Upload
swajal
View
220
Download
0
Embed Size (px)
Citation preview
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 1/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
MUNICIPAL CORPORATION, BHOPAL
REQUEST FOR PROPOSAL
For
“ Automated Fare Collection and Surveillance Solution F o r I n t elli g e n t
T r a n s p o rt S y s t e m ( IT S) f o r B h o p a l C i t y B us S e r v ices”
BHOPAL MUNICIPAL CORPORATION
HARSHWARDHAN COMPLEX, MATA MANDIR,
BHOPAL (M.P) - 462003
Issued by:-
Office of Chief Engineer (Project)Bhopal Municipal Corporation,
Harshvardhan, Complex,Mata Mandir, Bhopal (M.P.)
Tel. (0755) 2701222; Fax: (0755) 2701223
Page 1 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 2/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Office of the Municipal Corporation, Bhopal(Engineering Project Cell) Harshwardhan Complex,
Near Awanti Bai Chauraha, T.T. Nagar, Bhopal–462 003
Ph: 0755 2701222 Fax: 0755 2701223
No.11/BMC/JNNURM/BRTS/ Bhopal, Date : 29.04.2013
NIT No.11/ Dated 29-04-2013
The Bhopal Municipal Corporation (BMC) invites Technical and Financial Bids fromthe prospective bidders for “Automated Fare Collection and Surveillance Solution
For Intelligent Transport System (ITS)” for Bhopal City Bus Services and Bus terminals.The term of the services will be 5 years. BCLL is the SPV, majorshare holding of BMC set to launch BRTS buses in addition tothe existing buses, which will form the feeder buses for thenew BRTS system. BMC is looking for implementing automatedfare collection and surveillance system for these buses as apart of Intelligent Transport System. Brief Schedule of bidding activities is as
below:
• Off-Board Fare Collection Solution for BRTS buses
• On-Board Fare Collection Solution for Feeder buses
• Video Surveillance Solution for all buses
• Management Information System (MIS)
• Integration with existing Automatic Vehicle Locating System (AVLS)
• Scale up existing ITS Command and Data Centre
• Automated fare collection & Revenue Management System
• Point of sale• Electronic Ticketing Vending Machine (ETVM)
Bidders who meet the detailed eligibility criteria points as mentioned in the RFP document can participate in this
tender. Bids are to be submitted in sealed envelopes on or before the due date mentioned below:Cost of Bid Document (non refundable) Rs. 50,000/- (Rs. FiftEarnest Money (E.M.D.) Rs. 30,00,000/- (Rs. Thirty lakh only)Issue of RFP document as per tender key details
Last date for recei t of as per tender key details
O enin of Technical Bid as per tender key details
The detailed terms and conditions along with the eligibility criteria are given inthe Request for Proposal (RFP), which can be downloaded fromwebsite: http://www.bhopalmunicipal.com by the prospectivebidders and the same may be submitted to the BMC along withthe non refundable fee of INR 50,000/- The RFP Document mayalso be purchased by the applicants from the office of Chief Engineers (project), Municipal Corporation Bhopal on the
Page 2 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 3/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
submission of a written application clearly stating Request forproposal for “Automated Fare Collection and Surveillance Solution For Intelligent Transport
System (ITS)” upon payment of a non refundable fee of INR 50,000/- The methodof payment will be crossed demand draft from any nationalized /
schedule bank in favour of commissioner BMC, Bhopal., payableat Bhopal. A firm will be selected under the procedure asdescribed in the detailed RFP. Conditional Tenders will not beaccepted. BMC has right to accept/reject any tender withoutassigning any reason. BMC reserves all rights to reject whole orpart of the proposal, all or any proposal and modify the termsand conditions.
Chief Engineer (P)
Municipal Corporation, Bhopal
DISCLAIMER
The information contained in this Request for Proposal (RFP) document package provided on behalf of
Bhopal Municipal Corporation (BMC) is being provided to all interested Bidders on the terms and
conditions set out in this RFP document.
This RFP document is not an Agreement and is not an offer or invitation to any other party. The purpose
of this RFP document is to provide bidders with information to assist 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 BMC to consider the
investment objectives, financial situation and particular needs of each bidder. Each bidder should conduct
its own investigation and analysis, and should check the accuracy, reliability and completeness of the
information in this RFP document and obtain independent advice from appropriate sources. BMC and
their advisors make no representation or warranty and shall incur no liability financial or otherwise under
any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP document.Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which depends
upon interpretation of law. The information given is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. BMC accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.
BMC may in their absolute discretion, but without being under any obligation to do so, update, amend or
Page 3 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 4/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
supplement the information in this RFP document.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by BMC or any other
costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the
Bidder and BMC shall not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or
outcome of the Bidding Process. Bhopal Municipal Corporation (BMC) reserves the right not to proceed
with the project, to alter the timetable reflected in this document or to change the process or procedure to
be applied. It also reserves the right to decline to discuss the Project further with any party submitting a
bid. No reimbursement of cost of any type will be paid to persons, entities, or consortiums submitting a
Bid.
1. Preamble
Bhopal Municipal Corporation (BMC) invites Technical and Financial Bids for “Automated Fare
Collection and Surveillance Solution For Intelligent Transport System (I TS )” for Bhopal City
Bus Services operating under the SPV, Bhopal city link limited in the state of Madhya Pradesh. The Bids
shall be prepared in English and all entries must be typed or written in blue/black ink. Initials of the
authorized representative of the bidder must attest all erasures and alterations made while filling the Bids.Over-writing of figures in the Financial Bid is not permitted. Failure to comply with any of these
conditions may render the Bid invalid.
Bhopal Municipal Corporation (BMC) 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. Bhopal Municipal Corporation (BMC) reserves the rights to cancel, terminate, change or
modify this procurement process and/or requirements of bidding stated in the Tender, without assigning
any reason or providing any notice and without accepting any liability for the same.
The bid evaluation process is detailed in instruction to Bidders in Tender. The Capability Statement would be evaluated based on the Pre-Qualification criteria set forth in Tender. Only those firms who qualify
based on the evaluation of their Technical Bids will be eligible for opening of Financial Bids and their
evaluation. The date of opening of Financial Bids will be communicated in to such bidders at a later date.
2. Background of the Project
Page 4 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 5/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
The City Bus services system in Bhopal is operated by “Bhopal City Link Limited” (BCLL) formed as
SPV functioning under Bhopal Municipal Corporation. The BCLL has been, since its inception in
October 2006, functioning as SPV and managing the Bhopal city bus services through private bus
Operator with the role of a facilitator. BMC/BCLL is committed to enhance commuter satisfaction,
reliability and punctuality of public transport thereby reducing the dependence on private modes of
transport by improving the city bus services in Bhopal. Under Jawaharlal Nehru National Urban Renewal
Mission (JnNURM), 225 no. of buses were sanctioned to Bhopal Municipal Corporation and there are
currently 150 no. of buses are being operated by Bhopal Municipal Corporation through SPV BCLL on 8
routes in the Bhopal city catering to the needs of more than one lakh passengers every day.
BMC/BCLL has adopted a net-cost based Public- Private Partnership (PPP) operational model with the
city providing the basic infrastructure and the private Bus Operator being responsible for operation and
maintenance of the buses. This model has received good recognition. Bhopal Bus Operation is one of the
successful model in India and has received the UMI award 2011 for the best practices in PPP initiatives
taken by Bhopal Municipal Corporation. Apart from an innovative model, BMC/BCLL has also adopted
the use of Automatic Vehicle Location System (AVLS) on all its fleet size and also installing Passenger Information Systems (PIS) at selected stops for relaying this information to the passengers waiting at the
bus-stops. Presently BMC through an SPV formed BCLL, which operates 150 low floor buses out of 225
buses in the various route of city. BMC/BCLL would scale to 225 no. of buses operating from 325 bus
stop and about 82 no. would be BRTS bus stops in the BRTS Corridor from Misrod to Bairagarh.
In order to further improve the system, the city of Bhopal has embarked upon implementing the BRT
project on 24.0 k.m. of heavy demand corridor and the BRTS corridor from Misrod to Bairagarh will
come into operation by JUNE, 2013. Under the JnNURM scheme, a new fleet of 20 no. fully air-
conditioned low floor buses is also being procured which are proposed for operating in the 24 km BRT
corridor. This project has received financial support from JnNURM for development of infrastructure and
also a grant for the installation of Intelligent Transport Systems (ITS).
The BRTS project is expected to boost the modal share of bus based public transport. Right from
inception, BCLL has adopted the path of innovation, in order to achieve the goal of offering good quality
public transport, with available limited resources. Support under JnNURM scheme has allowed BCLL
through Bhopal Municipal Corporation, for operation of the low floor buses in Bhopal City for the
improvement of the public transport in the Bhopal city. BMC/BCLL as an organization is strongly
committed to provide better urban transport facility to commuters.
It is envisioned that, after the implementation of “Automated Fare Collection and Surveillance
Solution For Intelligent Transport System ( IT S) ” in the BRTS Corridor for Bhopal City Bus
Services in the public transport sector in Bhopal city, the bus services shall be modernized to the extent of providing an attractive, comfortable, easy and time-efficient experience to the public transport users in the
city.
3. Detailed Scope of Work
Page 5 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 6/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
The scope of the “Automated Fare Collection and Surveillance Solution For Intelligent
Transport System ( IT S) ” work will include design, development, installation and management of
Software and Hardware for automated fare collection, surveillance and intelligent transport system
for the feeder buses as well as BRTS buses for the Bhopal City Bus Services. There will be an agreement
for 5 years with Bhopal City Link Limited (BCLL) for maintenance of the above mentioned Software
and Hardware solution after the completion of the project and handing over of the complete solutions to
Bhopal Municipal Corporation as per the details of the scope of work mentioned below:
Off-Board Fare Collection Solution for BRTS buses: Consisting of Automated fare gates
(AFG) and Automatic Ticket vending Machines (ATVM) terminals in the bus stops.
On-Board Fare Collection Solution for Feeder buses: Consisting of Bus Validators (BV)
and Electronic ticket vending machine (ETVM) on the buses.
Video Surveillance Solution for all buses: On-board video recording with 2 no. CCTV
camera and syncing the stream over WiFi whenever the bus is in the bus terminal.
Management Information System (MIS): System to Record, archive and generate reports from the
ITS being provided.
Integration with existing Automatic Vehicle Locating System (AVLS): The service provider shouldwork on integrating with existing AVLS system, PIS and PAS system installed in the bus, by interfacing
with it to obtain GPS location.
Scale up existing ITS Command and Data Centre: Add the required workstations and operate andmaintain Command Centre with qualified staff.
Automated fare collection & Revenue Management System: All the revenue generated
from the Automatic Ticket vending Machines (ATVM) & point of sale will be collected bythe service provider & the total revenue will be deposited in the account of BCLL/BMC as
per the instruction of the MD, BCLL/Commissioner, BMC.
Point of sale: Provision of POS as defined in the BOQ.
Electronic Ticketing Vending Machine (ETVM): Provision of ETVM as defined in the BOQ
3.1 Off-Board Fare Collection Solution for BRTS buses:
- Automatic Ticket vending Machines (ATVM) terminals need to be installed in the
specified bus stops. Bhopal Municipal Corporation (BMC) will need the commercials to be provided by bidder per bus stop so that Bhopal Municipal Corporation (BMC) will scale it
based on the infrastructure requirements. The ATVM machines should be capable of
accepting coins from the users and issue RFID token based tickets to them whichcomes handy for customers who do not have smart cards.
- The off board ticket issue is to be validated with fare gates. Bhopal Municipal
Corporation (BMC) would require proposals for Automated Fare Gates which are
Page 6 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 7/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
capable to validating and fare deduction at destination based on the distance
commuted.
- There will two automated fare gates installed in every BRTS bus stop, one for
validating passengers during entry and one for exit. In addition to this one turnstile
tripod gate will be required to permit passengers to transit..
- Both the completely automatic fare gate and turnstile tripod fare gates should also be
extended to validate paper tickets issued by ETVM, which will have 2D barcode in
addition to validating the RFID tokens.
