• No results found

IMPLEMENTATION OF ONE TELANGANA CARD

N/A
N/A
Protected

Academic year: 2022

Share "IMPLEMENTATION OF ONE TELANGANA CARD "

Copied!
96
0
0

Loading.... (view fulltext now)

Full text

(1)

RFP FOR SELECTION OF SERVICE PROVIDER FOR DESIGN, SUPPLY, AND

IMPLEMENTATION OF ONE TELANGANA CARD

(Re-tender)

Volume- I

ITE&C Dept, Govt. of Telangana

2019

(2)

--- Page 2 of 61

Disclaimer

This RFP is issued by TSTS, on behalf of the ITE&C Department (hereunder called “Issuing Authority”) for inviting proposals to select Service Providers for designing and implementing an Smart Card-based ecosystem for payments related to travel services availed by the residents and visitors in / Metro Rail, Telangana State Road Transport Corporation Buses, Hyderabad Multi-Modal Transport System, Auto rickshaws, OLA, UBER Cabs and others within Telangana State.

It is hereby clarified that this RFP is not an agreement and is not an offer or invitation by the Issuing Authority to any party hereunder. The purpose of this RFP is to provide the Bidder(s) with information to assist in the formulation of their proposal submission. 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 the Issuing Authority to consider the needs of each Bidder. Each Bidder should conduct its own investigation and analysis and should check the accuracy, reliability, and completeness of information in this RFP document and obtain independent advice from appropriate sources. Issuing Authority and their advisors make no representation or warranty and shall incur no liability financial or otherwise under any law, statute, rules or regulations or otherwise as to the accuracy, reliability or completeness of the RFP document.

The parties to whom this invitation is extended are not mandated under any agreement, made here, to bid. Responding to this invitation will be their sole commercial decision. Such a decision will entail risks, responsibilities, and rewards as described in this RFP. It is deemed that a party /institution choosing to respond by way of a bid, in general, is accepting them. The Issuing Authority may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP document.

The Issuing Authority reserves the right not to proceed with the selection process at any stage or to change the process or procedure to be applied in a fair and transparent manner. It also reserves the right to decline to discuss the process further with any party submitting a proposal/Bid. No reimbursement of the cost of any type shall be paid to persons, entities submitting a bid/proposal. The Issuing Authority shall not be responsible for any costs or expenses incurred by the bidders in connection with the preparation and delivery of bids, including costs and expenses related to visits to the sites.

The Issuing Authority reserves the rights to cancel, terminate, change or modify this procurement process and/or requirements of bidding stated in the RFP, without assigning any reason or providing any notice and without accepting any liability for the same.

The Bidders would be selected based on the criteria mentioned in this RFP. Only the Price Proposal of Qualified Bidders as per RFP terms would be opened. The date of opening of Price Proposal will be communicated to qualified bidders later.

(3)

--- Page 3 of 61

Contents

Disclaimer... 2

Definitions ... 7

1. INTRODUCTION ... 9

2. INTRODUCTION TO THIS BID PROPOSAL ... 9

3. VISION FOR SMART PAYMENT CARD ECOSYSTEM ... 9

4. SCOPE OF WORK ... 11

5. GENERAL ... 13

5.1. Bid Availability & Validity ... 13

5.2. Number of Proposals by Bidder ... 13

5.3. Governing Law and Jurisdiction ... 13

5.4. Authority’s Right to Accept and Reject Any Proposals or All Proposals ... 13

5.5. Earnest Money Deposit (EMD) ... 14

5.6. Brief Description ... 14

5.6.1. Bidding Process ... 14

5.6.2. Bid Evaluation ... 15

5.7. Due Diligence ... 15

5.8. Acknowledgment by Bidder ... 15

5.9. Cost of Bidding ... 15

5.10. Bid Fee ... 16

5.11. Schedule of Bidding Process ... 16

5.12. Terms of Agreement ... 16

5.13. Duration of the Contract ... 17

5.14. Penalty ... 17

6. DOCUMENTS ... 19

6.1. Clarification to RFP Documents ... 19

6.2. Amendment of Bidding Documents... 19

7. PREPARATION AND SUBMISSION OF PROPOSALS ... 20

7.1. Language of Proposal ... 20

7.2. Proposal Currency ... 20

7.3. Format and Signing of Proposal ... 20

7.4. Proposal Submission Format ... 20

7.5. Proposal Due Date ... 22

(4)

--- Page 4 of 61

7.6. Modification and Withdrawal of Proposals ... 22

7.7. Firm Prices ... 22

7.8. Documents Constituting Bid ... 22

8. PRE-QUALIFICATION & EVALUATION CRITERIA ... 23

8.1. Pre-Qualification Criteria / Basic Eligibility Criteria ... 23

8.1.1. Mandatory Eligibility Criteria for Pre qualification ... 25

8.2. Technical Evaluation Parameters ... 26

8.3. Evaluation of Price Proposal ... 27

9. EVALUATION PROCESS ... 28

9.1. The opening of Technical Bid/Proposal ... 28

9.2. Evaluation of Technical Bid/Proposal ... 28

9.3. The Opening of Financial Bid ... 29

9.4. Clarification of Bids and Request for Additional/ Missing Information ... 29

9.5. Verification and Disqualification ... 29

9.6. Contacts during Proposal Evaluation ... 30

9.7. Correspondence with Bidder ... 30

9.8. Authority’s Right to Accept and/or Reject Any or all Bids ... 31

9.9. Confidentiality ... 31

10. APPOINTMENT OF SELECTED BIDDER AND SIGNING OF AGREEMENT ... 31

10.1. Selection of Bidder ... 31

10.2. Notification of Award ... 31

10.3. Performance Guarantee ... 32

10.4. The signing of Agreement ... 33

10.5. Annulment of Award ... 33

10.6. Tax Liability... 33

11. MISCELLANEOUS ... 34

11.1. Fraudulent and Corrupt Practices ... 34

11.2. Others ... 35

Appendix 1: CONTENTS AND FORMATS FOR TECHNICAL PROPOSALS ... 36

Form –1.1: Covering Letter ... 36

Form –1.2 A: Format for Power of Attorney for Signing of the Proposal/Board resolution for Signing of the Proposal ... 38

Form –1.2 B: Joint Bidding Agreement ... 39

(5)

--- Page 5 of 61

Form –1.3: Format to Share Bidder’s Particulars ... 40

Form –1.4: Financial Capability Statement ... 41

Form –1.5 A: Experience Details for the Project ... 42

Form –1.5 B: Experience details of sub componenst of the Project ... 43

Form –1.6: Project execution Methodology (Detailed Write up and presentation) ... 44

Form –1.7: Undertaking ... 45

Form –1.8: Format for Declaration by the bidder for not being Blacklisted / Debarred ... 46

Form –1.9: Non-Disclosure Agreement ... 47

Form –1.10: List of Subcontractor ... 48

Form –1.11: Check-list for Technical proposal compliance to RFP requirements ... 49

Form –1.12: Manufacturer’s Authorization Form (MAF) ... 50

Appendix 2: CONTENT AND FORMAT OF FINANCIAL PROPOSAL ... 53

Appendix 3: PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT1 ... 54

Appendix 4: PERFORMANCE GUARANTEE ... 56

Appendix 5: AGREEMENT ... 58

Appendix 6: ESTIMATED TRANSACTION VOLUMES ... 60

(6)

--- Page 6 of 61 ITE&C Department, Government Of Telangana

OCB Tender call Notice Inviting RFP for Selection of Service Provider for Designing and Implementation of Smart Card Payments System for Multi-

Modal Travel & Other Public Services in Telangana State

Tender Ref. No. TSTS/CS/ITE&C/OTC/2019-Retender Dt: 16.08.2019 This RFP Document is being published by the TSTS on behalf of the ITE&C Department, for the selection of service provider for implementation of Smart Card-basedecosystem for paymentsf or Multi-Modal travel services spanning Hyderabad Metro Rail, TSRTC Buses, Autorickshaws, OLA, UBER – Cabs, etc.

