Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 1
Request for Proposal (RFP)
For
Intelligent Transport Management System
(ITMS)
Jalandhar City Transport Services Limited
(JCTSL)
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 2
Table of Contents
1. INTRODUCTION 6
1.1 PURPOSE 6
1.2 OBJECTIVES: THE MAIN OBJECTIVES OF THE SYSTEM ARE AS FOLLOWS 6
1.3 RFP ISSUER 6
1.4 PRICE OF RFP 7
1.5 NON - TRANSFERABLE RFP 7
1.6 BIDDING DOCUMENT 7
1.7 BID SUBMISSION 7
1.8 BID SUBMISSION & CORRESPONDENCE SUBMISSION 7
2. ELIGIBILITY CRITERIA 9
3. EVALUATION PROCEDURE AND CRITERIA 10
4. SCOPE OF WORK 16
4.1 PURPOSE 16
4.2 PROJECT OVERVIEW 17
4.3 BROAD SCOPE OF WORK AND RESPONSIBILITIES FOR SUCCESSFUL BIDDER 18
4.3.1 AUTOMATED FARE COLLECTION SYSTEM (AFCS) 19
4.3.2 CONTACTLESS SMART CARD BASED PASS SYSTEM 21
4.3.3 AUTOMATED VEHICLE LOCATING SYSTEM (AVLS) 22
4.3.4 MOBILE APPLICATION 22
4.3.5 PASSENGER INFORMATION SYSTEM (PIS) 23
4.3.7 IN – BUS CCTV SURVEILLANCE 25
4.3.8 CENTRAL CONTROL CENTER (CCC), DATA CENTRE AND DISASTER RECOVERY CENTRE (DC & DRC)
25
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 3
4.3.9 MIS ANALYTICS AND DECISION SUPPORT SYSTEM 27
4.4 PROJECT IMPLEMENTATION PLAN 28
4.5 MINIMUM INDICATIVE BILL OF MATERIAL 29
5. TECHNICAL SPECIFICATIONS 31
5.1 ELECTRONIC TICKETING MACHINE (ETM) SPECIFICATION 31
5.3 LED DISPLAY UNITS 33
5.4 DESKTOP PC SPECIFICATION 35
6. PAYMENT TERMS 36
7. SERVICE LEVEL AGREEMENT (SLA): 37
8. GENERAL TERMS & CONDITIONS: 38
9. APPENDICES 40
9.1 APPENDIX –A 45
9.2 APPENDIX – B 46
9.3 APPENDIX – C 47
9.4 APPENDIX - D 50
9.5 APPENDIX –E 51
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 4
Jalandhar City Transport Services Ltd.
Municipal Corporation, Jalandhar
NOTICE INVITING E-TENDER
Superintending Engineer (B&R), Municipal Corporation, Jalandhar invites e-tenders
on behalf of Jalandhar City Transport Services Ltd. (SPV) invites offers/bids from the
experienced, qualified, interested persons/Agencies/ Company/ firm through two cover
system for “Intelligent Transport System (ITS) Project comprising Electronic Ticketing
Machines, Automatic Vehicle Location System with Global Positioning System,
Security and Survilenance System with CCTV Control Centre for city buses purchased
under JNNURM scheme by JCTSL in the city of Jalandhar”. The scope of work entails
Design, Development, Testing, Certification, Installation, Commissioning, Training,
Operation, Maintenance and Management for a period of 5 (Five) years and
extendable on mutual consent.
The detailed RFP document consisting of other terms and conditions can be
downloaded from our website www.mcjalandhar.in or collect from the office of the
company. The last date of tender is 27.03.2015 at 14:00 hours. The technical bid shall
be opened at 14:30 hours on the same day in the presence of bidders. The interested
parties are requested to send queries (if any) to [email protected] or
through FAX 0181-5053070. For any more clarification/information can be had from the
Manager, JCTSL Mobile No. +91 96460-73143.
Sd/-
Superintending Engineer (B&R)
MC, Jalandhar
Key Events and Date
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 5
Sl. No. Event’s Name Date & Time
1. Name of Project/ Work
Tender for Design, Development, Implementation & management of Intelligent Transport System (ITS) Central Control Centre (CCC) for Jalandhar City Transport Services Ltd., Jalandhar
2. Issue of RFP for Sale 13-03-2015
3. Submission of Response of RFP 27-03-2015; 02:00 P.M.
4. Opening of Technical Proposal 27-03-2015; 03:00 P.M.
5. Opening of Financial Proposal of the Technically Qualified Bidder
Will be intimated latter
6. EMD Fee
Bang Guarantee of Rs. 5 Lacs in favor of “Jalandhar City Transport Services Ltd” payable at Jalandhar as fromat specified in Annexure-D.
7. Tender Fee Demand Draft of Rs. 5000/- in favor of “Jalandhar City Transport Services Ltd” payable at Jalandhar.
8. Processing Fee for E-Tender Rs. 2247/-
9. Bid Validity Period The offer of the bidder shall remain valid for 150 days from the date of opening of financial Bid.
Note:-
1. All above events will be held at Jalandhar City Transport Services Limited (JCTSL).
2. In the event of the date specified above being declared as a holiday for Corporation the due
date will be the following working day.
3. It is mandatory for the bidders/contractors, to get themselves registered with
www.etender.punjabgovt.gov.in and get user id, password and class-3 digital
signatures, who wish to participate in E-tendering process.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 6
1. INTRODUCTION
1.1 Purpose
The successful bidder shall Design, Develop, Supply and Implement the Intelligent Transport
Management System at JCTSL at its own cost and support the Software, Hardware, Network
Infrastructure, Connectivity for a minimum period of Five (5) years from the time of commercial
launch of the project. JCTSL desires to implement the System which will enable the organization to
monitor its activities with
Automated Fare Collection System (AFCS)
Contactless Smart card based Pass System
Automated Vehicle Locating System (AVLS)
Mobile Application
Passenger Information System (PIS)
In-Bus CCTV Surveillance
Central Control Center (CCC) & Data Centre (DC)
Management Information System (MIS) Analytics & Support System
1.2 Objectives: The main objectives of the system are as follows
a. Improve efficiency and decrease operational costs
b. Provide real time information
c. Monitor, Track and Manage Bus service adherence and performance
d. Increase convenience and safety to commuters and crew
e. Optimize utilization of manpower, bus fleet and other resources
1.3 RFP Issuer
Jalandhar City Transport Services Ltd. (SPV) Intends to appoint service provider to
implement the proposed Intelligent Transport System (ITS) project implementation will include core
components such as: Vehicle Tracking System, Real Time Trip Information System, establishing a
Central Control Station at city bus depot. In addition to the VTMS project, data from other existing
or new systems that will be developed and interfaced to the VTMS so as to provide complete
picture of operations, enhanced level of services to the commuters and utilization of the existing
infrastructure for running advertisement campaigns. Core technologies include Geographical
Positioning System (GPS) at the core and supporting Information & Communication Technology
infrastructure in terms of Hardware Software and Monitoring equipment.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 7
1.4 Price of RFP
The price of this RFP document is Rs.5000/- (Rs. Five Thousand only) (Non-Refundable) inclusive of all taxes. The RFP document can be downloaded obtained from our website www.mcjalandhar.in or from the office of CEO, Jalandhar City Transport Services Ltd., on payment of Rs. 5000/- (Non-Refundable) in the form of demand draft payable to Jalandhar City Transport Services Ltd., Jalandhar.
1.5 Non - Transferable RFP
This Request for Proposal (RFP) is not transferable. The bidder to whom the tender has been
issued can participate in the bid only.
1.6 Bidding Document
Bidders are advised to study the RFP document carefully. Submission of bid shall be deemed to
have been done after careful study and examination of the RFP document with full understanding
of its implications. Failure to furnish all information required by the bidding documents or
submission of a bid not substantially responsive to the bidding documents in every respect will be
at the bidder‟s risk & may result in rejection of the bid.
Any clarification required regarding the Terms & Conditions in RFP shall be obtained from
Jalandhar City Transport Services Limited (JCTSL) office.
1.7 Bid Submission
The bidders are expected to submit their offers in two parts namely, “Technical Bid in Envelope-A”
and “Commercial Bid through online” and in the format given in this document.
i) The copy of the Bid shall be typed or written in indelible ink and shall be signed by the
Bidder or a person or persons duly authorized to bind the Bidder to the Contract.
ii) The Bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the bidder, in which case, such corrections shall be initialed by
the person or persons signing the bid in original. The bid shall be accompanied with the
Demand Draft for the cost of the tender document.
1.8 Bid Submission & Correspondence Submission
In order to obtain any first hand information on the proposed project and the local conditions, it is considered desirable that a representative of the Firm or Company/ service provider with domain
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 8
specialization to visit the office of the CEO, Jalandhar City Transport Services Ltd., before the proposal is submitted. Representatives of the firms can meet the following official for further information, if any:-
CEO cum Joint Commissioner,
Jalandhar City Transport Services Ltd.,
Municipal Corporation,
Jalandhar-144001 Ph.- 0181 2282061
E-mail:- [email protected]
Please ensure that advance intimation regarding the visit is sent to enable/make appropriate time arrangement.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 9
2. ELIGIBILITY CRITERIA
a. Firm Details:
a) Field of Business: The Company should be in the field of Information Technology for at-least last 3 years (prior to the date of bid submission). Copy of relevant and valid PO/ WO/ LOA/ Contract more than 3 years before the date of bid submission should be submitted along with the bid.
b) Registration Status: The bidder must be incorporated / registered in India under the Companies Act 1956 for at least 3 years (prior to the date of bid submission). Certificate of incorporation / registration must be submitted as documentary proof for the same.
c) Consortium: The bids shall be submitted by consortium as well subject to the following:
(i) The number of members in a Consortium shall not be more than three.
