports need to be developed to show the reports of Enforcement/ Checking
squad cases by various depots, routes, services, drivers or squad teams.
Security
I. All the access should be role based
a) The elements/ options that could be seen by the users should be customizable.
b) The Admin web application and Admin Mobile App should be configurable to
generate OTPs
c) All the hardware components should be given dedicated IPs in a dedicated
subnet.

d) Encryption at REST and encryption on wire should be configurable.

e) Should have provision to enable LDAP and integration with Single Sign On
f) Firewall should be provided to block the secured ports that are not to be exposed
to the public networks
g) Load balancers should be in place before any component that gets exposed to the
public network.
h) Databases/Application Servers should never be exposed to the outside network. All

42
the communication to the application should go through the Load balancers in the
DMZ.

i) All the critical changes to the master data should be audited.


II. All the components in the network should be firewall protected and distributed denial
of service (DDoS) attack protected.
4.13 SERVERS AVAILABILITY
All the web servers and the database servers should have a defined DR solution set up with
near zero RPO and RTO. The application should have appropriate redundancy built into the
system, in order to run the applications without any downtime.
4.14 ADMINISTRATION WEB PORTAL AND MOBILE APP:
The admin portal will be used for monitoring through ' admin app' on regular usage of the
conceived and executed system at all the depots and other levels for MIS reports, schedule
management, control charts, and steering the overall system etc.

43
5 PAYMENT SCHEDULE
Following Payment Schedule will be adhered to during the project period.

S.No MILESTONE PAYMENT


1 Fitment/Installation of VLT and Panic Button 15% of the Project Cost
Devices and Activation of devices on cloud
backend
2 FMS, RMS and PIS Application Live along with 5% of the Project Cost
relevant dashboards and MIS reports
generation.
3 Installation / Commissioning and activation of 5 % of the Project Cost
Passenger Information LED’s at designated Bus
Stations and successful display of ETA of buses
on these display units.
4 Commissioning of Depot, Regional and 5% of the Project Cost
Central Control Centre with complete hardware
supplies(Desktop, Printers, UPS, Videowall,
CCTV etc.)
5 Go-Live of the Project 10% of the Project Cost
6 Integration with AIS 140 State Tracking Platform 10% of the Project Cost
7 MONTHLY PAYMENT AFTER Final (50% of the Project Cost)/60
GO - LIVE
*Project cost is sum total of various component costs obtained at the time of bidding. While
making payments, actual number of buses will be factored in cost computation.
For better understanding kindly consider following cases:
(A) DURING PROJECT IMPLEMENTATION
During project implementation, if the bus fleet count varies from the number referred in the
commercial proposal Annexure -18 then New Project cost will be calculated taking into
consideration the Actual fleet count and all payments as percentage of project cost will be
made accordingly.
(B)DURING OPERATION &MAINTENANCE PERIOD
If post Go-Live the number of buses held by UPSRTC changes (increase/decrease) then the
selected bidder’s receivables as monthly payments will vary accordingly as less/more
payment towards the cost implications of items listed at S.NO 3,4 and 14 in commercial
proposal format (ANNEXURE-18).
For better understanding of monthly payments, bidders may see following illustrations:
Case-1 After project is implemented by the bidder, UPSRTC enhances its fleet by 300
new buses during the project tenure, which are Pre- fitted with VLT and Panic Button
devices by the vehicle manufacturer.
In this case bidder will activate these additional devices also similar to the existing fleet.
Bidder will be paid for additional cost incurred as below:
Additional Monthly Payment to be made to selected bidder (wef from month of
integration) =
300x (Annual eSIM subscription charges quoted for one device by the bidder in commercial
bid)/12
+
300x(Annual AMC Charges quoted for one device by the bidder in commercial bid)/12
+
300x(Cost of integration with state tracking platform as provided in commercial bid)/12

44
Case-2 After implementation of the project, UPSRTC’s fleet gets reduced by 300 numbers
(for example scrapping of its old buses).
In this case bidder will not be paid for eSIM subscription and AMC charges on these 300
numbers of buses. This monthly cost computed as above will be deducted from the monthly
payments due to the bidder effective from the last date of subscription on above components
( On production of valid documentary evidence) .

45
6 PROJECT IMPLEMENTATION PLAN (TIMELINES)
6.1 THE VLT & PSIS IMPLEMENTATION SHALL BE COMMENCED AND COMPLETED AS PER THE FOLLOWING TIMELINES–
Sl Activity Time Lines
No
1 Issue of LoA T

2 Submission of Security Deposit T+10 days

Signing of Agreement T+10 days


3 Data collection from all depots and data processing T + 30 days

4 Installation and activation of AIS 140 -VLT devices and Panic Buttons on T + 90 days (=T1
)
all the buses, training material and training documents about the device
and functions
5 Geo-fencing/Geo-coding of all the Bus Depots, Bus Stations, and route T+ 60 days
points and ALL ESTABLISHMENTS
6 Application Development along with dashboard and MIS T + 90 days
reports
7 Android and IOS apps for PUBLIC and UPSRTC Administration T +100 days

8 Complete operationalisation of CCC and RCR's T+100 days

9 Establishing and Activating Public Information Systems at Bus Stations T + 110 days
10 Hosting of FMS, RMS, PIS at Data Centre. T+120 days

11 Launch of Interactive browser based web application (Role Based) T+120 days

12 Go Ahead by Transport Department GoUP for INTEGRATION OF THE T2


DEVICES with AIS 140 based State Tracking Platform of the Transport
Department-GoUP
13 Integration of VLTD with state tracking platform T2+60 days
(but not before
T1)
14 Final Go Live of the Project After completing
all activities
under S.No 1 to
11 or S.No 13,
whichever is
later.
6.3

6.2 PENALTY FOR DELAY IN IMPLEMENTATION


In case of any delay on part of the firm to complete the task as per the timelines prescribed in
Section -6 a penalty of Rs.20,000/- per day of delay shall be imposed on the firm.

46
7 SERVICE LEVEL AGREEMENT (SLA)
1. 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 the Agreement. This section defines various Service
Level Indicators which will be considered by UPSRTC in the Service Level Agreement with
Successful bidder. The successful bidder has to comply with all Service Level Agreements
(SLAs) defined below to ensure adherence to project timelines, quality and availability of
services.
2. The successful bidder would get an initial period of SLA holiday, i.e., a time period for which
SLAs will not be applicable. This time should be utilized by the successful bidder to stabilize
the system and to ensure adherence to the performance standards laid down by the SLAs.
The SLA holiday period is one month after successful execution within stipulated time
period of 180 days of VLT & PSIS project.
3. The faulty VLT device/unit, shall be repaired before departure of bus to next trip from
depot otherwise successful bidder has to replace it with immediate effect. If the faulty
device remains unattended and unrectified / unrepaired till 24 hours or next schedule out
shedding (on which ever is later basis) penalty applicable would be Rs. 100/- per day for
each non functioning device.
4. If the non-functional VLT device is found to be tampered and is confirmed & accepted by
UPSRTC designated official, the successful bidder may charge for the damages for which the
copy of bill of material with complete spare list along with the price needs to be submitted
at the time of acceptance of tender.
5. To support the above, the VLT & PSIS application shall have a dash board based report
generation for non- working VLT devices and operational devices with detail of date
and time provision to mark vehicle unavailability ,action required for faulty device and
expected date of cure.
6. In case any LED displays (in bus stations/shelters/control centers) become non-
operational due to any fault in display or any other technical problem, the successful bidder
shall attend this fault within three hours and problem should be rectified within 24 hours.
If any LED display board remains non-functional for a period of more than 24 hours then
penalty of Rs. 200/- per day for each non functioning LED display shall be applicable.
7. Following penalties per head will be imposed towards unavailability of the manpower
against the approved deployment plan given by the selected bidder.

47
Manpower Daily Penalty for Weekly Penalty for
Unavailability Unavailability
FME &RCR Staff Rs 500/- Rs 3000/-
CCC Staff Rs 1000/- Rs 6000/-
Project Manager/Network Rs 5000/- Rs 30,000/-
Engineer/DBA/CCC Manager

8. The bidder shall ensure that the services at Command & Control Centre are always up
and functional on 24x7 x365 basis , both in terms of hardware as well as application
software. For the purpose of service level assurance, the downtime hours shall be calculated
on monthly basis. The overall up time of Command & Control Centre services should be a
minimum of 99% on monthly basis. The table below shows the calculation for the down
time in hours and applicable penalty in term of percentage (%) on total monthly payable
amount for all buses & LED displays.

SL Uptime of Central Downtime in hours per Penalty in % on


Server/Data Center month total monthly
payable amount
1. 99% or more Up to 7.2 hours NIL
2. >=98% to < 99% > 7.2 to < 14.4 hours 2%
3. >=97% to < 98% > 14.4 to < 21.6 hours 4%
4. >=96% to < 97% > 21.6 to < 28.8 hours 6%
5. >=95% to < 96% > 28.8 to < 36 hours 8%
6. >=94% to < 95% > 36 to < 43.2 hours 10 %
7 <94% >43.2 hours 20%

9. Maximum penalty to be levied on account of failure to meet the desired service levels would
be limited to 20% of the monthly bill amount.

10. In case the bidder is unable to adhere to the target levels mentioned in the SLA and the
percentage of penalty due to defaults exceeds 5 percent for four consecutive months, then the
penalty would be doubled in the fifth month and in subsequent months till the same is rectified
(i.e monthly penalty is less than 5%) for two consecutive months.
11. The penalty amount should not exceed 20% of the monthly bill in any four of the last twelve
months at any time during complete project period of 5 years. Otherwise the contract may be
terminated and the security deposit may be forfeited. The notice of termination shall specify

48
that termination is due to the reason that the bidder is unable to meet the primary objective of
operating and maintaining the project as per agreed levels of services and providing
information to the stakeholders, due to which the contract is being terminated along with
details of the date from which such termination becomes effective. The decision of UPSRTC in
this regard shall be final and binding on the bidder. The following steps will be taken in such a
case:-

A) UPSRTC issues a show cause notice to the successful bidder.


B) Bidder should reply to the notice within Seven working days.
C) If the UPSRTC authorities are not satisfied with the reply, the agreement will be
terminated.
12. The bidder shall be exempted from any delays on SLA parameters arising from the delay in
approvals, reviews, suggestions etc from the UPSRTC’s side. Any such delays shall be notified in
written by the successful bidder.

13. UPSRTC will review the performance of bidder against the SLA parameters each month, or at any
periodicity defined in the contract document. The review / audit report will form basis of any
action relating to imposing penalty or breach of contract. Any such review / audit can be
scheduled or unscheduled. The results will be shared with the bidder as soon as possible.
14. The bidder’s representative will prepare and submit SLA performance reports in an agreed
upon format by the 5th working day of subsequent month of the reporting period. The reports
will include “actual vs target” SLA performance, a variance analysis and discussion of
appropriate issues or significant events.

49
8 ISSUE MANAGEMENT PROCEDURES
a) Either UPSRTC or BIDDER may raise an issue by documenting the business or technical
problem, which presents a reasonably objective summary of both points of view and
identifies specific points of disagreement with possible solutions.
b) UPSRTC and the SI’s representative will determine which committee or executive level
should logically be involved in resolution.
c) A meeting or conference call will be conducted to resolve the issue in a timely manner. The
documented issues will be distributed to the participants at least 24 hours prior to the
discussion if the issue is not an emergency, requiring immediate attention.
d) The UPSRTC and the selected bidder shall develop an interim solution, if required, and
subsequently the permanent solution for the problem at hand. The Bidder will then
communicate the resolution to all interested parties.
e) In the event a significant business issue is still unresolved, the arbitration procedures
described in the Contract will be used.

50
9 INDICATIVE BILL OF MATERIAL
9.1 The following section provides a minimum indicative list of bill of material for the project.
Bidder shall make its own independent assessment to meet the desired service levels.

S.NO COMPONENT QUANTITY


1 VLT &PANIC BUTTONS
1.1 AIS-140 COMPLIANT VLT DEVICES 5000 at
present.
1.2 SET OF 10 PANIC BUTTONS FOR EACH 5000 at
BUS WITH NECESSARY WIRING present
1.3 SET OF AIS 140 COMPLIANT VLT DEVICE ALONG WITH 3 79
PANIC BUTTONS FOR EACH DEPARTMENTAL VEHICLES
DEPLOYED FOR ENFORCEMENT WITH NECESSARY WIRING
2 NETWORKING COMPONENT
2.1 e-SIM subscription for entire contract 5000 at Present
period
2.2 PIS CONTROLLERS 100
3 APPLICATION SOFTWARE/SYSTEM SOFTWARE
3.1 Solution Development: As required
Intelligent Tracking System (ITS) Application Suite:
(i) Route Management System
(ii) Fleet Management System
(iii) Passenger Information System

3.2 Map services Software As required


3.3 Mobile Apps for Passengers As required
(ios & android)
3.4 Mobile Apps for UPSRTC Staff AS required
(ios & android)
3.5 Tier -III Government approved Cloud for various applications AS required
and data storage
4 PASSENGER INFORMATION SYSTEM LED DISPLAY BOARDS
4.1 DISPLAY BOARD SIZE 9ft x 6ft 25

4.2 DISPLAY BOARD SIZE 6ft x 3 ft 75

51
5 COMMAND &CONTROL CENTRE HQ
5.1 VIDEO WALL SIZE (4 x 4 MATRIX OF 55” LED PANELS)( including 1
necessary controllers) at CCC-UPSRTC Hqrs
5.2 Setting up of CCC with furnishing (refurbishing with necessary AS REQUIRED
civil/electrical work as required)
5.3 Desktop Computer i7 , 1 TB HDD, 8 GB 3
RAM, Mouse and Keyboard with required software applications
5.4 Network Switch and Connectivity of 10MBPS 1
5.5 Laser jet printer 2
5.6 UPS 5 kVA 1
6 REGIONAL CONTROL ROOMS
6.1 55” Display LED 20
6.2 Desktop Computer i7, 1 TB HDD, 8 GB 20
RAM, Mouse and Keyboard with required software applications
6.3 Network Switch and Connectivity of 5MBPS 1
6.4 Laser jet printer 20
6.5 UPS 1 kVA 20

52
9.2 MANPOWER REQUIREMENTS
The successful bidder has to provide all the required man power for design, development and
successful implementation of the project for the entire contract period.
The man power to be provided, at the minimum, for should be as given hereunder:

S.N Description Designation No. of Resources Minimum Qualification


O
1 Operation Team Project Manager 1 B.E. /B. Tech / MCA and
(At UPSRTC HQ) MBA / PGDBM with min 3
years exp in similar capacity
2. Technical Team Solution Architect 1 B.E. / B. Tech / MCA with
(At UPSRTC HQ) min 3 years past experience
in designing and
implementation of similar
solution work
B.E/B.Tech/MCA or
Graduate with IBM Certified
Database Administrator/
1 Microsoft Certified Solutions
3 Database Team Database (At UPSRTC HQ) Associate: SQL Database
Administrator Administration/
Oracle Database Administrator
Certified Associate with min 3
years exp in similar capacity
6 Operation Team Manager - CCC 1 Graduate with MBA ,having
(At UPSRTC HQ) min 3 years similar work
experience.

7 Operation desk Regional Monitoring 60 Shifts/day PGDCA or Graduate with CCC


Monitors (24x7x365) certification
Centre Personnel
(At Regional HQ’s)
8 Central Operation CCC -UPSRTC Hqrs. 9shifts(24x7x365) PGDCA or Graduate with CCC
Team (At UPSRTC HQ) certification
10 Field Maintenance FME-Regional Level 20 ITI/Diploma in
Executives (At UPSRTC Auto/Mech/Electrical/Electr
onics
Regional Locations)
OR
Skilled Professional having
min 02 years exp in similar
capacity
Total Manpower 24 plus 69 shifts /day for control rooms &CCC

Important Note: The above table identifies the minimum indicative team structure during
operations and maintenance period.

53
9.3 Training
Selected bidder should effectively train the bus drivers/ Conductors, Depot Staff, Depot
Managers, in various operations and shall also train UPSRTCs' nominated IT systems
staff in the maintenance of the VLT & PSIS including for the Central Command Centre
equipment and services.
The number of people (app. 10 per depot) to be trained would be specified by UPSRTC well
before commencement of the training schedule. Training needs to be conducted based
on a requisite mix of theory & practical operational sessions. The trainings should be
conducted in English and/or Hindi. Bidder shall develop appropriate audio visual
training material.

54
10 FUNCTIONAL REQUIREMENTS:
The Functional Requirement Specifications mentioned in this section are indicative and the
specifications shall be finalized as per the requirement.

S. Requirement
N
o.

The system shall be able to compare the actual location of the bus, at any given time, with its scheduled
1. location

Vehicle Tracking shall provide these data on real time basis at pre-determined and configurable intervals
2. ( up to 5 seconds) over GPRS network

While bus mounted components of Vehicle Tracking device shall be easily accessible for servicing but at the
same time it should be located inside tamper proof container to prevent tampering or unauthorized
3.
removal. The VLT Device should send alerts in case there is an attempt to tamper with the device.

VLTD unit shall not only operate outdoors but also be able to transmit signals in an environment which may
4. not have a clear view of the sky

Position of the particular vehicle at any given point of time mapped to the land mark location, area, bus stop
5. etc.

6
The VLT model name and model number / part number as specified in the AIS 140 certificate should be
clearly and permanently be inscribed on the VLT Device.
7
The VLT device shall comply with the guidelines, packet formats and specifications as accepted by Transport
Department GoUP/MoRTH GoI.
8
The device fitments should not affect any systems, facilities or accessories/components of the bus

9
The fitment of the vehicle should not affect the service and operations of UPSRTC bus

10
The Bidder should submit the enlistment certificate of the agency authorized by Transport Department
GoUP for enlistment.

55
11
The Bidder should submit necessary COP/ type approval certificate issued by certifying agency.

12
The Bidder should provide a 24x7x365 active Helpdesk for registration of complaints.

13
If more time is required to rectify the complaint, then a standby VLT device should be installed temporarily
and replace once the original VLT's issue gets resolved.
14 Wiring of VLT and Panic buttons : VLT devices and panic buttons should be properly fixed in the vehicle
through concealed wiring. Wires to panic buttons should be provided with proper shielding or outer
covering. Wires should be properly coupled and should be fire proof. Bidder to use standard and quality
accessories for the fitments.

15
ERSS : As per the mandate of AIS140, the device should send the emergency alert packet to the server
mentioned by ERSS team. The data format should be as per the ERSS specifications and laid down protocol
for it.
16
Bidder will fit and configure the device by entering IMEI number, Registration number, and other mandatory
details etc. on Uttar Pradesh Transport Department's web application.
17
On successful configuration the bidder will give a print out of Installation certificate and obtain approval
from RTO office. The approval regarding fitted device will also be obtained.
18
The bidder should ensure that the device fitted in the vehicles have a valid data subscription. The bidder
should produce the required documentary evidence / certificate regarding the validity of data plan before
RTO during Fitness test.
19
All the connectivity related issues are to be taken care by the bidder during the contract period and AMC
period
20
The application shall provide a graphical interface to make quick position related assessments.

21
The application software shall support facilities to zoom-in to enable close-up view (on the map) of the
vehicle of interest or to zoom-out to view all the vehicles on the screen
22
The system shall have ability to highlight exceptions through Alerts by monitoring of deviations such as
route, arrival, over speeding, unauthorized stopping, and departure timings.

56
23
The application shall be able to receive emergency messages from the vehicles by generating alarms at the
control centre to attract the operator’s attention.
24
The Depot Level software required for feeding the route, service, stops, stop GPS co-ordinates, etc., required
for the VLT - PSIS is also to be provided.
25
It shall enable operational managers to create locations, routes, schedules using an intuitive user interface
and support import or export of services to facilitate commuters in looking up for services directly in maps.
26 System shall support real time enquiry of a bus location based on Bus Stops/Pickup point, Bus Stand,
schedule no., trip id, bus no. etc., to find out whether the bus passed a pickup point/stop/bus
stand/place, to find out the nearby vehicle/s to a given place/location/pickup point bound to
specified destination

10.2 ALERTS FROM THE VLT & PSIS SYSTEM


The VLT- PSIS system shall have the ability to raise alerts on default incidences against
business rules in the context of the operations and Vehicle Tracking and Monitoring.
Following are some of the specific cases.
1. The Control Room operator shall be able to drill down to the exact location of the event by
clicking on the alert and see the position of event drawn over the map along with driver,
vehicle and standard description of event details related to the business rule.
2. Alerts will need to be generated in case of deviations from the authorized route and
recorded in all cases for reporting evidence and review.
3. Alerts on exceptions for all other pre-configured parameters such as driver behavior, harsh
acceleration/braking, non-stoppage at designated points, unauthorized stoppages,
vehicles stopping for long duration, not meeting the ETA and ETD schedules etc., and
logged into journey details of the bus for each trip.

4. Alerts shall be displayed on the monitoring console and an extract of the same will be
available on the user’s dashboard for the user with their jurisdiction of operation.
5. Indicator code should be flashed at the control room as well as the nearest two Bus stands
i.e., for the last departure and approaching ,bus stand.
6. SMS notification to concerned officials for specified schedules/vehicles regarding certain
parameters like regularity, skipping stops, speed violations, etc.
7. In case the VLT device is tampered, de-plugged an auto alert should be sent to the
concerned Depot manager, Regional Manager and to the Central Command Centre at
UPSRTC,Hqrs

57
10.3 DRIVER – SUPPORT AND BEHAVIOR INFORMATION SYSTEM:
A score card based mechanism is to be provided on driver’s driving habits and
adherence to the business rules set in the system for tracking driver behavior such as
performance on ETA, ETD, authorized/unauthorized deviations from route, not stopping
at designated stops, over-speeding, harsh acceleration, harsh braking and the like. These
details are to be recorded for generating reports. Summary and detailed reports are to
be generated on demand as per configured parameters based on specific driver, all
drivers for a jurisdiction between specified dates.

10.4 DISPLAY SYSTEM:


a) Display systems needs to support digital display of text, images and video on LED
displays, both in English and Hindi

b) Display system in addition to the display of information from VLT& PSIS shall be
capable of displaying advertisements and multimedia content at the bus stops and
may need to alternate between passenger information and advertisements.
c) The frequency and period of information display on PSIS display shall be configurable
from central location for advertisements and other transit information.
d) Display shall provide for modular configurable layout enabling parallel display of
content on different areas of the screen – Real time transit information (Routes, ETA,
Type of service, fare, seats available etc.), time/date, public announcements, safety
information, commercial advertising, a ticker tape at the bottom for text
announcements/advertisements, other local tourist information.
e) Information display requirements, as per specifications indicated shall be complied
with

f) The bus station display, which receives shall display continuously until the next set of
data is received.
g) The information is to be pushed/pulled from the central server. Passenger information
will be pushed/pulled in real time while all other information shall be scheduled
during non-peak

58
11 TECHNICAL ARCHITECTURAL REQUIREMENTS :
1. The high-level logical architecture of the conceptualized solution included with directory and
authentication, GPS/GSM Services, GIS Services, VLT&PSIS Application Services (Tracking
and Monitoring), Scheduling Application Services, Roster Services, Content Management
Services, Integration Services, Communication (Data, Voice and SMS), System Health Check
Services, Backup and restore services.

2. The solution must be standards-based that can be installed on standard operating systems,
databases, communication technologies, based on accepted industry standards, on a unified
portal framework and built on an architecture that shall provide secure access to applications.

3. The design shall provide for complete solution assuring scalability, reliability, availability and
security. A brief write up on the architecture is to be provided.

11.2 PRESENTATION LAYER:


1. The presentation layer components need to format the content to fit the end client device.
Typical client is a traditional internet browser and the applications should be compatible
with popularly used web browsers.
2. Presentation layer should have provision for formatting output to the target channel.

11.3 APPLICATION LAYER COMPONENTS :


i. Load balancer – This is a hardware/software load balancer to ensure that
load is distributed evenly across all of the web server instances.
ii. Access control components provide user credentials for all users including internal authors &
content publishers. The authentication and authorization is done for all services, like Website
access, content publishing, content management access, database access etc. Central Security System
(CSS) holds the user credentials for all users. The details of the proposed software, authentication
methods for various access modes and specification of the same is to be provided.

iii) VLT -PSIS App Services – These services are core to the entire application for tracking and
monitoring of the UPSRTC fleet including the reporting services. The details of the proposed
software custom built/customized product are to be provided.
iv.Roster Application Services – These components provide a feature to create modify and allocate
crew to a trip and is interfaced to the VLT& PSIS application. The details of the proposed
software custom built/customized product are to be provided.
v.Schedule Application Services – These components provide features to create modify and delete
schedules and are interfaced to the VT& PSIS application. The details of the proposed software
custom built/customized product are to be provided.

59
vi.Integration Services – These components provide integration services and helps the
VLT- PSIS to form a composite platform optimized for building service-oriented
applications that extend and integrate the various applications like GPS, GIS, VT,
Scheduling, Roster, PSIS etc. The technical architecture of the proposed solution should
clearly mention the proposed way to integrate these applications.
i.Communication Services – These components form the back bone for communication
and shall integrate GPS, GPRS, Monitoring, etc. The details of proposed software custom
built/customized product are to be provided.
viii. Backup and Restore services – These components ensure that timely back up on an
external storage is available and in cases of contingencies restoration is possible. The
details of proposed software proposed for the solution is to be provided.

