• No results found

TENDER FOR IMPLEMENTATION OF VEHICLE TRACKING & PASSENGER INFORMATION SYSTEM

N/A
N/A
Protected

Academic year: 2022

Share "TENDER FOR IMPLEMENTATION OF VEHICLE TRACKING & PASSENGER INFORMATION SYSTEM "

Copied!
39
0
0

Loading.... (view fulltext now)

Full text

(1)

TELANGANA STATE ROAD TRANSPORT CORPORATION

TENDER FOR IMPLEMENTATION OF VEHICLE TRACKING & PASSENGER INFORMATION SYSTEM

REPLIES TO QUERIES FROM INTENDING BIDDERS

(2)

Section/Page 1 2. IMPLEMENTATION OF

VEHICLE TRACKING &

PASSENGER INFORMATION SYSTEM (VTPIS) IN TSRTC (Page No. 1)

As a passenger friendly measure, TSRTC has decided to implement Vehicle Tracking and Passenger Information System for about 4,170 special type buses.

As mentioned in the RFP document, TSRTC has 9,728 buses.

However, only 4,170 buses is under the scope of work.

Additionally, operations team for this project will be spread across all depot to up-and-run the system smoothly where other additional buses will also be parked.

Hence, we request you to consider all buses so that SI can design the system which from day one and avoid complexities at later stage. This will also be benefited to passengers and authority as there shall be uniformity across all the buses.

Not considered

2 2. IMPLEMENTATION OF VEHICLE TRACKING &

PASSENGER INFORMATION SYSTEM (VTPIS) IN TSRTC (Page No. 1)

As a passenger friendly measure, TSRTC has decided to implement Vehicle Tracking and Passenger Information System for about 4,170 special type buses.

To design the appropriate solution request to share detailed break-up table having depot wise buses list under the scope of work along with Make and Model of buses.

Details will be provided to the successful bidder.

3 4.4. Route (Page No. 3)

In case of a city, the route shall be displayed with its Stage names i.e., Patancheru – Secunderabad, in the interfaces.

Please clarify as below-

1. Does TSRTC operate inter-city bus services as well as intra- city bus services ?

2, If Yes, please elaborate - How many buses are being used for City bus operations and how many buses are being used for long routes ?

1. TSRTC operates both inter-city as well as intra-city bus services.

2. The tender covers 1201 intra-city buses and 2969 long distance and inter-city buses.

Firm: Amnex Infotechnologies Private Limited

(3)

Section/Page 4 4.12. Process

(Page No. 4)

Once the way bill is issued through CIS/OPRS the servers concerned will push the waybill details to VTPIS server/System. The VTPIS server shall then process the received data with available data in masters and share the information pertaining to the ETA (Estimated Time of Arrival) and ETD (Estimated Time of Departure) in required format for display through the interfaces.

1. As CIS/OPRS platform or service has been taken care by TSRTC or it's third party solution provider. Hence, data will be pushed to VTPIS server by TSRTC or respective solution provider. Any non functionalities which has dependencies on such data, Bidder will not be penalized. Please confirm.

2. To show the ETA/ETD/any other details on display, it depends on solution and type of display. Hence, required format for display must be taken care by TSRTC or its third party solution provider for PIS.The scope of the Bidder under this project is limited to provide such data through API or any other readily available format. Please confirm.

1. CIS/OPRS platforms are maintained by third party System Integrators. The bidder will not be penalized for any non-functionalities resulting out of non-receipt of the required data from the TSRTC's other solution providers.

2. The scope of the Bidder under this project is limited to providing the required h data through API or any other readily available format/format prescribed by TSRTC.

5 4.13.1. Public Interface (Page No. 5)

The Public Interfaces are display systems and voice communications at bus stations and in the buses. This is one way communication.

Audio and Video visualization of any data (i.e., ETA, ETD, Bus Schedule details etc.) will be taken care by TSRTC or it's third party solution provider (i.e. activity to generate mp3 file etc.

will be taken care by third party solution provider or by TSRTC). The scope of the Bidder under this project is limited to provide such data through API or any other readily available format. Please confirm.

Agreed.

6 4.13.2. Passenger Interface

(Page No. 5)

Upon search, the following information shall be shown, p) Other information like seat availability which is shared through API.

Generally in road transport scenario, seat availability data gets frozen before start the trip based on pre-booking at the starting location. However, the said functionality under Passenger Interface will be real-time. Hence, bidder will able to display the correct information at any given point of journey if the said data is received on real time basis from TSRTC or it's third Party Solution Provider. In the absence of the same bidder should not be penalized. - Please confirm.

Agreed.

(4)

Section/Page

As per our understanding, the admin interface should have compatibility to display/run on video wall, web browser, Android App. Please confirm.

Yes.

Video wall is not a part of scope of work. Please confirm. Yes, providing Video wall is not in the scope of work.

8 - Mobile Application As per our understanding, bidder is required to provide both -

Android and iOS application for Admin Interface and Public interface. Please confirm.

Only Android interface is required for Admin interface, whereas both Android and iOS interfaces would be required for public interface.

9 4.14

(Page No. 6)

Reports as per the requirement of TSRTC As per our understanding, solution provider need to provide list of Reports mentioned in clause 'K. REPORTS' (RFP Page No.

31).

Please confirm.

The reports have to be provided by the successful bidder.

10 7. ELIGIBILITY CRITERIA FOR BIDDERS

(Page No. 7)

b) Consortiums will not be permitted. The Scope of Work includes two broad aspects - Software application expertise and robust operation expertise (team specifically having local manpower is an advantage.). In order to provide the best of world we request to allow the

consortium and amend this clause as,

"b) The Joint Venture of Maximum 2 (two) Partners are allowed. Bidder need to declare any one venture as a Lead Bidder."

Not agreed.

7 4.13.3. Admin Interface (Page No. 6)

The Admin Interfaces are web browser, Android App, video wall, SMS and mails.

(5)

Section/Page

We understand bidder is required to submit a declaration from HR on " Total no of technical personnel on rolls within organization" . Please confirm.

Yes

The RFP is silent on minimum no of manpower required for this project. Request to provide the details for the uniformity of the financial bid.

The successful bidder has to deploy the required manpower for meeting the project timelines and for maintaining the project during the entire contract period duly meeting the project SLAs

12 9. EARNEST MONEY DEPOSIT

(Page No. 10)

A sum of Rs. 10,00,000/- (Rupees ten lakhs only) shall be paid towards Earnest Money Deposit in the form of Demand Draft from any Nationalized Bank or Scheduled Bank other than a Cooperative Bank, drawn in favour of “FA & CAO, TSRTC, Hyderabad.”

With reference to the circular passed by GOI as attached vide circular No. F.9/4/2020-PPD there should be only provision for Bid Security Declaration instead of Earnest Money Deposit.

Therefore we request authority adhere to the GOI circular and amend the clause and provide Bid Security / EMD declaration format which can be submitted in lieu of EMD.

Not agreed.

11 7.1.

(Page No. 9)

vii. Details of number of technical personnel on rolls.

(6)

Section/Page 13 10. SECURITY DEPOSIT

(Page No. 11)

10.1. The Security Deposit for the project is Rs. 40,00,000/- (Rupees forty lakhs only).

10.2. The Earnest Money Deposit of Rs. 10,00,000/- (Rupees ten lakhs only) of the successful bidder will be converted as Security Deposit.