(ii) All members of the Consortium should be incorporated under the Companies Act,
1956 or equivalent law in their country of jurisdiction.
(iii) One of the members shall be designated as Lead Member who shall be authorized
to deal with JCTSL for and behalf of the Consortium by way of a Power of Attorney
(POA).
(iv) A member of any Consortium shall not bid either individually or as a member of
another Consortium.
(v) The Consortium shall submit a Consortium Agreement, drafted specifically for this
project, as part of its Qualification Bid outlining the role, responsibilities and
obligations of each member. The Consortium Agreement shall also provide that
each of the parties thereto shall be liable and responsible jointly and severally in
discharging their obligations in accordance with this RFP and towards compliance
of all statutory and other requirements as may be applicable in respect of the work
and that the responsibility of all the members of the Consortium shall be joint and
several at every stage of implementation of the work.
d) Turnover: The bidder (If Consortium then Lead Bidder) should have an average annual turnover of INR 3 Crore or higher in each of the last 3 financial years. Audited financial statements for each of the last three years should be submitted along with the bid.
e) Net worth: The firm should have a positive net worth of INR 1.5 Crore in each of the last 3 financial years. Certificate from the Chartered Accountant of the firm should be submitted.
f) Certification: Firm should be an ISO 9001:2008 or later certified IT company. Copy of a Valid Certificate self-attested by the authorized signatory should be submitted for the same.
b. Project Experience:
a) The Bidder (If Consortium then Lead Bidder) must have experience designing, development, implementation & maintenance of Vehicle Tracking Management Solution (VTMS) with online monitoring systems with PIS display boards for a maximum of 100
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 10
vehicles to a Government / private organization. The Bidder (If Consortium then Lead Bidder) should provide Go-live / acceptance / completion Certificate issued by the customer and/or Work Order / Purchase order / Copy of contract / Letter of Award highlighting for at least 2 projects in India implemented/ ongoing within the last 3 years prior to the date of bid submission as proof for the same.
b) The bidder must have experience of deploying AVLS/ PIS for at least 50 buses in a single project in India implemented/ under operation for at least 12 months within the last 3 years prior to the date of bid submission for any State Transport Undertakings (STUs) or any other reputed organization.
c. Manpower
a) Technical Staff: The bidder company should have at-least 20 technical staff (more than 1 year experience in IT Software/ Hardware/ Networking) at the time of bid submission.
b) Managerial Staff: The bidder company should have at-least 5 Managerial Staff (more than 1 year experience in Project Management) at the time of bid submission.
Certificate from the HR of the Company should be provided for the same. The bidder has to submit valid ESIC or EPF certificate as proof for the same.
d. Blacklisting and nonperformance:
a) The bidder (If Consortium then Lead Bidder) should not be currently blacklisted or banned by any Govt. / Govt. Department / Govt. Agency / PSU in India for corrupt or fraudulent practices or non-delivery or non-performance in last 3 years
b) The bidder or any of its directors should not have been convicted of a cognizable offence by any court of law with imprisonment for a term exceeding one year. An undertaking duly attested by the authorized signatory should be submitted in this regard.
The bid evaluation committee would reject bid from any of the bidders who have failed to deliver against agreed output to JCTSL despite of being given opportunities in last 3 years prior to the date of bid submission.
e. The Bidder must submit documentary evidence in support of their claim for fulfilling the criteria and they should submit an undertaking on their letterheads to the fairness of these documents in support of their claim while submitting the Bids. The Bids received without documentary evidence will be out rightly rejected.
f. The Successful Bidder should appoint minimum four nos. of Manpower during the implementation of the project. The details of the manpower/ personnel are as given below:
S. No.
Designation Period
1. Project Engineer/ Manager
(1Nos.)
Minimum 6 (Six) month to be posted on proposed project for first 6 month for the customization and integration of the whole project.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 11
2. Control Room Executive (2 Nos.)
For the whole operational period i.e. 5 years)
3. Field Support Engineer (1 Nos.) For the whole operational period i.e. 5 years
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 12
3. Evaluation Procedure and Criteria
The JCTSL will examine the bids in three phases.
1. Evaluation of Bid Qualification
JCTSL will carry out evaluation of the Eligibility Criteria and confirm through the documents
submitted whether the bidder (If Consortium then Lead Bidder) meets the Eligibility Criteria or not.
On successful qualification, the bidder will become eligible for being considered for further
evaluation.
2. Technical Evaluation of Bids
The evaluation parameters for the ITMS Project will be on a combination of the Technical Score
(T-Score) that will carry a weight of 70% and Financial Score (F-Score) at 30%.
The Bid evaluation will take into account technical factors in addition to cost factors. The evaluation
score will be a combination of Technical and Financial scores (QCBS).
The Technical capability of the bidder will be evaluated as per the below mentioned criteria to
determine the Technical Score of the Bidder:
No Criteria Basis for valuation Max
Marks Supporting Documents
1 ORGANIZATIONAL STRENGTH
20
1.1 Average Annual turnover in last 3 years (Turnover in Rs Crores)
Less than 3.0 Crore: 0 marks
Between 3.0 Crore & 5 Crore (including both) : 5 marks
Greater than 5 Crore & Less than 105 Crore: 7 marks
Greater than 10 Crore & Less than 20 Crore: 10 marks
10
Copy of Extracts from the audited Balance sheet and Profit & Loss;
OR
Copy of Certificate from the Chartered Accountant
1.2
Full-time professional (Technical/Engineering, Managerial, Other required professionals) staff engaged in Similar projects (Number of Staff)
Less than 10: 0 marks Between 10 & 20 (including both) : 3 marks Greater than 25 & Less than or including 50: 6 marks Greater than 50 & Less than 100: 8 marks Greater than or Equal to 100: 10 marks.
10
A self-certification from authorized signatory/ authorized HR Department official of the bidder.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 13
No Criteria Basis for valuation Max
Marks Supporting Documents
2 RELEVANT PAST EXPERIENCE
60
2.1
No. of similar ITMS/ ITS / AVLS/ PIS Projects involving implementation of IT enabled Cashless Ticketing Solutions for Government organizations / PSUs in India. Or any other reputed organization.
Nil projects (Marks: 0) 1 Project (Marks: 10) 2 Projects (Marks: 15) 3 Projects (Marks: 20) >= 5 Projects (Marks: 25)
Or
< 50 buses: 0 marks
51 – 250: 10 marks
251 – 500: 15 marks
501 – 1000: 25 marks
20
Completion Certificates from the client for work order completed OR Work Order + Phase Completion Certificate (for ongoing projects) from the client
2.1.1
Software Platform Expertise – Experience of developing/ implementing/ upgrading web based software for government of India/ State Government /PSU in India.
1 project (Marks: 5) 2 or projects (Marks: 10)
10
Completion Certificates from the client for work order completed OR Work Order + Phase Completion Certificate (for ongoing projects) from the client
2.1.2
The Bidder should have established Control Centre for Government / PSU/ any reputed organizations in India. The Bidder should demonstrate managing experience of Operations Control Centre/ Security of Data Centre as a part of the project
Nil projects (Marks: 0) 1 Project (Marks: 5) 2 or Projects (Marks: 10)
10
Completion Certificates from the client for work order completed OR Work Order + Phase Completion Certificate (for ongoing projects) from the client
2.1.3
Organizations who have implemented mobile apps on any mobile platforms for Vehicle tracking /locating System or similar type of work.
1 project (Marks: 5) 2 or projects (Marks: 10)
10
Completion Certificates from the client for work order completed OR Work Order + Phase Completion Certificate (for ongoing projects) from the client
2.1.4
Organizations who has similar type of (Vehicle tracking / locating System) LIVE projects operating
1 project (Marks: 5) 2 or projects (Marks: 10)
10
Completion Certificates from the client for work order completed
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 14
No Criteria Basis for valuation Max
Marks Supporting Documents
since last 3 years OR Work Order + Phase Completion Certificate (for ongoing projects) from the client
3 PRESENTATION 20
3.1
Demonstration of understanding and grasp of the System requirements of proposed project and past experience on similar assignment
Full understanding of the Detailed Solution and Functional architecture of the components proposed : (Out of 7.5 Marks) + Demonstration of past experience on similar assignment with Approach adopted, Solution architecture, Challenges faced and overcome and current Status of that project (Out of 7.5 marks)
20 Proposed Technical Solution
Total Marks 100
The bidders should score minimum 70% (should score minimum 70 out of 100 marks) in the
technical evaluation to qualify for opening of Commercial Bids. JCTSL‟s Evaluation in this regard
shall be final and binding on the Bidder. JCTSL may at its sole discretion, waiver any minor
informality or nonconformity or irregularity in a Bid document, which does not constitute a material
deviation provided such a waiver does not prejudice or affect the relative ranking of any bidder.