3.2 On-Board Fare Collection Solution for Feeder buses
- The Bus Validators need to be installed in each of the bus plying in the BRTS route as
per the quantities published in bill of materials.
- The bus Validators should be able to sync with the hotspot infrastructure provided by
the bidder or work using the connectivity, which may be on-board.
- The bus validator should be able to accept smart card, RFID based plastic coin based
fare collection.
- The bus validator should have two parts, one to be installed near the rear door for
passengers boarding and one to be installed in the front door designated for passengers
to disembark.
- The bus validator should calculate the fare based on the distance commuted by the
passengers.
- The bus validator should support over the air upgrade of fare rules during wifi syncing.
The scenarios to be handled in both off-board and on-board fare collections are depictedin the flows below:
Page 7 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 8/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Page 8 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 9/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Page 9 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 10/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Page 10 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 11/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Common Points across scenarios:
- In all cases, during final fare deduction point, if sufficient balance is not there an alarm
is to be raised.
- In all cases, the card is checked for validity and for availability of minimum fare is
verified in the entry point validator/gate.- All buses are equipped with Bus Validators capable of fare processing from Smart
Cards and RFID plastic tickets along with ETVM to issue paper tickets.
- The boarding and alighting locations are different for BRT and feeder buses in the bus
stops. In some cases, they are in different physical stop locations.
- The passes would be issued only in the form of smart cards which can be recognized by
Bus Validators, Fare Gates and ETMs.
- The reason behind supporting ETVM is providing alternate ticketing options as all bus
stops may not have the infrastructure to tender RFID tickets or smart cards and validate
them.
3.3 Video Surveillance Solution for all buses
- The buses need to be installed with one camera in the front, one in the rear side. These
two cameras should be capable of operating in day and night vision with adequate IR
LED support.
- Digital Video recorded needs to be installed in the bus which would be capable of
recording the video streams on a continuous basis.
- The DVR should be capable to pushing the recorded video streams whenever the buses
approach the bus terminals over WiFi.
- The service provider should also provide the WiFi hotspot infrastructure in the bus
terminals, where connectivity needs to be provided. The exact area for estimation may
be obtained by physical inspection as well.
- The video management application used in the control room should be able to
comprehend the recorded information to facilitate review in the control room.
3.4 Management Information System (MIS):
- The MIS reports to provide details earnings information per bus, per bus stop,
projected by time, duration, etc.
- The reports should enable analysis of efficiency and potential of all the routes to
enable scaling decisions.
3.5 Integration with Automatic vehicle Locating System
(AVLS):
- The service provider should work on integrating with existing Automatic vehicle Locating
System (AVLS), Passenger Information System (PIS) and Passenger Announcement
Page 11 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 12/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
System (PAS) installed in the existing buses plying & for the new buses, by interfacing with
it to obtain GPS location.
- The reports should also be able to integrate with existing AVLS provider reports so
that the information can be presented over a map using the GPS data of fare collection.
- The KMs covered, etc should be obtained by interfaced with existing system to
facilitate KM based report generation.- The bus health/downtime information should also be shown in a revenue loss report by
obtaining information from the existing system.
3.6 Scale up existing ITS Command and Data Centre
- Data center infrastructure at THREE bus terminals to sync and download the videos
from the buses when they arrive.
- Provide access to the video stream from the command and control center.
- Command and control center should be equipped with 5 workstations to monitor the
video streams and additional 4 sealer infrastructures for monitoring the AFC system.
3.7 Automated fare collection system & Revenue Management System:
This system is responsible of collecting data from gates/vending machine/manned POS
of each station to generate daily revenue report, passenger flow statistic report and other
management reports. It is also responsible of setting up parameters for trip fare of each
route and each station and transmits this kind of fare parameter to each gates in every
station automatically.
- Software application suite responsible for providing stakeholders issue smart cards,
manage the balance on the cards.- Securely handle the permitted kilometers in the card and support fare deduction and
toping up.
- Support requirements of tomorrow for using the same cards as a way to make micro
payments.
- To integrate with other single card systems that may evolve in the future.
Modus Operandi for Revenue Collection
- On a daily basis the system generates reports showing revenue accumulated in each
ATIM.
-All the revenue generated and the funds accumulated from the Automatic Ticketvending Machines (ATIM) & point of sale will be collected by the service provider &
the total revenue will be deposited in the account of BCLL/BMC as per the instructionof the MD, BCLL/Commissioner, BMC.
- The amount is tallied with the figures shown by the revenue management system
managed by the by the service provider.
- The bidder should also take the RFID tokens collected in the bus stops and buses and
recycles them into AITMs on a periodic basis.
Page 12 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 13/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
3.8 Point of sale:
- The Point of Sale terminals are designated for customers to purchase provisioned
smart cards, which can be used instead of RFID tokens or paper tickets.
-The bidder is expected to provide PC with card initialization and personalizationdevice and printer.
- This should also include all the middleware, database, backup storage mechanisms,
camera to capture photo of the users.
- These points of sale terminals or the smart card issueterminals should be connected to internet withsuitable internet connectivity, the bandwidth may bedecided by the vendor.3.9 Electronic Ticketing Vending Machine (ETVM):
-These are handheld ticketing machines that will be used by the conductor to issue paper tickets.
- The issued tickets should have barcode printed, which should enable other systems to
validate the issued tickets.
- The ticketing machine should have connectivity as proposed by the bidder to exchange
information with the server.
- The connectivity architecture is to be proposed by the bidder based on the
compatibility to the other systems proposed to receive information.
- The ETVM should have SAM slots to validate the RFID cards.
- ETVM should have display and 20 key keypad.
-The ETVM should also have rechargeable battery to last for 10 hours.
- The ETVM should also have a printer and the suitable media is to be included in the
cost as per the price bid.
-
3.10 Suggestive BOQ
The Bhopal Municipal Corporation (BMC) has the goals to establish the following
network of buses and supporting infrastructure at the Bhopal City through SPV Bhopal
City Link Limited.
# BRT Buses & Feeder Buses 225 no.
# BRT Bus Stops Total no. of BRT Bus Stops=82 no.
# Feeder Bus stops 325 no.
POS for Smart Card Issue 10 no.
Some buses will be shared between BRT corridor bus services and Feeder bus services, so
Page 13 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 14/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
the buses should be equipped with support for using the applications in both the modes.
Based on the above statistics, the Service Provider is free to design the infrastructure with the
consent of Bhopal Municipal Corporation when the mechanism is approved by BMC, the
bidder provide the same to achieve the functionalities scoped out in the tender. At the same
time the service provider will work on integrating with existing AVLS, PIS and PAS
installed in the existing buses plying & for the new buses, by interfacing with it to obtain
GPS location.
Location Components of Solution Tentative Qty
(no.)
BRTS Bus Stop -
Automated Fare
Gate
Automatic Fare Gate supporting RFID tokens, Smart Card, passand Bar-coded paper ticket with 2 flap (each for entry & exit).
82
Manual turnstile Tripod Fare Gate to be used in other end of Bus
stop & supporting RFID tokens, Smart Card, pass and Bar-coded
paper ticket
82
Barricade Sensor Gate which will open when the BRTS bus arrives
at the bay-One for front door and other for rear door (for passengers
boarding and alighting)
164
Automatic Ticket Vending Machine which would accept coins &deliver RFID tokens and Bar-coded paper ticket which will be
integrated with Automatic Fare, Gate Tripod Fare Gate, ETVM &
Bus validators.
82
(The above should include all supporting peripherals includingGate Cabinet, Power Supply Unit, UPS 8hr. backup, Gate Control,
Info Display, Sensors, Token Container, Mechanism, etc)
Smart Card Issue
Terminal
Workstation 10
Card Initialization and Personalization Device (CIPD) 10
Card Initialization Device 10
Card Personalization Device 10
Token Initialization Device 10Printers 10
Middle Ware + DB + Backup Storage 10
BRTS / Feeder Bus
Bus-Validator for on-board fare collection with one extension in
rear entry and one in forward exit. (SIM card/communication
framework required to sync the transactions to the data center.)
450
Page 14 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 15/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Camera from inside the bus facing front door. 225
Camera from inside the bus facing rear door. 225
Mobile DVR to meet the functional requirements. 225
Bus Terminal
Servers for storing video feed from the DVR's installed in the busesfor 3 no. depots
6
WiFi Hotspot framework for covering the bus terminal area. 3
UPS supporting the infrastructure to work for 8 hours. 3
Video Management Software Application 1
Data Center
Infrastructure
Servers for AFC / Revenue Management Solution 4
Middleware + FTP Server 1
Gateway + CTH + DB Server 1Revenue Management Software Suite 1
Automated Fare collection revenue suite 1
Fleet Management Interface Development 60
Networking Components 1
Electronic Ticketing
Vending Machine
Hand held Ticketing machine with printer 495
Control Room
Infrastructure
AFC – Team
Workstation Monitor, Keyboard + Optical Mouse 5
Video Surveillance Team
Workstation Monitor, Keyboard + Optical Mouse 5
Fare Media
Type A contactless smart cards/pass 60,000
Plastic Ticket Coins RFID based 60,000
Connectivity (One
Time Cost - InitialSetup, Modems, etc.)
Suitable connectivity for Video Surveillance Clients to access video
feed data from the Bus Terminals.
3
Internet Leased Line at the server room to support ticketing and
fare collection.
1
Page 15 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 16/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
SIM Connectivity wherever applicable (Onboard Bus Validator /
Electronic Ticketing Machine - ETVM)
945
Internet Connection for Fare-gates, ATVM and Point of Sale
Terminals
256
(Any other components / sub-systems required for achieving the
desired functionality)
As appropriate
The quantity is an indication based on total available bus stops and buses, but
Bhopal Municipal Corporation (BMC) will reserve the rights to implement it
component by component in a phased manner in a period of 5 years time.
4. Bid Summary
Project Title Tender for “Automated Fare Collection and Surveillance Solution
For Intelligent Transport System (ITS) for Bhopal City Bus
Services”
Name Of Agency Bhopal Municipal Corporation (BMC) , Bhopal, (M.P.)
Project Site Bhopal (M.P.)
Description Of Work “Automated Fare Collection and Surveillance Solution
For Intelligent Transport System (IT S)” work will
include design, development, Supply, installation Testing,
Commissioning, management & Maintenance of Software and
Hardware for automated fare collection, surveillance and
intelligent transport system for the period of five years for the
BRTS buses, Bus stops on BRTS corridor, feeder buses and for
Bhopal City Bus Services.
There will be an agreement for 5 years with Bhopal City Link
Limited (BCLL) and the Service Provider for maintenance of the above mentioned Software and Hardware solution after
the completion of the project and handing over of the complete
solutions to Bhopal Municipal Corporation.
Contract Period for Supply, installationTesting, Commissioning with BMC
As mentioned in Annexure-B
Maintenance Contract Period with BCLL 5 years
Date of Issue Of RFP 04/04/2013
Authority and Place For Purchase o f
RFP, submission and opening Of Bids and
contact details
The Chief Engineer, Bhopal Municipal Corporation
O/o Commissioner, Bhopal Municipal Corporation,
Harshwardhan Complex Phase-2, Mata Mandir, Bhopal, Phone
no. 0755 2701222, Fax no. 0755 2701223Bid Security Amount (EMD) Rs. 30,00,000.00 (Rs. Thirty lakh only)
Last Date and time For receipt of Bids 22/04/2013 at 15.00 HRS
Bid Validity 120 days from the last date of submission of RFP
Date And Time Of Opening Of Technical
Bid (including Envelope 1 and 2)
22/04/2013 at 16.00 HRS
Page 16 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 17/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Date of presentation of the case To be intimated at a later stage by Bhopal Municipal
Corporation
Date And Time Of Opening Of Financial
Bid
To be intimated by Bhopal Municipal Corporation (BMC) at a
later date
Website htt p://w ww.bho palmuni ci pal .com
5. Instructions to Bidders
5.1 Due Diligence
The Bidder is expected to examine all instructions, forms, terms and specifications in the
RFP. The Bid should be precise, complete and in the prescribed format as per the
requirement(s) of the RFP. Failure to furnish all information required by the RFP or submission of a Bid not responsive to the RFP in every respect will be at the Bidder’s risk
and may result in rejection of the Bid.