10.3. The successful bidder shall enter into agreement with TSRTC duly depositing an amount of Rs. 30,00,000/- (Rupees thirty lakhs only) towards balance Security Deposit, in the form of Demand Draft from any Nationalized Bank or Scheduled Bank other than a Cooperative Bank, drawn in favour of “FA & CAO, TSRTC, Hyderabad.”

As per Ministry of Finance, Government of India vide notification no F.9/4/2020-PPD dated 12th November,2020 security deposit should be accepted as Performance Bank Guarantee amounting 3% of the contract value.

In view of that we request authority to amend the clause as below and provide draft for Performance bank guarantee:

"10.1. The Security Deposit for the project is Rs. 40,00,000/- (Rupees forty lakhs only) in form of Bank Guarantee.

10.2. The Earnest Money Deposit of Rs. 10,00,000/- (Rupees ten lakhs only) of the successful bidder will be converted as Security Deposit.

10.3. The successful bidder shall enter into agreement with TSRTC duly depositing an amount of Rs. 30,00,000/- (Rupees thirty lakhs only) Rs. 40,00,000/- (Rupees Forty Lakhs only) towards balance Security Deposit, in the form of Demand Draft Bank Guarantee from any Nationalized Bank or Scheduled Bank other than a Cooperative Bank, drawn in favour of “FA & CAO, TSRTC, Hyderabad.”

Not agreed.

(7)

Section/Page 14 13.99

(Page No. 34)

In future, all of the relevant data transmitted from VTUs in buses to the Central Data Centre shall be transferred to State Data centre or Police Command Control or any Agency authorized by TSRTC, in less than one (1) minute interval. The data transferred to these agencies shall be the vehicle tracking raw data generated in each VTU at interval of ten seconds or in any other format such authority requests for and shall consist of following

Please clarify below points,

1. Raw data will be shared to any other data centre in readily available format. Additionally, data interval time mentioned is contradictory. Hence, we request you to amend this clause as,

"In future, all of the relevant data transmitted from VTUs in buses to the Central Data Centre shall be transferred to State Data centre or Police Command Control or any Agency authorized by TSRTC, in less than one (1) minute interval. The data transferred to these agencies shall be the vehicle tracking raw data generated in each VTU at interval of ten seconds or in any other format such authority requests for and shall consist of following"

The time interval will depend on the Authority seeking the data, and the successful bidder shall provide the data accordingly.

15 A. VEHICLE TRACKING UNITS

(Page No. 18)

13.7 Supply, Installation, Testing and Commissioning of NavIC enabled AIS-140 compliant Vehicle Tracking Units (VTUs) along with all required fittings & fixtures, Panic Button, Wiring Harness, etc. in 4,170 buses.

Please clarify on below points,

1. Does E-SIM required for data communication or Normal SIM can be used to design the solution ?

(Private network/APN Network (MPLS cloud) is already asked in the RFP)

2. Does 2 SIM cards or 1 SIM Card is required per VTU device ? 3. We understand that 1 (one) Panic Button per bus need to supply under the scope of work. Please confirm.

1. E-SIM should be provided.

2. Only one E-SIM is required per VTU.

Private network/APN network will not be required since e-SIMs will not support the same.

3.Providing one Panic button for each VTU is in the scope of the project.

16 12.5. Financial Bid Opening

(Page No. 16)

12.5.5. The prices once offered must remain fixed and must not be subject to escalation for any reason whatsoever during the entire period of contract. The rate (per bus per month) indicated in the agreement shall hold good for the entire contract period and will not be increased under any circumstances whatsoever.

As per the industry practice, the financial quotes will remain valid for certain duration. Hence we request to amend the clause as below:

12.5.5. The prices once offered must remain fixed and must not be subject to escalation for any reason whatsoever during first three years of contract. The rate (per bus per month) indicated in the agreement shall hold good for 3 years and

Not agreed.

(8)

Section/Page 17 2. IMPLEMENTATION OF

VEHICLE TRACKING &

PASSENGER INFORMATION SYSTEM (VTPIS) IN TSRTC (Page No. 1)

The number of buses is only indicative, it may be reduced or increased based on the operations.

Please note that authority is keen to select the solution provider on BOO/BOOT model where in entire capital investment is bidder's responsibility at initial stage.

Additionally, bidder will submit their techno-commercial response based on scope of work provide in the RFP.

The mentioned clause is open ended, which creates risk for the bidder results less participation in the NIT. Hence, we request authority to provide 'Minimum Bus Guarantee

The tender is for implementation of VTPIS for 4170 buses. Variation in the minimum number of buses cannot be decided at this time.

18 7.1. To sum up, all the following documents have to be submitted.

(Page No. 9)

xiii. Detailed project proposal and project plan along with hardware/software/manpower proposed.

Please clarify,

1. How many minimum manpower required by TSRTC during Implementation and after Go-live stage (i.e., during operation) ?

2. Does Solution provider need to provide software personnel on site during Implementation as well as during O&M phase ? If Yes, please mentioned minimum software manpower required at site during both stage.

(Please note as per industry standards, generally the support for software is carried out off-shore)

1. It is up to the successful bidder to provide the required number of manpower to meet the project timelines.

2. It is preferred that the successful bidder deploy the required technical team in Hyderabad,

preferably in Bus Bhavan, during development, testing &

implementation

phase, for regular interaction. The number of such personnel may be decided by the successful bidder.

(9)

Section/Page 19 Annexure - 6 (Undertaking

regarding opening office in Hyderabad)

(Page No. 60)

We do hereby undertake to open a local office in Hyderabad, within one month after receiving the award of contract for “Implementation of Vehicle Tracking &

Passenger Information System (VTPIS) in TSRTC.”

No change in the eligibility vriteria mentioned in the RFP.

20 TECHINAL EVALUATION PARAMETERS AND MARKS (Page No. 15)

#1 Having Development Centre in Hyderabad | 10 Max.

Marks

No change.

As per the Eligibility Criteria - successful bidder need to establish a local office in Hyderabad within one month.

Additionally, Tender clause 7.1 sub clause x., have also asked undertaking as per Annexure 6 in this regard

However, as part of Technical Evaluation, TSRTC has kept 10 Marks for " Having Development Centre in Hyderabad" in clause 12.4.4 which contradicts the Annexure 6.

This clause is unfair and restrictive which may stop good players to bid. Hence, we request authority to evaluate the Technical Parameter on other fair parameters like similar work experience, turnover, on roll technical person in the firm or any other like below:

"Certifications required:

ISO 9001, ISO 27001, CMMI level 3 or higher All of the above = 10 marks

Any two of above = 5 marks"

(10)

Section/Page 21 13. FUNCTIONAL /

TECHNICAL REQUIREMENTS of PROJECT AND

RESPONSIBILITES OF SUCCESSFUL BIDDER (Page No. 18)

13.6 Vehicle tracking devices, application software (including appropriate maps which cover all places in Telangana State and major villages in neighbouring States and states to which TSRTC buses ply; Map engine and APIs etc.),computer hardware, network connectivity & its equipment etc., required internet bandwidth etc., form the core of the proposed VTPIS

As per our understanding, supply of computer hardware is not a part of scope of work. Please confirm

Additionally, the term Network Connectivity and Internet bandwidth is only refers with VTU device connectivity. Please Confirm

Also, requesting you to amend this clause accordingly.

All the computer hardware required for implementing the project shall be supplied/arranged by the successful bidder. However supplying computer hardware to TSRTC sites is not in the scoped of the project.