3. Evaluation of Commercial Bids
The Commercial Bids of the technically qualified bidders will be evaluated as per the evaluation
criteria mentioned below:
The Bidder with lowest Total Cost to JCTSL will be assigned 100% score.
Financial Scores for bidders other than Lowest Quoting Bidder (L1 Bidder) will be evaluated using
the following formula: i.e.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 15
Composite Score of the Bidder = (T-Score x 70%) + (F-Score x 30%)
In determining the lowest evaluated price, the following factors shall be considered,
namely:-
The quoted price shall be corrected for arithmetical errors;
In case of discrepancy between the prices quoted in words and in figures, the price
mentioned in words will be considered;
Adjustments to the price quoted shall be made for deviations in the commercial conditions
such as the delivery schedules and minor variations in the payment terms which are
quantifiable but deemed to be non-material in the context of the particular Bid;
The evaluation shall include all central duties such as customs duty and central excise duty
inclusive of local levies as a part of the price.
4. Negotiations, Contract Finalization and Award
The committee shall reserve the right to negotiate with the Bidder securing the highest composite
score. The contract will be awarded to the responsive Bidder whose Bid conforms to the RFP and
is, in the opinion of JCTSL the most advantageous and represents the best value to the ITMS
Project, price and other factors considered.
Evaluations will be based on the Bids, and any additional information requested by the JCTSL in
accordance with the requirements of the RFP.
5. Award Criteria
JCTSL will award the Contract to the successful Bidder whose proposal has been determined to
be substantially responsive and has been determined as recipient of the highest Composite Score.
Total Cost to JCTSL for Lowest Bidder (L1) _____________________________________________
Total Cost to JCTSL for the Bidder F – Score of a Bidder = X 100
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 16
4. Scope of Work
4.1 Purpose
The overall scope of the implementation wills consist of supply, development/ customization,
testing, installation and commission. The project is planned to cover about 46 nos. of buses which
is going purchased by JCTSL under JNNURM-II as per UBS-II specification which will be already
fitted with ITS kit. JCTSL has envisaged the Intelligent Transport Management System to be
initiated. JCTSL intends to introduce Intelligent Transport Management System facilities on Supply
and Operation Model basis. The purpose of this Request for Proposal (RFP) is to seek the
services of a reputed IT firm who would:
Conduct Requirement Analysis, Design, Develop, Test, Supply and Implement the Intelligent
Transport Management System.
Size, Procure, Supply, Install, Commission, Configure, Test, Integrate and Implement all the
required hardware and software for the project.
Manage, Maintain and Support all the Hardware and Software supplied and installed for a
complete contractual period of Five Years on Supply and Operation Model basis.
Train the JCTSL employees on usage of the Intelligent Transport Management system.
Supply of android based Mobile app for real time ETA and STA details.
Set up cloud based data centre and provide cloud based data service to fill the JCTSL‟s ITS
requirement for 5 years.
Providing High Speed Internet connectivity of the required bandwidth to the Central Control
Centre (CCC) and payment of all relevant charges, for the entire contract period of 5 years.
The bandwidth requirement & backup connectivity requirement has to be worked out by the
vendor to meet the SLA and for providing the required services.
Vendor needs to provide the required communication sub system including procurement &
installation of SIM cards in 46 on-bus ITS. Payment of monthly charges for the required
GPRS/GSM communication, for the entire contract period of five years.
Supply, Installation, Testing and commissioning of ITS Central Control Centre (CCC)
infrastructure.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 17
Supply, installation, customization and commissioning of Bus tracking application for buses.
Comprehensive warranty of Central Control Centre (CCC) application and Android application
for 5 years.
Comprehensive warranty of all the command center hardware and software 5 years.
Complete implementation and making the project successful by running it for warranty,
support and maintenance period of 5 years.
4.2 Project Overview
The system should be Web Based and the bidder should manage the system on a day to day
basis for a period of five years. The activities should cover standard modules, other maintenance
activities as required by JCTSL. This portal should be accessible by internal user of JCTSL,
Monitoring Stations, Control Stations, other JCTSL staff and should be the single point entry for
authentication and role based access.
The Minimum Bill of Material should be supplied by the Successful Bidder as essential for
the implementation of the project without change/addition in the Scope of Work. It will be
the responsibility of the successful bidder to provide the required items without extra
financial burden on JCTSL.
The complete system should be developed in open source technologies, and this should
support/run on Linux operating system; however application may be developed using
JAVA.
Training should be provided to JCTSL employee regarding use of the System.
Required Manpower should be deployed by the successful bidder to perform works related
to support and maintenance at Central Control Room to be established at JCTSL for the
Complete Project/Contractual Period.
Maintenance of all hardware & software supplied should be done by the successful bidder
for the complete contractual period.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 18
4.3 Broad Scope of Work and Responsibilities for Successful Bidder
This is a Supply and Operation Model project hence all investment/expenditure occurred in
procurement, supply, Installation, Commissioning, Development, Implementation, maintenance
etc. under this project should be borne by the successful bidder for the complete duration of
contract/project period. The main tasks/works to be performed by the successful bidder and their
responsibilities are as given below, which are indicative but not exhaustive –
A. Procure, Supply, Install, and Commission and Maintain all necessary hardware, software and
other items required during the complete project/contract period as mentioned in the RFP
document.
B. A Central Control Centre (CCC) (around 300 Sq. Ft area) for the project should be established
at JCTSL, in which Monitoring & all other works related to operations, monitoring, maintenance
and support should be carried out. Bidder has to provide all required hardware/software for
CCC such as Desktop Computer, Laser Printer, UPS and Connectivity etc.
C. The Tier III certified Data Centre (DC) and Disaster Recovery Centre (DRC) should be located
at any suitable, secured Physical/Cloud based Data Center located within India. The DC &
DRC should be located in different seismic zones.
D. Training Details:
The successful bidder should provide training to employees of JCTSL on application
related operations of the applicants & reports generation etc.
The successful bidder shall conduct all trainings at JCTSL Premises.
Training should be conducted based on a requisite mix of theory & practical operational
sessions. The trainings should be conducted in Hindi & English.
E. All hardware & software procured should be from authorized OEMs with license, support and
warranty for the complete project/contract period.
F. Bidder shall be responsible for establishing and regular maintenance of Central Control Centre
i.e. in terms of hardware & software for entire project tenure. Necessary infrastructure like
space and redundant electric supply shall be provided by JCTSL.
G. JCTSL shall provide required data in proper format as per the requirement of the System
Integrators (SI) of solution for further processing of data and reports.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 19
H. Hand over all the project assets/material to JCTSL in working & operational condition at the
end of the project duration.
I. Provide location wise complete Bill of Material (BoM) with detailed specifications to be procured
and installed at JCTSL. This BoM should be matched with this list of BoM at the time of
transferring of project assets due to completion/abandon of the project.
J. The successful bidder shall procure and provide the minimum quantity of all the hardware,
software etc. as mentioned in Minimum Indicative BOM and setup all these items at respective
places of working. The items& quantities mentioned is minimum for this project, but it is the
sole responsibility of the successful bidder to perform the appropriate sizing of all required
items to make this project successful and meet out the SLA requirements.
K. It will be the responsibility of the bidder to get Insurance of all the equipment‟s supplied and
installed at Bus Depots for security purpose.
L. It will be responsibility of the successful bidder to:
Keep a watch on the health of the system to ensure minimum downtime of each of the
component/equipment.
Keep sufficient reserve stock of hardware devices deployed at zone. Maintain and upgrade
the software components of the system.
Conduct preventive maintenance in a scheduled manner and during off-peak hours
Conduct corrective maintenance within stipulated time period as defined in Service Level
Agreement (SLA).
4.3.1 Automated Fare Collection System (AFCS)
a. AFCS should consist of the following at the minimum:
I. ETMs should automate ticketing through spot-printed tickets to commuters, Support Cash
and Ticket Operations in case of Failure of Electronic Ticketing Machines (ETMs) (with an
inventory management of tickets provided by the vendor of pre-printed ticket provided by
JCTSL and issued through the conductor), Automate End of Day Cash audit and
reconciliation of pre- printed tickets and support contact less smart cards ticketing with e-
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 20
wallet (for fare integration with other modes of travel such as Metro etc). Contactless smart
cards should be used for driver login of the ETMs is in the scope of this project.
II. The System should be an online system. The ticket data should be communicated on- line
from ETM Devices to Backend over private APN network using encrypted protocols and
should automate revenue reconciliation data.
III. Revenue monitoring application should provide reports on financial performance,
adherence to targets according to division, depot, schedule, route wise etc. with actual
performance and aid in effective planning and appraisal through graphs, reporting etc
IV. Empower Security and Vigilance Department for inspection (reconciling bus occupancy
numbers with tickets issued, inspecting status reports etc)
V. Provision of 110 Electronic Ticketing Machines at JCTSL Bus Depot. JCTSL will provide
redundant electricity, furniture & space for depot infrastructure of ITMS.
b. The ETM, at the minimum, consist of the following features:
I. Handling wear and tear; high throughput of transactions (during peak period) supporting
prolonged battery power to last minimum for a shift with Private APN GPRS connectivity;
and read/write facility (after introduction of contactless e-wallet smart cards)
II. Route, bus stop, fares, pass data in the device application
III. Support secured Login using ID/PIN
IV. Provision to extract transaction data from ETMs, in case the data is not communicated to
Central Server due to problem in communication or ETM device.