11.4 DATABASE LAYER COMPONENTS.


1. The specification of the databases used for the VLT & PSIS system is to be provided
including instances, licensing and support for the period of contract.

2. Hardware/software firewalls are to be provided for security of the entire system at the
data centre as needed.
11.5 CONNECTIVITY TO VARIOUS LOCATIONS PHYSICAL CONNECTIVITY ACROSS
COMPONENTS:
1. Data center should be cloud hosted
2. Connectivity to bus stand/Shelter displays – GSM/GPRS.
3. Connectivity between bus and data centre (data through GSM/GPRS).
4. Communication between UPSRTC Control Centers and the bus fleet
– The data communication channel requires exchanging data between the Control
Centers and the bus fleet.
5. The GPRS/GSM data connectivity would be seamless while moving from one cell site to
other cell site.
6. Voice communication between vehicle and control room / specified numbers.

11.6 DATA TRANSFER TO AUTHORIZED AGENCY


Data may need to be transferred to the Government Departments like DIAL100/112,
Police, State ERSS or any other firm on the strength of the written document from
UPSRTC, with the aim of improvement of road transport system, to collect and analyze
the road traffic information or as per the mandate of GoI or State Government . These
entities shall be referred as authorized firms for onward reference from now.

60
11.7 SOFTWARE PRODUCT SPECIFICATIONS
Selected bidder shall provide details of the required licensed software like Operating System,
Database, Web application, Network software and management, Anti-virus and any
other required software. The software requirements should be given in such a way that
the system should be scalable both in terms of hardware and application software.
i) N-Tier: The Proposed application will be N-tier Service oriented Architecture - with
separation of business logic from application, database and presentation.
ii) Load Balancer: Load balancer application will be the first component which will intercept
the user request and spray it to Web Server. This ensures the load is distributed evenly
across Web Server.
iii) Web Servers: This component provides the front end to the solution. It allows for greater
concurrency and resource off loading from the Portal Server tier, by serving static
content (HTML pages, for example) and dynamic content (JSP/ASP fragments).
iv) Application Services: Main functionality of this component is to host VLT & PSIS
application.
v) Database Services: This component stores data in support of Reservation systems and it
needs to be deployed in Active-Active mode.
vi) Backup Services: This component protects data from hardware failures and other errors
by storing backup and archive copies of data on offline storage OR suitable cloud based
backup policy to be adopted by bidder. This will also play a key role in Disaster Recovery.
vii) Reporting Services: This layer provide reporting, analysis, score carding, dash boarding,
business event management, and data integration. Service/Security Management:
This layer provides services such as Identification, Authentication, Authorization, and
Access control, System Management, Network Management and SLA Management.
System Environments requires Selected bidder to implement three system
environments.
viii) Test Environment: This would allow Selected bidder to deliver initial development
releases, subsequent system updates and to enable to carry out system and integration
testing. This would be a scaled down version of the eventual production Environment.
Whilst the functionality would parallel that of the Production Environment, the system
throughput capacity and resilience would be significantly less.
ix) Pre-Production Environment: The second system proposal is for a Pre-Production
Environment. This would provide UPSRTC with functionality similar to Production
environment. This is used for UAT and data loading. This would be a scaled down version

61
of the eventual production environment. This system shall be used for initial load testing
and UAT. While the functionality would be parallel to that of the Production
Environment, the system throughput capacity and resilience would be less.

x) Production Environment: The Third system environment is for a Production


Environment. This would provide VLT & PSIS System functionally. This system
throughput capacity would be significantly larger than the earlier environments.
Specifications
a) Application Server: Application server is needed to provide secure, scalable, and resilient
application infrastructure needed for Service Oriented Architectures (SOAs). Application
server provides platform to deploy, integrate, and manage applications.
b) Database: Database management software with in memory database solution is the core
of VLT & PSIS. Business Intelligence solution provides UPSRTC with complete,
multipurpose environment that allows access, analyze and act on real- time information,
operational, real time and historical data. Communications Sub- System
Communication sub-System consists of the following:

11.8 GENERAL PACKET RADIO SERVICE (GPRS) –


GPRS is required to be used for services such as Wireless Application Protocol (WAP)
access, Short Message Service (SMS), Multimedia Messaging Service (MMS), and for
Internet communication services such as e-mail and World Wide Web access.
The information captured by the VLTs is to be transmitted to the Data Center server
through GPRS/GSM network creating a communication network between Bus drivers, Bus
stops along the road route, and passengers through passenger information system. The
communication network is connected to the internet for accessing information regarding
bus arrival, routes etc.

11.9 DOCUMENTATION
1. The selected bidder will prepare all necessary documentation for the project, and
provide this to UPSRTC for review, approval, record, reference etc.
2. During installation and post installation, the Systems Integrator shall provide
documentation on As-Built components/customized components to UPSRTC. The
documentation should consist of all the configuration details, diagrams, test plans,
administration manuals, setup guides etc., as minimum.
3. Detailed manuals for each appropriate unit of the supplied equipment and services
including certifications from OEMs.
62
4. The training and operational manuals should be bilingual (English & Hindi).
5. Inspection and testing procedure manuals including QA policy and procedures for the
software/hardware equipment’s.
6. Any other document(s) deemed necessary for implementation, operation and
maintenance of the hardware and network equipment’s and the overall system.

11.10 MAINTENANCE
The successful bidder should define and indicate the preventive maintenance schedule
and procedure. Any special tools/instruments/equipment’s required to carry out the
preventive and break down maintenance of the system offered should be clearly
indicated and offered to UPSRTC by the selected bidder.

11.11 ROLES & RESPONSIBILITIES OF UPSRTC


1. UPSRTC shall provide space at depots/bus stations for providing support in operation,
regular maintenance of the all hardware devices deployed by the successful bidder.
2. Provide information regarding bus schedule & location information for installation of
VLT devices and LED displays.
3. Provide buses for installation and maintenance of VLT device inside the bus on time as
per the decided schedule.

63
12 BID AND BIDDING PROCESS REQUIREMENTS
12.1 INSTRUCTIONS TO BIDDERS
1. Bidders are advised to study the tender document carefully. Submission of bid shall be
deemed to have been done after careful study and examination of the tender
document with full understanding of its implications. Tenders prepared in
accordance with the procedures enumerated in RFP should be submitted online not
later than the date and time laid down under RFP.
2. Bidders are advised to visit the site locations for better understanding of the RFP. In case
the Bidders wish to visit the site, they must inform and coordinate with UPSRTC at
least 3 days before the visit.
3. Bids not accompanied by document cost payment receipt for RFP document and/or
EMD shall be treated as non-responsive.
4. The following points need to be considered while submitting the bids:-

I. The tender document is uploaded / released on e-tendering


website “https://etender.up.nic.in”. Subsequently, bid has to be prepared and
submitted online ONLY on the e-Tender portal.

II. Both the Bids (Technical as well as Commercial) shall have to be submitted online
and at the same time within scheduled date and time strictly.
III. The tenderer should ensure that their tender is prepared and submitted online
before the expiry of the scheduled date and time. No delay on account of any cause
will be entertained. Offers not submitted online will not be entertained.
IV. If for any reason, any interested bidder fails to complete any of online stages during
the complete tender cycle, the UPSRTC shall not be responsible for that and any
grievance regarding that shall not be entertained.
V. UPSRTC may, at its own discretion, extend the date for submission of bids. In such
a case all rights and obligations of UPSRTC and the Bidders shall be applicable to
the extended time frame.
VI. At any time prior to the last date for receipt of bids, UPSRTC, may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the tender document by an amendment. The
amendment will be notified on e-Tendering website and should be taken into
consideration by the Bidders while preparing their bids.
VII. The offers submitted as documents, by telex/telegram/fax/Email or any manner
64
other than as specified under this RFP, will not be considered. No correspondence
will be entertained in this regard.
VIII. Conditional bid proposals of the bidders will not be considered as valid bid.
IX. The bids submitted in the response to this tender will be valid for 180 days from
the date of opening of the Technical Bid.

5. Tender document Cost: The bid proposal submission shall require payment of RFP
document fee of Rs. 10,000 (Rupees Ten thousand only, which is inclusive of GST) in
the form of electronic bank transfer through NEFT/IMPS or through a Demand Draft/
issued by Nationalized / Scheduled bank and should be drawn in favour of “ Secretary
Corporation -UPSRTC “payable at Lucknow. The cost of RFP is non refundable and
non-transferable.
12.2 PROCEDURE FOR SUBMISSION OF BIDS
1. Bids are to be submitted as per the Annexures mentioned in the RFP
2. In case, the day of bid submission is declared Holiday by Govt. of India, the next working
day will be treated as day for submission of bids. There will be no change in the timings.
3. Tender bid must contain the name, office and after office hours addresses including
telephone number(s) of the person(s) who are authorized to submit the bid with their
signatures.
4. Un-signed & un-stamped bid shall not be accepted.
5. Bids NOT submitted as per the specified format and nomenclature will be out rightly
rejected.
6. Ambiguous bids will be out rightly rejected.
7. The Bidder is required to submit as per the online bid submission requirements and
one physical copy of the Technical Bid document excluding financial bid. The offers
submitted by telegram/ fax/ E-mail etc. shall NOT be considered. No correspondence
will be entertained on this matter. The physical copy of the technical bid along with two
VLTD & PANIC BUTTON devices shall be submitted at the time of technical bid opening.
Physical copy of commercial bid will NOT be submitted.
8. Bids not quoted as per the format given by UPSRTC will be out rightly rejected.

12.3 COST TO BID


The Bidder shall bear all costs associated with the preparation and submission of its bid,
including cost of presentation and any clarification of the bid that may be desired by UPSRTC.
UPSRTC will in no case be responsible or liable for those costs, regardless of the conduct or

65
outcome of the tendering process.
12.4 19 CONTENTS OF THE TENDER DOCUMENT
The Bidder is expected to examine all instructions, forms, terms & conditions, and scope of work
in the tender document and furnish all information as stipulated therein.
12.5 CLARIFICATION ON TENDER DOCUMENT
A prospective Bidder requiring any clarification on the Tender Document may submit
his queries/suggestions for consideration against scheduled pre-bid meeting, via email
at the mailing address vlt@upsrtc.com . The queries must be submitted in the format as
defined in Annexure-1. UPSRTC may not respond to any queries not adhering to the
above-mentioned format. UPSRTC will respond in writing, to any request for clarification
(received not later than the dates prescribed by the UPSRTC in this tender document) or
queries on the Tender Document / process as Corrigendum and/or Addendum only.
Written copies of the UPSRTC's response (including the query but without identifying the
source of inquiry) will be notified on tendering website “https://etender.up.nic.in”
should be taken into consideration by the Bidders while preparing their bids..
12.6 AMENDMENT OF TENDER DOCUMENT
1. At any time prior to the last date for receipt of bids, UPSRTC, may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
agency, modify the Tender Document by an amendment. The amendment will be notified
on UPSRTC’s website and e-Tendering portal and should be taken into consideration by
the Bidders while preparing their bids.
2. In order to provide prospective Bidders reasonable time in which to take the
amendment into account in preparing their bids, UPSRTC may, at its discretion, extend
the last date for the receipt of Bids.
12.7 LANGUAGE OF BIDS
The bids prepared by the bidder and all correspondence and documents relating to the bids
exchanged by the Bidder and the UPSRTC, shall be written in English language, provided
that any printed literature furnished by the Bidder may be written in another language
so long the same is accompanied by an English translation in which case, for purposes of
interpretation of the bid, the English translation shall govern.
12.8 DOCUMENTS COMPRISING THE BIDS
The bid prepared by the Bidder shall comprise of the following components:
Technical Bid - The Technical Bid, besides the other requirements of the Tender, shall
comprise of the following:
ANNEXURE-2 COVERING LETTER – TECHNICAL BID

66
Annexure-3 BIDDER DETAILS

Annexure-4 SOLUTION, APPROACH, METHODOLOGY AND WORK PLAN

Annexure-5 SELF DECLARATION BY BIDDER

Annexure-6 PROFILE OF PERSONNEL

Annexure-7 MANPOWER DETAILS

Annexure-8 DETAILS OF EXPERIENCE OF BIDDER IN VARIOUS PROJECTS

Annexure-9 RESPONSE TO ELIGIBILITY AND EVALUATION CRITERIA

Annexure-10 PROJECT EXPERIENCE

Annexure-11 FORMAT FOR MANUFACTURER’S AUTHORIZATION FORM

Annexure-12 LIST OF SUB-CONTRACTORS AND OEMS AND THEIR DETAILS

Annexure-13 DETAILS OF SUB-CONTRACTORS AND OEMS'

Annexure-14 BUS-STATION LIST FOR DEPLOYMENT OF LED PANELS

Annexure-15 PROFORMA FOR BANK GUARANTEE AS EMD


Annexure-16 JOINT BIDDING AND OTHER FORMATS FOR CONSORTIUM
COMMERCIAL BID - THE COMMERCIAL BID SHALL COMPRISE OF THE FOLLOWING:
Annexure-17 COVERING LETTER: COMMERCIAL BID

Annexure-18 COMMERCIAL BID FORMAT


OTHER FORMATS
Annexure-19 PROFORMA FOR BANK GUARANTEE FOR CONTRACT PERFORMANCE

12.9 BID PRICES


1. The Bidder shall indicate in the Proforma prescribed the unit rates and total Bid
Prices of the equipment, components and services; it proposes to provide under the
Contract. Prices should be shown separately for each item as detailed in Tender
Documents.

2. The Bidder shall prepare the bid based on details provided in the tender
documents.
3. The Bidder shall carry out all the tasks in accordance with the requirement of the
tender documents and it shall be the responsibility of the Bidder to fully meet all the
requirements of the tender documents.
12.10 FIRM PRICES
1. Prices quoted in the bid must be firm and final and shall not be subject to any
modifications, on any account whatsoever. The Bid Prices shall be indicated in Indian
Rupees (INR)only.
67
2. Prices proposed are to be all inclusive and are required to remain firm without
any conditions. The taxes quoted in the offer should be as per the prevailing tax rates. Any
subsequent increase in the tax rates or introduction of new tax will be paid by UPSRTC.
Similarly, any benefits arising due to downward revision in tax rates, or any exemptions
availed by the Bidder organization should be passed on to UPSRTC.
12.11 BIDDER AUTHORIZATION
1. The "Bidder" as used in the tender documents shall mean the one who has signed
the Bid- proposal. The Bidder may be either the Principal Officer or his duly Authorized
Representative, in either cases, he/she shall submit a power of attorney. All certificates and
documents (including any clarifications sought and any subsequent correspondences)
received hereby, shall be furnished and signed by the representative and the principal.
2. It is further clarified that the individual signing the tender or other documents in
connection with the tender must certify whether he/she signs as the Constituted attorney
of the firm, or a company.
3. The authorization shall be indicated by written power-of-attorney accompanying
the technical bid.

12.12 EARNEST MONEY DEPOSIT (EMD)

1. The Bidder shall furnish an EMD of INR 50,00,000/- (Rupees Fifty Lakh only) along with
technical bid.
2. The EMD shall be denominated in Indian Rupees, and shall be in the form of electronic
bank transfer via RTGS or Demand Draft or Fixed Deposit Receipt or Bankers Cheque or
Bank Guarantee valid for 90 days beyond the validity of the Bid. The Demand Draft/Fixed
Deposit Receipt/Bankers Cheque/Bank Guarantee should be issued by a Scheduled
Commercial Bank in favour of “Secretary Corporation UPSRTC” payable at Lucknow. The
Name & Address of the firm submitting the bid document has to be furnished on reverse of
the EMD.
3. The Bank Details to be used for electronic submission of Tender fee and EMD may be noted
Beneficiary Bank Account Name: SECREATARY UP STATE ROAD TRANSPORT CORP

Beneficiary Bank Name & ICICI BANK ,HAZRATGANJ LUCKNOW


Branch
Beneficiary Bank IFSC Code : ICIC0006281

68
Beneficiary Bank Account 628105031501
Number :

Beneficiary PAN : AAATU3009M

Beneficiary TAN : LKNSO1213C

4. Failure to submit the technical bid along with the EMD of required amount shall result in
disqualification of the bid document.
5. Unsuccessful Bidder’s EMD will be returned as promptly as possible after the award of the
contract to the successful bidder.
6. The EMD of successful Bidder will be retained by UPSRTC till signing of contract.
7. The EMD may be forfeited:
I) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder in
the Bid; or
II) If the successful Bidder fails:
(a) to sign the Contract in accordance with RFP requirement; or
(b) to furnish Bank Guarantee for contract performance.
12.13 SECURITY DEPOSIT
1. The successful bidder needs to deposit/submit a security deposit of Rs 5 Cr in the form
of bank guarantee issued by Nationalized/Scheduled Bank and should be valid for a
period of six years and three months. It should be submitted within 10 days from the
receipt of the letter towards award of the contract for due and proper fulfilment of bid
document conditions.
2. The security deposit should be submitted within the period specified above; failing which
UPSRTC may cancel the offer made to the bidder.

3. The security deposit will be forfeited if selected bidder has not fulfilled the terms and
conditions as per bid document.
4. Without prejudice to any other right that UPSRTC may have, UPSRTC shall also be entitled
to realise compensation for any loss resulting from the bidder's failure to perform/comply
its obligations under the contract or make any other recoveries due from the bidder from
security deposit submitted against this bid document. In such case the bidder will have to
recoup the security deposit amount so recovered within 10 days.
5. The security deposit shall be retained by UPSRTC for the period of 6 years 3 months from
the date of submission of deposit. No interest will be payable by the UPSRTC on the amount

69
of the Security Deposit.
6. All incidental charges whatsoever such as premium; commission etc. with respect to the
security deposit shall be borne by the bidder.

7. UPSRTC shall notify the bidder in writing before encashing the security deposit.
12.14 PERIOD OF VALIDITY OF BIDS
1. Bids shall remain valid for 180 days after the date of opening of Technical Bids
prescribed by the UPSRTC. A bid valid for a shorter period may be rejected by the UPSRTC
as non- responsive.
2. In exceptional circumstances, the UPSRTC may require the Bidder(s) for an
extension of the period of validity up to 180 days more. The request and the responses
thereto shall be made in writing.

12.15 REVELATION OF PRICES


Prices in any form or by any reason before opening the Commercial Bid should not be revealed,
failing which the offer shall be liable to be rejected.
12.16 LOCAL CONDITIONS
1. It will be incumbent upon each Bidder to fully acquaint himself with the local
conditions and other relevant factors which would have any effect on the performance of
the contract and / or the cost.
2. The Bidder is expected to obtain for himself on his own responsibility all
information that may be necessary for preparing the bid and entering into contract.
Obtaining such information shall be at Bidder’s own cost.
3. Failure to obtain the information necessary for preparing the bid and/or failure
to perform activities that may be necessary for the providing services before entering into
contract will in no way relieve the successful Bidder from performing any work in
accordance with the Tender documents.
4. It will be imperative for each Bidder to fully inform themselves of all legal
conditions and factors which may have any effect on the execution of the contract as
described in the bidding documents. UPSRTC shall not entertain any request for
clarification from the Bidder regarding such conditions.

5. It is the responsibility of the Bidder that such factors have properly been
investigated and considered while submitting the bid proposals and that no claim
whatsoever including those for financial adjustment to the contract awarded under the
bidding documents will be entertained by UPSRTC and that neither any change in the time

70
schedule of the contract nor any financial adjustments arising thereof shall be permitted
by the UPSRTC on account of failure of the Bidder to appraise themselves of local laws and
site conditions.

12.17 MODIFICATION AND WITHDRAWAL OF BIDS


1. The Bidder may modify its bid online after the bid's submission till the last date
prescribed for receipt of bids.
2. No bid may be altered / modified after the closing time and date for receipt of bids.
3. No bid may be withdrawn in the interval between the last date for receipt of bids and
the expiry of the bid validity period specified by the Bidder in the Bid. Withdrawal of
a bid during this interval may result in the Bidder’s forfeiture of its EMD.
12.18 ADDRESS FOR CORRESPONDENCE
The official mailing address and email of the bidder as declared at S.No-2 of Annexure-3 shall
be used for correspondence and communication by the UPSRTC.
12.19 CONTACTING UPSRTC
1. No Bidder shall contact the UPSRTC on any matter relating to its bid (except for site
visit), from the time of the bid opening to the time the Contract is awarded.

2. Any effort by a Bidder to influence the UPSRTC’s bid evaluation, bid comparison or
contract award decisions may result in the rejection of the Bidder’s bid.
12.20 CONSORTIUM RELATED CONDITIONS
In case the selected bidder for the project is a consortium, they shall be required to form
an appropriate Special Purpose Vehicle, incorporated under the Indian Companies Act
1956 (the “SPV”), to execute the agreement and implement the Project.
In case the Bidder is a Consortium, it should comply with the following –
12.20.1 Number of members in a consortium should be limited to 3 (Three) including
the lead member.
12.20.2 Members of the Consortium shall nominate the member with the highest equity
share in the consortium as the lead member (the “Lead Member”), who shall have an
equity share of not less than 51% in the Consortium during the entire project tenure. The
nomination(s) shall be supported by a Power of Attorney, as per the format at Annexure-
IV, signed by all the other members of the Consortium;
12.20.3 Members of the Consortium shall enter into a Joint Bidding Agreement (the “Jt.
Bidding Agreement”) for the purpose of making the Application and submitting Bid.
Through this Jt. bidding agreement, the members will convey the intent to form an SPV
with shareholding/ ownership equity commitment(s) in accordance with this RFP, and

71
to enter into an agreement with UPSRTC for the project and subsequently carry out all
the responsibilities to undertake the Project[s] if awarded to the Consortium;
12.20.4 No Change in composition and equity Participation of the consortium: After
receipt of the Bid, there shall be no change in composition of consortium (either inclusion
of a new member or exclusion or substitution of a member) or proposed shareholding
structure as mentioned in the submitted Bid. This must be complied by the consortium
from the Bid Stage till the currency of the agreement (in case Bidding Consortium is
selected for the Project), i.e from the bidding stage and formation of SPV and till currency
of Project Tenure.
12.21 OPENING OF BIDS BY UPSRTC
1. UPSRTC will open the Bids, in the presence of the representatives of the Bidders
who choose to attend, at the time, date and place.

2. The Bidders' names, modifications, bid withdrawals and the presence or absence of the
requisite EMD and such other details as the UPSRTC, at its discretion, may consider
appropriate will be announced at the bid opening.

72
13 PRE-QUALIFICATION CRITERIA
1. The prospective Bidder shall have to enclose along with the Technical Bid, , multiple
documentary evidences like reference letter, self-declaration, functional scope document
etc in support of following mentioned Eligibility conditions in the absence of which the bid
will be rejected summarily. The technical bid will be evaluated only for the Bidders
qualifying the Eligibility conditions.
2. In this part, the Eligibility bid will be reviewed for determining the compliance of the
response to the Eligibility Criteria as mentioned in the Tender.
3. Before opening and evaluation of their technical proposals, bidders are expected to meet
the following Eligibility Criteria as mentioned below.
4. The Bidder must possess the requisite experience, strength and capabilities in providing
the services necessary to meet the requirements, as described in the tender document. The
Bidder must also possess the technical knowhow and the financial wherewithal that would
be required to successfully provide the Integrated Solution for Municipal Services and
support services sought by UPSRTC for the entire period of the contract. The bids must
be complete in all respects and should cover the entire scope of work as stipulated in the
tender document.
5. The pre-qualification criteria for Bidder are as follows:

73
13.1 Qualification criteria

PQ Basic Requirement
Pre-Qualification Requirements Documents to be submitted
No.

1 Legal Entity The Sole Bidder / Lead Bidder (All • Certificate of Incorporation or
members in case of Consortium) shall be Registration
“A Company registered in India under • Copy of the list of
the Companies Act 1956 or 2013 or The properly constituted management or
LLP Act 2008, as on 31st March 2023. governing body of the Organization
Memorandum of Association
OR • A partnership deed duly
registered under the Partnership Act
“A partnership firm registered • In case of Consortium or Joint
under Partnership Act, 1932 as on 31st Venture, copy of the Joint venture or
March2023. Consortium Agreement, clearly
specifying the roles and
responsibilities and
stake percentage of each of the
members in the venture, should be
provided. All members of the
consortium or Joint Venture will be
jointly and severally responsible in
the project.
2 The VLT device should be approved Copy of the relevant
Approved
by MoRTH*/Transport Department
approval certificates.
VLT device Uttar Pradesh.
and backend (*MoRTH approved VLT device shall mean a VLT device
which is approved by the testing agencies such as ARAI,
system ICAT etc, as prescribed in Rule 126 of CMVR- 1989The
bidder will be required to get the back end system
approved by MoRTH approved testing agencies within a
period of 6 months after commissioning.)

