apsrtc pass rfp - ap.pdf · maintained w.e.f. 02.06.2014. ... garuda plus, garuda, indra, super...

40
APSRTC TENDER FOR ZONE-WISE IMPLEMENTATION OF PASS AUTOMATION & ACCOUNTAL SYSTEM (PAAS) IN ANDHRA PRADESH STATE

Upload: hakien

Post on 26-Mar-2018

232 views

Category:

Documents


7 download

TRANSCRIPT

APSRTC

TENDER FOR ZONE-WISE IMPLEMENTATION OF PASS

AUTOMATION & ACCOUNTAL SYSTEM (PAAS)

IN ANDHRA PRADESH STATE

i

TABLE OF CONTENTS

Sl. No.

Description Page No.

1 About APSRTC 1

2 Centralized Online Bus Pass Issue Project 2

3 Definitions used in this document 3

4 Tender for Zone-wise implementation of Pass Automation and Accountal System (PAAS) Project, on transaction basis

3

5 Key events and dates 4

6 Pre-bid meeting 4

7 Eligibility criteria for bidders 5

8 Cost of Tender Document 5

9 Earnest Money Deposit 6

10 Security Deposit 6

11 Bid submission and correspondence 7

12 Financial proposal 8

13 Bid evaluation 8

14 Negotiation, contract finalization and award 8

15 Scope of work 9

16 General terms and conditions 12

17 Penalties 18

18 Termination and withdrawal 21

19 Form T1 (Bid compliance sheet) 22

20 Form T2 (Covering letter for bid) 23

21 Form T3 (Tender form) 24

22 Form T4 (Costing details) 27

23 Form T5 (Financial proposal) 29

24 Annexure-1 (Proposed bus pass centres and counters) 30

25 Annexure-2 (Indicative pass issues during 2013-14) 35

26 Annexure-3 (Braille application format) 36

27 Annexure-4 (Configuration of hardware) 37

1

1. ABOUT APSRTC Public Transport is one of the most common modes of transport especially in a developing country like India. Consequent upon the bifurcation of the State of Andhra Pradesh, into residual Andhra Pradesh and Telangana States, APSRTC will also be bifurcated into two RTCs for the respective States in a few months time. However, the Books of Accounts for RTC in Andhra Pradesh and Telangana States are separately maintained w.e.f. 02.06.2014. APSRTC (for Andhra Pradesh State) is currently operating services in Andhra Pradesh and Telangana States, and in the neighbouring States. Some of the key factors (as on 31.08.2014) about APSRTC (for Andhra Pradesh State) are:

Number of Vehicles 12,034 Average Daily Earnings Rs. 11.93 Crores Avg. Daily Volume of Operation 45.86 Lakhs KMs Carries 64.54 lakh commuters daily Zones 4 Regions 12 Depots 122 Zonal Workshops 5 Man power 62,987

Andhra Pradesh State Road Transport Corporation is organized into 4 Zones, 12 Regions and 122 Depots, with 5 Zonal Workshops. It has man power strength of about 62.98 lakh employees. Various branded services offered by APSRTC include:-

Regular Services operated daily with various levels of comfort, such as

Vennela, Garuda Plus, Garuda, Indra, Super Luxury, Deluxe, Express, Pallevelugu, City Volvo AC, Pushpak, City Metro Deluxe, City Metro Express, City Ordinary

Contract Carriage Services, Advance Reservation Services; Concessional Travel Schemes such as Navya CAT Card, Vanitha Family Card, Vihari Card, Silver Card and Travel As You Like etc.

APSRTC is the first State Transport Undertaking to have introduced Night out Services, Deluxe Services, and One Man Services etc., and holds the record of getting Petroleum Conservation Research Association of India (PCRA) Trophy continuously for the past 23 years.

2

1.1. THE TRAIL BLAZER ON THE ROAD

Andhra Pradesh State Road Transport Corporation has been leading by example. It has a number of firsts to its credit in India: First to nationalize Commuter Road Transport services in the country, in 1932. First to introduce long distance Night Express services. First to introduce A/c sleeper coach, Hi-Tech, Metro Liner, Metro Express and

Inter-City services. First to introduce Depot computerization – in the year 1986. First to appoint Safety Inspectors for improving the safety of the commuters. All the Depots in the State are computerized. First to introduce Central Call Centre among STUs.

As part of its philosophy to provide various facilities and schemes to benefit traveling public, APSRTC has introduced Computerized Bus pass System in the year 2001 and it was implemented in Hyderabad City. At present computerized Bus Pass System is implemented in Hyderabad with 35 Bus Pass centers, in Vijayawada with 9 Bus Pass centers and in Visakhapatnam with 12 Bus Pass centers.

The number of indicative Pass issues (both computerized as well as manual) Zone-wise, for the year 2013-14, is furnished in Annexure - ‘2’. 2. CENTRALIZED ONLINE BUS PASS ISSUE PROJECT

The Centralized Online Bus Pass Issue Project is being implemented in APSRTC to meet the present day Commuter requirement and to fulfill APSRTC’s vision to become the choice transport Corporation to the commuters by providing regular, reliable, comfortable and cost effective Commuter service with exceptional efficiency and speed in delivering the service to the commuters.

Centralized Online Bus Pass Project will be a Web based project being implemented by APSRTC to facilitate Commuters to take the desired pass with ease and without consuming valuable time, as well as to weed out fake passes. The project will be implemented for issue of Bus Passes at all Depots/units, duly eliminating the existing localized Bus Pass issue system.

In order to provide better Online Bus Pass issues and also to enable the “PAAS” (Pass Automation and Accountal System) application Software to deliver reliable and error free service to commuters, the existing “PAAS” application is being developed afresh in 3-Tier Architecture, wherein the Database will hold the Data, the procedures and packages and the application tier will hold the business logic and the presentation layer will be accessed through a Browser on the Ticketing Nodes.

3

APSRTC is getting the required software for Centralized Online Bus Pass Issue Project developed through a third party which will host the same in their Data Centre.

3. DEFINITIONS USED IN THIS DOCUMENT Bus Depot: Buses are attached to Bus Depots. Depots maintain and operate

the buses. Bus Station: A Bus station is attached to a Bus Depot. Each Bus Depot can have

many Bus Stations attached to it. Buses operate between Bus stations. Ticket Booking (both advance and current) is done here.

Service: A service is any bus operating between two places at a particular time on a Route of a particular Bus Type. Each service has a unique number (Service ID) within the Corporation.

Service ID: Unique number given to a service. Bus Type: Vennela, Garuda Plus, Garuda, Indra, Super Luxury, Deluxe, Express,

Pallevelugu, City Volvo AC, Metrol Luxury, City Metro Deluxe, City Metro Express, City Ordinary etc.

ID: Identification card given to pass holder with details like Pass type, name, institution, period, route and photo, validity period, etc. This includes all types of issues which require grabbing of photo and its printing.

PASS: Fresh Pass or Renewal Pass ticket given to a pass holder with details like ID No., Pass type, name, validity period, route, value etc.

RENEWAL: Renewal of Passes made according to the choice of commuter and rules i.e., monthly, quarterly.

MR: Money Receipt given through System to the student commuter, whenever application is submitted for student pass.

CODE: Codes given to institutions and courses of study to suit the centralized bus pass issues at various places.

Net IDs/Pass Issued: Net IDs/Pass issues means, total IDs/Passes issued minus cancelled IDs/Passes and invalidated IDs/Passes.

BRAILLE APPLICATION: Pre-printed application form which needs to be filled in by darkening circles in Braille format so that the same can be scanned and details read into the system, to avoid data entry.

MOBILE COUNTER: Moveable pass counters which are to be run on prescribed dates every month at prescribed locations, for issue of ID Cards and Renewals.

4. TENDER FOR ZONE-WISE IMPLEMENTATION OF PASS AUTOMATION AND

ACCOUNTAL SYSTEM (PAAS) PROJECT, ON TRANSACTION BASIS Sealed tenders are invited from bidders for zone-wise (Vijayawada Zone, Vizianagaram Zone, Nellore Zone and Kadapa Zone) implementation of Pass Automation and Accountal System (PAAS) Project in APSRTC in Andhra Pradesh State, on transaction basis, for a period of two years.