V. Easy to use for conductors with issue of tickets requiring minimum key-strokes.
VI. Display the valid passenger count in the bus, as per the ticket issued, at any point of time.
VII. Display the real-time status of the battery and ETM health
VIII. Conserve battery during idle time either by invoking auto shutdown or sleep mode.
IX. Tamper proof software and hardware (alert upon tamper)
X. ETM to print hard copy information of number of tickets issued in the bus and total revenue
collected at that point in time for security personnel to reconcile the number of passengers
in the bus.
XI. Trip Direction/ Number Change should be automatic and reflected in the ticket
XII. Display must be readable in all ambient light conditions including bright, day light.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 21
XIII. The device should support OTA updating of master data and application.
XIV. ETM should support read / write of Contactless Smart cards of both Type A and Type B,
confirming to ISO 14443 specifications. These Contactless Smart cards can be used by JCTSL as
e-Purse tickets and passes (Student / staff / monthly passes etc). The ETM supplier shall modify
the software to read / write / validate any existing or proposed Transport mobility Smart cards
confirming to Type A or B by the State Government / Central Government / MoUD / Metro etc..
c. The ETM, at the minimum, consist of the following features
I. Real time display of revenue collection by route, schedule, bus stop, time, date, distance,
deviation, depot etc.
II. Email revenue collection details to JCTSL officials on periodic intervals.
III. Block any prohibited or debarred ETM Device from backend through OTA command.
IV. It should be possible to charge ETM Device as well as its battery separately.
V. Charging Infrastructure should be compact to save on space for charging ETMs. Preferable
that charging infrastructure should charge multiple batteries at a time.
VI. The backend system should be robust enough to handle online communication of at least
500 Devices at a time.
VII. In case of failure of ETMs, pre-printed tickets will be provided at the depot by JCTSL, the
inventory solution has to be provided by the vendor for issuing these tickets (through
conductors) to ensure coordination and accountable reconciliation practices.
VIII. Reconciliation will be done End of Day at the depot.
IX. Mechanism to recover the data and populate the appropriate database, in case the data is
not getting sent from the device.
d. Vendor should take up periodical preventive and corrective maintenance of all ETM Devices.
Vendor shall be responsible for replacing the defective ETM in line with the SLA. Vendor shall
be responsible for arranging defective ETMs to be collected from depots and returning the
same duly after service at his own cost and risk. Vendor shall be responsible for the entire
comprehensive maintenance of ETMs including batteries, printer mechanism and all other
components.
e. JCTSL shall be responsible for issuing, receiving and charging of ETMs. The space. furniture
and power supply and inverter for the same shall be provided by JCTSL.
4.3.2 Contactless Smart card based Pass System
JCTSL intends to introduce the smart card pass system under which a personalized RFID Smart
Card can be issued to the passengers who are entitled to avail concessional/free journey facility.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 22
This personalized card may contain visible/ printed information like JCTSL Name, logo, Unique
Card Number etc. whichever is applicable according to scheme, on both side outer surface of the
Card and in the RFID chip of the card itself. The cards‟ design and all static information should be
printed in color while variable information shall be printed in black. This Smart Card may be used
as Concessional/Free Travel Pass and Pre-paid/e- Purse Travel Card etc. The successful bidder
would be responsible for providing two nos. of RFID Smart Card Writer and Validator in Control
Centre without any extra financial burden on JCTSL.
4.3.3 Automated Vehicle Locating System (AVLS)
The software shall be web based and utilizes high resolution digital map i.e. Google Map to show
real-time position of the vehicles. The software shall provide map based tracking and transit route
line based tracking of vehicles by the control centre operators. The software is expected to have
enterprise capabilities which enables multiple user type to be enabled to carry out various
functions like, Alarm Management, Vehicle Schedule Tracking, Speed Management, Stoppage
management, Route replays, bus tracking dashboard etc as a standard functionality. The software
shall enable control centre management staff quick decision making capability, which shall be
achieved by providing graphical tools for visualization. The software shall enable JCTSL to drill and
analyze information and online data in a multi-dimensional manner. Comprehensive analysis and
reporting capabilities are expected to be part of the application delivery which matches the world
standard capabilities of AVLS systems.
The software should have capability to have a multi-screen based tracking system, so as to enable
tracking staff to quickly analyze activities and have a better insight into operational data of all
activities within the system.
Bidder is responsible only for AVLS application for Buses as per UBS-2 fitted hardware. JCTSL will
coordinate with Bus manufacturer/supplier for UBS-2 hardware for any kind of
integration/incidents.
4.3.4 Mobile application
Selected Bidder shall have to develop web portal, which shall be linked to the existing MCP
Portal to download Route information, Route schedule etc. by commuters. This information
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 23
must be accessible using WAP enabled mobile phones also. The web portal may have
facilities for Pass application, Cards top-up using credit/debit/net banking facility.
Apps shall include a mobile application to help passengers to get information about the
buses, search and view bus schedules on various routes and deliver ETA based on their
real time location. System shall show the time table of the buses, fare structure etc. System
will also provide a Smart card recharge facility.
4.3.5 Passenger Information System (PIS)
a) The PIS shall include all the components that are directed towards passengers.
“Passengers” & “commuters” in this context would also mean the commuters, prospective
commuters who enquire about the JCTSL services; people who arrive at the bus stands to
receive passengers. The terms passenger and commuter is used interchangeably.
ETA/ D in real time Application will be developed by the vendor by consulting all the
stakeholders, including JCTSL and users. This real time information should be
available through SMS/Internet/LED Boards installed at Bus Stands including
information regarding incidents/ cancellation/ delays.
Real Time Information on the internet and SMS will be provided on Demand. SMS,
and Internet based real time information should enable commuters to plan their trips
in advance and make informed choices about their travel by bus.
Real Information through SMS will be user defined and friendly including bus stop
name, service type, route number, time of arrival at the very minimum. JCTSL will
responsible for SMS, SMS gateway charges.
A Revenue share arrangement will be entered into by the JCTSL and the service
provider for providing real time information through SMS gateway based upon the
application developed by the selected bidder chosen to provide real time
information. Vendor shall ensure smooth coordination and integration for the above.
b) LED Board at Bus Queue Shelters (60 Nos.) shall have the following functional
specifications:
Display of PIS in a display unit at bus stand shall be configurable based on bus
stand and platform. Single unit should display services of more than one platform.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 24
List of displays and locations will be at bus stands. One location may have multiple
displays that should be managed from the control centre.
Information Display units will be supplied and mounted appropriately, configured
and commissioned by the vendor.
PIS information shall be displayed both in Hindi and English alternatively (single or
two language shall be configurable).
At all these bus stands, display units will receive/display transmitted contents from
the central system through a gateway or mention other suitable means in the
technical Architecture.
Display systems needs to support single color display for advertisements, Digital
display of text on LED screens both in English and Hindi.
Displayed messages must be readable in high bright, day light.
Display system in addition to the display of information from ITMS shall be capable
of displaying text advertisements and content at the bus stops and may need to
alternate between Passenger information and text Advertisements.
The frequency and period of information display on PIS display shall be
configurable from central location for advertisements and other transit information
and needs to worked out with JCTSL
Display shall provide for modular configurable layout enabling parallel display of
content on different areas of the screen – Real time Transit information (Routes,
ETA, Type of service, Fare, Time/Date, Safety information, Commercial advertising,
a ticker tape at the bottom for text announcements/advertisements, other local
Tourist information).
All displays for PIS will have a configurable refresh rate, ideally 1 minute or less.
The system should support displaying text advertisements by vendors, JCTSL etc.
on all the LED boards configurable from a central server
The broadband connectivity at bus terminals shall be provided by the vendor.
c) Display System Technical Requirement (PIS):
Management of display will be carried out through the online system from the
central location.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 25
The information is to be pushed/ pulled from the central server in real time while all
other information shall be scheduled during non-peak hours.
Display units shall be mounted on a rugged enclosure to withstand harsh
environmental conditions with reasonable physical security.
Display will be located at a convenient height to have a clear view of the message
of next arrival bus.
Fitment provision will have to be provided in the Bus stands. The power supply shall be made
available by JCTSL.
4.3.6 In – Bus CCTV Surveillance
The UBS – 2 buses are fitted with CCTV Cameras. The bidders will be required to implement the
following requirement in the In-Bus CCTV Surveillance System:
The bidder shall provide appropriate storage capacity at Depot for the total solution wherein 3
days data should be made available.
The bidder should provide required networking operational communication network including
necessary hardware/equipment for the Server.
The bidder shall provide necessary mechanism with process to report faults and its resolution
to measure and monitor SLA.
The data stored should be uniquely named to identify the data with file name
The system should be able to identify and give the data of the specified location, date and time.