Date of Issue of Tender call notice 17/08/2019 Last Date for receipt of queries from

bidders 20/08/2019 @ 05:00 PM through mail

Bid Submission Due date 07/09/2019 @ 03:00 PM on eProcurement portal

Bid opening 07/09/2019 @ 04:00 PM on eProcurement portal

Contact Mail Ids

mngdirector-tsts@telangana.gov.in, rpushpa-tsts@telangana.gov.in, gunalan.i@semt.gov.in,

raghava.chary@semt.gov.in,

Department Contact Person Mr. Raghava Chary, SeMT- 9849031440 Mr. J Sudheer, SeMT- 9908907355

Bid Document Fee Rs.25,000/- in the form DD to The Managing Director-TSTS, Hyderabad.

EMD /Bid Security

Rs.50,00,000/- in the form of DD or BG valid for 3 months from the date of issue. The EMD to submitted in favour of The Managing Director- TSTS.

(7)

--- Page 7 of 61

Definitions

In this RFP, the following word (s), unless repugnant to the context or meaning thereof, shall have the meaning(s) assigned to them herein below:

a) “Issuing Authority” means “TSTS on behalf of ITE&C Department” and shall always include its authorized successors and assignees.

b) “GHMC” means Greater Hyderabad Municipal Corporation.

c) “Multi-Modal Travel Services” means travel services availed using one or more of the following modes: Hyderabad Metro Rail, TSRTC Buses, Hyderabad, Auto rickshaws, OLA, UBER Cabs d) “Bid/Proposal” means the proposal submitted by the Bidder(s) in response to this RFP in

accordance with the provisions hereof including Technical Proposal and Financial Proposal along with all other documents forming part and in support thereof as specified in this RFP.

e) “Bidder or Service Provider or Implementation Agency” means Financial Institution led Consortium responding to the RFP.

f) “Earnest Money Deposit (EMD)” means Security furnished by the Bidder.

g) “Bid Process” means the process of selection of the Successful Bidder through competitive bidding and includes submission of Proposals, scrutiny, and evaluation of such Bids as set forth in the RFP.

h) “Consortium” shall mean the group of legally constituted entities, who have come together to participate in captioned project and have agreed to terms and Conditions of Consortium Agreement as specified in this RFP for design, development, integration, implementation, operation, maintenance, and management of Smart Card Project, subject to the terms of this RFP.

i) “Bus Stop/Bus Station/Bus Terminal” means a place earmarked on the route of buses where buses stop for a short duration for passengers to board or disembark from the buses.

j) “Completion Certificate/GO Live Certificate” means the certificate issued by the Issuing Authority upon successful installation and demonstration of all functionalities as specified in RFP of Hardware and Software Units specified in Request Order. The Issuing Authority shall issue Go Live Certificate separately for each Request Order.

k) “Deadline for Submission of Bids/ Proposal” or “Proposal Due Date /Bid Due Date” shall mean the last date and time for receipt of Bids as set forth in ‘Invitation for Proposal’ of this RFP or such other date / time as may be decided by TSTS in its sole discretion and notified by dissemination of requisite information.

l) “Smart Card Project or Project” refers to the Design, Development, Procurement, Issuance, Supply, Integration, Implementation, Operation, Maintenance, and Management of Closed Loop Smart Card based payments ecosystem, but with ability to switch to opne loop at some stage in a ohased manner

m) “Agreement” means the legal agreement including, without limitation, any and all Appendix thereto, which will be entered into between Issuing Authority and the Successful Bidder for to Develop, Design, Engineer, Procure, Install and Maintain the One Telangana Card Project during

(8)

--- Page 8 of 61 the Contract Period. The terms of this RFP Vol I & II, along with any subsequent amendments at any stage, shall become part of this Agreement.

n) “Selected Bidder” shall mean the Bidder who has emerged as preferred bidder in terms of this RFP and has been issued the Letter of Acceptance (LoA) by the Issuing Authority and awarded the work under the RFP Vol I & II.

o) “Lead Member/Prime Bidder” means the consortium member company nominated by all member companies in case of a consortium participating in and submitting the bid, who shall be responsible for the execution of the project and to furnish the Earnest Money Deposit (EMD) and the Performance Guarantee (PG) in case of an award of the contract.

p) “Letter of Acceptance (LoA)” means the letter issued by the Issuing Authority to the Successful Bidder to undertake and execute the Smart Card Project in conformity with the terms and conditions set forth in the RFP Vol I & II document and any subsequent amendments thereof.

q) “Lead Time” shall mean the time specified by the Authority available for implementation of the Smart Card Project as per the provisions of Agreement.

r) “Performance Guarantee (PG)” shall mean the Bank Guarantee furnished by a successful Bidder for the punctual and due performance of its duties as per terms and conditions of the RFP Vol I

& II document.

s) “Smart Card Payments Project implementation” or “Project Implementation” means the successful deployment of software, including integration to existing systems, as per the Request Order and Completion Certificate/Go Live issued thereof by the Issuing Authority.

t) “RFP” or “Tender” shall mean RFP Vol Iwhich comprises of the following sections: Disclaimer, Instructions to Bidders, Draft Contract Agreement, Service Level Agreement, Forms of Bid which include any applicable Appendix thereto and Scope of Services and RFP Vol II which has the detailed Scope of Work.

u) Technical Proposal Evaluation Criteria shall have a meaning specified in clause 8.2 of the RFP Vol I.

v) Any other term(s) not defined herein above but defined elsewhere in the RFP Vol I & II shall have the meaning(s) ascribed to such term(s) therein and shall be deemed to have been included in this Section.

(9)

--- Page 9 of 61

1. INTRODUCTION

Telangana, as a geographical and political entity, was born on June 2, 2014, as the 29th and the youngest state in Union of India. However, as an economic, social, cultural and historical entity, it has a glorious history of at least two thousand five hundred years or more.

Hyderabad, the capital city of Telangana State was founded in the year 1591 by Mohammed Quli Qutub Shah, the fifth sultan of Qutub Shahi dynasty. Hyderabad has 400 years of rich historical and cultural tradition. The city is situated on hilly terrain at an average altitude of 542 meters (1,778 ft) and has many lakes, including the famous Hussain Sagar lake in the city center. Hyderabad was historically known as a pearl and diamond trading center, and it continues to be known as the "City of Pearls". With an output of US$74 billion, Hyderabad is the fifth-largest contributor to India's overall Gross Domestic Product.