74
PQ Basic
Pre-Qualification Requirements Documents to be submitted
No. Requirement
3 Turnover The Sole Bidder / Lead Bidder • Audited Balance sheet and
including its consortium members Profit & Loss account statement of
should have a minimum average annual the Sole Bidder for any three of the
turnover of INR 10 Crore (Rupees Ten last 5 financial years).
Crore) for any three of the last 5
financial years ended with 31st March • Certificate duly signed by
2023. Statutory Auditor of the Sole Bidder
or Certified Chartered Accountant
for average annual Turnover for any
three of the last 5 financial years)

4 Net Worth The Sole Bidder / Lead bidder Certificate duly signed by Statutory
should have positive net worth for for Auditor or Certificate from
any three of the last 5 financial years). Chartered Accountant of the Bidder.

Chartered Accountants
Certificate / balance Sheet duly
certified by chartered Accountant
as of 31.03.23
5 Experience in The Sole Bidder OR Lead Bidder OR Any Work Order + Completion
Vehicle Location Member of the Consortium must have Certificates from the client;
Tracking Project experience of at least one VLT Project OR
involving Supply and Installation (S&I) Work Order + Self- Certificate of
OR Operation and Maintenance(O&M) Completion (Certified by the
of VLT Devices on Statutory Auditor);
BOOT/BOT/DBOT/BOO/BO/Turnkey OR
basis in any Government Public Work Order + Phase Completion
Certificate (for ongoing projects)
Transport Organization or Other from the client
Govt/Semi-Govt/Non Govt Organizations
in India or global during the last 5 years as
on the last date of submission of the bid.
(A qualifying project shall be defined as "
A project consisting of Supply and
Installation (S&I) OR Operation and
Maintenance(O&M) of at least 300VLT

75
PQ Basic
Pre-Qualification Requirements Documents to be submitted
No. Requirement
Devices operated for 12 months or more
prior to the date of this bid
submission.)
Under this requirement VLT DEVICE
experience of VLT fitted vehicles of
Municipal Corporations, Urban and Local
Bodies and other Public service vehicles like
Taxi’s, School Bus, Ambulances and
Passenger Vehicles running on valid Permit
will also be accepted.
6.

deleted

7 Certification The Sole Bidder OR Lead Bidder OR Any Copy of a Valid Certificate which is
Member of the Consortium self-attested by the authorized
should have a valid minimum ISO signatory.
9001:2008 certificates) or CMMI Level 3
or higher as on last date of submission of
the bid.

76
PQ Basic
Pre-Qualification Requirements Documents to be submitted
No. Requirement
8 OEM The Sole Bidder or Lead Bidder should Manufacturers Authorization
Authorization have direct authorization from the Original Letter in favor of lead bidder
Equipment Manufacturers (OEM) for from the manufacturers of
supporting the components offered under the items.
this project. The Successful Bidder will
have the responsibility of all kind of
maintenance and support of application
software, hardware and networking
component etc. specified in this project.

9 Cloud Service The Sole/Lead bidder should enclose a Authorization letter of Cloud
Provider for Letter of consent obtained from Meity Service Provider
Hosting empaneled Cloud Service Provider to
Services participate in the Bid.

10 Blacklisting / The Sole bidder or Lead bidder or Any A Notarized Affidavit on Rs.
Bankruptcy member of the consortium should not 100/- stamp paper signed by
have been declared as bankrupt or shall the Authorized Signatory of
not have any proceeding for bankruptcy or the Bidder and all consortium
insolvency/ debarred/ blacklisted / members
banned/ not being under declaration of
ineligibility for corrupt or fraudulent
practices or Non-delivered or non-
performance by any Government
/UPSRTC/ PSU/ Autonomous Body under
any Law in India as on date of submission
of the Bid.

77
PQ Basic
Pre-Qualification Requirements Documents to be submitted
No. Requirement
11 Key The Sole Bidder OR Lead Bidder Certificate from the HR of the
Resources OR Any member of the consortium
Company
must have at-least 25 technical staff
on their payroll (more than 2 years’
experience in IT Software / Hardware
/ Networking) at the time of bid
submission.

12 Tax The Sole bidder or in case of Copy of GST registration


consortium or Joint Venture, all certificate
members of the consortium must have
GST registration certificate as on
last date of submission. In case of
overseas bidder, the certificate of
registration in India and GST
certification to be completed within 3
months for the date of letter of Intent,
13 Power of Power of Attorney to be on non- All the signatories of the Consortium
Attorney Agreement shall be authorized by a
judicial stamp paper of appropriate
Power of Attorney signed by the
value as per Stamp Act, relevant to respective Managing Director or Board
resolution and authorization letters of
place of execution
Board of Directors of the Companies.

Party of the First Part shall be the Lead


member of the Consortium or joint
venture and shall have the power of
attorney from all Parties for conducting
all business for and on behalf of the
Consortium during the Bidding Process
and until
the appointment date, if any

78
The selected Bidder must possess the requisite experience, strength and capabilities in providing the
services necessary to meet the UPSRTC’s requirements, as described in the Tender Documents. The
Bidder must possess the technical know-how and the financial wherewithal that would be required
to successfully provide integrated solution and support services sought by the UPSRTC, for the entire
period of the contract. The Bidder’s bid must be complete in all respect and covering the entire scope
of work as stipulated in the Tender document.
13.2 PRELIMINARY EXAMINATION
1. The UPSRTC will examine the bids to determine whether they are complete, whether the bid
format confirms to the Tender requirements, whether any computational errors have been
made, whether required EMD has been furnished, whether the documents have been
properly signed, and whether the bids are generally in order
2. A bid determined as not substantially responsive will be rejected by UPSRTC and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.
3. UPSRTC may waive any non-conformity in a bid which does not constitute a material
deviation according to the UPSRTC, provided such waiver does not prejudice or affect the
relative ranking of any Bidder.
13.3 EVALUATION OF TECHNICAL BIDS
1. Technical bid will first be reviewed for determining the Compliance of the Technical
bids with the Tender terms and conditions, service level requirements and the scope of
work as defined in this tender.
2. Technical Bids will then be evaluated for the following parameters:

TQ No Evaluation Criteria Points Documents to be submitted


TQ 1.0 Financial Capability 15
TQ 1.1 Average annual turnover of the Sole Bidder or Audited Financial
lead bidder for any three of the last 5 financial Statements and Certificate duly
years ended with 31st March 2023. signed by Statutory Auditor of the
Bidder

For Rs. 10 Crore to Rs. 20 Crore 10

For every additional Rs 5 Crs 1 point


(Max 5
points)

79
TQ No Evaluation Criteria Points Documents to be submitted

TQ 2.0 Relevant Experience 55


TQ 2.1

deleted

TQ 2.2 The Sole Bidder OR Lead Bidder OR Any Work Order AND
Member of the Consortium must have
Completion Certificates from
experience of at least one VLT Project involving
supply and installation (S&I) OR operation The client If Substantially
and maintenance(O&M) of VLT Devices in
Completed**Project, Certificate for
last 5 years in a single or multiple project
(on BOOT/BOT/DBOT/BOO/BO/Turnkey basis ongoing projects from the client or
in any Government Public Transport
Statutory Auditor Certificate
Organization or Other Govt/Semi-Govt/Non
Govt Organizations in India or global as on the
last date of bid submission.)
Greater than 2500 Vehicles 25

Greater than1500 and upto 2500 Vehicles 20

Greater than 750 and upto 1500 15


Vehicles
From 300 Vehicles and upto 750 10
Vehicles

TQ 2.3 Sole Bidder OR Lead Bidder OR Any Work Order AND Completion
Consortium Member should have experience in Certificates from the client for
implementing a Multi Location(Geographically Substantially Completed** Project,
distributed Project locations) ICT Projects in last Certificate for ongoing projects
5years from the client or Statutory
(on BOOT/BOT/DBOT/BOO/BO/Turnkeybasis). Auditor Certificate.

80
TQ No Evaluation Criteria Points Documents to be submitted
Single project value above 15 Crores 10
Single project value of above 10 Crores to 7
15 Crores
Single project value of 5 Crore to 10 Crores 5
Single project value of 2 Crore to 5 Crores 3

TQ # Evaluation Criteria Points Documents to be submitted


TQ 2.4 The Sole Bidder or Lead Bidder or Any Consortium Work Order AND
Member should have experience of at least one Completion Certificates from the
project for development of a Mobile App for VLT client If Substantially
PROJECT INVOLVING USE OF MAP SERVICES on Completed** Project,
both iOS and android platform. Certificate for ongoing projects

Mobile App on iOS and Android Platform 10 from the client or Statutory

Mobile App on Android Platform 7 Auditor Certificate

Mobile App on iOS Platform 5


TQ2.5 Bidder or Consortium Member should have COPY OF RELEVANT CERTIFICATE
following Valid Certificate as on the date of
bid Submission.
CMMi Level 5 10
CMMI Level 3 and ISO 9001:2008 certificate 7
ISO 9001:2008 certificate 5
TQ 3.0 Key Professionals Experience 25
TQ 3.1 The Sole bidder/Any member of consortium Self-declaration and
must have a team of employees (more than 2 necessary proof to showcase
years’ experience in IT Software / Hardware /
employee skills and on payroll
Networking) on its rolls
Greater than 60 employees 5
Greater than 40to 60 employees 3
25 to 40 employees 2
TQ 3.2 Project Manager CV of the Resources as per RFP
Should be B.E. /B. Tech / MCA and MBA / PGDBM prescribed format
with following project management
experience of which at least 3 years in VLT
implementation project.
(Should have experience of Working in at least
one IT project of Rs 2 Cr or above value in
transport domain in a Project Management role)

81
Greater than 7 years experience 10

Greater than 5 years and upto 7 years 7


experience
Greater than 3 years and up to 5 years 5
experience

TQ # Evaluation Criteria Points Documents to be submitted


TQ 3.3 Solution Architect CV of the Resources as per RFP
Past Experience in VLT prescribed format
Fitment Project or any other IT
implementation projects with
Government / PSU in India or overseas.
Should be B.E. / B. Tech / MCA with
following experience in designing and
implementation of similar solution work
Greater than 7 years experience 10
Greater than 5 years and upto 7 years 7
experience
Greater than 3 years and up to 5 years 5
experience
TQ 4.0 Approach & Methodology 5 Approach and
TQ 4.1 1) Overall Approach & Methodology for 5 methodology write up in detail
Implementation
2) Understanding of Objectives of UPSRTC
3) Project Roll-out / Training Plan
4)Solution Architecture
5) Operation / Maintenance work plan for
Entire solution
(To be submitted duly signed)
Understanding of Scope of Work
Approach, Methodology, and Project Roll-
out Plan Operation and Maintenance,
Quality Control and Management Plan.
(Bidder may also be called to give a
presentation, if required, on the solution design
to Evaluation Committee)

Total 100

*The bidder who secure a minimum of 60 marks out of 100 marks will be considered as
technically qualified and only their financial proposals will be considered.

82
13.4 OPENING OF COMMERCIAL BIDS
UPSRTC will open the Commercial Bids of the technically qualified Bidders only, in the presence of
the representatives of the Bidders who choose to attend, at the time, date and place, as
decided by the UPSRTC.
13.5 EVALUATION OF COMMERCIAL BIDS
a. The bidder with the lowest TOTAL PROJECT COST as per the format defined as
“Annexure-18 Commercial Proposal Format” under section 13.12, will be declared as the
‘Lowest Final Commercial Bid / Lowest Price Bid / Best Value Price Bid (i.e. L1).
b. The commercial bids shall be evaluated by UPSRTC for completeness and accuracy.
Arithmetical errors will be rectified on the following basis. In case of discrepancy between
the amounts mentioned in figures and in words, the amount in words shall govern. The
amount stated in the proposal form, adjusted in accordance with the above procedure,
shall be considered as binding, unless it causes the overall proposal price to rise, in which
case the proposal price shall govern.

13.6 UPSRTC'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
UPSRTC reserves the right to annul the Tender process and reject all bids at any time prior to
award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or
any obligation to inform the affected Bidder or Bidders of the grounds for the UPSRTC's action.

13.7 NOTIFICATION OF AWARD


UPSRTC will notify the successful Bidder in writing by e- mail followed by registered letter.
The notification of award will constitute the formation of the Contract.

13.8 SIGNING OF CONTRACT The successful bidder shall sign the contract within 10 working
days from date of notification of award.

13.9 CONFIDENTIALITY OF THE DOCUMENT


This Tender Document is confidential, and the Bidder shall ensure that anything contained
in this tender document shall not be disclosed in any manner, whatsoever.
13.10 COURT OF JURISDICTION
All disputes pertaining both prior to and subsequent to the bidding process shall be subject
to the jurisdiction of courts in Lucknow Only.

83
13.11 ANNEXURE 1 - Clarifications on tender document(For Pre-
Bid)
(To be submitted on the Letterhead of the Bidder)

Bidder's Request for Clarification


Name & address of the Name and Position of
Contact Details of the Organization
Bidder Submitting Person submitting
/ Authorized Representative
Request request
Telephone:
Fax:
Mobile:
E-Mail:

RFP Reference Content of RFP


S. No requiring Points of Clarification Required
Section Page # Clause #
Clarification

Signature:

Date:

84
13.12 TECHNICAL BID FORMATS

13.12.1 ANNEXURE 2 - COVERING LETTER – TECHNICAL BID

(To be submitted on the Letterhead of the Bidder)

To
The Additional Managing Director,
Uttar Pradesh state Road Transport Corporation,
6,MG Marg,Tehri Kothi,
Parivahan Bhawan, Lucknow-226001

Dear Sir/Madam,
Subject: Response to the Request for Proposal (RFP) “Selection of system
integrator for implementing AIS-140 Based Vehicle Location Tracking with
Passenger Safety & Information System(VLT-PSIS) at UPSRTC
Reference: Tender/UPSRTC/IT/NIRBHAYA/VLT-PSIS-

I / We, the undersigned, having read and examined in detail all sections of the RFP document in
respect of “Selection of a system integrator for implementing “VLT & Panic Button Fitment
with Passenger Safety & Information System ” for Uttar Pradesh State Road Transport
Corporation (UPSRTC), do hereby propose to provide the solutions and services as
specified in the Tender document number Tender/UPSRTC/IT/NIRBHAYA/VLT-PSIS
I / We declare that all the services shall be performed strictly in accordance with the RFP
documents and we agree to all the terms and conditions in the RFP.
I / We confirm that I / we am / are withdrawing all the deviations, counter clauses, proposed
modifications in the Scope of work, Terms and Conditions, Functional Requirement
Specifications and Technical Specifications which may have been mentioned in our
proposal.
I/We confirm having submitted the information as required by you as Qualification Criteria. In
case you require any other further information / documentary proof in this regard before
evaluation of our bid, we agree to furnish the same in time to your satisfaction.
I/We have enclosed a bid security as in the form of an electronic bank transfer via RTGS or
Demand Draft or Fixed Deposit Receipt or Bankers Cheque or Bank Guarantee for the sum
of Rs50,00000/- (Rupees Fifty Lacs only). This Bid Security is liable to be forfeited in
accordance with the provisions of the RFP.
85
I/We hereby declare that in case the contract is awarded to us, we will submit Security Deposit
/ Performance guarantee equivalent to Rs 5 crores as specified in RFP document.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
there of and your notification of award shall constitute a binding Contract between us.
I/We understand that you are not bound to accept the lowest or any bid you may receive.
I/We am/are enclosing herewith the following documents:
Technical Bid with prescribed contents as specified in the RFP
Evidence/documents/certificates etc. for technical evaluation criteria.
Original RFP document duly signed with Company’s seal.

Dated this day of …………………..

Signature (in the capacity of)


Duly authorized to sign Bid for and on behalf of Seal of the Company

86
13.12.2 ANNEXURE 3 – DETAILS OF BIDDERS

Reference
S.NO Particulars Description/Details Page #
Documents
1 Name of Bidder
2 Contact Details
Address
Telephone #
Fax
E-Mail
Website
3 Incorporation Details Certified Copy of
Incorporation Number Incorporation Under
Date of Incorporation Indian Companies Act,
1956 Or as per
Authority Registration laws of
Respective Country
4 Registration Details Certified Copies of
Sales/ Trade Tax. No. Service Tax
Service Tax No. Registration and
Sales/Trade Tax
Registration in India /
PAN No. Foreign bidders to submit
documents
within 3 months of LOI
5 Annual Turnover of the
Bidder in last three Years Audited Statements of
(in Crores) the Bidder's and its
FY 2017-2018 Holding Company’s
FY 2018-2019 Balance Sheets
FY 2019-2020
6 Legal Status of Company
(e.g. Pvt. Ltd, Government
Entity)

87
S.NO Particulars Description/Details Reference Page #

Documents

7 Name of the authorized


Power of Attorney duly
signatory who
authorizing the person
is
signing the bid
authorized to quote in the
documents to sign on
tender and enter into the
behalf of the bidder and
rate contract
thereby
binding the bidder
Designation
Telephone
Mobile
E-Mail
8 Number & Address of

Offices
In India
In Uttar Pradesh

SIGNATURE:

NAME:

DESIGNATION:

DATE:

88
13.12.3 ANNEXURE 4 - SOLUTION, APPROACH, METHODOLOGY AND WORK PLAN

Technical Solution
The Bidder is required to describe the proposed Technical Solution in this section. The
Technical Solution would be evaluated on the following broad parameters. The Purchaser
reserves the rights to add, delete, or modify these parameters at any time during the Tender
process, without assigning any reasons whatsoever and without being required to intimate
the Bidders of any such change.
Clear articulation and description of the design and technical solution and various
components
Extent of compliance to functional requirements specified in the scope of work and in
accordance with leading practices.
Technical Design and clear articulation of benefits to UPSRTC of various components of the
solution vis-à-vis other options available.
No commercial proposal details shall be provided as a part of Technical proposal by the
bidder. The bids will be summarily rejected for any attempt to disclose the commercial bid
details are observed in the technical proposal.
Detailed Design & Approach
The Bidder should provide detailed design and approach for the following listing all
assumptions that have been considered:
Proposed Solution necessarily including Proposed Solution Architecture and its highlights
specific to UPSRTC’s requirements. This should include
1. Proposed Technical architecture and highlights
2. Proposed Application Security Architecture and highlights
3. Proposed Network Architecture highlights, Hardware, Software,
networking considerations
4. Capabilities of the proposed solution to address the functional
requirements
Overall Approach & Methodology necessarily including
1. Understanding of UPSRTC and its requirements in the project Pilot and related tuning
2. System development and rollout, Data Migration approach, Testing approach
3. Overall Governance Structure and Escalation Mechanism Risk Management Plan
Detailing of key deliverables in the envisaged solution
Training & Operations necessarily including
1. Operations and Maintenance Strategy
2. Project Management, Reporting and Review Methodology
89
3. Project team structure, size, capability and deployment plan (Total Staffing, plan
including numbers).
4. Bidder must provide the team structure and the resumes of key profiles within each team
such as Project manager(s), technical experts, domain experts, etc. responsible for the
management of this project in the format provided in the RFP
5. Comprehensive Project Plan Along with Manpower deployment plan and resources to be
dedicated to the project in the format attached including the escalation matrix in the team
proposed.
Support Services
1. Approach and Methodology for deployment, management of manpower for service delivery
Strategy & plan for implementing and managing Help Desk
2. Proposed Approach and Methodology towards hosting of the application in third party Data
center and Data Recovery Site.

90
13.12.4 ANNEXURE 5 - DECLARATION/AFFIDAVIT FOR NOT BEING UNDER AN INELIGIBILITY
FOR CORRUPT OR FRAUDULENT PRACTICES OR BLACKLISTED
(Bidder shall submit the Declaration/Affidavit on duly notarized Stamp paper of Rs.100/-)

Date: dd/mm/yyyy

To,
The Additional Managing Director,
Uttar Pradesh State Road Transport Corporation,
6, MG Marg,Tehri Kothi,
Parivahan Bhawan, Lucknow-226001

Ref- Response to the Request for Proposal (RFP) “Selection of system integrator for
implementing AIS-140 Based Vehicle Location Tracking with Passenger Safety &
Information System(VLT-PSIS) at UPSRTC

Subject: Declaration/Affidavit for not being under an ineligibility for corrupt or


fraudulent practices or blacklisted with any of the Government or Public Sector Units in
India
Sir/ Madam,

We, the undersigned, hereby declare that We are not under a declaration of ineligibility / banned
/ blacklisted by any State or Central Government / any other Government institutions in
India for any reason as on last date of submission of the Bid or convicted of economic offence
in India for any reason as on last date of submission of the Bid.
We hereby also declare that
1. We are not convicted for any of the following offenses under the Prevention of Corruption
Act, 1988; Or
2. We have not been convicted under any Indian Penal Code or any law in force, for creating
public injury to person or property or risk to public health as a part of execution of public
procurement contract;

3. We have not been blacklisted/banned/debarred by any Government


(State/Central)/Semi Government/ Corporation / PSU in India in last 3 years;
4. We have not violated the code of integrity in last 2 years;

5. Our Security Deposit or EMD or performance security deposit or any other deposit was
not withheld (fully or partly) by the purchaser during any procurement process or
contract execution undertaken by purchaser in last 2 years;
6. We have not withdrawn our bids post submission of the same. (maximum incidents are
limited to 3)
91
7. If Owner / Partner / Director / Trustee of the organization is Owner / Partner / Director/
Trustee of any other organization-
We hereby declare that Our Owner / Partner / Director / Trustee are not Owner /
Partner / Director / Trustee of any other organization which is presently blacklisted /
Banned /Suspended by the Government / Semi-Government / PSUs, or any other
organization established in India.

We accept that in case of any irregularity, lapses, non-compliances, UPSRTC’s Boards decision
shall be final and binding on us.
Thanking you,

Yours faithfully

Signature of Authorised Signatory (with official seal) & Date

Name :

Designation :

Address :

Telephone :

Fax :
E-mail address :

92
13.12.5 ANNEXURE 6 - PROFILE OF PERSONNEL
(For resources as required in the RFP for evaluation purposes)
Name of the
1.
employee
Proposed
2 Project Manager/ Solution Architect/Network Engineer
position
3 Designation
4 Date of Birth
5 Nationality
Total years of
6 relevant
experience
7 Certifications
Qualification Name of Degree Date
Attended
School / Obtained
College /
8 Education University

Language Read Write Speak

9 Language

Employer Position From To Job


Profile
Employment
10
Record

(Starting with present position list in reverse order)

93
(Give an outline on the experience most pertinent to tasks mentioned
in the project. Describe degree of responsibility held on these relevant
assignments).
Relevant
11
Experience (Details shall be provided as per the number of project experience in
the evaluation criteria specified in the RFP. Bidders are expected to
clearly state the total number of projects for the respective criterion as
applicable.)

Activities performed
I, the undersigned, certify that to the best of my knowledge and belief,
this bio-data correctly describes myself, my qualifications and my
experience.

12 Certification Date:

Place:

Signature of the staff:

Signature of the Authorized Signatory

94
UTTAR PRADESH STATE ROAD TRANSPORT CORPORATION
13.12.6 ANNEXURE 7 - MANPOWER DETAILS
The Bidder should provide a detailed resource deployment plan in place to ensure that
technically qualified staff is available to deliver the project.
The Bidder should provide the summary table of details of the manpower that will be
deployed.
Current
Years of
S Type of No. of Key Position Educational
Relevant
No resource Resources Responsibilities in the Qualification
Experience
Firm

95
13.12.7 ANNEXURE 8 - DETAILS OF EXPERIENCE OF BIDDER IN VARIOUS PROJECTS
As per the format below, the bidder should provide information for each project on similar assignments
required for pre-qualification and technical evaluation criteria.

Credential for < Prequalification Criteria No. / Technical Criteria No>


Sr. No.
Parameter Details
General Information
1. Customer Name
Name of the contact person and
2. contact details for the client of the
assignment
Whether client visit can be
3. (YES / NO)
organized
Project Details
4. Project Title
5. Start Date and End Date
6. Date of Go-Live
7. Total Cost of the project
8. Current Status (Live / completed /
on-going / terminated / suspended)
9. No of staff provided by your
company
10. Please indicate the current or the
latest AMC period with the client
(From Month –Year to Month-Year)
11. Please indicate whether the client is
currently using the implemented
solution
Size of the project
12. Number of total users and Total users
concurrent users of the solution at Concurrent users
the client location(s):
13. Training responsibilities of Bidder
14. Any other information to be shared

with Purchaser

96
Enclosures Required
Enclosure A:

Narrative Description of the Project

Credential for < Prequalification Criteria No. / Technical Criteria No>


Sr. No.
Parameter Details
Enclosure B:

Detailed Description of actual services provided by Bidder:

Enclosure C:

Documentary Proof

97
13.12.8ANNEXURE- 9 RESPONSE TO ELIGIBILTY AND EVALUATION CRITERIA
(A)RESPONSE TO ELIGIBILITY CRITERIA

S.NO PRE QUALIFICATION CRITERIA DOCUMENTARY EVIDENCE TYPE REF IN


BID
PAGE
NO
1 Bid Covering Letter Bid Covering Letter .pdf
2 Scanned copy of EMD & Tender Fee Scanned copy of EMD & Online .pdf
payment receipt. payment of Tender Fee receipt.
3 The Sole Bidder / Lead Bidder (All Certificate of Incorporation or .pdf
members in case of Consortium) shall be Registration Copy of the list of
“A Company registered in India under the properly constituted management
Companies Act 1956 or 2013 or The LLP or governing body of the
Act 2008, as on 31st March 2023. Organization Memorandum of
Association
OR
A partnership deed duly registered
“A partnership firm registered under under the Partnership Act
Partnership Act, 1932 as on 31st March
2023. In case of Consortium or Joint
Venture, copy of the Joint venture
or Consortium Agreement, clearly
specifying the roles and
responsibilities and stake
percentage of each of the members
in the consortium or Joint venture,
should be provided. All members
of the consortium or Joint Venture
will be jointly and severally
responsible in the project.