4.3.7 Central Control Center (CCC), Data Centre (DC)
Command Control Center will act as a live hub to manage and monitor service related data which
will be viewable through a centralized web application. Activities at the control center will comprise
of monitoring services, incident management with defined escalation procedures, activities to
include monitoring health of all components (hardware, software etc.) of AFCS project through
automatic check system JCTSL personnel will be trained to oversee the Command Control Center
by the vendor.
DC will receive transactional data from on board devices applications into servers and Decision
Support/ Business Intelligence (BI) Applications respectively to generate alerts and reports on
revenue and operational parameters.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 26
In case of emergency or critical situation in DC, data backup procedures from Disaster Recovery
(DR) site should be clearly followed.
a. The Command Control Center of JCTSL is to be located at JCTSL premises. JCTSL will make
provision of allotting an area of at least 350 sq. feet for the purpose of setting up the Command
Control Center. It will be the responsibility of bidder to set up the control centre in the allotted
area. The control centre should be designed to seat 10 people. Redundant and uninterruptable
electricity at the Control Centre will be provided by JCTSL.
b. The Data Center (DC) may be set up either at above mentioned JCTSL location or may be
hosted at any location within India. DC must be a minimum Tier-III level Data Center
guaranteeing 99.982% availability and uptime equipped with dual-powered IT equipment,
sufficient cooling accommodation for collocating servers, multiple Internet links, common
servers, storage with high availability etc.
c. Disaster Recovery (DR) Center may be located at any suitable, secured Physical/Cloud based
Data Center located within India.
d. Command Control Center (CCC) and Data Center (DC) set up including all connectivity,
hardware & software will be the responsibility of vendor.
e. The CCC shall have sufficient seating space for technical persons who can work 24X7X365.
Vendor will train the JCTSL staff for using the systems and appoint personnel for trouble-
shooting activities and a supervisor for the General.
f. Redundant Electricity with backup and space for Data Center (if hosted in JCTSL location) and
CCC shall be provided by JCTSL. Everything else including furniture, air conditioner, backup,
all connectivity, other civil works etc will be responsibility of the vendor.
g. Command & Control Center (CCC) and Data Center should have secured based access
system and maintain a log of in/outs.
h. All applications that are part of ITMS should be accessible from the CCC. The Work Stations
will be web-enabled, provide for appropriate User Access (Role based, Read only/ Read write)
and other security controls. All monitoring stations shall be able to receive alerts from the ETM
devices and display on screen on a dashboard.
i. Solution & Technical Architecture of Data Center & Command Center will be provided by the
vendor which includes IT hardware such as servers, storage, networking, UPS, etc. and all
system software including Operating systems, RDBMS, firewall, antivirus, etc. The vendor
should seek confirmation from JCTSL before installation and commissioning of the Solutions,
Technical Architecture and Equipment‟s at DC and CCC.
o Connectivity at Data Center and CCC.
o Connectivity to Bus Depot (1)
o Connectivity to PIS Locations (60)
o Connectivity between ETM and Data center (GPRS)
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 27
JCTSL may provide sitting space and electric points free of charge to successful bidder teams
involved in Application Software Development, providing support in operation, maintenance of
hardware devices etc.
4.3.8 MIS Analytics and Decision Support System
The MIS Analytics and Decision Support System module shall use the data available at the DC for
various modules discussed above. This system shall generate various automated reports for daily,
weekly, monthly monitoring. This shall also provide for data analytics required for managing
operations and improving performance. The decision support system shall help the management
by providing the required data at one place to the management to help them take decisions.
Route Planning and Optimization: The route planner / optimizer software system at the Central
Control Station shall transform the transactional data into useful information and feed the same
into the decision support engine for route planning & optimization. The route planner / optimizer
software shall include optimization of load factor on different routes and differential scheduling
based on actual trip completion times.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 28
4.4 Project Implementation Plan
The solution Implementation has been envisaged as per the timelines given below–
Sr. No.
Activity Timeline
1. Project Start T1 (within 30 days of Signing of Contract)
2. System Study and Submission of its Documentation/Report covering aspects related to Requirements, Rules and Regulation for ITMS etc. & Proposed amendments regarding implementation of Application
T2=T1 + 4 weeks
3.
Application Development, Testing, Debugging and finalization of the application software.
Procure & Supply all required Hardware, Software, networking components and connectivity required for application under the bidder scope
User Acceptance Test (UAT)
Preparation & submission of training material
T3=T2 + 6 weeks
4
Installation and Commissioning of all Hardware and Software required under scope at JCTSL depot.
Training to designated JCTSL officials of pilot locations
Go live
T4=T3+8 weeks
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 29
Minimum Indicative Bill of Material
Given below is the minimum indicative BOM of hardware & Software for ITMS project:
Sr. No.
Items Required Quantity Remarks
Data Centre (DC)
1 Hosted Server, Storage, Networking Device As
Required for DC
2 Hosted ITMS Application As per RFP
3 Redundant Internet Connectivity (High Speed Min. 6 Mbps) 2
Central Control Centre (CCC)
1 55 inch LED Display Board with Controller 3
2 Workstations/Desktops 5
3 Civil Work / Electrical Work / Furniture / Access Control / CCTV for 350 Sq. Ft. Area
Lot
4 Helpdesk & SLA Software 1
5 Redundant Internet Connectivity 1
6 Others
As Required
for complete solution
Depot Infrastructure
1 Electronic Ticketing Machine (ETM) with Frontend System with Spares
140
2 ETM Charging Unit 1
3 ETM Bag 140
4 Router 1
5 Depot Entry Level Server (Branded) 1
6 Workstations/Desktops (Branded) 2
7 132 Col Dot Matrix Printer 2
8 UPS with 30 minutes Battery Backup 1
9 LAN Switch - 8 Port 1
10 Passive Networking Components / LAN Cabling As
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 30
Required
11 Redundant Internet Connectivity 1
Contactless Smart Card based Pass System
1 RFID Smart Card – Desfire 4 K Compatible 5000
2
Point of Sale (PoS) including PoS - Work Station
Thermal Printer, RFID Reader Writer, Passenger Display Unit ,
Web Cam, Cash Vault, UPS with 15 Mins Backup,
Redundant Internet Connectivity
2
3 Minimum 46” LCD (Industrial use) for providing information at other major passenger terminal for displaying information.
3
Passenger Information System (PIS)
1 LED Display Unit with Accessories, Fitting & Fixtures (as per specification)
60
Note:
JCTSL is going to purchase the city buses under JNNURM Scheme as per UBS-II issued
by Ministry of Urban Development, New Delhi so the successful bidder is fully responsible
an entitle for any addition in software and hardware for integration of this project.
This is minimum indicative bill of material required by JCTSL & the Bidder has to submit the
actual BOM over & above if needed in his response as per the bidder‟s technical solution.
Bidders are advised to propose the appropriate (equivalent or higher) number of
equipment/resources as per the proposed solution to maintain SLA & uptime, the bidder
should factor such cost in the bid.
JCTSL will be responsible for all types of consumables required for this project like ETM
thermal paper roll, Receipt paper for Smart Card Issuance, Paper Stationary, Printer
ribbon/ toners etc. as required for this project.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 31
5. Technical Specifications
5.1 Electronic Ticketing Machine (ETM) Specification
# Description Specification
I CPU Performance
1 CPU Frequency At least 100 MHz
2 Operating System Linux
II Memory
A RAM
1 Type DDR 1or better
2 Size At least 128MB
B Flash
1 Type NAND Flash
2 Size At least 256 MB
3 Expansion Slot Micro SD / Mini SD
III Display
1 Type Graphic
2 Size Capable to display Graphic images 20 Character into 4 lines or above
3 Resolution At least 64*128
IV Keypad
1 No. of keys 30 keys with PU. Coating for long life with alphanumeric silicon rubber key pad with carbon contact.
V Printer
1 Type Thermal
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 32
2 Width At least 50mm
VI Interface
1 Serial Port Built-in
2 USB Built-in
VII RFID Smart Card
1 MIFARE (A/B type) Built-in
2 SAM Slot (ISO 7816) Built-in (At least 2)
VIII Communication Interface
1 GSM Built-in
2 GPRS Built-in
IX Power
1 Battery Type Rechargeable
2 Capacity At least 2200mAh
3 Battery Life Minimum 300 charge cycles.
4 Battery Charger AC intelligent light weight charger working between 180 to 280 volts.
X Paper length At least 30mm Diameter
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 33
5.2 LED Display units
# Specifications
· Minimum and Maximum viewing distance and angle of viewing (where the display screen looks
DOTFREE) : Viewing distance upto 15 meters, Minimum 150°V – 60°H
· Size of Display characters: >2”
· Length of the message for a particular route; information that needs to be displayed in English
&Hindi:
o Route No.: The vehicle Route Identity
o Vehicle No.: The Vehicle Identity of the bus
o Time: Estimated Time of Arrival of the bus at the given bus Stop
o Service Class: Type of service like Limited stop Service etc
o Destination: End point of the Trip
o Via – en-route information
· Number of characters: Minimum of 32 characters per route
· Number of lines of display: Minimum 2 lines display for Bus Stop LED Display and Minimum 4 lines
display for Bus Terminal LED Display
· Intensity of display: Minimum of 500 candelas (luminous intensity) or (informally called Nits) / sq.