4

The Districts covered in each zone are given hereunder:

Sl. No. Zone Districts covered 1 Vijayawada Zone Krishna, West Godavari & Guntur Districts

2 Vizianagaram Zone Srikakulam, Vizianagaram, Visakhapatnam & East Godavari Districts

3 Kadapa Zone Kadapa, Kurnool & Anantapur Districts

4 Nellore Zone Nellore, Prakasam & Chittoor Districts

The Zone-wise number of APSRTC centers, Private locations where Bus Pass issuing centres are to be established, and the number of mobile counters to be established, are given in Annexure - 1. These are the minimum number of locations required, and the successful bidder will have to operate more centres based on the need. The period of contract is two years from the date of commencement of the project, and can be extended year-wise for a further period of three years (total five years). The date of commencement of the project will be decided/declared by the Chief Engineer(IT). After 5 years, the agreement can be extended for further period, on mutually agreed upon transaction rates.

5. KEY EVENTS & DATES

Sl. No. Event Date

1 Last date for receipt of queries 07.04.2015

2 Pre-bid meeting 15.04.2015

3 Issue of clarifications to prospective bidders

18.04.2015

4 Receiving/opening of bids 29.04.2015

6. PRE-BID MEETING

APSRTC will conduct a pre-bid meeting to clarify the objectives/scope of the tender in APSRTC Main Conference Hall, Bus Bhavan, Mushirabad, Hyderabad at 14.00 hrs., on the date mentioned in “Key Events & dates” clause. Only two representatives from each firm/company/consortium will be allowed to participate in the pre-bid meeting. All related queries should be sent through e-mail on or before last date for receipt of queries as indicated in “Key Events & dates” clause. The queries shall be sent to the mail id [email protected]. Clarifications, if any, may be obtained from the Chief Engineer(IT), APSRTC, Bus Bhavan, Hyderabad.

5

7. ELIGIBILITY CRITERIA FOR BIDDERS a) A bidder can be an individual / firm / company / consortium. In case of a

Consortium the same shall consist of not more than two individuals / firms / companies and shall be formed under a duly stamped Consortium agreement. The consortium agreement should be for the current project and shall be entered into before submission of bids. In the event of a Consortium, one of the partners shall be designated as “Prime Bidder". The original consortium agreement shall be submitted along with the bid. All dealings with regard to the project will be made only with the prime bidder.

b) The individual / firm / company should be in the business of hardware and computer related services and IT enabled services and should have an average turnover of not less than Rs. 200 lakhs during the last three years, i.e., 2011-12, 2012-13 and 2013-14.

c) Experience in similar transaction based IT projects like handling of mee-Seva, e-Seva counters, AP Online, Ration Card issue, Aadhar Card issue, Passport services, Citizen Charter Services in Municipalities/local bodies, any G2B, B2B, B2C, G2C services, Computerized Bus Pass issues in any Road Transport Corporations is mandatory. The bidders should have the prescribed experience in related business for at least one year during the previous five years period. The bidders shall submit documentary evidence in proof of successful handling of the project.

d) The successful bidder will have to set up an office in the Zonal Headquarters (Vizianagaram/Vijayawada/Nellore/Kadapa) of the Zone allotted, within one month from the date of issue of Letter of Intent.

e) In the case of a consortium, the prime bidder should fulfill the criteria pertaining to turnover. All the other criteria mentioned above can be fulfilled by either of the consortium members.

f) Bidders who have been either blacklisted earlier by APSRTC or who failed to execute contracts entered with APSRTC or had legal litigations will not be eligible for consideration.

8. COST OF TENDER DOCUMENT

Cost of the Tender Document is Rs. 11,450/- (including VAT @ 14.5%) and has to be paid in the form of a Demand Draft (DD) drawn in favour of “FA & CAO, APSRTC, Hyderabad” drawn on a Nationalized / Scheduled Bank other than Co-operative Bank. Cost of Tender Document will not be accepted in any form other than DD. Bidders attending the pre-bid meeting shall submit the DD towards cost of Tender Document, when they attend the pre-bid meeting, without fail. Only bidders who submit DD towards cost of tender document will be allowed for participating in the pre-bid meeting. The name and address of the bidder, along with the zone for which the bidder wishes to bid, has to be furnished on the reverse side of the DD.

6

Bidders who do not attend the pre-bid meeting have to submit the DD towards cost of Tender Document, separately for each Zone, along with their bids i.e., if a bidder bids for more than one zone, he will have to submit separate DDs towards cost of Tender documents for each zone. The Tender Document has to be downloaded from APSRTC website www.apsrtc.gov.in

9. EARNEST MONEY DEPOSIT A sum of Rs. 25,00,000/- (Rupees Twenty five lakhs only) should be paid towards Earnest Money Deposit in the form of Demand Draft from any Nationalized Bank or Scheduled Bank other than Co-operative Bank, drawn in favour of “FA & CAO, APSRTC, Hyderabad.” In case a bidder quotes for more than one Zone, EMD will have to be submitted separately for each Zone. The DD should be submitted along with the Tender Form. The Name and Address of the firm submitting the bid has to be furnished on the reverse side of the DD. EMD in any form other than DD shall not be accepted. The EMD amount will not carry any interest. The EMD will be refundable to the unsuccessful bidders only after finalization of Tenders in all respects. The EMD of successful bidders will be returned only after completion of all transactions under the Agreement to be entered into, are completed.

No exemption of EMD is allowed to Government Organisations / undertakings or Small Scale Industries.

10. SECURITY DEPOSIT

The successful bidder for each Zone should Deposit the amounts mentioned hereunder, towards Security Deposit. The Earnest Money Deposit of the successful bidders will be converted as Security Deposit. The balance Security Deposit, as indicated hereunder shall be furnished in the form of a Bank Guarantee in favour of Financial Adviser & Chief Accounts Officer, APSRTC, Hyderabad, before entering into an Agreement. The Bank Guarantee should be valid for a period of 30 (24+6)

7

months from the date of Agreement. Any delay in submission of Security Deposit and entering into Agreement would result in forfeiture of EMD.

Sl. No. Zone Total Security Deposit including EMD converted to SD

Bank Guarantee to be submitted for (total SD – EMD Rs.25 lakhs)

1 Vijayawada Zone Rs. 50 lakhs Rs. 25 lakhs

2 Vizianagaram Zone Rs. 60 lakhs Rs. 35 lakhs

3 Kadapa Zone Rs. 40 lakhs Rs. 15 lakhs

4 Nellore Zone Rs. 40 lakhs Rs. 15 lakhs

The proforma of the Bank Guarantee should be as prescribed by APSRTC. The Security Deposit shall not carry any interest. In case the contract is extended, the Bank Guarantee shall have to be extended for further period as desired by APSRTC. In general BG has to be valid for a period of six months over and above the agreement/contract period.