The term Network Connectivity and Internet connectivity refers to VTU device connectivity and connectivity for the Web based applications that will be provided by the successful bidder to access them through internet. Internet connections need not be provided to the TSRTC end users. Please refer clause 13.19 for clarity.

22 A. VEHICLE TRACKING UNITS

(Page No. 18)

13.13 Shifting of the VTU from one vehicle to the other, without any additional charges, based on the requirement from time to time

To provide the best offer , please confirm the tentative '%' of such shifting may happen during the contract period ?

It cannot be foreseen now.

(11)

Section/Page 23 C. HARDWARE, SOFTWARE

& HOSTING (Page No. 20)

13.34 The accuracy of the prediction time (estimated time of arrival - ETA and estimated time of departure - ETD) should not vary by more than +/- 5 minutes in case of long distance services and +/- 1 minute in the case of city services.

All standard Software solution calculates ETA and ETD based on backend algorithm and real-time data available from VTU devices, where distance and average speed of buses is being used to estimate the tentative arrival and departure time.

However, multiple factors such as road condition, traffic congestion at particular time at particular route, driver behaviour with respect to average speed, density of passenger on specific route at specific time etc. can not capture at each instance in real-time.

Hence, we request you to amend this clause as,

"13.34 The accuracy of the prediction time (estimated time of arrival - ETA and estimated time of departure - ETD) should not vary by more than +/- 15 minutes in case of long distance services and +/- 7 minute in the case of city services."

The application will have to take into consideration the various aspects and revised ETA/ETD shall be provided from time to time.

24 D. APPLICATION SOFTWARE (Page No. 21)

13.55 Required integration shall be carried out with other Software modules of TSRTC.

We assume that integration scope is limited to the Clause 'H.

INTEGRATION WITH TSRTC PROJECTS' (Page No 28) in the RFP.

. Please confirm.

Yes.

25 D. APPLICATION SOFTWARE (Page No. 22)

j. As regards the Information (a specific type of enquiry) to be displayed on the Public Interface at each Bus stand/Bus terminus shall contain details of trips codes with an ETA of the next 2 hours (configurable) platform wise/all. The details for display shall contain ETA, ETD (if relevant), type of service (AC/Non AC, Reserved/Non Reserved), Seat availability etc.

As per clause 4.13.1 Public Interface mentioned in the RFP, Public Interface is either Display System or voice

communication.

Such sub-system is not a part of scope of work. The scope of the Bidder is limited to provide such real-time data to TSRTC or it's third party solution provider for Public Interface in API format

Hence, we request you to delete this clause.

The scope of the Bidder is limited to provide such real-time data to TSRTC or it's third party solution provider for Public Interface in API format or any format as required by TSRTC. The application software shall have this provision and the clause is hence included.

(12)

Section/Page 26 D. APPLICATION

SOFTWARE (Page No. 22)

h. The system shall have provision to control the display of vehicle/schedules, based on user role for a query. Some vehicles may not be required to be visible to public and visible only to certain roles within TSRTC.

As per our understanding the word 'control the display' refers to the software application only and user/role based vehicle/schedule details shall be available.

Please confirm.

Yes

27 13.65. SMS Gateway Integration

(Page No. 28)

- Only SMS gateway integration will be there. SMS charges will

be borne by TSRTC. Please confirm

It is clearly indicated in clause 13.65(c) that the SMS charges would be borne by TSRTC. SMS gateway integration by the successful bidder, is in the scope of the project.

28 13.66. Mail Server (Page No. 28)

a. Mail Server shall be configured and maintained as part of the project, duly bearing the costs.

Only Mail gateway integration will be there. Mail gateway charges will be borne by TSRTC. Please confirm

Mail Gateway charges have to be borne by the successful bidder as indicated in clause 13.66.

29 13.70.Voice

Announcement System (Page No. 29)

b. The data required for the voice announcement should be pushed to the TSRTC’s application/servers, in the formats and intervals prescribed by TSRTC

30 13.71.Passenger

Information System in Bus Stations

(Page No. 29)

c. The data for display of the ETA, ETD, service number, origin, destination and other related information should be pushed to the TSRTC’s application/server, in the formats and intervals prescribed by TSRTC.

31 13.72.Passenger Information System in Buses

(Page No. 30)

c. The data for display of the said information should be pushed to the TSRTC’s application/server, in the formats and intervals prescribed by TSRTC.

Kindly confirm on below points:

1. To show the ETA/ETD/any other details on display, it depends on solution and type of display. Hence, required format for display must be taken care by TSRTC or its third party solution provider for PIS.The scope of the Bidder under this project is limited to provide such data through API or any other readily available format

2. Audio and Video visualization of any data (i.e., ETA, ETD, Bus Schedule details etc.) will be taken care by TSRTC or it's third party solution provider (i.e. activity to generate mp3 file etc. will be taken care by third party solution provider or by TSRTC). The scope of the Bidder under this project is limited to provide such data through API or any other readily available format.

1. Scope of the Bidder under this project is limited to providing required data through API or any other readily available format/format prescribed by TSRTC.

2. Scope of the Bidder under this project is limited to providing required data through API or any other readily available format/format prescribed by TSRTC.

(13)

Section/Page 32 L. MAINTENANCE AND

SUPPORT (Page No. 32)

13.80. Sufficient software development team should be made available at Hyderabad to attend to software problems.

Generally, software development team is working off-site for the project to meet the requirement whereas technical team/operations team is working at filed level.

Please clarify,

1. Does software development team required at onsite ? If Yes,

a. How many software development person is required at onsite both for implementation and O&M phase ?

1. Minimum required team shall be provided in Hyderabad office of the successful bidder for attending to minor software problems.

a) No personnel (software

development) are required onsite (in TSRTC's office) during the O&M phase.

But personnel shall be available in Hyderabad office of successful bidder for getting the software and hardware issues addressed. It is preferred to have software personnel having full knowledge of the system for addressing/getting the software issues addressed.

33 J. SECURITY (Page No. 30)

j. Multi-level user authorization and authentication with appropriate User Profiles, Rules and Roles etc. shall be provided.

Generally, such requirement is used for highly secure data.

Designing of such solution also have huge cost impact and time consuming on overall solution.

Hence, we request to delete this clause.

Not agreed.

34 15. General Terms and Conditions

(Page No. 37)

5.14. The successful bidder shall deploy the required technical team in Hyderabad, preferably in Bus Bhavan, during development, testing & implementation phase, for regular interaction.

Please specify.

1. How many minimum technical person required at Hyderabad location ?

2. Does technical team required during Implementation phase or during entire contract period ?

1. Minimum required team shall be provided in TSRTC's office, during the development and testing phase for collecting TSRTC's requirements, communicating the same to the development team, assisting TSRTC in testing the functionality and getting the issues resolved.

2. The technical team is not required once the project gets stabilized.

(14)

Section/Page 35 15. General Terms and

Conditions (Page No. 36)

15.5. All the equipment installed in the buses, as part of the contract, can be collected back by the successful bidder after completion of all transactions under the Agreement to be entered into and successful handing over of the Project Assets and the concerned knowledge transfer to the Corporation.

As per our understanding, hardware supplied for the project will be collected by bidder at the end of contract period and software license and data will be handed over to the corporation. Please confirm if our understanding is correct.

License for the software developed by the successful bidder and the project data has to be handed over to TSRTC at the end of the contract period. All the equipment installed in the buses, as part of the project can be collected back by the successful bidder, after completion of the contract period. All the other hardware used by the successful bidder for implementation of the project will always be the property of the successful bidder.