Meter assuming that no display board would be installing directly under the sunlight.
· Maximum Width & Length available at the bus stop / bus terminals:
Bus Stop: 725 mm X 350 mm
· Display color: Single color (Amber)
· Update of display: Real time
· Communication Protocol between the display unit and the central server: GPRS /TCP/IP, FTP,
HTTP
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 34
· GPRS Controller and Antenna: Built-in
· Environmental specifications:
(a) Temperature: 0 to +55 deg C
(c) Thermal cycling: 5 Deg C/mt
(d) Vibration: 2 g
(e) Sealing: IP 54
(f) Humidity: upto95% RH
(g) Drop : 1 mt on all faces
· Minimum life of the display system: 100,000 hours
· Power supply: 150~260V 50Hz
· Data format: Bit map or Unicode
· Display format: Fixed and scrolling
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 35
5.3 Desktop PC Specification
S. No Parameter Specifications
1 CPU Intel Core i3, 2.0 GHz, 4MB Cache or higher./AMD Equivalent
2 Memory 4 GB 1066 MHz DDR3 RAM with 8 GB Expandability.
3 Mother Board Intel series or better on OEM Motherboard.
4 Monitor 47 cm (18.5 inch) TFT /LED Digital Color Monitor TCO-05 certified.
5 Display Integrated on Board 1024X768 resolution with 16 Million colors
6 Hard Disk 500 GB 7200 rpm Serial ATA HDD or higher
7 Networking Features 10/100/1000 Network Card with remote booting facility, remote system installation, Asset tracking and security management, remote wake up
8 Ports 6 USB Ports (with at least 2 in front), audio ports for microphone and headphone in front.
9 Keyboard 104 Keys, heavy-duty normal English keyboard, having key life of 20 million keystrokes or more (same make and color as base CPU)
10 Mouse 2 button optical scroll mouse with mouse pad
11 DVD ROM Drive 8X or better DVD RW Drive.
12 Power supply 230 watts and above Energy Star compliant Ver 5.0, ACPI compliant or more SMPS power supply, should be capable to support fully configured PC
13 Power Management Energy star 5.0 compliant for power saving
14 Operating System Windows 7 with latest service pack preloaded with license and recovery CD from direct named account of Microsoft with certificate of authenticity having OEM name / Linux OS
15 Bundled software Standard bundled software pertaining to the model offered should be included in offer (Must be specified in the offer)
16 Warranty For the complete project period
17 Productivity Software Open Office
18 Antivirus latest ant virus with five year Updation facility
19 Certification Windows , Linux
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 36
6. Payment Terms
Payment to the successful bidder shall be done as detailed below for Capital Expenditure including
first year O&M cost and 2 Years product warranty.
Sl. No. Clause Payment Schedule
1. Successful supply of Central Control Centre & DC hardware.
10 % of offered Capex Cost.
2. Successful supply of PIS hardware 10 % of offered Capex Cost
3. Successful supply of Electronic Ticketing Machine (RFID & GPS).
10 % of offered Capex Cost
4. Payment on Installation of Hardware & Software of Central Control Centre (CCC) & DC
10 % of offered Capex Cost
5. Successful supply of mobile application, website and other required application/ software for proposed project.
20 % of offered Capex Cost
6.
Payment on Successful Commissioning validated through meeting the tests from commissioning & issue of Completion Certificate
30 % of offered Capex Cost
7. Payment after 90 days on successful
completion and operation of proposed Project. 10 % of offered Capex Cost
Payment to the successful bidder shall be done as detailed below for Operation & Management
Expenditure for 5 Years:
Sl. No. Clause Payment Schedule
1 Quarterly payment for Operations and Management of the implemented ITMS system for 5 years
20 % per Annum of invoiced amount after deducting 10% being the amount of the security refundable after completion of 5 years.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 37
7. Service Level Agreement (SLA):
The successful bidder is supposed to maintain all hardware, software and connectivity at
fully functional modes for the entire project period.
In case the bidder fails to comply with provisions of tender and requirement, monetary
penalty as deemed fit by JCTSL will be levied, subject to a maximum compensation of 10%
of the contract value and the same shall be final and binding on the Bidder.
The system should have at least 97% uptime for complete solution.
For Application, servers, database and other resources the total available time would be
computed on 24 hrs/day 7 days/week.
Total No. of hours – System down
Availability = --------------------------------------------------------------- X 100
Total No. of hours
Contract Period: The contract shall be valid for a period of Five years from the date of
singing of the agreement.
Security Deposit/ Performance Bank Guarantee: Applicable @ 10 % of total award value of
contract.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 38
8. GENERAL TERMS & CONDITIONS:
1. The rate provided by the bidder should be inclusive of all administrative charges. All taxes,
work contract tax, income tax, etc shall be applicable as per the statutory provisions and
shall be included in rates.
2. The Bidder shall be entirely responsible for all taxes inclusive of service tax, VAT, etc.
stamp duties, license fees, and other such levies imposed. JCTSL will reimburse any new
levy introduced by the government during the period of agreement as per actuals.
3. Rate should be given according to the unit and no other alternative will be considered.
4. Your offer should be delivered to this office in sealed cover by the due date and time of
submission of bid. The tender document with each page duly signed as a token of
acceptance should be submitted along with the offer.
5. The validity for the offer should be 90 days in respect of this tender. In the absence of
period of validity being mentioned in your offer, it will be assumed that your offer conforms
to the validity asked in this Tender enquiry.
6. The estimated quantities are liable to change.
7. Bids made by agents/ representatives will not be considered.
8. JCTSL has to finalize the contract within a limited time schedule. Therefore, it may not be
feasible in all cases for JCTSL to seek clarifications in respect of incomplete offers.
Prospective bidders are advised to ensure that their bids are complete in all respects and
confirm to our terms & conditions and Bid Qualification Criteria of the tender. Bid not sent
as per JCTSL‟s requirement may be rejected without seeking any clarification.
9. The Company shall not be responsible for any costs or expenses incurred in connection for
the preparation and delivery of the tender or for any other expenses incurred in connection
with such bidding.
10. The Company may reject, accept or prefer any tenders without assigning any reason
whatsoever.
11. No advance payment will be made by JCTSL. Bidder asking for advance payment may be
rejected.
12. Each tender shall be signed by a duly authorized officer & incase of a Corporation /
Companies shall be sealed with the Corporation seal or otherwise appropriately executed
under seal.
13. Tender must be submitted without making any additions, alternations, and as per details
given in other clauses hereunder.
14. Addenda/Corrigenda to this Tender Document, if issued, must be signed, submitted along
with the Tender Document. The Bidder should write clearly the revised quantities in the
Financial Bid of Tender quantities when amendments of quantities are issued addenda.
15. Bidders are advised to submit quotations based strictly on the terms and conditions and
specifications contained in the Tender Documents and not be stipulating any deviations.
16. The full name, address, and telegraphic address of the Bidder shall be written on the
bottom left hand corner of the sealed cover.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 39
17. ALL PAGES ARE TO BE INITIALLED: All the pages of all sections of Tender Document
shall be stamped & initialed at the lower right hand corner and signed wherever required in
the tender papers by the bidder or by a person holding power of attorney authorizing him to
sign on behalf of the Bidder before submission of tender.
18. RATE TO BE IN FIGURES AND WORDS: The Bidder should quote in English, both in
figures as well as in words the cases and the Financial Bid of Tender submitted by the
Service Provider for each item and in such a way that interpolation is not possible. The
amount for each item should be worked out and entered and requisite total given of all
items, both in figures and in words. The tendered amount for the work shall be entered in
the tender and duly signed by the Bidder.
If some discrepancies are found between the Rates in Figures and Words or the Amount
shown in the tender, the following procedure shall be followed:
a) When there is difference between the rates in figures and words, the rate which is
specified in words shall be taken as correct.
b) When the rate quoted by the Bidder in figures and words tally but the total amount is
incorrect the unit rate quoted by the Bidder shall be taken as correct and shall be taken
as the basis for calculation of the correct amount.
c) When it is not possible to ascertain the correct rate by either of above methods, JCTSL
reserves the right to take its own decision.
19. CORRECTIONS AND ERASURES: All correction(s) and alteration(s) in the entries of
tender paper shall be signed in full by the BIDDER with date. No erasure or over writing is
permissible.
20. SIGNATURE OF BIDDER: The TENDER shall contain the name, residence and place of
business of person or persons making the tender and shall be signed by the BIDDER with
his usual signature. Partnership firms shall furnish the full names of all partners in the
tender. It should be signed in the partnership's name by all the partners or by duly
authorized representatives followed by the name and designation of the person signing.
Tender by a corporation shall be signed by an authorized representative, and a power of
Attorney in that behalf shall accompany the tender. A copy of the constitution of the firm
with names of all partners shall be furnished.
21. DETAILS OF EXPERIENCE: The Bidder should furnish, along with his tender, details of
previous experience in having successfully completed in the recent past works of this
nature, together with the names of JCTSLs, location of sites and value of contract, date of
commencement and completion of work, delays if any, reasons of delay and other details
along with documentary evidence (s).