11. BID SUBMISSION AND CORRESPONDENCE Address for Bid Submission & Correspondence The Chief Engineer (IT), Andhra Pradesh State Road Transport Corporation, Bus Bhavan, Mushirabad, Hyderabad – 500 624, Telangana Tel No — 040-27617772 Website : http://www.apsrtc.gov.in Contact Person The Chief Engineer (IT), Andhra Pradesh State Road Transport Corporation, Bus Bhavan, Mushirabad, Hyderabad – 500 624, Telangana Tel No — 040-27617772 Website : http://www.apsrtc.gov.in, E-mail : [email protected] Bids have to be submitted in separate sealed covers, one for each Zone, addressed to the Chief Engineer(IT), APSRTC. The Zone for which the bid is submitted shall be clearly written on the sealed cover. The Completed tender should be submitted in the designated tender box that will be provided in Mini-Conference Hall, APSRTC, Bus Bhavan, 1st floor “B” block, Mushirabad, Hyderabad on the date mentioned in “Key Events & dates” clause

8

from 10.30 hrs. to 14.00 hrs along with DDs towards EMD and cost of Tender Document (if applicable). EMD and the cost of tender document (if applicable) should be submitted separately for each zone invariably. Bids submitted without DDs towards EMD and cost of Tender Document (if applicable), incomplete tenders, bidders not fulfilling the eligibility criteria etc. shall be summarily rejected. Tenders will be opened on the same day, at 15.00 hrs. in the Main Conference Hall, APSRTC, Bus Bhavan, 1st floor “B” block, Mushirabad, Hyderabad. The Tender has to be submitted in accordance with the terms and conditions prescribed. Bidders or their Authorized Representative (not more than two persons) may be present at the time of opening of Tenders. Tenders received after the due date and time and without EMD, cost of tender document (if applicable) will be summarily rejected. The tenders are liable to be cancelled at any stage without assigning any reason(s). Any clarifications required regarding the Terms & Conditions shall be obtained from the Chief Engineer (IT), APSRTC, before submission of the tenders. No clarifications will be entertained later.

12. FINANCIAL PROPOSAL Financial proposal shall be submitted in Form T5. The rates should be clearly quoted in figures and words. In case of any discrepancy in figures and words, lowest of the two will be taken into consideration.

13. BID EVALUATION

The value of the bid will be worked out as given hereunder: (Rate quoted for issue of ID cards & related items) x (Number of anticipated ID cards and related items, for the Zone, as given in Annexure - 2) + (Rate quoted for issue of tickets & related items) x (Number of ticket related items, for the zone as given in Annexure - 2)

14. NEGOTIATIONS, CONTRACT FINALIZATION AND AWARD

The L1 bidder (bidder quoting the lowest value for the Zone) will be called for negotiations, for awarding the contract.

9

If APSRTC is unable to finalize a service agreement with the lowest bidder, APSRTC may proceed to the next higher bidder, and so on until a contract is awarded.

APSRTC shall however reserve the right to reject all the offers and cancel the tender, after negotiations, if none of the negotiated offers are found to be financially viable. The successful bidder will have to enter into an agreement within 15 days from the date of receipt of Letter of Intent, duly submitting Bank Guarantee for the prescribed amount, towards Security Deposit.

15. SCOPE OF WORK The successful bidder shall establish Computerized Bus Pass issuing centres at locations indicated in Annexure - 1; carry out the required Civil & Electrical Works for establishing the Centres; provide required Computer Systems, Peripherals and other allied equipment, provide required LAN/Networking, UPS Systems, required Manpower; operate the centres as per the prescribed terms and conditions; issue Bus Passes/Renewal tickets and other marketing schemes like Navya CAT Cards, Vihari Cards etc.; deposit the daily Bus Pass amount in the designated Bank account as prescribed etc., and all other related works. The works mentioned below are indicative but not exhaustive:-

15.1. BUS PASS ISSUE/RENEWAL

PRE-PRINTED ID/RENEWALS:

a) Sale/distribution of all types of Bus Pass Applications for NGO, PHC, Students etc., at all Bus Pass centers.

b) Receiving the eligible completed/filled in application forms in the designated pro-forma either in traditional or in Braille Lipi as per Annexure – 3, duly verifying the credentials as per the instructions issued by APSRTC from time to time, and issuing the Money Receipt wherever applicable.

c) Automatic capturing of the Applicant details with 8 MP or above designated camera in the designated Braille Lipi application into the Database without data entry by the operators.

d) Feeding of the applicants details (in case of traditional forms). e) Issue of online MR (wherever applicable), online photo grabbing and issue of

identity card. f) In case of poor quality of ID photo, a fresh ID has to be issued at the cost of the

vendor. g) Lamination of ID card. h) Issue of fresh bus passes and distribution of fresh passes and handing over the

application forms along with relevant documents to the official at the Depot concerned.

10

i) Renewal of bus passes duly cross verifying ID/Fresh pass data using Bard Code Reader to minimize the data to be keyed in and to avoid typing errors.

j) Collecting of old used tickets and handing over the same to the official at the Depot concerned.

15.2. ISSUE OF STUDENT BUS PASSES THROUGH OFFLINE ACTIVITY

In view of large number of Student Passes that will have to be issued in a short period of 3 Months at the start of Academic Year it may not be practically possible to issue online duly capturing the photo of the Student.

In such cases, student Bus pass applications have to be collected at identified important Bus Pass Centers normally in 2 shifts from 8.00AM to 8.00 PM on working days and 8.00 AM to 2.00 PM on Sundays. Bus Pass receiving centers shall be increased based on the demand as stipulated by Unit In-charges.

a) Designated Money Receipts (MR) for different types of Bus Passes in triplicate

will be supplied by APSRTC to the centers. Center Manager shall issue these MR Books of different denomination to the operators.

b) Manual Money Receipt has to be issued to the Students duly collecting pass amount plus service charges along with filled in application with bonafide certificate and other specified documents, duly communicating the due date on which the student has to collect computerized bus pass, on the MR. The student will collect the Bus Pass, as per the due date at the centre where he has submitted his application.

c) The sale particulars of MR shall be entered at center, by center Manager after end of the shift.

d) These student bus pass applications collected have to be sent to offline center by office boys duly packing 50 bus pass applications in each bundle, at the end of the day.

e) An offline center shall be operated with required hardware and man power, as per requirement.

f) Infrastructure like ID Printers, Ticket Printers and Scanners shall be deployed at offline center for issue of student ID cards and fresh passes as per the time schedule.

g) All the Bus passes in offline shall be handed over to the students on respective due dates without fail.

h) The received student applications shall be scanned for capturing the photo, and after data entry computerized ID card shall be printed on colour Laser Printer /Photo quality Desk Jet Printers.

i) Identity Card shall be laminated after quality check. j) In other than free Passes, Bus pass tickets shall be generated for the ID card

and both shall be pinned. The ID Number generated on the Fresh Bus Pass shall be tallied with the ID Card.

k) In case of any mismatches, vendor shall issue New ID card along with Bus Pass ticket at his own cost.

11

l) Dispatch of completed bus passes to the bus pass centers shall be ensured where they were received without delay.

m) Adequate Managers with hands on experience shall be deployed to oversee the active work.

n) Offline center Manager shall ensure production of bus passes as per the time schedule to dispatch the bus passes to the students without delay.

o) If there is delay on account of unavoidable reasons, 3rd Shift with necessary manpower shall be deployed to enhance the production of student bus passes. Completed bus passes shall be distributed to the students on the due dates as stipulated on MRs with adequate man power at the receiving centers.

p) All care shall be taken to scan the Photo of student application, and while printing ID it should be ensured by operator who processes the ID card that the correct photo is printed on the ID card.

q) Data entry related to student name, Education Institution, Course, DOB, and Admission No. etc. shall be entered without any discrepancies.

r) Student application shall be handed over to the official concerned at the Depot after preparing student bus passes, in bundles of 50 applications each, date-wise.

s) The number of passes issued shall be tallied with the student bus pass applications received at the offline center.

t) In case of poor quality of Identity card Photo/ wrong printing of photo on the Identity Card / wrong data entry on the Identity Card, a Fresh Identity Card along with Fresh Bus Pass has to be issued at the cost of the vendor.

u) Unclaimed passes, if any, shall be handed over to the official at the Depot concerned.

15.3. STOCK MANAGEMENT

a) Placing of indent separately for applications, IDs and tickets. b) Collecting the stock from the Depot/Stock distribution centre and verifying the

same. c) Distributing the stock to the individual operators. d) Safeguarding the running as well as fresh stock.

15.4. OTHER ACTIVITIES

a) Sale of Navya CAT Cards, Vihari Cards, Vanitha Family Cards, Monthly Season Tickets/passes, and other marketing schemes, including lamination wherever required.

b) Report generation, filing the same and handing over one copy to the officials concerned at the Depot/Region/Zone, and other related jobs.

c) The master data like places and routes with distance and fare to be keyed in case the same are not available in the database (as per the directions given by APSRTC).

d) The required man power should always be ensured so that inconvenience is not caused to the commuters.