The population of Hyderabad exceeds 9 Million. The Greater Hyderabad Municipal Corporation (GHMC) created in 2007, oversees the civic infrastructure of the city's 30 "circles", which together encompass 150 municipal wards spread over an area of more than 650 Sq. Kilometers. GHMC maintains 12 Sports Complexes, 7 Swimming Pools and 521 Playgrounds within the city.

Hyderabad is well served by multiple modes of transport to cater to the travel needs of its residents and visitors.

Telangana State Roadways Corporation (TSRTC) operates an extensive intra and intercity bus service network. Nearly 3000 city buses are deployed from 29 bus depots in the city. TSRTC buses ferry nearly 30 lakh passengers daily. There are about 10,000 busses across the state.

Hyderabad Metro Rail Ltd. (HMRL) is a rapid transit system established in Public Private Partnership mode in collaboration between Government of Telangana and M/s Larsen & Toubro Ltd. Phase I of Hyderabad Metro was made operational from 24 September 2018. Phase I covers 72 km with 57 stations. More than 200,000 passengers use the Hyderabad Metro per day. This is expected to go up with more phases due and with people switching to Metro.

2. INTRODUCTION TO THIS BID PROPOSAL

Authority intends to invite proposals through this RFP Vol I & II document. The Technical Bid along with EMD & Bid Fee is to be submitted in hardcopy whereas the Price Bid is to be submitted online on https://tender.telangana.gov.in.

3. VISION FOR SMART PAYMENT CARD ECOSYSTEM

Telangana Government proposes to implement the “One Telangana Card” hereafter called The Card initiative which empowers residents and visitors to the Telangana State to easily access and avail Multi- Modal travel services & other public services anywhere within the Telangana State. “One Telangana Card” intends to enable hassle-free travel within the city avoiding long queues for accessing travel &

(10)

--- Page 10 of 61 other public services and to make available multiple convenient payment options to residents and visitors in the Telangana State.

The card intended to be a co-branded card is meant for multi-use in Hyderabad Metro/TSRTC busses/Taxi/Auto/Toll payments/Payments/Shops etc.

The cards shall incorporate features for use of cards in the end-user devices either through “Swiping” or through “Contactless” (or “Tapping”) Near Field Communication (NFC) facility and QR code facility.

The existing KYC norms of RBI shall apply for the issuance of the cards. It is proposed that for quick adaptation initially the cards will be used with least documentation (subject to the monetary limits of no KYC as per RBI) by merely taking the Phone number of the Card purchaser.

Multiple channels for top up of the card including electronic transfer of cash using Mobile Wallet, Online Portal, etc., shall be made available. Self-service Kiosks for yop up also shall be provided at all Bus stations, Metro stations (in case there are no existing Kiosks or the existing Kiosks are in compatible), airports, Railway Stations and some identified public places like Malls, Parks, etc.

The Card will incorporate open standards for data exchange, related to the consumer usage pattern of the cards, with decision support systems deployed as part of the ecosystem. The card will be co-branded with Government of Telangana as one of the providers.

TSTS invites proposals from leading Financial Institutions or Technlogy companies who have experience in implementing Multi-Modal Pre Paid cards of similar scale as proposed for Telangana State. The bidder who qualifies for the implementation of the One Telangana Card Project is expected to manage the complete Smart Card ecosystem including issue of cards, top up facilities, required hardware, software, network infrastructure, Settlement & reconciliation, AFC, and related interfaces. The bidder should integrate with the interfaces to Hyderabad Metro Rail, TSRTC Bus network and with others like Auto/taxi/Mall etc wherever required for the implementation of One Telangana Card Project in Telangana.

In view of the non availability of true open loop card at present, it is decided that to begin with the card shall be Closed Loop Smart Cardwith Single issuer.

The payment to Hyd Metro is through the gates which have to be compatible with Closedloop/Open loop standards as per the gates where as the payments and colelctions of others like TSRTC is through POS, Taxi/Auto/toll/shop payments is through QR codewhich do not depend significantly on Open/closed loop standards. At present gates of Hyd Metro are compatible with closed loop. Hyd Metro has plans to change the gates to be compatible with Open loop at some stage in future.

Considering the changes and growth of open loop cards in next few years, If required Government may consider switching to open loop at some stage in a phased mannerwithin the period of contract. Such a change will be done only after due discussion and consulation with Hyd Metro, TSRTC, others and the Bidder.

(11)

--- Page 11 of 61

4. SCOPE OF WORK

The detailed scope of the Project is specified in the “One Telangana Card RFP Vol II”.

The project requires experience in the following areas:

 Issue and distribution contact less prepaid smart cards

 Supply and maintenance of required number of POS devices to TSRTC

 Providing end to end AFC Automatic Fare Collection Systems for all user agencies

 Complete collection, settlements and clearing system

 Complete hardware and software for the project

 Integration with the systems of Hyd Metro and TSRTC and others for collection and settelemnt

 Helpdesk and call center support.

 Branding and promotion of the Card for increasing usage.

The bid can befiled either by one Bidder or with a maximum of 5 Consortium partners. The prime bidder and or consortiumpartners shall have proved and required experience in one or more of the above areas.

(12)

--- Page 12 of 61

Contract Management : M/s TSTS Ltd, ITE&C department

Program Co-ordination : State Project Management Unit (SPMU), ITE&C department

Issue of New Common Mobility Smart

Cards

Common Mobility Smart

Card Top-Up Services

Collection of Top Up Amounts, Journey Fare,bills

Integration with existing Automatic Fare

Collection Devices/System

s

Settlement &

Reconciliation

Integrated Help Desk Support

(Card, POS, Mobile App,

SW)

Deployment along with Infrastructure for DC/DR/BCP Adhering to all

KYC and PPI guidelines whichever is

applicable Online Payment

Gateway to support all channles Credit/Debit/M

obile APP ob

Compliance to SLAs

MIS Report / Online Analytics

Dashboard

Retire / Revoke Common Mobility Smart

Cards

(13)

--- Page 13 of 61

5. GENERAL

5.1. Bid Availability & Validity

Blank bid documents can be downloaded from the web site https://tender.telangana.gov.in under Department code- TGTS up to the date and time mentioned in the Online RFP Notice:

TSTS/CS/ITE&C/OTC/2019-Retender Dt: 16.08.2019.

The proposal should be valid for acceptance for a minimum period of 180 days from the Bid Due Date/Bid Submission Date (the “Proposal Validity Period”). If required, the Authority may request the bidder to have it extended for a further period. The request and the responses thereto shall be made in writing. A Bidder agreeing to the request will not be required or permitted to modify his Proposal but will be required to extend the validity of his EMD for the period of the extension and in compliance with Clause 5.5 in all respects.

5.2. Number of Proposals by Bidder

A bidder cannot be a member of more than one bidding consortium. An individual firm applying as a single/lead bidder cannot at the same time be the member of any other consortium. No Bidder shall submit more than one Proposal pursuant to this RFP. If a Bidder submits or participates in more than one Proposal, such Proposals shall be disqualified.