36 Annexure – 1 (Covering letter and Proposal) (Page No. 48)

If our proposal is accepted, we undertake that we will be fully responsible for successful completion of the project as per the terms and conditions and timelines prescribed in the RFP, failing which we fully understand that our contract will be terminated, EMD/Security Deposit will be forfeited and equipment installed in the buses will be confiscated.

The clause is unfair to bidder. Hence, we request you to delete this clause.

Not agreed.

37 J. SECURITY (Page No. 30)

k. Comprehensive audit trail, logging and reporting log on important events in the application and other reports etc.

and on critical parameters shall be available. High watermarks for concurrent application users, module of application, page of application etc.

In order to design and propose the optimal rate, we request following information:

1. Total no. of estimated users and concurrent users for Passenger Interface for Mobile Application and web portal.

2. Total no. of estimated users and concurrent users for Admin Interface for Mobile Application and web portal.

The project should be developed to meet the requirement of 5000 concurrent users (admin interface and passenger interface). However, the system shall be scalable with additional hardware included as required at a later point

(15)

Section/Page 38 15. General Terms and

Conditions (Page No. 40)

15.36. Upon completion of the contract period or upon termination of the contract by TSRTC or upon withdrawal of the successful bidder from the contract, the successful bidder shall handover the entire project design and data (Master data, transaction data, all related data including source code) in the formats as desired by TSRTC, failing which security deposit will be forfeited.

Source code is the intellectual property of the bidder (in our case, solution provider).

Hence, we request you to amend this clause as,

"15.36. Upon completion of the contract period or upon termination of the contract by TSRTC or upon withdrawal of the successful bidder from the contract, the successful bidder shall handover the entire project design and data (Master data, transaction data, all related data including source code) in the formats as desired by TSRTC, failing which security deposit will be forfeited."

No change in the RFP conditions.

39 14. SERVICE LEVEL METRICS / SERVICE LEVEL AGREEMENT (SLA) (Page No. 35)

14.7. The consolidated maximum penalty amount should not exceed 20% of the total project cost at any time during complete contract period otherwise the contract may be terminated, duly forfeiting the security deposit.

The Liquidated damages mentioned is not as open industry standard and accepted normally for similar kind of projects.

Hence, we request you to amend this clause as,

"14.7. The consolidated maximum penalty amount should not exceed 20% of the total project cost 10% of the total project cost at any time during complete contract period otherwise the contract may be terminated, duly forfeiting the security deposit."

Not agreed.

40 21. Payment terms (Page No. 44)

21.1. Payments will be made on a monthly basis, after completion of the calendar month.

Please confirm

Authority will release the payment within 15 days of receipt of invoices.

Payments will be released after audit; after receipt of invoice from the successful bidder along with required certifications from the depots.

(16)

Section/Page 41 21. Payment terms

(Page No. 44)

21.5 The invoices shall be submitted in the offices of the respective Regional Managers along with certification from the Depot Managers concerned regarding the satisfactory functioning of the VTUs during the month and their breakdown details.

The mentioned process is complex. Additionally, it may create unnecessary delay in invoice processing. The uptime

information of VTU can be verified through web based application which should be consider for payment processing . Hence, we request you to amend this clause as,

"21.5 The invoices shall be submitted in the head offices located at Hyderabad along with monthly up-time report from the software application, TSRTC will check the authenticity of the report and release the bill amount within given time frame."

Not agreed.

42 18. PROJECT IMPLEMENTATION SCHEDULE (Page No. 43)

18.3. If the successful bidder fails to commence or complete all the project related activities and make the project Live and Operational in all aspects (“Go-Live”) within six months from the date of entering into agreement (as per Project Implementation Schedule of the contract), TSRTC at its discretion can grant additional time for making the project Live duly levying a penalty of Rs.

1,00,000/- per week or part thereof, for the additional time granted.

The mentioned penalty is very huge and not as per the industry standards. This will creates additional burden to the bidder which results less participation in the NIT.

Hence, we request the authority to amend this clause as per industrial standard,

"18.3. If the successful bidder fails to commence or complete all the project related activities and make the project Live and Operational in all aspects (“Go-Live”) within six months from the date of entering into agreement (as per Project Implementation Schedule of the contract), TSRTC at its discretion can grant additional time for making the project Live duly levying a penalty of Rs. 1,00,000/- Rs. 10,000 per week or part thereof, for the additional time granted."

Not agreed.

(17)

Section/Page 43 18. PROJECT

IMPLEMENTATION SCHEDULE (Page No. 43)

22.3. The successful bidder shall be penalised to the extent of Rs. 1,500/- per hour or part thereof for the issues in the application, breakdown of server or any critical systems at data centre, file server, storage, network, security due to any reason, resulting in the application being inaccessible for carrying out the activities it is meant for.

Clause 22.2 pertains to hardware and 22.4 pertains to software issues.

44 18. PROJECT IMPLEMENTATION SCHEDULE (Page No. 43)

22.4. In case of inability on the part of the successful bidder to find, identify and fix any software problem in the application having operational implications, and if it is not rectified within 24 hrs. of intimation, the same will be penalised to the extent of Rs. 1,500/- for each problem.

Not agreed to any changes in clause 22.4.

45 18. PROJECT IMPLEMENTATION SCHEDULE (Page No. 43)

22.5. Deployment of application without proper testing attracts recovery of manpower cost of TSRTC involvement and Rs. 1,500/- penalty for each item identified and reported by TSRTC.

The mentioned penalty is very huge and not as per the industry standards. This will creates additional burden to the bidder which results less participation in the NIT.

Hence, we request the authority to amend this clause as per industrial standard,

"22.5. Deployment of application without proper testing attracts recovery of manpower cost of TSRTC involvement and Rs. 1,500/- Rs. 500/- once in a day penalty for each item identified and reported by TSRTC."

Not agreed.

As per our understanding both clauses 22.3 and 22.4 are same.

Hence, we request to have only one clause and amend as below:

"In case of inability on the part of the successful bidder to find, identify and fix any software problem in the application having operational implications, and if it is not rectified within 24 hrs. of intimation, the same will be penalised to the extent of Rs. 1,500/- for each problem per day."

(18)

Section/Page 46 18. PROJECT

IMPLEMENTATION SCHEDULE (Page No. 43)

22.6. Penalty @ Rs. 25/- per day/part of day would be levied for each non functioning VTU (Device not functioning for any reason, device not transmitting data to the back end for any reason, etc.), for the total number of calendar days (including part of day) the device does not function, if the issue remains unattended and unrepaired within 72 hours from registering of complaint by TSRTC. No penalty will be levied if the problem is rectified within 72 hours.

The mentioned penalty is very huge and not as per the industry standards. This will creates additional burden to the bidder which results less participation in the NIT.

Hence, we request the authority to amend this clause as,

"22.6. Penalty @ Rs. 25/- @Rs. 10/- per day/part of day would be levied for each non functioning VTU (Device not functioning for any reason, device not transmitting data to the back end for any reason, etc.), for the total number of calendar days (including part of day) the device does not function, if the issue remains unattended and unrepaired within 72 hours from registering of complaint by TSRTC. No penalty will be levied if the problem is rectified within 72 hours."

Not agreed.

47 25. RESOLUTION OF DISPUTES

(Page No 47)

25.1. TSRTC and the Successful Bidder shall make every effort to resolve amicably by direct informal negotiation on any disagreement or dispute arising between them under or in connection with the contract and settle them at the level of Executive Director of TSRTC who is in charge of the IT Wing.