12

15.5. RENEWALS THROUGH TIMS

Ticket issuing machines (TIMs) are also proposed for issuing bus pass tickets in mobile counters. The source for procuring the TIMs will be provided by APSRTC. The advantages of using TIMs are:

i. They are light weight and easily portable. ii. They do not need an UPS System or a separate printer. iii. Issues can be made without the need for a Computer System

In view of the above advantages, the cost of operation will come down. The bidders will have to take this into account and quote accordingly.

15.6. ONLINE / BRAILLE APPLICATION

Application forms are proposed to be provided online, using which the students/commuters will fill up the required personal information online. On filling up the details, including uploading their photograph, they will be provided a unique token number. Bus Pass ID and Ticket can then be issued at the ID counter based on the token number. As a result of this, the burden of data entry at the ID counters will be considerably reduced. Further, pre-printed applications which will have to be filled up in Braille format by the applicants are proposed to be provided. The filled up forms need to be scanned for automatically populating the details in the form. This will result in reduction in data entry work and errors in data entry.

The bidders will have to take the above into account and quote accordingly.

15.7. SURVEILLANCE SYSTEM Surveillance System (cameras, DVR and all required accessories) shall be installed at the Bus Pass Centres, as per the specifications given in Annexure - 4. The number of Cameras to be installed at each centre is indicated in Annexure-1. Cost of the equipment, required cables & connectors etc., and all the expenditure for installation of the surveillance system shall be borne by the bidder. The DVR should be capable of storing the previous seven days data. The recording can be overwritten in first in first out fashion, with the previous 7 days data available at any point of time. The recording should be provided to APSRTC’s authorities as and when demanded.

16. General Terms & Conditions

16.1. The maximum period for opening bus pass counters at the locations mentioned

at Annexure – 1, with full-fledged transactions of bus pass issues is ONE month from the date of Agreement.

13

Apart from the above mentioned locations, the successful bidder has to also run temporary/mobile counters for Bus Pass issues and other related activities, at the locations identified by the Depot Manager concerned, within the jurisdiction of the Depot, on the prescribed dates every month. The timings of temporary/mobile counters shall be decided by the DM / Regional manager concerned. The bidder has to take into account all the costs for the shifting of equipment from one location to the other, for running the mobile counters, and quote accordingly.

16.2. The successful bidder should enter into an agreement with the respective Zonal Executive Directors, APSRTC, on Rs.100/- Non-Judicial Stamp Paper as per the terms and conditions. The Zone-wise Bus pass issue Project is for installing, networking, operating and maintenance of Pass Automation and Accountal System (PAAS) etc., on commission basis at Zones concerned.

16.3. In case the contract period starts after the commencement of the academic year 2015-16, the successful bidder shall arrange for entering the details of passes already issued manually, so as to take up subsequent renewals through the project. In such case, the rate applicable for issue of bus pass will be paid for the data entry activity taken up.

16.4. The Specifications of hardware, networking and equipment are only given for guidance. Higher configuration equipment will have to be provided based on the requirement. The present computerized system may be studied in detail by the bidders for thorough understanding of the project.

16.5. Tenders/offers should be open for at least six months from the date of opening of the tender and for a further period not exceeding six months, if required by APSRTC.

16.6. The Vice Chairman & Managing Director of APSRTC, Hyderabad, reserves the right to cancel the tenders at any stage and can invite fresh tenders without assigning any reason(s).

16.7. The decision of APSRTC is final in allotment of Zone-wise implementation of PAAS Project.

16.8. The bids submitted are not permitted to be withdrawn at any stage of process and APSRTC will not be responsible for any delay in finalizing the tenders for reasons beyond its control.

16.9. The successful bidders should commence the project at all the centers specified at Annexure – 1 within one month at all RTC premises and one more month at other Private centers from the date of Agreement.

16.10. The successful bidder shall have to open bus pass counters and install the computers, other hardware and networking for issue of ID cards, Fresh/renewal of passes at all the locations as specified in the Annexure – 1 including all civil and electrical works. On demand, the firm must make arrangements to renew passes at ID counters also. The successful bidder shall also issue Monthly Season Tickets, Navya CAT cards, Vihari Cards and other marketing schemes through the Bus Pass Centres.

14

16.11. The successful bidder should himself arrange all infrastructure and accommodation and required man power for completing the assigned project at both APSRTC and PRIVATE locations (as per Annexure – 1). However, electricity service connection will be provided by APSRTC where the facility is available otherwise the successful bidder has to obtain electricity connection at the centers. Power charges will be borne by the successful bidder and he shall submit the proof of payment every month to the In-charge, Bus Pass Project of the concerned Zone.

16.12. Legal disputes, if any, should be settled only in the jurisdiction of Hyderabad and Secunderabad courts.

16.13. Bidders shall fill up the required information as prescribed in the tender form. Incomplete bids/bids without full information are liable for rejection.

16.14. Rates for ID card related activity (printing of ID card including photo grabbing, lamination etc.,) and renewals related activity (printing of fresh tickets and renewal tickets) have to be quoted separately in the tender form, by the bidders. These rates will be applicable for the two year contract period and will not be subject to any upward revision for any reasons whatsoever. The rates shall be quoted exclusive of Service Tax.

16.15. The Commission will be uniformly increased by 10% for the third, fourth and fifth years taking the quoted commission rates as basis, if the contract period is extended.

16.16. The individual/Firm/Company shall furnish the IT Returns, Audited P&L

account and balance sheet for 2011-12, 2012-2013 and 2013-14 along with the tender form.

16.17. All the required infrastructure at the centers such as man power, hardware, UPSs, software (other than application software), Anti-Virus, civil and partition constructions, furniture, internal electrical connections, telephone lines/ Broad Band/wireless connections depending on number of counters in the center, with a minimum 2 Mbps speed and back up lines with stipulated speed, Fans, fittings, furniture, Drinking water and Security etc., shall be arranged by the successful bidder only. Two separate internet connections should be provided in each centre, to ensure business continuity.

16.18. The successful bidder shall install the hardware and network equipment as per the specification mentioned in the tender form enclosures. The actual hardware/network equipment of higher specification than specified will also be accepted.

16.19. Suitable accommodation for running the bus pass centers shall be provided by APSRTC at free of cost where RTC accommodation is available. In places, where APSRTC does not have its own accommodation such as listed in the Annexure – 1 the successful bidder should hire suitable premises in consultation and approval of Executive Director, Zones/RM/DM concerned. The

15

rent for the hired accommodation, electricity charges etc., shall be borne by the successful bidder. These locations shall be at least minimum 10’ X 10’ in size and with space for at least 10 persons to stand in queue. These locations should be abutting main road or nearby Bus Stops at locations specified. These centers should have proper covering and facility for issue of ID cards/Renewal tickets.

a) All the Municipal/ Statutory levies, taxes etc., imposed by State and

Central Government/Service taxes etc., should be borne by the successful bidder to carry out the business.

b) The persons engaged to carry out work shall be paid minimum wages as fixed by the Commissioner of Labor from time to time for semi skilled category. The bidder shall submit recorded evidence to that effect.

c) Tax Deduction at Source (Income Tax) as per the provisions of Income Tax Act would be made from the commission payable.

d) Service Tax, as per the provisions of Service Tax Act will be reimbursed on submission of proof of payment.

16.20. The successful bidder shall operate temporary/mobile counters at the

locations and dates as decided by the Depot Managers concerned. 16.21. The successful bidder shall establish a Control Centre at the Zonal level for

monitoring the whole activity. APSRTC officials will also use this control centre for monitoring and for carrying out required changes from time to time based on the instructions of the Corporate Office. The Control Centre shall be established in one of the APSRTC Bus Pass Centres, as decided by the ED(Zone).APSRTC Supervisors/officials possess inspection rights and can take necessary disciplinary action and impose penalties in case of mal-practices if any.