5.3. Governing Law and Jurisdiction

The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Hyderabad shall have exclusive jurisdiction over all disputes arising under, pursuant to and/or in connection with the Bidding Process.

5.4. Authority’s Right to Accept and Reject Any Proposals or All Proposals

a) Authority reserves the right to accept or reject any Proposal and annul the bidding process/

Proposal Evaluation Process and reject any/all Proposals at any time, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the ground for Authority’s action.

b) Without prejudice to the generality of Clause (a), the Authority reserves the right to reject any Proposal/Bid if:

1. at any time, a material misrepresentation is made or discovered, or

2. The Bidder found to be in indulging in Fraudulent and Corrupt Practices as defined in this RFP.

3. The Bidder does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Proposal.

4. Bidder submitted conditional Proposal/Bid.

c) If such disqualification/ rejection occurs after the Proposals have been opened and the Selected Bidder as per award criteria gets disqualified/rejected, then the Authority reserves the right to

(14)

--- Page 14 of 61 consider the next best Preferred Bidder, or take any other measure as may be deemed fit in the sole discretion of the Authority, including annulment of the Selection Process.

5.5. Earnest Money Deposit (EMD)

a) Earnest Money Deposit (EMD)/BG of amount Rs. 50,00,000 (Rupees Fifty Lakhs only) should be paid in the form of Demand Draft of any nationalized/scheduled banks, payable at Hyderabad in the favor of the “The Managing Director, TSTS”.

b) Any bid not accompanied with valid Earnest Money Deposit/BG in the acceptable amount, form and validity period will be summarily rejected by the Authority as being non-responsive and bids of such Bidder shall not be evaluated further.

c) No interest will be payable by the Authority on the Earnest Money Deposit.

d) The EMD of unsuccessful Bidders will be returned by the Authority, without any Interest, as promptly as possible on acceptance of the Proposal of the Selected Bidder or when the Authority cancels the Bidding Process.

e) The Selected Bidder’s EMD will be returned, without any interest, upon the Selected Bidder signing the Agreement and furnishing the Security Deposit / Performance Guarantee in accordance with the provision thereof.

f) The EMD/BG shall be forfeited and appropriated by the Authority as damages without prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise, under the following conditions:

1. If a Bidder submits a non-responsive Proposal;

2. If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice, or restrictive practice as specified in Clause 8 of this RFP;

3. If a Bidder withdraws its Proposal during the Proposal Validity Period as specified in this RFP and as extended by mutual consent of the respective Bidder(s) and the Authority;

4. In the case of Successful Bidder, if it falls within the specified time limit – i. To sign and return the duplicate copy of LOA

ii. To sign the Agreement within the time period specified by the Authority.

iii. To furnish the Performance Guarantee along with the signed copy of LOA; or iv. In case the Successful Bidder, having signed the Contract, commits any breach

thereof prior to furnishing the Performance Guarantee.

5.6. Brief Description 5.6.1. Bidding Process

a) The Authority invites proposal through the e-tendering process.

The bid documents must be submitted strictly online on https://tender.telangana.gov.in on or before 25/06/2019 up to 15:00 hrs. Bids received in any other manner or mode (like courier, in person, etc.) will not be considered.

(15)

--- Page 15 of 61

5.6.2. Bid Evaluation

b) In the first step, the evaluation of the Pre-Qualification Proposal will be carried out as specified in Clause 6.2. Based on Technical evaluation, the Financial Bids of only Bidders meeting the Responsiveness Tests and Proposal Qualification criteria as specified in clause 5 and 6.2 shall be opened.

c) The Bidder is required to quote the royalty from the float amount in Merchant Services such as Hyderabad Metro Rail, City Bus, Auto, etc. which Authority shall share with Selected Bidder. The Bidder is expected not to charge any charges to citizens for the card (except for re-issuance in case of the damaged/lost card).

d) The eligible and qualified Bidder quoting the highest amount of royalty in financial evaluation shall be considered the Selected Bidder as per the terms of this RFP.

5.7. Due Diligence

The Bidders are encouraged to examine and familiarize themselves fully about the nature of assignment, scope of work in RFP Vol II, all instructions, forms, terms, and conditions of RFP, local conditions and any other matter considered relevant by them before submitting the Bid by paying a visit to the site, sending written queries to the Authority, and attending a Pre-Bid meeting.

5.8. Acknowledgment by Bidder

a) It shall be deemed that by submitting the Bid, the Bidder has:

I. Made a complete and careful examination of the RFP

II. Received all relevant information requested from the Authority;

III. Accepted the risk of inadequacy, error or mistake in the information provided in the RFP or furnished by or on behalf of the Authority related to any of the matters referred to in Clause 5.6 above; and

IV. Acknowledged that it does not have a Conflict of Interest

V. Agreed to be bound by the undertakings provided by it under and in terms hereof.

b) The Authority shall not be liable for any omission, mistake, or error in respect of or any of the above or on account of any matter or thing arising out of or concerning or relating to the RFP or the Bidding Process, including any error or mistake therein or in any information or data given by the Authority.

5.9. Cost of Bidding

All costs and expenses (whether in terms of time or money) incurred by the bidder in any way associated with the development, preparation and submission of the Bid and bidder’s participation in the Bid Process, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by Authority, will be borne entirely and exclusively by the bidder.

(16)

--- Page 16 of 61

5.10. Bid Fee

All Bidders have to submit non-refundable Bid Fee of Rs. 25,000 (Rs Twenty Five Thousand) by Demand Draft or Banker's Cheque in favor of the “MD, TSTS” payable at Hyderabad.

5.11. Schedule of Bidding Process

The Authority shall endeavor to adhere to the bidding schedule as specified in the table below:

Date of Issue of Tender call notice 17/08/2019 Last Date for receipt of queries from

bidders 20/08/2019 @ 05:00 PM through mail

Bid Submission Due date 07/09/2019 @ 03:00 PM on eProcurement portal

Bid opening 07/09/2019 @ 04:00 PM on eProcurement portal

5.12. Terms of Agreement

a. Selected Bidder shall undertake a project on Built, and Operate and Transfer basis.

b. Selected Bidder shall invest in all Project Infrastructure including all required hardware and software as per the scope of work specified in RFP Vol II during the Agreement Period.

c. Selected Bidder shall operate, maintain, and manage the project during the Agreement Period of 5 (Five) years commencing from the date of issuance of Project Acceptance/Go Live Certificate. Provided in the event of earlier termination of the Contract, this period shall be ending with the date of termination of the Contract (the “Agreement Period/Contract Period”).

d. All hardware item's specifications may change + or - 5 percent which is to be considered within the scope of project

e. Authority shall provide the Selected Bidder with the access to the site and the necessary ground level infrastructure such as space and electricity for the Selected Bidder’s equipment deployment in Authority’s premises.

f. The Bidder is expected to generate income from the float amount in GOT Merchant Services such as Hyderabad Metro Rail Ltd., City Bus, Auto, UBER, OLA, etc. Another main source of income us from the Top up amounts lying in the accounts. Branding could be another source.Currrently Hyd Metro has indicated that at current usage an average top up balance of Rs 500 per card, the top up balance at any time is about Rs 50 Cr. If the usage increases this amountwill go up.

g. There shall be no charge to citizens for the card (except for re-issuance in case of the damaged/ lost card). The bidder shall absorb the cost of the card.

h. The Bidder is expected to share some revenue in the form of royalty with the Authority i. The Eligible and Qualified Bidder who has proposed to share the highest royalty amount

shall be considered the Selected Bidder as per the terms of this RFP.