5.2 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its Bid and
Bhopal Municipal Corporation (BMC), will in no case be held responsible or be liable for thesecosts, regardless of the conduct or outcome of the Bidding Process.
5.3 Cost of Document
The RFP Document would cost Rs. 50,000/- (Rupees Fifty Thousand only) payable in the
form of a Demand Draft drawn in favour of Commissioner, Bhopal Municipal Corporation(BMC), payable at Bhopal. The Bidders who are downloading the RFP Document from
Website shall deposit (in the form of a Demand Draft) the said cost of the RFP Document
along with the Bid. In the event of failure to deposit the requisite cost by such Bidder, that Bid
shall not be processed further.
5.4 Amendment & Clarification to RFP Documents:
At any time prior to the Due Date for submission of bids, Bhopal Municipal Corporation
(BMC) may, for any reason, modify the RFP by amendment. Any amendments/modificationsto the tender, shall be through the issue of addendum(s) to the tender, which shall set forth the
said amendments/modifications thereto (hereinafter referred to as the “Addendum(s)”). All
prospective bidders who have downloaded/purchased the RFP shall be informed of suchAddendum(s) through the BMC website-www.bhopalmunicipal.com and the contents, terms
and conditions of all such Addendums(s) shall be binding on all bidders. The Client may at its
discretion extend the deadline for the submission of Proposals
5.5 Eligibility Criteria
Bidders who include companies, partnerships, proprietary concerns, duly registered co-operativesocieties, consortium (lead partner + one) having the following experience:
Page 17 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 18/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
a) Designed, deployed and maintained 3 automated fare collection system solution projects in
the last 3 years and one onboard bus mounted surveillance projects in the last five years. b) The onboard surveillance project should involve at least 50+ buses installed with any state
transport corporation in India.
c) The bidder should substantiate their experience above projects serving more than 10 bus
operating companies, more than 100 depots, 100 fare gate, more than 3,000 buses, and morethan 3,000 Bus Validator.
d) At least one of these projects should have been operational for a period of at least 5 years
and also at the day of submission of the bid.e) At least one of these projects should support more than 50,00,000 smart cards in operation.
f) At least one of the above projects had provided the Application Software for Central
Clearing House System. The value of the clearing house software component should be morethan INR 50,000,000 to the transport companies.
g) Prime Bidder should have an Average Annual Turnover of more than INR 200 crores for the
past 2 consecutive years in the entity or in the parent company if in case of wholly ownedsubsidiary.
h) None of the bidder or any consortium member should not have been black-listed by anyCorporation/Board or State/Central Government as on the date of bid submission
nationally or internationally.
i) The prime bidder should be ISO9001 certified.
j) The prime bidder should be a registered company in India and the additional member in theconsortium can be Indian / international company.
The required pre-qualification can be met by the JV unless specifically mentioned to be met by the prime bidder.
5.5 Bid Format
The Bidding is a two-stage process comprising the Technical and the Financial bid. The
purpose of the technical bid is to ensure the technical and financial capability of the bidder tosupply the products and services as required. Financial Bids of only those Bidders qualifying
in the Technical Bid would be opened.
5.6 Bid Submission Format
The Bidders will submit the Bid in three envelopes, the details for which are specified below:
Envelope 1 Containing:
Proposal covering letter along with Bid Security in the form of a Demand Draft (EMD
details)
Envelope 2 containing:
Company Profile of Bidder and Consortium partner and Power of Attorney for Appointment
of Lead Member (where applicable)
Documents supporting prequalification compliance, Project Whitepapers, Technical Proposal
letter along with relevant attachments
Envelope 3 containing:
Financial Proposal letter along with relevant attachments
Page 18 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 19/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
i. All the above envelopes viz. ‘1’, ‘2’ and ‘3’ along with the original bid documents
issued / downloaded (including all amendments and clarifications issued by BMC)
duly signed by authorized signatory on all pages shall then be sealed in one outer
envelope.
ii. The inner and outer envelopes shall be addressed to BMC and marked as below:
“Tender for Automated Fare Collection and Surveillance Solution For
Intelligent Transport System(ITS) for Bhopal City Bus Services” To be
OPENED on 22 April, 2013 at 4.00 PM.
iii. The outer as well as inner envelopes shall indicate the name and address of the
Bidder to enable the Proposal to be returned unopened in case it is received late.
5.7 Bid Opening Process
On the day of bid opening, Envelope 1 would be opened first and the Bid Security DD (EMD
details) would be verified.
On successful verification of the Envelope 1, BMC will open the Envelop 2.
Further, the Bidder/s would, at a later date as specified by Bhopal Municipal Corporation (BMC),
should present the proposed solution.
Envelope 3 would be opened on the date and time specified by Bhopal Municipal Corporation
(BMC).
5.8 Bid Security
Bid submitted in response to the Tender Document shall be accompanied by a Bid Security of
Rs. 30,00,000/- (Rs. Thirty lakh only) (herein after referred to as “Bid Security” or “EMD”) in theform of a demand draft drawn in favour of “Commissioner, Bhopal Municipal Corporation
(BMC)” payable at Bhopal
5.9 Discharge of Bid Security of successful Bidder
The Successful Bidder shall be required to furnish a performance guarantee on or before the
date of signing the Concession Agreement. The Bid Security of a Successful Bidder shall be
discharged only after the Successful Bidder furnishes the performance guarantee as required.The Successful Bidder’s Bid Security shall not be adjusted against the Performance
Guarantee. The Bid Security of the unsuccessful Bidders shall be discharged only after the
execution of the agreement with the successful Bidder.
5.10 Performance Bank Guarantee
Within 30 (thirty) days of receipt of ‘Letter of Acceptance’ by the Successful Bidder, the bidder shall furnish a performance guarantee to “Commissioner, Bhopal Municipal
Corporation (BMC)” for an amount equal to 10% (Ten Percent) of the Purchase Order value
of the Successful Bidder. The amount will be payable in the form of a Bank Guarantee fromany Scheduled Bank approved by RBI or Demand Draft. The Bid Security submitted by the
Page 19 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 20/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Successful Bidder shall not be adjusted against the Performance Guarantee. The Bid security
shall be returned back to the Concessionaire on the receipt of Performance Guarantee. ThePerformance Guarantee shall be kept valid for the entire Term of this Contract Agreement ie. for five
years. The general format of the bank guarantee for Performance Guarantee is set forth in this
Tender. Performance Guarantee in the form of a bank guarantee shall be irrevocable and
valid for the entire Concessionaire Period and an additional period of 90 (ninety) daysthereafter
5.11 Evaluation Criteria
The two-stage evaluation is based on technical and financial evaluations for the bidders who
have qualified for all the prequalification conditions mentioned in the RFP. First, the
technical evaluation is scored as shown in Table below. Bidders with more than 70 points
will be shortlisted for financial bid opening. The lowest financial bid among the shortlisted bidders will be selected for the award of this tender.
Sr.
No.
Criteria Score
1 Bidders Organization Profile with past financial performance (last
three years audited results)
15
2 Bidders past experiences in similar projects (this is in addition to thefirm meeting all the prequalification conditions)
20
3 Presentation (on a date to be specified by Bhopal MunicipalCorporation (BMC) clearly indicating a complete understanding of the
project, along with a proposed work plan, methodology for
implementation, operations etc. and concept demonstration.(a) Understanding of the architecture, process flow and feasibility of
the Project plan(b) Ability to demonstrate a working ITS system to include
Vehicle Location System & Passenger Information System on and off the bus highlighting key features required by Bhopal Municipal
Corporation (BMC)
30
4 Project Approach and Methodology, Proposed staff, Hardware and
Maintenance of operations
10
5 References from Current and Past Clients 25
Total Technical Score 100
Evidence in the form of supporting documents and the presentation should be submittedalong with the Technical Tender
5.12 Financial Bid Opening
After the evaluation of first round is completed, the Bhopal Municipal Corporation (BMC) shall
notify those Bidders, whose proposals did not meet the minimum qualifying mark or were
considered non- responsive to the Tender and scope. The client shall simultaneously notify bidders that have secured the minimum qualifying mark, indicating the date and time set for
opening the financial proposals. The Price Proposal shall be opened in the presence of the
Page 20 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 21/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
successful Bidder’s representatives who choose to attend. The name of the Bidder’s and the
proposed price shall be read loudly and recorded when the financial proposal is opened.
The Evaluation committee will determine whether the financial proposal is complete and will
correct any computational error. The bidder’s qualified in the technical proposal and who
quotes the lowest in the financial proposal will be qualified as qualified Bidder.
5.13 Validity Period
Bids shall remain valid for a period of 180 days (One hundred and eighty days) from the last
date of submission of the RFP. The Bhopal Municipal Corporation (BMC) reserves the right to
reject a Bid as non- responsive if such Bid is valid for a period which is less than specifiedand Bhopal Municipal Corporation (BMC) shall not be liable to send an intimation of any such
rejection to such Bidder.
5.14 Extension of Period of Validity
In exceptional circumstances, Bhopal Municipal Corporation (BMC) may solicit the Bidder’sconsent for an extension of the period of Bid validity. Any such request by the Bhopal
Municipal Corporation (BMC) and the response thereto shall be made in writing and such
extension of Bid validity period by the Bidder should be unconditional. A Bidder may refuse
BMC’s request for such extension without forfeiting the Bid Security. A Bidder accepting therequest of Bhopal Municipal Corporation (BMC) shall not be permitted to modify its Bid.
5.15 Modification and Withdrawal of Bid
No bid may be withdrawn in the interval between the deadline for submission of bid and the
expiration of the validity period.
5.16 Submission Document Checklist
Bidder should be required to submit the following documents. The formats for thesedocuments, where applicable, are placed in this RFP
Sr. Document Name Yes/No
1 Envelope One Bid covering letter in given format Bid security DD / Tender fee Power of Attorney for Appointment of Lead Member
(where applicable)
2 Envelope Two Technical proposal covering letter Appendix A: Bidders organization With last three years
financial reports Appendix B: Bidders Experience Appendix C: Approach paper and Methodology Appendix D: Proposed staff, hardware and operations Appendix E: References
Page 21 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 22/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
3 Envelope Three Financial proposal covering letter Appendix A: Financial Quote Appendix B: Pricing ITS Hardware& Manpower
Page 22 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 23/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
6. General Conditions of the Tender
6.1 Letter of Acceptance & Agreement
As the first step for the assignment, Bhopal Municipal Corporation (BMC) will issue
Bidder a Letter of Acceptance. This letter will refer to the proposal and confirm itsacceptance. The parties agree to enter into a Service Agreement in due course, which
shall consist of Project Terms and Conditions- as stipulated in this RFP and the
Technical Proposal provided by the Bidder. If any bidder wishes to lodge a complaintagainst the other bidder regarding the submission of FALSE document information,
etc. The bidder has to deposit Rs. 2,50,000/- in favour of “Commissioner, Bhopal
Municipal Corporation (BMC)”. The start of the operations shall not be later than one
month from the date of issue of Letter of Acceptance. The deposited DD will bereturned after screening the found to be true. However if the claim is found to be false,
the deposit will be forfeited.
6.2 Work Order
Work Order once placed cannot be cancelled or amended in normal circumstances. Butin case of any emergency situations it can be amended on mutual consent in writing.
6.3 Service Agreement Period
The Service Agreement period shall be five years.
6.4 Tax liability
The Prices mentioned in the proposal should include all taxes applicable as on the date
of submission of this proposal. The Bhopal Municipal Corporation (BMC) shall be entitled
to deduct tax at source as may be applicable. The TDS certificate(s) shall be submittedas per the due date specified in the Income Tax Act.