16.22. The successful bidder shall make arrangements to open additional counters both permanent and mobile as per the need of the Depot Manager/Regional Manager/ED, whenever required, on increase of demand.

16.23. The required man power should always be ensured so that inconvenience is not caused to the commuters.

16.24. The bus pass centers shall be operated from 08.00 hrs to 20.00 hrs throughout the year excluding Sundays and National holidays. However, on Second Saturdays, Sundays and Government Holidays, the counters will have to be operated for half day i.e., from 08:00 to 14:00 hrs., based on the requirement. The working hours may be changed from time to time based on the local requirements and additional holidays may be declared by Executive Director, Zone/RM concerned in case of exigencies.

16.25. Staggered dates for issue of bus passes have to be followed as decided by the Executive Director (Zone)/Official concerned.

16.26. The Zone-wise average issue of ID cards, Fresh Passes and renewals at different centers during the year 2013–14 (01.04.2013 to 31.03.2014) is shown at Annexure-2. This is only for information of the bidder. The actual demand

16

may vary and APSRTC cannot give any assurance on number of IDs, fresh passes and renewals.

16.27. The Vendor should make arrangements at counters so as to ensure that the issue of new pass with ID duly capturing the photo, printing of MR, Identity Card, Lamination of ID card, Issue of Fresh Bus Pass, taking cash and handing over the pass is made with high speed within 180 seconds. The firm should take necessary upgradation of hardware, Network equipment and communication lines in case of slow speed for the issue of IDs, Fresh Ticket and Renewal Ticket. The vendor will not be held responsible for delays if the response from the Central Server is poor.

16.28. APSRTC Officers/Supervisors will be deployed in each Zone/Region for close supervision of the day to day work such as keying the master data, change of fares of bus passes, ensuring the remittance of bus pass cash, cross verification of reports.

16.29. APSRTC reserves the right to open additional counters for renewals at e-Seva centers / AP ONLINE centers/ATB agents etc, if felt necessary and to comply with A.P.Govt instructions. These centers either have to be operated by Successful bidder or e-Seva entrepreneur on equal sharing or commission basis.

16.30. The successful bidders should make adequate security arrangements at all centers to conduct smooth turn out and safeguard the property of the Corporation and the successful bidder.

16.31. APSRTC reserves the right to open computerised/manual bus pass counters at any place, if it feels necessary, on parallel lines, in case the Vendor is not able to meet the demand.

16.32. The Hardware and Networking problems should be rectified by the Successful bidder without causing any problem for un-interrupted usage of the system.

16.33. In the premises of bus pass centers provided by APSRTC there shall not be any business carried out by the Successful bidder except the activity related to APSRTC. The premises shall be kept clean and tidy. The maintenance of premises is the responsibility of the successful bidder. Any lapse will warrant penalty.

16.34. Any advertisements, print material by the Vendor for improvement of his business etc. shall be at his own cost and the content should be approved by APSRTC authorities.

16.35. The daily amount realized at all centers towards issue of bus passes (Sale of application forms, M.Rs, issue of ID / Fresh pass / Renewals) should be remitted in APSRTC’s designated Bank account before 12.00 hrs. on the next working day as per the Day Revenue Report and hand over a copy of the receipt to Dy.CAO Zone/AO Region/Accounts In-charge of the Depot concerned keeping a Xerox with the Successful bidder and a copy of Xerox to be handed over to In Charge Bus Pass project of the Zone/Region/Depot, concerned. A prepaid option is also planned for, wherein the bidder will have to deposit money into the account of APSRTC through payment gateway/Net banking, in advance. Tickets/IDS to the extent of the amount deposited will be permitted to be issued, after which the amount will have to be topped up again.

17

16.36. The commission payable to the Successful bidder for issue of Bus Passes/IDs

will be paid on monthly basis for each valid ID card issued & laminated and valid fresh bus pass issued, pass renewed, issue of other marketing scheme cards/IDs. Such commission eligible corresponding to all the centers during the month shall be paid by Dy.CAO, Zone, concerned, including Service Tax as applicable. The successful bidder shall raise the bill to the In Charge, Bus Pass Project, Zone concerned on the 1st of every month along with certification regarding invalidated / skipped tickets / original application forms for concessional commuters etc., from the Depots concerned, and other required reports. The commission payable for previous month to the successful bidder will be released after pre-audit subject to submission of all stipulated claims as indicated. After submission of monthly claim by the Vendor, 70% of the commission charges will be paid immediately and remaining 30% of the commission charges will be paid after post audit.

16.37. No conveyance/bus pass shall be provided to any employee engaged by the Vendor nor any sort of compensation be paid by APSRTC.

16.38. All statutory encumbrances for employing the man power has to be borne by the Successful bidder. APSRTC is not responsible for the same. The documentary proof for recovery of PF, ESI etc., shall be submitted to APSRTC. If the successful bidder fails to produce such documentary proof, this amount would be recovered from the commission payable to the Successful bidder.

16.39. The Vendor shall maintain all the registers specified by APSRTC, prepare the MIS reports and make available for use of APSRTC Inspecting Officials. The reports should not be disclosed to any outsider. Depot-wise, Region-wise MIS reports have to be generated and submitted to the inspecting officials on demand.

16.40. Necessary spares, consumables required must be assessed well in advance and kept at each center.

16.41. In case of applications tendered for issue of bus pass by the passengers and found non-genuine on its verification, the amount received at the time of application will be forfeited and the amount will be remitted to the revenues of APSRTC.

16.42. The Identity Card has to be printed in colour, for clarity, using color Laser jet printer/Photo quality DeskJet printer.

16.43. The approximate manpower to be deployed is given hereunder: ID / Renewal / Mobile Counter – One person in each counter from 08.00 to 20.00 hrs. duly fulfilling the labour acts In the case of Mobile counters, based on the local requirements/requirements of the DM concerned, the counter can be run in single shift.

18

16.44. APSRTC reserves the right to add/modify any Terms and Conditions while entering into an agreement with the successful bidder.

16.45. In case of any disputes regarding interpretation of Terms and Conditions, decision of Vice Chairman & Managing Director, APSRTC, Hyderabad is final.

16.46. In view of huge number of Student passes to be issued in a short period at the start of the academic year, offline activity shall be started whenever, wherever online issue of passes is not possible. The requirements shall be met by the successful bidder based on the local needs.

16.47. The successful vendor shall not disclose to any other party about the knowledge of system or pass on the possession of material and information given to the successful vendor under this agreed contract or any information which has been generated during the running of the project. The successful vendor should hold such material and information in strict confidence, not to make use of them other than for the performance of this contract, except release it only to designated employees requiring such information for operation, maintenance and control and inspection of the systems. During the execution of the contract and thereafter the above information should not be released to any other parties.

16.48. In case of any cancellation / wrong issues / renewals of the bus pass due to wrong data entry, improper printing, incomplete printing etc., the details of such bus passes/vouchers shall be entered in the register at bus pass center. After receiving the confirmation of invalidation, then new pass shall be issued. The successful vendor shall maintain all the Registers specified by APSRTC, prepare the MIS reports and make available for use of APSRTC Inspecting Officials. The reports should not be disclosed to any outsider.

16.49. The pre-printed ticket stock has to be issued and tracked operator wise till the stock is exhausted.

16.50. The Bus Pass applications received from the applicants such as Student Bus Pass applications both off-line and on-line, NGOs, Physically handicapped etc., shall be submitted to Unit In-Charge, Bus Pass Section, every month duly making bundles of 50 applications each. The number of applications should tally with the number of passes generated.

16.51. The operation of bus pass centres at private locations has to be arranged by the successful bidder by hiring accommodation himself. The connectivity of all centers to APSRTC Centralized Bus Pass Project should be through Broad Band/any other type of internet connection with minimum 2 Mbps bandwidth. All necessary network equipment and security software shall be provided by the successful bidder, at his own cost, duly ensuring the speed of the transaction.