4 The VLT device and backend system Copy ofthe relevant approval .pdf
should be approved by MoRTH*/ certificates.
Transport Department Uttar Pradesh.
5 The Sole Bidder / Lead Bidder Audited Balance sheet and Profit & .pdf
including its consortium members Loss account statement of the Sole
should have a minimum average annual Bidder for each of the last 3
turnover of INR 10 Crore (Rupees Ten audited financial years (FY 2017-
Crore) for any three of the last 5 18, 2018-19 and 2019- 20).
financial years). Certificate duly signed by
Statutory Auditor of the Sole
Bidder or Certified Chartered
Accountant for average annual
Turnover for last 3 financial years
(FY 2017-18, 2018-19 and 2019-
20)
6 The Sole Bidder / Lead bidder should Certificate duly signed by .pdf
have positive net worth for any three Statutory Auditor or Certificate
of the last 5 financial years). from Chartered Accountant of the
Bidder.
Chartered Accountants
Certificate / balance Sheet duly
certified by chartered

98
Accountant as of 31.3.20
7 The Sole Bidder OR Lead Bidder OR Work Order + Completion .pdf
Any Member of the Consortium must Certificates from the client;
have experience of at least one VLT OR
Project involving Supply and Work Order + Self- Certificate of
Installation (S&I) OR Operation and Completion (Certified by the
Maintenance(O&M) of VLT Devices on Statutory Auditor);
BOOT/BOT/DBOT/BOO/BO/Turnkey OR
basis in any Government Public Work Order + Phase Completion
Transport Organization or Other Certificate (for ongoing projects)
Govt/Semi-Govt/Non Govt Organizations from the client
in India or global during the last 5 years
as on the last date of submission of the
bid.
(A qualifying project shall be defined as "
A project consisting of Supply and
Installation (S&I) OR Operation and
Maintenance(O&M) of at least 300VLT
Devices operated for 12 months or
more prior to the date of this bid
submission.)
Under this requirement VLT DEVICE,
experience of VLT fitted vehicles of
Municipal Corporations, Urban and Local
Bodies and other Public service vehicles
like Taxi’s, School Bus, Ambulances and
Passenger Vehicles running on valid
Permit will also be accepted.

8 deleted deleted

9 The Sole Bidder OR Lead Bidder OR Copy of a Valid Certificate which is .pdf
Any Member of the self-attested by the authorized
Consortium should have a valid signatory.
minimum ISO 9001:2008 certificates) or
CMMI Level 3 or higher as on last date of
submission of the bid.
10 OEM The Sole Bidder or Lead .pdf
Authorization Bidder should have direct
authorization from the Original
Equipment Manufacturers
(OEM) for supporting the
components offered under this
project. The Successful Bidder
will have the responsibility of
all kind of maintenance and
99
support of application software,
hardware and networking
component etc. specified in this
project.
11 Cloud Service Provider for The Sole/Lead bidder should .pdf
Hosting Services enclose a Letter of consent
obtained from Meity
empaneled Cloud Service
Provider to participate in the
12 Blacklisting / Bankruptcy Bid. Sole bidder or Lead
The .pdf
bidder or Any member of the
consortium should not have
been declared as bankrupt or
shall not have any proceeding
for bankruptcy or insolvency/
debarred/ blacklisted /
banned/ not being under
declaration of ineligibility for
corrupt or fraudulent practices
or Non-delivered or non-
performance by any
Government /UPSRTC/ PSU/
Autonomous Body under any
Law in India as on date of
submission of the Bid.
13 Key Resources The Sole Bidder OR Lead .pdf
Bidder OR Any member of
the consortium must have at-
least 25 technical staff on their
payroll (more than 2 years’
experience in IT Software /
Hardware / Networking) at the
time of bid submission.
14 Tax The Sole bidder or in case of .pdf
consortium or Joint Venture, all
members of the consortium
must have GST registration
certificate as on last date of
submission. In case of overseas
bidder, the certificate of
registration in India and GST
certification to be completed
within 3
months for the date of letter of
Intent,
15 Powerof Attorney Power of Attorney to be on .pdf
non- judicial stamp paper of
appropriate value as per Stamp
Act, relevant to place of
execution

100
(B)RESPONSE TO EVALUATION CRITERIA :

S.NO EVALUATION CRITERIA DOCUMENTS TO BE YES/NO/ TYPE REFERENCE


SUBMITTED VALUE IN BID
PAGE NO.
TQ 1.0 FINANCIAL CAPABILITY
TQ Average annual turnover of the Sole AUDITED .PDF
1.1 Bidder or lead bidder for any three of FINANCIAL
the last 5 financial years ended with STATEMENTS AND
31st March 2023 CERTIFICATE DULY
SIGNED BY STATUTORY
For Rs. 10 Crore to Rs. 20 Crore AUDITOR OF THE
20 CRORE AND ABOVE BIDDER

TQ Relevant Experience
2.0
TQ deleted
2.1

deleted

.PDF

TQ2.2 The Sole Bidder OR Lead Bidder OR WORK ORDER AND .PDF
Any Member of the Consortium must COMPLETION
have experience of VLT Project CERTIFICATES
involving supply and installation FROM
(S&I) OR operation and THE CLIENT IF

maintenance(O&M) of VLT Devices SUBSTANTIALLY


COMPLETED**
in last 5 years in a single or multiple
PROJECT,
project (on
CERTIFICATE FOR
BOOT/BOT/DBOT/BOO/BO/Turnkey ONGOING PROJECTS
basis in any Government Public FROM THE CLIENT OR
Transport Organization or Other STATUTORY
Govt/Semi-Govt/Non Govt Organizations AUDITOR CERTIFICATE
in India or global as on the last date of
bid submission.)

Greater than 2500 Vehicles


Greaterthan 1500 and upto
2500 Vehicles

Greater than 750 Vehicles and upto 1500


Vehicles

From 300 Vehicles and


upto 750 Vehicles

TQ2.3 Sole Bidder OR Lead Bidder OR Any WORK ORDER AND .PDF
Consortium Member should have COMPLETION
101
experience in implementing a Multi CERTIFICATES
Location(Geographically distributed FROM
Project locations) ICT Projects in last THE CLIENT IF
5 years SUBSTANTIALLY
(on COMPLETED**
BOOT/BOT/DBOT/BOO/BO/Turnkey PROJECT,
basis). CERTIFICATE FOR
Single project value above 15 Crores ONGOING PROJECTS
Single project value of above 10 Crores FROM THE CLIENT OR
to STATUTORY
15 Crores AUDITOR CERTIFICATE
Single project value of 5 Crore to 10
Crores
Single Project Value of 2 Crore to 5
Crores
TQ The Sole Bidder or Lead Bidder or Any .PDF
2.4 Consortium Member should have
experience of at least one project for
development of a Mobile App for VLT
PROJECT INVOLVING USE OF MAP
SERVICES on both iOS and android
platform.
Mobile App on iOS and Android Platform
Mobile App on Android Platform
Mobile App on iOS Platform
TQ Bidder or Consortium Member should COPY OF RELEVANT .PDF
2.5 have following Valid Certificate as on CERTIFICATE
the date of bid Submission.

CMMi Level 5
CMMI Level 3 and ISO 9001:2008
certificate
ISO 9001:2008 certificate
TQ Key Professionals Experience
3.0
TQ The Sole bidder/Any member of SELF-DECLARATION AND .PDF
3.1 consortium NECESSARY PROOF TO
must have a team of employees (more SHOWCASE EMPLOYEE
SKILLS AND ON PAYROLL
than 2 years’ experience in IT Software
/ Hardware / Networking) on its rolls
Greater than 60 employees
Greater than 40to 60 employees
25 to 40 employees
TQ Project Manager CV OF THE RESOURCES AS .PDF
3.2 Should be B.E. /B. Tech / MCA and MBA PER RFP PRESCRIBED
/ PGDBM with following project FORMAT

management experience of which at


least 3 years in VLT implementation
project.
(Should have experience of Working in
at least one IT project of 2 Cr or above
project value in transport domain in a
Project Management role)
102
Greater than 7 years experience
Greater than 5 years and upto 7 years
experience
Greater than 3 years and up to 5 years
experience
TQ Solution Architect CV OF THE RESOURCES AS .PDF
3.3 Past Experience in VLT Fitment PER RFP PRESCRIBED
Project or any other IT FORMAT

implementation projects with


Government / PSU in India or overseas.
Should be B.E. / B. Tech / MCA with
following experience in designing and
implementation of similar solution work
Greater than 7 years experience
Greater than 5 years and upto 7 years
experience
Greater than 3 years and up to 5 years
experience
TQ Approach & Methodology
4.0
TQ 1) Overall Approach & Methodology for APPROACH AND .PDF
4.1 2) Understanding of Objectives of METHODOLOGY WRITE UP
UPSRTC IN DETAIL

3) Project Roll-out /
Training Plan
4) Solution Architecture
5) Operation / Maintenance work plan
for
entire solution
(To be submitted duly
signed)

Understanding of Scope of
Work
Approach, Methodology, and Project
Roll-
out Plan Operation and Maintenance,
Quality Control and Management Plan.

103
13.12.9 ANNEXURE 10 - PROJECT EXPERIENCE
Bidder Project Experience List

Cost of Date of Date of


Project Client Role of State in
S.NO Assignment Commence m- Project
Name Name Bidder India
ent of Go-Live
Project

104
13.12.10 ANNEXURE 11 - FORMAT FOR MANUFACTURER’S AUTHORIZATION FORM

(To be obtained from all OEMs on OEM letterhead)

RFP NO.: <> DATE:

To
The Additional Managing Director
Uttar Pradesh state Road Transport Corp.
6MG Marg, Parivahan Bhawan,
Tehri Kothi , Lucknow-226001

WHEREAS who are official manufacturers of


having factories at do hereby authorize

to submit a Bid in relation to the Invitation for


Bids indicated above, the purpose of which is to provide the following Goods, manufactured
by us and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty for the complete project duration, with
respect to the Goods offered by the above firm in reply to this Invitation for Bids. We also
confirm that the Goods/Services supplied as a part of the RFP shall not be End of Sale /
Life/ Support for the entire contract period. Also the Goods / Services supplied as a part of
RFP shall be supported for the entire contract period. The products offered by us are of
equivalent or higher specifications as mentioned in the RFP.

Signature:

Full Name:
Address:

105
13.12.11 ANNEXURE 12 - LIST OEMS AND THEIR DETAILS

Sr. Role Name of OEM Products/Services


No. Offered

BIDDER: ------------------------

SIGNATURE ------------------------

NAME
------------------------
DESIGNATION
COMPANY ------------------------
DATE
------------------------

106
13.12.12 ANNEXURE 13 - DETAILS OF OEMS (UPLOAD SEPARATE COPIES FOR EACH OEM)
Details of OEMs
The bidder must provide the following details for the original manufacturers of all the products proposed
to be provided:
S. Particulars Description/ Reference Documents Page No.
No. Details

A. Name of - -
Organization
B. Contact Details - -
Address
Telephone No.
Fax
Email
Website
C. Incorporation Certified copy of
Details incorporation under Indian
Incorporation Companies Act, 1956
Number Or as per Registration laws of
Date of Respective Country
Incorporation
Authority
D. Sales/Trade Tax Regn. Certified copy of valid
Details
Sales/Trade Tax
Sales/Trade Tax No.
Registration Foreign bidders
Date
to submit documents within 3
Registratio n Authority
months of LOI
E. Service Tax Regn Certified copy of valid
Details Service Tax Registration in India
Service Tax No.
Foreign bidders to submit
Date

107
Registration Authority documents within 3
months of LOI
F. Legal Status of
Company
G. Name of Special Power of Attorney,
Authorized Signatory duly authorizing the person

Position signing the bid documents


Telephone to sign on behalf of the
Fax bidder and thereby binding
Mobile the bidder
Email
H. ISO 9001:2008 Copy of Certificate issued
certification by respective agency

a) Issue Date
b) Valid Up to
c) Authority
d) Field / Area
I. Any other Copy of Certificate issued
certifications by respective agency

a) Issue Date
b) Valid Up to
c) Authority
d) Field / Area
J. Number &
Address of Offices
a) In India
b) In Uttar Pradesh
Full Name and Signature of the Authorized Representative:

BIDDER:

Signature Name Designation Company


Date

108
deleted

PAGE | 109
13.12.14 ANNEXURE 15 - PROFORMA FOR EMD BG

TO,
The Additional Managing Director
Uttar Pradesh State Road Transport Corporation,
6MG Marg, Parivahan Bhawan, Tehri Kothi , Lucknow-226001

WHEREAS...............................................................(Name of Bidder) hereinafter called "The


Bidder" has decided to participate in the tender number , hereinafter called "Tender"
published by UPSRTC, hereinafter called "UPSRTC".

AND WHEREAS it has been stipulated by you in the said Tender that the Bidder shall
furnish you with a Demand Draft or Pay Order or Bank Guarantee (of Nationalized
Bank) for the sum specified therein as EARNEST MONEY DEPOSIT(EMD) for
compliance with the Bidder's obligations in accordance with the Tender.

AND WHEREAS we have agreed to give the Bidder a guarantee

THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on


behalf of the Bidder, up to a total of Rs. /- (Rupees <in words>
only) and we undertake to pay you, upon your first written demand declaring the
Bidder to be in default of the tender conditions and without cavil or argument any
sums within the limit of Rs. /- as aforesaid, without your needing to prove or to
show this grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the .......................................day of..................2021.

(Signature and Seal of Bank)


Date:
Address:
Witness:

110
13.12.15 ANNEXURE 16 FORMAT TO BE USED FOR JOINT BIDDING BY
CONSORTIUM

(To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of …………
2021

AMONGST

M/s ……………………………Limited, a company incorporated


under the Companies Act, 1956/2013 or a partnership firm registered under The
Partnership ACT, 1932 or Any other legal entity referred to in Clause 13.1 of RFP,
through Mr./Mrs ……………… having its registered office at
……………………………………………………………………… (Hereinafter referred to as the
“First Part” which expression shall, unless repugnant to the context include its
successors and permitted assigns)

AND

1. M/s ……………………………………..Limited, a company incorporated


under the Companies Act, 1956/2013 ora partnership firm registered under The
Partnership ACT, 1932 or Any other legal entity referred to in Clause 13.1 of RFP,
through Mr./Mrs ……………… having its registered office at ………… (hereinafter
referred to as the “Second Part” which expression shall, unless repugnant to the
context include its successors and permitted assigns)

AND

2. M/s …………………………………….Limited, a company incorporated


under the Companies Act, 1956/2013 or a partnership firm registered under The
Partnership ACT, 1932 or Any other legal entity referred to in Clause 13.1 of RFP,
through Mr./Mrs ……………… having its registered office at ………… (hereinafter
referred to as the “Third Part” which expression shall, unless repugnant to the
context include its successors and permitted assigns)}

The above mentioned parties of the FIRST, SECOND, THIRD PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”

PAGE | 111
WHEREAS,

(A) Uttar Pradesh State Road Transport Corporation (UPSRTC), established


under the Road Transport Corporations Act, 1950, represented by its Managing Director
and having its principal office at 6, MG Marg, Parivahan Bhawan Lucknow 226001, Uttar
Pradesh , India (hereinafter referred to as the “Authority” which expression shall, unless
repugnant to the context or meaning thereof, include its administrators, successors and
assigns) has invited bids (the “Bids”) by its Request for Proposal No. ………… dated
………………….. (the “RFP”) for SELECTION OF SYSTEM INTEGRATOR FOR
IMPLEMENTATION VEHICLE LOCATION TRACKING AND PANIC BUTTON DEVICES
WITH PASSENGER SAFETY & INFORMATION SYSTEM at UPSRTC

(B)The Parties are interested in jointly bidding for the Project as members of a
Consortium and in accordance with the terms and conditions of the RFP document and
other bid documents in respect of the Project, and

(C)It is a necessary condition under the RFP document that the members of the
Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with
the Bid.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations

In this Agreement, the capitalized terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the RFP.

2. Consortium

2.1 The Parties do hereby irrevocably constitute a consortium (the


“Consortium”) for the purpose of jointly participating in the
Bidding Process for the Project.

2.2.1 The Parties hereby undertake to participate in the Bidding


Process only through this Consortium and not individually and/
or through any other consortium constituted for this Project,
either directly or indirectly.

3 Covenants

The Parties hereby undertake that in the event the Consortium is declared the Winning
112
Bidder, all the parties of the consortium will have to get into a legal Agreement and
formulate a Special Purpose Vehicle (SPV) under the companies Act, exclusively for the
Implementation of AIS- 140 Based Vehicle Location Tracking with Passenger Safety &
Information System”, within 30 days from the date of issue of LOA/LOI which can be
further extended by UPSRTC in case of any difficulty on the request of the Consortium.

4 Role of the Parties

The Parties hereby undertake to perform the roles and responsibilities as described
below:

1. Party of the First Part shall be the Lead member of the


Consortium and shall have the power of attorney from all Parties for
conducting all business for and on behalf of the Consortium during the
Bidding Process;

2. Party of the Second Part shall be {the Member of the Consortium;


and}(role to be defined)

3. Party of the Third Part shall be the {Member of the Consortium;


}(role to be defined)

5 Lock-in Period

5.1 The Parties undertake to adhere to the Lock-in Period as per the
provisions of the RFP document.

6 Shareholding in the SPV

6.1 The Parties agree that the proportion of shareholding among the Parties in the
SPV shall be as follows:

• First Party:

Second Party:

{Third Party:}

PAGE | 113
6.2 Members of the Consortium shall nominate the member with the
highest equity share in the consortium as the lead member (the “Lead
Member”), who shall have an equity share of not less than 51% in the
Consortium during the entire project tenure. The nomination(s) shall be
supported by a Power of Attorney, as per the format at Annexure-16, signed by
all the other members of the Consortium;

6.3 Through this Jt. bidding agreement, the members convey the
intent to form an SPV with shareholding/ ownership equity commitment(s) in
accordance with this RFP and percentage of share holding described above, and
to enter into an agreement with UPSRTC for the project and subsequently carry
out all the responsibilities to undertake the Project if awarded to the
Consortium;

6.4 The Parties undertake that they shall comply with all equity lock-
in requirements set forth in RFP.

7 Joint and Several Liability

The Parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the Project and in accordance with the terms of the RFP
a till such time as the Financial Close for the Project is achieved .

Representation of the Parties

Each Party represents to the other Parties as of the date of this Agreement that:

(A) Such Party is duly organized, validly existing and in good standing under the
laws of its incorporation and has all requisite power and authority to enter
into this Agreement;

(B) The execution, delivery and performance by such Party of this Agreement
has been authorized by all necessary and appropriate corporate or
governmental action and a copy of the extract of the charter documents and
board resolution/ Power of Attorney in favor of the person executing this
Agreement for the delegation of owner and authority to execute this
Agreement on behalf of the Consortium Member is annexed to this
Agreement, and will not, to the best of its knowledge:

1. require any consent or approval not already obtained;


114
2. violate any Applicable Law presently in effect and having
applicability to it;

3. violate the memorandum and articles of association, by-laws or other


applicable organizational documents thereof;

4. violate any clearance, permit, concession, grant, license or other


governmental authorization, approval, judgment, order or decree or any
mortgage agreement, indenture or any other instrument to which such Party
is a party or by which such Party or any of its properties or assets are bound
or that is otherwise applicable to such Party; or

5. create or impose any liens, mortgages, pledges, claims, security


interests, charges or encumbrances or obligations to create a lien, charge,
pledge, security interest, encumbrances or mortgage in or on the property
of such Party, except for encumbrances that would not, individually or in the
aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling
its obligations under this Agreement;

(C) this Agreement is the legal and binding obligation of such Party,
enforceable in accordance with its terms against it; and

(D) there is no litigation pending or, to the best of such Party's knowledge,
threatened to which it is a party that presently affects or which would have
a material adverse effect on the financial condition or prospects or business
of such Party in the fulfilment of its obligations under this Agreement.

8 Termination

This Agreement shall be effective from the date hereof and shall
continue in full force and effect until the need to continue the
Consortium in its present form, till formation of the SPV as defined
above and all the clauses of this consortium agreement will be deemed
to be incorporated in the MOA and AOA of the SPV ,in case the Project is
awarded to the Consortium. However, in case the Consortium does not
get selected for award of the Project, the Agreement will stand
terminated upon return of the Bid Security by the Authority to the
Bidder.

PAGE | 115
9 Miscellaneous

9.1 This Joint Bidding Agreement shall be governed by laws of India.

9.2 The Parties acknowledge and accept that this Agreement shall not be amended
by the Parties without the prior written consent of the Authority.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of

LEAD MEMBER by: SECOND PART

(Signature) (Signature)

(Name) (Name)

(Designation) (Designation)

(Address) (Address)

SIGNED, SEALED AND DELIVERED

For and on behalf of THIRD PART

(Signature) (Name) (Designation) (Address)

In the presence of:

1. 2.

116
Notes:

1 The mode of the execution of the Joint Bidding Agreement should be in


accordance with the procedure, if any, laid down by the Applicable Law
and the charter documents of the executant(s) and when it is so
required, the same should be under common seal affixed in accordance
with the required procedure.

2 Each Joint Bidding Agreement should attach a copy of the extract of the
charter documents and documents such as resolution / power of
attorney in favour of the person executing this Agreement for the
delegation of power and authority to execute this Agreement on behalf
of the Consortium Member.

3 For a Joint Bidding Agreement executed and issued overseas, the


document shall be legalised by the Indian Embassy and notarized in the
jurisdiction where the Power of Attorney has been executed.

PAGE | 117
FORM
FORMAT
A1: FOR
FORMAT
POWER
FOROF
LETTER
ATTORNEY
OF BID
FOR SIGNING BID

(On a Stamp Paper of relevant value)

POWER OF ATTORNEY

Know all men by these presents, We…………………………………………….. (name of the firm


and address of the registered office) through resolution passed in Board of Directors
meeting dated ----------- do hereby irrevocably constitute, nominate, appoint and
authorise Mr/ Ms (name), …………………… son/daughter/wife
of……………………………… and presently residing at …………………., 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 as are necessary or required in
connection with or incidental to submission of our bid for
………………………………………………………………………………………………………………………………
………………………………………………………………………….. at UPSRTC including but not
limited to signing and submission of all bids and other documents and writings,
participate in Pre-Bids and other conferences and providing information/ responses
to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts/agreements and undertakings consequent to acceptance of
our bid, and generally dealing with the Authority in all matters in connection with or
relating to or arising out of our bid for the said Project and/ or upon award thereof to
us and/or till the entering into the Contract/ Agreements

AND 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 said Attorney in exercise of the powers hereby conferred shall and
shall always be deemed to have been done by us.

118
IN WITNESS WHEREOF WE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ……… DAY OF ………….

2021

For

………………………….. (Signature, name, designation and address)

Witnesses: 1.

(Notarised)

2.

Notes:

To be executed by the sole Bidder in accordance with the BOD’s resolution.

1. 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 executant (s) and when it is so required the same should
be under common seal affixed in accordance with the required procedure.

2. Wherever required, the Bid should submit for verification the extract of the
charter documents and documents such as a board or shareholders’
resolution/ power of attorney in favor of the person executing this Power of
Attorney for the delegation of power hereunder on behalf of the Bid.

3. For a Power of Attorney executed and issued overseas, the document will also
have to be legalized by the Indian Embassy and notarized in the jurisdiction
where the Power of Attorney is being issued. However, the Power of Attorney
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.

PAGE | 119
FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM

(On a Stamp Paper of relevant value)

POWER OF ATTORNEY

Whereas the UPSRTC (“the Authority”) has invited bids from interested parties for the
SELECTION OF SYSTEM INTEGRATOR FOR IMPLEMENTATION OF AIS- 140 Based Vehicle Location
Tracking with Passenger Safety & Information System”Project (the “Project”).