(17)

--- Page 17 of 61 j. The royalty sharing by the selected bidder to the Authority shall start from beginning

of year 2 from the date of signing of the agreement.

k. There is no guarantee by the Government of ridership or users. It depends largely on the ease of usage of card which is the responsibility of the bidder and the promotion of the card.

l. The ridership details of Hyd Metro and TSRTC are in Appendix 6.

m. Selected Bidder shall bear defect liability for its goods and services. It shall be free from defects in the Design, Engineering, Materials, and Workmanship that prevent the System and/or any of its components from fulfilling the Technical and Functional Requirements specified in RFP. Defect Liability Period for Hardware and software is equal to the project period.

n. At the end of the Contract/ Agreement Period or earlier Termination of Contract due to defalut on the part of Selected Bidder , the Selected Bidder shall transfer ownership of all Hardware, database, Standard third party software Licenses, source code, APIs, customized software developed for Smart Payment Card Project, to issuing Authority.

The Government may consider to reimburse the bidder to the extent of the residual(i.e depreciated value as determined by the Government) value of Hardware and software deployed in the project.

o. In case of Termination due to Selected Bidder’s Event of Default, the Authority shall have right;

i. To forfeit the Performance Guarantee in full.

ii. To appoint another Bidder.

p. Performance and fulfillment of its roles & responsibilities and obligations as per the provisions specified in the Draft Agreement. This is only indicative. The final agreement shall be prepared in line with the scope of RFP in both volumes.

q. Govt., will support the project in terms of branding, promotion etc. Govt is not expecting any significant revenue generation to the govt from the project. This may be kept in mind by the bidders while quoting the royalty.

5.13. Duration of the Contract

a. Selected Bidder shall operate, maintain, and manage the project during the Agreement Period of 5 (Five) years commencing from the date of issuance of Project Acceptance/Go Live Certificate.

5.14. Penalty

a. In case of failure to complete the job in assigned time, a penalty would be imposed at the rate of 0.02% per day for each day delay subject to a maximum of 10% of the PBG.

In case of delay due to some genuine rationale, the Authority may extend the time limit if the same is requested in writing.

b. In case the overall support of the bidder to the Authority is not found sufficient or satisfactory, the same will also amount to failure and attract a penalty generally up to

(18)

--- Page 18 of 61 10% of the EMD. The penalty will be proportionate to the time period for which the support is not found to be sufficient or satisfactory.

c. In case the bidder fails to deliver service as depicted in the scope of work in RFP II, the penalty will be imposed generally up to 10% of the EMD depending upon the nature of the failure or the shortfall.

d. In case the bidder fails to be compliant with SLAs and KPIs requirements at regular intervals as mentioned in this RFP, the penalty will be imposed generally up to 10% of the PBG depending upon the nature of the failure or the shortfall.

e. The decision of Authority will be final and binding in case of the percentage of penalty to be applied, imposed in all the above cases to the bidder.

f. In case of continued failure or shortfalls from the established standard, the contract shall be terminated and no payments will be made nor will any damages be paid to the bidder besides forfeiting PBG.

(19)

--- Page 19 of 61

6. DOCUMENTS

6.1. Clarification to RFP Documents

a. Bidders requiring any clarification on the RFP may notify the Authority in writing through email at the address provided in Schedule of Bidding Process, Clause 5.11. They should send in their queries on or before the date mentioned in the Schedule of Bidding Process specified in Schedule of Bidding Process, Clause 5.11, in order to enable Authority to have adequate notice of the said queries so that the same may be addressed at the Pre-Bid Meeting. The Authority shall endeavor to respond to the queries at a short span of time prior to Bid/Proposal Due Date. The responses to queries will be sent to Bidders by the Authority.

The queries must be submitted in the following format only:

Request for Clarification Name and Address of the

Organization submitting a query

Name and Position of Person submitting query

Contact Details of the Organization / Authorized Representative

Tel: Mobile: Fax: Email:

S. No RFP Reference(s) (Section, Page)

Content of RFP requiring clarification

Points of clarification required

b. The Authority shall endeavor to respond to the questions raised or clarifications sought by the Bidders. However, the Authority reserves the right not to respond to any question or provide any clarification, in its sole discretion, and nothing in this Clause shall be taken or read as compelling or requiring the Authority to respond to any question or to provide any clarification.

c. The Authority may also on its own motion if deemed necessary, issue interpretations and clarifications and amendment to all Bidders. All clarifications and interpretations issued by the Authority shall be deemed to be part of the Bidding Documents. Verbal clarifications and information given by the Authority or its employees or representatives shall not in any way or manner be binding on the Authority.

6.2. Amendment of Bidding Documents

a. At any time prior to the Proposal/Bid Due Date, the Authority may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of Addenda/corrigendum. The same will form the part of the original bid documents and shall override any contradicting effects in the original bid papers.

b. Any Addendum/Corrigendum issued hereunder will be made available on https://tender.telangana.gov.in. and https://tsts.telangana.gov.in

(20)

--- Page 20 of 61

7. PREPARATION AND SUBMISSION OF PROPOSALS

7.1. Language of Proposal

The proposals prepared by the bidder shall be in the English language. The related correspondence and supporting documents in a language other than English/Hindi/Telugu must have its English translation (which is to be duly attested by the bidder). For purposes of interpretation and evaluation of the Proposal, the English translation shall govern.

7.2. Proposal Currency

Prices shall be expressed in Indian Rupees only.

7.3. Format and Signing of Proposal

a. The Bidder shall provide all the information sought under this RFP. The Authority will evaluate only those Proposals that are received in the required formats and complete in all respects.

The Bidder shall prepare and submit the Technical Bid (together with originals/ copies of Documents required to be submitted along therewith pursuant to this RFP) along with the EMD and Bid Fee as per clause 7.4 (A).

The Price Bid must be submitted online. In case, the Price Bid is submitted physically which leads to the revelation of prices before the due date of opening of the Price Bid, the bid will be disqualified.

b. The Technical Proposal and shall be typed or written in indelible ink and signed by the authorized signatory of the Bidder who shall also initial each page, preferably in blue ink and the signature of the authorized signatory shall bind the Bidder to the contract. In the case of printed and published documents, only the cover shall be initialed. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialed by the person(s) signing the Proposal. Each page of the Proposal must be numbered at the right-hand top corner.

c. The Proposal must be properly signed by the authorized signatory (the “Authorized Signatory”) as the Bidder holding the power of Attorney. If possible, such Power of Attorney shall be supported by a Board Resolution in favor of the person vesting the power to the person signing the Bid.