As per general practices, any conflict between Successful Bidder and TSRTC will be referred to arbitration, the arbitration shall be under the Indian Arbitration and Conciliation Act, 1996 and any statutory modification or re- enactment thereof.

Hence we request authority to add 'Arbitration clause' under the Resolution of Disputes clause.

Not agreed.

(19)

Section/Page 48 L. MAINTENANCE AND

SUPPORT (Page No. 32)

13.78. Changes shall be carried out in the application software from time to time, based on the requirements of TSRTC, at no additional cost.

The mentioned clause is unfair and not as per industrial standards.

Customization and modification can be done only up to minor changes post SRS sign-off & Go-Live. However, major changes will be treated as change request and it will be considered under "Change Management" and additional efforts will be considered based on mutual agreement

Hence, we request you to amend this clause as,

"13.78 Post Software Requirement Specification (SRS)/ Low Level Design Document (LLD) is signed-off, changes shall be carried out in the application software from time to time through a Change Request (CR) process to be finalized mutually during requirement gathering / kick-off workshop"

Not agreed.

49 VTPIS - SLA TO BE DELIVERED (Page No. 36)

Data availability |100%

Data accuracy |100%

Accuracy of data depends on the data which has received form the satellite. Such parameter depends upon environmental conditions and geographical parameters.

Hence, we request authority to amend this clause as,

"Data availability | 100% 97%

Data accuracy |100% 97%

Not agreed.

50 A. VEHICLE TRACKING UNITS

(Page No. 18)

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

Generally GPS satellites has atomic clocks that provide extremely accurate time. The time information is placed in the codes, broadcasted by the satellite so that a receiver can continuously determine the time the signal was broadcasted.

However, accuracy of data depends upon environmental conditions and geographical parameters. Hence, we request you to amend this clause as,

"13.11. Solution provider has to design the solution in a way that VTUs will provide data with maximum possible accuracy."

Not agreed.

(20)

Section/Page 51 14. SERVICE LEVEL

METRICS / SERVICE LEVEL AGREEMENT (SLA) (Page No. 35)

14.6. The overall up time of VTPIS services should be maintained at a minimum of 99% or more on monthly basis.

The mentioned penalty is very huge and not as per the industry standards. This will creates additional burden to the bidder which results less participation in the NIT.

Hence, we request the authority to amend this clause as,

"14.6. The overall up time of VTPIS services should be maintained at a minimum of 99% or more 96% or more on monthly basis.'

Not agreed.

52 7. ELIGIBILITY CRITERIA FOR BIDDERS

(Page No. 7)

d) The bidder should have a minimum average turnover of Rs. 25 crores in the last three financial years. Audited Financial Statements along with IT Returns have to be submitted for the last three financial years (2017-18, 2018- 19 & 2019-20) along with the tender (technical bid).

One of the prime objective of TSRTC is to select technically sound and financially capable solution provider which will lead smooth project implementation and ensure the work done within given time frame. Hence, we request you to amend this clause as,

"d) The bidder should have a minimum average turnover of Rs.

25 crores Rs. 100 crores in the last three financial years.

Audited Financial Statements along with IT Returns have to be submitted for the last three financial years (2017-18, 2018-19

& 2019-20) along with the tender (technical bid)."

Not agreed.

(21)

Section/Page 53 7. ELIGIBILITY CRITERIA

FOR BIDDERS (Page no. 8)

f) The Bidder should have at least 3 years experience in developing & implementing Vehicle Tracking projects in Transport industry (either Government or private sector) for at least 1,000 vehicles (buses, trucks, Water tankers, Dumpers, Municipal vehicles, cars, cabs etc.) in the last three years (01.04.2018 to 31.03.2021) i.e., projects for a total of at least 1,000 vehicles should be live and running successfully during the entire three years period.

Copies of work orders, agreements and satisfactory implementation certificates from the Clients clearly indicating the scope of the project (in brief), duration of the project implemented, date on which the project was made live, number of vehicles covered under the project, current status of the project etc. shall be submitted as proof in this regard

For the success of this project, it is important that the bidder has the similar transport domain expertise specially in government sector. Hence, we request authority to amend the clause as below:

"f) The Bidder should have at least 3 years experience in developing & implementing Vehicle Tracking projects in Transport industry (either Government or private sector) for at least 1,000 buses vehicles (buses, trucks, Water tankers, Dumpers, Municipal vehicles, cars, cabs etc.) in the last three years (01.04.2018 to 31.03.2021) i.e., projects for a total of at least 1,000 vehicles should be live and running successfully during the entire three years period.

Copies of work orders, agreements and satisfactory

implementation certificates from the Clients clearly indicating the scope of the project (in brief), duration of the project implemented, date on which the project was made live, number of vehicles covered under the project, current status of the project etc. shall be submitted as proof in this regard "

Not agreed.

54 New Clause Please add the Force Majeure clause as per Industry

Standard.

Not considered.

(22)

Section/Page 55 25.2 resolution of

Dispute(Page No. 47)

If, after thirty (30) days from the commencement of such informal negotiations, TSRTC and the Successful Bidder have been unable to resolve amicably then the decision of MD of TSRTC will be final.

We recommend to have neutral dispute resolution mechanism through sole arbitrator appointed by both the parties and recommend to revise the clause as under: 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 Sole Arbitrator mutually appointed by the Parties as per the provisions of Arbitration and Conciliations act, 1962 and rules made thereunder. The proceedings shall be in English and the award passed by Arbitrator shall be shall be final, conclusive and binding on the parties. Subject to the above, the Courts at Telangana shall have jurisdiction in the matter.

Not agreed.

1 Page no 1 Total fleet mentioned is 9728 and RFP is for 4170 nos. only Need understanding on these 4170 buses, depot wise. Though as per clause no. 1 (About TSRTC) the total number of routes, depots, bus station is mentioned but the actual no of Depots, Bus Stations and very importantly, Stops and Routes covered by these 4170 special type buses are relevant and important for bidders to asses route geo-coding effort, route creation effort and maintenance manpower across the depots. We request the authority to provide such details of project coverage for 4170 buses (Routes, Bus Stops, Bus Stations, Depots wise bus nos, Region, Workshop, Zonal Office, etc.) to make the bidders aware of the quantum of work to be undertaken to meet the project timelines and proper estimation of cost

The details will be provided to the successful bidder.

Firm: Rosmerta Technologies Limited

(23)

Section/Page 2 ELIGIBILITY CRITERIA FOR

BIDDERS Point no. f) Page – 8

The Bidder should have at least 3 years experience in developing & implementing Vehicle Tracking projects in Transport industry (either Government or private sector) for at least 1,000 vehicles (buses, trucks, Water tankers, Dumpers, Municipal vehicles, cars, cabs etc.) in the last three years (01.04.2018 to 31.03.2021) i.e., projects for a total of at least 1,000 vehicles should be live and running successfully during the entire three years period.

When it comes to establish the bidder’s experience for at least 3 years in developing & implementing Vehicle Tracking projects in Transport industry, we would like the authority to clarify the following regarding the period: a. Can project work awarded before 01.04.2018 and completed between

01.04.2018 and 31.03.2021 be considered an eligible project experience? b. What shall be the treatment of ongoing projects under operations awarder before 01.04.2018 with client experience certificate? We request the authority to explicitly clarify these two points as the RFP have major subjectivity left with the authority on the garb of decision of Tender Evaluation Committee as per the query above.