Whereas, …………………….., …………………….., …………………….. and

………………………………………………………………………………..and -----------
-------------------------…………………………………………………..(collectively the “Consortium”) being
Members of the Consortium are interested in bidding for the Project in accordance with the terms
and conditions of the Request for Proposal (RFP) and other connected documents in respect of the
Project, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all
acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project
and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

We, M/s /Mr./Mrs having our registered office (postal

120
address in case of

Individual as consortium member) at …………………….., M/s /Mr./Mrs.. ……………………..

having our registered office (postal address in case of Individual as consortium member)
at

…………………….., M/s /Mr./Mrs. …………………….. having our registered office (postal address in
case of Individual as consortium member) at …………………….., duly authorized by
respective organization/company through Board of Director’s resolution to do so
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate,
nominate, constitute, appoint and authorize M/S/ Mr./Mrs. …………………….. having its
registered office (postal address in case of Individual as lead member) at ……………………..,
being one of the Members of the Consortium, as the Lead Member and true and lawful
attorney of the Consortium (hereinafter referred to as the “Attorney”). We hereby
irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for
and on behalf of the Consortium and any one of us during the bidding process and, in the
event the Consortium is awarded the contract, during the execution of the Project and in
this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds
or things as are necessary or required or incidental to the submission of its bid for Selection
of System Integrator for implementation AIS- 140 Based Vehicle Location Tracking with
Passenger Safety & Information System”at UPSRTC, including but not limited to signing and
submission of all bids and other documents and writings, accept the Letter of Acceptance,
participate in bidders’ and other conferences, respond to queries, submit information/
documents, sign and execute contracts and undertakings consequent to acceptance of the
bid of the Consortium and generally to represent the Consortium in all its dealings with the
Authority, and/ or any other Government Agency or any person, in all matters in connection
with or relating to or arising out of the Consortium’s bid for the Project and/ or upon award
thereof till the Concession and Lease Agreements are entered into with the Authority.

AND 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
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed
to have been done by us/ Consortium.

PAGE | 121
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS …………………. DAY OF ……….

For ……………………..

(Signature)

…………………….. (Name & Title)

For ……………………..

(Signature)

…………………….. (Name & Title)

For ……………………..

(Signature)

…………………….. (Name & Title)

Witnesses:

1.

2.

……………………………………… (Executants)

(To be executed by all the Members of the Consortium)

122
Note:

1. 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 executant(s) and when it is so required the same should be
under common seal affixed in accordance with the required procedure.

2. Also, wherever required, the Bidder should submit for verification of the
extract of the charter documents and documents such as a board or
shareholders’ resolution/ power of attorney in favor of the person executing
this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.

3. For a Power of Attorney executed and issued overseas, the document will also
have to be legalized by the Indian Embassy and notarized in the jurisdiction
where the Power of Attorney is being issued. However, the Power of Attorney
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.

PAGE | 123
FORMAT FOR BOARD RESOLUTION FOR SOLE BIDDER(TO BE GIVEN ON COMPANY LETTER
HEAD)

Extract of minutes of board of directors meeting of ABC Private Limited held at the registered
office at _________________ on …………….th day of ………….. 2021 AT 11:00 AM

Person Present :

1. Mr.

2. Mr.

Resolved that the company has decided to authorize Mr. _______(Director) as Authorised Signatory
for bidding in the e-tender floated by UPSRTC, E-tender number_____________, and to sign and
submit various document electronically and/or physically and to make applications,
communications, representations, modifications or alterations on behalf of the Company before
the UPSRTC committee as and when required.

The acts done and documents shall be binding on the company until the same is withdrawn by
giving written notice thereof .

Specimen signature of Authorised Signatory

Resolved further that, a copy of the above resolution duly certified as true by designated directors
of the company.

For and on behalf of board of directors of

ABC Private Limited

Mr. _________ Mr. __________

(Director)

(Director)

DIN : DIN :
124
FORMAT FOR BOARD RESOLUTION FOR CONSORTIUM
( TO BE GIVEN ON COMPANY LETTER HEAD)

Extract of minutes of board of directors meeting of XYZ Private Limited held at the
registered office at _________________ on 21st October 2020 AT 11:00 AM

Person Present :

1. Mr.

2. Mr.

Resolved that the company has decided to authorize Mr. _______ (Director) as Authorized Signatory
for entering into a Joint Venture with company LMN Private Limited and OPQ Private Limited, for
the purpose of bidding in the e-tender floated by UPSRTC, E-tender number_____________, and to
sign and submit various document electronically and/or physically for entering into Joint Venture
and to make applications, communications, representations, modifications or alterations on behalf
of the Company before the UPSRTC committee as and when required.

The acts done and documents shall be binding on the company until the same is withdrawn by
giving written notice thereof.

Specimen signature of Authorized Signatory

Resolved further that, a copy of the above resolution duly certified as true by designated directors
of the company.

For and on behalf of board of directors of

XYZ Private Limited

Mr. _________ Mr. __________

(Director) (Director)

DIN : DIN :

PAGE | 125
13.12.16 ANNEXURE 17 - COVERING LETTER: COMMERCIAL BID
(To be submitted on the Letterhead of the Bidder)

TO DATE:………………..

The Additional Managing Director

Uttar Pradesh State Road Transport Corporation, 6MG Marg, Parivahan Bhawan, Tehri

Kothi , Lucknow-226001

SIR/MADAM,

Subject: Response to the Request for Proposal (RFP) “Selection of a system integrator for
implementing “AIS- 140 Based Vehicle Location Tracking with Passenger Safety &
Information System” for Uttar Pradesh State Road Transport Corporation (UPSRTC)

REFERENCE: TENDER/UPSRTC/NIRBHAYA/VLT-PSIS/2021

We, the undersigned Bidders, having read and examined in detail all sections of the RFP
document in respect of “ “Selection of a system integrator for implementing “AIS- 140 Based
Vehicle Location Tracking with Passenger Safety & Information System”, do hereby propose to
provide the solutions and services as specified in the Tender document - …………………………
Price and Validity
All the prices mentioned in our proposal are in accordance with the terms as specified in the
Tender documents. All the prices and other terms and conditions of this proposal are valid
for a period of 180 calendar days from the date of submission of the Proposal.
We hereby confirm that our proposal prices include all taxes.

1. We have studied the clause relating to Indian Tax and hereby declare that if any income tax,
surcharge on Income Tax, Professional and any other Corporate Tax in altered under the law,
we shall pay the same.
2. TENDER PRICING
We further confirm that the prices stated in our proposal are in accordance with all
requirements, instruction, terms and conditions and procedures included in RFP
documents.

3. QUALIFYING DATA
We confirm having submitted the information as required by you in your Instruction to

126
Bidders. In case you require any other further information/documentary proof in this regard
before evaluation of our Bid, we agree to furnish the same in time to your satisfaction.
Proposal Price
We declare that our proposal Price is for the entire scope of the work as specified in the
Schedule of Requirements and Tender documents. The price quoted will remain firm during the
contract period.
We hereby declare that our Proposal is made in good faith, without collusion or fraud and the
information contained in the Proposal is true and correct to the best of our knowledge and
belief.
We understand that our Proposal is binding on us during the validity period or the extensions
thereof and that you are not bound to accept a Proposal you receive.
We confirm that no deviations are attached here with this commercial offer.

Thanking You,
Yours faithfully,

(Signature of the Bidder) Printed Name

Designation Seal
Date:
Place:
Business Address:

PAGE | 127
13.12.17 ANNEXURE 18- COMMERCIAL PROPOSAL FORMAT
Commercial Offer has to be entered online only. An Online Form, similar to the Commercial
format given below, will be available to the bidders in Commercial Envelope (C1) during
Online Bid Preparation stage where bidders would quote their offer. The bidder will
provide the commercial quote on bidder's company letter head duly signed and stamped
by authorized signatory, scan and upload in the commercial bid envelope.
S.NO Project Component Qty(=q) Unit Cost Total Item Cost
(1) Inclusive of ( = q*u)
GST(=u)

1 (a) AIS 140 VLT Device along With set of 10 Panic 5000
Buttons
(b) Fitment/Installation Charges 5000
2 (a) AIS 140 VLT Device along With set of 3 Panic 79
Buttons
(b) Fitment/Installation Charges 79
3 Dual e-SIM Subscription Charges for complete project 5000
duration of 5 years
4 AMC Charges for VLT Devices for complete project 5000
duration of 5 years.
5 Software applications FMS, RMS &PIS As per Scope
6 Web/Mobile Apps for Passengers & Staff As per Scope
7 Annual cloud platform Charges for hosting and As per Scope
deployment of applications including storage services.
(entire cloud computing scope as per RFP to be
considered under this head)
8 Map Services Charges As per Scope
9 Master data entry and updation for RMS application, As per Scope
Geocoding of all bus stops, bus stations and all
establishment of UPSRTC
10 All hardware as per bill of material with complete As per BoM
installation and commissioning.
11 All network and connectivity scope as per bill of As per BoM
material with complete installation and commissioning
12 Setting up CCC, Helpdesk with videowall and CCTV As per BoM
surveillance system.
13 Manpower Cost As per BoM
14 Cost of integration with state tracking platform. 11750

TOTAL

Grand Total Project Cost= ………………………………………………………………………………………………………


In Words ………………………………………………………………………………………………………………………………..

`NOTE: 1. BIDDERS SHALL QUOTE PRICES IN ALL NECESSARY FIELDS IN THE ABOVE COMMERCIAL BID FORMAT. IF ANY FIELD
IS LEFT BLANK, VALUE WILL BE TAKEN AS ZERO.
2. ALL Quoted price above will be treated as inclusive of GST.

128
13.12.18 ANNEXURE 19 -PROFORMA FOR BANK GUARANTEE FOR CONTRACT
PERFORMANCE
REF: DATE ……………

BANK GUARANTEE NO:

TO

THE ADDITIONAL MANAGING DIRECTOR

Uttar Pradesh State Road Transport Corporation,

6MG Marg, Parivahan Bhawan, Tehri Kothi , Lucknow-226001

1 Against contract vide Advance Acceptance of the Tender No. dated


covering (hereinafter called the said “Contract”) entered into between to Uttar Pradesh State
Road Transport Corporation (UPSRTC) (hereinafter called "the Purchaser") and ……..
(hereinafter called the “Bidder”) this is to certify that at the request of the Bidder we
Bank Ltd., are holding in trust in favor of the Purchaser, the amount of (write the
sum here in words) to indemnify and keep indemnified the Purchaser against any loss or
damage that may be caused to or suffered by the Purchaser by reason of any breach by the
Bidder of any of the terms and conditions of the said contract and/or in the performance
thereof. We agree that the decision of the Purchaser, whether any breach of any of the terms
and conditions of the said contract and/or in the performance thereof has been committed by
the Bidder and the amount of loss or damage that has been caused or suffered by the Purchaser
shall be final and binding on us and the amount of the said loss or damage shall be paid by us
forthwith on demand and without demur to the Purchaser.
2 We, Bank Ltd, further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for satisfactory performance and fulfillment in
all respects of the said contract by the Bidder i.e. till hereinafter called the said date
and that if any claim accrues or arises against us Bank Ltd, by virtue of this
guarantee before the said date, the same shall be enforceable against us
Bank Ltd, notwithstanding the fact that the same is enforced within six months after the
said date, provided that notice of any such claim has been given to us Bank
Ltd, by the Purchaser before the said date. Payment under this letter of guarantee shall be
made promptly upon our receipt of notice to that effect from the Purchaser.
3 It is fully understood that this guarantee is effective from the date of the said contract and that
we Bank Ltd, undertake not to revoke this guarantee during its currency without the
PAGE | 129
consent in writing of the Purchaser.
4 We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute
or disputes raised by the Bidder in any suit or proceeding pending before any court or
Tribunal relating thereto our liability under this present bond being absolute and
unequivocal.
5 The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Bidder shall have no claim against us for making such
payment.
6 We Bank Ltd, further agree that the Purchaser shall have the fullest liberty,
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the Tendered from time
to time or to postpone for any time off from time to time any of the powers exercisable by
the Purchaser against the said Bidder and to forebear or enforce any of the terms and
conditions relating to the said contract and we, Bank Ltd., shall not be released from our
liability under this guarantee by reason of any such variation or extension being granted to
the said Bidder or for any forbearance by the Purchaser to the said Bidder or for any
forbearance and or omission on the part of the Purchaser or any other matter or thing
whatsoever, which under the law relating to sureties, would, but for this provision have the
effect of so releasing us from our liability under this guarantee.
7 This guarantee will not be discharged due to the change in the constitution of the Bank or the
Bidder.
Date

Place
Witness
Signature
Printed name

(Bank's common seal)

130
13.13 BID SUBMISSION PROCESS
13.13.1INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS:

1. The bidders are requested to familiarize themselves with the use of the e-Tendering
portal of Government of Uttar Pradesh well in advance
2. To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender
and subsequently purchase the Tender Document and its supporting documents,
kindly visit following e-Tendering website of Government of Uttar Pradesh:
https://etender.up.nic.in
3. The Contractors participating first time for e-Tenders on GoUP e-tendering portal will
have to complete the Online Registration Process for the e-Tendering portal. A link for
enrollment of new bidders has been provided on https:// etender.up.nic.in
4. All bidders interested in participating in the online e-Tendering process are required
to procure Class II or Class III Digital e-Token having 2 certificates inside it, one for
Signing/Verification purpose and another for Encryption/Decryption purpose. The
tender should be prepared & submitted online using individual’s Digital e-Token.
13.13.2PURCHASE AND DOWNLOADING OF TENDER FORM:

The tender document is uploaded / released on Government of Uttar Pradesh (GoUP) e-


tendering website https://etender.up.nic.in. Tender document and supporting documents
may be purchased and downloaded from following link on www.upsrtc.com by filling
demand draft details online. Subsequently, bid has to be prepared and submitted online
ONLY as per the schedule.
Tender forms will be sold manually from UPSRTC Head office, Lucknow.
Only those Tender offers shall be accepted for evaluation for which non-refundable Tender
Fee of Rs.10,000/- ( INR Ten Thousand Only) as demand draft in favour of SECRETARY
CORPORATION-UPSRTC,LUCKNOW, is received.
13.13.3PREPARATION & SUBMISSION OF BIDS
Both the Bids (Technical as well as Commercial) shall have to be prepared and subsequently
submitted online only. Bids not submitted online will not be entertained.
13.13.4ONLINE BID PREPARATION

In Bid Preparation stage, bidders get access to Online Technical and Commercial
Envelopes where they require uploading documents related to technical eligibility
criteria and quote commercial offer for the work / item in respective online envelopes.
(a) TECHNICAL BID

PAGE | 131
Following documents should be uploaded in Online Technical Envelope (T1) in PDF
format, if required can be zipped as well and then uploaded. These documents need to
be digitally signed by individual contractor’s digital signature and uploaded during
Online Bid Preparation stage.
(b) COMMERCIAL BID
All commercial offers must be prepared online (An online form will be provided for this
purpose in Online Commercial Envelope (C1), during Online Bid Preparation stage).
Commercial bid will include covering letter. Apart from this the bidder will provide the
commercial quote on bidder's company letter head duly signed and stamped by
authorized signatory, scan and upload in the commercial bid envelope.
Any bidder should not quote his offer anywhere directly or indirectly in Technical
Envelope (T1), failing which the Commercial Envelope (C1) shall not be opened and his
tender shall stand rejected.
Note: During Online Bid Preparation stage, bidders are allowed to make any changes or
modifications in the bid data uploaded by them in Technical (T1) as well as Commercial
(C1) envelope. Once a bidder successfully completes the Bid Preparation stage (by
generating the Hash Values for T1 and C1), system won’t allow him/her to make any
further changes or modifications in the bid data.
13.13.5 ONLINE BID SUBMISSION
In this stage, bidders who have successfully completed their Bid Preparation stage are
required to transfer the data, already uploaded by them during Bid Preparation stage, from
their custody to department’s custody.
Note: During this stage, bidders won’t have any capability to make any kind of changes or
editing into technical as well as commercial data.

13.14 INSTRUCTION TO BIDDERS FOR ONLINE BID PREPARATION &


SUBMISSION

1. During the activity of Bid Preparation, the tenderer is required to upload all the documents
of the technical bid by scanning the documents and uploading those in the PDF format. This
apart, tenderer will have to quote commercial offer for the work / item, for which bids are
invited, in an online form made available to them in Commercial Envelope. This activity of Bid
Preparation should be completed within the pre-scribed schedule given for bid preparation.
2. After Bid Preparation, the tenderer is required to complete Bid Submission activity within
pre-scribed schedule without which the tender will not be submitted.
3. Non-payment of processing fees will result in non-submission of the tender and Department
132
will not be responsible if the tenderer is not able to submit their offer due to non- payment of
processing fees to the e-tendering agency.

Detailed list of different modes of online payment to e-tendering service provider (E-
Payment Options) has been provided under E-Tendering Toolkit for Bidders
i. The date and time for online preparation followed by submission of envelopes
shall strictly apply in all cases. The tenderers should ensure that their tender is
prepared online before the expiry of the scheduled date and time and then
submitted online before the expiry of the scheduled date and time. No delay on
account of any cause will be entertained. Offers not submitted online will not
be entertained.
ii. If for any reason, any interested bidder fails to complete any of online stages
during the complete tender cycle, department shall not be responsible for that
and any grievance regarding that shall not be entertained.
iii. Any amendment to the tender will be placed on sub portal of the Department,
who have invited the bids, on e-tendering portal of the Govt. of Uttar Pradesh.
The tenderer will not be communicated separately regarding the amendment.
13.15 OPENING OF BIDS:
The bids that are submitted online successfully shall be opened online as per date and
time given in detailed tender schedule (if possible), through e-Tendering procedure
only in the presence of bidders.
Bids shall be opened either in the presence of bidders or it’s duly authorised
representatives. The bidder representatives who are present shall sign a register
evidencing their attendance. Only one representative per applicant shall be permitted
to be present at the time of opening the tender.
13.15.1TECHNICAL ENVELOPE (T1):

1. First of all, Technical Envelope of the tenderer will be opened online through e-
Tendering procedure to verify its contents as per requirements.
2. At the time of opening of technical bid the tenderer should bring all the original
documents that have been uploaded in the Online Technical Envelope (T1) so that
same can be verified at the time of opening of technical bid.
3. If the tenderer fails to produce the original documents at the time of opening of
technical bid then the decision of the committee taken on the basis of document
uploaded will be final and binding on the tenderer.
4. If the various documents contained in this envelope do not meet the requirements, a

PAGE | 133
note will be recorded accordingly by the tender opening committee and the said
tenderer’s Commercial Envelope will not be considered for further action and the
same will be recorded.
5. Decision of the tender opening committee shall prevail in this regard.
6. The commercial bids shall not be opened till the completion of evaluation of technical
bids. The commercial Bids of only technically qualified Bidders as mentioned above
will be opened.
13.15.2COMMERCIAL ENVELOPE (C1):
This commercial bid envelope shall be opened online as per schedule decided and conveyed to
successful bidders of technical stage.,
Final List of Documents to be uploaded Online:

All should be uploaded by the bidders in the form of Excel Files in the same order as
mentioned below, on the e-Tendering website during Online Bid Preparation stage.
Note: During Online Bid Preparation, apart from the above-mentioned documents, if any
need arises to upload additional documents in Technical Envelope, an option of ‘Upload
Additional Documents’ has been provided in the e-Tendering software which will be
available to bidders during Online Bid Preparation stage.

134
14 GENERAL CONDITIONS AND DEFINITIONS
In this Contract, the following terms shall be interpreted as indicated:

1. The “Purchaser” shall mean the Uttar Pradesh State Road Transport Corporation
(‘UPSRTC’), and its successors and assignees.
2. The “Bidder” shall mean the entity on whose behalf the tender response has been
submitted and bid to perform the Contract has been accepted by the Purchaser and is
named as such in the Contract Agreement
3. The “Selected Bidder” shall mean the entity selected by Purchaser as a result of the
tendering process described in this tender document.
4. The Term “Bidder” essentially means the entity who is fully responsible towards
UPSRTC for providing turnkey solution for Supply, Installation, Implementation,
Maintenance, and Operations of the Vehicle Location Tracking with Passenger Safety
& Information System Project under Nirbhaya Scheme of GoI, as per the requirements
and terms and conditions specified in this tender / contract.
5. “Goods” means all of the software, products accessories and/or other material / items
which the SI is required to install and maintain under the contract.
6. “Intellectual Property Rights (‘IPR’)” means any patent, copyright, trademark, trade
name, service marks, brands, propriety information, Application Software whether
arising before or after the execution of this Contract and the right to ownership and
registration of these .
7. “Original Equipment Manufacturer (‘OEM’)” means the owner of the IPR or
manufacturer of Goods for any equipment /system / software / product which are
providing such goods to the Purchaser under the scope of this Tender / Contract.
8. “Business Day” means any day that is not a Sunday or a public holiday.

9. “Parties” means the Purchaser, The Bidder, Application Service Provider and OEM
and “Party” means either of the Parties.

10. “Confidential Information” means any information disclosed to or by any Party to


this Contract and includes any information in relation to the Parties, a third party or
any information including any such information that may come to the knowledge of

PAGE | 135
the Parties hereto / bidder by virtue of this Contract that:
a. is by its nature confidential or by the circumstances in which it is disclosed
confidential; or
b. is designated by the disclosing Party as confidential or identified in terms
connoting its confidentiality;
c. but does not include information which is or becomes public knowledge other
than by a breach of this Contract;
11. “Contract” means the Tender and all Annexes there to the Agreement entered into
between the selected Bidder together with the Purchaser as recorded in the Contract
form signed by the Purchaser and the Bidder including all Annexes thereto and the
agreed terms as set out in the bid, all documents incorporated by reference therein
and amendments and modifications to the above from time to time.

12. “Contract Value” means the price payable to the bidder under this Contract for the
full and proper performance of its contractual obligations.

13. “Document” means any embodiment of any text or image however recorded and
includes any data, text, images, sound, voice, codes or and databases or microfilm or
computer-generated micro fiche.
14. “Effective Date” means the date on which this Contract comes into force. This
Contract shall come into force and effect on the date (the “Effective Date”) of the
Purchaser’s notice to the SI instructing the SI to begin carrying out the activities.
15. “Services” means services to be provided as per the requirements / conditions
specified in this tender / contract. In addition to this, the definition would also include
other related/ancillary services that may be required to execute the scope of work
under the Contract.
16. “SOFTWARE” REFERS TO FOLLOWING;

a. All application Software components that are required to cater to functional


requirement specifications - Core application as well as others;

b. Any system component that is required for the functioning of UPSRTC systems
as per the requirements and SLAs.
14.1 INTERPRETATION
In this Contract unless a contrary intention is evident:

1. the clause headings are for convenient reference only and do not form part of this
Contract;
2. unless otherwise specified a reference to a clause name/ heading is a reference to all
136
of its sub-clauses;
3. unless otherwise specified a reference to a clause, sub-clause or section is a reference
to a clause, sub-clause or section of this Contract including any amendments or
modifications to the same from time to time;
4. a word in the singular includes the plural and a word in the plural includes the
singular;
5. a word importing a gender includes any other gender;
6. a reference to a person includes a partnership and a body corporate;
7. a reference to legislation includes legislation repealing, replacing or amending that
legislation;
8. where a word or phrase is given a particular meaning, it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
9. in the event of an inconsistency between the terms of this Contract and the Tender
and the Bid, the terms hereof shall prevail.

14.2 KEY PERFORMANCE MEASUREMENTS


1. Unless specified by the Purchaser to the contrary, the bidder shall deliver the goods,
perform the Services and carry out the Scope of Work in accordance with the terms of
this Contract, Scope of Work and the Service Specifications as laid down under Service
Level Agreement.
2. If the Contract / Service Specification include more than one document, then unless the
Purchaser specifies to the contrary, the later in time shall prevail over a document of
earlier date to the extent of any inconsistency.
3. The Purchaser reserves the right to amend any of the terms and conditions in relation
to the Contract / Services and may issue any such directions which are not necessarily
stipulated therein if it deems necessary for the fulfilment of the scope of work.

14.3 COMMENCEMENT & PROGRESS


The bidder shall commence the performance of its obligations in a manner as specified in the
Scope of Work.
1. The bidder shall proceed to carry out the activities / services with diligence and
expedition in accordance with any stipulation as to the time, manner, mode, and
method of execution contained in this Contract.
2. The Bidder shall be responsible for and shall ensure that all activities / services are
performed in accordance with the Contract, Scope of Work and that the bidder’s Team
complies with such specifications and all other standards, terms and other
PAGE | 137
stipulations/conditions set out hereunder.
3. The bidder shall perform the activities / services and carry out its obligations under
the Contract with due diligence, efficiency and economy, in accordance with generally
accepted techniques and practices used in the industry and with professional
engineering and consulting standards recognized by international professional bodies
and shall observe sound management, engineering and security practices. It shall
employ appropriate advanced technology and engineering practices and safe and
effective equipment, machinery, material and methods. The bidder shall always act, in
respect of any matter relating to this Contract, as faithful advisors to the Purchaser and
shall, at all times, support and safeguard the Purchaser's legitimate interests in any
dealings with Third parties.

14.4 BIDDER’S OBLIGATIONS


1. The bidder’s obligations shall include all the activities as specified by the Purchaser in
the Scope of Work and other sections of the Tender and Contract and changes thereof
to enable Purchaser to meet the objectives and operational requirements. It will be
the bidder’s responsibility to ensure the proper and successful implementation,
performance, and continued operation of the proposed solution in accordance with
and in strict adherence to the terms of his Bid, the Tender and this

CONTRACT.’