7.4. Proposal Submission Format

a. The original of the EMD of the required value and in an approved format as specified in clause 5.5 shall be sealed separately in an envelope on which the following shall be superscripted: “EMD for RFP No.: XXXXXXXXXXXXXXXXXXX” and submitted to MD, TSTS The documents of Technical Proposal shall be as per Appendix 1 of this RFP and should

(21)

--- Page 21 of 61 comprise of all documents required to be submitted as per the said Appendix 1 respective Forms 1.1 to 1.12. The checklist of Technical Proposal presented below:

Sr.

No

Appendix Particulars

1 DD/Banker’s Cheque of Rs. 25,000/- as Bid Fee (in a separate envelope) 2 Appendix 1

Form -1.1

Covering Letter signed by an authorized signatory of Bidder. Constituent documents such as MOA, AOA, Certificate of Incorporation, Partnership Deed, Registration, etc.

3 Appendix 1 Form -1.2 A

Authorization of signatory in the form of Board Resolution/ or Power of Attorney (POA notarized and Applicable in case of a bid not being signed by the person directly authorized by the firm), as applicable.

4 Appendix 1 Form -1.2 B

Joint Bidding Agreement on Requisite Stamp Paper in case Bidder is a Consortium

5 Appendix 1 Form –1.3

Particulars of the Bidders (in the formats given subsequently) 6 Appendix 1

Form –1.4

Financial Capability statement 7 Appendix 1

Form -1.5 A

Experience Statement along with client work order/ completion certificate 8 Appendix 1

Form -1.5 B

Performance Statement in a format provided in Form –1.5 B 9 Appendix 1

Form -1.6

Project Execution Methodology in a format provided in Form –1.6

10 Proposed equipment Data Sheets and Solution Datasheet along with supporting documents.

11 Appendix 1 Form -1.7

Undertaking for information and document provided are true. All Consortium Member should provide this undertaking

12 Appendix 1 Form -1.8

Anti-Blacklisting Certificate in the format attached. All Consortium Member should provide Anti Blacklisting Certificate.

13 Appendix 1 Form -1.9

Non-Disclosure Agreement signed and submit to TSTS 14 Appendix 1

Form -1.10

List of Subcontractor along with Product/services offered 15 Appendix 1

Form -1.11

Check-list for Technical proposal compliance to RFP requirements

16 Original RFP documents issued along with addendums/amendments thereto, duly signed by the Bidder through its authorized signatory on all pages.

17 The Lead Bidder should have its financial switch certified for operating credit/debit/prepaid debit card acquiring and issuing in India: Provide Evidence in terms of a copy of the certificate or any other document

18 The Bidder should have a payment acceptance infrastructure of at least 10000 POS machines in Hyderabad city limit at the time of submission of the bid : Provide self-certification with a list of merchants’ details

19 Appendix 1 Form -1.12

MAFs for the offered hardware items (POS devices)

(22)

--- Page 22 of 61 b. The Bidders are required to submit online its Proposal (i.e. Pre-Qualification, Technical

Proposal, and Price Proposal) on or before the due date as per Section-5.6.1.

7.5. Proposal Due Date

a. The last date and time of submission of the Proposals (the “Proposal Due Date/Bid Due Date”) are specified in Schedule of Bidding Process Clause 5.11.

b. Proposals should be submitted online on or before Proposal Due Date at the address specified in Schedule of Bidding Process Clause 5.11 and in the manner and form as detailed in this RFP.

c. The Authority may, in its sole discretion, extend the Proposal Due Date by issuing an Addendum uniformly for all Bidders as per clause 6.3. In such event, all rights and obligations of Authority and Bidders previously subject to the earlier deadline will thereafter be subject to the Proposal Due Date as extended. Any such change in the Proposal Due Date shall be in the form of addenda and be made available on https://tender.telangana.gov.in.

7.6. Modification and Withdrawal of Proposals

a. Proposal once filled in, submitted shall not be allowed to be withdrawn till the validity of the bid remains in force or else the Earnest Money Deposit shall be liable for forfeiture.

b. Any alteration/ modification in the Proposal or additional information supplied subsequent to the Proposal Due Date, unless the same has been expressly sought for by the Authority, shall be disregarded.

7.7. Firm Prices

Prices quoted must be firm and final and shall not be subject to any modifications, on any account whatsoever. The revenue share for the Authority quoted will be considered as the final amount payable to GOT by the selected bidder and shall not be subject to any modifications, on any account whatsoever. The proposal prices shall be indicated in India Rupees (INR) only.

7.8. Documents Constituting Bid

Documents Constituting Bid are specified in clause 7.4.

(23)

--- Page 23 of 61

8. PRE-QUALIFICATION & EVALUATION CRITERIA

8.1. Pre-Qualification Criteria / Basic Eligibility Criteria

The bid can befiled either by one Bidder or along with a maximum of 5 Consortium partners, including Prime bidder. The prime bidder and/or consortium partners shall have proven and requisite experience in the following areas.

 Issue and distribution contact less prepaid smart cards

 Supply and maintenance of required number of POS devices

 Providing end to end AFC Automatic Fare Collection Systems for all user agencies

 Complete collection, settlements and clearing system

 Complete hardware and software for the project

 Integration with the systems of Metro and Transport authoritiess for collection and settelemnt

 Barnding and Promotion

In case of a consortium, the combined technical experience would be considered. Sub-contracting will not be be allowed and will not be considered as eligible experience.

The agreement of the Prime Bidder with each consortium partner must be enclosed along with the bid. Otherwise the bid will be rejected.

Authority will enter into the agreement only with Prime bidder. Prime bidder shall be solely responsible for all aspects of the project.

The Bidders are allowed to use the experience from their Parent/ Subsidiary / Sister Concern for meeting the Technical Evaluation Criteria provided meeting the following conditions:

a. In case a bidder is relying on qualifications of subsidiary/parent/sister concern firm for being considered for determination of compliance/meeting requirement with regards to the Technical Proposal Evaluation Criteria, then under such circumstances, the bidder shall clearly indicate, with supporting documentation, the relationship between the bidder and the entity whose qualifications it is seeking to rely upon.

b. The bidder, if a subsidiary of another company, may claim such qualification only if the parent company has a more than 50% shareholding in it. Similarly, a bidder may claim such qualification from its subsidiary only if it has a more than 50% shareholding in the subsidiary.

c. Finally, a bidder may claim credit from a sister concern only if the parent company holds a more than 50% shareholding in both the bidding company and sister concern. If the firms are not in the nature of companies, then the determination of the relationship would be based on possessing a controlling stake. If the bidding firm is a partnership firm, then the determination of relationship is based percentage of profit sharing. In such case, more than 50% of profit-sharing shall be considered eligible for claiming

(24)

--- Page 24 of 61 credit from Parent (Parent firm or common partners holds more than 50% profit sharing

in bidding firm) / Subsidiary (Bidding firm or common partners holds more than 50%

profit sharing in a subsidiary firm) / Sister Concern (Parent firm holds more than 50%

profit sharing in both bidding firm and sister concern firm).