6.5 Proposal Disqualification Criteria
The proposal is liable to be disqualified in the following cases:
6.5.1 Proposal submitted in incomplete form.
6.5.2 Proposal is not accompanied by all requisite-supporting documents.
6.5.3 Information submitted in technical proposal is found to be misrepresented,
incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the
contract including the extension period if any.
6.5.4. Bidders may specifically note that while evaluating the proposals, if it comes to
BMC’s knowledge expressly or implied, that some Bidders may have
compounded in any manner whatsoever or otherwise joined to form an alliance
resulting in delaying the processing of proposal then the Bidders so involved areliable to be disqualified for this contract as well as for a further period of two
Page 23 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 24/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
years from participation in any of the bids floated by Bhopal Municipal
Corporation (BMC). It is also clarified that if need arises Bhopal MunicipalCorporation (BMC) would go in for appointment of outside party(s) to undertake
the work under the captioned bid.
6.6 The Bhopal Municipal Corporation (BMC) reserves the right to accept or reject any proposal and to annul the bidding process and reject all proposals at any time prior to
award of contract, without there by incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Bhopal Municipal Corporation (BMC)’s action.
6.7 Notification of Award
Prior to the expiration of the validity period Bhopal Municipal Corporation (BMC) will
notify the successful Bidder in writing or by fax, to be confirmed in writing by issue of Letter of Acceptance stating that its proposal has been accepted. The notification of award
will constitute the formation and execution of the contract. Upon the successful Bidder’s
furnishing of performance security, Bhopal Municipal Corporation (BMC) shall executethe contract agreement with the successful Bidder and issue the notice to proceed as well.
6.8 Signing of Contract
At the same time as Bhopal Municipal Corporation (BMC) notifies the successful Bidder
that its proposal has been accepted, Bhopal Municipal Corporation (BMC) shall enter into
a Service Agreement with the ITS service provider after submission of the performancesecurity, on the lines indicated in Annexure ‘D’. The Service Provider will raise invoice
for CAPEX regarding “Automated Fare Collection and Surveillance Solution For
Intelligent Transport System (ITS)” work will include design, development, Supply,
installation Testing, Commissioning of Software and Hardware for automated farecollection, surveillance and intelligent transport system for the BRTS buses, Bus stops on
BRTS corridor, feeder buses and for Bhopal City Bus Services as per the terms and
conditions defined in the payment terms and conditions. The same shall be paid by BhopalMunicipal Corporation (BMC) as per terms and conditions finalized in service agreement.
6.9 There will be an agreement for 5 years with Bhopal City Link Limited (BCLL) for maintenance of the above mentioned Software and Hardware solution after the completion
of the project and handing over of the complete solutions to Bhopal Municipal Corporation
as per the details mentioned in the scope of work and the detailed bills of quantities. After the start of operations, the Service Provider will raise a monthly invoice for OPEX for
Operations and Maintenance Cost for duration of the 5 years contract to Bhopal City Link Limited (BCLL).
Page 24 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 25/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
7. Format for Proposal covering letter
To:
The Chief Engineer,
Bhopal Municipal Corporation (BMC)
Bhopal, Madhya Pradesh Date:
Dear Sir:
We, the undersigned, offer to provide the services for On-board surveillance and AFC
solution for Bhopal in accordance with your Request for Proposal dated [Insert Date].
We are hereby submitting our Technical Proposal, the Financial Proposal duly sealedunder separate envelopes.
We are submitting our Proposal in association with: [Insert a list with full name andaddress of each associated member] (where applicable)
We hereby declare that all the information and statements made in this Proposal aretrue and accept that any misinterpretation contained in it may lead to our
disqualification.
- We undertake, if our Proposal is accepted, to initiate the services based on serviceagreement
- We understand you are not bound to accept any Proposal you receive. Yourssincerely,
Authorized Signature [In full and initials]: Name and Title of Signatory:
Name of Firm:
Address:
Page 25 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 26/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
8. Formats for Technical Bid
8.1 Format for Technical Bid Covering Letter
To
The Chief Engineer,Bhopal Municipal Corporation (BMC)
Bhopal, Madhya Pradesh Date
Sir,
We, the undersigned, offer to provide the services for ITS Services for Bhopal in accordance
with your Request for Proposal dated [Insert Date]. We are hereby submitting our Technical
Proposal along with the following details
a. Organization Profile
b. Past Experience in similar projectsc. Approach Paper and methodology
d. Proposed staff, hardware, Maintenance and operations
e. References
f. Suggestion for scope of work
g. Any other document considered necessary and referred in this tender.
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
Yours sincerely,
Authorized Signature [In full and initials]:
and Title of Signatory:
Name of Firm: Address:
ENCL:- Appendix A to E
Page 26 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 27/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
8.2 Appendix ‘A’: Bidders’s Organization
[ Provide here a brief description of the background and organization of your firm/entity and each
associate for this assignment.]
8.3 Appendix ‘B’: Bidder’s past experience on similar projects
[Using the format below, provide information on each assignment for which your firm, and each associate
for this assignment, was legally contracted either individually as a corporate entity or as one of the major
companies within an association, for carrying out consulting services similar to the ones requested under
this assignment.]
Format to be used separately for each assignment
Assignment name: Approx. Value of the contract (in currentRupees):
Country:
Location within country:
Duration of assignment (months):
Name of Client: Total No of staff-months of the assignment:
Address: Approx. Value of the services provided by
your firm under the contract (in current
Rupees):
Start date (month/year):
Completion date (month/year):
No of professional staff-months provided by
associated firm:
Name of Key team Members, if any: Name of senior professional staff of your firm
involved and functions performed (indicatemost significant profiles such as Project
Director/Coordinator, Team Leader):
Narrative description of Project:
Page 27 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 28/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
8.4 Appendix ’C’: Approach and Methodology with Proposed Architecture (with
reasons)
8.5 Appendix ‘D’: Proposed Hardware, Software, Firmware
and Staffing details for Operations and maintenance:
[ Present and justify the proposed ITS system for the contract period. The maintenance operations contract
amount in the financial bid must be a factor of the monthly staffing needs provided in this form]
Detailed BOQ Format for Hardware
Sr. NO Item Quantity Brief Specifications/Configuration of the
Item
InstallationLocation
Remark
Manpower Deployment
Sr. NO Technical
Appointment
Location Qualifications Numbers Responsibilities
NOTE: The detailed specifications with literatures on the Items must be attached to enable arrive at the
critically/ need viz a viz cost given in the financial quote. Similarly need for the manpower must also be justified.
8.6 Appendix ‘E’: Format for Providing References
Item Reference 1 Reference 2 Reference 3
Name of the customer
Organization
Country
Government/Nongovernmental
Geographical
Contact Details
Contact Person
Name
DesignationPhone
Website
Page 28 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 29/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
9. Formats for Financial Proposal
9.1. Format for Financial Proposal Covering Letter
[ Location, Date]
The Chief Engineer,
Bhopal Municipal Corporation (BMC)
Bhopal, Madhya Pradesh
Dear Sir:
We, the undersigned, offer to provide the services for ITS Services for Bhopal in
accordance with your Request for Proposal dated [ Insert Date]. We are hereby submitting
our Financial Proposal along with following details
a. Financial Quote
b. Cost Break Up
We hereby declare that all the information and statements made in this Proposal are true
and accept that any misinterpretation contained in it may lead to our disqualification.
Yours sincerely,
Authorized Signature [ In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Page 29 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 30/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
9.2. Appendix ‘A’ to Financial bid covering letter: Format Financial Quote
The price bid should contain the cost of all components of the integrated solution in the following
format:Financial Format
Location Components of Solution Unit
Price
Qty (no.) Total
Price
BRTS Bus Stop -
Automated Fare
Gate
Automatic Fare Gate supporting RFID
tokens, Smart Card, pass and Barcoded paper ticket with 2 flap (each for entry &
exit).
82
Manual Tripod Fare Gate to be used in
other end of Bus stop & supporting RFID
tokens, Smart Card, pass and Barcoded
paper ticket
82
Barricade Sensor Gate which will open
when the BRTS bus arrives at the bay -One for front door and other for rear door
(for passengers boarding and alighting)
164
Automatic Ticket Vending Machine which
would accept coins & deliver RFID tokens
and Barcoded paper ticket which will beintegrated with Automatic Fare, GateTripod Fare Gate, ETVM & Bus validators
82
(The above should include all supporting peripherals including Gate Cabinet, Power
Supply Unit, UPS 8hr. backup, Gate
Control, Info Display, Sensors, TokenContainer, Mechanism, etc)
Smart Card
Issue Terminal
Workstation 10
Card Initialization and PersonalizationDevice (CIPD)
10
Card Initialization Device 10
Card Personalization Device 10
Token Initialization Device 10
Printers 10
Page 30 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 31/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Middle Ware + DB + Backup Storage 10
BRTS / Feeder
Bus
Bus-Validator for on-board fare collection
with one extension in rear entry and one inforward exit. (SIM card/communication
framework required to sync the
transactions to the data center.)
450
Camera from inside the bus facing front
door.
225
Camera from inside the bus facing rear
door.
225
Mobile DVR to meet the functional
requirements.
225
Bus TerminalServers for storing video feed from theDVR's installed in the buses for 3 no.
depots
6
WiFi Hotspot framework for covering the bus terminal area.
3
UPS supporting the infrastructure to work
for 8 hours.
3
Video Management Software Application 1
Data Center
Infrastructure
1
Servers for AFC / Revenue Management
Solution
4
Middleware + FTP Server 1
Gateway + CTH + DB Server 1
Revenue Management Software Suite 1
Automated Fare collection revenue suite 1
Fleet Management Interface Development 60
Networking Components 1
Electronic Ticketing machineHand held Ticketing machine with printer 495
Control Room
Infrastructure
AFC – Team
Workstation Monitor, Keyboard + Optical
Mouse
5
Page 31 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 32/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Video Surveillance Team
Workstation Monitor, Keyboard + Optical
Mouse
5
Fare Media
Type A contactless smart cards/pass 60,000
Plastic Ticket Coins RFID based 60,000Connectivity (One
Time Cost - Initial
Setup, Modems,
etc.)
Suitable connectivity for Video Surveillance
Clients to access video feed data from the Bus
Terminals.
3
Internet Leased Line at the server room to
support ticketing and fare collection.
1
SIM Connectivity wherever applicable
(Onboard Bus Validator / Electronic Ticketing
Machine - ETVM)
945
Internet Connection for Fare-gates, ATVM
and Point of Sale Terminals
256
(Any other components / sub-systems required
for achieving the desired functionality)
As appropriate
========================
Grand Total-“A”
All taxes, inclusive of the service taxes, prevailing duties and incidental costs, such as
transportation insurance should be included in the price quoted.
All the equipments are ensured to have insurance and to be safely protected for 5years. After
five years the service provider has to hand over all the relevant ITS solutions to BMC/BCLL
Page 32 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 33/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
9.3. Appendix ‘B’: Costing of ITS Solution:
Detailed Operations and Maintenance Cost for duration of the 5 years contract (AMC, etc)
Page 33 of 60
Item Resource Quantity/N
umber
Cost per
unit/Month
Total Cost (Incl of
taxes etc.) for
duration of the
contract (5 years)
Connectivity
ChargesSuitable connectivity for Video
Surveillance Clients to access
video feed data from the Bus
Terminals.
3
Internet Leased Line at the
server room to support ticketing
and fare collection.
1
SIM Connectivity wherever
applicable (Onboard Bus Validator
/ Electronic Ticketing Machine -
ETVM)
945
Internet Connection for Fare-
gates, ATVM and Point of Sale
Terminals
256
Man PowerService Engineer 5
Operator for Smart Card Issue
Terminal (1 shifts)
10
AMC For maintaining, upgrading for the supplied
hardware.
AMCPercentage
applied on the
supplycomponents
Total cost (Incl. oftaxes) = Cost of
materials supplied x
AMC Rate %
I Year
II Year
III Year
IV Year
V Year
Grand Total-“B”
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 34/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
FINANCIAL QUOTE (in Rs.)