17. PENALTIES

17.1. If the successful bidder fails to accept and commence the project within the time as agreed in the Tender, the EMD amount is liable for forfeiture in favor of APSRTC. The VC & MD of APSRTC reserves the right to cancel the project

19

assigned to the successful bidder and allot the same to any individual/firm in case of unsatisfactory progress of the project.

17.2. No invalidation of the Tickets/IDs will be accepted, under normal circumstances. In case of exigencies subject to satisfying the official concerned, invalidation of ID or ticket is acceptable, subject to issue of subsequent ticket/ID. The failure of issue of subsequent ID/Ticket attracts penalties as follows.

Invalidations for month Penalty

1 to 25 Face Value of the ticket 26 to 50 1.5 times of Face Value of the ticket.

Above 50 Highest ticket value

APSRTC reserves the right to terminate the contract and forfeit the Security Deposit by invoking the Bank Guarantee in case of indulgence in malpractices by the Vendor and in case of violation of terms and conditions of the agreement.

17.3. A penalty up to an amount of Rs.5,000/- for the first occasion and Rs.10,000/- for the second occasion and Rs.20,000/- for the third and subsequent occasions shall be imposed besides recovery of financial loss to APSRTC i.e., face value of the Bus pass + cost of stationery + any loss that would arise for not adhering to the clauses of agreement and found by the inspecting officials of APSRTC not below the rank of DM.

17.4. The Vendor shall be penalized for the down time of any counter, system due to the reasons such as non availability of UPS power, hardware and software lack of sufficient personal, communication lines (leased/ISDN/Broadband), network failure etc., In case the break down is for more than one hour and system slow down for more than 2 hours, the minimum penalty that would be levied is Rs.500/- for the first occasion, Rs.1,000 /- for second occasion and Rs.2,000/- for the third and subsequent occasions by the RTC’s Project Manager/DM/Dy.CTM/RM/ED Zone concerned. Repeated occurrences would result in forfeiture of Security Deposit and invocation of Bank Guarantee besides levy of penalty.

17.5. The required stationery for Identity cards, and fresh pass issues/renewals will be supplied by APSRTC. The Successful bidder is accountable for all the stationery supplied to him. The invalid/skipped tickets are to be handed over to the Traffic In-charge of the Depot concerned, along with daily statement. Missing ticket if any will be charged with highest ticket fare in the Zone concerned per missing ticket, or as per the highest ticket fare prevailing at that time. The other stationery such as computer Stationery, Registers, Files, white papers etc. should be provided by the Vendor.

17.6. A penalty up to an amount of Rs. 500/- for the first occasion for the delay in issue of student bus passes, for offline activity, will be levied by Depot Manager and Rs. 1,000/- for the second occasion by Dy.CTM and Rs. 1,500/- for the third and above occasions by ED Zone concerned. Repeated delay

20

would result in forfeiture of Security Deposit and invocation of Bank Guarantee besides levy of penalty as stipulated above.

17.7. A penalty up to an amount of Rs.1,000/- will be levied for the first occasion, Rs. 2,000/- for the second occasion and Rs. 3,000/- for all subsequent occasions of issue of wrong Student/concessional Bus Pass, by DM/Dy.CTM/RM/ED Zone concerned.

17.8. Any delay in execution of project in the centers as per the schedule specified, will result in levy of penalty of an amount of Rs. 500/- per week per center by ED of Zone.

17.9. The successful vendor shall install electrical sub meters at the locations allotted. In case the Vendor uses the generator provided by APSRTC, a sub meter has to be arranged by the Successful bidder and the Successful bidder shall make the payment to APSRTC for use of generator. Electricity Charges, Telephone bills, Taxes and any communication channel charges shall be paid by the successful bidder without any default. In case of non-payment of such bills, the amount, if paid by APSRTC, shall be recovered along with penal interest of 18% PA. This would be deducted from the commission payable. Such occurrences repeatedly would result in forfeiture of the Security Deposit/ Invoking the Bank Guarantee. A photo copy of receipts pertaining to payment of electricity charges and generator charges have to be submitted to the In-charge, Bus Pass section of the concerned Zone/Unit, every month, within one week from the date of receipt of the bills from APSRTC, failing which penalty will be imposed.

17.10. Any failure to remit the cash in the designated RTC Account, as prescribed, by the stipulated time, results in recovery of the amount along with penal interest @ 36% per annum besides forfeiture of Security Deposit and invoking the bank guarantee in case of repetition. The connectivity to the bus pass centers from the Central file server shall be stopped immediately and necessary penal provisions shall be invoked viz., collecting penal interest @ 36% PA.

17.11. Any complaints from the commuters on collection of excess fare, misbehavior, fraudulent activities of staff, discourteous behavior, poor services, unnecessary delay in transactions etc. shall be viewed seriously and attracts penalty up to Rs.2,500/- for each occasion by DM concerned.

17.12. Penalty to the tune of Rs. 50/- per day, per camera will be levied if surveillance camera is not working. Penalty to the tune of Rs. 100/- per each occasion will be levied if the seven days recording is not made available on demand.

17.13. Penalties will be recovered from the bills payable to the successful bidder. 17.14. ED (IT) is the appellant authority with regard to penalties levied based on

any/all of the penalty clauses.

21

18. TERMINATION/WITHDRAWAL

18.1. If the successful bidder does not fulfill the terms and conditions specified by APSRTC, the contract shall be cancelled by APSRTC duly giving three months notice.

18.2. Malpractices such as wrong accountal, issuing fake bus passes/renewals, unauthorized issues/renewals, misuse of bus pass stationery, tampering of software, hardware etc. by the successful bidder results in termination of the contract, forfeiture of the Security Deposit and confiscating of Hardware, furniture and equipment etc., besides invoking Bank Guarantee.

18.3. If the successful bidder desires to withdraw from the agreement entered into, he will be allowed to do so only after completion of one year period from the date of commencement of the project for which three months advance notice has to be given in writing to Executive Director, Zone concerned, after completion of one year. The Vendor will be allowed to withdraw between the months of September – March only.

18.4. After expiry of the contract period the Vendor can take away all the equipment i.e., hardware, furniture, fixtures etc., only after settling the final accounts with Executive Director, Zones, concerned.

22

Form T1

Bid Compliance Sheet Bidder Should Mark Page No. on Enclosures

(Bidder should ensure that all documents enclosed are neat and legible)

# Criteria (Document submitted) Mention Enclosure Page No.

Fill Compliance (Yes/No)

1 Bidder shall provide an attested copy of –

a) PAN card

b) Company Registration Certificate (if applicable)

c) Valid Service tax registration Certificate

d) Income Tax Returns for the last three years (2011-12, 2012-13, 2013-14).

2 Certified Audited copies of Balance Sheets, Profit & Loss Accounts, Annual Reports of last three financial years from bidder and/or consortium partner

3 Documentary proof regarding bidder being in the business of hardware and computer related services and IT enabled services.

4 Documentary proof of bidder having experience in similar transaction based IT projects like handling of mee-Seva, e-Seva counters, AP Online, Ration Card issue, Aadhar Card issue, Passport services, Citizen Charter Services in Municipalities/local bodies, any G2B, B2B, B2C, G2C services, Computerized Bus Pass issues in any Road Transport Corporations

5 Documentary proof from bidder regarding having minimum average turnover of Rs. 200 lakhs in the last three financial years

6 An affidavit duly attested by the notary that the Bidder was not Black listed by any PUC/Corporation/Board or State/Central Government in India

23

Form T2 Covering Letter for Bid

PLACE : DATE :

To The Chief Engineer (IT), A.P.S.R.T.C, Bus Bhavan, HYDERABAD -500624. Sir,

Sub : BUS PASS ISSUE PROJECT - Tenders for implementation of Pass Automation and Accountal System (PAAS) Project in APSRTC, Zone- wise, on Commission basis, for a period of two years - Reg.

Ref : Notification in News Paper, dated 01.04.2015. --oOo--

With reference to the Notification cited, I hereby submit the Tender for the Zone-wise bus pass issue project in APSRTC, on commission basis, for ____________________________ Zone, subject to the Terms & Conditions and other rules stipulated by APSRTC, which are indicated in the RFP.