Consortium Criteria

A Consortium shall be eligible and qualified for consideration subject to meeting additional conditions as under

a) The number of members in a consortium shall not exceed 5 (five ) other than the Prime Bidder.

b) Each Consortium Partner must be registered under the Company Act. 1956 and should be in operation for at least three years.

c) Only the prime bidder has to file the bid. The Prime Bidder shall be authorized to file the bid on behalf of each Consortium partner to do all deeds and acts on behalf of the Consortium. The nomination should be supported by a Power of Attorney in favor of the Prime bidder as per format at Appendix 1 Form –1.2 A.

d) An entity cannot be a member of more than one Consortium.

e) A single entity applying as a single Bidder, cannot be a member of any other Consortium bidding under this RFP.

f) The Bidder bidding as Consortium shall provide a Joint Bidding Agreement between the consortium members as per Appendix 1 Form –1.2 B.

g) The Prime bidder and members of the Consortium together must meet the Qualification Criteria specified in Clause 8.

h) Each Member of the consortium must submit certificates outlined in Appendix 1 Form-1.8 and Appendix 1 Form-1.9 individually.

To be considered qualified for evaluation of Technical Proposal, each Bidder in case of consortium ( bidder ogether will consortium partners) should meet pre-qualification Criteria specified hereunder.

(25)

--- Page 25 of 61

8.1.1. Mandatory Eligibility Criteria for Pre qualification

S. No Pre-Qualification Criteria Proof Document Required

1 The Prime Bidder must be a Nationalized Bank or Scheduled Bank or NBFC (included in the Second Schedule of Reserve Bank of India (RBI) Act, 1934) recognized by Finance department Government of Telangana for Government deposits or Payments Bank (as per Section 22 of the banking regulation act,1949), or a Fintech Company with proven expertise in pre paid Card/Wallet issuance, running and maintenance of Prepaid card/Wallet for at least 3 years with at least 10 lakh active cards/Wallets as on date.

Format to Share Bidder’s Particulars as in Appendix 1 Form –1.3.

Evidences on all aspects of experience to be enclosed.

2 The Prime Bidder should have a branch office or Head Office in Hyderabad. Alternatively, it should give an undertaking to open an office within 15 days if it is awarded the contarct.

Format to Share Bidder’s Particulars as in Appendix 1 Form –1.3

3 The Prime bidder should have annual turnover of at-least Rs. 100 crores in each of the financial years - 2017-18, 2018-19.. The Prime bidder have positive net worth of Rs. 50 Croresas on March 2019, given the investment required for the project.

Financial Capability Statement as in Appendix 1 Form –1.4

4 The Prime Bidder/Consortium partner should have its financial switch certified for operating credit/debit/prepaid debit card acquiring and issuing in India.

Provide Evidence in terms of a copy of the certificate or any other document

5 The Prime Bidder/Consortium partner must have the experience of Contactless Smart Card design, supply, and operations.

Experience Statement as in Appendix 1 Form – 1.5 A 6 The Prime Bidder/Consortium partner should have implemented

projects of at least 10000 POS machines involving payments through POS machines in India as on March 2019.

Provide self-certification with a list of merchants’ details

7 The Prime Bidder/Consrtium partner should have a valid PPI license issued by RBI with validity for at least another two years from bid calling date.

Evidence must be submitted

8 The Prime Bidder/Consrtium partnershould have valid valid experience in Indiafor Clearing, Reconciliation, and Settlement of Credit/Debit/Pre-Paid Card Transactions

.

Evidence must be submitted

9 The Prime Bidder/Consrtium partner should have the Fintech platform for reconciliation and settlement of at least 1 lakh cards/wallets per anum with a value of at least Rs 50 Cr per anum.

Evidence must be submitted

10 The Prime Bidder as well as all the consortium partners should not be blacklisted by Government Agency in India or abroad or proved to have indulged in serious fraudulent practices by a Court of Law or an independent Commission of Inquiry in India or abroad at the time of submission of the bid. If such instance shall be found by Authority during bid process or period thereafter, the Authority at its sole discretion may reject the Bidder or terminate the Contract.

The format for Declaration by the bidder for not being Blacklisted / Debarred/

Terminated as in Appendix 1 Form – 1.9

(26)

--- Page 26 of 61

8.2. Technical Evaluation Parameters

To be considered qualified for the opening of Price Proposal, each Bidder should meet Technical Proposal Evaluation Criteria specified hereunder Technical Evaluation parameters.

S. no Criteria Maximum

Marks 1 Experience in Smart card based payment solution project for Transit system/Toll

Solution/ Citywide payment solutions/any other project for which the Bidder has undertaken (either implemented or in process of implementation) Card Services either as a single Bidder or along with its Consortium Partner (Card Hosting/ Clearing House Solution / establishing Top up facilities through Banking Channels /and acted as a Co-Branded Partners and /or have retail merchants)

- One project – 10 marks

- Every additional project (max 2 projects) – 2.5 marks per project

15

2 Number of cards issued in Smart card based payment solution project for Transit system/Toll Solution/ Citywide payment solutions/any other project for which the Bidder has undertaken (either implemented or in process of implementation) Card Services either as a single Bidder or along with its Consortium Partner (Card Hosting/

Clearing House Solution / establishing Top up facilities through Banking Channels /and acted as a Co-Branded Partners and /or have retail merchants)

- For 9,00,000 cards issued – 10 marks

- For every additional 3,00,000 cards (max 15,00,000 cards) – 2.5 marks each

15

3 Average daily volume (count) of Card/ mobile based financial transactions (in number) in Smart card based payment solution project for Transit system/Toll Solution/ Citywide payment solutions/any other project for which the Bidder has undertaken (either implemented or in process of implementation) Card Services either as a single Bidder or along with its Consortium Partner (Card Hosting/ Clearing House Solution / establishing Top up facilities through Banking Channels /and acted as a Co-Branded Partners and /or have retail merchants)

- For 5,00,000 transactions – 6 marks

- Every additional 2,00,000 transactions (max 9,00,000 transactions) – 2 marks

10

4 Adoption plan in Telanagana

- The existing customer base (in numbers) minimum 500000 – up to 4 marks o A bidder with a maximum number will get 4 marks and pro-rated for others - Existing POS / Mobile App volume minimum 5000 – up to 4 marks

o A bidder with a maximum number will get 4 marks and pro-rated for others - Existing Self-Service Kioskspresent minimum 100– up to 2 marks

o A bidder with a maximum number will get 2 marks and pro-rated for others

10

5 Experience in Multiple instruments (minimum 2) for same purpose (pre-paid, debit, credit, mobile)

- For 1 projects – 3 marks

- For any additional project (max 2 projects) – 1 marks each

5

6 Experience in heterogeneous AFC machines - For 3 projects – 3 marks

- For any additional project (max 2 projects) – 1 mark each

5

7 Project Understanding and Approach

Each bidder to come up with a presentation covering (but not limited) aspects as per Table-8.2.1 as below.

40

(27)

--- Page 27 of 61 The Bidders will be required to provide a Solution Overview through brief Writeup/Presentation in written form not exceeding broadly 5000 words.

Contents of such write up / Presentation should broadly correspond with the following:

Table 8.2.1: Project Understanding and Approach

S. No Particulars

1 Understanding of the project and need requirements of Telangana through followings

 Overall understanding of system requirement with workflow explaining how the proposed solution would meet the Telangana State requirement.