Grand Total-“A”
Grand Total-“B”
TOTAL FINANCIAL QUOTE(Grand Total-“A” + Grand Total-“B”)
The total price quoted by the bidder in Appendix A and B will be used for
determining the lowest bidder. All the prices quoted should include all taxes and
duties. All taxes, inclusive of the service taxes, prevailing duties and incidental
costs, such as transportation insurance should be included in the price quoted.
Page 34 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 35/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Annexure ‘A’ - Technical Specification Requirements
BUS VALIDATOR
The bus validator should support the following minimum features
- Display Panel
- 0 to 70 degree support
- 4 user defined function keys
- Support for 4 different SAM cards for different card use.
- Embedded ARM to support different card reader other than the one suggested by bidder.
- Wireless data transmission through WiFi
- Time and position synchronization from external NMEA GPS feed from existing GPS units.
FARE GATES
The requirement of validating smart cards, RFID coins and the paper tickets remains
common between tripod manual and automated fare gates. In addition to that the following
specification is for the automatic pedestrian retractable barrier gates.
BARRICADE GATES (GLASS DOOR)
Automatic sensor glass doors, which will unlock and allow opening only when the BRTS bus arrives at
the bay. The sensing should be based on RFID or wireless communication between the systems in the
bus and the bus stand. This should be for a width as per the Bus stop and should support fast openingand closing.
AUTO FARE GATE SPECIFICATION
Page 35 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 36/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Motor Drive Torque
Voltage V 110-240
Frequency Hz 50-60
Power consumption W max. 1000
Power consumption W typical 420
Gate open/close times Typical 0.5
Obstacle height mm 1200, 1500, 1800
Weight kg Approx. 100
Length mm 2000/2300
Protection IP 32 or 44
Throughput per minute Up to 60
Operating Temperature °C 55
Passage width mm 550
SMART CARD SPECIFICATION
Page 36 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 37/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
- Smart cards shall adhere to applicable and generally adopted industry standards
including ISO 14443 Type A or Type B and ISO 7816.
- The cards shall be compliant with ISO10373 (resistant to alcohol, fuel, sweat, etc).
- The cards shall be in accordance with ISO 7810 ID-1 physical standards.
-Smart cards shall have a physical life and be durable for at least 5 years under regular
usage conditions (e.g. stiff plastic).
- "Smart card should have sufficient memory to meet the all the system requirement and
should be at least 4K memory"
- The cards shall be contactless having an operating range of 0cm to 5 cm.
- The card serial number shall be printed on the face or back of the card to support
customer inquiries. This number shall correspond to an identical number electronically
stored on the card.
- All the printing shall be with laser marking or similar latest technology as the cards
shall be used over extended period of time.
-At a minimum the print on the smart card should last for 5 years without visibledegradation in the quality of print.
- The card shall be printed with content to be provided by Purchaser which may include
but not limited to:
1. Standard graphics or images developed by Purchaser (e.g. logos, promotions, etc)
2. Standard text developed by Purchaser (e.g. Terms of use)
- The card shall support unlimited read operations, 100,000 write operations, and data
retention capability for at least 10 years.
- The Bidder shall provide factory test info on cards (i.e. proof of durability).
CAMERA SPECIFICATION
The Video Surveillance Camera will be a high-resolution, feature-rich digital camera designed for
superior performance in a wide variety of environments. The camera should integrate with the DVR for
storing (1280 x 720) video at 30 frames per second, offering efficient network utilization, while providing
high-quality video. Contact closures and two-way audio will allow integration with microphones,
speakers, and access control systems.
Image Specification
Imaging Device
1/3-in. complementary metal oxide semiconductor (CMOS) with
wide dynamic range
Page 37 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 38/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Image Control Automatic white balance (AWB), automatic back lighting,automatic gain control (AGC), auto/manual iris, sharpness, image
quality, time stamp, and camera ID
Dynamic Range 65 dB maximum
Minimum Illumination Color: 1.5Lux (Slow frame: 0.4Lux), B/W : 0Lux (IR LED ON)
Signal-to-Noise Ratio (SNR) >53 dB
Lens Selection Accepts manual or DC auto iris lens
Lens Mount CS mount
Shutter Speed • Electronic Rolling Shutter (ERS)
• Global Reset (GR)
Video Compression H.264 (Either on-board or offboard on DVR)
Audio Compression G.711 A-Law, G.711 U-Law, G.726
Resolution and Frame Rate ● N1920 x 1080 @ 30 fps (1080p)• 1280 x 720 @ 60 fps (720p)• 720 x 480/576 @ 30/25 fps (D1)
• 704 x 480/576 @ 30/25 fps (4CIF)
• 352 x 240/288 @ 30/25 fps (CIF)
Video Streaming Single-stream H.264 up to 1080p (1920 x 1080) @ 30 fps
• Dual-stream H.264 and MJPEG• H.264: Primary stream programmable up to 1280 x 720 @ 25/20
fps
• MJPEG: Secondary stream programmable up to 720 x 576 @
25/20 fps
Memory 64 MB flash, 128 MB SDRAM
Protocols Dynamic Host Control Protocol (DHCP), Hypertext Transfer
Protocol (HTTP), Secure HTTP (HTTPS), Network TimeProtocol (NTP), Real-Time Transport Protocol (RTP), Real-
Time Streaming Protocol (RTSP), Simple Mail Transfer Protocol
(SMTP), Secure Sockets Layer/Transport Layer Security(SSL/TLS), Transmission Control Protocol/Internet Protocol
(TCP/IP), Secure Real-time Transport Protocol (SRTP), Cisco
Discovery Protocol, Bonjour, Simple Network Management
Protocol (SNMP), and Secure Shell (SSH)
The bidder if free to choose a IP camera or analog camera interfaced with DVR to suitably
convert and store the video frames to the above specification.
DIGITAL VIDEO RECORDER SPECIFICATION
Page 38 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 39/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Parameter Minimum Technical Specification
Operating System Embedded OS
Video Compression H.264 main profile
Video Systems NTSC/PAL
Total Resource 2Ch D1 full frame
Max FPS 2 Ch D1 at 30FPS
ResolutionPAL: D1 (720*576), HD1(720*288), CIF(360*288)NTSC: D1
(720*480), HD1(720*240), CIF(360*240) Audio Compression
Video Input 4 channels
Video Output DIN-JACK connector X 1; RCA X 1
Recording Mode General/Timer/Alarm/Ignition/Shutdown delay
Event Sensor trigger, Speed, Acceleration, Temperature, Video Loss
Pre-recording 1~15mins before event happens
Post-recording 1~30mins after event happens
Sensors 2 Inputs, 1 Output
USB USB 2.0 X 1
LAN RJ45 cable supporting TCP/IP protocol
WiFi Support 802.11 b/g
Storage32G SD tested and SanDisk and Kingston brands arerecommended (class 4) Power Input
Power Output 12V max 2A; 5V max 1A
Power
Consumption12W (without cameras and any accessories)
Weight 1.8Kg
Operating
Temperature
-20°C ~+ 55°C Relatively Operating Humidity
Humidity 20% - 95% Vibration Resistance
VibrationResistance
< 2 Grams Shock Resistance
VIDEO MANAGEMENT SYSTEM
The proposed solution shall provide an enterprise solution for viewing video, and other
sensor technologies to automatically detect, classify, provide alarms, and track potential
threats. It shall empower users to see the total picture, understand real-time surveillance
information, and act preemptively to stop or contain emerging threats.
Key Features Expected
Live View at the Control Room
o Support up to 16CH monitoring from the stored data from the cameras
o Automatic camera IP discovery
Page 39 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 40/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
o Easy mapping display units by mouth drag and Auto mapping function
o Support up to 11 types of screen modes
o Create and manage screen pages
o Optimize PC performance by using 'decode visible channels only' function
o Access and Read remote camera setupo Support Secondary monitor
o On-Screen PTZ and PTZ Preset/Tour functions
o Automatic video encoding setting according to various screen modes
o Support two way audio communication
o Play Wave files to camera function
Recording at the Bus Terminal Server Infrastructure
o Support up to 16CH Recording
o Support external storages connectiono Manual setting of recording files size & duration
o Support Continuous, Event-based and Manual Recording mode.
o Pre & post event recording ; Motion, Sensor, Alarm, Video loss, Serial event
o Recording based manually combined events and schedule
o Recording based external events from other cameras
o Support Record mode
Search & Play Back at Control Room
o Support up to 16CH simultaneous playback
o Search by date, time and events
o Easy playback control interface
o Playback of individual storage file
o Support remote search and playback for remote clients
o AVI file back up
o Support format storage files generated by VMS
o Support Snapshot
o Bookmark function
INTEGRATION SPECIFICATION
The bidder should work on integrating with existing AVLS system, PIS and PAS system
installed in the bus, by interfacing with it to obtain GPS location. For the sake of estimation,
bidders are requested to account for 5 software engineers for 12 months equating to 60 man
months of integration effort in their proposal. The integration points and use of these man
hours will be prescribed by the department from time to time.
Page 40 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 41/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
WORKSTATION SPECIFICATION
• Operating system: Window 7 or 8
• CPU: Intel i5 2 Ghz or higher
• RAM: 4 GB or larger
• Network: Ethernet 100Mbps or larger
• Graphics:- Graphics memory: 512MB or larger
- Direct X 9.0 installed
- Screen resolution: 1024 x 768 or larger
SERVER SPECIFICATION
-Server hardware: Intel Xeon Quad Core 2GHz or more, 8MB RAM, 500 GB HDD and other
compatible hardware as per standard server architecture. In addition a similar backup server
shall be available and Real time load balancing, fail safe switchover and data mirroring
should be setup between the two servers and RAID.
- Server Software: Operating, Database server and other standard software for security and
stable operations of the server as may be required for both main server and backup server.
- Server Installation & Maintenance: Servers shall be installed and maintained in the internet
data centre by the supplier. Supplier can propose data centre on their own and provide both
onetime setup cost and yearly recurring cost for the same. Servers must have bandwidth of
100Mbps at data centre with high uptime.
- In case of servers for Video Storage in the Terminals, the storage capacity to be enhanced to
store the videos for the last 30 days.
ANNEXURE – B
S.No Mile Stone/ Activity Deadline Time from
Contract Award
Liquidated Damages
Mile-stone
1 Contract Award T ---
2 Stage 1 (50% commissioning) T+ 1.5 months No
3 Stage 2 (Remaining) T+ 2.5 months No
Page 41 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 42/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
4 Training & Handover T+ 4months No
Annexure ‘C’ Performance Security (Bank Guarantee)
To: _________________________
____________________________
WHEREAS _________________________________[name and address of Contractor/Service
Provider]
(Hereinafter called “the Contractor”) has undertaken, in pursuance of Contract
No.______________ dated ____________ to execute ___________________________ [Name of
Contract and brief description of Works] (Hereinafter called “the Contract”); AND WHEREAS it
has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank
Guarantee by a NATIONLALISED / SCHEDULED bank for the sum specified therein as security
for compliance with his obligations in accordance with Contract; AND WHEREAS we have
agreed to give Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we
are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of
___________________ [amount of Guarantee]___________________________ [in words] such
sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake in which the Contract Price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits
of _________________________ [amount of Guarantee] as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein. We hereby
waive the necessity of your demanding the said debt from Contractor before presenting us with the
demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed there under or of any of the Contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until the date……………………………………..
Signature and of the guarantor: ____________________________________________
Page 42 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 43/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
Name of Bank: _______________________________________________________
Address: ___________________________________________________________
Date: __________________________
3An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price
specified in the Contract, and denominated either in the currency of the Contract.