The clause is very clear, projects for a total of at least 1,000 vehicles should be live and running

successfully during the entire three years period (01.04.2018 to 31.03.2021). This is irrespective of the date of award of the project.

3 Section 7.1 (clause XVII) Page no 9

NavIC enabled AIS-140 compliant VTUs proposed to be used in the project shall be submitted along with the technical bid.

We understand VTU’s are to be installed in specific 4170 buses only. As depending on bus type (length) and no of panic buttons planned per bus type would determine the cost of installation, we request corporation to define bus type wise panic button quantity well defined in RFP itself. It is also recommended to define a tamper proof wiring method to fit the panic buttons. It may be noted total cost of panic button and wiring could be even more than the VTU cost depending on the plan. Further proper tamper proof wiring of such buttons are time consuming compared to loosely wired buttons which impacts the cost of installation as well. A clarity on the same is very important for all bidders to take similar provisioning in costing and to avoid any dispute later.

Only one panic button needs to be installed in each bus and it should be accessible to the driver from his seat.

Tamper proof wiring should be provided for the panic buttons.

(24)

Section/Page 4 List of Document submittal

Point no. xix. In Page No. - 10

Commitment from the OEM regarding providing support for the VTU devices for the entire contract period shall be submitted along with the technical bid.

Since the RFP have asked for the AIS140 compliant devices to be fitted in this assignment, following details has to be clearly evidenced in the submittal of the bidders: a. The bidder must submit copy of COP and TAC for the proposed device which shall be valid as on date of bid submission and should be in the name of the OEM. b. The Commitment from OEM should be issued in the letterhead of the OEM and not from any

distributor. c. The commitment form from OEM should clearly define make/model number of VTU, Type Approval Certificate number, COP validity and confirmation on (1) The supply will be as per Type approved product and connectivity without any deviation and

(2) Their commitment regarding providing support for the devices

for the entire contract period shall be submitted along with the technical bid.

The bidders will have to submit all the relevant documents as per the RFP.

5 11.19 Page 13 The bids shall be valid for a period of 9 (nine) months from the date of opening of the Technical bids

This tender is based on BOOT Model where the payment is on per bus per month mode. The proposal is straight forward and very common across the STUs and it doesn’t take such long to complete the bid evaluation for projects of such scope of work. Since the inflation rate and WPI index is highly volatile at this current phase of time, keeping bid valid on BOOT model during such circumstances is very critical to the bidders. We request the authority to reduce the bid validity to maximum 6 months from the opening of technical bids.

Not agreed.

(25)

Section/Page 6 12.4.4 Technical

Evaluation Parameters and

Marks

Having Development Centre in Hyderabad – 10 Marks We strongly object to the preferential treatment of the bidders having Development Centre in Hyderabad and this is against the fair method of

evaluation of the technical competency of bidders. IT companies have their own set of Development Centre which they feel the need to cater to their client. Through such Development Centre, they cater the client requirement and future demands too. For any new assignment/ or project, a new Development Centre is not opened by the company unless and until the quantum of development/ size of the project and location of delivery is so diverse that a need such arise.

Keeping such technical Parameter is against the free and fair evaluation methodology and violates the CVC guidelines. We hereby request the authority to remove such parameter for technical evaluation which undermines the capabilities of other bidders thereby giving unhealthy advantage to any other bidder. The parameters should be to based upon the size and quantum of work executed by bidders and not like presence of development centre

Not agreed. Separate marks are available for the quantum of work done by the bidder.

7 12.4.4 Technical

Evaluation Parameters and Marks

2001 vehicles and above - 30 marks 1201 to 2000 vehicles - 20 marks 1000 to 1200 vehicles – 10 marks

On one hand, the authority is giving advantage to any bidder having Development Centre in Hyderabad but when it come to the actual quantum of project experience, the maximum threshold is lowered to half of the proposed number of buses covered under the project (4170). This clearly provides enough ground to establish the imbalance in technical evaluation parameters. It is thereby requested to the authority to amend this clause as below:

4001 vehicles and above - 30 marks 2001 to 3000 vehicles - 20 marks 1000 to 2000 vehicles – 10 marks

No change in the clause.

(26)

Section/Page 8 12.4.4 Technical

Evaluation Parameters and Marks

4 Live Demonstration of the solution as per the details given – 50 Marks

The RFP have kept room for enough subjective evaluation.

Especially on this aspect where the decision of Tender Committee can swing the Technical Evaluation on either side.

Although clause 12.4. 5 provides

parameters for the live demonstration, we request the authority to provide detailed breakup of the scoring for the live demonstration so as to allow objectivity in the tender evaluation and better preparedness by the bidders for the live demonstration

Decision of TSRTC's Committee will be final in this regard.

9 13.7 Page-18 Supply, Installation, Testing and Commissioning of NavIC enabled AIS-140 compliant Vehicle Tracking Units (VTUs) along with all required fittings & fixtures, Panic Button, Wiring Harness, etc. in 4,170 buses.

As this may be put to context that number of panic button., the length of the harness is dependant of the type/ length of the bus. As the costing is dependent on this aspect, we would request the authority to define the bus length-wise panic buttons required and tamper proof wiring method.

Only one panic button needs to be installed in each bus and it should be accessible to the driver from his seat.

Tamper proof wiring should be provided for the panic buttons.

10 Clause A Vehicle tracking Unit (13.16) Page no 18

Any wiring or Device damage to be attended by successful bidder at his own cost.

Any functional defect (Manufacturing defect only shall be bidder responsibility) rest any intentional or tempering of device or wiring should be on chargeable basis. It would be practically impossible to control the cost if there is no responsibility of the corporation to control such events. It may be noted when objective of tracking by corporation is also to monitor driving habits, route deviations, detecting authorised stops, skipped stops etc. it could be a general tendency of bus crew to damage wiring or tamper the devices. Without any consequences to the perennial habit the successful bidder will keep on running behind such repetitive damages which would not only result in cost over run but more importantly keeping devices alive would be challenging and detrimental in achieving the objective of the project. In the interest of successful implementation we request corporation not only to reimburse such costs but also take appropriate action on such offenders (if any).

Decision will be taken on a case to case basis.

(27)

Section/Page 11 C. HARDWARE, SOFTWARE

& HOSTING Clause 13.20 Page No – 19

Alternatively, the entire application can be hosted on reputed Cloud Services Platform equivalent to Tier3 or above Data Centre, with required hardware & software resources, internet bandwidth etc., duly bearing all the costs, with scalability and meeting all the SLAs. All services including data shall however be guaranteed to reside in India Is it applicable for Google Maps services to reside in India

As the RFP have asked for Google Maps or customized maps?

What if the Google Map services are not rendered from India Servers? Please clarify.

Google Map services need not be rendered from Indian Servers.

12 13.48 Page No. 21 The System shall enable operational managers to easily create locations, routes, schedules using an intuitive user interface

As per the information provided in the RFP the TSRTC has already an ERP system in place which manages the vehicle number, crew details, route details, number of trips etc., in that scenario there is no need to create additional schedules as the CIS is getting integrated with the VTPIS system through APIs. Please clarify our understanding

Only the details pertaining to the service viz. vehicle number, service number, crew details etc. will be shared from CIS. All the other related data/information for providing the ETA/ETD and other information shall be maintained in the application that will be developed by the successful bidder.

13 13.58. Enquiry and Response Page No. 22

a. Real time / history of all trips that are more than a “X”

minutes late (X input at run time by the user).