22. CLARIFICATION OF TENDER DOCUMENT: The BIDDER is required to carefully examine
the Technical specifications, conditions of contract, and other details relating to WORK and
given in Tender Document and fully inform himself as to all conditions and matters which
may in any way affect the WORK or the cast thereof.
Verbal clarification and information given by JCTSL or its employee(s) or its representative
shall not in any way be binding on JCTSL.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 40
23. ABNORMAL RATES: Bidder should quote reasonable rate for all the items as per project
requirement. If JCTSL finds that quoted price is not reasonable then JCTSL reserves the
right to reject the commercial offer of lowest bidder.
24. AWARD OF ORDER: The Order shall be awarded on the overall L1 bidder as per
evaluation method.
25. EARNEST MONEY DEPOSIT (Rs. 5 Lacs payable by DD/BG) The Bidder must pay
Earnest Money as given in the letter/notice inviting tenders and attach the official receipt
with the technical bid failing which the tender is liable to be rejected and representatives of
such Bidders will not be allowed to attend the tender opening, Earnest Money can be paid
in Demand Drafts or Bank Guarantee of any Nationalized or Scheduled Bank in favor of
“Jalandhar City Transport Services Ltd., Jalandhar” payable at Jalandhar addressed to
Room No. 51, IInd Floor, Municipal Corporation Office, Jalandhar
NOTE: The Bank Guarantee so furnished by the Bidder shall be in the Performa
prescribed. No interest shall be paid by the JCTSL on the Earnest Money deposited by the
Bidder. The Bank Guarantee furnished in lieu of Earnest Money shall be kept valid for a
period of “one month/30 days beyond the date of validity of the tender”. (BG from
cooperative banks shall not be accepted). The EMD shall be forfeited in the event of the
bidder withdrawing his offer.
The Earnest Money of the unsuccessful Bidders will be refunded by JCTSL directly to the
Bidders within a reasonable period of time. Correspondence in this regard may be
addressed to JCTSL directly by the BIDDERS.
26. AWARD OF CONTRACT: The Acceptance of Tender will be intimated to the successful
Bidder by JCTSL either by Telegram/Fax or by Letter or like means defined as LETTER OF
INTENT OR WORK ORDER.
Bidder to confirm the unconditional acceptance to the following clauses of the tender:
i. Security Deposit / Performance bank guarantee
ii. Schedule of Rates
iii. Termination
iv. Scope of Work
v. Arbitration
vi. Period of Validity Offer
27. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its bid
and JCTSL shall in no event or circumstance be held responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 41
28. Amendment of TENDER Document
At any time before the deadline for submission of bids, JCTSL may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
Bidder, modify the TENDER Document by amending, modifying and/or supplementing the
same.
All prospective Bidders shall be notified of any amendments through proper notices and
such amendments shall be binding on them without any further act or deed on JCTSL‟s
part. In the event of any amendment, JCTSL reserves the right to extend the deadline for
the submission of the bids, in order to allow prospective Bidders reasonable time in which
to take the amendment into account while preparing their bids.
29. Conditional offers by the Bidder
The Bidder should abide by the terms and conditions specified in the TENDER Document.
If bidder submit conditional offers it shall be liable for outright rejection.
30. Performance Bank Guarantee/ Security Deposit:
The performance bank guarantee/ Security Deposit of 10% of the contract value, from the
Nationalized / scheduled Bank, valid for tender period for this contract, after the successful
live run, shall be required to be given to JCTSL, Jalandhar after acceptance of the
application of software. As per format provided by the Tender Document. - Annexure E
The proceeds of the performance bank guarantee/security Deposit shall be payable to
JCTSL, Jalandhar as compensation for any loss / penalties / liquidated damages resulting
from the Bidders failure to complete its obligations under the contract for post
implementation support. The performance guarantee/Security Deposit shall be discharged
by JCTSL, Jalandhar to the Bidder within 90 days of the expiry of the warranty period.
31. RIGHT OF THE JCTSL TO FORFEIT SECURITY DEPOSIT/PERFORMANCE
GUARANTEE: Whenever any claim against the BIDDER for the payment of a sum of
money arises out or under the CONTRACT, the JCTSL shall be entitled to recover such
sum by appropriating in part or whole the Security Deposit / Performance Guarantee of the
BIDDER. In the event of the security being insufficient or if no security has been taken from
the BIDDER, then the balance or the total sum recoverable, as the case may be shall be
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 42
deducted from any sum then due or which at any time thereafter may become due to the
BIDDER. The BIDDER shall pay to the JCTSL on demand any balance remaining due.
The Bidder shall execute an agreement with JCTSL within 15 days from the award of
contract. However agreement shall be executed only after submission of valid Security
Deposit against the contact.
JCTSLRESERVES THE RIGHT TO:
i. Reduce the rates at which payment shall be made if the quantity and quality of
services although acceptable is not up to required standard.
ii. Issue the BIDDER from time to time during the progress of the service such further
instructions as shall be necessary for the purpose of proper and adequate execution
of the service and the BIDDER shall carry out and be bound by the same.
32. Late Tender submission, Modification and Withdrawal offers.
Any tender offer received by JCTSL, Jalandhar after the deadline for submission of tender
offer prescribed by JCTSL, Jalandhar, pursuant to the clause above, will be summarily
rejected. Modification or Withdrawal of Offers is not permissible after its submission. If the
offer is withdrawn before the validity period, the EMD will stand forfeited.
33. Right to reject any offer or all offers
The Executive Director-cum-Commissioner, JCTSL, Jalandhar, reserves the right to accept
or reject any tender offer, and to annul the tendering process and reject all tenders at any
time prior to award of control, without thereby incurring any liability to the affected Bidder(s)
or any obligation to inform the affected Bidder(s) of the grounds for the Commissioner's
action.
34. Penalty Clause
For any delay or to complete the contracting work, JCTSL, Jalandhar will charge penalty
Rs. 5000/- per week or may deem fit part thereof, subject to a maximum of 10% of
contracted amount following behind the project implementation plan as specified in 4.4 in
this RFP. On the breach of any terms and condition of this contract by the company and as
a consequence of any amount becomes due to the JCTSL, Jalandhar by the Bidder then
the JCTSL shall be entitled to forfeit the security deposit and to realize and retain the same
as damages and compensation for the said breach. Retention of security Deposit shall be
made without prejudice to the right of JCTSL to recover any sums as damages as per the
contract from any sum due or which may become due to the Bidder or the JCTSL.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 43
DISPUTE RESOLUTION PROCEDURE
a. Amicable Settlement:
In the event that any dispute, controversy or claim arises among the parties in connection
with or under this agreement or the interpretation of any of its provisions or upon the
occurrence of default, the parties of the first and the second part shall appoint one senior
representative each, who is not involved in the day-to-day operations relating to the
Project to meet promptly in an effort to resolve such dispute, controversy or claim. All such
disputes shall be amicably settled through mutual consultation and negotiation between
the representatives. Each party shall bear all the expenses of its representatives. The
parties hereto agree to use their respective best efforts to resolve all disputes arising
hereunder through the consultative process.
b. ARBITRATION
i. Arbitrators:
In the event the dispute or difference or claim, as the may be, is not resolved, as
evidenced by the signing or the written terms of settlement by the Parties, within 30 (thirty)
days of reference for amicable settlement and/or settlement by the representatives, the
same shall be finally settled by the binding arbitration under the Arbitration and
Conciliation Act 1996. The arbitration proceeding shall be decided by a sole arbitrator and
parties agree that for the purpose of this Agreement Director, Dept. of Local Government,
Govt. of Punjab shall act as a sole arbitrator. The decision of the arbitrator shall be final
and binding on all the parties.
ii. Place of Arbitration:
The place of arbitration shall be Chandigarh but by agreement of the parties, the
arbitration hearings, if required can be held elsewhere from time to time.
iii. English Language:
The request for arbitration, the answer to the request, the terms of reference, any written
submissions, any orders and ruling shall be in English and, if oral hearing take place,
English shall be the language to be used in the hearing.
iv. Procedure:
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 44
The procedure to be followed within the arbitration, including appointment of arbitrator /
arbitral tribunal, the rules of evidence which are to be apply shall be in accordance with the
Arbitration and Conciliation Act, 1996.
v. Enforcement of Award
Any deviation or award resulting from arbitration shall be final and binding upon the Parties.
The Parties hereto agree that the arbitral award may be enforced against the Parties to the
arbitration proceeding or their assets wherever they may be found and that a judgement
upon the arbitral award may be entered in any court having jurisdiction thereof.
vi. Fees and Expenses
The fees and expenses of the arbitrators and all other expenses of the arbitration shall be
initially borne and paid by respective Parties subject to determination by the arbitrators. The
arbitrators may provide in the arbitral award for the reimbursement to the prevailing Party of
its costs and expenses in bringing or defending the arbitration claim, including legal fees and
expenses incurred incurred by such Party.
c. Performance during Dispute Resolution
Pending the submission of a dispute, controversy or claim to the Consultation Panel or the
Arbitration Panel and thereafter until the final decision of the Consultation Panel or the
Arbitration Panel, as the case may be, the Parties shall continue to perform all of their
obligations under this Agreement, without prejudice to a final adjustment in accordance with
such decision.