Annexure ‘D’Intelligent Transport System Service Agreement
This agreement is made and executed at ____ on this [____________] of [_______________], in the year
Two Thousand and ____ by and
Between
Bhopal Municipal Corporation ( BMC), incorporated under The Companies Act 1956, acting through
its ______ having its registered office at [_________] (hereinafter referred to as “Bhopal Municipal
Corporation ( BMC)”, which expression shall, unless it is excluded by or repugnant to the context,
include its successors and permitted assigns), OF THE ONE PART
AND
[____________], a [______] incorporated under The Companies Act 1956, acting through [ ________]
having its registered office at [ ________] (hereinafter referred to as “ the Service Provider”, which
expression shall, unless it is excluded by or repugnant to the context, include its successors and permitted
assigns), OF THE OTHER PART;
WHEREAS
1. The Bhopal Municipal Corporation (BMC) invited proposals on through an open competitive
bidding basis for providing ITS solutions for Public Transport System for Bhopal City on Built,
Own Operate and Transfer Basis.
2. The Service Provider submitted its proposal, amongst others, to the Bhopal Municipal Corporation
(BMC) containing the commercial bid which was evaluated by the BMC.
3. The Bhopal Municipal Corporation (BMC) evaluated the proposals submitted to it and informed
the Service Provider regarding acceptance of their proposal vide its letter of Acceptance No
____________________ dated _________________
Page 43 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 44/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
4. Now, the Bhopal Municipal Corporation (BMC) and the Service Provider are desirous of entering
into this Service Agreement
NOW, THEREFORE, in consideration of the premises and mutual covenants and conditions set forth
herein, it is hereby agreed by and between the parties hereto as follows:TERMS AND CONDITIONS
ARTICLE 1 - DEFINITION
1. “Affiliate” means in relation to any Party, a person that controls, is controlled by, or is under common
control with such Party. The term “control” herein means, with respect to a person that is a corporation,
the ownership, directly or indirectly, of more than or equal to fifty percent (50%) of the voting securities
of such person, and, with respect to a person that is not a corporation, the power to direct the
management or policies of such person, whether by operation of law, by contract or otherwise
2. "Agreement" means this Build, Own, Operate and Transfer Agreement, as the same may be amended,supplemented or modified from time to time in accordance with terms and conditions hereof.
3. “Applicable Law” means all the laws, acts, ordinances, rules, regulations, notifications, guidelines
or bye-laws, in force and effect, as of the date hereof and which may be promulgated or brought into
force and effect hereinafter in India, including judgments, decrees, injunctions, writs or orders of any
court of record, as may be in force and effect during the subsistence of this Agreement and applicable to
the Project.
4. “Appointed Date” means the date of this Agreement.
5. “BMC” shall mean Bhopal Municipal Corporation.
6. “Commercial Operations Date” COD means the date mutually agreed upon by parties for
commencement of ITS Services
7. “Due Date of Payment” means 30 Days from the date Bhopal Municipal Corporation (BMC)
receives an Invoice from the Service Provider
8. “Event of Default” shall have the same meaning as provided in this Agreement
9. “Force Majeure” or “Force Majeure Event” means circumstances or situations that are unusual
occurrences which tend to disrupt normal activities and which are beyond the control of the Partyaffected by them (“Affected Party”) which is not attributable to the other Party and include, but not be
limited to the following:
a. earthquake, flood, inundation and landslide;
b. storm, tempest, hurricane, cyclone, lightning, thunder or other extreme atmosphere
disturbances;
Page 44 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 45/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
c. fire caused by reasons not attributable to the Affected Party or any of the employees,
representatives or agents appointed by the Affected Party
d. acts of terrorism;
e. strikes, labour disruptions or any other industrial disturbances not arising on account of the actsor omissions of the Affected Party;
f. national emergency or declaration of police emergency; and
g. war, hostilities (whether declared or not) invasion act of foreign enemy, rebellion, riots, weapon
conflict or military actions, civil war, ionising radiation, contamination by radioactivity from
nuclear fuel, any nuclear waste, radioactive toxic explosion, volcanic eruptions.
10. “Material Adverse Effect” means a material adverse effect on (a) the ability of the either Party to
perform/discharge any of its duties/obligations under and in accordance with the provisions of this
Agreement for no reason attributable to the other Party and/or (b) the legality, validity, binding nature or enforceability of this Agreement
11. “Material Breach” means a breach by either Party of any of its obligations under the this Agreement
which has or is likely to have a Material Adverse Effect on the continued ITS services on the Buses or
implementation of the Project, and which such Party has failed to cure.
12. “Parties” means the parties to this Agreement and “Party” means either of them, as the context may
admit or require.
13. “Performance Guarantee” shall have the same meaning as provided in Clause of this
Agreement.
14. “Person” means any individual, corporation, partnership, joint venture, trust, unincorporated
organization, government or governmental authority or Service Provider or any other legal entity.
15. “Project” means the project of providing Intelligent Transport Solutions (ITS) solutions, in
accordance with the terms and conditions of this Agreement.
16. “RFP” means the Request for Proposal document issued by Bhopal Municipal Corporation (BMC)
for “Automated Fare Collection and Surveillance Solution For Intelligent Transport System
(ITS)” and the work will include design, development, Supply, installation Testing, Commissioning,
management & Maintenance of Software and Hardware for automated fare collection, surveillance and
intelligent transport system for the period of five years for the BRTS buses, Bus stops on BRTS corridor,
feeder buses and as well as for the Bhopal City Bus Services.
Page 45 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 46/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
17. “Service Agreement” means this agreement including, without limitation, any and all Schedules
hereto which will be entered into between Bhopal Municipal Corporation (BMC) and the Successful
Bidder through which rights will be granted to the Successful Bidder to provide ITS services for city bus
services in Bhopal.
18. “Service Provider” means, selected through competitive bidding process for providing ITS services.
19. “Successful Bidder” means the service provider who has been selected by Bhopal Municipal
Corporation (BMC) pursuant to competitive bidding process pursuant to the RFP.
20. “Taxes and Duties” means all taxes, duties, fees etc. payable under the Applicable Laws in
connection with the project.
21. “Term” shall have the same meaning as provided in Clause 3 of this Agreement.
22. “Termination” means the early termination of this Agreement pursuant to Termination Notice or
otherwise in accordance with the provisions of this Agreement but shall not, unless the context otherwiserequires, include expiry of this Agreement from the Appointed Date due to efflux of time in the normal
course.
23. “Termination Date” means the date specified in the Termination Notice as the date on which
Termination occurs.
24. “Termination Notice” means the notice of Termination by either Party to the other Party, in
accordance with the Advertisement Agreement.
25. “Third Party” means any Person other than Bhopal Municipal Corporation (BMC) and the Service
Provider
26. “BCLL” shall mean Bhopal City Link Limited.
ARTICLE 2 - INTERPRETATIONS
In this Agreement, unless the context otherwise requires:
1. In the singular include the plural and vice-versa
2. Words importing the masculine gender shall be taken to include the feminine gender and words
importing persons shall include any Bhopal Municipal Corporation (BMC) or association or body of individuals, whether incorporated or not.
3. The heading of these conditions shall not affect the interpretation or construction thereof of the
Clause.
4. Wherever date and period are specified in the Agreement for completing some formalities/
tasks/ documentations etc, the commencement of the period prescribed for the said completion shall be
Page 46 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 47/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
reckoned from the date of dispatch of the communication by Bhopal Municipal Corporation (BMC),
even if mentioned otherwise anywhere else.
5. Reference to any legislation or law or to any provision thereof shall include references to any
such law as it may, after the date of this Agreement, from time to time be amended, supplemented or re-
enacted.
6. References to the word "include" or "including" shall be construed without limitation.
7. References to this Agreement or to any other agreement or deed or other instrument shall be
construed as a reference to such agreement, deed, or other instrument as the same may from time to time
be amended, varied, supplemented or novated.
8. The Schedules to this Agreement form part of this Agreement and will be in full force and effect
as though they were expressly set out in the body of this Agreement
9. The reference to Rupee is to be interpreted as Indian Rupee
ARTICLE 3.APPOINTMENT OF THE ITS SERVICE PROVIDER
1. Subject to the Service Provider making the payment of an amount of Rupees [ ] (Rs. /-) as
Performance Guarantee at the time of execution of this Agreement and undertaking to provide ITS
Services in accordance with the terms and conditions of this Agreement, Bhopal Municipal Corporation
(BMC) hereby appoints (on non-exclusive and non transferable basis) the Service Provider and the
Service Provider hereby accepts (on non-exclusive and non transferable basis) its appointment in
accordance with the terms of this Agreement and subject to Applicable Laws.
ARTICLE 4 - TERM OF AGREEMENT
1. The Term of the ITS Services will be for a time period commencing from the Commercial
Operations Date and extending till the expiry of 5 (Five) years/60 months or in the event this Agreement
is terminated earlier in accordance with the provisions of this Agreement, the Term shall come to an end
on the Termination Date.
2. There shall be no automatic renewal of this Agreement after expiration of the Term.
However, both Parties may mutually decide to renew this Agreement as the Parties may agree at such
time.
ARTICLE 5 - CONDITION PRECEDENT
1. The Service Provider’s Condition Precedent
The obligation of the ITS service provider are conditional to completion of the responsibility of Bhopal
Municipal Corporation (BMC) towards arrangement of buses, buildings and other civil and electrical
infrastructure as specified in the responsibility matrix mentioned in the schedule
Page 47 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 48/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
2. The Bhopal Municipal Corporation (BMC)’s Condition Precedent
The obligation of Bhopal Municipal Corporation (BMC) are conditional to satisfactory
commencement of the ITS services on Commercial Operations Date
ARTICLE 6 - ROLES AND RESPONSIBILITIES OF SERVICE PROVIDER
The service provider agrees to follow roles and responsibilities
1. Maintain uptime of minimum 96% in the long term horizon.
2. Initiate and undertake operation and maintenance of AFC solution and Surveillance solution. The
device should ensure data transfer to the command centre server.
3. Incorporate monitoring infrastructure in the command centre at Bhopal for monitoring of the Buses
camera data and AFC solution as per the BOQ provided in the technical bid.
4. Provide qualified staff for management of the command center during the period of bus operations as
mentioned in the technical bid.
5. Maintain the hardware and software systems for the maintenance contract period (5 years) with
minimum downtime. Downtime for critical components should be less than 30 minutes (average)
6. Responsible for carrying out training of the Bhopal Municipal Corporation (BMC) staff for the period
of 5 years before handing over the system.
7. Service provider is responsible to take insurance of all the tangible and intangible assets being
procured by him for the project.
8. Service provider is responsible for timely completion of the project.
9. Service Provider is responsible to generate and submit regular MIS reports from the ITS System to
Bhopal Municipal Corporation (BMC).
10. The service provider shall repair, replace and maintain all the equipments during the term of
agreement.
11. The service provider shall transfer the project facilities allotted to them by Bhopal Municipal
Corporation (BMC) on completion of the term of agreement.
12. All the equipments to be provided for implementation of the Project should have ISO certification as
per industry norms
13. All applications, operating systems, etc shall be authorized license products
14. Maintain Data Back up and provide disaster recovery mechanism for the entire duration of the
Page 48 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 49/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
maintenance contract period (5 years)
ARTICLE 7 - (A) ROLES AND RESPONSIBILITIES OF BHOPAL MUNICIPAL
CORPORATION (BMC)
The Bhopal Municipal Corporation (BMC) agrees to following roles and responsibilities:
1. Provide timely payments to the service provider based on the invoices raised
2. Arrange for the buses, fitted with GPS instruments for ITS
3. Arrange for the bus stops for commissioning the infrastructure
4. Provide all the information required by the service provider for implementation of the project viz,
bus stop locations, terminal locations etc
5. Provide staff for training as per the training program submitted by service provider
6. Take over all the assets and facilities under own charge on completion of the term of agreement
(B) ROLES AND RESPONSIBILITIES OF BHOPAL CITY LINK LIMITED (BCLL)
The Bhopal City Link Limited (BCLL) agrees to following roles and responsibilities:
1. Provide and maintain the control centre with electricity connection during the maintenance
contract period (5 years).
2. Provide timely payments to the service provider based on the invoices raised during the
maintenance contract period (5 years).
3. Arrange the availability of the buses, fitted with GPS instruments for ITS during the maintenance
contract period (5 years).