2. All the software licenses that the bidder proposes should be perpetual software
licenses. The software licenses shall not be restricted based on location and the
Purchaser should have the flexibility to use the software licenses for other
requirements if required.
3. The bidder shall ensure that none of the components and sub-components is declared
end-of-sale or end-of-support by the respective OEM at the time of submission of bid.
If, the OEM declares any of the products/solutions end -of-sale subsequently, the
bidder shall ensure that the same is supported by the respective OEM from its date of
deployment till the end of Contract period. If a product is de-supported by the OEM
for any reason whatsoever, from the effective date of Contract till the end of end of
Contract period, the bidder should replace the products/solutions with an alternate
that is acceptable to the Purchaser at no additional cost to the Purchaser and without
causing any performance degradation and/or project delays.
4. The bidder shall ensure that the OEMs provide the support and assistance to the
bidder in case of any problems / issues arising due to integration of components
138
supplied by him with any other component(s)/product(s) under the purview of the
overall solution. If the same is not resolved for any reason whatsoever, bidder shall
replace the required component(s) with an equivalent or better substitute that is
acceptable to Purchaser without any additional cost to the Purchaser and without
impacting the performance of the solution in any manner whatsoever
5. The bidder shall ensure that the OEMs for hardware servers/equipment supply
and/or install all new releases, versions, any type of updates, upgrade patches and/or
bug fixes for the firmware or software from time to time at no additional cost to the
Purchaser.
6. The bidder shall ensure that the OEMs for hardware servers/equipment conduct the
preventive maintenance on a monthly basis and break-fix maintenance in accordance
with the best practices followed in the industry.
7. The bidder shall ensure that the documentation and training services associated with
the components shall be provided by the OEMs without any additional cost to the
Purchaser.

8. The bidder shall provision the required critical spares/components at the designated
Data Center Site for meeting the uptime commitment of the components supplied by
him.
9. The bidder shall ensure that the Annual Maintenance support for the software
components is provided for the period from date of deployment of the software
component till the end of Contract period. Annual Maintenance support shall include
patches, updates and upgrades of the software and (additional) hardware
components.
10. The bidder shall fulfil any other obligations as mentioned in the RFP document.

14.5 PERSONNEL:
1. Personnel assigned by bidder to perform the Services shall be employees of bidder
and under no circumstances will such personnel be considered employees of the
Project. Bidder shall have the sole responsibility for supervision and control of its
personnel and for payment of such personnel's entire compensation, including salary,
withholding of income taxes and social security taxes, worker's compensation,
employee and disability benefits and the like and shall be responsible for all employer
obligations under all applicable laws.
2. Bidder shall ensure that sufficient personnel are employed to perform the Services,
and also that such personnel have appropriate qualifications to perform the Services.

PAGE | 139
UPSRTC shall have the right to require the removal or replacement of any bidder
personnel performing work under this Agreement. In the event that UPSRTC requests
that any bidder personnel be replaced, the substitution of such personnel shall be
accomplished pursuant to a mutually agreed upon schedule but not later than 15
working days.
3. The bidder shall also be responsible to train certain employees of Project with regard
to the Services being provided by the bidder as and when required by Project during
the Term of this Project. The parameters of the training required for these employees
of Project shall be communicated by UPSRTC to the bidder periodically and shall be
in accordance with the latest procedures and processes available in the relevant areas
of work.
4. In the event that during the project implementation phase, UPSRTC identifies any
personnel of bidder as "Key Personnel", then the bidder shall not remove such
personnel without the prior written consent of UPSRTC.
5. Except as stated herein, nothing in this Agreement or the SLA will limit the ability of
bidder freely to assignor reassign its employees; provided that bidder shall be
responsible, at its expense, for transferring all appropriate knowledge from personnel
being replaced to their replacements. UPSRTC shall have the right to review and
approve bidder’s plan for any such knowledge transfer. Bidder shall maintain the
same standards for skills and professionalism among replacement personnel as in
personnel being replaced.

6. Each Party shall be responsible for the performance of all its obligations under this
Agreement or the SLA and shall be liable for the acts and omissions of its employees
in connection therewith.
14.6 CONFIDENTIALITY
5.The bidder recognizes that during the term of contract and the SLA, sensitive data will be
procured and made available to it and others working for or under the bidder. Disclosure or
usage of the data by any such recipient may constitute a breach of applicable laws causing harm
to the concerned Corporation. The function of UPSRTC requires the bidder to demonstrate utmost care,
sensitivity and strict confidentiality. Any breach of this will result in UPSRTC receiving a right to seek
injunctive relief and damages without any limit, from the bidder and/or also seek termination.

6.Bidder agrees as to any Confidential Information disclosed by UPSRTC or the SLA (the
“Discloser") to this Agreement:

140
7. To take such steps necessary to protect UPSRTC’s confidential information from unauthorized
use, reproduction and disclosure as the Recipient takes in relation to its own Confidential
Information of the same type, but in no event less than reasonable care;

8. and to use such Confidential Information only for the purposes of this Agreement or the SLA
or as otherwise expressly permitted or expressly required by this Agreement or the SLA or
as otherwise permitted by UPSRTC in writing; and.

9. Not without UPSRTC’s prior written consent to copy the confidential Information or cause or
allow it to be copied, directly or indirectly, in whole or in part, except as otherwise expressly
provided in this Agreement or the SLA or as required in connection with bidder’s use as
permitted by UPSRTC.
6. Not without UPSRTC’s prior written consent to disclose, transfer, publish or communicate
the confidential information in any manner to any person except as permitted in this contract or
SLA.
7. The selected bidder will have to sign a Non-Disclosure Agreement (NDA)with UPSRTC.

14.7 TRADEMARKS, PUBLICITY


Neither Party may use the trademarks of the other Party without the prior written
consent of the other Party. Neither Party shall publish or permit to be published either
along with or in conjunction with any other person any press release, information,
article, photograph, illustration or any other material of whatever kind relating to this
Agreement, the SLA or the business of the Parties without prior reference to and
approval in writing from the other Party.
14.8 ETHICS
Bidder represents, warrants and covenants that it has given no commitments,
payments, gifts, kickbacks, lavish or expensive entertainment, or other things of value
to any employee or UPSRTC, or its nominated agencies in connection with this
agreement and acknowledges that the giving of any such payment, gifts, entertainment,
or other things of value is strictly in violation of UPSRTC’s standard policies and may
result in cancellation of this Agreement.

14.9 CORRUPT OR FRAUDULENT PRACTICES


1. The UPSRTC requires that bidder/consortiums under this RFP, observe the highest
standards of ethics during the BOT process and execution of such contract. In
pursuance to this policy, the UPSRTC: -
2. Defines for the purposes of this provision, the terms set forth as follows:
PAGE | 141
3. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value
to influence of public officials in the BOT process or in contract execution; and
4. “Fraudulent Practice “means a misrepresentation of facts in order to influence a BOT
process or execution of contract to the detriment of the UPSRTC, and includes collusive
practice among bidders (prior to or after bid submission);
5. Will reject a proposal for award if it determines that the bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question;
6. Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt and
fraudulent practices in competing for or executing a contract.

The past performance of the bidder will be crosschecked if necessary. If the facts are
proven to be dubious the bidders RFP will be ineligible for further processing.
14.10 PURCHASER’S OBLIGATIONS
1. UPSRTC nominated representative shall act as the nodal point for implementation of the
contract and for issuing necessary instructions, approvals, commissioning, acceptance
certificates, payments etc. to the bidder.
2. Purchaser shall ensure that timely approval is provided to the bidder as and when
required, which may include approval of project plans, implementation methodology,
design documents, specifications, or any other document necessary in fulfilment of this
contract.
3. The Purchaser’s Representative shall interface with the bidder, to provide the required
information, clarifications, and to resolve any issues as may arise during the execution
of the Contract. Purchaser shall provide adequate cooperation in providing details,
coordinating and obtaining of approvals from various governmental agencies, in cases,
where the intervention of the Purchaser is proper and necessary.

4. Purchaser may provide on bidder’s request, particulars/information/ or


documentation that may be required by the bidder for proper planning and execution
of work and for providing services covered under this contract and for which the bidder
may have to coordinate with respective selected bidders.

5. Purchaser may provide to the bidder, sitting space and basic infrastructure at the
UPSRTC’s office location.

14.11 EVENTS OF DEFAULT BY THE BIDDER

142
1. The failure on the part of the bidder to perform any of its obligations or comply with any
of the terms of this Contract shall constitute an Event of Default on the part of the bidder.
The events of default as mentioned above may include inter-alia the following:
2. the bidder/ bidder’s Team has failed to perform any instructions or directives issued by
the Purchaser which it deems proper and necessary to execute the scope of work or
provide services under the Contract, or
3. the bidder/ bidder’s Team has failed to confirm / adhere to any of the key performance
indicators as laid down in the Key Performance Measures / Service Level Agreements, or
if the bidder has fallen short of matching such standards / benchmarks / targets as the
Purchaser may have designated with respect to the system or any goods, task or service,
necessary for the execution of the scope of work and performance of services
under this Contract. The above-mentioned failure on the part of the bidder may be in
terms of failure to adhere to performance, quality, timelines, specifications,
requirements or any other criteria as defined by the Purchaser;
4. the bidder has failed to remedy a defect or failure to perform its obligations in accordance
with the specifications issued by the Purchaser, despite being served with a default notice
which laid down the specific deviance on the part of the bidder/ bidder’s Team to comply
with any stipulations or standards as laid down by the Purchaser; or
5. the bidder/ bidder’s Team has failed to adhere to any amended direction, instruction,
modification or clarification as issued by the Purchaser during the term of this Contract
and which the Purchaser deems proper and necessary for the execution of the scope of
work under this Contract
6. The bidder/ bidder’s Team has failed to demonstrate or sustain any representation or
warranty made by it in this Contract, with respect to any of the terms of its Bid, the
Tender and this Contract
7. There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment
of receiver, liquidator, assignee, or similar official against or in relation to the SI.
8. The bidder/bidder’s Team has failed to comply with or is in breach or contravention of
any applicable laws.
9. The bidder / bidder’s team are involved in fraud/wilful misconduct

10. Where there has been an occurrence of such defaults inter alia as stated above, the
Purchaser shall issue a notice of default to the bidder, setting out specific defaults /
deviances / omissions / non-compliances / non-performances and providing a notice of
Sixty (60) days to enable such defaulting party to remedy the default committed.
11. Where despite the issuance of a default notice to the bidder by the Purchaser the bidder
PAGE | 143
fails to remedy the default to the satisfaction of the bidder, the Purchaser may, where it
deems fit, issue to the defaulting party another default notice or proceed to adopt such
remedies as may be available to the Purchaser.
14.12 CONSEQUENCES OF DEFAULT
Where an Event of Default subsists or remains uncured the Purchaser shall be entitled to:

1. Impose any such obligations and conditions and issue any clarifications as may be
necessary to inter alia ensure smooth continuation of project and the Services which
the bidder shall be obliged to comply with which may include re-determination of the
consideration payable to the bidder as agreed mutually by Purchaser and bidder or
through a third party acceptable to both parties. The bidder shall in addition take all
available steps to minimize loss resulting from such event of default.
2. Suspend all payments to the bidder under the Contract by a written notice of
suspension to the bidder, provided that such notice of suspension:
3. shall specify the nature of the failure; and
4. shall request the bidder to remedy such failure within a specified period from the date
of receipt of such notice of suspension by the bidder.
14.13 TERMINATE THE CONTRACT IN FULL OR PART
1. Retain such amounts from the payment due and payable by the Purchaser to the bidder as
may be required to offset any losses caused to the Purchaser as a result of such event of
default and the bidder shall compensate the Purchaser for any such loss, damages or other
costs, incurred by the Purchaser in this regard. Nothing herein shall effect the continued
obligation of the bidder and bidder’s Team to perform all their obligations and
responsibilities under this Contract in an identical manner as were being performed
before the occurrence of the default.
2. Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,
enforce the Deed of Indemnity, recover such other costs/losses and other amounts from
the bidder as may have resulted from such default and pursue such other rights and/or
remedies that may be available to the Purchaser under law.
14.14 BREACH AND RECTIFICATION
1. In the event that the bidder is in Material Breach of its obligations under this Agreement
or the SLA, UPSRTC may terminate this Agreement or the SLA upon notice to the other
Party. Any notice served pursuant to this clause shall give reasonable details of the
Material Breach, which could include the following events and the termination will
become effective:

144
2. If there is Breach which translates into default in providing Services by the bidder as
per this Agreement or the SLA, continuously for more than one week, then UPSRTC will
serve a notice for curing such Material Breach. In case the Material Breach continues after
the notice period, UPSRTC will have the option to terminate the Agreement.
3. Because time is the essence of the contract, in case, for reasons prima facie attributable
to the bidder, there is a delay of more than 4 weeks in the Project Implementation Phase
by the bidder prior to the acceptance testing and certification stage, UPSRTC may
terminate this Agreement after affording a reasonable opportunity to the bidder to
explain the circumstances leading to such a delay. Further, UPSRTC may also invoke the
Performance Guarantee of the Bidder. Pursuant to the termination, bidder shall
transfer all the assets to UPSRTC.
4. Where a change of control of the bidder has occurred whereby the bidder has merged,
amalgamated or been taken over, due to which the majority shareholding of the bidder
has been transferred to another entity, UPSRTC can by a 60 days written notice,
terminate this Agreement and such notice shall become effective at the end of the
notice.
5. In case of a consortium, if the constitution or equity configuration is changed this will
be deemed as act of breach and will qualify for termination of contract
14.15 PROTECTION AND LIABILITIES WARRANTY
1. A comprehensive warranty applicable on goods supplied under this contract shall be
provided for the period of contract from the date of acceptance of respective system by
the Purchaser.
2. Technical Support for Software applications shall be provided by the respective OEMs
for the period of contract. The Technical Support should include all upgrades, updates
and patches to the respective Software applications.
3. The bidder warrants that the Goods supplied under the Contract are new, non-
refurbished, unused and recently manufactured; shall not be nearing End of sale / End
of support; and shall be supported by the bidder and respective OEMs along with
service and spares support to ensure its efficient and effective operation for the entire
duration of the contract.
4. The bidder warrants that the goods supplied under this contract shall be of the highest
grade and quality and consisted with the established and generally accepted standards
for materials of this type. The goods shall be in full conformity with the specifications
and shall operate properly and safely. All recent design improvements in goods, unless
provided otherwise in the Contract, shall also be made available.
PAGE | 145
5. The bidder further warrants that the Goods supplied under this Contract shall be free
from all encumbrances and defects/faults arising from design, material, manufacture
or workmanship (except insofar as the design or material is required by the Purchaser's
Specifications) or from any act or omission of the bidder, that may develop under
normal use of the supplied Goods in the conditions prevailing at the respective Data
Centre sites.
6. The Purchaser shall promptly notify the bidder in writing of any claims arising under
this warranty.
7. Upon receipt of such notice, the bidder shall, with all reasonable speed, repair or
replace the defective Goods or parts thereof, without prejudice to any other rights
which the Purchaser may have against the bidder under the Contract.
8. If the bidder, having been notified, fails to remedy the defect(s) within a reasonable
period, the Purchaser may proceed to take such remedial action as may be necessary,
at the bidder’s risk and expense and without prejudice to any other rights which the
Purchaser may have against the bidder under the Contract.
9. Any OEM specific warranty terms that do not conform to conditions under this Contract
shall not be acceptable.
14.16 THIRD PARTY CLAIMS
1. Bidder (the "Indemnifying Party") undertakes to indemnify UPSRTC (the "Indemnified
Party") from and against all direct losses, claims or damages on account of bodily injury,
death or damage to tangible personal property and otherwise caused by its negligence/
fraud /wilful misconduct, arising in favour of any person, corporation or other
entity(including the Indemnified Party) attributable to the Indemnifying Party's
performance or non-performance under this Agreement or the SLA.
2. The indemnities shall be treated and addressed in systematic manner.
3. The Indemnified Party, as promptly as practicable, informs the Indemnifying Party in
writing of the claim or proceedings and provides all relevant evidence, documentary or
otherwise;
4. The Indemnified Party shall, at the cost of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the defence of such claim including
reasonable access to all relevant information, documentation and personnel provided
that the Indemnified Party may, at its sole cost and expense, reasonably participate,
through its attorneys or otherwise, in such defence;
5. If the Indemnifying Party does not assume full control over the defence of a claim, the

146
Indemnifying Party may participate in such defence at its sole cost and expense, and
the Indemnified Party will have the right to defend the claim in such manner as it may
deem appropriate, and the cost and expense of the Indemnified Party will be included
in Losses;
6. The Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or
compromise any proceedings or claim, without the written consent of the Indemnifying
Party;
7. All settlements of claims subject to indemnification will:
8. Be entered into only with the consent of the Indemnified Party, which consent will not
be unreasonably withheld and include an unconditional release to the Indemnified
Party from the claimant for all liability in respect of such claim;
9. Include any appropriate confidentiality agreement prohibiting disclosure of the terms
of such settlement;
10. The Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favour of the Indemnified
Party which are to be paid to it in connection with any such claim or proceedings;
11. The Indemnified Party shall take legally permissible steps that the Indemnifying Party
may reasonably require to mitigate or reduce its loss as a result of such a claim or
proceedings; and
12. In the event that the Indemnifying Party is obligated to indemnify an Indemnified Party
pursuant to this Article, the Indemnifying Party will, upon payment of such indemnity
in full, be subrogated to all rights and defences of the Indemnified Party with respect to
the claims to which such indemnification relates;
14.17 LIMITATION OF LIABILITY
The bidder’s aggregate liability for damages shall not apply to
1. The bodily injury (including death) and damage to real property and tangible personal
property caused by negligence/ fraud/wilful misconduct and/or the intellectual
property infringement claims,

2. Bidder shall not in any event be liable for any indirect or consequential damages except
with respect to the bodily injury (including death) and damage to real and tangible
personal property caused by bidder’s negligence/ fraud/wilful misconduct.
3. Neither this Agreement nor the services delivered by bidder under this Agreement
grants or creates any rights, benefits, claims, obligations or causes of action in, to or on
behalf of any person or entity (including any third party) other than between the
respective Parties to this Agreement, as the case may be.
PAGE | 147
4. Title and Risk of Loss: Bidder shall bear the risk of loss on Assets up to the time they
are transferred and handed over to UPSRTC - after which it shall stand transferred to
UPSRTC. Bidder shall arrange and pay for insurance to cover such item until it is
transferred and even after the transfer of the Assets till the insurance policies come up
for a renewal.
5. Notwithstanding what has been stated elsewhere in this Agreement and the Schedules
attached herein, UPSRTC shall not be liable to bidder for any indirect or consequential
damages.

6. Any claim or series of claims arising out or in connection with this Agreement or the
SLA shall be time barred and invalid if legal proceedings are not commenced by the
relevant Party against the other Party within such period as may be permitted by
applicable law without the possibility of contractual waiver or limitation.
7. UPSRTC shall be entitled to claim the remedy of specific performance under this
Agreement or the SLA.
14.18 INTELLECTUAL PROPERTY
1. Purchaser shall own and have a right in perpetuity to use all newly created Intellectual
Property Rights which have been developed solely during execution of this Contract,
including but not limited to all processes, products, specifications, reports, drawings
and other documents which have been newly created and developed by the bidder
solely during the performance of Services under this Contract. All documentation and
configuration items such as scripts, code, queries etc. developed by the bidder shall be
property of Uttar Pradesh State Road Transport Corporation. The bidder should create
a repository of such resources and provide access to Purchaser. The bidder undertakes
to disclose all such Intellectual Property Rights arising in performance of the Services
to the Purchaser and execute all such agreements/documents and file all relevant
applications, effect transfers and obtain all permits and approvals that may be
necessary in this regard to effectively transfer and conserve the Intellectual Property
Rights of the Purchaser.

2. If Purchaser desires, Further, the bidder shall be obliged to ensure that all approvals,
registrations, licenses, permits and rights etc. which are inter-alia necessary for use of
the goods supplied / installed by the bidder, the same shall be acquired in the name of
the Purchaser, prior to termination of this Contract and which may be assigned by the
Purchaser to the bidder for the purpose of execution of any of its obligations under the
terms of the Bid, Tender or this Contract. However, subsequent to the term of this
148
Contract, such approvals, registrations, licenses, permits and rights etc. shall endure to
the exclusive benefit of the Purchaser.
3. The bidder’s Team shall ensure that while it uses any software, hardware, processes,
document or material in the course of performing the Services, it does not infringe the
Intellectual Property Rights of any person and the bidder shall keep the Purchaser
indemnified against all costs, expenses and liabilities howsoever, arising out any illegal
or unauthorized use (piracy) or in connection with any claim or proceedings relating
to any breach or violation of any permission/license terms or infringement of any
Intellectual Property Rights by the SI or the bidder's Team during the course of
performance of the Services. In case of any infringement by the bidder’s Team, bidder
shall have sole control of the defence and all related settlement negotiations.

14.19 CHANGE CONTROL


14.19.1 INTRODUCING A CHANGE
1. The Purchaser shall have the right to propose, and subsequently require, the Project
Manager to order the Supplier from time to time during the performance of the
Contract to make any change, modification, addition, or deletion to, in, or from the
System (interchangeably called Change), provided that such Change falls within the
general scope of the System, does not constitute unrelated work, and is technically
practicable, taking into account both the state of advancement of the System and the
technical compatibility of the Change envisaged with the nature of the System as
originally specified in the Contract.
2. A Change may involve, but is not restricted to, the substitution of updated Information
Technologies and related Services in accordance with system/product Upgrades.
3. The Supplier may from time to time during its performance of the Contract propose to
the Purchaser (with a copy to the Project Manager) any Change that the Supplier
considers necessary or desirable to improve the quality or efficiency of the System. The
Purchaser may at its discretion approve or reject any Change proposed by the Supplier.
4. Any change made necessary because of any default of the Supplier in the performance
of its obligations under the Contract shall be deemed to be a Change, and such change
shall not result in any extra cost or Time for Achieving Operational Acceptance.
5. The procedure on how to proceed with and execute Changes shall be decided mutually,.
6. Moreover, the Purchaser and Supplier will agree, during development of the Project
Plan, to a date prior to the scheduled date for Operational Acceptance, after which the

PAGE | 149
Technical Requirements for the System shall be frozen. Any major Change initiated
after this time will be dealt with after Operational Acceptance.

14.20 CHANGES ORIGINATING FROM THE PURCHASER


1. If the Purchaser proposes a Change, it shall send to the Supplier a request for change
proposal, requiring the Supplier to prepare and furnish to the Project Manager as soon
as reasonably practicable a Change Proposal, which shall include the following:
I. brief description of the Change;

II. impact on the Time for Achieving Operational Acceptance;


III. detailed estimated cost of the Change;

IV. effect on Functional Guarantees (if any);

V. Effect on any other provisions of the Contract.


2. Prior to preparing and submitting the Change Proposal, the Supplier shall submit to the
Project Manager a Change Estimate Proposal, which shall be an estimate of the cost of
preparing the Change Proposal, plus a first approximation of the suggested approach
and cost for implementing the changes. Upon receipt of the Supplier‘s Change Estimate
Proposal, the Purchaser shall do one of the following:

i) Accept the Supplier‘s estimate with instructions to the Supplier to proceed with the
preparation of the Change Proposal;
ii) Advise the Supplier of any part of its Change Estimate Proposal that is unacceptable
and request the Supplier to review its estimate;
iii)Advise the Supplier that the Purchaser does not intend to proceed with the Change.

3. Upon receipt of the Purchaser‘s instruction to proceed, the Supplier shall, with proper
expedition, proceed with the preparation of the Change Proposal. The Supplier, at its
discretion, may specify a validity period for the Change Proposal, after which if the
Purchaser and Supplier have not reached agreement it shall be deemed as lapsed..
4. The pricing of any Change shall, as far as practicable, be calculated in accordance with
the rates and prices included in the Contract. If the nature of the Change is such that the
Contract rates and prices are inequitable, the parties to the Contract shall agree on
other specific rates to be used for valuing the Change.
5. Upon receipt of the Change Proposal, the Purchaser and the Supplier shall mutually
agree upon all matters contained in the Change Proposal. Within thirty (30) days after
such agreement, the Purchaser shall, if it intends to proceed with the Change, issue the
Supplier a Change Order. If the Purchaser is unable to reach a decision within thirty
150
(30) days, it shall notify the Supplier with details of when the Supplier can expect a
decision. If the Purchaser decides not to proceed with the Change for whatever reason,
it shall, within the said period of thirty (30) days, notify the Supplier accordingly. Under
such circumstances, the Supplier shall not be entitled to reimbursement of any costs
incurred by it in the preparation of the Change Proposal.
6. If the Purchaser and the Supplier cannot reach agreement on the price for the Change,
an equitable adjustment to the Time for Achieving Operational Acceptance, or any other
matters identified in the Change Proposal, the Change will not be implemented.
14.21 CHANGES ORIGINATING FROM SUPPLIER
1. If the Supplier proposes a Change, he shall submit to the Project Manager a written
Application for Change Proposal, giving reasons for the proposed Change and including
all the necessary information, upon receipt of this Application for Change Proposal, the
parties shall discuss and take a decision within thirty (30)days . However, if the
Purchaser choose not to proceed or the Purchaser and the Supplier cannot come to
agreement on the change during any validity period that the Supplier may specify in its
Application for Change Proposal, the Supplier shall not be entitled to recover the costs
of preparing the Application for Change Proposal, unless subject to an agreement
between the Purchaser and the Supplier to the contrary.