JURISDICTION:
The agreement shall be construed and interpreted in accordance with and governed by the
Laws of India, only the courts in Jalandhar shall have jurisdiction to try all disputes and matters
arising out of and under the Advertisement Agreement.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 45
9. Appendices
9.1 APPENDIX –A
Covering Letter for Technical Bid
To,
< Addressee and Address>
Sir,
Having examined the RFP Document the receipt of which is hereby duly acknowledged, I/we, the
undersigned, offer to “Design, Develop, Supply and Implement all required Hardware and Network
Connectivity/ Infrastructure/ Equipment‟s/ Cabling etc.” under the project „Intelligent Transport
Management System (ITMS)‟ in JCTSL as required and outlined in the RFP.
I/ We undertake, if our bid is accepted, to develop the ITMS and to deliver hardware/ connectivity
etc. in accordance with the requirements.
If our bid is accepted, we will obtain the 10% Security Deposit /Performance Bank Guarantee of
the total project cost for complete project period. The validity of security deposit and performance
bank guarantee would be for a period of four years.
I/ We agree to abide by this bid for a period of three months after the date fixed for bid opening and
it shall remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.
We agree to the terms & conditions mentioned in the RFP document.
Dated this _________________ day of ___________
Signature (in the capacity of)
Duly authorized to sign Bid for and on behalf of
Seal of the Company
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 46
9.2 Appendix – B
Bidder Profile
1. Name & Address of The Bidder
2. Location of Corporate Head Quarters
3. Date & Country of Incorporation
4.
Details of Contact person (Name, designation, address etc.)
Telephone Number, Fax Number, e-mails
5. Is the firm a registered company? If yes, submit documentary proof. Year and Place of the establishment of the Company.
6. Is the firm registered with sales tax department? If Yes, submit valid sales tax registration certificate.
7. Number of offices in Punjab and in India
8. PAN Details of all members
9.
Details of court litigations, including (but not limited to) - Have you filed any claim against any Company / Institutions for such type of project? If so, give details like case no., court dispute involved and present status.
Has any Company/Institution filed any claim/case against you, if so, furnish full details.
Has any of your customer or clients filed any case against you in a court? If so, furnish details.
Authorized Signatory
<Name>
Seal
Please Note that providing inadequate or incorrect information could lead to disqualification of the
bid.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 47
9.3 Appendix – C
Financial Bid
To
<Addressee and Address>
Sir
Sub: Response to the Request for Proposal for "Design, Development, Supply and Implementation of Intelligent Transport Management System (ITMS)" Project.
Ref: RFP No. _____________ dated ____________
We, the undersigned Bidders, having read and examined in detail all the RFP/ bidding documents in respect of the captioned subject do hereby propose for our selection as specified in the RFP document.
1. PRICE AND VALIDITY
The price mentioned in our bid is in accordance with the terms as specified in the RFP documents. This bid is valid for a period of 150 calendar days from the date of opening of the technical bids.
2. We have studied the relevant clause(s) in Indian Tax Laws and hereby declare that any taxes, surcharge towards Professional and any other corporate Tax applicable under the laws, we shall pay the same.
3. BID PRICING
We further confirm that the price stated in our bid is in accordance with the RFP documents.
4. QUALIFYING DATA
We confirm having submitted the information as required by you as per the RFP documents. In case you require any other further information/documentary proof in this regard before evaluation of our bid, we agree to furnish the same in time to your satisfaction.
5. BID PRICE
We declare that our bid price is for the entire scope of the work and contract period as specified in the RFP. The price quoted will remain firm during the contract period.
This price is attached in the format below.
6. CONTRACT PERFORMANCE BANK GUARANTEE
We hereby declare that in case the contract is awarded to us, we shall submit the contract Bank Guarantee in the form prescribed within 15 days of issue of LOA.
7. We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.
8. We understand that our bid is binding on us DURING THE VALIDITY PERIOD OR THE EXTENSIONS THEREOF and that you are not bound to accept our Bid.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 48
9. We confirm that no Technical deviations are attached here with this financial offer.
Sl. No
Description of Work
Capital Expenditure)
Nos. of Unit Rate Per Unit Total Rate
(In INR)
1 LED based PIS
ETM (RFID & GPS Based)
Depot Infrastructure
Central Control Centre & D.C.
Smart Card based Infrastructure
Mobile Application, Website and other Required Application / Software for proposed Project
Total Capex Cost to JCTSL (Including all Taxes)
2
Operational & Maintenance Cost for 5 years
NO. of Units Per month Exp. Total Exp.
LED based PIS
ETM (RFID & GPS Based)
Depot Infrastructure
Central Control Centre & D.C. Including Man Power
Smart Card based Infrastructure
Mobile Application, Website and other Required Application /
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 49
Software for proposed Project
Total per month Operational and Maintenance Cost of the project (In Rs.)
Dated this _________________ day of ___________
Signature (in the capacity of)
Duly authorized to sign Bid for and on behalf of
Seal of the Company
**Important Notes to Bidders:
1. Rates to be quoted inclusive of all taxes. 2. The rates shall be inclusive of all expenses inclusive of Transportation if any.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 50
9.4 Appendix - D
Format for Earnest Money Deposit (EMD)
Whereas __________ (hereinafter called “the Bidder”) has submitted its RFP offer dated ____
2013 for ______ (hereinafter called “the RFP”) KNOW ALL MEN by these presents that WE
___________ of ______________ (hereinafter call the Bank) are bound upto _________
(hereinafter called “JALANDHAR CITY TRANSPORT SERVICES LIMITED”) in the sum of
_______________ for which payment well and truly to be made to the JCTSL, the Bank bind itself,
its successors and assigns by these presents, sealed with the common seal of the said bank this
__ day of __ 2015.
THE CONDITIONS of this obligation are:
If the Bidder withdraws its bid during the period of RFP validity specified by the Bidder on the RFP
Form;
Or
If the Bidder, having been notified of the acceptance of its RFP by the JALANDHAR CITY
TRANSPORT SERVICES LIMITED during the period of RFP validity: Fails or refuses to execute
the contract Form if required;
Or
Fails or refuses to furnish the Security Deposit in accordance with the instruction given in RFP
document;
We undertake to pay the JALANDHAR CITY TRANSPORT SERVICES LIMITED up to the above
amount upon receipt of its first written demand, without the JALANDHAR CITY TRANSPORT
SERVICES LIMITED having to substantiate its demand, provided that in its demand the
JALANDHAR CITY TRANSPORT SERVICES LIMITED shall note that the amount claimed by it is
due it owing to the occurrence of one or both of the two conditions, specifying the occurred
condition or conditions.
This guarantee shall remain in force up to and including and any demand in respect thereof should
reach the Bank not later than the above date.
(Signature of the Bank)
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 51
9.5 APPENDIX –E
PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT/ PERFORMANCE SECURITY
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
To,
<Addressee & Address>
Dear Sirs,
M/s__________________________________________ has been awarded the work of
___________________________________________ for JALANDHAR CITY TRANSPORT
SERVICES LIMITED.
The Contracts conditions provide that the BIDDER shall pay a sum of Rs. _________________
(Rupees as Initial/ full Security Deposit in the form therein mentioned. The form of payment of
Security Deposit includes guarantee executed by Nationalized Bank, undertaking full responsibility,
indemnify JALANDHAR CITY TRANSPORT SERVICES LIMITED (JCTSL) in case of default.
The said _______________________________________ has approached us and at their request
and in consideration of the premises we having our office at ______________________________
have agreed to give such guarantee as hereinafter mentioned.
1. We_____________________________________________ hereby undertake and agree with
you that if default shall be made by M/S_______________________________ in performing
any of time terms and conditions of the tender or in payment of any money payable to
JALANDHAR CITY TRANSPORT SERVICES LIMITED(JCTSL), we shall on demand pay to
you in such manner as you may direct the said amount of Rupees
____________________________________ only or said portion thereof not exceeding the
said sum as you may from time to time require.
2. You will have the full liberty without reference to us and without affecting this guarantee.
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said ____________________________________
and to enforce or to forbear from endorsing and powers or rights or by reason of time being
given to the said ______________________________ which under law relating to the sureties
would but for provision have the effect of releasing us.
3. Your right to recover the sum of Rs.__________ (Rupees ____________________
_______________ ) from us in manner aforesaid will not be affected or suspended by reason
or the fact that any dispute or disputes have been raised by the said
M/s________________________________________________________________________
_________________________and/ or that any dispute or disputes are pending before any
officer, tribunal or court.
Jalandhar City Transport Services Limited (JCTSL)
Request For Proposal (RFP) for Intelligent Transport System (ITS) 2015
Page 52
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution of changes of constitution or insolvency of the said but shall in all
respects and for all purposes be binding and operative until payment of all money due to you in
respect of such liabilities is paid.
5. This guarantee shall be irrevocable and shall remain valid up to ___________________ (This
date should be 3 months from the date finally set out for closing of work).
6. If any further extension of this guarantee is required, the same shall be extended to such
required period on receiving instructions from M/s______________________ __________ on
whose behalf this guarantee is issued.
7. We have power to is be this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney dated
______________ granted to him by the Bank.
Yours faithfully,
_________________________Bank
Signature of a person duly authorized to sign on behalf of the Bank.