4. Coordinate with the agency responsible for the maintenance of bus stops for regular maintenance
of the hardware and software systems by the service provider during maintenance contract period
(5 years).
5. Provide all the information required by the service provider for implementation of the project viz,
bus stop locations, terminal locations etc
6. Provide staff for training as per the training program submitted by service provider during
maintenance contract period (5 years).
7. Take over all the assets and facilities under own charge on completion of the maintenancecontract period (5 years) as per the term of agreement.
ARTICLE 8-PAYMENT TERMS
1. Based on the priced bid accepted by the Bhopal Municipal Corporation (BMC), the payments would
be done by Bhopal Municipal Corporation (BMC) for the “Automated Fare Collection and Surveillance
Solution For Intelligent Transport System (ITS)” work, which includes design, development,
Page 49 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 50/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
installation, testing and commissioning of Software and Hardware for intelligent transport system for
the feeder buses as well as BRTS buses for the Bhopal City Bus Services. The Service Provider will
raise invoice for CAPEX regarding “Automated Fare Collection and Surveillance Solution For
Intelligent Transport System (ITS)” work will include design, development, Supply, installation
Testing, Commissioning of Software and Hardware for automated fare collection, surveillance and
intelligent transport system for the BRTS buses, Bus stops on BRTS corridor, feeder buses and for
Bhopal City Bus Services as per the terms and conditions defined in the BOQ. The same shall be paid by
Bhopal Municipal Corporation (BMC) as per terms and conditions finalized in service agreement as
below:
Bhopal Municipal Corporation (BMC) would release 60% upon supply of materials to BMC, 20 % on
installation, Testing & commissioning and 20% after ONE year of successful operation.
2. The payments would be subject to receipt of invoice and shall be cleared at the earliest. Further
payment will be subject to deduction on account of imposition of penalties by Bhopal Municipal
Corporation (BMC). The Bhopal Municipal Corporation (BMC) shall be entitled to deduct tax at sourceas may be applicable. The TDS certificate(s) shall be submitted as per the due date specified in the
Income Tax Act.
3. There will be an agreement for Five years with Bhopal City Link Limited (BCLL) for Operations and
maintenance of the above mentioned Software and Hardware solution after the completion of the projectand handing over of the complete solutions to Bhopal Municipal Corporation as per the details mentioned
in the scope of work and the detailed bills of quantities.
4. After the start of operations, the Service Provider will raise a monthly invoice for OPEX for Operations
and Maintenance Cost for duration of the 5 years contract to Bhopal City Link Limited (BCLL). Based on
the OPEX priced bid accepted by the Bhopal Municipal Corporation (BMC), the payments would be done
by Bhopal City Link Limited (BCLL) for Operations and maintenance of the “Automated Fare Collectionand Surveillance Solution For Intelligent Transport System (ITS)” for the feeder buses as well as BRTS
buses for the Bhopal City Bus Services.
5. The Bhopal City Link Limited (BCLL) shall be entitled to deduct tax at source as may be applicable.
The TDS certificate(s) shall be submitted as per the due date specified in the Income Tax Act.
ARTICLE 9 - PENALTIES
Bhopal Municipal Corporation (BMC) may verify compliance of all parameters, requirements,
obligations and responsibilities enforceable against the Service Provider by virtue of the provisions of
this Agreement. The Service Provider shall allow Bhopal Municipal Corporation (BMC) representatives,
personnel and contractors of Bhopal Municipal Corporation (BMC), complete access to the facilities(including equipment, material and personnel) to enable Bhopal Municipal Corporation (BMC) to
inspect, audit and monitor the performance. For any default, Bhopal Municipal Corporation (BMC) may
impose penalties.For any default, BCLL may impose penalties which shall be as per formula given below:
• Amount equivalent to 10% daily penalty of the monthly OPEX charges shall be deducted for the
default period. Maximum penalty shall be limited to the monthly OPEX charges.
Page 50 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 51/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
• Default period shall begin after 24 hours from the time the Video Surveillance Solution for
all buses & Electronic Ticketing Vending Machine (ETVM) made available to Service
Provider for repair/ replacement.
• Default period will begin after 24 Hours from the time Off-Board Fare & On-Board Fare
Collection Solution is reported to be out of order on particular Buses & bus stops.
• Default period will begin after 24 Hours from the time Management Information System
(MIS) & Automated fare collection, Revenue Management System Point of sale
and Point of sale is reported to be not working properly
ARTICLE 10 - PERFORMANCE GUARANTEE
1. For due and complete performance of its obligations, the service provider shall deliver to Bhopal
Municipal Corporation (BMC), simultaneously with the execution of this Agreement, an irrevocable and
unconditional bank guarantee from a scheduled bank acceptable to Bhopal Municipal Corporation
(BMC) for a sum of Rs [ ( only) equivalent to 10% (Ten) of the PO value (hereinafter referredto as the “Performance Guarantee”), in the form set forth in this Agreement.
2. The Performance Guarantee shall be kept valid for the entire Term of this Contract Agreement ie. for
five years. The Performance Guarantee shall be appropriated and encashed by Bhopal MunicipalCorporation (BMC) in the event of any loss, damage or claim suffered by Bhopal Municipal
Corporation (BMC) due to breach of terms and conditions of this Agreement by the Service Provider,
including Material Breach of this Agreement being committed by the Service Provider.3. The Performance Guarantee shall be returned to the Service Provider after a maximum of 6 (six)
months following the expiration of the Term, post satisfactory transfer of entire facility and assets to
Bhopal Municipal Corporation (BMC) and pursuant to adjustment of any damages, losses or claims
suffered by Bhopal Municipal Corporation (BMC), if any.
ARTICLE 11- FORCE MAJEURE
1. Notice of Force Majeure Event
(a) A soon as practicable and in any case within seven (7) days of the date of occurrence of a ForceMajeure Event or the date of knowledge thereof, the Affected Party shall notify the other Party of the
same setting out, inter alia, the following in reasonable detail:
(i) the nature and extent of the Force Majeure Event;(ii) the estimated duration of the Force Majeure Event;
(iii) the nature of and the extent to which, performance or any of its obligations under this
Agreement is affected by the Force Majeure Event;
(iv) the measures which the affected Party has taken or proposes to take to alleviate / mitigate theimpact of the Force Majeure Event and to resume performances of such of its obligations affected
thereby; and(v) any other relevant information concerning the Force Majeure Event, and / or the rights andobligations of the Parties under this Agreement.
(b) As soon as practicable and in any case within five (5) days of notification by the affected party in
accordance with the preceding Sub-Clause (a), the Parties shall meet, hold discussions in good faithand where necessary conduct physical inspection / survey in order to:
(i) assess the impact of the underlying Force Majeure Even;
(ii) to determine the likely duration of Force Majeure period; and
Page 51 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 52/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
(iii) to formulate damage mitigation measures and steps to be undertaken by the Parties for
resumption of obligations the performance of which shall have been affected by the underlyingForce Majeure Event.
(c) The affected party shall during the Force Majeure period provide to the other Party regular (not
less than weekly) reports concerning the matters set out in the preceding Sub-Clause (b) as also any
information, details or document, which the other Party may reasonably require.
2. Performance of Obligations
If the affected party is wholly or partially unable to perform any of its obligations under this Agreement
because of a Force Majeure Event, it shall be excused from performance of such obligation to the extent
it is unable to perform the same on account of such Force Majeure Event provided that:(a) due notice of the Force Majeure Event has been given
(b) the excuse from performance shall be of no greater scope and of no longer duration than is
necessitated by the Force Majeure Event;(c) the Affected Party has taken all reasonable efforts to avoid, prevent, mitigate and limit damage,
if any, cause or is likely to be caused to ITS Services as a result of the Force Majeure Event andto restore the ITS Services to their original state (normal wear and tear excepted);
(d) when the affected party is able to resume performance of its obligations under this Agreement, itshall give to the other Party written notice to that effect and shall promptly resume performance
of its obligations hereunder the non-issue of such notice being no excuse for any delay for
resuming such performance;(e) the affected party shall continue to perform such of its obligations which are not affected by the
Force Majeure Event and which are capable of being performed in accordance with the
Agreement;
3. Termination due to Force Majeure Event
(a) If a Force Majeure Event continues or is in the reasonable judgment of the Parties likely to
continue beyond a period of 120 consecutive days, the Parties may mutually decide to terminate
this Agreement. If the Parties are unable to reach an agreement in this regard, either Party shall
after the expiry of the said period of 120 consecutive days, be entitled to terminate thisAgreement by giving written notice to the other Party.
(b) If the Party having the right to do so decides to terminate this Agreement, it shall issueTermination Notice setting out:
(i) in sufficient detail the underlying Force Majeure Event;
(ii) the Termination Date which shall be a date occurring not earlier than 60 days from the date of
Termination Notice;
(iii) Any other relevant information.
ARTICLE 12 - EVENT OF DEFAULT AND RELATED ASPECTS
Page 52 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 53/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
12.1 The Service Provider Event of Default means any of the following events unless such an event
has occurred as a consequence of a Force Majeure Event (“Service Provider Event of Default”):
(i) The Service Provider is in/commits a Material Breach,
(ii) Any representation made or warranties given by the Service Provider under the Bus ServiceProvider s Agreement, is found to be false or misleading,
(iii) The Service Provider repudiates this Agreement
12.2 Bhopal Municipal Corporation (BMC) Event of Default means any of the following events
unless such an event has occurred as a consequence of a Force Majeure Event (“Bhopal Municipal
Corporation (BMC) Event of Default”):
(i) Bhopal Municipal Corporation (BMC) is in Material Breach of its obligations
(ii) Any representation made Bhopal Municipal Corporation (BMC) under the Bus Service Provider s Agreement is found to be false or misleading.
12.3 Consultation Notice
Either Party shall first issue to the other Party a notice in writing specifying in reasonable detail the
underlying Event of Default(s) and proposing consultation amongst the Parties to consider possible
measures of curing or otherwise dealing with the underlying Event of Default (“Consultation
Notice”). The Party committing the Event of Default that gives rise to the Consultation Notice can cure
the relevant Event of Default within 90 days of receiving Consultation Notice.
12.4 Remedial Process
Following the issue of Consultation Notice by either Party, within a period not exceeding 90 days or
such extended period as they may agree the Parties shall endeavor to arrive at an agreement as to the
manner of rectifying or remedying the underlying Event of Default (“Remedial Period”). The
Parties shall endeavour to arrive at an agreement.
12.5 Obligations during Remedial Period
During the Remedial Period, the Parties shall continue to perform their respective obligations
12.6 Revocation of Consultation Notice
If during the Remedial Period the underlying Event of Default is cured or waived the
Consultation Notice shall be withdrawn by the Party who has issued the same and the Event of Default
shall not lead to Termination of this Agreement.
12.7 Termination Due to Events of Default
Page 53 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 54/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
If after the expiry of the Remedial Period, the underlying Event of Default is neither cured nor waived
nor the Parties have not agreed upon any of the measures, the Party who has issued the Consultation
Notice shall have the right to terminate the Agreement, in which event, the provisions of Clause
13 shall, to the extent expressly made applicable, apply.
ARTICLE 13 - TERMINATION AND EXPIRY OF AGREEMENT
1. Event of Default by Service Provider (other than FORCE MAJEURE)
If Service provider commits any event of default before commercial operations date, Bhopal Municipal
Corporation (BMC) may forfeit the performance guarantee submitted. If the service provider commits
any event of default after commercial operations date, Bhopal Municipal Corporation (BMC) may serve
a termination notice of 75 days and will be liable to take over entire project assets and invoke
performance guarantee.
2. Event of Default by Bhopal Municipal Corporation (BMC) (other than FORCE MAJEURE)
If Bhopal Municipal Corporation (BMC) commits any event of default before commercial operations
date, the service provider will be liable to compensation amount equivalent to performance guarantee
and return of the amount of performance guarantee net of any dues to the service provider.