2. The Supplier needs to make any changes in software and hardware suggested by the
purchaser or the Supplier , It is expected that any minor changes shall be carried out by
the SI without any extra cost. In case of substantial change request sand extra cost
estimate for it shall be decided and paid by the purchaser separately.

14.22 TERMINATION
14.22.1 CONDITIONS FOR TERMINATION
1. The Purchaser may, terminate this Contract in whole or in part by giving the bidder a
prior and written notice indicating its intention to terminate the Contract under the
following circumstances:
2. Where the Purchaser is of the opinion that there has been such Event of Default on the
part of the bidder / bidder’s Team which would make it proper and necessary to
terminate this Contract and may include failure on the part of the bidder to respect any
of its commitments with regard to any part of its obligations under its Bid, the Tender
or under this Contract.

PAGE | 151
3. Where it comes to the Purchaser’s attention that the bidder (or the bidder’s Team) is in
a position of actual conflict of interest with the interests of the Purchaser, in relation to
any of terms of the bidder’s Bid, the Tender or this Contract.
4. Where the bidder’s ability to survive as an independent corporate entity is threatened or
is lost owing to any reason whatsoever, including inter-alia the filing of any bankruptcy
proceedings against the bidder, any failure by the bidder to pay any of its dues to its
creditors, the institution of any winding up proceedings against the bidder or the
happening of any such events that are adverse to the commercial viability of the bidder. In the
event of the happening of any events of the above nature, the Purchaser shall reserve the right
to take any steps as are necessary, to ensure the effective transition of the project to a successor
agency, and to ensure business continuity.
5. Termination for Insolvency: The Purchaser may at any time terminate the Contract by
giving written notice to the bidder, without compensation to the bidder, if the bidder
becomes bankrupt or otherwise insolvent, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the Purchaser.
6. In the event of termination of this Contract by the Purchaser before the expiry of the
term, the bidder shall be given a period of 30 days to demobilize itself,
7. The bidder may, subject to approval by the Purchaser, terminate this Contract before
the expiry of the term by giving the Purchaser a prior and written notice at least 12
months in advance indicating its intention to terminate the Contract.
8. Consequences of Termination
9. In the event of termination of this Contract, [whether consequent to the stipulated
Term of the Contract or otherwise the Purchaser shall be entitled to impose any such
obligations and conditions and issue any clarifications as may be necessary to ensure
an efficient transition and effective business continuity of the project which the bidder
shall be obliged to comply with and take all available steps to minimize loss resulting
from that termination/breach, and further allow and provide all such assistance to the
Purchaser and/or the successor agency, as may be required, to take over the
obligations of the erstwhile bidder in relation to the execution/continued execution of
the scope of this Contract, even where such assistance is required to be rendered for a
reasonable period that may extend beyond the contract term/ termination hereof.
10. Where the termination of the Contract is prior to its stipulated term on account of a
default on the part of the bidder /bidder’s Team or due to the fact that the survival of the
bidder as an independent corporate entity is threatened / has ceased, or for any other
152
reason, whatsoever, the Purchaser through re-determination of the consideration
payable to the bidder as agreed mutually by Purchaser and bidder or through a third
party acceptable to both parties may pay the bidder for those goods that have been
satisfactorily installed and commissioned and for that part of the Services which have
been authorized by the Purchaser and satisfactorily performed by the bidder up to the
date of termination. Without prejudice any other rights, the Purchaser may retain such
amounts from the payment due and payable by the Purchaser to the bidder as may be
required to offset any losses caused to the Purchaser as a result of the Termination or
due to any act/omissions of the bidder. In case of any loss or damage due to default on
the part of the bidder in performing any of its obligations with regard to executing the
scope of work under this Contract, the bidder shall compensate the Purchaser for any
such loss, damages or other costs, incurred by the Purchaser. Additionally, the bidder’s
Team and/or all third parties appointed by the bidder shall continue to perform all
their obligations and responsibilities as stipulated under this Contract, and as may be
proper and necessary to execute the scope of work under the Contract in terms of the
bidder’s Bid, the Tender and this Contract, in an identical manner as were being
performed before the collapse of the bidder as described above in order to execute an
effective transition and to maintain business continuity.

11. Nothing herein shall restrict the right of the Purchaser to invoke the Bank Guarantee
and other Guarantees furnished hereunder, enforce the Deed of Indemnity and pursue
such other rights and/or remedies that may be available to the Purchaser under law.
12. The termination hereof shall not affect any accrued right or liability of either Party nor
affect the operation of the provisions of this Contract that are expressly or by
implication intended to come into or continue in force on or after such termination.
14.22.2 DISPUTE RESOLUTION
1. If during the subsistence of this Contract or thereafter, any dispute between the Parties
hereto arising out of or in connection with the validity, interpretation, implementation,
material breach or any alleged material breach of any provision of this Contract or
regarding any question, including as to whether the termination of this Contract by one
Party hereto has been legitimate, the Parties hereto shall endeavor to settle such
dispute amicably and/or by Conciliation to be governed by the Arbitration and
Conciliation Act, 1996 or as may be agreed to between the Parties. The attempt to bring
about an amicable settlement is considered to have failed as soon as one of the Parties
hereto, after reasonable attempts;

PAGE | 153
2. which attempt shall continue for not less than thirty(30) days, and gives thirty (30)
days’ notice to refer the dispute to arbitration to the other Party in writing.

3. The Arbitration proceedings shall be governed by the Arbitration and Conciliation Act,
1996.
4. The Arbitration proceedings shall be held in Lucknow, Uttar Pradesh, India.
5. The Arbitration proceeding shall be governed by the substantive laws of India.

6. The proceedings of Arbitration shall be in English language.

7. Except as otherwise provided elsewhere in the contract if any dispute, difference,


question or disagreement arises between the parties hereto or their respective
representatives or assignees, at any time in connection with construction, meaning,
operation, effect, interpretation or out of the contract or breach thereof the same shall
be decided by an Arbitral Tribunal consisting of three Arbitrators. Each party shall
appoint one Arbitrator and the Arbitrators so appointed shall appoint the third
Arbitrator who will act as Presiding Arbitrator.
8. In case, a party fails to appoint an arbitrator within 30 days from the receipt of the
request to do so by the other party or the two Arbitrators so appointed fail to agree on
the appointment of third Arbitrator within 30 days from the date of their appointment
upon request of a party, Ministry of Law & Justice shall appoint the arbitrator/Presiding
Arbitrator upon request of one of the parties.
9. If any of the Arbitrators so appointed dies, resigns, incapacitated or withdraws for any
reason from the proceedings, it shall be lawful for the concerned party/ arbitrator to
appoint another person in his place in the same manner as aforesaid. Such person shall
proceed with the reference from the stage where his predecessor had left if both parties
consent for the same, otherwise, he shall proceed de novo.
10. It is a term of the contract that the party invoking arbitration shall specify all disputes
to be referred to arbitration at the time of invocation of arbitration and not thereafter.
11. It is also a term of the contract that neither party to the contract shall be entitled for
any interest on the amount of the award.
12. The Arbitral Tribunal shall give reasoned award and the same shall be final, conclusive
and binding on the parties.
13. The fees of the arbitrator shall be borne by the parties nominating them and the fee of
the Presiding Arbitrator, costs and other expenses incidental to the arbitration
proceedings shall be borne equally by the parties.

154
14. Subject to as aforesaid the provisions of the Arbitration and Conciliation Act, 1996 and
any statutory modifications or re-enactment in lieu thereof shall apply to the
arbitration proceedings under this Clause.

14.23 AUDIT, ACCESS AND REPORTING


14.23.1 PURPOSE
This section details the audit, access and reporting rights of UPSRTC and the respective
obligations of bidder under the contractual terms of Project Implementation,
Operation and SLA Management. UPSRTC shall engage a suitable, neutral and
technically competent third party agency or agencies for conducting audit and
certification, upon intimation by the bidder that the system implementation is
complete. The bidder being notified of any deviations from the agencies nominated by
UPSRTC regarding deviations from norms, standards or guidelines shall at the earliest
instance, take all corrective measures required in least possible time.
14.24 NOTICE AND TIMING
1. As soon as reasonably practicable after the Effective Date, the Parties shall use their
best endeavors to agree to a timetable for routine audits during the Project
Implementation Phase and the Operation and Management Phase. During the
Implementation Phase, UPSRTC and thereafter during the Operation Management
Phase, UPSRTC shall conduct audits as mentioned in this RFP, in accordance with such
agreed timetable and shall not be required to give the bidder any further notice of
carrying out such audits.
2. UPSRTC may conduct non-timetabled audits at its own discretion if they reasonably
believe that such non-timetabled audits are necessary as a result of an act of fraud by
the bidder, a security violation, or breach of confidentiality obligations by the bidder,
provided that the requirement for such an audit is notified in writing to the bidder a
reasonable period time prior to the audit (taking into account the circumstances giving
rise to the reasonable belief) stating in a reasonable level of detail, the reasons for the
requirement and the alleged facts on which the requirement is based. If the bidder
considers that the non-timetabled audit was not appropriate, the matter shall be
referred to the escalation procedure as set out in the RFP.
3. The frequency of audits shall be as mentioned in the RFP
4. In addition to the above, there will be audits conducted by statutory bodies (e.g. CAG)
as and when they are required to do it. Notwithstanding any condition given in the
contract, the bidder will have to provide these statutory bodies access to all the
facilities, infrastructure, documents and artifacts of the Project as required by them and
PAGE | 155
approved by UPSRTC, in writing.
5. The audit and access rights contained shall survive the termination or expiration of the
Agreement.
ACCESS
The bidder shall provide UPSRTC access to employees, suppliers and third party
facilities, documents, records and systems reasonably required for audit and shall
provide all such persons with routine assistance in connection with the audits and
inspections. UPSRTC shall
have the right to copy and retain copies of any relevant records. The bidder shall co-
operate with UPSRTC in effecting the audits and providing necessary information.
INSPECTION RIGHTS
UPSRTC shall have the right to inspect suppliers and third party facilities, including
leased premises for providing Services, data center, data recovery centres, documents,
records, procedures and systems relating to the provision of the services, but only to
the extent that they relate to the provision of the services, as shall be reasonably
necessary to verify:
6. The security, integrity and availability of all Project data processed, held or conveyed
by the bidder on behalf of Project and documentation related thereto;
7. That the actual level of performance of the services is the same as specified in the SLA;
8. That the bidder has complied with the relevant technical standards, and has adequate
internal controls in place; and
9. The compliance of the bidder with any other obligation under the contract and SLA.
14.25 EXIT MANAGEMENT SCHEDULE
14.25.1 PURPOSE
This section sets out the provisions, which will apply prior to the expiry of the
Agreement or termination of the contract.
1. It sets out the provisions which will ensure that UPSRTC will be able to offer the services
to its Stakeholders without any interruptions on expiry or termination of the
Agreement. Continuity and performance of the Services at all times including the
duration of the Agreement and post expiry of the Agreement is a critical requirement
of UPSRTC. It is the prime responsibility of bidder to ensure continuity of service at all
times of the Agreement including exit management period and in no way any
facility/service shall be affected/degraded.
2. Further, bidder is also responsible for all activities required to train and transfer the
knowledge to the Replacement bidder to ensure similar continuity and performance of
the Services post expiry of the Agreement.

156
3. Bidder will be required to carry out a gap analysis of the facilities and arrangements
made by the bidder and specifically inform UPSRTC.
4. It sets out the mechanisms for managing the knowledge enablement services the bidder
has to provide to allow UPSRTC to create an understanding of the operations and
technology of the systems for itself.
5. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.
6. Transfer of Assets
7. All assets procured by bidder shall be owned by UPSRTC. UPSRTC shall be entitled to
serve notice in writing on the bidder at any time during the exit management period as
detailed herein above requiring the bidder to provide UPSRTC with a complete and up-
to- date list of the Assets within 30 days of such notice. UPSRTC shall then be entitled to
serve notice in writing on the bidder at any time prior to the date that is 30 days prior
to the end of the exit management period requiring the bidder to transfer all the Assets
to UPSRTC.
8. In case of Agreement being terminated by UPSRTC, UPSRTC reserves the right to ask
bidder to continue running the Project operations for a period of 6 months after
termination orders are issued. Such period can be extended if the transfer is not
complete and/or not done to the satisfaction of UPSRTC. In case of successful transfer
to the satisfaction of UPSRTC is achieved before the period of 6 months after termination
orders, UPSRTC reserves the right to relieve bidder of the obligation to run Project
operations earlier than the period of 6 months.
9. Upon service of a notice under this section the following provisions shall apply:

10. All risk and titles to the Assets to be transferred to UPSRTC


11. UPSRTC shall take over the physical assets from the bidder on the last day of the exit
management period.
12. Payment to the outgoing bidder shall be made to the tune of last set of completed
transactions and subject to SLA requirements.
13. The outgoing bidder will pass on to UPSRTC and/or to the Replacement bidder, the
subsisting rights in any leased properties/ licensed products on terms not less
favourable to UPSRTC/ Replacement bidder, than that enjoyed by the outgoing bidder.

14. The task of bidder with reference to the Exit Management will be deemed to be
complete only when UPSRTC issues a satisfactory completion certificate for the Exit
Management.

PAGE | 157
14.25.2 COOPERATION AND PROVISION OF INFORMATION
1. The successful bidder will allow UPSRTC access to information reasonably required to
define the then current mode of operation associated with the provision of the services
to enable UPSRTC to assess the existing services being delivered;
2. Promptly on request by UPSRTC, the bidder shall provide access to and copies of all
information held or controlled by them which they have prepared or maintained in
accordance with the contract, the Project Implementation, and the Operation and
Management SLA relating to any material aspect of the Services (whether provided by
the bidder. UPSRTC shall be entitled to copy all such information. Such information shall
include details pertaining to the services rendered and other performance data. The
bidder shall permit UPSRTC and/or any replacement bidder to have reasonable access
to its employees and facilities as required by UPSRTC to understand the methods of
delivery of the services employed by the Implementation Agency and to assist
appropriate knowledge transfer.
14.25.3 EXIT MANAGEMENT PLAN
1. An Exit Management Plan shall be furnished by bidder in writing to UPSRTC or within
90 days from the Date of this Agreement, which shall deal with at least the following
aspects of exit management in relation to the contract as a whole and in relation to the Project
Implementation, and the Operation and Management SLA.
i)A detailed program of the transfer process that could be used in conjunction with a
Replacement bidder including details of the means to be used to ensure continuing
provision of the services throughout the transfer process or until the cessation of the
services and of the management structure to be used during the transfer;
ii)Plans for the communication with such of the bidder’s staff, suppliers, customers and
any related third party as are necessary to avoid any material detrimental impact on
Project operations as a result of undertaking the transfer.
iii)Plans for provision of contingent support to Project and Replacement bidder for a
reasonable period after transfer
2. During the exit management period, the Implementation Agency shall continue to
deliver the Services.
3. Payments during the Exit Management period shall be made in accordance with the
Terms of Payment Schedule.
4. In the event of termination or expiry of contract, Project Implementation, or Operation
and Management SLA, each Party shall comply with the Exit Management Plan.

158
5. The bidder shall provide all such information as may be necessary to effect as seamless
a handover as practicable in the circumstances to UPSRTC or its Replacement bidder
and which the bidder has in its possession or control at any time during the exit
management period.
6. At any time during the exit management period, where Assets are co-located by the
bidder, the bidder will be obliged to give reasonable rights of access to UPSRTC and/or
any Replacement bidder in order to make an inventory of the Assets.
14.26 OTHER CONDITIONS
1. Neither the Purchaser nor the Supplier shall, without the express prior written consent
of the other, assign to any third party the Contract or any part thereof, or any right,
benefit, obligation, or interest therein or there under, except that the Supplier shall be
entitled to assign either absolutely or by way of charge of any monies due and payable
to it or that may become due and payable to it under the Contract.
2. The Agreement shall be written in English only. All correspondence and other
documents pertaining to the Contract that are exchanged by parties shall be written in
English only.
3. Unless terminated earlier, the Contract shall terminate on the completion of term as
specified in the Contract and only after the obligations mentioned in the tender
document are fulfilled to the satisfaction of the Purchaser and Acceptance of Property

4. The bidder shall not transfer any interest, right, benefit or obligation under this
Contract without the prior written consent of the Purchaser.

5. Any modification of this Contract shall be in writing and signed by an authorized


representative of each Party.
6. Payment shall be made in Indian Rupees only.
7. The bidder’s Team shall comply with the laws in force in India in the course of
performing this Contract
14.27 GENERAL
1. Relationship between Parties:

2. Nothing in this Contract constitutes any fiduciary relationship between the Purchaser
and bidder/bidder’s Team or any relationship of Purchaser employee, principal and
agent, or partnership, between the Purchaser and bidder.
3. No Party has any authority to bind the other Party in any manner whatsoever except as
agreed under the terms of this Contract.
4. The Purchaser has no obligations to the bidder’s Team except as agreed under
theterms of this Contract.

PAGE | 159
14.28 SURVIVAL:
The provisions of the clauses of this Contract in relation to documents, data, processes,
property, Intellectual Property Rights, indemnity, publicity and confidentiality and ownership
survive the expiry or termination of this Contract and in relation to confidentiality, the
obligations continue to apply unless the Purchaser notifies the SI of its release from those
obligations.

14.29 ENTIRE CONTRACT:


The terms and conditions laid down in the RFP and all annexures, addendum thereto as also
the Bid and any annexes thereto shall be read in consonance with and form an integral part of
this Contract. This Contract supersedes any prior Contract, understanding or representation
of the Parties on the subject matter.

14.30 GOVERNING LAW


This Contract shall be governed in accordance with the laws of Union of India and State
of Uttar Pradesh.
14.31 JURISDICTION OF COURTS
The courts of India at Lucknow have exclusive jurisdiction to determine any proceeding
in relation to this Contract.
14.32 FORCE MAJEURE:
1. Force Majeure shall not include any events caused due to acts/omissions of such Party
or result from a breach/contravention of any of the terms of the Contract, Bid and/or
the Tender. It shall also not include any default on the part of a Party due to its
negligence or failure to implement the stipulated/proposed precautions, as were
required to be taken under the Contract.
2. The failure or occurrence of a delay in performance of any of the obligations of either
party shall constitute a Force Majeure event only where such failure or delay could not
have reasonably been foreseen, or where despite the presence of adequate and
stipulated safeguards the failure to perform obligations has occurred. In such an event, the
affected party shall inform the other party in writing within five days of the occurrence of such
event. The Purchaser will make the payments due for Services rendered till the occurrence of
Force Majeure. However, any failure or lapse on the part of the bidder/ bidder’s Team in
performing any obligation as is necessary and proper, to negate the damage due to projected
Force Majeure events or to mitigate the damage that may be caused due to the abovementioned
events or the failure to provide adequate disaster management/recovery or any failure in
setting up a contingency mechanism would not constitute force majeure, as set out above.
3. In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of
performance in order to ensure the continuity of service and implementation of the
160
obligations of a party under the Contract and to minimize any adverse consequences of
Force Majeure.
14.33 PERIOD OF CONTRACT
1. The Term of the contract shall be for a period of 5 years from the date of Final Go- Live
(5 years of Operations & Maintenance phase). However, UPSRTC may choose to extend
the Term for a maximum period of two years in mutual consultations with the bidder
with all the terms and conditions of original Agreement. A fresh tender shall be called
at the end of the Term/ extended term. The bid process for the second term shall
commence one year before the expiry of the Term / extended term.
2. Any extension of Agreement term if so shall be decided by UPSRTC

14.34 CONDITIONS PRECEDENT


1. Subject to express terms to the contrary, the rights and obligations under this Agreement
shall take effect only upon fulfilment of all the Conditions Precedent set out below. However,
UPSRTC may at any time at its sole discretion waive fully or partially any of the Conditions
Precedents for the bidder:
The following Conditions Precedent need to be fulfilled by the bidder on or before the execution of
this Agreement:
2. Provide Security Deposit/Performance Bank Guarantee specified in the RFP in the form
of a Bank Guarantee for an amount Rs. 5 Crores (Five Crores only)
3. Provide UPSRTC true copies of its constitutional documents and board resolutions
authorizing the execution, delivery and performance of this Agreement and the SLA
with UPSRTC;
4. The following Conditions Precedent need to be fulfilled by the bidder on or before the
beginning of Operation & Maintenance Phase:

5. Bidder shall have completed the testing, operation and commissioning of VLT devices
with activation, integration on State Tracking Platform and Tagging on Vahan Portal
with successful completion as mentioned in the Implementation Schedule to the satisfaction of
UPSRTC.
6. Bidder shall have completed the testing, operation and commissioning of the RMS, FMS
and PIS solution at specified locations by the date as provided in the Implementation
Schedule.
7. Bidder shall obtain certificates of compliance from UPSRTC designated officials 15
(fifteen) days prior to the Final Go-Live to ensure that the aforesaid Conditions
Precedent as set forth in this document above have been duly satisfied
14.35 NON-FULFILMENT OF CONDITIONS PRECEDENT
PAGE | 161
1. In the event that any of the Conditions Precedent relating to bidder has not been
fulfilled, as per the Implementation Schedule and the same has not been waived by
UPSRTC fully or partially, this Agreement shall cease to have any effect as of that date.
2. In the event that the Agreement fails to come into effect on account of nonfulfillment of
the bidder’s Conditions Precedent with regards to implementation schedule, UPSRTC
shall not be liable in any manner whatsoever to the Bidder and UPSRTC shall forthwith
invoke the Performance Guarantee and forfeit the guaranteed amount.
3. In the event that vacant possession of any of the Project facilities and/or Project Data
has been delivered to the bidder prior to the fulfilment in full of the Conditions
Precedent, upon the termination of this Agreement such Project facilities and Project
data shall immediately revert to UPSRTC free and clear from any encumbrances or
claims.
4. Instead of terminating this Agreement as stated above, the Parties may mutually agree
in writing to extend the time for fulfilling the Conditions Precedent and the Term of this
Agreement. It is further clarified that any such extension of time shall be subject to
imposition of penalties on bidder linked to the delay in fulfilling the Conditions
Precedent.
14.36 GOVERNANCE SCHEDULE
1. The bidder shall document the agreed structures in a procedural manual under the
guidance and supervision of the Project Manager of UPSRTC.
2. The agenda for each meeting of the Steering Committee and Operations Committee
shall be set to reflect the discussion items related to the scope of work and additional
items may be added either with the agreement of the Parties or at the request of either
Party.
3. Copies of the agenda for meetings of the Steering Committee and Project Operations
Committee, along with relevant pre-reading material, shall be distributed.

4. All meetings and proceedings will be documented; such documents to be distributed to


both Parties and copies shall be kept as a record. All actions, responsibilities and
accountabilities arising out of any meeting shall be tracked and managed.

5. The Parties shall ensure as far as reasonably practicable that the Steering Committee
and Operations Committee shall resolve the issues and resolve the objectives placed
before them and members representing that Party are empowered to make relevant
decisions or have easy access to empowered individuals for decisions to be made to

162
achieve this.
6. The Parties will proceed in good faith so that the Steering Committee and Operations
Committee shall resolve the issues and smoothen the performance of the Project.
7. The parties agree to attempt to resolve all disputes arising under the Agreement,
equitably and in good faith. To this end, the parties agree to provide frank, candid and
timely disclosure of all relevant facts, information and documents to facilitate
discussions between them/their representatives or senior officers.

14.37 AMENDMENT TO AGREEMENT


The Parties acknowledge and agree that amendments to this Agreement shall be made
through mutual agreement between the parties in writing in accordance with the
procedure this Agreement is executed and signed.
IN WITNESS WHEREOF the Parties have by duly authorized representatives set their
respective hands and seal on the date first above written in the presence of:
WITNESSES:
1. (Name, Designation, Organization, and Signature)

2. (Name, Designation, Organization, and Signature)

UPSRTC {BIDDER}

Signed Signed

For and on behalf of the For and on behalf of the UPSRTC (Company name)
By: (Signature) By: (Signature)

(Name and designation) (Name and designation) designation)

An authorized signatory duly nominated pursuant to Board Resolution No. dated of the [Bidder]

PAGE | 163
14.38 CHANGE REQUEST ORDER TEMPLATE
Change Request Order CR No.:
Part A: Initiation
Title:
Originator:
Sponsor:
Date of Origination:
Details of Proposed Change

(To Include reason for change and appropriate details/ specifications. Identify any attachments
as A1, A2, and A3 etc.)

Authorized by UPSRTC
Date:
Name:
Designation:
Received by the Bidder
Date:
Name:
Designation:
Part B: Evaluation

Changes to Services, charging structure, payment profile, documentation, training, service levels
and component working arrangements and any other contractual issue. Identify Attachments as
b1, B2, B3, etc.)