I / We agree to abide by the Terms & Conditions laid down in the RFP. All the information submitted with the bid is true to the best of my/our knowledge. In the event of My/Company’s /Firm’s /Agency’s failure to abide by any of the Terms & Conditions, the EMD amount paid by me/us stands forfeited in favour of APSRTC.

Yours sincerely,

Signature of the bidder AUTHORISED SIGNATORY WITH SEAL

Name : Place : Date : Encl: 1) Tender Form and RFP. 2) Demand Draft(s). 3) Completed and filled up Forms T1, T3, T4 & T5 4) All Evidences/Documents/Certificates etc. required as per RFP 5) Original RFP duly signed with seal. 6) Other Documents (specify). Note to Bidder: The original RFP shall be utilized only for submission of the bid.

Separate sheets may be enclosed to the RFP for furnishing additional information.

24

Form T3

TENDER FORM (Bidder should ensure that all documents enclosed are neat and legible)

1 Full Name of the bidders (If the bid is submitted on behalf of Firm/Agency/ Company etc., furnish Name and designation of the person authorized to submit the bid)

:

2 Particulars of the Firm/Agency/Company with Registration No. on behalf of which bid is submitted

:

3 If the Tender is on behalf of a Firm/Agency/Company please furnish.

a) Whether it is a partnership Firm, under the Partnership Act or a Company constituted under Indian Companies Act, 1956 or a Private Limited Company etc.

:

b) Nature of business being carried out

:

c) Previous experience in similar area (Enclose copies of documentary evidence as proof)

:

4 No. of employees on rolls

:

5 Whether the Individual/Firm/ Agency/Company has Branches carrying out business in the relevant fields in Andhra Pradesh and other States - if so, mention the Addresses of the Branches.

:

25

6 a) Name of the whole time Director / Head of the firm

:

b) Relationship/Designation of the authorized signatory who signed on behalf of Firm.

7 Annual Turnover of the Company (Rupees in lakhs) for the preceding three years (in words)

2011 – 12

:

2012 – 13

:

2013 – 14

:

8 Address for correspondence & Phone Nos. (FAX, Website, email etc.) (All correspondence will be made with local office only, if available)

a) Local Office

:

b) Head Office

:

9 a) Permanent address of the Head of the Firm with phone numbers.

:

b) Residential address of the personnel concerned

:

26

10 Earnest Money Deposit

particulars (drawn in favour of FA & CAO, APSRTC, Hyderabad) :

a) Demand Draft No. and Date

:

b) Amount

:

c) Drawn on Bank

:

11 Cost of Tender Document (DD drawn in favour of FA & CAO, APSRTC, Hyderabad, if applicable)

a) Demand Draft No. and Date

:

b) Amount

: Rs. 11,450/-

c) Drawn on Bank :

27

Form T4

COSTING DETAILS (These details are only for reference purpose and will not be taken into account for the bid evaluation) Cost of Hardware for implementation of Pass Automation and Accountal System (PAAS) Project in ___________________ Zone

(Configurations, make & model to be enclosed):

SL. HARDWARE MAKE No.of Unit TOTAL No. units cost cost

1. Personal Computers 2. Ethernet switch 16 port (Major centers) 8 port (Minor centers) (D-Link/DAX/HP/reputed brand) 3. Laser printers (B/W) 4. On line UPS 5 KVA 5. On line UPS 3 KVA 6. On line UPS 2 KVA

7. Color Photo Quality DeskJet printers/ Colour Laser Printers 8. a) 9 pin 80 col DMP printers b) 9 pin 136 col DMP Printers 9. a) Digital Cameras/Webcam (1024X768 resolution) b) Digital Camera Stand (mechanical) c) Back drops 10. BAR CODE READERS 11. Lamination Machine for polyster pouch of 250 microns 12. High resolution Scanners

28

13. Surveillance System equipment 14. Other Hardware (specify) --------------------------------------------------------------------------------------------------- Total cost of Hardware ( in Rs. ) : --------------------------------------------------------------------------------------------------- Note:- a) The above Hardware should confirm to the specifications as per the enclosure. The certification to this effect has to be given in the specifications sheets. 15. Man power, rents, power charges etc.

29

Form T5

FINANCIAL PROPOSAL COMMISSION FOR INSTALLATION, NETWORKING, MAINTENANCE AND OPERATION OF ZONE-WISE PASS AUTOMATION AND ACCOUNTAL SYSTEM (PAAS) PROJECT, CONNECTING TO CENTRAL SERVER, ON TRANSACTION BASIS COMMISSION, FOR A PERIOD OF TWO YEARS. a) COMMISSION TO BE PAID : Rs. Ps. PER EACH ID CARD ISSUED EXCLUDING SERVICE TAX (INCLUDING LAMINATION CHARGE) b) COMMISSION TO BE PAID PER EACH BUS PASS ISSUED : FRESH/RENEWAL: Rs. Ps. (EXCLUDING SERVICE TAX) (The commission quoted at item (a) above will also be applicable for the issue of Navya CAT cards, Vanitha Family cards and other cards which require capturing/scanning of photo and printing of the same. The commission quoted at item (b) will also be applicable for the issue of all other ticket/ID related items)

SL.NO DEPOTSPECIFIC CENTERS

(IF ANY)

ID

COUNTER

RENEWAL

COUNTER

MOBILE

COUNTER

NO.OF

CAMERAS

1 ANANTAPUR 1 1 1 2

2 GOOTY 1 1 2

3 GUNTAKAL 1 1 2

4 URAVAKONDA 1 1 2

5 KALYANDURG 1 1 2

6 TADIPATRI 1 1 2

7 RAYADURG 1 1 2

8 HINDUPUR 1 1 1 2

9 DHARMAVARAM 1 1 2

10 KADIRI 1 1 2

11 PUTTAPARTHY 1 1 2

12 MADAKASIRA 1 1 2

ANANTAPUR REGION TOTAL 12 2 12 24

1 KADAPA 1 1 1 2

2 JAMMALAMADUGU 1 1 2

3 PRODDUTUR 1 1 1 2

4 RAJAMPET 1 1 2

5 PULIVENDULA 1 1 2

6 RAYACHOTY 1 1 1 2

7 BADVEL 1 1 2

8 MYDUKUR 1 1 2

KADAPA REGION TOTAL 8 3 8 16

1 ALLAGADDA 1 1 2

2 ATMAKUR(K) 1 1 2

3 BANAGANAPALLY 1 1 2

4 KOILAKUNTLA 1 1 2

5 KURNOOL-1 1 1 1 2

6 ADONI 1 1 2

7 KURNOOL-2 1 1 2

8 DHONE 1 1 2

9 YEMMIGANUR 1 1 2

10 NANDIKOTKUR 1 1 2

11 NANDYAL 1 1 1 2

KURNOOL REGION TOTAL 11 2 11 22

KADPA ZONE TOTAL 31 7 31 62

Annexure-I

DETAILS OF PROPOSED BUS PASS CENTRES AND COUNTERS

30

SL.NO DEPOTSPECIFIC CENTERS

(IF ANY)

ID

COUNTER

RENEWAL

COUNTER

MOBILE

COUNTER

NO.OF

CAMERAS

1 CHITTOOR-1 1 1 1 2

2 MADANAPALLY-1 1 1 2

3 PALAMANERU 1 1 2

4 PILERU 1 1 2

5 KUPPAM 1 1 2

6 CHITTOOR-2 1 1 2

7 MADANAPALLY-2 1 1 2

8 TIRUPATHI 1 1 1 2

9 PUTTUR 1 1 2

10 SRIKALAHASTHI 1 1 2

11 TIRUMALA 1 1 2

12 ALIPIRI 1 1 2

13 SATYAVEEDU 1 1 2

14 MANGALAM 1 1 2

CHITTOOR REGION TOTAL 14 2 14 28

1 NELLORE-1 1 1 1 2

2 ATMAKUR(N) 1 1 2

3 GUDUR 1 1 2

4 KAVALI 1 1 2

5 RAPUR 1 1 2

6 VENKATAGIRI 1 1 2

7 VAKADU 1 1 2

8 NELLORE-2 1 1 2

9 UDAYAGIRI 1 1 2

10 SULLURPET 1 1 2

NELLORE REGION TOTAL 10 1 10 20

1 ONGOLE 1 1 1 2

2 ADDANKI 1 1 2

3 CHIRALA 1 1 2

4 KANIGIRI 1 1 2

5 GIDDALUR 1 1 2

6 MARKAPUR 1 1 2

7 KANDUKUR 1 1 2

8 PODILI 1 1 2

PRAKASAM REGION TOTAL 8 1 8 16

NELLORE ZONE TOTAL 32 4 32 64

31

SL.NO DEPOTSPECIFIC CENTERS

(IF ANY)