3. Continuing Performance / Payment Obligation:
Upon a Termination Notice being issued by either of the parties hereto, they shall not be relieved of any
of its obligations hereunder, including without limitation, the liability to perform the services and the
liability for payment of the amounts thereof
4. Consequence of Expiry:
Upon expiry of the term of this Agreement pursuant to this Article, the service provider shall transfer, at
no cost to Bhopal Municipal Corporation (BMC), all its assets, rights, title, license etc. and interest in the
Project free and clear of all liens, charges and encumbrances to Bhopal Municipal Corporation (BMC)
and thereafter this Agreement shall stand terminated. If Bhopal Municipal Corporation (BMC) desires to
have the agreement extended beyond the validity period of this agreement and if the service provider
also agrees to such request from Bhopal Municipal Corporation (BMC) for renewal, the transfer of
assets shall not materialize and the service provider shall quote a suitable monthly fixed charge and on
acceptance of the same a separate contract shall be extended with such terms and conditions as may be
mutually agreed to.
5. The provisions of this Article shall survive the cancellation, expiration or termination of this
Agreement.
ARTICLE 14 - INDEMNITY
1. Indemnity by the Service Provider
Page 54 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 55/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
The Service Provider shall indemnify and hold Bhopal Municipal Corporation (BMC) harmless,
from any and all claims, liabilities, costs, damages and expenses of every kind and nature in respect of
the sickness, injury or death of any person employed directly or indirectly by the Service Provider or any
subcontractor and their respective employees and damage to or destruction of any property or equipment
of the Service Provider or its subcontractors and their respective employees arising during or as a result
of the performances or non-performance of this Agreement from any cause whatsoever provided that
this clause shall not apply to injury, death, damage or destruction to the extent caused by the negligence,
default or omission of Bhopal Municipal Corporation (BMC) or its employees.
2. General Indemnity
Subject to the exclusions and limitations of liability in this clause, the Service Provider shall indemnify
and hold Bhopal Municipal Corporation (BMC) harmless for and against any and all claims, liabilities,
costs, damages and expenses of whatsoever nature howsoever incurred by Bhopal Municipal
Corporation (BMC) arising whether directly or indirectly as a result of the breach by the Service
Provider of any of the Service Provider's obligations under this Agreement save to the extent such
claims, liabilities, costs, damages and expenses were caused by the negligence, default or omission of
Bhopal Municipal Corporation (BMC) or its employees and/or agents.
ARTICLE 15 - AMICABLE DISPUTE RESOLUTION
(a) All disputes arising in connection with this Agreement shall, to the extent possible, be settled
amicably by prompt good faith negotiations between the representatives of the Parties. Save where
expressly stated otherwise in this Agreement, any dispute, difference or controversy of whatever
nature howsoever arising under, out of or in relation to this Agreement including non completionof the Project between the Parties and so notified in writing by either Party to the other (the
"Dispute") in the first instance shall be attempted to be resolved amicably by the Parties and failing
such resolution of the same, in accordance with the procedure set forth in sub article (b) below.
(b) Either Party may require the Dispute to be referred to Commissioner, BMC for amicable
settlement. Upon such reference, both the Parties and the Commissioner or his nominee (who can
be an employee of BMC dealing the project or otherwise) shall meet at the earliest mutual
convenience and in any event within 60 days of such reference to discuss and attempt to amicably
resolve the Dispute. If the Dispute or difference or claim, as the case may be, is not amicably
resolved within 60 (sixty) days of such meeting, the same shall be brought to the notice of
Commissioner, Urban Administration and Development Department, Government of
Madhya Pradesh, whose decision in this regard shall be final and binding on both the Parties. The
decision taken by Commissioner, UADD shall be final and binding upon the Parties without any
Page 55 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 56/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
right of appeal or review on any grounds whether in law or equity before any judicial or any
government body. Any such proceeding shall be held at Bhopal. The existence of any dispute or
reference of the same for redressal in any forum shall not absolve the Service Provider to perform
its obligations hereunder to provide the Services and BMC shall continue to pay all amounts due
hereunder as stipulated in the Agreement.
ARTICLE 16 - GOVERNING LAW & JURISDICTION
1. This Agreement shall be construed and interpreted in accordance with and governed by the laws of
India, only the courts in Bhopal shall have jurisdiction to try all disputes and matters arising out of an
under this Agreement.
2. SCHEDULES
All schedules and other explanatory details attached to this Agreement shall be deemed to be a part of
this Agreement.
3. NOTICES
Unless otherwise stated, notices to be given under this Agreement including but not limited to a notice
of waiver of Term, breach of any term of this Agreement and termination of this Agreement,
shall be in writing and shall be given by hand delivery/recognized international courier, mail, telex or
facsimile and delivered or transmitted to the parties at their respective addresses set forth below:
To Bhopal Municipal Corporation (BMC):
The Chief Engineer, Bhopal Municipal Corporation (BMC)O/o Commissioner, Municipal Corporation, Bhopal
Harshwardhan Complex Phase- 1,
Mata Mandir, Bhopal- 462003Ph: 2701222, Fax: 2701223
To the Service Provider:
ADDRESS
or at such address, telex number, or facsimile number as may be duly notified by the respective Parties
from time to time.
All notices under this Agreement shall be in English.
4. COUNTERPARTS
This Agreement may be executed in two counterparts, each of which when executed and delivered shall
constitute an original of this Agreement but shall together constitute one and only one Agreement.
Page 56 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 57/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
5. ASSIGNMENT
Neither Party shall assign any of its rights or obligations under this Agreement to any third party without
the prior written consent of the other Party; provided however that no such written consent will be
required in the case of an assignment by a Party to an Affiliate of the Party for the purposes of an
amalgamation or reconstruction of such Party. Notwithstanding the foregoing, for the purpose of
obtaining financing for the Project, the Bhopal Municipal Corporation (BMC) may assign or create
security over its rights and interests under or pursuant to this Agreement. The Bhopal Municipal
Corporation (BMC) shall execute all such consents to assignment and/or acknowledgements of any
security created and shall deliver such opinions of counsel regarding the same as may be reasonably
requested by the Service Provider
6. NO PARTNERSHIP
Nothing herein contained shall be construed to constitute a partnership between Bhopal Municipal
Corporation (BMC) and Service Provider, or to constitute either party as the agent of the other andneither party shall hold itself out as such.
7. SEVERABILITY
(a) If for any reason whatever any provision of this Agreement is or becomes invalid, illegal or
unenforceable or is declared by any court of competent jurisdiction or any other instrumentality
to be invalid, illegal or unenforceable, such invalidity, illegality or unenforceability shall not
prejudice or affect the remaining provisions of this Agreement which shall continue in full force and
effect.
(b) The Parties will negotiate in good faith with a view to agreeing upon one or more provisions whichmay be substituted, as nearly as is practicable, to such invalid, illegal and unenforceable provision.
Provided failure to agree upon any such provisions shall not be subject to the dispute resolution
procedure under this Agreement or otherwise.
8. REPRESENTATION AND WARRANTIES
Representation and Warranties of Bhopal Municipal Corporation (BMC)
Bhopal Municipal Corporation (BMC) hereby represents, assures, confirms and undertakes to the
Service Provider as follows:
(a) That it is duly incorporated under the laws of India and has the power to conduct its business as
presently conducted and to enter into this Agreement;
(b) That it has full power, capacity to execute, deliver and perform this Agreement and has taken all
necessary Applicable Clearances and followed all the procedure required to authorise the execution,
delivery and performance of this Agreement;
Page 57 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 58/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
(c) Nothing in this Agreement conflicts with its constitutional mandate, or any law or any other
agreement, understanding or arrangement or any judgment, decree or order or any statute, rule or
regulation applicable to it; and
Representation and Warranties of Service Provider
Service Provider hereby represents, assures, confirms and undertakes to Bhopal Municipal Corporation
(BMC) as follows:
(a) That it is duly incorporated under the laws of India and has the power to conduct its business as
presently conducted and to enter into this Agreement;
(b) That it has full power, capacity to execute, deliver and perform this Agreement and has taken all
necessary Applicable Clearances (corporate, statutory or otherwise) to authorize the execution, delivery
and performance of this Agreement;
(c) The each of its employees, workmen, personnel and staff (including sub-contractor) assigned to perform services as enshrined in this Agreement shall have proper skill, training and background for
his/her level of competence so as to be able to perform and fulfill his/her responsibilities in a competent
and professional manner. Further, all remuneration, salary, costs and expenses of such employees,
workmen, personnel and staff shall be borne solely by the Service Provider;
(d) Nothing in this Agreement conflicts with its memorandum and articles of association or any
other agreement, understanding or arrangement or any judgment, decree or order or any statute, rule or
regulation applicable to it; and
This Agreement will be valid, legal and binding against it under the Indian Law.
ARTICLE 17 - LIABILITIES OF PARTIES
1. Liability of Parties
The service provider and Bhopal Municipal Corporation (BMC) each assume full responsibility and
liability for the maintenance and operation of their respective properties involved in the performance of
this Agreement.
2. Limited-Recourse Nature of Liability:
Anything herein to the contrary notwithstanding, the obligations of the Service provider under this
Agreement do not constitute a debt or obligation of and no recourse shall be had with respect to such
obligations to any shareholder, partner, officer, agent, employee, director or Affiliate of the Service
provider. No judgement for any personal liability or deficiency in connection with the obligations of
the service provider under this Agreement shall be obtainable by anyone against any shareholder,
partner, officer, agent, employee, director or Affiliate of the Service provider.
Page 58 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 59/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
3. Limitation of Liability:
Notwithstanding anything to the contrary in this Agreement, neither Party nor its affiliates or
partners, nor the officers, elected officials, directors, agents, employees or representatives of any of them
shall in any event be liable to the other party or its officers, elected officials, directors, agents,
employees and representatives for claims for incidental, special, consequential or indirect damages to
persons or property, whether arising in tort, contract or otherwise, connected with or resulting from
performance under this Agreement
ARTICLE 18 - MISCELLANEOUS
1. Amendments
No amendment or modification or waiver of any provision of this Agreement, nor consent to any
departure by any of the Parties there from, shall in any event be valid and effective unless the same is in
writing and signed by the Parties or their duly authorized representative especially empowered in this
behalf and then such waiver or consent shall be effective only in the specific instance and for the specific
purpose for which it is given.
2. Language
The language of this Agreement is English. All notices, correspondence, Project Agreements,
documentation, Specifications and Standards, data, test reports, certificates and information in respect of
this Agreement shall be in the English language. All other written and printed matter, communications,
documentation, proceedings and notices etc. pursuant or relevant to this Agreement shall be in the
English language.
3. Exclusion of Implied Warranties etc.
This Agreement expressly excludes any warranty, condition or other undertaking implied at law or by
custom or otherwise arising out of any other agreement between the Parties or any representation by any
Party not contained in a binding legal agreement executed by the Parties.
4. Further Assurances
At all times after the date hereof the Parties shall execute all such documents and do such acts, deeds and
things as may reasonably be required for the purpose of giving full effect to this Agreement.
IN WITNESS WHEREOF the Parties have executed and delivered this Agreement by their duly
authorised representative on the date first above written:
Page 59 of 60
7/29/2019 t Nd 0010260000000000000 Mp 11904
http://slidepdf.com/reader/full/t-nd-0010260000000000000-mp-11904 60/60
“Automated Fare Collection and Surveillance Solution For Intelligent Transport System (I TS )” APRIL-2013
BHOPAL MUNICIPAL CORPORATION
SIGNED ON BEHALF OF BHOPAL
MUNICIPAL CORPORATION (BMC)
_______________________(Signature)
_________________________(Name)
_____________________(Designation)
SIGNED ON BEHALF OF
Service Provider by the hand of its
authorized representative
____________(Signature)
______________(Name)
__________________(Designation)
SCHEDULES
The schedules would include
1. BOQ2. Technical Specifications
3. Details of Manpower
4. Network Connectivity/communication details
5. Reports/Charts/ Graph details including their periodicity
6. Other Project Details
7. Financial Quote provided by service provider
8. Responsibility Matrix
9. Any other relevant document/ details