164
Date:
Name:
Designation:
Part C: Authority to Proceed
Approved
Rejected
Requires Further Information
For UPSRTC For Bidder
Name Name
Date Date
Designation Designation
Signature Signature

165
Tender Document available at https://etender.up.nic.in & www.upsrtc.com

TENDER FEE- RS 10,000/-


(INCLUSIVE OF GST)

166
ADDITIONAL SPECIFICATIONS AND AMENDMENTS TO CERTAIN PROVISIONS

Page | 167
ANNEXURE-IV

6 REVISED Project Implementation Plan (Timelines)


6.1 The VLT & PSIS Implementation shall be commenced and completed as per the
following timelines–
Sl Activity Time Lines
No
1 Issue of LoA T

2 Submission of Security Deposit T+10 days

Signing of Agreement T+10 days


3 Data collection from all depots and data T + 30 days
processing
4 Geo-fencing/Geo-coding of all the Bus T+ 60 days
Depots, Bus Stations, and route points and
ALL ESTABLISHMENTS
5 Application Development along with T + 90 days
dashboard and MIS reports
6 Android and IOS apps for PUBLIC and T +100 days
UPSRTC Administration
7 Complete operationalisation of CCC and T+100 days
RCR's
8 Establishing and Activating Public T + 110 days
Information Systems at Bus Stations
9 Hosting of FMS, RMS, PIS at Data Centre. T+120 days

10 Launch of Interactive browser based web T+120 days


application (Role Based)
11 Installation and activation of AIS 140 - T+60 days
VLT devices and Panic Buttons on FIRST
2000 BUSES, training material and
training documents about the device and
12 functions and activation of AIS 140 -VLT
Installation T + 90days
devices and Panic Buttons on SECOND
2000 BUSES, training material and training
documents about the device and functions
13 Installation and activation of AIS 140 -VLT T+120 days
devices and Panic Buttons on REMAINING
BUSES, training material and training
documents about the device and functions

20
14 Integration of VLTD with state tracking T+120days
platform

18 Final Go Live of the Project After completing all activities under S.No 1 to
14. In case there is delay in functioning of
state tracking platform then no penalties for
delay in achieving Go-Live due to this
milestone remaining uncompleted will be
imposed on the bidder..

168

21
ANNEXURE – V

SPECIFICTION FOR VIDEO WALL


Specification Item Description

Configuration LCD Videowall of (Columns) x(Rows)of Super narrow Bezel


LCD panels of 55"
Resolution 1920 x 1080
Pixel Pitch 0.53 mm
Light Source LED
Contrast Ratio 4000:1
Color Capability 1.07 Billion
Response Time 8 ms
Viewing Angle H: 178°, V: 178°
Scan Rate H: 30-75kHz, V: 50-85Hz
Video NTSC, PAL, SECAM
480i, 480p, 720p, 1080i, 1080p,
Standard Inputs 1x Digital DVI-I ; 1x Digital DVI-D ; 1x CVBS BNC; 1x
Component Video BNC; 1x 5BNC (RGBHV or YPbPr)
Standard Outputs 1x Digital DVI-D; 1x CVBS BNC
Control RS-232/RS-422/1R
Input Voltage AC 90-240V@50/60 Hz
Power Consumption < 160W
Standby Mode <2W at 110V
Temperature 0°C-35°C (32°F - 95°F)
Humidity 10% - 90%, non-condensing
Operating Life > 50,000 hours
Maintenance Feature Quick Swap Modules
Combined Bezel (Typical) 5.7 mm
Video Wall Tiling 20 X 15
Display controller Controller to control Display module in a matrix of 2 (C) x 2
(R) with 4 outputs, DUAL LAN input & 8 DVI inputs along
with necessary software's
Processor Single Quad Core Intel® Xeon 64-bit 2.0 GHz CPU or latest
Ram 8 GB Minimum
HDD Min 500 GB Hard Disk
Hard disk Capacity should be upgradable.
Networking Dual-port Gigabit Ethernet Controller inbuilt
Support for Add on Network adapters
Support for Optical Fiber interface Adapters
Accessories DVD-R,DVD+RW,, Keyboard, mouse
OS Support 64-bit Operating Systems Windows 7
Power Supply (1+1) Redundant AC-DC high-efficiency power supply w/ PFC
AC Voltage 100-240V, 50-60Hz
Chassis 19" industrial Rack mount movable
Front Panel should have lockable Door to Protect Drives
Wall configuration 4 DVI-D Outputs
Resolution output support 1920x1200 per output minimum
Universal Inputs 2 DVI Inputs
Redundancy Support System Should have the redundancy support for following:
Fans
22
Power Supply
Lan
Display & Controller deleted
Manufacturing OEM should have a manufacturing facility in India with its own
service center manned by its own engineers for providing support.

170

23
Online UPS 2 KVA
S.No Description Minimum Required Specification
1 Rating (in KVA) 2 KVA
A Input
1 Nominal Voltage 230 VAC
2 Nominal Frequency 50Hz
3 Input Power Factor >0.95
4 Input Voltage Range 165-275 VAC
5 Frequency Range 45 to 55 Hz
B Output
1 Invertor Design IGBT Based Technology
2 Voltage 220 V/230V / 240 VAC
3 Voltage Regulation 1% to 2%
4 Waveform Pure Sine wave
5 Total Harmonic Distortion < 3% for linear load
6 Crest Factor 3:1
C Environmental
1 Operational Temperature 0 to 40 Deg
2 Relative Humidity 20 - 90% (Non Condensing)
D Physical
1 Enclosure Protection IP 20
2 Cooling Forced Air Cooling
E Bypass
1 Static Bypass Auto & Manual
2 Transfer No Break
F Battery
1 Type Sealed Maintenance Free
2 DC Voltage 36 V
3 Recharge Time 8-10 hrs
4 VAH Required 3600 VAH
5 Battery Backup 4 hours
6 Battery make Exide / Quanta / Rocket
G General
1 Overall Efficiency on Full load > 87%
2 Acoustic Noise (in dbA) <50 dBA @ 1 Meter
3 Alarms Audible Alarm required for Mains Failure, Low
Battery Over Load
4 Display Panel LCD Display with Measurements (Input
/Output/Frequency, Battery Voltage)
H Communications
1 Connection Type USB
2 SNMP Interface Intelligent slot for SNMP/AS400/Modbus

171

24
Online UPS 6 KVA

Sr.No Description Minimum Required Specification


1 Rating (in KVA) 6KVA/5400W
A Input
1 Nominal Voltage 230 VAC
2 Nominal Frequency 50Hz
3 Input Power Factor >0.95
4 Input Voltage Range 165-275 VAC
5 Frequency Range 45 to 55 Hz
B Output
1 Voltage 220 V/230V / 240 VAC
2 Voltage Regulation 1% to 2%
3 Waveform Pure Sine wave
4 Total Harmonic Distortion < 3% for linear load
5 Crest Factor 3:1
C Environmental
1 Operational Temperature 0 to 40 Deg
2 Relative Humidity 20 - 90% (Non Condensing)
D Physical
1 Enclosure Protection Dust Resistant
E Battery
1 Type Sealed Maintenance Free
2 DC Voltage 12V
3 VAH Required 312 VAH
4 Battery Backup 1 hours
5 Battery make Exide / Quanta / Rocket
F General
1 Acoustic Noise (in dbA) <50 dBA @ 1 Meter
2 Display Panel LCD Display with Measurements (Input
/Output/Frequency, Battery Voltage)
G Communications
1 Connection Type USB
2 SNMP Interface Intelligent slot for SNMP/AS400/Modbus

172

25
SPECIFICATIONS FOR PRINTER

Feature PRINTER LASER


Make/Model Suitable make and model of the manufacturer to meet given specifications
Type/Technology LASER/INKTANK
Print Speed
Min. 20 PPM

Type of Printing Mono


RAM size (MB) MIN 128 MB
Paper Size A4/Legal
RAM size (MB) 128 MB
Speed in A4 20 PPM
Faxing Feature NA
Duty Cycle( no. of prints 15000
/month) :
Warranty in Years: 5 Years OEM on-site warranty. OEM warranty certificate to be
submitted.

173

26
Public Address System

S.No. Parameter Minimum Specifications or better Compliance


(Yes/No)
1 PAS System Should have the capability to control individual PAS i.e. to make
an announcement at select location (1:1), multiple locations (1:
many) and all locations simultaneously. The PAS should also
support both, live and recorded inputs
2 Speaker Minimum 2 speakers, To be used for Public Address System
3 Connectivity IP based
4 Access Control Access control mechanism would be also required to establish so
that the usage is regulated.
5 Integration with VMS and Command and Control Centre
6 Power Automatic on/off operation
7 Casing IP-66 rated for housing
8 Operating 0° to 65°C
Conditions
9 Specify the proposed Make
10 Specify the proposed Model No

174

27
Schematic Layout of Command-and-Control Centre

Page | 175
Additional Information- Bidders to note that some bus stations are proposed for development
under PPP for which schedules may exceed more than 120 days. In case of any delay due to this
bidders will not be penalized for delay in achieving Go Live.

Page | 176
SPECIFICATIONS FOR DISPLAY PANELS AT BUS
STATIONS

4
Display Panels for Bus Stations:‐
S.no PASSENGER INFORMATION SYSTEM LED Quantity
DISPLAY
1 Supply and Installation of 4 mm Pixel Pitch based 25
Outdoor Direct View True Colour LED Wall tile
Size 960 X 960 MM in 3 X 2 Matrix with 5000 cd
brightness calibrated with IP65 front / IP65 Rear
IP rating inclusive of LED control system, content
management server and software and PDU for
LED Wall with 2 years onsite warranty +3 years
AMC
(Configuration-SMD 3-IN -1LED Type)
Size- 9ft by 6ft
2 Supply and Installation of 4 mm Pixel Pitch based 75
Outdoor Direct View True Colour LED Wall tile
Size 960 X 960 MM in 2 X 1 Matrix with 5000 cd
brightness calibrated with IP65 front / IP65 Rear
IP rating inclusive of LED control system, content
management server and software and PDU for
LED Wall with 2 years onsite warranty +3 years
AMC
(Configuration-SMD 3-IN -1LED Type)
Size- 6ft by 3ft

Cloud management Software with digital Signage along with


content management server
Requirement: -
Digital signage, message, flexible playlist creation, dynamic content from text, audio, photos,
videos to webpages RSS, Google Calendar, weather, media player, Wi-Fi, Central Controlling
at UPSRTC Regional/HQ Level.
(I7 11th Generation or Higher – Processor, 16 GB RAM, Windows 10/11 Professional version,
,factory preloaded, 64 bit ,Storage- 256 GB SSD with 1 TB HDD and monitor 19.5” or higher
with HDMI input port, Keyboard & Mouse)

178

7
Additional Requirements for OEM of Display Panels
1. OEM should have their own registered office in India from the last 5 years on the date of bid
submission.

2. OEM shall be ISO 9001, ISO 14001, OHSAS 45001 & ISO 27001:1 certified – Certificates
to be submitted.

3. OEM should have their own service center across Uttar Pradesh for support.

4. OEM should provide escalation matrix of service engineers available in Uttar Pradesh.

5. Installation, Commissioning, after Sales support shall be provided by OEM only.

6. Bidder/OEM should have completed similar installations of the same or higher size with at
least same or higher quantity and content published from a central location in India for any
PSU/ government in India for the required quantity. These displays should be working
satisfactorily for at least 1 years before the date of RFP. Customer stratification letter to be
submitted along with the bid

7. Manufacturer's authorization should be submitted along with bid, Bid no., issuing authority's
name, contact no. and e-mail id should be clearly mentioned on the authorization letter.

8. Data sheet should be submitted for all the quoted product along with bid and it should be
verifiable /available on its website.

9. BIS certificate should be submitted along with bid for the quoted product, BIS license should
be issued in the name of OEM. The quoted product should compliance with MII clause.

10. Any type of damage will be covered under warranty period.

179

8
REVISED ANNEXURE VI
Annexure VI‐ REVISED INDICATIVE BILL OF MATERIALS

6 Indicative Bill of Material


9.1 The following section provides a minimum indicative list of bill of material for the project. 

Bidder shall make its own independent assessment to meet the desired service levels.

S.NO COMPONENT QUANTITY


1 VLT &PANIC BUTTONS
1.1 AIS-140 COMPLIANT VLT DEVICES 5000 at
present.
1.2 SET OF 10 PANIC BUTTONS FOR EACH 5000 at
BUS WITH NECESSARY WIRING present
1.3 SET OF 3 PANIC BUTTONS ALONG WITH AIS140 VLT 79
DEVICES FOR EACH DEPARTMENTAL VEHICLES DEPLOYED
FOR ENFORCEMENT WITH NECESSARY WIRING
2 NETWORKING COMPONENT
2.1 e-SIM subscription for entire contract 5000 at Present
period
2.2 PIS CONTROLLERS 100
3 APPLICATION SOFTWARE/SYSTEM SOFTWARE
3.1 Solution Development: As required
Intelligent Tracking System (ITS) Application Suite:
(i) Route Management System
(ii) Fleet Management System
(iii) Passenger Information System

3.2 Map services Software As required


3.3 Mobile Apps for Passengers As required
(ios & android)
3.4 Mobile Apps for UPSRTC Staff AS required
(ios & android)
3.5 Tier -III Government approved Cloud for various applications AS required
and data storage

9
4 PASSENGER INFORMATION SYSTEM LED DISPLAY & PUBLIC ADDRESS SYSTEM(PAS)ARDS
4.1 PASSENGER INFORMATION SYSTEM LED DISPLAY 25
Size 9ft x 6ft
(4 mm Pixel Pitch based Outdoor Direct View True Colour LED
Wall tile Size 960 X 960 MM in 3 X 2 Matrix with 5000 cd
brightness calibrated with IP65 front / IP65 Rear IP rating inclusive
of LED control system, content management server and software
and PDU for LED Wall with 2 years onsite warranty +3 years AMC)
(Configuration-SMD 3-IN -1LED Type)
Size- 9ft by 6ft
4.2 PASSENGER INFORMATION SYSTEM LED DISPLAY 75
Size 6ft x 3ft
4 mm Pixel Pitch based Outdoor Direct View True Colour LED Wall
tile Size 960 X 960 MM in 2 X 1 Matrix with 5000 cd brightness
calibrated with IP65 front / IP65 Rear IP rating inclusive of LED
control system, content management server and software and
PDU for LED Wall with 2 years onsite warranty +3 years AMC
(Configuration-SMD 3-IN -1LED Type)

4.3 Public Address System 100

4.4 UPS 6 kVA 25

UPS 2 KVA 75

181

10
5 COMMAND &CONTROL CENTRE HQ
5.1 VIDEO WALL SIZE (4 x 4 MATRIX OF 55” LED PANELS)( including 1
necessary controllers and as per specifications provided in
corrigendum dated 25th Nov 2022) at CCC-UPSRTC Hqrs
5.2 Setting up of CCC with furnishing (refurbishing with necessary AS REQUIRED
civil/electrical work as required)
5.3 Desktop Computer i7 , 1 TB HDD, 8 GB 3
RAM, Mouse and Keyboard with required software applications
5.4 Network Switch and Connectivity of 10MBPS 1
5.5 Laser jet printer 2
5.6 UPS 6 kVA 1
6 REGIONAL CONTROL ROOMS
6.1 55” Display LED 20
6.2 Desktop Computer i7, 1 TB HDD, 8 GB 20
RAM, Mouse and Keyboard with required software applications
6.3 Network Switch and Connectivity of 5MBPS 1
6.4 Laser jet printer 20
6.5 UPS 2 kVA 20

182

11
Additional Clarifications for past project experience calculation

Term used in RFP Further Clarification


during the last 5 years as on the last date of It shall mean all such projects which were
submission of the bid. either awarded or completed OR HAVE
GONE LIVE within last 5 years as on the
date of submission of bid.

183

12
ANNEXURE-A

CLAUSE 5- REVISED PAYMENT SCHEDULE

S.No MILESTONE PAYMENT

1 Fitment/Installation of VLT and Panic 25 % of the Project Cost.


Button Devices and Activation of
devices on cloud backend. PHASE NO OF PAYMENT
BUSES
ALONG WITH I 2000 10 %
II 2000 10%
FMS, RMS and PIS Application Live
III REMAINING 5%
along with relevant dashboards and
BUSES
MIS reports generation.

2 Installation / Commissioning and 10 % of the Project Cost


activation of Passenger Information
LED’s at designated Bus Stations and
successful display of ETA of buses on
these display units.

3 Commissioning of Depot, 5% of the Project Cost


Regional and Central Control Centre
with complete hardware supplies
(Desktop, Printers, UPS, Videowall,
CCTV etc.)

4 Go-Live of the Project 10% of the Project Cost

5 MONTHLY PAYMENT AFTER Final (50% of the Project Cost)/60


GO - LIVE

The selected bidder will integrate all the AIS 140 VLT devices with backend system of
the State Transport Department as and when it will be ready. Integration with State
Tracking Platform (Backend System of Transport Department GoUP), is an important
project milestone and If the selected bidders fails to integrate with State Tracking
Platform within two month’s duration after the same is ready, will be considered a
condition of default on bidders part and will lead to imposition of clause 14.12
consequences of default.

184

8
ANNEXURE-B
Payment of Damage and Missing Parts of Hardware

1. It will be sole responsibility of bidder to maintain desired hardware for the project and
provide regular maintenance and Service during the contract period. The bid price should
include all the maintenance and repair cost due to wear and Tear.
2. Hardware parts and Equipment’s if abused or damaged physically or otherwise whether
intentionally or unintentionally by user then the same will be replaced by the bidder on
chargeable basis. This is applicable to all the hardware deployed including but not limited to
Computers, Printers, Router, Switch, VLTD, Panic Buttons, UPS Inverters and Batteries, Video
wall, SIM and all the accessories required for smooth running of Hardware.
3. Bidder has to keep track of all the deployed hardware and submit a monthly report assuring
that all the deployed hardware is in good and working condition. In case of any damage or
missing parts the same shall be reported and brought to the notice of concerned Manager at
Depot, Region or any other location.
4. The damaged parts will be submitted to the In charge of the office and same will be verified
and signed by the Authorized person. The Invoice will be raised by the bidder only after
confirmation by the authorized person in writing provided to HO. The Invoice will be
submitted along with the Monthly Invoice.
5. Bidder has to submit a list of Spare parts with its Price for all the Hardware deployed from the
Original Equipment Manufacturer. Bidder will ensure that the price of spares provided will be
in line with the Market price and will remain fixed during the entire contract period.

185

9
Annexure-C
Specifications of Existing Pre Fitted VLT devices

Hardware Specification TM77 AIS 140


GSM SPECIFICATION
GSM M66- Quectel Quad-band 850/900/1800/1900MHz Module
GPRS Multi-slot Class 12, Speed 86Kbps
Protocols ТСР/IP
E-SIM (Certified with SENSORISE and TCL E-SIM in ARAI with TAC no is
SIM AK9044 )
SMS Text SMS OTA Command Support
FOTA FOTA FTP support
GPS Specification
GPS L89 Quectel GPS L1/Galileo E1 C/A: 1575.42MHz,
IRNSS L5 C/A: 1176.45MHz
GLONASS L1 C/A: 1602.5625MHz
BD2 B1 C/A: 1561.098MHz
SBAS : WAAS, EGNOS MSAS, GA 33 (Tracking) / 99 (Acquisition)
GPS Channels 33(Tracking)/99(Acquisition)
Horizontal Position Accuracy <2.5 m CEP
Velocity Accuracy <0.1m/S
Acceleration Accuracy 0.1 m/s?
Cold Start <35s
Warm Start <30s
Hot Start <1s
Sensitivity Acquisition -148dBm
Tracking -165dBm
Reacquisition -160dBm
Micro-Controller & IO's Specifications
Nuvoton NUC131 32 bit ARM Cortex™-MO Processor With 50MHzPLL Clock,
Micro-controller 32KB SRAM, 64KB Code
Flash Memory 64 M-Bit for Data logging up to 50000 data packs
Accelerometer / Gyro Meter Yes 16G Sensitivity
Digital Inputs One dedicated to Ignition Input
Four other Active High Digital inputs
One Rising edge detector with
Emergency Buttons
Analog Inputs One Frequency Input for RPM reading / Optional with digital input 4
Four 12bit ADC channels read up to 28000 mV
Digital Output Two Digital output active low up to 500mA
UART RS232 Port One UART R$232 Port with configurable baud rate
Use to read digital R$232 fuel Sensor data.
It can be customize as per requirement as well
Tamper Switch Yes To detect device cover open/close
Hardware Reset Switch Yes
Device Power Specifications
Input Power Voltage 8Volt to 36 Volt
Current Drawn by device Max - 350mA @ 12 Volt during Charging
10
Nominal - 50mA @ 12Volt when internal battery is full
Li-ion Battery 1100mAH backup up to 6 hours
LED's RED - Blinking When working on external voltage
Yellow - GPS Signals Reception
Blue - Blinking when device is active
Green - Blinks in every 3 sec Normal working
Twice blink device is sensing vibrations
Fast Blinking when sending data to SERVER
Housing Specifications
Housing Type ABS Plastic optional Polycarbonate
IP68 Certified
dimensions Length : 100 mm
Breath : 80 mm
Height: 35 mm

187

11
Annexure-D
Additional specifications for PA System

The Tabletop Microphone:


It should be a unidirectional condenser microphone. It should have heavy metal base and
rubber feet to ensure stability on any flat surface.
• Tabletop unidirectional condenser microphone on a flexible stem.
• Phantom powered by amplifier.
• Momentary or toggle PTT-key for calls with priority contact.
• Green LED, indicating microphone active.
• Stable metal base design with fixed 2 m cable and lockable DIN connector
Technical specifications:-
• Voltage range 12 to 48 V.
• Current consumption <8 mA
• Sensitivity 0.7 mV @ 85 dB SPL (2 mV/Pa).
• Maximum input sound level 110 dB SPL.
• Distortion <0.6% (maximum input)
• Input noise level (equiv.) 28 dB SPLA (S/N 66 dBA ref. 1 Pa)
• Frequency response 100 Hz to 16 kHz
• Output impedance 200ohm.
• Base dimensions (H x W x D) 40 x 100 x 235 mm (1.57 x 3.97 x 9.25 in)

Certifications and approvals:-


• Safety acc. to EN 60065.
• Immunity acc. to EN 55103-2
• Emission acc. to EN 55103-1.

Mixer Amplifier:-
• 4 microphone / line inputs, plus music source input
• Announcement only output, 3‑wire volume override.
• Wide range of output power (60, 120 and 240Watts).
• A separate music input is available with its volume control.
• It will be having 2‑tone chime.

Technical specifications:-
• Frequency response (Line) 60 Hz to 20 kHz (+1/-3 dB @-10 dB ref. rated output).
• Frequency response (Mic.) 70 Hz to 20 kHz (+1/‑3 dB @‑10 dB ref. rated output).
• Distortion <1% @ rated output power, 1 kHz.
• Bass Control Max. ± 8 dB.
• Treble Control Max. ± 8 dB.
• Mic./Line input 4x.
• Sensitivity 1 mV (mic.); 300 mV (line).
• Impedance >1 kohm (mic.); >5 kohm (line).
• Dynamic range 93 dB.
• S/N (flat at max volume) >63 dB (mic.); >70 dB (line).
• S/N (flat at min volume/muted) >75 dB.
• CMRR (mic.) >40 dB (50 Hz to 20 kHz).
• Headroom >25 dB. 188

12
• Speech filter -3 dB @ 315 Hz, high-pass,6 dB/oct.
• Phantom power supply 16 V via 1.2 kohm (mic.).

Music input
• Connector Cinch, stereo converted to mono
• Sensitivity 200 mV
• Impedance 22 kohm
• S/N (flat at max volume) >75 dB
• S/N (flat at min volume/muted) >80 dB
• Headroom >25 dB

Certifications and approvals:-


• Safety acc. to EN 60065
• EMC emission acc. to EN 55103‑1
• EMC immunity acc. to EN 55103‑2.

SPEAKER
The speaker should be two way for excellent speech and music reproduction. The speaker should be
weather protected and can be used in areas with high humidity. The horn loudspeaker should have
built‑in protection to ensure that, in the event of a fire, damage to the loudspeaker does not result in
failure of the circuit to which it is connected.
Technical Specifications:
Maximum power 45 W
Rated power (PHC) 30 W
Power tapping 30 / 15 / 7.5 / 3.75 W
Sound pressure level at rated power / 1 W (1 kHz, 1 m)115 / 100 dB (SPL)
Effective frequency range(- 10 dB) 215 Hz to 20 kHz
Opening angle at 1 kHz / 4 kHz (‑6 dB)Horizontal 65°/ 65°Vertical 100°/ 110°

Certifications and standards


Safety acc. to EN 60065
Emergency acc. to EN 54‑24 /BS 5839‑8/EN 60849
Self‑extinguishing ABS acc. to UL 94 V 0
Water and dust protection acc. to IEC 60529, IP 66

189

13

You might also like