ID

COUNTER

RENEWAL

COUNTER

MOBILE

COUNTER

NO.OF

CAMERAS

1 GUNTUR-1 1 1 1 2

2 GUNTUR-2 1 1 2

3 REPALLE 1 1 2

4 TENALI 1 1 2

5 MANGALAGIRI 1 1 2

6 BAPATLA 1 1 2

7 PONNUR 1 1 2

8 NARSARAOPET 1 1 1 2

9 CHILAKALURIPET 1 1 2

10 MACHERLA 1 1 2

11 SATTENAPALLY 1 1 2

12 VINUKONDA 1 1 2

13 PIDUGURALLA 1 1 2

GUNTUR REGION TOTAL 13 2 13 26

1 JAGGAIAHPET 1 1 1 2

2 NUZVID 1 1 2

3 TIRUVUR 1 1 2

4 MACHILIPATNAM 1 1 2

5 GUDIVADA 1 1 2

6 AVANIGADDA 1 1 2

7 VIJAYAWADA PNBS 1 1 1 2

8 VIJAYAWADA CITY PNBS 6 4 1 4

CITY TERMINAL 2 2 2

IBM 1 1 2

KANKIPADU 1 1 2

CHITTINAGAR

AUTONAGAR 1 2 2

BENZ COMPANY (PVT) 1 1 2

MARUTHI NAGAR(PVT) 1 1 2

PIPULA ROAD(PVT) 1 1 2

9 GOVERNORPET-1

10 GOVERNORPET-2

11 VIDYADHARAPURAM

12 AUTONAGAR

13 IBRAHIMPATNAM(VJA)

14 GANNAVARAM 1 1 2

15 VUYYURU 1 1 2

KRISHNA REGION TOTAL 23 15 10 36

32

SL.NO DEPOTSPECIFIC CENTERS

(IF ANY)

ID

COUNTER

RENEWAL

COUNTER

MOBILE

COUNTER

NO.OF

CAMERAS

1 ELURU 1 1 1 2

2 BHIMAVARAM 1 1 2

3 JANGAREDDYGUDEM 1 1 2

4 NARSAPUR 1 1 2

5 KOVURU 1 1 2

6 TADEPALLIGUDEM 1 1 2

7 TANUKU 1 1 2

WEST GODAVARI REGION TOTAL 7 1 7 14

VIJAYAWADA ZONE TOTAL 43 18 30 76

33

SL.NO DEPOTSPECIFIC CENTERS

(IF ANY)

ID

COUNTER

RENEWAL

COUNTER

MOBILE

COUNTER

NO.OF

CAMERAS

1 ANAKAPALLI 1 1 2

2 PADERU 1 1 2

3 NARSIPATNAM 1 1 2

1 VISAKHAPATNAM CITY MVP 1 2 1 4

MDP 1 2

CBS 1 2

RLY STN 1 1

GAJUWAKA 1 1

STEEL CITY 1 1

SIMHACHALAM 1 1

PENDURTHI (PVT) 1 1 2

NAD X ROAD (PVT) 1 1 2

TAGARUPUVALASA 1 1 2

OLD POST OFFICE 1 1 2

2 WALTAIR

3 GAJUWAKA

4 SIMHACHALAM

5 STEEL CITY

6 MADDILAPALEM

VISAKHAPATNAM REGION TOTAL 14 14 4 18

1 KAKINADA 1 1 1 2

SAMARLKOTA 1 1

2 RAMACHANDRAPURAM 1 1 0 2

3 TUNI 1 1 1 2

4 ELESWARAM 1 1 0 2

5 RAJAHMUNDRY 1 1 1 2

RAJAHMUNDRY GBS 1 1

6 AMALAPURAM 1 1 0 2

7 GOKAVARAM 1 1 0 2

8 RAZOLE 1 1 0 2

9 RAVULAPALEM 1 1 0 2

EAST GODAVARI REGION TOTAL 11 11 3 18

1 SRIKAKULAM-1 1 1 2

2 PALASA 1 1 2

3 PALAKONDA 1 1 2

4 SRIKAKULAM-2 1 1 2

5 TEKKALI 1 1 2

6 VIZIANAGARAM 1 1 1 2

7 SALURU 1 1 2

8 PARVATHIPURAM 1 1 2

9 SRUNGAVARAPUKOTA 1 1 2

NORTH EAST COASTAL REGION TOTAL 9 1 9 18

VIZIANAGARAM ZONE TOTAL 34 26 16 54

34

35

ANNEXURE – 2

Indicative Pass issues during the year 2013-14

ZONE ID CARDS PASSES

VIZIANAGARAM 2,93,662 10,25,658

VIJAYAWADA 2,43,909 9,05,913

NELLORE 3,02,983 7,58,191

KADAPA 3,38,437 7,60,609

Note:The figures shown are indicative and inclusive of marketing scheme products.

APSRTC does not give any guarantee on transactions

36

ANNEXURE – 3

37

ANNEXURE – 4 CONFIGURATION OF HARDWARE

i. PERSONAL COMPUTERS

(Lenovo / HP / Compaq / Dell) Intel Pentium Dual Core G630 or better processor Intel H61 or better chipset on OEM Motherboard 4 GB RAM Expandable up to 8 GB 500 GB HDD Internal DVD Writer 1 Parallel / 1 Serial / 6 USB Ports USB Keyboard & USB optical Mouse 18.5” LCD/LED Monitor IPV6 enabled 10/100/1000 Mbps NIC (on board / add on) MS Windows Operating System 2. Laser Printers (A4 size Mono) (HP / Canon / Samsung / other reputed brand) Print speed (Normal) : 14 ppm Print quality (best) : 600 x 600 dpi

Interface : USB

3. UPS Systems of required capacity Online UPS Systems of reputed brand with required battery bank for providing minimum 3 hours backup (The backup has to be planned duly taking into account the power cuts imposed from time to time and availability of Generator Sets) 4. Colour Inkjet printers (Photo quality) (HP / Canon / Epson / other reputed brand) Maximum Resolution : 1200 x 1200 dpi black 4800 x 1200 dpi colour Print Speed (Draft) : 20 / 15 ppm (Black/Colour) Interface : USB 5. 9-Pin 80 Column Dot Matrix Printers Make : Epson / TVSE / WeP Print Speed : 250 cps at 10cpi High Speed Draft Mode Interface : Parallel and USB

38

6. 9-Pin 136 Column Dot Matrix Printers Make : Epson / TVSE / WeP Print Speed : 300 cps at 10cpi High Speed Draft Mode Interface : Parallel and USB 7. Digital Cameras/Webcam (1024X768 resolution), Digital Camera Stand (mechanical), Back drops 8. Surveillance camera

1/3" HDRIS Sensor, 700 TVL IR Dome , Day & Night with ICR, 3.6 mm fixed lens, DC 12V, IR range : 10 ~ 15 Mtrs.

9. DVR

4 (or 8 based on requirement) Channel DVR, H.264 Compression, Real Time Recording @ D1 Resolution, 1 Channel Audio, 1 SATA, HDMI, No Remote Control , No Panel, no PTZ Control, No Alarm, 1 TB SATA Surveillance HDD

-oOo-