For better system performance, we suggest the ‘X’ value to be predefined for live trips alerts. The status of all live trips running late / early varies dynamically on receipt of each tracking record. Running such a query on any user click on all live trips is not advisable. For closed trips the value of

“x” can be user defined as the values are already stored and can be filtered on the fly.

Application shall be developed as per the requirement given in the RFP.

14 13.58. Enquiry and Response Page No. 22 (h).

The system shall have provision to control the display of vehicle/ schedules, based on user role for a query. Some vehicles may not be required to be visible to public and visible only to certain roles within TSRTC

We assume that TSRTC will provide clarity on all the rules to be implement on the system

These rules will be provided to the successful bidder.

15 13.59. Alerts from VTPIS Page No. 23

a. Alert when panic button is pressed. Clarity on panic alerts once received on the system needs to be provided like what would be the escalation method or what are the steps to be taken after a panic alert has been received Kindly clarify

Alerts will have to be sent to the TSRTC officials concerned through SMS/e-mail/WhatsApp.

(28)

Section/Page 16 13.59. Alerts from VTPIS

Page No. 23

(f). SMS notification/ emails/ Whatsapp or other media shall be sent to officials concerned for specified schedules/

vehicles regarding certain parameters like regularity, skipping stops, speed violations, etc.

Please clarify what is defined as “other media”? Any other Instant messaging/

Messenger Apps decided by TSRTC from time to time.

17 E. MOBILE APPs 13.60.

Mobile App for Passengers Page No. 24-25

q. Provision to send banners to the App about discounts and other important information should be provided. t.

Provision shall be made in the software to send geo- specific or general advertisement banners to the App as required by TSRTC from time to time. The Commercial revenue, if any realized, on these advertisements will be vested with the TSRTC

These clauses speak of advertisement on Mobile App. How and where they are going to be configured and managed? Do we have to build a system for advertisement management on Mobile App or there is existing system available with TSRTC which needs to be integrated into the Mobile App. Please clarify. A location based advertisement software platform is a product by itself and costs reasonably high. A

clarity on this is critical.

A system needs to be built for advertisement management.

Provision should be available in the application to send geo-specific or general advertisements. This could be based on the destination of the services.

18 13.61. Admin App for TSRTC Page No. 25

c. Provision in the App for vehicle assignment, service assignment, driver assignment etc., vehicle dispatch from Depot by the TSRTC users

There is already CIS which works for assignment of service, driver, vehicle etc. Does the bidder need to develop mobile interface for the same? Please clarify. If yes, how the integration shall be worked upon technologically? Will the CIS vendor provide the APIs for integration as the VTPIS vendor cannot undertake any engineering on the existing CIS system?

This has to be done exclusively by the CIS vendor. Kindly clarify

There are likely to be subsequent changes in the service, driver, vehicle etc., based on the traffic demand.

The bidder need to develop mobile interface for these activities. These changes need not flow back electronically to CIS.

1913.64. Web Portal – Live tracking - For TSRTC users Page No. 27

a. The live tracking application should display the vehicles on licensed Google maps/customized maps.

Google Maps doesn’t work on license model. It works on Pay- Per-Use model/ no. of requests. Request a clarity on this clause

License key will have to be obtained in the case of Google maps.

20 H. INTEGRATION WITH TSRTC PROJECTS 13.69.

Cargo & Parcel Services Integration Page No. 29

b. Once the cargo/parcel is loaded into a bus, an SMS will be sent to the customer with the details along with URL for tracking the bus. c. The tracking should have web URL for tracking the bus based on the vehicle number.

For enabling this feature, we would require an API service which will define Cargo/parcel ID, customer name and mobile number, originating hub and destination hub between which this parcel will travel. The tracking link will expire on arriving at destination hub. In case parcel travels in multiple buses, each time parcel is reloaded in next subsequent trips the link has to be pushed again and system will generate a new link to the customer. If these hubs are different than depots, the same need to be geocoded as well. Hence please define

The tracking URL will contain the vehicle number. The vehicle should be tracked based on the vehicle number. At transhipment point(s), URL with new bus number(s)] will be sent to the customer. No

communication with the Cargo &

Parcel System will be required by the VTPIS.

(29)

Section/Page 21 13.70. Voice

Announcement System Page No. 29

b. The data required for the voice announcement should be pushed to the TSRTC’s application/ servers, in the formats and intervals prescribed by TSRTC.

Kindly clarify about the data sets required by TSRTC We assume the text to voice conversion will be done at TSRTC’s end and our responsibility is to transmit a textual data only.

Request a detailed clarification on these aspects for the bidders to understand the requirement and budget for the same.

Only textual data needs to be transmitted by the successful bidder.

22 13.71. Passenger Information System in Bus Stations Page No. 29

c. The data for display of the ETA, ETD, service number, origin, destination and other related information should be pushed to the TSRTC’s application/server, in the formats and intervals prescribed by TSRTC.

SI can only publish the data to be displayed in the form of API. Kindly confirm our understanding.

Yes

23 13.72. Passenger Information System in Buses Page No. 29

c. The data for display of the said information should be pushed to the TSRTC’s application/server, in the formats and intervals prescribed by TSRTC.

The SI’s scope shall only be limited to publish the data to be displayed in the form of API. Kindly confirm our understanding

Yes

24 13.98 Page 33 Successful bidder should maintain 10% spare VTUs, related connecters and SIMs to enable smooth functioning of the system.

This is to be cleared at this stage of the RFP that AIS-140 standard does not have any provision for removable SIM cards.

As per AIS-140 standard, the VLTD should have multiple profile dual network SIM as eSIMs. Thus, the clause for keeping spare SIMs does not arise. In case of defective SIM, the device needs to be replaced and defective device needs to be repaired before re-fitment.

All the spare devices should have available active eSIMs so that replacement device should immediately be able to made live. Further the installation record must define minimum 2 active SIM number and network providers name as per AIS-140 standard. We would request you to kindly amend the clause as below:

“Successful bidder should maintain 10% spare VTUs with active eSIMs and related connecters and to enable smooth

functioning of the system. Each installation and delivery note must include VTU model and SIM operators name and SIM numbers (minimum 2 nos)”

By SIMs we mean active eSIMs.

(30)

Section/Page

25 14.8. Page 35 Service Metrics for the Solution The essential component of the VTPIS system is the VTU device and the matter to be highlighted here is that there is no Service Level Metrics defined for the VTU uptime. Without any metrics defined for the VTU uptime, VTPIS application benchmark monitoring is futile and of no use. We thereby request the authority to clearly define the VTU Device uptime and service level metrics for the VTU devices. Typically an overall VTU uptime of 90% calculated on daily basis for buses assigned with trips (means excluding non-operational buses), excluding tampered devices are industry standard.

There are penalty clauses in the RFP for downtime of the VTUs.

26 4 Point no 18 (Page 42, Go Live for all the buses Covered under the project (T1+6months)

Project Implementation Geo-coding and mapping of the routes and bus stops are the primary field activity to be undertaken in this project and the accuracy of the survey is essential for the accuracy of the deployed system. Considering the Geo Coding and route creation across the state and also for neighbouring state where bus services are provided, it is impossible to complete the geo-coding of all Bus Depots, Bus Stations, and route points and all POIs within 6months We request to support the bidder by: 1. Provide all the digital format of the geo-reference data including the route map based over which the bidder shall import in the system; or 2.

Provide minimum 9-12 months to complete the entire process including fresh geo-referencing the same.

Not agreed.