 Solution & Proposed Architecture for Smart Card Eco System including product and software selection criteria, integration mechanism and MIS.

 Banking Services (i.e. specifically the payment gateway, net banking) to be hosted on globally accepted certification for information security/SSL

2 Project Management Plan, Work Plan including a tie-up with capable Technical Partner 3 Unique Selling Point (USP) of the proposal in terms of followings

 The approach in increasing penetration of Smart Payment Card Project and other innovations

o Marketing Plan

 Innovation in Technology, Design

 Existence in Telangana in terms of customer base, PoS volume, and Mobile App volume 4 Timelines

5 Project Risk Identification and Mitigation Strategies

6 Relevant Experience highlighting similar projects, Number of cards issued volume of transactions and use of multiple instruments in transport/ULB / non-banking services.

Eligible Bidders will be required to make a technical presentation on Project Understanding & Approach, for which intimation would be sent in advance.

The above is required to ensure that a workable solution is proposed. Governmwnt reserves the right to call the bidder for any clarifications/discussions regarding the solution and suggest binding changes in the solution if it feels such solution deviates majorly from its needs and purposes.

1. The Technical Evaluation Committee based on the presentation and Technical Bid submitted shall allot Technical Scores out of total Technical score of 100 marks.

2. The minimum qualifying Technical score for consideration to open the Commercial Bids shall be 75 Marks.

8.3. Evaluation of Price Proposal

The Price Proposal of only Qualified Bidders passing the Responsiveness Test specified i.e. whose technical score is more than 75 and meeting the Preliminary Technical Proposal Evaluation Criteria specified in clause 8.2, shall be opened online.

(28)

--- Page 28 of 61 Among the bidders whose financial bids are opned, the bid with the highest Net Present Value of total royalty shared with GOT for 5 years as mentioned in Appendix2 will be considered as successful Bidder.

Note: To help offset the project cost, 1st-year revenue is waived and the royalty to be shared with the Authority/ Government of Telanagana starts from 2nd year beginning till the end of the agreement.

9. EVALUATION PROCESS

9.1. The opening of Technical Bid/Proposal

I. The Authority shall open the Technical Proposals received to this RFP online, at time and date specified in Clause 5.11.

II. The Authority will subsequently examine and evaluate Technical Proposals in accordance with the provisions set out hereunder in clause 9.2.

9.2. Evaluation of Technical Bid/Proposal

The Bidders shall be required to submit documents as listed in this RFP document as per clause 7.4 along with supporting documents. The Authority shall examine and evaluate the Technical Bids as per the evaluation steps specified below:

a) Test of Responsiveness for EMD, Timely and proper Submission

1. Prior to the evaluation of Technical Proposals (i.e. Technical Proposal Evaluation Criteria), the Authority shall determine whether each Bid/Proposal is responsive to the requirements of the RFP. A Bid/proposal shall be considered responsive only if:

I. It is submitted by the Bidders fulfilling the pre-qualification criteria.

II. It is received as per the format specified in RFP and prior to Proposal Date and time.

III. Technical and Financial Proposal along with the supporting documents are to be submitted online only.

IV. It contains all the information, Appendices, documents and Authorizations in accordance with clause 7.4

V. It contains the EMD as per the amount, in formats and Validity Period as specified in RFP.

VI. It does not contain any condition.

VII. It is not non-responsive in terms hereof and any other conditions specified elsewhere in RFP.

2. The Authority reserves the right to reject any Proposal which is non-responsive and no request for alteration, modification, substitution, or withdrawal shall be entertained by the Authority in respect of such Proposal.

3. Evaluation of Technical Proposal Criteria of only those Bidders shall be carried out whose Bids/proposals determined to be responsive.

b) Assessment of Technical Proposal Evaluation Criteria

1. The Bidder must meet Technical Proposal Evaluation Criteria specified in clause 8.1.

(29)

--- Page 29 of 61 2. Evaluation of Price Proposal of only those Bidders meeting the Technical Evaluation Criteria

as above (1) shall be carried out.

9.3. The Opening of Financial Bid

I. The Financial Bid must be submitted online at https://tender.telangana.gov.in. The Financial Bid, if submitted physically will lead to rejection of the bid.

II. The Price Proposal of only the Bidders determined to be Responsive and meeting the Technical Proposal Criteria in accordance with Clause 9.2, is declared “Technically Qualified Bidders”, shall be opened in the presence of such of the Bidders and/or their authorized representatives who choose to attend.

III. The Authority shall evaluate Price Proposal in accordance with the provision set forth in clause 8.3.

9.4. Clarification of Bids and Request for Additional/ Missing Information

To facilitate the evaluation of Proposals, the Authority may, at its sole discretion, seek clarifications/documents/missing information in writing from any Bidder regarding its Proposal. The request for clarification or submission of information and the response shall be in writing. If the response from the Bidder is not received by the Authority before the expiration of the deadline prescribed in the written request, the Authority reserves the right to proceed with evaluation process at the total risk and cost of the Bidder.

9.5. Verification and Disqualification

I. The Authority reserves the right to verify all statements, information, and documents submitted by the Bidder in response to the RFP and the Bidder shall, when so required by the Authority, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification, by the Authority, shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Authority thereunder.

II. The Authority reserves the right to reject any Proposal and appropriate the EMD if:

1. At any time, a material misrepresentation in terms of misleading or false representation is made or uncovered, or

2. Bidder or its parents/subsidiary/sister concerned from whom it is taking credit for meeting Qualification Criteria is blacklisted/barred by any Government Agency in India or abroad.

3. The Bidder does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Proposal.

4. In the case of fraudulent Bid/proposal and involved in fraudulent and corrupt practice as per RFP Clause 11.1.

5. A Bidder makes an effort to influence the Authority in its decisions on the Evaluation process/Selection process.

References

Related documents

Envelope I (Technical Proposal) shall be sealed, labelled as “TECHNICAL PROPOSAL FOR SELECTION OF PROJECT CONSULTANT FOR PROPOSED MRTS CORRIDOR FROM MIYAPUR TO SHILPARAMAM

All relevant required documents along with evidences are to be enclosed and properly tagged along with technical bid in Envelope I , and only quoted rates (as per Format

The Client may, by written notice of suspension to the Bidder firms, suspend all payments to the Bidder firms hereunder if the Bidder firms fail to perform any of their

The Vice Chairman & Managing Director, Sports Authority of Telangana State (SATS), L.B. Subject: Proposal for “Selection of Consulting Firm for Technical Assistance in

d) “Bid/Proposal” means the proposal submitted by the Bidder(s) in response to this RFP in accordance with the provisions hereof including Technical Proposal and

29.1 In the event of termination of this Contract [whether consequent to the stipulated Term of the Contract or otherwise] the ESD (MeeSeva) shall be entitled to impose any

The Government have examined the proposal of the Commissioner & Director of Marketing with provisions of the 73 rd Amendment to the Constitution of India

Harmonization of requirements of national legislation on international road transport, including requirements for vehicles and road infrastructure ..... Promoting the implementation