(31)

Section/Page

27 18.2 & 18.3 Page 43 Go-Live The installation in 100% buses depends upon the availability of

the buses from the TSRTC. In case of nonavailability of the buses for fitment of devices, which is beyond the control of the successful bidder, the go-live of the project shall not be provided by TSRTC and the payments shall also get stuck even after installing in all available vehicles. In this context, we request to consider a threshold % of active fleet for

installation of devices and providing payment for installation commission and go-live milestone without withholding the payment due to the bidder on pro-rata basis. Additionally, TSRTC may also verify that the bidder has delivered 100%

devices, for fitment at the depots.

Additionally, we request the authority to provide a pre- requisite checklist to be attained by the successful bidder to qualify the project for the Go-Live as from our long

experiences we understand that the holdup lies at the point of decision of the authority to provide Go-Live as this is a big decision which qualifies a bidder to start getting its monthly dues.

TSRTC will ensure availability of the buses for installation of the devices.

28 15 Clause 21 Page 44-45 Payment Terms Since the payment terms is on monthly basis on per bus per month model, it is imperative to highlight that authority to understand that the successful bidder has undertaken major Capital Cost and Operational Cost beforehand to qualify for the payment on monthly basis. The authority also needs to understand that the cash flow of the bidder is also a primary consideration to expect the performance benchmark. Thus, to provide a sustainable cash-flow to the successful bidder, the authority is requested to release minimum 90% of the monthly invoice amount within next month or 15 days of submission of the invoice whichever is later. The remaining 10% may be withheld to settle any disputes in terms of validation and or penalty calculation or delay in processing of the invoice.

Not agreed.

(32)

Section/Page

29 16 General Query Funding of Project We would request the authority to clarify the source of funding for this project because we as bidder, needs to understand the assurance of the cash-flow and visibility for payment from the authority on a long run after having invested substantial Capital and Operational cost into this project.

The project is funded by TSRTC.

1 Eligibility Criteria for Bidders (Page 7)

Consortiums will not be permitted. Request you to please allow Consortium (As a quality System Integrator, we are having experience of implementing similar projects along with our consortium partners for a reputed government agency. Allowing consortium will help us to bid for the project and TSRTC may also get more numbers of quality bidders for the project)

Not agreed.

2 Eligibility Criteria for Bidders (Page 8)

The Bidder should have at least 3 years experience in developing & implementing Vehicle Tracking projects in Transport industry (either Government or private sector) for at least 1,000 vehicles (buses, trucks, Water tankers, Dumpers, Municipal vehicles, cars, cabs etc.) in the last three years (01.04.2018 to 31.03.2021) i.e., projects for a total of at least 1,000 vehicles should be live and running successfully during the entire three years period.

Requesting you to relax the criteria for minimum 3 years experience and at least 1000 vehicles.

Kindly allow the substantial work which is in progress and where work order is already issued and implementation has been started. (During last 2 years, due to pandemic situation we all know that project implementation/execution has been delayed due to continuous lockdowns implemented in different regions of the country)

Not agreed.

3 Technical Evaluation parameter (Page 15)

Having Development Centre in Hyderabad (10 marks) If we submit the undertaking to establish the development centre, will the complete 10 marks allotted to us? (We will be submitting the undertaking to establish the development centre within one month after the contract is awarded. We sincerely request you to allot that 10 marks on the undertaking itself (if possible))

No. 10 marks will be awarded only to the bidders who already have a development centre in Hyderabad.

Firm: MCT Cards & Technology Private Limited

(33)

Section/Page 1 Earnest Money Deposit 9.1

/ Page no. 10

A sum of Rs. 10,00,000/- (Rupees ten lakhs only) shall be paid towards Earnest Money Deposit in the form of Demand Draft from any nationalized Bank other than a Cooperative Bank. Drawn in favour of "FA & CAO, TSRTC, Hyderabad.

As per office Memorandum No. F.9/4/2020-PPD, Government of India, Ministry of Finance, Department of Expenditure Procurement Policy Division, dated the 12th November 2020 on Bid Security / Earnest Money Deposit. It is here by clarify:

Bid Security (also known as Earnest Money Deposit) is still being taken from the contractors by the various

Ministries/Departments., though the relaxations have already been provided in general Financial Rules (GFRs) 2017. the above instructions will be applicable for all the tenders issued till 31.12.2021. therefore we request you for relaxation of EMD and acceptance of bidder declaration as per Govt of India Notification

Not agreed.

2 Earnest Money Deposit Page No.10

9.3 EMD in any from other than DD shall not be accepted. we request you to kindly accept Bidder's declaration in place of EMD as per GoI guideline

Not agreed.

3 7 (f) Eligibility criteria for Bidders Page no.11

the bidder should have at least 3 years of experience in developing & implementing vehicle tracking projects in Transport Industry (either Government or Private sector) for at least 1000 vehicles (buses, trucks, water tankers, dumpers, municipal vehicles, cars, cabs etc.) in the last three years (01.04.2018 to 31.03.2021) i.e., projects for a total of at least 1000 vehicles should be live and running successfully during the entire three years period.

Request to amend the clause as the bidder should have experience in developing and/or implementing integrated vehicle tracking project in transport industry (either Government or private sector) for at least 1000vehicles (buses, trucks, Water tankers, Dumpers, Municipal vehicles, cars, cabs etc.) in the last three years (One month before the date of bid submission. i.e. 3years up to 30th Sep 2021). the project for a total of at least 1000 vehicles should be live and running successfully

Not agreed.

4 10.Earnest Money Deposit Page No.11

9.8 No exemption of EMD is allowed for any bidder including Government Organizations/Undertakings or Small scale Industries

Request for relaxations of EMD and acceptance of bidder's declaration as mentioned in Sl.N0 - 1

Not agreed.

5 Security Deposit. Page No.11

10.3. The successful bidder shall enter in to agreement with TSRTC duly depositing an amount of Rs.30,00,000/- towards balance security deposit in the form of Demand draft from any Nationalized Bank or scheduled bank other than a Cooperative Bank, drawn in favour of "FA&CAO, TSRTC, Hyderabad.

we re quest you to kindly allow submission of 5% of contrast value as PBG(Security Deposit) in the form of Bank Guarantee as per GOI guidelines as mentioned in Sl.No.

Not agreed.

Firm: Telecommunications Consultants India Limited

References

Related documents

(or) The Bidder/Consortium member Should have supplied at least 25 lakh no’s of Scosta/EMV Smartcards cumulatively in the last two financial Years to any Govt/PSU/Bank or System

(vii) Permit holder shall ensure that a conductor, having conductor licence and Passenger Service Vehicle Badge issued by State Transport Authority/Regional Transport

Supply, Installation, Configuration & Testing of Firewall (NGFW) for ITE&C Department, GoTS, at TS-SDC Hyderabad. The bidder should be a System Integrator or IT Company

“CCTV System / Electronic Video Surveillance System / Integrated Security System” interchangeably. C) BIDDER - The bidder must be a solution provider or system integrator who bid

A mini microcontroller processes the data, and transfers it as per requirement to a wireless GSM/GPRS module which directly uploads data to our vehicle tracking server

[4] ”Arobust Glass Break Detector Reference Design”, http://www.ti.com/tool/TIDM-GBD-ROBUST. [5] ”Connecting a Parallax GPS module Arduino and

This edge detection method is followed by background subtraction method to get the moving objects removing stationary pixels or pixels belonging to original image edge. Steps of

These shock sensors are attached to the car on all sides of the vehicle and they all are connected to the OR gate .OR gate is used because to detect at least one sensor is high